Вы находитесь на странице: 1из 15

INVITATION TO BID

___________________________________________________________________________________
PROJECT:

ON-SITE
REPRESENTATIVE:

SCOPE OF WORK
SUMMARY:

MUNICIPAL PARK MULTI-USE PATH IMPROVEMENTS


5023 South Union Street, South Bloomfield, Ohio 43103

Joe Allen, Utilities Director


Village of South Bloomfield
Install a 8.5 wide 2448.24 long multi-use asphalt path (Alternate A
Portland Cement Concrete) within the Village of South Bloomfield
Municipal Park.:

PRE-BID MEETING:

Remove existing sod;


Remove & dispose of 272 sq.ft. existing CMU structure;
Provide non-corrosive stantions and exterior electrical distribution box
for electrical supply from removed structure;
Removal of sod and top soil for pathway, Village to provide disposal
area;
All materials will be tax exempt;
Prevailing wage rates is not required for this project;
See enclosed Specifications beginning on Page 5 of this Bid Package
for further details.

August 18, 2015 at 1:00 PM at the Village Park project site:


Marvin Webster Memorial Park
North Street West
South Bloomfield, Ohio 43103

BID PACKAGE:

Available upon request from the receptionist at the Municipal


Building, 5023 South Union Street, South Bloomfield, Ohio 43103
Monday thru Friday 9:00 AM 3:00 PM
(740) 983-2541 or the website: http://www.southbloomfieldoh.com/

BID DUE DATE/TIME:

August 25, 2015 at 1:00 PM


at the
South Bloomfield Municipal Building
5023 South Union Street, South Bloomfield, Ohio 43103

Note: Bids received after 1:00 PM on the bid due date will neither be read nor considered.
LEGAL NOTICE
1

NOTICE TO CONTRACTORS
Sealed bids addressed to the Village of South Bloomfield, 5023 South Union Street, South Bloomfield,
Ohio 43103, and endorsed MUNICIPAL PARK MULTI-USE PATH IMPROVEMENTS will be
received by the Village of South Bloomfield, until 1:00 PM (Local Time), Tuesday, August 25th, 2015
at which time and place all bids will be publicly opened and read aloud for the following:
MUNICIPAL PARK MULTI-USE PATH IMPROVEMENTS
All bidders must register as a potential bidder with Hunt Engineering LLC, 195 West Main Street, P.O.
Box 237, Tarlton, OH 43156 by emailing the following address with contact information:
Engineer@HuntEngineeringLLC.com in order to place a bid on this project.
Registration is required to assure all bidders receive any clarifications or addenda. Addenda will be
issued by email contact.
Copies of the Contract Documents, Specifications, and Plans are on file with The Municipal Office of
the Village of South Bloomfield, 5023 South Union Street, South Bloomfield, Ohio 43103, where they
are available for inspection by prospective bidders. Contract Documents, Specifications, and Plans may
be obtained from the Village of South Bloomfield, for a non-refundable fee of Twenty-Five Dollars
($25.00).
The Engineers estimated construction cost for the Project is Sixty Eight Thousand Dollars
($68,500.00).
Failure to fully and accurately complete the bid documents shall be considered grounds for rejecting the
bid. Bids may be withdrawn at any time before the scheduled closing time for receipt of bids, but may
not be modified and resubmitted.
No bid will be accepted if it exceeds the Engineers cost estimate by more than ten percent (10%).
Technical questions about the project should be submitted in writing to Christopher Hunt, P.E., with
Hunt Engineering LLC, at Christopher@HuntEngineeringLLC.com
The Owner requires that construction of this Project begin on or before September 21, 2015 and be
complete by December 1, 2015.
This project is not subject to prevailing wage rate.
Bid security must be furnished with all bids. If the bid is accepted, a contract must be executed and a
satisfactory contract bond furnished, conditioned according to law, in the amount of one hundred percent
(100%) of the contract price, within ten (10) days after Notice of Award. Sureties on all bonds must be
satisfactory to the Village.
The Village reserves the right to reject any or all bids. An award will be made to the lowest and best
bidder, taking into consideration such factors as the qualifications, past performance, efficiency and
responsibility of the bidder along with the price of the bid. Informalities in making out the bid may be
waived at the option of the Mayor Matt Pettibone of the Village of South Bloomfield.

Advertise Dates
Circleville Herald:
Village of South Bloomfield Website:
Bid Opening Date/Time:

Tuesday, August 11, 2015 and Monday August 17, 2015.


Tuesday, August 11, 2015

Tuesday, August 25, 2015, 1:00 p.m. local time at Municipal Office of the
Village of South Bloomfield, 5023 South Union Street, South Bloomfield,
Ohio

____________________________________________________________________________________
INSTRUCTIONS TO BIDDERS

Contractor shall visit the site to ascertain for themselves the existing conditions and requirements in
connection with the work specified.
Contractor shall bring to the attention of the owner any discrepancies or omissions noted on the Scope of
Work and all pertinent documents.
Contractor is responsible to maintain the integrity of the existing park use. Any damages to the existing
property during work shall be repaired to the satisfaction of the owner at the expense of the installer.
All dimensions are the responsibility of the contractor.
Successful bidder must provide three references for similar projects completed to be considered for the
contract.
INSTALLATION
Multiuse path shall be done in workman like manner and subject to inspection by owners and
engineers representative.
PROTECTION
Contractor shall furnish, erect, and maintain such barricades and warnings and take such precautions
necessary to protect all excavations, trenches, installations and structures in the area of the work, to
insure the safety of the public and to avoid damage or injuring to any and all persons and property.
REGULATIONS
Before submitting proposal, the contractor shall fully inform himself to all laws, ordinances, and OSHA
regulations involving roof installations.
CLEAN-UP
Materials removed shall not be allowed to accumulate and be removed from the site as soon as
containers are full. The entire site, after completion, shall be thoroughly cleaned of all debris and left in
an acceptable condition.
LAWS AND ORDINANCES
The work shall be performed in accordance with all State and Local laws, Codes, and Ordinances with
relate to the work and shall be further subject to inspection by those having authority for their
enforcement.
START AND COMPLETION
Coordinate project start date upon notification of contract award for completion of project as soon as
possible. Indicate on project proposal your current time schedule for completion of project.

SOUTH BLOOMFIELD
MUNICIPAL PARK MULTI-USE PATH IMPROVEMENTS
SPECIFICATIONS
PART 1:
1.01

GENERAL

DESCRIPTION/SCOPE OF WORK
A.

The Marvin Webster Memorial Park is located along West North Street, South
Bloomfield, OH 43103. Joe Allen, Utilities Director is the Owners Representative
and may be contacted regarding any questions, at (740) 207-6213.

B.

The project consists of installing a 8.5 wide asphalt concrete multiuse path (Alternate A
is Portland Cement Concrete multiuse path) as follows:

Raze existing 272 sq.ft. CMU building to the western side of the property which is in the
alignment of the path, and properly dispose;
Place existing electrical service entrance from building onto stantions and provide new
weather tight exterior distribution panel for service;
Layout by construction staking the multi-use path ;
Remove sod and topsoil to 6 depth per plan and compact subgrade for path alignment,
subgrade shall be brought to an even, uniform, and compacted surface;
Soft or spongy earth, organic or other perishable matter shall be removed and the space
filled with granular backfill material. Wherever a fill is necessary to support the pathway,
material for the fill shall be spread in 4 inch layers and each layer thoroughly compacted.
Place 6 (compacted depth) uniform ODOT #304 base material in two equivalent lifts
compacted at each lift;
Place 4 of ODOT #448 Type 1 asphalt on base to with of 8.5 feet, properly compacted
and installed per ODOT standards;
Bid Alternate A Place Portland cement concrete (PCC) in place of asphalt surface for
pathway at a depth of 4. The PCC shall be Class "C" concrete as described under Item
499, "Concrete, General" in the State of Ohio, Department of Transportation
Construction and Material Specifications. Such adjustments shall be made in the
materials, proportions and methods of mixing as may be necessary to entrain 4 to 7
percent air in the concrete. When placed, the slump of the concrete shall not exceed 4
inches. Slump to be tested every other load placed prior to applying to pathway. The
Contractor shall furnish the Village a copy of each delivery slip showing batch weights
for all concrete used.
o Expansion joint material shall conform to Section 705.03, State of Ohio,
Department of Transportation Construction and Material Specifications.
Expansion joints 1/2 inch thick of preformed expansion joint material shall be
provided at intervals of approximately 20 feet.
o Curing Compound: White pigmented liquid membrane curing compound shall be
5

tested in accordance with ASTM C309 and conform to Type 2, Section 705.07,
State of Ohio, Department of Transportation Construction and Material
Specifications.Expansion Joints:
o Control Joints shall be weakened plane joints installed with a inch radius
grooving tool. The surface of the walk shall be divided into equally spaced
blocks at approximately five (5) foot intervals to form rectangular blocks. Joints
shall be perpendicular to the line of work. At curves in the path, joints shall be
radial.
o Placing and Finishing: The aggregate base shall be thoroughly moistened
immediately prior to placing concrete to ensure that no moisture will be absorbed
from the fresh concrete. The concrete shall be deposited in a single layer. It shall
be tamped, spaded or vibrated to consolidate the concrete. It shall be struck off
with a template and smoothed with a float to produce a flat uniform surface. No
plastering shall be permitted. The walk shall be steel troweled to be smooth and
even. All outside edges and joints shall be edged with a 1/4 inch radius edging
tool. The walk shall be finished with a broom finish with hand tooled edges.
Pavement surface shall be bermed by compacted 6 ODOT #304 material to a width of a
minimum of 6 from edge of pavement. Berm surface shall not be greater than 2:1 when
completed.

***Contractors encouraged to field verify, as all aspects of bidding are contractors responsibility***

1.02

1.03

EXTENT OF WORK
A.

Provide all labor, material, tools, equipment, and supervision necessary to complete the
installation of a 2448.24 ft multi-use path 8.5 ft in width including base and berm as
specified herein and as indicated on the drawings in accordance with the Ohio
Department of Transportations most current specifications and details.

B.

The contractor shall be fully knowledgeable of all requirements of the contract


documents and shall make themselves aware of all job site conditions that will affect their
work.

C.

The contractor shall confirm all given information and advise the building owner, prior to
bid, of any conflicts that will affect their cost proposal.

SUBMITTALS
A.

Along with the attached documentation and forms, the following items are required to
submitted with the bid:
1.

B.

List of at least three references for installations of comparable projects completed


in the last three years as specified in Section 1.13(F)

Upon completion of the installed work, submit copies of the material testing results to the
Engineer prior to certificate of substantial completion.
6

1.04

1.05

1.06

PRODUCT DELIVERY, STORAGE AND HANDLING


A.

Deliver materials to the job site in the timely and workman-like manner. Deliver in
sufficient quantity to permit work to continue without interruption.

B.

Comply with Ohio Department of Transportations written specification for proper


material properties and placement.

C.

Any materials which are found to no meet specification shall be removed and replaced at
the applicators expense.

WORK SEQUENCE
A.

Schedule and execute work to complete pathway installation work without traffic
interference or park use.

B.

Prior to start of each construction activity; notify the Village Utilities Director of the start
work time and duration of work to be completed.

USE OF THE PREMISES


A.

1.07

Before beginning work, the contractor must secure approval from the Village Utilities
Director for the following:
1.

Areas for laydown.

2.

Areas for excess soil wasting.

3.

Areas permitted for storage of materials and debris.

4.

Areas permitted for the location of truck traffic within park.

EXISTING CONDITIONS
If discrepancies are discovered between the existing conditions and those noted on the drawings,
immediately notify the Utilies Director or Engineer by phone prior to commencing with the
work.

1.08

MANDATORY PRE-CONSTRUCTION CONFERENCE


A.

A pre-bid meeting will be held at the job site on Tuesday, August 18, 2015. Contact the
Christopher Hunt of Hunt Engineering LLC, at (740) 477-1200 if there are any
questions.
7

B.

Prior to bid submittal, the contractor should schedule a job site inspection to observe
actual conditions and verify all dimensions on the roof. The job site inspection may
occur on the day of the pre-bid meeting or prior to such a meeting.

C.

Bids must be received at the following address no later than 1:00 PM on August 25,
2015, to be considered:
Village of South Bloomfield
Municipal Building
5023 South Union Street, South Bloomfield, Ohio 43103

1.09

TEMPORARY FACILITIES AND CONTROLS


A.

Temporary Utilities:
1. Water and lighting are not available at the site and will not be made available to
the contractor.
2. Electrical power for construction purposes shall be available to the contractor at
from the existing building single phase supply.

B.

Temporary Sanitary Facilities


Sanitary facilities will not be available at the job site. The contractor shall be
responsible for the provision and maintenance of portable toilets or their equal.

C.

1.10

Building Site:
1.

The contractor shall use reasonable care and responsibility to protect the park
facilities and site against damages. The contractor shall be responsible for the
correction of any damage incurred as a result of the performance of the contract.

2.

The contractor shall remove all construction debris from the job site in a timely
and legally acceptable manner so as to not detract from the aesthetics or the
functions of the park.

JOB SITE PROTECTION


A.

The contractor shall adequately protect existing structures, paved areas, service drives,
lawn, shrubs, trees, etc. from damage while performing the required work. Provide
canvas, boards and sheet metal (properly secured) as necessary for protection and remove
protection material at completion. The contractor shall repair or be responsible for costs
to repair all property damaged during the roofing application.

B.

During the contractors performance of the work, the park will continue to be open to
public. The contractor shall take precautions to prevent the spread of dust and debris,
8

particularly where such material may sift of property. The contractor shall provide labor
and materials to prevent dust or debris in the construction area(s) from being blown or
tracked offsite.

1.11

SAFETY
The contractor shall be responsible for all means and methods as they relate to safety and shall
comply with all applicable local, state and federal requirements that are safety related. Safety
shall be the responsibility of the roofing contractor. All related personnel shall be instructed
daily to be mindful of the full time requirement to maintain a safe environment for the facilitys
occupants including staff, visitors, customers and the occurrence of the general public on or near
the site.

1.12

1.13

WORKMANSHIP
A.

Applicators installing materials shall be trained in their workmanship duties.

B.

All work shall be of highest quality and in strict accordance with the ODOT
specifications and to the Villages satisfaction.

C.

There shall be a supervisor on the job site at all times while work is in progress.

QUALITY ASSURANCE
A.

1.14

The materials must meet applicable current ODOT specifications.

JOB CONDITIONS, CAUTIONS, AND WARNINGS


A.

Proceed with work only when weather conditions are acceptable to the Utilities Director
and Engineer, and when conditions will permit the work to proceed in accordance with
ODOT requirements and recommendations.

PART 2:
3.01

3.01

EXECUTION

GENERAL
A.

The Owner requires that construction of this Project begin on or before September 21,
2015 and be complete by December 1, 2015.

B.

Contractor shall update Utilities Director as to the work schedule at the end of each work
week during the project.

CLEAN-UP
A.

Contractor to perform daily clean-up to collect all debris from the project site. Upon
completion, all debris must be disposed of in a legally acceptable manner.

***END OF SPECIFICATIONS***

10

_______________________________________________________________________
BID FORM
MUNICIPAL PARK MULTI-USE PATH IMPROVEMENTS
VILLAGE OF SOUTH BLOOMFIELD
5023 SOUTH UNION STREET, SOUTH BLOOMFIELD, OHIO 43103
CONTRACTOR NAME:

_________________________________________

ADDRESS:

________________________________________________
________________________________________________

The undersigned having examined the scope of work, including the Instructions to Bidders, General
conditions and General Requirements and being familiar with all conditions affecting this project,
hereby proposes to furnish all labor, material, tools, equipment, utilities, transportation, and other
facilities and services necessary to perform and complete the work indicted for this project in
accordance with the contract documents for the sums and under the noted conditions.
In addition, the undersigned agrees to the performance of the work as stated in the scope of work for the
following base bid sum and bid alternate sums. Engineers estimate is provided in the schedule fo values
attached to this bid form. Provide line item costs in the attached schedule of values list. Provide amounts
in both words and figures below. Please note the mount in words governs in the event of discrepancies.
The owner reserves the right to reject any or all bids, either in whole or in part; to award the contract to a
contractor other than the low bidder; to waive any irregularities and/or informalities; and, in general, to
make awards in any manner deemed to be in the best interest of the owner.

Lump Sum Bid (All work associated with Asphalt Concrete path as shown in Attached Drawing):
_________________________________________________________ Dollars ($_________________)
In letters

In numbers

Alternate A Bid (All work associated with Portland Cement Concrete path as specified and shown
in Attached Drawing):
_________________________________________________________ Dollars ($_________________)
In letters

In numbers

11

___________________________________________________________________________________
BID EXECUTION / NON-COLLUSION
___________________________________________________________________________________

1. The undersigned affirms that: THIS BID WAS DEVELOPED WITHOUT ANY COLLUSION,
UNDERTAKING, OR AGREEMENT, EITHER DIRECTLY OR INDIRECTLY, WITH ANY
OTHER BIDDER OR BIDDERS TO MAINTAIN THE PRICES OF INDICATED WORK OR
PREVENT ANY OTHER BIDDER OR BIDDERS FROM BIDDING ON THE PROJECT.
2. It is agreed that this bid will not be withdrawn for a period of sixty (60) days after the bid
opening date of August 25, 2015.

CONTRACTOR / BIDDER NAME


& ADDRESS

__________________________________________
__________________________________________
__________________________________________

TELEPHONE NUMBER

__________________________________________

EMAIL ADDRESS

__________________________________________

BY:

___________________________________________________________
Signature
___________________________________________________________
Printed Name
___________________________________________________________
Title
___________________________________________________________
Date

Estimated start date: __________________


Estimated number of working days to completion: ___________________
12

AFFIDAVIT OF CONTRACTOR OR SUPPLIER OF NON-DELINQUENCY OF


PERSONAL PROPERTY TAXES
O.R.C. 5919.042

______________________________________________

STATE OF OHIO:
SS:
To:

The Village of South Bloomfield

The undersigned, being first duly sworn, hereby states that we are not charged with any
delinquent personal property taxes on the general tax list of personal property of any county which you
as a taxing district have territory and that we were not charged with delinquent personal property taxes
on any such tax list at the time the bid was submitted.

__________________________________________
Signature

__________________________________________
Printed Name

Sworn to before me and subscribed in my presence this ________ day of _______________, 2014.

__________________________________________
Notary Public
{Seal}
My Commission expires:

________________________________, _________

13

BID GUARANTY AND CONTRACT BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, _________________
__________________________________________________________________________1
__________________________________________________________________________2
__________________________________________________________________________3
Hereinafter called the Obligee, in the penal sum of the dollar amount of the bid submitted by the
Principal to the Obligee on ____________________ to undertake the project known as:

MUNICIPAL PARK MULTI-USE PATH IMPROVEMENTS


VILLAGE OF SOUTH BLOOMFIELD
The penal sum referred to herein shall be the dollar amount of the Principals bid to the Obligee, incorporating
any additive or deductive alternative proposal made by the Principal on the date referred to above to the Obligee,
which are accepted by the Obligee.
In no case shall the penal sum exceed the amount of
$___________________. If this item is left blank, the penal sum will be the full amount of the Principals bid,
including alternates. Alternatively, if completed, the amount stated must not be less than the full amount of the
bid, including the alternatives in dollars and cents. A percentage is not acceptable.
For the payment of the penal sum well and truly be made, we hereby jointly and severally bind ourselves, our
heirs, executor, administrators, successors, and assigns.
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that whereas the above named Principal has
submitted a bid on the above referred to project;
NOW, THEREFORE, if the Obligee accepts the bid of the Principal and the Principal fails to enter into a roper
contract in accordance with the bid, plans, details, specifications, and bills of material; and in the event the
Principal pays to the Obligee the difference not to exceed ten percent (10%) of the penalty hereto between the
amount specified in the bid and such larger amount for which the Obligee may in good faith contract with the next
lower Bidder to perform the work covered by the bid; or in the event the Obligee does not award the contract to
the next lower Bidder and resubmits the project for bidding, the Principal shall pay the Obligee the difference, not
to exceed ten percent (10%) of the penalty hereon between the amount specified in the bid, or the costs, in
connection with the resubmission of printing new contract documents, required advertising and printing and
mailing notices to prospective Bidders, whichever is less, then this obligation shall be null and void, otherwise to
remain in full force and effect. If the Obligee accepts the bid of the Principal and the Principal within ten (10)
days after the awarding of the contract, enters into a property contract in accordance with the bid, plans, details,
specifications, and bills of material, which said contract is made a part of this bond the same as though set forth
herein; and

Insert full name or legal title of Contractor and Address


Insert full name or legal title of Surety
3
Insert full name or legal title of Owner
2

14

IF THE SAID Principal shall well and faithfully perform each and every condition of such contract; and
indemnify the Obligee against all damage suffered by failure to perform such contract according to the provisions
thereof and in accordance with the plans, details, specifications, and bills of material therefore; and shall pay all
lawful claims of subcontractors, materialmen, and laborers, or labor performed and materials furnished in the
carrying forward, performing, or completing of said contract: we agreeing and assenting that this undertaking
shall be void; otherwise the same shall remain in full force and effect; it being expressly understood and agreed
that the liability of the Surety for any and all claims hereunder shall in no event exceed the penal amount of this
obligation as herein stated.
THE SAID Surety hereby stipulates and agrees that no modifications, omissions, or additions, in or to the terms of
said contract or in or to the plans and specifications therefore shall in any way affect the obligations of said Surety
on this bond, and it does hereby waive notice of any such modifications, omissions or additions to the term of the
contract or to the work or to the specifications.

SIGNED AND SEALED this __________ day of _______________________, 2014.

_________________________________________________
Principal
By: ______________________________________________
Title: _____________________________________________
_________________________________________________
Surety
By: ______________________________________________
Attorney-in-Fact

Surety Company Address:


_________________________________________________
_________________________________________________
_________________________________________________
Surety Agents Name and Address:

_________________________________________________
_________________________________________________
_________________________________________________

15

Вам также может понравиться