_r1 IPENNINGTON COUNTY < ...,. Pennington County Highway Department 3601 Cambell Street • Rapid City, SD 57701-0124 Phone: (605) 394-2166 • Fax: (605) 394-2168 www.pennco.org BID DOCUMENT FOR AS 2017-08 GUARDRAIL February 15,2017 1:40 PM (MST) Pennington County Highway Department PENNINGTON COUNTY COMMISSIONERS DEB HADCOCK, CHAIRPERSON MEMBERS Ron Buskerud George Ferebee Lloyd LaCroix Mark DiSanto THOMAS M. WILSEY, PE SUPERINTENDENT PENNINGTON COUNTY HIGHWAY DEPARTMENT Hill City Divlo;ion INDEX AS 2017-08 GUARDRAIL NOTICE TO BIDDERS ................................................................................................................. 3 GENERAL CONDITIONS ............................................................................................................ 4 SPECIFICATIONS ......................................................................................................................... 8 SDDOT STANDARD PLATES ..................................................................................................... 9 PROPOSAL .................................................................................................................................. 10 NOTICE TO BIDDERS Sealed bids will be received at the Pennington County Commission office, located in the Pennington County Administration Building, 130 Kansas City Street, Rapid City, SD 57701, or at the Pennington County Highway Department, located at 3601 Cambell Street, Rapid City, SD 57701, on behalf of the Board of Commissioners, until 1:40 PM (MST) on Wednesday, February 15, 2017. Any bids received after 1:40 PM (MST) at either location will be returned unopened. The sealed bids will be opened at 2:00 PM (MST) on Wednesday, February 15, 2017 in the Pennington County Board of Commissioners’ meeting room. 2017 ANNUAL SUPPLIES AS 2017-01 AS 2017-02 AS 2017-03 AS 2017-04 AS 2017-05 AS 2017-06 AS 2017-07 AS 2017-08 AS 2017-09 AS 2017-10 AS 2017-11 AS 2017-12 Aggregate Materials Asphalt Concrete Composite Asphalt Maintenance Materials Pre-Cast Concrete Pipe and Bridge Products Cutback and Emulsified Asphalt De-Icing Sand Fencing Guardrail Magnesium Chloride Solution Seeding, Fertilizing, Mulching, and Erosion Control Blanket Timber Bridge Materials Traffic Control Materials Sealed bids for more than one item in Annual Supplies may not be combined into one envelope. For each item in Annual Supplies, a separate sealed bid is required with the title of the supply written on the front of the sealed bid. Copies of the specifications are on file at the Pennington County Highway Department, 3601 Cambell Street, Rapid City, South Dakota 57701, and may also be obtained from the Pennington County Website at www.pennco.org. For questions and comments, please contact the Pennington County Highway Department at (605) 394-2166. By virtue of statutory authority, preference will be given to materials, products, and supplies found or produced within the State of South Dakota. The Board of Commissioners reserves the right to reject any or all bids and to waive any irregularities therein and reserves the right to award the contract to the lowest responsible bidder as they so determine. Julie A. Pearson, Auditor Pennington County Publish: February 1, 2017 and February 8, 2017 3 GENERAL CONDITIONS AS 2017-08 GUARDRAIL 1. BIDDERS’ INFORMATION Each bid envelope shall contain one bid proposal only and shall be marked with the words "Sealed Bid for AS 2017-08 Guardrail.” Bidders do not need to return the bid document. Return only the proposal page(s). The Bidder shall submit proposals on forms included in this bid document unless otherwise indicated. Sealed bids for more than one item in Annual Supplies may not be combined into one envelope. For each item in Annual Supplies, a separate sealed bid is required, with the letter and name of the item written on the front of the sealed bid. By virtue of statutory authority of SDCL 5-18A-25, preference will be given to materials, products, and supplies found or produced within the State of South Dakota. A resident bidder shall be allowed a preference on a contract against the bid of any bidder from any other state or foreign province that enforces or has a preference for resident bidders per statutory authority of SDCL 5-18A-26. The County reserves the right to reject all bids and unless all bids presented are rejected, the lowest responsible bid, in all cases, will be accepted. In case the low bid is not responsible or the bid is not made in accordance with the requirements of SDCL Chapters 5-18A, 5-18B and 5-18C or the low bid is withdrawn, the bid of the next lowest responsible bidder may be accepted. However, the County reserves the right to reject any or all proposals, to waive technicalities or to advertise for new proposals, or accept the bid that is to the advantage of and is in the best interest of Pennington County. 2. CONSIDERATION OF BIDS After the bids are opened and read, they will be compared on the basis of the summation of the products of the quantities shown in the bid schedule by the unit bid prices. The results of such comparisons will be available to the public. In the event of a discrepancy between unit bid prices and extensions, the unit bid price shall govern. 3. AWARD OF CONTRACT The award of the contract will be made within 30 calendar days after the opening of proposals, to the lowest competent and responsible bidder whose proposal complies with the requirements prescribed. The successful bidder will be notified by letter mailed to the address shown on the proposal, that the bid has been accepted and the contract awarded. 4. CONTRACT AGREEMENT The low bidder is required to enter into a contract provided by Pennington County. The contract period is from March 15, 2017 to March 15, 2018. Payment for material will be made BY CHECK, within a reasonable time after receipt and approval of the material, receipt of an invoice, and approval by the Pennington County Board of Commissioners. 4 GENERAL CONDITIONS (CONTINUED) 5. CONTRACT EXTENSION Pennington County reserves the option of extending material contracts for an additional 90-day period, if agreeable to both parties. 6. MINIMUM INSURANCE REQUIREMENTS In accordance with, (SDDOT) “Standard Specifications for Roads and Bridges,” 2015 Edition, as amended, supplemented, and corrected, Section 7.15, the following minimum level of Liability Insurance shall be maintained by the Contractor. Proof of coverage shall be provided to Pennington County prior to commencing work. Coverage Required Minimum Limit of Liability Workman’s Compensation General Liability Automobile Liability Statutory $1,000,000.00 $1,000,000.00 7. GENERAL PROVISIONS INCLUDED BY REFERENCE The following General Provisions are included by reference with noted changes from the South Dakota Department of Transportation (SDDOT) “Standard Specifications for Roads and Bridges,” 2015 Edition, as amended, supplemented, and corrected. 5 GENERAL CONDITIONS (CONTINUED) SECTION 1 - DEFINITIONS AND TERMS 1.5 Commission shall refer to the Pennington County Board of Commissioners. Director of Operations shall refer to the Chairperson of the Pennington County Board of Commissioners. County shall refer to Pennington County, South Dakota through its authorized representative. Department shall refer to the Pennington County Highway Department. Region Engineer, Area Engineer and Engineer shall refer to the Pennington County Highway Superintendent or his designated representative. SECTION 2 - BIDDING REQUIREMENTS AND CONDITIONS 2.5 2.6 2.11 2.13 Interpretation of Quantities in Bidding Package Examination of Plans, Specifications, Special Provisions, and Site of Work Withdrawal or Revision of Bid Proposal Prior to Letting Public Opening of Bid Proposals SECTION 3 - AWARD AND EXECUTION 3.1 3.5 3.7 3.8 3.9 Consideration of Bid Proposals Cancellation of Award Requirement of Contract Performance Bond Execution and Approval of Contract Failure to Execute Contract SECTION 4 - SCOPE OF WORK 4.1 4.3 4.4 4.5 4.6 4.7 Intent of Contract Significant Changes in the Character of Work, first paragraph only Extra Work Maintenance of Traffic Rights in and Use of Materials Found on the Work Final Cleaning Up SECTION 5 - CONTROL OF WORK In its entirety. 6 GENERAL CONDITIONS (CONTINUED) SECTION 6 - CONTROL OF MATERIAL 6.1 6.2 6.3 6.4 6.5 6.6 6.7 6.8 Source of Supply and Quality Requirements Local Material Sources and Sites Samples, Tests, Cited Specifications Plant Inspection Storage of Materials Handling Materials Unacceptable Material Department Furnished Material SECTION 7 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC In its entirety. SECTION 8 - PROSECUTION AND PROGRESS In its entirety. SECTION 9 - MEASUREMENT AND PAYMENT 9.1 9.2 9.4 9.5 9.6 9.8 9.10 9.11 9.13 Measurement of Quantities Scope of Payment Compensation for Altered Quantities Extra and Force Account Work Eliminated Items Payment for Materials Delivered to Project Mobilization Freight Rates Prompt Payment and Retainage 7 SPECIFICATIONS AS 2017-08 GUARDRAIL Work to be performed during the period from March 15, 2017 to March 15, 2018. Bidders may be required to perform the work as required by the County within 48 hours of order. It is agreed the County may place orders under the Contract at any time or times within the Contract period. Mobilization and traffic control is incidental to bid items. Traffic control shall be provided by the Contractor. SAFETY AND ACCIDENT PREVENTION In performance of the contracts, the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation. The contractor shall provide all safeguards, safety devices, and protective equipment, and take any other needed action as it determines to be reasonably necessary to protect the life and health of employees on the job and the safety of the public, and to protect property in connection with the performance of the work covered by the contract. All workers of the contractor within the right-of-way shall wear high-visibility safety apparel, as described in the “Manual of Uniform Traffic Control Devices,” 2009 Edition, Section 6D.03. GUARDRAIL This work shall include all labor, equipment, materials, traffic control, and incidentals to furnish and install steel beam guardrail, install steel beam guardrail utilizing salvaged materials, and repair steel beam guardrail. Traffic control shall be in accordance with the “Manual on Uniform Traffic Control Devices” 2009 Edition. Work shall conform to the requirements of (SDDOT) “Standard Specifications for Roads and Bridges,” 2015 Edition, as amended, supplemented, and corrected, Section 630. Guardrail shall be Class A. All posts shall be six feet long. Bid Item 6A will be paid in addition to Bid Item 6, when there is at least one-foot of solid frozen ground at the work site. 8 SDDOT STANDARD PLATES The following SDDOT Standard Plates are incorporated by reference. These plates are available on the SDDOT Website. REVISION DESCRIPTION PLATE NUMBER DATE SHEET (S) Guardrail W Beam Guardrail Post Installation 630.31 6/26/15 1 W Beam Guardrail Installation 630.32 6/26/15 1 W Beam Rail/Rail Splice and Hardware 630.33 12/23/04 1 W Beam Terminal Connector and 1” Steel Washer 630.35 9/14/01 1 W Beam Guardrail Breakaway Cable Terminal 630.47 12/16/14 1–3 Concrete Anchor Footing for Short Guardrail Post 630.84 3/31/00 1 Tangent End Sections shall be supplied from manufacturers from the approved products list maintained by the SDDOT for highway construction. Post arrangement and installation shall be in accordance with manufacturer’s drawings. 9 PROPOSAL AS 2017-08 GUARDRAIL PROPOSAL OF: ________________________________________________________ Hereinafter called the Contractor proposes and agrees to and with Pennington County, hereinafter called the County, to furnish the following at prices stated: ITEM NO. DESCRIPTION UNIT UNIT PRICE The following items are for new installations with Contractor furnished materials. Posts, blocks, and hardware are to be included. 1. 2. 3. Furnish and Install Steel W Beam Guardrail Foot $_______________________ Furnish and Install Steel W Beam Flared End Terminal Each $_______________________ Furnish and Install Steel W Beam Tangent End Terminal Each $_______________________ The following items are for new installations with salvaged materials. 4. 5. Install Steel W Beam Guardrail Foot $_______________________ Install Steel W Beam Breakaway End Anchorage Each $_______________________ The following items are for repairs to damaged guardrail and/or posts. 6. 6A. 7. Remove Guardrail Post and Install New Post and Block Each $_______________________ Additional Cost to Remove Guardrail Post and Install New Post and Block in Winter Each $_______________________ Remove Guardrail and Install New Steel W Beam Guardrail Foot $_______________________ 10 AS 2017-08 GUARDRAIL PROPOSAL (CONTINUED) ITEM NO. 8. 9. DESCRIPTION UNIT UNIT PRICE Remove End Terminal and Install New Steel W Beam Flared End Terminal Each $_______________________ Remove End Terminal and Install New Steel W Beam Tangent End Terminal Each $_______________________ The following items are for repairs to raise guardrail. 10. 11. 12. 13. Raise Guardrail and Post and Stabilize Post Foot $_______________________ Remove and Reset Steel W Beam Guardrail Foot $_______________________ Remove and Reset Steel W Beam Guardrail Post and Block Each $_______________________ Remove and Reset Steel W Beam Guardrail End Terminal Each $_______________________ The following item is for substituting a longer post. 14. 15. Cost to Furnish and Install a Seven-Foot Post Each $_______________________ Cost to Furnish and Install a Six-Foot Post Each $_______________________ The above unit prices are intended to apply to smaller type projects involving less than 500 feet of guardrail with breakaway ends at each designated work site. Proposals for alternate materials shall be accompanied by literature describing the materials in detail. 11 AS 2017-08 GUARDRAIL PROPOSAL (CONTINUED) This Proposal is based upon the Conditions, Stipulations, and Specifications named in the Notice inviting Bids for AS 2017-08 Guardrail, which Notice and detailed Specifications are made as definitely a part of this Proposal as if written herein at length. _________________________________________ DATE: _____________________________ NAME OF COMPANY (Contractor) (Please Print) __________________________________________ AUTHORIZED REPRESENTATIVE (Please Print) _______________________________________ AUTHORIZED SIGNATURE ADDRESS: _________________________ ___________________________________ _______________________________________ TITLE _______________________________________ FEDERAL TAX IDENTIFICATION NUMBER 12 TELEPHONE: _______________________
© Copyright 2025 Paperzz