CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

Size: px
Start display at page:

Download "CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE"

Transcription

1 CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017

2 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson County Fiscal Court will accept sealed bids for furnishing all labor, equipment, and material to remove the existing concrete deck bridge with steel I-beams, concrete abutments and piers crossing Davis Run Creek, on Higdon Loop Road, (Southwest of Bardstown, Kentucky) and replace with a twenty four foot wide, single span, 36 foot long, precast concrete box beam bridge with guardrail. Sealed Bids will be opened on October 13, 2017 at 10:00 A.M. at the Nelson County Judge Executive=s office located at One Court Square, Bardstown, Kentucky. Contract bid forms and specification can be obtained by contacting Bradley T. Spalding, P.E., at (502) Nelson County reserves the right to reject any and/or all bids and waive formalities. Nelson County Fiscal Court By Dean Watts Nelson County Judge Executive

3 CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 for Construction of HIGDON LOOP ROAD BRIDGE REPLACEMENT located in Nelson County Kentucky

4 This CONTRACT PROPOSAL/ACCEPTANCE by and between the Nelson County Fiscal Court (herein called the owner) and (hereinafter called the Contractor). The OWNER and the CONTRACTOR shall, in consideration of the mutual covenants hereinafter set forth, agree as follows: 1. WORK The CONTRACTOR shall complete all work as specified or indicated in these CONTRACT DOCUMENTS and SPECIFICATION. The work is generally described as follows: Remove the existing concrete deck bridge with steel I-beams, abutments and piers and properly dispose. Construct a single Span, Precast Concrete Box Beam (B17) 36 feet in length out-to-out with concrete abutments. 2. CONTRACT DOCUMENTS & PLANS/SPECIFICATIONS The bridge be constructed and installed in accordance with this Contract Proposal and the attached specification entitled "Specification - PROJECT #2017-NC-001, BRIDGE REPLACEMENT, Higdon Loop Road". The Contractor shall be responsible for all items in the specifications and in these Contract Proposal Documents. 1

5 3. CONTRACT TIME: The time period for completion of this contract shall be 90 calendar days from the Notice to Proceed. The Notice to Proceed shall be issued after the contractor has been given a Notice of Contract Award and the contractor has provided all performance bond and insurance documents. Reference Section 7, for Performance Bond requirements. A signed copy of this contract agreement will be mailed to the Contractor when bids are approved by the Nelson County Fiscal Court. If weather and flow conditions do not allow for completion of the project within the specified time frame, the contractor shall provide in writing an extension request to the Nelson County Fiscal Court. 4. CONTRACT INSPECTION: Inspection for this contract including submittal of material used, requests for payment, and acceptance of work completed will be performed by the Nelson County Engineer - Bradley T. Spalding, P.E., phone # (502) PAYMENT PROCEDURES. Payment for work completed will be made once per month. Invoices for work completed shall be submitted to the Project Engineer for approval by the Second (2nd) Wednesday of each month. Submit payment request to Nelson County Fiscal Court One Court Square PO Box 578 Bardstown, KY

6 When payment is received from the Nelson County Fiscal Court, the Contractor shall immediately pay all subcontractors, material men, laborers and suppliers the amounts they are due for the Work covered by such payment. In the event the Fiscal Court becomes informed that the Contractor has not paid a subcontractor, material man, laborer or supplier as provided herein, the Fiscal Court shall have the right, but not the duty, to issue future checks and payment to the Contractor of amounts otherwise due hereunder naming the Contractor and any such subcontractor, material man, laborer or supplier as joint payees. Such joint check procedure, if employed by the Fiscal Court, shall create no rights in favor of any person or entity beyond the right of the named payees to payment of the check and shall not be deemed to commit the Fiscal Court to repeat the procedure in the future. 6. UTILITIES/STORAGE SPACE Storage space at the site for trailers will be the responsibility of the contractor who must coordinate and obtain approval when storing equipment on adjoining property. Equipment may be stored at the site at the contractor's own discretion within the construction easement area only (unless written authorization obtained from adjoining properties owner). No utilities for use during construction are available at this site. 7. BONDS: Approved security such as a performance bond shall be required of the contractor by the OWNER prior to issuance of the Notice To Proceed. Within one week of issuance of the Contract Award, the bond/surety shall be required. If the Bond is not 3

7 provided as stated, then the CONTRACTOR'S bid may be considered invalid and the contract terminated at no cost to the owner. The Performance Bond shall be in a penal sum at least equal to the Amount of the Contract bid Price, as security for faithful performance of all the CONTRACTOR=s obligations. Alternatives to Performance Bonds may be submitted of which the OWNER may or may not accept as a surety of Performance. 8. INDEMNIFICATION/INSURANCE: The Contractor shall purchase and maintain at the Contractor's expense for the full contract period such insurance as is appropriate for the work being performed. The insurance shall cover claims which may arise from the Work performed with this contract which includes Claims under Worker's Compensation, disability benefits, and claims for damages because of bodily injury, personal injury, sickness or disease, or death of any of the CONTRACTOR's Employees or for any person other than the CONTRACTOR's Employees who may be hurt/injured/killed as a result of the Contractor's Work on this contract. *** The Contractor shall provide proof of insurance prior to start issuance of the Notice to Proceed with work.*** The Contractor shall indemnify and hold harmless the OWNER and the ENGINEER against all claims, damages, losses and expenses, arising out of or resulting from the performance of work on this contract. 4

8 9. BID PROPOSAL - I, (name) The duly authorized representative of the CONTRACTOR,(Name),of (address), (Phone) do/does hereby propose to perform all work described as listed in this CONTRACT PROPOSAL, any identified addendum, and the Contract Specification #2017-NC-001, for the removal and proper disposal of the existing concrete deck bridge with steel I- beams, abutments and piers, construction of a Single Span, Precast Concrete Box Beam (B17), 36 feet in length out-to-out, 24 feet width with concrete abutments and guardrail. LUMP SUM BID of This bid proposal shall be good for sixty (60) calendar days from bid opening date. Respectively submitted by: Name of Contracting Firm date (Signature/Title) (address/phone) Addendum Noted: 5

9 10. CONTRACT ACCEPTANCE: Having reviewed said proposal from the CONTRACTOR, dated To perform all work described as listed in this CONTRACT PROPOSAL, any identified addendum, and the Contract Specification #2017-NC-001, for the removal and proper disposal of the existing concrete deck bridge with steel I-beams, abutments and piers, construction of a Single Span, Precast Concrete Box Beam (B17), 36 feet in length out-to-out, 24 feet width with concrete abutments and guardrail. LUMP SUM BID $ The OWNER, (the Nelson County Fiscal Court) does hereby accept the CONTRACTOR'S Proposal as the low/best qualifying bid. By the OWNER signing this CONTRACT ACCEPTANCE - The OWNER AND THE CONTRACTOR each binds itself, its, partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements, and obligations contained in these Contract Documents. Bid Proposal Acceptance: by Judge Dean Watts, Nelson County Judge Executive as authorized by the Nelson County Fiscal on this day of

10 Nelson COUNTY FISCAL COURT SPECIFICATION PROJECT #2017-NC-001 BRIDGE REPLACEMENT HIGDON LOOP ROAD 9/2017

11 TABLE OF CONTENTS Title 1. Project Description 2. Project Location 3. Project Plans 4. Project Documents/Specifications 5. Old Bridge Demolition/Traffic Control 1

12 1. Project Description and Contractor Qualifications: A. Project Description: All interested qualified contractors shall submit a lump sum bid to provide all material, equipment, and manpower necessary to remove and properly dispose of the existing concrete deck bridge with steel I-beams, abutments and support piers, construct a Single Span, Precast Concrete Box Beams (B17) 36 feet in length out-to-out with concrete abutments and guardrail described as follows: - Bridge width shall be two lane, Twenty four (24) feet wide - Bridge/beam length shall be a Single Span at 36 feet (out to out) - Bridge abutments shall be two wing wall type, cast in place reinforced concrete abutments required for pre-cast, prestressed concrete deck units with a Zero (0) degree skew constructed in accordance with Kentucky Department of Highways Standard Drawing No. A Approximate abutment height is 12-1 ft (Creek Bottom to the bottom of the bridge beams). - Pre-cast, Pre-stressed concrete box beams shall comply with Kentucky Department of Highways Standard Drawing BDP for B17 most recent version. - Bridge shall have all required connections, drains, and other appurtenances as required or referenced by the Standard Drawings. - Bridge shall have guardrail with terminal end sections as shown on the details. S Construction of Bridge roadway approaches shall be the County. B. Contractor Qualifications: All bidders shall be certified for bridge construction with the Kentucky Department of Transportation. Each bidder shall provide proof of certification with their bid. 1

13 2. Project Location: A. Project Location is shown on the attached. Actual centerline of bridge shall be marked in the field by the Fiscal Court or designated personnel. The contractor shall coordinate/notify the Nelson County Road Department Personnel prior to any construction work or material ordered. *** The contractor shall be totally responsible for setting centerline control of bridge. The Contractor shall coordinate this work with Bradley T. Spalding, P.E. prior to ordering bridge decks or start any construction.*** B. The County shall be responsible to set initial grade control for the new bridge. The Contractor shall be responsible to set all temporary grade elevations necessary for construction and shall verify this with Bradley T. Spalding, P.E. 3. Project Plans: A. Plans to be used for construction are as follows and enclosed: Wing wall Abutment - Kentucky Department of Highways Standard Drawing No. A entitled "Wing wall Abutment For Pre-cast Prestressed Conc. Deck Units". Bridge Deck - Guard Rail - Shall comply with the drawings. Shall comply with the drawings. Elevations/bridge cross sections - See the Plan Sheet and Elevation drawings. 2

14 4. Project Specifications A. All work shall be in accordance with the Kentucky Department of Highways, Standard Specifications for Road and Bridge Construction (Most recent version). All references to AASHTO Specifications are to the 1989 Edition of the AASHTO Standard Specifications for Highway Bridges with current interims. B. Reference Plan Sheet for elevations, cross sections, and plan of bridge. C. Excavation for abutment footings and pier footing shall be to a depth of solid rock. The contractor is responsible for all excavation work required to assure all footings are keyed into solid rock about 12 inches (see plan 1). Solid Rock shall be confirmed by drilling or excavating through anticipated rock bottom a depth of six (6) feet ensuring solid rock. Alternate methods of determining the required depth shall be submitted for review. All excavation work and additional concrete backfill is considered incidental to the lump sum project cost. D. The contractor shall be responsible for backfilling abutments and retaining wall back to original grade. The two abutments and bridge decks spans shall be in place and the 1" diameter dowels grouted in place prior to backfilling abutments. The aggregate #2 backfill shall be placed and compacted to the same elevation on each abutment prior to proceeding to next lift. Alternate aggregate or backfill shall be approved prior to use. E. All exposed edges shall be beveled 7/8" unless otherwise shown. F. No construction joints are allowed in footings. Construction joints may be made in walls outside bar splices. All joints shall be keyed and horizontal full length of wall. G. Reinforcing steel and concrete shall be per the detailed drawings. Steel and concrete within the abutments and footers shall comply with the most recent version of the Kentucky Standard Specifications for Road and Bridge Construction. H. The County Road Department shall be responsible for construction of approaches of the bridge. I. All bidders shall review the site prior and be thoroughly familiar with the site prior to bidding. J. Performance bonds: The successful bidder shall provide a Performance Bond prior to contract award equal to 100 percent of bid amount.

15 5. Old Bridge Demolition/Traffic Control: A. The existing concrete support abutments, piers and bridge decking shall be demolished and properly disposed by the contractor in accordance with all local and state requirements. B. The existing bridge concrete deck slab and steel I-beams shall be removed from the site by the contractor. C. The contractor shall be responsible to set all appropriate traffic control barricades, flashing lights, and road closing signs to warn motorist of construction activities. Upon removal of the existing bridge, barricades of rock or other materials sufficient to prohibit vehicular through traffic shall be in place between the bridge and the temporary crossing. SPECIAL NOTE: D. Nelson County Fiscal Court shall reserve the right to purchase the Pre-Cast Concrete Box Beams directly from the Contractor=s supplier for use within the construction of this bridge. The Contractor shall be responsible for all coordination of delivery and cost for off-loading and setting the beams. By directly purchasing these concrete box beams, in no way relieves the Contractor for warranty of the bridge installation. The cost of the beams shall be deducted from the Lump Sum Bid. The transportation cost shall be the responsibility of the Contractor. E. The Contractor shall be responsible to follow all applicable conditions set forth within the permit requirements (see attached). F. The contractor shall be responsible for constructing coffer dams as needed within the creek bed during construction of the bridge at no cost to the contract. Upon installation of the abutments, these coffer dams shall be removed from the creek bed. G. The Contractor shall be responsible for locating all underground utilities and protection thereof. Any damages to utilities shall be the responsibility of the Contractor to repair at no cost to the Nelson County Fiscal Court. H. The Contractor shall be responsible to make concrete cylinders and provide the compressive strength results for the abutments to determine compliance with the specifications. A 7, 14 or 28-day result shall be provided. The Contractor shall obtain sufficient cylinders to provide this data.

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31