2001 -- FIX ORDER OF ITEMS TO MATCH INDEX (ALPHA)

_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: _______________________