Salem Church Road 16 Water Line Extension

expired opportunity(Expired)
From: Spotsylvania(County)
23-14-AS

Basic Details

started - 25 Jan, 2023 (14 months ago)

Start Date

25 Jan, 2023 (14 months ago)
due - 09 Feb, 2023 (13 months ago)

Due Date

09 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
23-14-AS

Identifier

23-14-AS
Spotsylvania County

Customer / Agency

Spotsylvania County
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.

IFB #23-14-AS Salem Church 16 Waterline Extension 1 COUNTY OF SPOTSYLVANIA, VIRGINIA INVITATION FOR BID (IFB) #23-14-AS Salem Church Road 16 Water Line Extension January 4, 2023 Name of Soliciting Public Body: County of Spotsylvania, Procurement Division P.O. Box 215 8800 Courthouse Road, 2nd Floor Room 414 Spotsylvania, VA 22553 BID DUE DATE AND BID OPENING TIME: February 9, 2023 at 2:00 PM References to bid due date/time and bid opening date/time shall be the same throughout this solicitation or as revised in any Addendum issued for this solicitation. Sealed Bids Will Be Received until February 9, 2023 at 2:00 PM for Furnishing the Services Described Herein and then opened in public. No late bids will be accepted. Please check for updates prior to submitting a bid to ensure timely delivery to the Procurement Department and refer to Attachment A of this solicitation for INFORMATION TO BIDDERS AND SPECIFIC BID DROP OFF PROCEDURES. NON-MANDATORY PRE-BID MEETING: A non-mandatory pre-bid
meeting will be held January 19, 2023 at 1:00 PM in the Utilities Department Conference Room, located at 600 Hudgins Road, Fredericksburg, VA 22408 and also through Microsoft Teams. Meeting information may be found below. Arrangements to visit the site can be made by contacting Andrew Sukeforth at 540-507-7599 or email asukeforth@spotsylvania.va.us. Microsoft Teams Meeting Information: Join on your computer, mobile app or room device Click here to join the meeting Meeting ID: 240 507 761 770 Passcode: bFeyTC Download Teams | Join on the web Or call in (audio only) +1 929-346-6953,,543756029# United States, New York City Phone Conference ID: 543 756 029# Find a local number | Reset PIN QUESTIONS DUE DATE AND TIME: Questions from Bidders must be received by the Spotsylvania County Procurement Division by January 26, 2023 at noon. Questions must be emailed to Andrew Sukeforth, asukeforth@spotsylvania.va.us. The County is not responsible for verbal clarification of information provided by parties other than staff of the Procurement Division. mailto:asukeforth@spotsylvania.va.us https://protect-us.mimecast.com/s/VXfMCKryKli7kA4IME7Or?domain=teams.microsoft.com https://protect-us.mimecast.com/s/WE-PCL9zMmhB2oQuqEyO3?domain=microsoft.com https://protect-us.mimecast.com/s/vvDkCM8AOnfBYozuJK9_d?domain=microsoft.com tel:+19293466953,,543756029#%20 https://protect-us.mimecast.com/s/JI78CNkBQotkpnjcRu1Ec?domain=dialin.teams.microsoft.com https://protect-us.mimecast.com/s/sebQCOYDVpi1kPvhPhJTy?domain=dialin.teams.microsoft.com IFB #23-14-AS Salem Church 16 Waterline Extension 2 Bids Shall Be Mailed or Hand Delivered To: Spotsylvania County Procurement Division, P.O. Box 215, Spotsylvania, VA 22553 or hand delivered to 8800 Courthouse Road, 2nd Floor Room 414, Spotsylvania, VA 22553 (PLEASE REFER TO ATTACHMENT A - INFORMATION TO BIDDERS) All Inquiries for Information Should Be Directed To: Andrew Sukeforth, Procurement Officer II Phone: (540) 507-7599 Email: asukeforth@spotsylvania.va.us All updates are posted on the Spotsylvania County website at: http://www.spotsylvania.va.us/374/Solicitations It is the responsibility of the vendor to check back for updates. mailto:asukeforth@spotsylvania.va.us http://www.spotsylvania.va.us/374/Solicitations IFB #23-14-AS Salem Church Road 16 Waterline Extension 3 TABLE OF CONTENTS I. PURPOSE ............................................................................................................................4 II. BASIS OF AWARD ............................................................................................................4 III. INSTRUCTIONS TO BIDDERS ........................................................................................4 IV. SCOPE OF WORK ..............................................................................................................8 V. CONTRACT PERFORMANCE .........................................................................................9 VI. TERMS AND CONDITIONS: (Effective March 4, 2019) ...............................................14 ATTACHMENTS A INFORMATION TO BIDDERS B BID FORMS C SPOTSYLVANIA COUNTY TECHNICAL SPECIFICATIONS D DRAWINGS/PLANS E CONSTRUCTION GENERAL TERMS AND CONDITIONS F VENDOR REGISTRATION AND SUBSTITUTE W-9 FORM IFB #23-14-AS Salem Church Road 16 Waterline Extension 4 I. PURPOSE The County of Spotsylvania, Virginia is seeking bids from qualified Contractors to provide construction services and materials for the Salem Church Road 16 Waterline Extension. This project includes installation of approximately 625 feet of water line and all ancillary work necessary for the complete and proper construction of the waterline infrastructure. II. BASIS OF AWARD The award of a contract resulting from this Invitation for Bid shall be based on the following criteria: PRICE - The bids will be evaluated and contract award will be made to the lowest responsive and responsible Bidder in accordance with the Spotsylvania County Procurement Policy. Contract award will be based on the Total Lump Sum Bid Price, as stated on Attachment B, Bid Form. In case of arithmetic errors, the unit prices will govern. The County reserves the right to reject any and all bids in whole or in part and to waive any informalities prior to making an award. III. INSTRUCTIONS TO BIDDERS A. This competitive sealed bidding procurement shall be conducted in accordance with the Spotsylvania County Procurement Policy. The Procurement Policy is available at https://www.spotsylvania.va.us/377/Spotsylvania-County-Policies. B. Bids may be withdrawn at any time before the bid opening. A Bidder wishing to withdraw the bid after bid opening may do so in accordance with Spotsylvania Procurement Policy Section 2-24. C. Bids shall be made by utilizing, initialing and signing Attachment B, Bid Form. The Bid Form (all pages) of this IFB must be completed and returned for a Bidder to be considered responsive. Specifications incorporated into this Invitation to Bid shall be followed accordingly. D. The Response Statement of the Bid Form (Attachment B) shall be completed in a sufficient manner to allow for a detailed comparison of the IFB Specifications and the Bidders proposed construction work to ascertain adherence to the Specifications. The Bidder shall explain in the Response Statement any deviations from the Specifications. https://www.spotsylvania.va.us/DocumentCenter/View/579/Procurement-Policy-PDF https://www.spotsylvania.va.us/DocumentCenter/View/579/Procurement-Policy-PDF IFB #23-14-AS Salem Church Road 16 Waterline Extension 5 E. All inquiries for information regarding bid submission requirements or procurement procedures shall be directed to: Andrew Sukeforth, Procurement Officer II Phone: (540) 507-7599 Email: asukeforth@spotsylvania.va.us 1. Questions must be e-mailed to Spotsylvania County. All responses to inquiries will be in writing in the form of an Addendum and will be posted on the Procurement Division website at https://www.spotsylvania.va.us/374/Solicitations 2. Questions from Bidders must be received by the date and time stated on Page 1 of this Invitation for Bid. The County is not responsible for verbal clarification of information provided by parties other than Procurement Division staff. F. Bidders are responsible for familiarizing themselves with all of the requirements stated herein. G. All bids must be in a sealed envelope and clearly marked as follows: 1. It is the Bidders sole responsibility to have their bid received by the Spotsylvania County Procurement Division at the above address and by the above stated time and date. Please note that Federal Express and other overnight delivery services do not guarantee morning delivery to Spotsylvania, Virginia. Next day delivery usually arrives in mid-to-late afternoon. Also, please note that USPS deliveries require additional days [Business/Contractor Name] Sealed Bid Spotsylvania County IFB # 23-14-AS Salem Church Road 16 Water Line Extension Bid Opening: [Insert Date and Time as stated on Page 1 of this IFB, or as revised in any Addendum issued.] DO NOT OPEN mailto:asukeforth@spotsylvania.va.us IFB #23-14-AS Salem Church Road 16 Waterline Extension 6 from the post office to the Procurement Office. If you will be using one of these services for delivery of your bid, please take this information into consideration. H. Late Bids shall not be considered and will be returned to Bidder unopened if received by special carrier or not accepted if hand delivered by Bidder. The time of receipt shall be determined by the time clock stamp in the Procurement Division, Room 414. I. Inclement Weather: In the event that Spotsylvania County is closed during the scheduled times for bids to be received/bid opening or a pre-bid conference/site visit; those scheduled dates/times will occur on the next business day that Spotsylvania County is open at the appropriate times as stated in the IFB. Please contact the Procurement Officer as stated in the IFB for information pertaining to this procurement. J. Specifications incorporated into this Invitation to Bid shall be followed accordingly. Bids must be made by utilizing, signing, and submitting the respective Bid Forms. The Bid Form must include the total bid price, warranty details and exceptions to the specification (if any), to be considered responsive. The Bid Form in its entirety must be completed and returned for a Bidder to be considered responsive. K. All warranties shall commence from the date of Spotsylvania Countys acceptance of the completed work. The contractor warrants that, unless otherwise specified, all materials and equipment incorporated in the work under the contract shall be new, first-class condition, and in accordance with the contract documents. The contractor further warrants that all workmanship shall be of the highest quality and in accordance with contract documents and shall be performed by persons qualified at their respective trades. Work not conforming to these warranties shall be considered defective. This warranty of materials and workmanship separate and independent from and in addition to any of the contractors other guarantees or obligations in this contract. L. The minimum warranty/maintenance period for the construction and related accessories shall be at least two years unless otherwise specified in the Specifications incorporated herein and made part of this IFB and shall start from the date of Spotsylvania Countys acceptance of the completed work. J. BID BOND: All bids shall be accompanied by a Bid Bond from a surety company selected by the Bidder, which is legally authorized to do business in Virginia in the amount of five percent (5%) of the amount of the bid if the bid price is in an amount of or over $100,000. If the bid price is less than $100,000 the County may ask for a bid bond after the opening of the IFB and performance and payment bonds before work commences. In lieu of a Bid Bond, a Bidder may furnish a certified check or IFB #23-14-AS Salem Church Road 16 Waterline Extension 7 cash escrow in the face amount required for the bond. Such bid guarantee shall be submitted with the understanding of the following: 1. It shall guarantee that the Bidder will not withdraw his bid during the period of 150 days following the opening of bids; if his bid is accepted, he will enter into a formal Contract with Spotsylvania County in accordance with the County Agreement or Purchase Order included as a part of the Contract Documents; and the Standard Performance Bond and the Standard Labor and Material Payment Bond shall be given. And further, in the event of the withdrawal of the said bid within said period, or failure to enter into said Contract and give said Bonds within ten (10) days after he has received Notice of Award, the Bidder shall be liable to the Spotsylvania County Board of Supervisors for the lesser of (i) the difference between the Bid for which the Bond was written and the next low Bid, or (ii) the face amount of the Bid Bond. This amount represents the damage to the Spotsylvania County Board of Supervisors on account of the default of the Bidder in any particular hereof. M. As a guideline, Spotsylvania County anticipates the following timetable for selection of a Contractor. Date Activity/Event January 4, 2023 Invitation for Bid Issued March 2023 Anticipated Award N. Bid price will include freight to the specified delivery location in Spotsylvania County, Virginia, and associated insurance. It shall be the responsibility of the contractor to make all arrangements for delivery, unloading, receiving and storing materials. The County will not assume any responsibility for receiving these shipments. Contractor shall check with owner and make necessary arrangements for security and storage. O. Failure to sign the bid may disqualify it. The person signing bid shall show title or authority to bind his firm in a Contract. P. Any quantities indicated in this IFB are for informational purposes only and are not guaranteed to be purchased. Q. The prices quoted on the Bid Form shall be firm for 150 days. Prices shall be submitted in the unit of measurement specified on the Bid Form. No separate line- item charges shall be permitted for either bidding or invoicing purposes on the items IFB #23-14-AS Salem Church Road 16 Waterline Extension 8 appearing on the Bid Form, which would include but are not limited to equipment rental, detention, demurrage, drop ship charges, local freight, or any other extraneous charges. Insertion of delivery costs, disclaimers, or limitations of liability, and the like which are not expressly allowed in this IFB will be cause for rejection of the bid. R. Payment for the work included in this section will be in accordance with the unit prices, if applicable, as set forth in the bid for the quantity of worked performed. S. To perform public work in the Commonwealth of Virginia, the successful Bidder (Contractor) and any Subcontractor working for the Contractor shall hold a Contractors and Business License as required by state law and local ordinances. Bidders are required to be licensed Contractors in the Commonwealth of Virginia in compliance with Title 54.1 of the Virginia Code. The Bidder shall show evidence of compliance with these licensing requirements as a condition of the Bid being considered. The Bidders Virginia Contractors License Number shall be listed on the Bid Form of this Invitation for Bid. T. The successful Bidder (Contractor) shall have been engaged in construction of water infrastructure work for a length of time sufficient to establish his competence for providing the required management, work, and expertise. A list of 3 References for which the Contractor has provided similar work over the last 5 years similar in Scope to that which is described herein shall be provided with the Bid Package. Spotsylvania County cannot be listed as a reference. U. Any vendor transacting business with Spotsylvania County may be asked to provide proof of registration with the State Corporation Commission (SCC), as required by Sections 13.1 or Title 50 of the Code of Virginia. IV. SCOPE OF WORK The County of Spotsylvania, Virginia is seeking bids from qualified Contractors to provide Bids for the contemplated purchase of construction services and materials for construction of the Salem Church Road 16 Water Line extension in Spotsylvania County, VA. This project includes installation approximately 625 feet of water line and all ancillary work necessary for the complete and proper construction of the water infrastructure. This construction project is described in the specification titled Salem Church Road 16 Waterline Extension dated July 2022, which are found in Attachment C of the Invitation for Bid (IFB); and drawings titled Salem Church Road 16 Waterline Extension, dated October 2021 which are found in Attachment D of the IFB. Drawings titled Salem Church Road 16 Waterline Extension, dated October 2021 are available for $30.00 per set (plus shipping), as non-refundable from: IFB #23-14-AS Salem Church Road 16 Waterline Extension 9 Sullivan, Donahoe and Ingalls Attn: Rick Furnival P.E. 10720 Columbia Drive Fredericksburg, VA 22408 540-898-5878 All bid documents are available on the Countys website at: https://www.spotsylvania.va.us/374/Solicitations V. CONTRACT PERFORMANCE A. Performance, Payment Bonds Upon the award of a public construction Contract resulting from this IFB which exceeds $100,000 awarded to the successful Bidder(s) (Contractor(s), the Contractor shall furnish to Spotsylvania County Performance and Payment bonds. If a contract is under $100,000 the County may request the bonds in accordance with the Spotsylvania County Procurement Policy. The following bonds shall be furnished to Spotsylvania County: 1. Performance Bond. A Performance Bond in the penal sum of 100 percent of the dollar value of the contract conditioned upon the faithful performance of the Contract in strict conformity with the Plans, Specifications, and Terms and Conditions of the Contract. Said bond for the faithful performance of the Contract shall remain in existence for the duration of the Contract performance time period until final acceptance of the project by Spotsylvania County. 2. Payment Bond in the sum of the Contract amount. Such bond shall be for the protection of Claimants who have and fulfill contracts to supply labor or materials to the Contractor to whom the Contract resulting from this IFB was awarded or to any Subcontractors, in the prosecution of the Work provided for in such Contract, and shall be conditioned upon the prompt payment for all such material furnished or labor supplied or performed in the prosecution of the Work. Labor or materials shall include public utility services and reasonable rentals of equipment, but only for periods when the equipment rented is actually used at the Work Site. 3. Each of the above bonds shall be executed by one or more surety companies, selected by the Contractor, which are legally authorized to do business in Virginia. Bonds shall be payable to Spotsylvania County. The Contractor shall present the Performance Bond and Payment Bond to the Spotsylvania County IFB #23-14-AS Salem Church Road 16 Waterline Extension 10 Procurement Division within 10 days after receipt of a fully executed Contract and prior to any Site Work. The Performance Bond shall remain in existence for the duration of the Contract performance time period, and the Payment Bond shall remain in existence for one year after final acceptance of the Work by Spotsylvania County. In lieu of payment or Performance Bonds, the Contractors may furnish a certified check or cash escrow in the face amount required for each of the bonds and which will be held for the statutory period as applicable for each bond. B. Delivery and Installation Address The Salem Church Road 16 Waterline Extension Construction Project shall be performed in accordance with Project Specifications, Project Drawings, and as described in the Scope of Work indicated in Section IV. C. Notice to Proceed A written Notice to Proceed shall be issued by Spotsylvania County to the Contractor fixing the date on which the Contract time will commence to run and on which the Contractor shall be authorized to begin the Work. D. Pre-Construction Meeting Before commencement of construction services, a Contractor Representative shall confer with representatives of the Spotsylvania County Utilities Department and shall provide such planning, measurements, schedules etc., as are required to ensure that the planned construction activities meet the requirements of the County. At this meeting, Limits of Authority, changes, and general procedures shall be explained. E. Period of Contract Performance and Completion Date The Salem Church Road 16 Waterline Extension Construction Project shall reach substantial completion within 150 calendar days as measured from the date of the Notice to Proceed and final completion within 180 calendar days from notice to proceed. The Contractor, in submitting his bid, acknowledges that he has taken into consideration normal weather conditions. Normal weather does not mean statistically average weather, but rather means a range of weather patterns which might be anticipated based on weather data for the past ten (10) years, (i.e., conditions which are not extremely unusual). Normal weather conditions shall be determined from the public historical records available, including the U. S. Department of Commerce, IFB #23-14-AS Salem Church Road 16 Waterline Extension 11 Local Climatological Data Sheets, National Oceanic and Atmospheric Administration/Environmental Data and Information services, National Climatic Center and National Weather Service. The data sheets to be used shall be those for the locality closest to the site of the work. F. Liquidated Damages Should the contractor fail to complete the work and/or installation or any part thereof, in the time specified in the Contract Documents, the contractor shall reimburse Spotsylvania County for the additional expense and damage for each calendar day that substantial and final completion has not been achieved. The amount of such additional expense and damage incurred by reason of failure to achieve substantial completion is the per diem rate of $395.00. The amount of such additional expense and damage incurred by reason of failure to achieve final completion is the per diem rate of $ 790.00 . Such liquidated damages are in addition to any other ascertainable damage allowable by law, which Spotsylvania County sustains for the contractors breach of the contract. Spotsylvania County shall have the right to deduct liquidated damages or other such damages from any amount due, or that may become due the contractor, or the amount of such damages shall be due and collectable from the contractor or his surety. It is understood and agreed by the Contractor that any liquidated damages payable in accordance with this Agreement are not a penalty and that such sums are reasonable under the circumstances existing as of the date of execution and delivery of this Agreement. The Contractor further acknowledges and agrees that liquidated damages may be owed even though no default has occurred or been declared. G. Work Site Damages: Any damage to existing utilities, equipment or finished surfaces resulting from the performance of this contract shall be repaired to Spotsylvania Countys satisfaction at the contractors expense. H. Permits The Contractor shall be responsible for obtaining all permits as indicated in the Specifications detailed in the IFB, and Construction Drawings of this IFB. The Contractor must provide all contractors licensing information as detailed in Section V, Paragraph I below. I. Contractor and Sub-Contractor Licenses 1. Spotsylvania County requires a general contractor to provide copies of all its IFB #23-14-AS Salem Church Road 16 Waterline Extension 12 construction and business licenses to the County Code Compliance Department. 2. Upon award of a contract, and prior to work, the successful Bidder (contractor) shall be responsible for providing the Countys Code Compliance Department with the names of all contractors and sub-contractors involved with the project and copies of their Virginia Contractors Licenses, Virginia Tradesman Certificates and Spotsylvania County Business Licenses, where applicable. 3. In addition, the contractor shall complete a sub-contractor roster. This must be returned to the County Business License Office prior to final inspection of the completed work. J. Inspection 1. All material and workmanship shall be subject to inspection, examination, and test by the owner and its project inspector at any and all times during construction. The project inspector shall have authority to reject defective material and workmanship and require its correction. Rejected workmanship shall be satisfactorily corrected and rejected material shall be satisfactorily replaced with proper material without charge therefore, and the contractor shall promptly segregate and remove the rejected material from the premises. If the contractor fails to proceed at once with replacement of rejected material and/or the correction of defective workmanship, the owner may, by contract or otherwise, replace such material and/or correct such workmanship and charge the cost to the contractor, or may terminate the right of the contractor to proceed, the contractor and surety being liable for any damages. 2. Job-site inspections, tests conducted on site or tests of materials gathered on site, which the contract requires to be performed by independent testing entities, shall be contracted and paid for by the owner. Examples of such tests are the testing of cast in-place concrete, foundation materials, soil compaction, pile installations, caisson bearings, and steel framing connections. Although conducted by independent testing entities, the County will not contract and pay for tests or certifications of materials, manufactured products, or assemblies which the contract, codes, standards, etc. require to be tested and/or certified for compliance with industry standards such as Underwriters Laboratories, Factory Mutual, or ASTM. If there are any fees to be paid for such tests and certifications, they will be paid by the contractor. The contractor shall also pay for all inspections, tests, and certifications which the contract specifically requires him to perform or pay, together with any inspections and tests which he chooses to perform for his own quality control purposes. The contractor shall promptly furnish, without additional charge, all reasonable facilities, labor, and materials necessary and convenient for making such tests. Except as provided in (3) below, whenever IFB #23-14-AS Salem Church Road 16 Waterline Extension 13 such examination and testing finds defective materials, equipment, or workmanship, the contractor shall reimburse the owner for the cost of re- examination and retesting. 3. Should it be considered necessary or advisable by the County at any time before final acceptance of the entire work to make an examination of any part of the work already completed, by removing or tearing out portions of the work, the contractor shall on request promptly furnish all necessary facilities, labor and material to expose the work to be tested to the extent required. If such work is found to be defective in any respect, due to the fault of the contractor or his subcontractors, he shall defray all the expenses of uncovering the work, of examination and testing, and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the contract, the actual cost of the contractors labor and material necessarily involved in uncovering the work, the cost of examination and testing, and contractors cost of material and labor necessary for replacement shall be paid to the contractor and he shall, in addition, if completion of the work has been delayed thereby, be granted a suitable extension of time. 4. The contractor project inspector will recommend to the County that the work be suspended when in his judgment the drawings and specifications are not being followed. Any such suspension shall be continued only until the matter in question is resolved to the satisfaction of the owner. The cost of any such work stoppage shall be borne by the contractor unless it is later determined that no fault existed in the contractors work. 5. The Contractors Project Inspector has no authority to and shall not: a. Authorize deviations from the contract documents; b. Enter into the area of responsibility of the contractors superintendent; c. Issue directions relative to any aspect of construction means, methods, techniques, sequences or procedures, or in regard to safety precautions and programs in connection with the work; d. Authorize or suggest that the owner occupy the project, in whole or in part; e. Issue a certificate for payment. K. Contractors Title to Materials No materials or supplies for the work shall be purchased by the contractor or by any IFB #23-14-AS Salem Church Road 16 Waterline Extension 14 subcontractor subject to any security interest, installment or sales contract or any other agreement or lien by which an interest is retained by the seller or is given to a secured party. The contractor warrants that he has clear title to all materials and supplies which he uses in the work or for which he accepts payment in whole or in part. L. Pipeline Locations and Miss Utility The contractor shall be responsible for calling Miss Utility of Virginia at (800) 552- 7001 prior to digging at the work site. M. Modification of a Contract Change orders shall be reviewed by the project manager, Engineer, if required, and state agency, if required, for accuracy. Change orders will require signature of all parties and a detailed summary of the change in scope of work. Once review is complete change order will be submitted to the Procurement Division for review and a modification to the contract amount, if needed, will be prepared and approved by the Procurement Division Administrator. N. Retainage Retainage will be held in the amount of 5% of the contract price until final completion of project and is accepted by the County. Any payment made by the County to the Contractor shall be less a Five Percent (5%) retainage to assure faithful performance of the Work required under the Contract. All amounts retained under this provision shall be included in the Final Payment upon Final Completion. VI. TERMS AND CONDITIONS: (Effective March 4, 2019) A. Acceptance, Invoicing and Payment Spotsylvania County will make payment to the Contractor, Net 30 days or in accordance with discount terms, if offered, after receipt of an acceptable invoice for services or goods rendered resulting from this IFB. Pursuant to Virginia Code 2.2-4354, (1950, as amended), the Contractor covenants and agrees to: 1. Within seven (7) days after receipt of any amounts paid to the Contractor under the Agreement, (i) pay any subcontractor for its proportionate share of the total payment received from the County attributable to the work under the Contract IFB #23-14-AS Salem Church Road 16 Waterline Extension 15 performed by such subcontractor, or (ii) notify the County and the subcontractor, in writing, of its intention to withheld all or part of the subcontractors payment and the reason therefore; 2. Provide its federal employer identification number or social security number, as applicable, before any payment is made to the Contractor under the Agreement; 3. Pay interest at the legal rate or such other rate as may be agreed to in writing by the subcontractor and the Contractor on all amounts owed by the Contractor that remain unpaid after seven (7) days following receipt by the Contractor of payment from the County for work performed by the subcontractor under the Agreement; and 4. Include in its contracts with any and all subcontractors the requirements of 1, 2, and 3 above. B. Attorneys Fees In the event of any action brought by either party against the other to enforce any of the obligations hereunder or arising out of any dispute concerning the terms and conditions hereby created, each party shall pay their own attorneys fees, costs and expenses, except in a case of default by the Contractor, the Contractor shall be responsible for any resulting additional purchase and administrative costs including, but not limited to fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs. C. Audit Contractor shall keep and require each of its Subcontractor, if any, to keep, at no additional cost to County, full and detailed accounts of costs chargeable to County, during the project, and for five (5) years following completion. County shall be afforded full access to accounts, records, and supporting documents for review, audit, copy (such copies will be the property of County), and verification of costs. Audit access to Contractors records in lump sum or unit price areas when applicable shall be sufficient to satisfy County that all quantities meet the payments to its subcontractor and suppliers, Contractor shall remit promptly to County the amount of any adjustment resulting from audit. D. Availability of Funds IFB #23-14-AS Salem Church Road 16 Waterline Extension 16 It is understood and agreed between the parties herein that the County shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. E. Binding Effect The terms, provisions, covenants and conditions contained in any resulting contract shall apply to, insure to the benefit of, and be binding upon the parties hereto and upon their respective heirs, legal representatives, successors, and permitted assigns except as otherwise expressly provided. F. Compliance of Law The Contractor providing materials and services to the County under any contract resulting from this IFB represents and warrants to the County that it is: 1. Conforming to the provisions of the Civil Rights Act of 1964, as amended, the Virginia Fair Employment Contracting Act of 1975, as amended, and the Virginia Human Rights Act, as amended, where applicable. 2. Not employing illegal alien workers or otherwise violating the provisions of the Immigration Reform and Control Act of 1986; and Virginia Code 2.2-4311.1. 3. Complying with federal, state and local laws and regulation applicable to the performance of the services procured; and 4. In full compliance with the Virginia Conflict of Interest Act. G. Contract Award Spotsylvania County reserves the right to accept or reject any and/or all bids, and to waive informalities. Spotsylvania County reserves the right to award any contract resulting from this IFB to the lowest priced responsive and responsible Bidder, resulting in a contract that is most advantageous and in the best interest of Spotsylvania County. Spotsylvania County shall be the sole judge of the bids and the resulting contract that best serves the public interest, and Spotsylvania Countys decision shall be final. Negotiation with the Lowest Bidder: Unless all bids are cancelled or rejected, the County reserves the right granted by Virginia Code 2.2-4318 to negotiate with the lowest responsive, responsible Bidder to obtain a contract price within the funds available to the agency whenever such low bid exceeds the agencys available funds. For the purpose of determining when such negotiations may take place, the term available funds shall mean those funds which were budgeted by the agency for this contract prior to the issuance of the written Invitation for Bids. Negotiations with the low Bidder may include both modifications of the bid price and the Scope of IFB #23-14-AS Salem Church Road 16 Waterline Extension 17 Work/Specifications to be performed. The agency shall initiate such negotiations by notice to the lowest responsive, responsible Bidder that its bid exceeds the available funds and that the agency wishes to negotiate a lower contract price. The times, places, and manner of negotiating shall be agreed to by the agency and the lowest responsive, responsible Bidder. H. Contract Changes No verbal agreement or conversation with any officer, agent or employee of Spotsylvania County either before or after execution of the contract resulting from this Invitation for Bid (IFB), IFB Addendum or follow-on negotiations, shall effect or modify any of the terms or obligations contained in the contract. No alterations to the terms and conditions of the contract shall be valid or binding upon Spotsylvania County unless made in writing and where Board approval is not required, by the county Administrator or his designee. Contract Extension. This contract may be extended during the term of the existing contract for services allowed to complete any work undertaken but not completed during the original term of the contract. I. Contract Documents The contract entered into by Spotsylvania County and the Contractor shall consist of this Invitation For Bid, the Specification, any Addendum issued, the signed Bid Forms submitted by the Contractor, Spotsylvania Countys Standard Form Agreement, Purchase Order and any approved change orders issued, all of which shall be referred to collectively as the Contract Documents. Additional documents which the parties agree to include as contract documents may be set forth in the final contract. J. Definitions: 1. Contractor. The successful Bidder who enters into a contract with Spotsylvania County to provide the goods or services as specified herein. 2. County/Owner. Wherever the word "County or Owner" appears, it shall be understood to mean the Spotsylvania County Government. 3. Bidder. One who submits a competitively priced offer in response to an Invitation for Bids (IFB). 4. Informality. A minor defect of variation in a bid or proposal from the exact requirements of the Invitation to Bid, or the Request for Proposal, which does not IFB #23-14-AS Salem Church Road 16 Waterline Extension 18 affect the price, quality, quantity or delivery schedule for the goods, services or construction being procured. K. Drug-Free Workplace During the performance of this contract, the Contractor agrees to (i) provide a drug- free workplace for the Contractors employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, drug-free workplace means any site at which the performance of work is done in connection with this contract awarded to the Contractor, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. L. Ethics in Public Contracting The Contractor hereby certifies that it has familiarized itself with Article 6 of Title 2.2 of the Virginia Public Procurement Act, Section 2.2-4367 through 2.2-4377, Virginia Code Annotated, and that all amounts received by it, pursuant to a Contract resulting from this IFB, are proper and in accordance herewith. By submitting a response to this solicitation, Bidder certifies that their bid is made without collusion or fraud that they have not offered or received any kickbacks or inducements from any other Bidder, supplier, manufacturer or subcontractor in connection with their bid, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. M. Examination of Records The Contractor agrees that Spotsylvania County or any duly authorized representative shall have access to and the right to examine any and copy any directly pertinent books, documents, papers and records of the Contractor involving IFB #23-14-AS Salem Church Road 16 Waterline Extension 19 transactions related to any Contract resulting from this IFB. The period of access provided in this paragraph for records, books, documents, and papers and software which may be related to any arbitration, litigation, or the settlement of claims arising out of the performance of any subsequent contract or any subsequent Contracts with vendors shall continue until disposition of any appeals, arbitration, litigation, or claims. Contractors agrees to keep all records in accordance with the state and local retention laws including but not limited to Virginia Code 55-525.27. N. Faith-Based Organizations Pursuant to Section 2.2-4343.1 of the Code of Virginia of 1950, in all invitations to bid, requests for proposals, contracts, and purchase orders, the County does not discriminate against faith-based organizations. Faith-based Organization means a religious organization that is or applies to be a contractor to provide goods or services for programs funded by the block grant provided pursuant to the Personal Responsibility and Work Opportunity Reconciliation Act of 1996, P.L. 104-193. If Contractor is a faith-based organization, then Contractor shall give to each individual who applies for or receives goods, services, or disbursements provided pursuant to this Agreement the following notice: NOTICE Pursuant to Section 2.2-4343.1 of the Code of Virginia of 1950, as an applicant for or recipient of goods, services, or disbursements provided pursuant to a contract between the County and a faith-based organization, you are hereby notified as follows: Neither the Countys selection of a charitable or faith-based provider of services nor the expenditure of funds under this contract is an endorsement of the providers charitable or religious character, practices, or expression. No provider of services may discriminate against you on the basis of religion, a religious belief, or your refusal to actively participate in a religious practice. If you object to a particular provider because of its religious character, you may request assignment to a different provider. If you believe that your rights have been violated, please discuss the complaint with your provider or notify the County Administrator. O. Federal-Aid Provisions When the U. S. government pays all or any portion of the cost of a project, the Contractor shall observe all federal laws, rules, and regulations made pursuant to such IFB #23-14-AS Salem Church Road 16 Waterline Extension 20 laws. The work shall be subject to inspection by the appropriate federal agency. Such inspection shall in no sense make the federal government a party of the contract and will in no way interfere with the rights of either party. Contractor shall require all subcontractors to observe all federal laws, rules, and regulations made pursuant to such laws. Reporting requirements that is part of the regulation shall be followed in accordance with the federal law, rules and/or regulation made pursuant to such laws. A Duns number will be provided by the Contractor and registration with the Central Contractor Registration (CCR) shall be followed according to the federal aid provisions. P. Force Majeure In any contract resulting from this IFB, neither party shall be liable hereunder by reason of any failure or delay in the performance of its obligations hereunder (except for the payment of money) on account of strikes, industry wide material shortages, riots, insurrection, fires, flood, storm, explosions, earthquakes, pandemic flu, acts of God, war, governmental action, and labor conditions. In the case of an industry wide material shortage the Contractors shall provide to the County within 24 hours of Contractors determination that there exists an industry wide material shortage, the following: 1) a written description of the specific material alleged to be in short supply; 2) a written list of all manufacturers, wholesalers, suppliers and/or retailers from which Contractor has attempted to obtain, and/or contracted to obtain, said material; 3) a written description detailing all actions taken by Contractor to obtain said materials; 4) a written statement, signed by an authorized representative of Contractor, that Contractor has used due diligence to secure said materials in the most expeditious manner; 5) a written time frame in which Contractor anticipates that it will obtain said materials and; 6) the County, or its authorized representative, concurs that there is an industry wide shortage of the specific material so identified by contractor. Q. Freedom of Information All information submitted to the County in response to this IFB will constitute public information and pursuant to the Virginia Freedom of Information Act will be available to the public for inspection upon request. Pursuant to Virginia Code 2.2- 4342 and County Procurement Policy 3-27, a Bidder may request an exception to disclosure for trade secrets or proprietary information as such is defined under Virginia Code 59.1-336, part of the Uniform Trade Secrets Act. In order to claim this exemption, a Bidder must: (1) Submit a request in writing referencing their desire IFB #23-14-AS Salem Church Road 16 Waterline Extension 21 to invoke the protections of Virginia Code 2.2-4342; (2) Specifically identify which data or materials they wish to have protected; and (3) Articulate the rationale for why protection is necessary for the particular data or materials, to the satisfaction of the County. Failure to meet these requirements will result in the data or materials being open for inspection in response to a valid inquiry under the Virginia Freedom of Information Act and serve to waive any right of the Bidder to assert a claim against the County for disclosure of trade secrets or proprietary information. R. Governing Law In any contract resulting from this IFB, the parties agree that this agreement is governed by and shall be interpreted in accordance with the Spotsylvania County Procurement Policy and the laws of the Commonwealth of Virginia, including the Spotsylvania County Procurement Policy, and that proper venue, in the event of litigation concerning this matter, shall be in the Circuit Court of Spotsylvania County, Virginia. The parties agree that any litigation involving this Agreement shall be brought only in such court. S. Grant Funds Provision When a project is funded in part or all by grant funds, the Contractor shall observe all rules and regulations according to the grant fund award documentation. Contractor has the responsibility to comply with all grant fund reporting requirements and any or all award documentation terms and conditions. T. Headings Headings in the IFB and any resulting contract are informational only and the substance of each numbered or lettered provision shall prevail in the event of any ambiguity or inconsistency between a heading and its content. U. IFB and Bid Clarification Spotsylvania County reserves the right to request clarification of information submitted and to request additional information of one or more Bidders. Each Bidder shall examine the IFB and shall judge all matters relating to the adequacy and accuracy of such IFB. Any inquiries, suggestions or requests concerning interpretation, clarification or additional information pertaining to the IFB shall be submitted in writing to the Spotsylvania County Procurement contact listed on the first page of this IFB. Spotsylvania County shall not be responsible for oral interpretations given by an employee, representative, agent, or others. The issuance of a written IFB Addendum issued by the Spotsylvania County Procurement Division is the only official method whereby interpretation, clarification, or additional IFB #23-14-AS Salem Church Road 16 Waterline Extension 22 information can be issued. V. Insurance During the performance of any contract resulting from this IFB, the Contractor shall have and keep current insurance whichever is greater in scope or amount as follows: 1) Workers Compensation Insurance in compliance with all states in which the Contractor does business, including coverage B Employers Liability in not less that the following amounts: a. Bodily Injury by accident, $100,000 for each accident; b. Bodily Injury by disease, $500,000 policy limit; c. Bodily Injury by disease, $100,000 for each employee; 2) General Liability Insurance in amount not less than $1,000,000 for any occurrence involving bodily injury, and not less than $1,000,000 for any occurrence involving property damage. This coverage shall include contractual liability, broad form property damage, independent contractors, and personal injury; 3) Automobile Liability Insurance in an amount not less than $1,000,000 combined single limit bodily injury and property damage. This coverage shall include liability for the use of hired and non-owned vehicle. The General Liability and Automobile Liability insurance policies specified herein shall name Spotsylvania County as additional insured with regard to work performed under any contract resulting from this IFB. The Contractor shall provide Spotsylvania County with copies of certificates of insurance coverage and proof of payment of all premiums. These certificates shall have provisions for notifying Spotsylvania County if there is any change in liability insurance. The insurance required shall have been issued by a company rated A as reported in the current edition of Bests Key Rating Guide, published by Alfred M. Best Company, Inc. W. Interpretation Words of any gender used in a resulting contract shall be held and construed to include any other gender, and words in the singular number shall be held to include the plural, and vice versa, unless the context otherwise requires. X. Non-Collusion IFB #23-14-AS Salem Church Road 16 Waterline Extension 23 The party submitting the foregoing IFB hereby certifies that such IFB is genuine and not collusive or sham; that said Bidder has not colluded, conspired, connived or agreed, directly in indirectly, with any Bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person to fix the bid price or affiant or of any Bidder, or to fix any overhead, profit or cost element of said IFB price, or of that of any other Bidder, or to secure any advantage against the County or any person interested in the proposed contract; and that all statements in said IFB are true. Y. Non-Discrimination Any contract resulting from this IFB and every contract, sub-contract, or purchase order there under shall include the following provisions according to 2.2-4311Code of Virginia: During the performance of a contract, the Contractor agrees as follows: 1) The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicant for employment, notices setting forth non-discrimination clause. 2) The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such contractor is an equal opportunity employer. 3) Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirement. The Contractor will include the provisions in the foregoing paragraphs a, b, and c in every contract, subcontract, or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor associated with Spotsylvania County. Z. Partial Invalidity In the event any one or more of the provisions of a contract resulting from this IFB are found by a court of competent jurisdiction to be invalid or unenforceable, the remaining provisions of the contract shall remain in full force and effect. AA. Release and Ownership of Information IFB #23-14-AS Salem Church Road 16 Waterline Extension 24 Spotsylvania County shall make a good faith effort to identify and make available to the Contractor all non-confidential technical and administrative data in Spotsylvania Countys possession which Spotsylvania County may lawfully release including, but not limited to contract specifications, drawings, correspondence, and other information specified and required by the Contractor and relating to its work under this Contract. Spotsylvania County reserves its rights of ownership to all material given to the Contractor by Spotsylvania County and to all background information, documents, and computer software and documentation developed by the Contractor in performing any Contract resulting from this IFB. No reports, information or data given to or prepared by the Contractor under the resulting Contract shall be made available to any individual or organization by the Contractor without the prior written approval of Spotsylvania County, which approval Spotsylvania County shall be under no obligation to grant. As may be allowed by law, any information, ideas, or concepts that the County receives during the procurement process from any Bidders IFB response, any discussion or interview with the Bidder or as a result of any portion of the procurement process for the services described in this Invitation for Bid shall become the property of Spotsylvania County. Spotsylvania County may use this information for any purpose without compensation to the Bidder from whom the information was received. BB. Rights and Responsibilities of Contractor The Contractor shall indemnify, defend and hold harmless the County and its representatives from any and all claims, suits and actions for injury or damage sustained by any person or property from any act or omission by Contractor and/or its Contractors or employees, or anyone else for who Contractor is or may be responsible. This section shall survive the termination this agreement. The Contractor in any contract resulting from this IFB shall pay all royalties and license fees necessary for performance of the contract. The Contractor shall defend all suits or claims for infringement of any patent rights or any other proprietary rights arising from or related to performance of the resulting contract and shall save Spotsylvania County harmless from any and all loss, including reasonable attorneys' fees, on account thereof. CC. Subcontractor and Assignments The Contractor shall not sublet or assign or transfer any interest in this Contract or any portion thereof without the prior written consent of Spotsylvania County of which Spotsylvania County shall be under no obligation to grant. In seeking consent for IFB #23-14-AS Salem Church Road 16 Waterline Extension 25 any subcontract or assignment, the Contractor shall furnish all information required by Spotsylvania County to permit Spotsylvania County to ascertain the qualifications of the proposed Subcontractor to perform the work, and the Contractor shall submit a copy of the subcontract to Spotsylvania County for approval. The subcontractor shall incorporate by reference all provisions and conditions of the contract resulting from this solicitation. Spotsylvania Countys approval of a Subcontractor shall not relieve the Contractor of any of its responsibilities, duties or liabilities hereunder. The Contractor shall continue to be responsible to Spotsylvania County for performance of the Subcontractor and the Subcontractor, for all purposes, shall be deemed to be an agent or employee of the Contractor. Nothing in the Contract resulting from this RFP or any subcontract shall create any contractual relationship between any Subcontractor and Spotsylvania County. DD. Tax Exemption The County of Spotsylvania as a public body politic and corporate of the Commonwealth of Virginia, is exempt from any Federal excise tax and Virginia sales and use tax for purchases made by the County. EE. Termination Spotsylvania County shall have the right to terminate at Spotsylvania Countys convenience, with or without cause, any contract resulting from this IFB by specifying the date of termination in a written notice. In this event, the Contractor shall be entitled to just and equitable compensation for any authorized satisfactory work done or any items/materials accepted by Spotsylvania County. FF. Testing and Inspection Spotsylvania County reserves the right to conduct any test/inspection it may deem advisable to assure goods and services conform to the specifications prior to award. GG. Transportation and Packaging By submitting their bid, all Bidders certify and warrant that the price offered for FOB destination includes only the actual freight rate costs at the lowest and best rate and is based upon the actual weight of the goods to be shipped. IFB #23-14-AS Salem Church Road 16 Waterline Extension 26 ATTACHMENT A - INFORMATION TO BIDDERS The Spotsylvania County Procurement Office located in the Marshall Center is closed to the public and open only on an appointment basis. Please note that bids will be received at the Spotsylvania County Snow Library side of the building at the Marshall Center, 8800 Courthouse Road, Spotsylvania, VA 22553. The Bidder has the sole responsibility to have their bid received by the Spotsylvania County Procurement Division at the address listed on the IFB and by the stated date and time as listed in the Information for Bid. If you hand deliver your bid, Bidders need to go to the Snow Library side of the Marshall Building, not the Snow Library and go to the two white double doors located beside the Procurement Division sign and call the Procurement Office (540-507-7503). Someone from the Procurement Office will come to the door to receive your bid. Bidders are encouraged to submit their bid early in order to ensure the bid is received on time. Please note that Federal Express and other overnight delivery services do not guarantee morning delivery to Spotsylvania, Virginia. Next day delivery usually arrives in mid-to-late afternoon. Also, please note that USPS deliveries require additional days from the post office to the Procurement Office. If you will be using one of these services for delivery of your bid, please take this information into consideration, you may also want to let the mail carrier know the Building is locked. Bidders are advised to call the Procurement Office to confirm if your bid was received. Late bids shall not be considered and will be returned to Bidders unopened if received by special carrier or not accepted if hand delivered by Bidders. The time of receipt shall be determined by the Procurement time clock stamp. In the event that Spotsylvania County is closed during the scheduled times for bid receipt, it will occur on the next business day that Spotsylvania County is open at the appropriate times as stated in the IFB. No exceptions will be made in this situation. Please contact the Procurement Officer as stated in the IFB for information pertaining to this procurement. od _ Courthouserra IFB #23-14-AS Salem Church Road 16 Waterline Extension Page 1 of 6 ATTACHMENT B - BID FORMS In compliance with this Invitation for Bid, Addenda and to all the Terms and Conditions imposed therein and hereby incorporated by reference, the authorized undersigned offers and agrees to furnish the goods/services at the price(s) indicated on the Bid Form, in accordance with this Signed Bid Form. The Signee of this Bid Form must be an authorized Officer of the Company. (Please include any documentation of authority. For example, resolution of the board of directors, articles of incorporation, etc.) Name and Address of Firm: ___________________________________________ Date: ___________________________________________ By: (Signature in Ink) ___________________________________________ Name: (Please Print) _________________________Zip Code: _________ Title: EIN:_______________________________________ E-mail: Phone: ( ) Fax: ( ) If Corporation or LLC, list State of Incorporation or Corporation: Contractor License Number: Commonwealth of Virginia State Corporation Commission Number: (ATTACH A COPY OF YOUR STATE CORPORATION COMMISSION CERTIFICATE AND A LIST OF OFFICERS) Unique Entity Identifier (UEI#) - D-U-N-S Number: The named party hereby submits a bid in response to this Spotsylvania County IFB to furnish construction services and materials as described in the Specification and bid form to this IFB. The entire Bid form, including Response Statement, license certifications, and any supplemental materials required to be provided by the bidder pursuant to the terms and conditions of the IFB, constitute the entire bid submission. The party hereby certifies that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly in directly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion or communication or conference, with any person to fix the bid price or affiant or any bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against Spotsylvania County or any person interested in the proposed contract. The party submitting the forgoing bid acknowledges the provisions, terms and conditions of this IFB including all attachments and addenda, and agrees to be bound by those provisions, terms and conditions. Further, the party certifies that all information submitted in response to this IFB is correct and true. Receipt of the following Addenda are acknowledged: Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated (RETURN THIS FORM) IFB #23-14-AS Salem Church Road 16 Waterline Extension Page 2 of 6 ATTACHMENT B - BID FORMS SCHEDULE OF VALUES BID ITEM NUMBER ITEM DESCRIPTION ESTIMATED QUATITY UNIT UNIT PRICE TOTAL PRICE 1 Mobilization and Utility Mark Out 1 L.S. $ _________ $ ________ 2 16-Inch Ductile Iron Water Pipe, CL. 52, Zinc-Coated With Bio-Wrap 625 L.F. $ _________ $ ________ 3 16-Inch 11.25o Bend 3 EA. $ _________ $ ________ 4 16-Inch 22.50o Bend 2 EA. $ _________ $ ________ 5 16-Inch 45.00o Bend 4 EA. $ _________ $ ________ 6 Concrete Curb and Gutter 30 L.F. $ _________ $ _________ 7 Concrete Sidewalk, 4 Thick 310 S.Y. $ _________ $ ________ 8 Asphalt Pavement Restoration 160 S.Y. $ _________ $ ________ 9 Silt Fence 590 L.F. $ _________ $ ________ 10 Safety Fence 40 L.F. $ _________ $ ________ 11 Inlet Protection 4 EA. $ _________ $ ________ 12 Topsoiling, Fertilizing, and Seeding 440 S.Y. $ _________ $ ________ 13 Traffic Control 1 L.S. $ _________ $ ________ 14 Allowance Testing and Lab Testing 1 L.S. $5,000.00 $5,000.00 15 Sampling Station 1 EA. $ _________ $ _________ TOTAL LUMP SUM BID PRICE $____________________________________________ IFB #23-14-AS Salem Church Road 16 Waterline Extension Page 3 of 6 ATTACHMENT B - BID FORMS RESPONSE STATEMENT This Response Form is to be completed by the Bidder to more specifically describe and define the proposed services. Any deviations from the IFB specifications shall be stated on this form or attached to this form. 1. Item Description Salem Church Road 16 Waterline Extension 2. Deviations from IFB Specifications Sign below to confirm accuracy of Bid Form and conformity with provisions of IFB #23-14-AS Name of Firm: Signature: (RETURN THIS FORM) IFB #23-14-AS Salem Church Road 16 Waterline Extension Page 4 of 6 ATTACHMENT B - BID FORMS SUBCONTRACTOR IDENTIFICATION SHEET Bidder proposes to use the following Subcontractors who will perform work on this project. Name of Firm, Address, and Contact Person By Subcontractor Work to be Performed by Subcontractor Value of work to be completed Sign below to confirm accuracy of Bid Form and conformity with provisions of IFB #23-14-AS Name of Firm: Signature: (RETURN THIS FORM) IFB #23-14-AS Salem Church Road 16 Waterline Extension Page 5 of 6 ATTACHMENT B - BID FORMS REFERENCES A list of 3 References for which the Contractor has provided similar work over the last 5 years similar in Scope to that which is described herein shall be provided with the Bid Package. Spotsylvania County cannot be listed as a reference. Please list references below: Company Name: Service Dates: From: To: Address: Point of Contact Name: Phone: (_________) Email: Addtl. Information: Company Name: Service Dates: From: To: Address: Point of Contact Name: Phone: (_________) Email: Addtl. Information: Company Name: Service Dates: From: To: Address: Point of Contact Name: Phone: (_________) IFB #23-14-AS Salem Church Road 16 Waterline Extension Page 6 of 6 Email: Addtl. Information: Sign below to confirm accuracy of Bid Form and conformity with provisions of IFB #23-14-AS Name of Firm: Signature: (RETURN THIS FORM) Attachment C - Technical Specifications - Salem Church Road Waterline July 2022 SUMMARY 011000 - 1 SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Contractor's use of site and premises. 4. Coordination with occupants. 5. Work restrictions. 6. Specification and Drawing conventions. 1.2 PROJECT INFORMATION A. Project Identification: Salem Church Road Waterline 1. Project Location: Salem Church Road, Spotsylvania County B. Owner: Spotsylvania County 1. Owner's Representative: Ronnie Baker C. Engineer: Sullivan, Donahoe and Ingalls PC 1. Engineer's Representative: Rick Furnival 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. Approximately 625 linear feet of 16 waterline along Salem Church Road, near the existing library site and other Work indicated in the Contract Documents. 1.4 CONTRACTOR'S USE OF SITE AND PREMISES A. Restricted Use of Site: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Limits on Use of Site: Limit use of Project site to Work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. Salem Church Road Waterline July 2022 SUMMARY 011000 - 2 1. Driveways, Walkways, and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Alternate access from Salem Run Road may be used to maintain site access during disturbance of Salem Church Road entrance. Do not use these areas for parking or for storage of materials. C. Condition of Existing Grounds: Maintain portions of existing grounds, landscaping, and hardscaping affected by construction operations throughout construction period. Repair damage caused by construction operations. 1.5 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and existing adjacent building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. 1.6 WORK RESTRICTIONS A. Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets, work on public streets, rights of way, and other requirements of authorities having jurisdiction. B. On-Site Work Hours: Must comply with traffic maintenance plan and Spotsylvania County requirements. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than two (2) days in advance of proposed utility interruptions. 2. Obtain Owners written permission before proceeding with utility interruptions. 1.7 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Text Color: Text used in the Specifications, including units of measure, manufacturer and product names, and other text may appear in multiple colors or underlined as part of a hyperlink; no emphasis is implied by text with these characteristics. Salem Church Road Waterline July 2022 SUMMARY 011000 - 3 3. Hypertext: Text used in the Specifications may contain hyperlinks. Hyperlinks may allow for access to linked information that is not residing in the Specifications. Unless otherwise indicated, linked information is not part of the Contract Documents. 4. Specification requirements are to be performed by Contractor unless specifically stated otherwise. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 011000 Salem Church Road Waterline October 2022 MEASUREMENT AND PAYMENT 01130 - 1 SECTION 01130 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 GENERAL A. The Contractor shall receive and accept the compensation provided in the Proposal and the Contract as full payment for furnishing all labor, materials, tools, equipment and services for performing all operations necessary to complete the work under the Contract, and also in full payment for all loss or damages arising from the nature of the work, or from any discrepancy between the actual quantities of work and the quantities herein estimated by the Engineer, or from action of the elements or from any unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the Owner. B. The lump sum and unit prices stated in the Proposal include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation, patent fees and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the work as shown on the Contract Drawings and specified herein. The basis of payment for a lump sum item shall be broken down and detailed in the Schedule of Values in accordance with the description of that item in this section. C. The Contractors attention is called to the fact that the quotations for the various items of the work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been defined by a Bid Form, he must bring this to the attention of the Owner during the bid question period. If the Owner finds the request to be valid, it may be added to the bid form. If the request is found to be incidental, the contractor shall include the cost for that work in some other applicable bid item, so that his proposal for the work reflects his total price for completing the work in its entirety. D. Items listed as CONTINGENT UNIT PRICE ITEMS in the proposal are to be used and will be paid for only at the written direction and authorization of the Engineer, if agreed to by the Owner. Payment under this section will be made for materials furnished and placed in addition to those shown or beyond the limits indicated or reasonably inferred by the Contract Documents. Measurement and payment will be in accordance with the proposal and will include, but not necessarily be limited to, furnishing, hauling, placing and installing of materials and the furnishing of such manpower and equipment as required to accomplish the work as directed in writing by the Engineer. E. Alterations 1. The Owner reserves the right to change the alignment, grade, form, length, dimensions or material of the work under the contract, whenever conditions or obstructions are met that render the changes desirable or necessary. All such alterations shall be paid for under the total lump sum bid or at a unit price bid for these items of work, except as follows: a. In the case that such alterations make the work less expensive to the Contractor, a proper deduction shall be made from the contract prices and the Contractor shall Salem Church Road Waterline October 2022 MEASUREMENT AND PAYMENT 01130 - 2 have no claim on this account for damages or for anticipated profits on the work that may be dispensed with. b. In the case such alterations make the work more expensive to the Contractor, a proper addition shall be made to the contract prices. c. Any additions or subtractions to the contract prices shall be proposed by the Contractor and then reviewed by the Engineer and approved by the Owner. d. In case the quantity of work in individual unit price items of work increases or decreases greater than 25% of the bid quantity, unit prices may be renegotiated. F. Engineer May Increase or Decrease Quantities 1. The Engineer reserves the right to increase or decrease the quantity of material to be furnished or work to be done under the Contract whenever he deems it advisable or necessary. Such increase or decrease shall in no way violate or invalidate the Contract. 2. For the unit price items included in the bid, the Contractor will be paid for the actual amount of the authorized work done or material furnished under each item of the proposal, at the unit price bid for that item. In case the quantity of any item is increased, the Contractor shall not be entitled to compensation over and above the unit bid for each item. In case the quantity is decreased, the Contractor shall have no claim for damages on account of loss of anticipated profits because of such decrease. 3. For the contingency items, the Contractor shall be paid for actual quantities installed, on written order of the Engineer. G. Except as modified herein, measurement and payment shall be in accordance with the GENERAL CONDITIONS, Article 10 Cost of the Work, Allowances, Unit Price Work and Article 15 Payments and Completion. 1.2 MEASUREMENT A. The quantities for payment under this Contract shall be determined by actual measurement of the completed items, in place and accepted by the Owner, in accordance with the General Conditions. A representative of the Contractor shall witness all field measurements. 1.3 PAYMENT A. Payments during the course of the work for unit price items will be made on the basis of actual amount of the work item installed at the end of the pay period. Determination of the amount of the work item installed shall be made by the Contractor and reviewed and approve by the Engineer and Owner. Payments during the course of the work for lump sum items will be made on the basis of percentage of completion of the work items listed in the Schedule of Values for each lump sum item. The Schedule of Values shall be prepared by the Contractor and submitted to the Engineer within 15 days of the execution of the contract and shall serve as a breakdown of the lump sum bid for the purpose of arriving at a basis for the monthly estimate. The Schedule of Values shall be broken down into categories and each category further broken down into each applicable specification section. The schedule shall add up to 100% of the Lump Sum Bid. Salem Church Road Waterline October 2022 MEASUREMENT AND PAYMENT 01130 - 3 1.4 ITEMS PART A WATER LINE A. Item 1: Mobilization and Utility Mark Out 1. Payment for Mobilization and Utility Mark Out shall be made at the Lump Sum price provided. 2. No measurement shall be made for this item. 3. The Lump sum cost for mobilization and utility mark out shall include such items as field location all utilities, bonds, insurance, stakeout, equipment and labor mobilization, field office, progress photographs, project sign, permits, shop drawings, Contractors test pits, and other incidental items required prior to commencement of construction. Mobilization and Utility Mark Out shall not exceed 5.0% of the total price bid. Application for maximum 50% payment of mobilization may be made on the first Request for Payment. B. Item 2: 16 Dia. Ductile Iron Water Pipe, CL. 52, Zinc-Coated, With V-BioWrap 1. Payment for ductile iron water pipe of the specified diameter and pressure class, zinc- coated and with V-Bio Wrap shall be made at the unit price provided per linear foot for the lengths of pipe actually installed, complete in place. Lengths designated fully restrained shall be restrained throughout, while lengths that are designated partially restrained shall be restrained per County standards. 2. Measurement of lengths will be made horizontally, along the centerline of the pipe. No deductions will be made in the measured length for manholes, gates, bends, tees, and wyes. 3. The unit price provided per linear foot shall include all labor, materials, tools, equipment and services for furnishing and installing the specified diameter and specified pressure class, zinc-coated and with V-Bio Wrap ductile iron pipe waterline per the most current version of Spotsylvania Countys Water and Sewer Design & Construction Standards including, but not limited to; traffic control, pavement removal, excavation including rock if required, all tree removal and clearing, removal and disposal of the existing pipe, all temporary bypass pumping operations, laying of the pipe, including pipe bedding (No. 57 stone, restraints where indicated or required by County standards, trench support, dewatering, making of joint connections, temporary blocking, cleanup, removal and disposal of all unsuitable and excess material, backfill and surface materials, including the replacement of gravel, asphalt, and concrete driveways, and seeding and mulching, and all restoration required to restore disturbed areas to a condition equal to or better than pre- construction conditions, and other incidental items required for the proper operation of the waterline. C. Items 3 through 5: Waterline Fittings [Tees, Plugs, Butterfly Valves, Bends, Gate Valves & Boxes, and Tapping Sleeve and Tapping Valve] 1. Payment for furnishing and installing various Ductile Iron Pipe waterline fittings, at all depths of unclassified excavation, of the specified diameter and of the specified Pressure Class [Class 52] will be made at the unit price provided per each for the various fittings. 2. No measurement shall be made for these items. Salem Church Road Waterline October 2022 MEASUREMENT AND PAYMENT 01130 - 4 3. The unit price provided per each fitting shall include all labor, materials, tools, equipment and services for connection to the waterline pipe per the most current version of Spotsylvania Countys Water and Sewer Design & Construction Standards including, but not limited to; traffic control, excavation, pavement removal, excavation including rock if required, testing, cleanup, removal and disposal of all unsuitable and excess material, replacement of grass, sod, shrubs, backfill and surface materials, including the replacement of gravel, asphalt, and concrete driveways, and seeding and mulching and all restoration required to restore disturbed areas to a condition equal to or better than pre-construction conditions, and other incidental items required for the proper operation of the waterline line. D. Item 6: Concrete Curb and Gutter 1. Payment for furnishing and installing Concrete Curb and Gutter in accordance with the latest edition of VDOT Road and Bridge Specifications and matching existing conditions as detailed on the Plans shall be made at the unit price provided actually installed, compete in place. 2. Measurement of lengths will be made horizontally, along the centerline of the curbline. 3. The unit price provided per linear foot shall include all labor, materials, tools, equipment and services for furnishing and installing the concrete curb and gutter as detailed on the Plans and in accordance with VDOT standards including, but not limited to, traffic control, excavation including rock if required, testing, cleanup, removal and disposal of all unsuitable and excess material, and all restoration required to restore disturbed areas to a condition equal to or better than pre-construction conditions, and other incidental items required for the proper operation of the curb and gutter. E. Items 7 and 8: Concrete Sidewalk and Asphalt Pavement Restoration 1. Payment for furnishing and installing concrete sidewalks and asphalt pavements shall be made at the unit price provided per square yard actually installed, complete in place. 2. Measurement shall be made for these items in the field. 3. The unit price provided per square yard of pavement restoration made in accordance with VDOT standards shall include all labor, materials, tools, equipment and services for the restoration of concrete pavements (sidewalk) and asphalt pavements including, but not limited to; traffic control, excavation, pavement removal, excavation including rock if required, testing, base material equal to existing materials and depth, cleanup, removal and disposal of all unsuitable and excess material, and all restoration required to restore disturbed areas to a condition equal to or better than pre-construction conditions, and other incidental items required for the proper operation of the waterline. F. Items 9 and 10: Silt Fence and Safety Fence 1. Payment for furnishing, installing, maintaining and removing silt fencing and safety fencing shall be made at the respective unit price provided per linear foot for lengths of silt fencing and safety fencing actually installed and removed. Salem Church Road Waterline October 2022 MEASUREMENT AND PAYMENT 01130 - 5 2. Measurement lengths shall be made horizontally, along the center of the fence. The actual length of the fence installed will be paid at 90% of the unit price provided, the remainder of the unit price (10%) will be paid upon removal and proper disposal of the fence. 3. The unit price provided per each linear foot of silt fence and safety fence shall include all labor, materials, tools, equipment, and services for installing, as well as removal and proper disposal of the fence including, but not limited to; excavation including rock if required, storage of excavated materials, backfill, installation of posts, installation of fence mesh, maintenance, replacement as required and any other incidental items required for the proper operation of the silt fencing, super silt fencing, and safety fencing. G. Item 11: Inlet Protection 1. Payment for inlet protection shall be made at the respective unit price provided per each of the inlet maintained, complete in place, and removed upon the completion of work. 2. No measurement shall be made for this item. 3. The unit price provided for inlet protection shall include all labor, materials, tools, equipment, and services for furnishing and installing the inlet protection including, but not limited to, maintenance and other incidental items required for proper operation of each inlet, actually placed and removed. H. Item 12: Topsoiling, Fertilizing, and Seeding 1. Payment for furnishing and installing topsoil, seeding, fertilizing, and mulch shall be made at the unit price provided per square yard of permanent seeding, fertilizing, and mulch installed, complete in place. 2. Measurement for square yards of topsoil, seeding, fertilizing, and mulch shall be made in the field. 3. The unit price provided for each square yard of topsoil, seeding, fertilizing, and mulch shall include all labor, materials, tools, equipment, and services for furnishing and installing topsoil, seeding, fertilizing, and mulch including, but not limited to; handling and placing of topsoil, fine grading, handling and placing of permanent seed, temporary seeding as required to stabilize disturbed areas, handling and placing of mulch and wetland seeding, handling and placing of fertilizer and lime, watering, testing and any other incidental items required for proper growth in the seeded area. I. Item 13: Traffic Control 1. Payment for all labor, materials, tools, and equipment to perform traffic control work as shown on the Contract Drawings and specified in the Specifications shall be made at the lump sum cost for the item Traffic Control. 2. No measurement shall be made for this item. 3. Lump sum cost for traffic control shall include such items as drums, cones, flagmen, and other incidental items required to provide traffic control in accordance with VDOT standards. Salem Church Road Waterline October 2022 MEASUREMENT AND PAYMENT 01130 - 6 J. Item 14: Allowance for Testing and Lab Testing Services 1. Payment for Testing and Lab Testing Services shall be made up to the $5,000 allowance for Testing and Lab Testing actually performed. 2. No measurement shall be made for this item. 3. The allowance for testing and lab testing performed shall include all labor, materials, tools, equipment and services for performing field compaction test and associated lab testing including, but not limited to; testing, cleanup, removal and disposal of all unsuitable material, replacement of sod, shrubs, backfill and surface materials, including the replacement of gravel, asphalt and concrete driveways, including restoration required to restore disturbed areas to a condition equal to or better than pre-construction conditions, and other incidental items required for the proper function and maintenance of the waterline. K. Item 15: Sampling Station 1. Payment for furnishing and installing a Sampling Station as shown on the Spotsylvania Countys Water and Sewer Design & Construction Detail W12 and attached to the Specifications shall be made at the unit price provided per each for the item Sampling Station. The Sampling station shall be installed near the Fire Hydrant at station 6+85. 2. No measurement shall be made for this item. 3. The unit price provided per each Sampling Station shall include all labor, materials, tools, equipment and services for furnishing and installing the Sampling Station and connection to the waterline pipe per the most current version of Spotsylvania Countys Water and Sewer Design & Construction Standards including, but not limited to; traffic control, excavation, pavement removal, excavation including rock if required, testing, cleanup, removal and disposal of all unsuitable and excess material, replacement of grass, sod, shrubs, backfill and surface materials, including the replacement of gravel, asphalt, and concrete driveways, and seeding and mulching and all restoration required to restore disturbed areas to a condition equal to or better than pre-construction conditions, and other incidental items required for the proper furnishing, installation, and operation of the Sampling Station. 1.5 PAYMENT FOR MATERIALS NOT INCORPOATED INTO THE WORK A. Storage of Materials 1. Payment for equipment and materials stored on the site, or elsewhere as specified in the GENERAL CONDITIONS, and not actually incorporated in the work will be made on the basis of 90% of the amount of paid invoices submitted to the Engineer for incorporation in the monthly estimate. B. Authorization for Payment Salem Church Road Waterline October 2022 MEASUREMENT AND PAYMENT 01130 - 7 1. Payment will be authorized after the delivery to the construction site or other approved location and after being certified by the Engineer as being stored in conformation with the manufacturers recommendations and satisfactory evidence is provided that the items are as specified. 2. Title to all items of equipment and materials upon which payment has been made shall rest with the Owner and documents transferring title shall be executed by the Contractor. Transfer of ownership shall not relieve the Contractor of continuing insurance coverage and of protecting stored items against damage, deterioration, theft or loss of any kind. 3. Should materials or equipment become damage or be stored improperly or contrary to the manufacturers recommendations, being therefore subject to later damage, then the Engineer will reduce the next following monthly payment by an amount sufficient to repair or replace such units. 4. To initiate a request for partial payment the Contractor shall submit his request in writing to the Engineer with all necessary evidence. 5. Items of material or equipment to which partial payment applies includes and is limited to the following: a. Waterline Bends, Butterfly Valves, and Gate Valves & Boxes b. Allowances as determined and directed by the engineer END OF SECTION 01130 Salem Church Waterline July 2022 TEMPORARY TREE AND PLANT PROTECTION 015639 - 1 SECTION 015639 - TEMPORARY TREE AND PLANT PROTECTION PART 1 - GENERAL 1.1 SUMMARY A. Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. 1.2 DEFINITIONS A. Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction and noted on Drawings. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: 1. Include plans, elevations, sections, and locations of protection-zone fencing and signage, showing relation of equipment-movement routes and material storage locations with protection zones. C. Samples: For each type of the following: 1. Protection-Zone Fencing: Assembled Samples. D. Tree Pruning Schedule: Written schedule detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. 1.5 INFORMATIONAL SUBMITTALS A. Existing Conditions: Documentation of existing trees and plantings indicated to remain, which establishes preconstruction conditions that might be misconstrued as damage caused by construction activities. Salem Church Waterline July 2022 TEMPORARY TREE AND PLANT PROTECTION 015639 - 2 1.6 FIELD CONDITIONS A. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Moving or parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. B. Do not direct vehicle or equipment exhaust toward protection zones. C. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. PART 2 - PRODUCTS 2.1 MATERIALS A. Protection-Zone Fencing: Fencing fixed in position and meeting the following requirements: 1. Plastic Protection-Zone Fencing: Plastic construction fencing constructed of high-density extruded and stretched polyethylene fabric with 2-inch (50-mm) maximum opening in pattern and supported by tubular or T-shape galvanized-steel posts spaced not more than 96 inches (2400 mm) apart. High-visibility orange color. a. Height: 48 inches (1200 mm) PART 3 - EXECUTION 3.1 EXAMINATION A. Erosion and Sedimentation Control: Examine the site to verify that temporary erosion- and sedimentation-control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. 3.2 PREPARATION A. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. Salem Church Waterline July 2022 TEMPORARY TREE AND PLANT PROTECTION 015639 - 3 3.3 PROTECTION ZONES A. Protection-Zone Fencing: Install protection-zone fencing along edges of protection zones in a manner that will prevent people from easily entering protected areas except by entrance gates. 1. Posts: Set or drive posts into ground one-third the total height of the fence without concrete footings. Where a post is located on existing paving or concrete to remain, provide appropriate means of post support acceptable to Engineer. B. Maintain protection zones free of weeds and trash. C. Maintain protection-zone fencing in good condition as acceptable to Engineer and remove when construction operations are complete and equipment has been removed from the site. 3.4 EXCAVATION A. General: Excavate at edge of protection zones and for trenches indicated within protection zones according to requirements in Section 312000 "Earth Moving" unless otherwise indicated. 3.5 CROWN PRUNING A. Prune branches that are affected by temporary and permanent construction. Prune branches as directed. 1. Prune to remove only injured, broken, dying, or dead branches unless otherwise indicated. Do not prune for shape unless otherwise indicated. 2. Do not remove or reduce living branches to compensate for root loss caused by damaging or cutting root system. 3. Pruning Standards: Prune trees according to ANSI A300 (Part 1Cut branches with sharp pruning instruments; do not break or chop. B. Do not paint or apply sealants to wounds. C. Chip removed branches and dispose of off-site. 3.6 REPAIR AND REPLACEMENT A. General: Repair or replace trees, shrubs, and other vegetation indicated to remain or to be relocated that are damaged by construction operations, in a manner approved by Engineer. 1. Perform repairs of damaged trunks, branches, and roots within 24 hours. 2. Replace trees and other plants that cannot be repaired and restored to full-growth status, as determined by Engineer. Salem Church Waterline July 2022 TEMPORARY TREE AND PLANT PROTECTION 015639 - 4 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove excess excavated material, displaced trees, trash, and debris and legally dispose of them off Owner's property. END OF SECTION 015639 Salem Church Road Waterline July 2022 TEMPORARY STORM WATER POLLUTION CONTROL 015723 - 1 SECTION 015723 - TEMPORARY STORM WATER POLLUTION CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary stormwater pollution controls. 1.2 STORMWATER POLLUTION PREVENTION PLAN A. The Stormwater Pollution Prevention Plan (SWPPP) is part of the Contract Documents and is bound into this Project Manual. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at project site. 1.4 INFORMATIONAL SUBMITTALS A. Stormwater Pollution Prevention Plan (SWPP): Within 15 days of date established for commencement of the Work, submit completed SWPPP. B. EPA authorization under the EPA's "2017 Construction General Permit (CGP)." C. Stormwater Pollution Prevention (SWPP) Training Log: For each individual performing Work under the SWPPP. D. Inspection reports. 1.5 QUALITY ASSURANCE A. Stormwater Pollution Prevention Plan (SWPPP) Coordinator: Experienced individual or firm with a record of successful water pollution control management coordination of projects with similar requirements. 1. SWPPP Coordinator shall complete and finalize the SWPPP form. 2. SWPPP Coordinator shall be responsible for inspections and maintaining of all requirements of the SWPPP. B. Installers: Trained as indicated in the SWPPP. Salem Church Road Waterline July 2022 TEMPORARY STORM WATER POLLUTION CONTROL 015723 - 2 PART 2 - PRODUCTS 2.1 TEMPORARY STORMWATER POLLUTION CONTROLS A. Provide temporary stormwater pollution controls as required by the SWPPP. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with all best management practices, general requirements, performance requirements, reporting requirements, and all other requirements included in the SWPPP. B. Locate stormwater pollution controls in accordance with the SWPPP. C. Conduct construction as required to comply with the SWPPP and that minimize possible contamination or pollution or other undesirable effects. 1. Inspect, repair, and maintain SWPPP controls during construction. a. Inspect all SWPPP controls not less than every seven days, and after each occurrence of a storm event, as outlined in the SWPPP. D. Remove SWPPP controls at completion of construction and restore and stabilize areas disturbed during construction. END OF SECTION 015723 Salem Church Road Waterline July 2022 SITE CLEARING 311000 - 1 SECTION 311000 - SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Protecting existing vegetation to remain. 2. Removing existing vegetation. 3. Clearing and grubbing. 4. Stripping and stockpiling topsoil. 5. Removing above- and below-grade site improvements. 6. Disconnecting, capping, or sealing site utilities. 7. Temporary erosion and sedimentation control. 1.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at project site. 1.3 MATERIAL OWNERSHIP A. Except for materials indicated to be stockpiled or otherwise remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.4 FIELD CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and VDOT. 2. Provide a...

9104 Courthouse Road Spotsylvania, VA 22553Location

Address: 9104 Courthouse Road Spotsylvania, VA 22553

Country : United StatesState : Virginia

You may also like

Markham Ln. Water Line Replacement

Due: 09 Apr, 2024 (in 11 days)Agency: City of Brooksville

Water and Sewer Line Extensions

Due: 04 Apr, 2024 (in 6 days)Agency: Village of Lytton

Irrigation Pond & Water Farming System | Kinston, NC

Due: 12 Apr, 2024 (in 14 days)Agency: NC State University

Please Sign In to see more like these.

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