due today

Local Paving Project, 2023

From: Greenwood(City)

Basic Details

started - 25 Mar, 2024 (1 month ago)

Start Date

25 Mar, 2024 (1 month ago)
due - 29 Apr, 2024 (Today)

Due Date

29 Apr, 2024 (Today)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Greenwood

Customer / Agency

City of Greenwood
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 P.O. Box 40 Greenwood, South Carolina 29648-0040 www.cityofgreenwoodsc.com NAME OF BIDDER (Full legal name of business submitting the bid) AWARD & AMENDMENTS: Award and Amendment information will be available at the physical address listed above, at www.cityofgreenwoodsc.com or by contacting Julie Wilkie at (864) 942-8410 or julie.wilkie@gwdcity.com. Award and Amendment information will also be distributed to all those submitting proposals. ACKNOWLEDGMENT OF AMENDMENTS Bidder acknowledges receipt of amendments by indicating amendment number and issue date. Amendment Number Amendment Issue date Amendment Number Amendment Issue date REQUEST FOR BIDS PROJECT NAME: Local Paving Project, 2023 DESCRIPTION: Paving, repair & striping of local roads as indicated in attached
specifications. DATE ISSUED: 03/25/2024 CONTACT: Julie Wilkie: City Manager: 864.942.8410| julie.wilkie@gwdcity.com Erek Leary: Public Works Director: 864.450.2276 | erek.leary@gwdcity.com PRE-BID MEETING: No pre-bid meeting is required. BID SUBMISSION: Monday, April 29, 2024 @ 10:00 AM Hand Delivery: 520 Monument St., Room 230, Greenwood, SC 29646 Mail: PO Box 40, Greenwood, SC 29648 Reference: Local Paving Project, 2023 Attention: Julie Wilkie, City Manager *Bids must be submitted in a sealed package with project name and opening date printed on the exterior. Late bids will not be accepted. The first two pages of this RFB and the completed Bid Form from Appendix A must be submitted with the bid. http://www.cityofgreenwoodsc.com/ mailto:julie.wilkie@gwdcity.com 2 P.O. Box 40 Greenwood, South Carolina 29648-0040 www.cityofgreenwoodsc.com Drug Free Workplace Certification: By submitting a Bid, the Bidder certifies that, if awarded a contract, the Bidder will comply with all applicable provisions of The Drug-free Workplace Act, Title 44, Chapter 107 of the South Carolina Code of Laws, as amended. You must submit a signed copy of this form with Your Bid. By submitting a bid or proposal, You agree to be bound by the terms of the Solicitation. You agree to hold Your Bid open for a minimum of sixty (60) calendar days after the Opening Date. You agree that your bid can be made public under the Freedom of Information Act, 5 U.S.C § 552. The City of Greenwood reserves the right to reject any and all bids, and to waive any informalities or irregularities. NAME OF BIDDER (Full legal name of business submitting the bid) BIDDER’S TYPE OF ENTITY: (Check one) □ Sole Proprietorship □ Partnership □ Corporation (tax-exempt) □ Corporate entity (not tax-exempt) □ Government entity (federal, state, or local) □ Other ________________________ PRINTED NAME (Printed name of person signing below) TITLE (Business title of person signing above) Instructions regarding Bidder’s name: Any award issued will be issued to, and the contract will be formed with, the entity identified as the bidder above. A bid may be submitted by only one legal entity. The entity named as the bidder must be a single and distinct legal entity. Do not use the name of a branch office or a division of a larger entity if the branch or division is not a separate legal entity, i.e., a separate corporation, partnership, sole proprietorship, etc. STATE OF INCORPORATION (If bidder is a corporation, identify the state of Incorporation.) TAXPAYER IDENTIFICATION NO. STATE LICENSE NO. HOME OFFICE ADDRESS (Address of principal place of business): PAYMENT ADDRESS (Address to which payments will be sent.) EMAIL: PHONE: By signing below, the bidder certifies they are qualified and hold all licenses, permits and regulatory authority to perform the scope of work set forth in the bid description. Upon request, proof of licenses, permits and regulatory authority must be provided to the owner prior to contract award. AUTHORIZED SIGNATURE (Person signing must be authorized to submit binding bid to enter contract on behalf of Bidder named above.) DATE: 3 P.O. Box 40 Greenwood, South Carolina 29648-0040 www.cityofgreenwoodsc.com THIS SPACE LEFT BLANK INTENTIONALLY DETAILED SPECIFICATIONS: List of roads, quantities and requested maintenance types can be found in Appendix A at the end of this RFB. All bidders must complete the Bid Form included in Appendix A. The project consists of furnishing all labor, materials, supervision and travel to undertake all necessary tasks. All work, materials, inspection, and testing will be to South Carolina Department of Transportation (SCDOT) Standard Specifications, latest revisions.. Further City of Greenwood specifications are provided below and should be applied in addition to SCDOT Standard Specifications. Definitions • “The Contractor” - The successful bidder awarded the contract for the scope of work detailed in this RFB. • “The Owner” – The City of Greenwood, SC. 1. Quantities provided are estimates. It is the Bidder’s responsibility to verify quantities prior to submitting a bid. 2. OVERLAY (Surface Treatment): Shall be 11⁄2” compacted surface. 3. PMO (Preventative Maintenance Overlay): Shall be 3⁄4” compacted surface. 4. FULL DEPTH PATCHING: All deep patching to be a minimum of 4 inches in depth. 5. CLEAN AND SEAL CRACKS IN ASPHALT PAVEMENT (CRACK SEAL): Asphalt pavement cracks shall be cleaned and sealed as specified in SCDOT Specifications. 6. PAVEMENT MARKINGS – The cost of reapplying/replacing any current pavement markings (lane lines, parking lines, directional markings and/or crosswalks, etc.) that are removed or covered by the Contractor must be included in the bid amount. The replacement pavement markings must meet current SCDOT specifications. 7. TRAFFIC CONTROL: The Contractor will be responsible for traffic control, signage and marking of temporary hazards incident to or resulting from the operations specified herein. 8. CLEANING: The Contractor shall be required to do sweeping and cleaning of the existing surface to remove all debris prior to working on any of the designated roads. The Contractor shall also 4 P.O. Box 40 Greenwood, South Carolina 29648-0040 www.cityofgreenwoodsc.com be required to remove all work-related debris in a timely manner (no more than 15 days) from designated roads and rights-of-way once construction is complete on each road. 9. ADJUSTING UTILITY COVERS OR CASTINGS: The Contractor shall be responsible to arrange to have any manhole frames and covers, water valve boxes, gas, power, or telephone valve boxes or housings adjusted by the owner of these utilities prior to applying the wearing surface. All adjustments to be performed by the Contractor shall be considered incidental to the project and any costs shall be included in the Total Bid. 10. BACKFILL OF SHOULDERS AND GRASSING: Contractor shall provide and spread soil along the edge of the new paving course to provide a graded taper to the existing shoulder where pavement edge is more than 2" above the existing shoulder. The tapered soil should generally be from 1' to 2' wide, and shall be free of refuse, roots, heavy or stiff clay, excessive mica, or stones over one inch in size. Finished shoulder fill shall be seeded with seasonal mix as specified by Section 810 of the SCDOT Specifications for Temporary Vegetation 11. MISCELLANEOUS BERMS AND RUNOFF CONTROL: Where existing roadways have existing asphalt berms for control and channeling of runoff at driveways, catch basins, or ditch swales, the Contractor shall install replacement berms as needed to ensure future runoff discharges in the same location after resurfacing. Contractor shall be required to pave to the edge of the right-of- way on existing paved driveways. On unpaved driveways a 2-foot taper shall be provided as a transition to the gravel sections. SPECIAL CONDITIONS OF CONTACT 1. The Owner reserves the right to reject any or all Bids and waive any technicalities or informalities. 2. Specific monies have been allocated to complete this project. Should the bid exceed the funds allocated; the Owner reserves the right to award that portion of the Contract within the available funding limit. Should the actual in-place quantities exceed the estimated quantities shown, the Owner reserves the right to limit the contract work to the number of square yards shown on the bid form, or to a quantity of paving and striping at the quoted unit prices allowable by available funds. 3. The Owner may request references and experience records of the successful Bidder prior to executing a Contract. 4. The bidder acknowledges that this bid is subject to a 5% Minority Business Enterprise (MBE) and a 5% Woman owned Business Enterprise (WBE) target participation as a requirement for the work. Failure to meet this requirement does not invalidate the bid, but bidders meeting the requirement to a greater degree may be selected over a lower bid that fails to meet the MBE/WBE requirement. Please list all MBE/WBE subcontractors and suppliers with estimated contract amounts here: Minority Business Enterprise (MBE) Name Percentage Woman owned Business Enterprise (WBE) 5 P.O. Box 40 Greenwood, South Carolina 29648-0040 www.cityofgreenwoodsc.com Name Percentage 5. STANDARD OF QUALITY - Equipment, material or articles, if herein specified, are all of design or construction as selected for this Contract, and they shall be construed as being a minimum standard. Should the Bidder desire to quote on equipment, materials or articles claimed to be equal to that specified he may do so, provided that he shall submit cuts and complete descriptive matter of such other equipment, materials or articles with the submitted bid. 6. No bid may be withdrawn within sixty (60) days of the bid opening date. 7. BID BOND - Bid must be accompanied by a bid security in the amount of 5% of the total bid. 8. EXECUTION OF BONDS - Before any contract can be awarded, the successful Bidder will be required to furnish to the Owner, Performance Bond and Payment Bond in the forms substantially prescribed for execution of bids, excepting that all members shall have corporate surety satisfactory to the Owner, and authorized to conduct business in South Carolina; shall be paid for by the Contractor and shall be for 100% of the Contract Price. Following delivery of the properly executed bonds, the Owner may award the Contract. 9. TIME OF COMPLETION - TIME OF COMPLETION/DEFAULT – Weather permitting, the work to be performed under this contract shall be commenced within 45 days of the fully executed Agreement and shall be completed within 180 days (“Project Completion Time”) after the date the Agreement was fully executed. Contractor shall give written notice to the Owner within 5 days of any weather delay extending the Project Completion Time by stating the weather condition causing the delay, specific work delayed and the total time of the delay. This delay notice must be approved in writing by the City Manager. Otherwise, the project completion time will not be extended. In case of failure on the part of the Contractor to complete the work within the Project Completion Time or approved extensions thereof, the Contractor shall be liable to the Owner for all damages sustained by the Contractor’s failure to complete the work in a workmanlike manner. Time is of the essence in this contract and the Contractor shall pay to the Owner, not as a penalty, but as liquidated damages, 1% of the contract price for each calendar day that Contractor shall be in default completing the work within the Project Completion Time, as extended only by the City Manager’s written approval. Because of the difficulty of fixing damages suffered by the Owner because of such default, damages are herein agreed upon as stated. In the event Contractor defaults under the terms of this agreement, the Owner may seek all available remedies, at law and in equity, and recover all costs of enforcement of this agreement, including reasonable attorney’s fee. 10. COLLUSIVE BIDDING: More than one bid or one contract from an individual, a firm or partnership, corporation, or an association under the same name or different names will not be considered. Reasonable grounds for believing that the Bidder is interested in more than one bid for the same work will cause the rejection of all bids in which such Bidder is interested. Any or all bids will be rejected if there is any reason for believing that collusion exists among any of the Bidders; participants in such collusion will not be considered in future bids. 11. GENERAL LIABILTY INSURANCE: This insurance to be on the comprehensive form, shall protect 6 P.O. Box 40 Greenwood, South Carolina 29648-0040 www.cityofgreenwoodsc.com the Contractor, and shall be written to include the City of Greenwood against any/all claims arising from injuries to the public, or damage to property of others arising out of any act or omission of the Contractor, his agents, employees or subcontractors. The Contractor and all Subcontractors shall carry Workman’s Compensation and Employer’s Liability Insurance with the statutory limits applying to employer’s liability ($100,000.00) covering all employees employed by him or Subcontractors while engaged under this Contract. If the contractor does not provide proof of Workman’s Compensation coverage, the City will deduct an appropriate portion from the contract amount. The Contractor shall carry comprehensive general liability insurance with limits of liability not less than: Bodily Injury: $1,000,000.00 - Each Person $1,000,000.00 - Each Accident Property Damage: $1,000,000.00 - Each Accident $1,000,000.00 - Aggregate The liability coverage under this policy shall contain no exclusion relative to blasting, explosive, collapse of buildings or damage to underground property. Liability limits under this policy shall be not less than the following: Bodily Injury: $1,000,000.00 Each Person $1,000,000.00 Each Accident Property Damage: $1,000,000.00 Each Accident $1,000,000.00 Aggregate The Contractor shall carry comprehensive fleet liability policy with limits of liability not less than: Bodily Injury: $1,000,000.00 - Each Person $1,000,000.00 - Each Accident Property Damage: $1,000,000.00 - Each Accident PERMITS, FEES & LICENSES • The Contractor and any sub-contractor shall promptly pay all federal, state, and local taxes (including City of Greenwood Business License Tax) which may be assessed against it in connection with the work or its operations under the Agreement and/or the other contract documents, including, but not limited to, taxes attributable to the purchase of materials and equipment, to the performance of services, and the employment of persons in the prosecution of the work. • The selected Contractor must possess, at all times during the term of this agreement, a South Carolina General Contractor’s License with required Endorsements to perform road work. 7 P.O. Box 40 Greenwood, South Carolina 29648-0040 www.cityofgreenwoodsc.com SUBMITTAL One hard copy of the bid must be submitted no later than 10:00 AM on Monday, April 29, 2024 to be considered for award. Bids must be submitted in a sealed envelope and marked “2023 Local Paving Project”. Bidders must acknowledge acceptance of any and all amendments. A public opening will be held 5 minutes following the submittal deadline at the following location: Greenwood Municipal Building 520 Monument St, Room 230 Greenwood, South Carolina 29646 Inquiries regarding this Request for Bids should be directed to Julie Wilkie, City Manager at 864.942.8411 or julie.wilkie@gwdcity.com or in person at 520 Monument St, Room 230. APPENDIX A The following are the priority lists of the roads in the City of Greenwood to be considered under this contract. The sequence in which the final list of roads are addressed will be discussed with the Contractor. Street Width/Lengt h Sq Yds Milling (Typically 1") Milling LF Surface Treatment (1 1/2", 150 lbs/SY) ST SY Preventative Maintenanc e (3/4", 75 lbs/SY) PMO SY Deep Patch (SY) (4" depth) DP SQ YDS 1 Jones St 18' x 604' 120 8 x 604 x 1208 x 226 2 McDowell St 18' x 1137' 227 4 x 1137 x 2274 3 Leonard St 18' x 1085' 217 0 x 1085 x 2170 4 Shadowood Ln 23' x 243' 621 x 621 5 Kentucky/Southern/Vi ne 20' x 3012' 669 4 x 3012 x 6694 x 615 6 Faulkner 20' x 1414' 314 3 x 3143 7 Walnut 21' x 1647' 384 3 x 1647 x 3843 8 Alabama 21' x 1735' 404 9 x 4049 9 Utah 19' x 380' 803 x 803 10 Kentucky Ct 18 x 373' 746 x 746 x 217 11 Georgia Ave 19' x 1204' 254 2 x 2542 12 Lake St 20' x 860 191 1 x 1911 13 Glendale Ave 26' x 1175' 339 5 x 3395 14 Holly Ave 27' x 810' 243 0 x 2430 15 Lynn St 27' x 1561' 468 3 x 4683 16 Rock Knoll Dr 25' x 930' 258 4 x 930 x 2584 17 N Bethune St 24' x 1440' 384 0 x 3840 18 Lincoln Ave 19' x 680' 143 6 x 1436 19 Bunche Ave 18' x 566' 113 2 x 1132 20 Drew Ave 20' x 514' 114 3 x 1143 21 Henderson Ave 19' x 506' 106 9 x 1069 22 Yvonne 21' x 440' 102 7 x 1027 23 High St 30' x 868' 289 4 x 2894 24 McGhee Ave 20' x 762' 169 4 x 1694 25 Daniel Ct 20' x 310' 689 x 689 26 Lander St 30' x 422' 140 7 x 1407 27 Bolton St 18' x 450' 900 x 900 28 Brooklane Dr 21' x 1370' 319 7 x 3197 29 Florence St 24' x 469' 125 1 x 1251 30 Sunnyside St 26' x 490' 141 6 x 1416 31 Brooks St (1000 Block) 23' x 988' 252 5 x 2525 32 Roswell Rd 20' x 2181' 484 7 x 4847 33 Troon Ct 26' x 265' 766 x 265 x 766 34 St Andrews Ln 26' x 1104' 319 0 x 1104 x 3190 35 Deer Run Ln 26' x 2329' 672 9 x 2329 x 6729 36 Deer Run Ln (cul-de- sac) 34' x 1243' 469 6 x 1243 x 4696 37 Glen Eagle Ct 26' x 513' 148 2 x 513 x 1482 38 Carnoustie Ct 26' x 260' 752 x 260 x 752 39 Turnberry Ct 26' x 332' 960 x 332 x 960 40 Prestwick Ct 26' x 420' 121 4 x 420 x 1214 41 Sylvan Rd 30' x 1620' 540 0 x 5400 42 Brooks Stuart Dr 23' x 732' 187 1 x 1871 43 Brooks Stuart Dr (Circle) 23' x 1870' 477 9 x 4779 44 Wiley Ct 29' x 517' 166 6 x 1666 45 Bolt Ave 22' x 2212' 540 8 x 5408 46 Bond Ave 26' x 2167' 626 1 x 6261 47 Cross St 26' x 2566' 741 3 x 7413 48 Wright St 36' x 850'/30' x 1520' 846 7 x 8467 49 Holloway Ave 30' x 2321' 773 7 x 7737 50 Cotton St 20' x 286' 636 x 636 51 Olin Ave 21' x 830' 193 7 x 1937 52 Mays St 20' x 528' 117 4 x 1174 53 Watson Ext 20' x 172' 383 x 383 54 Sligh St 19' x 600' 126 7 x 1267 55 Andrews Ave (200 Block) 24' x 736' 196 3 x 1963 56 Norwood Ave 24' x 1780' 474 7 x 4747 57 Jackson Ave/Hunter St 23' x 2328' 595 0 x 5950 58 Lowell Ave 21' x 812' 189 5 x 1895 59 Hanover St 24' x 823' 219 5 x 2195 TOTALS: 14881 38562 125318 1679 BID FORM ESTIMATE UNIT PRICE UNIT TOTAL MILLING SUBTOTAL 14,881 LF $_________________/SY $ SURFACE TREATMENT 38,562 SY $_________________/SY $ PMO SUBTOTAL 125,318 $_________________/SY $ DEEP PATCH SUBTOTAL 1,679 SY $_________________/SY $ MOBILIZATION - - $ TRAFFIC CONTROL - - $ BONDS & INSURANCE - - $ TOTAL BID - - $

520 Monument St., Room 230 PO Box 40 Greenwood, SC 29648Location

Address: 520 Monument St., Room 230 PO Box 40 Greenwood, SC 29648

Country : United StatesState : South Carolina

You may also like

2024 Street Paving Project

Due: 29 Apr, 2024 (Today)Agency: Town of Teulon

Local Paving Project, 2023

Due: 29 Apr, 2024 (Today)Agency: City of Greenwood

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.