23-24-075-FY-2024 Municipal Parking Lot Paving

Agency: City of Danville
State: Virginia
Type of Government: State & Local
NAICS Category:
  • 237310 - Highway, Street, and Bridge Construction
Posted Date: Apr 11, 2024
Due Date: Apr 22, 2024
Solicitation No: IFB-23-24-075
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Number: IFB-23-24-075
Bid Title: 23-24-075-FY-2024 Municipal Parking Lot Paving
Category: Construction Services Bids
Status: Open

Description:

Addendum No.1 IFB-23-24-75 Municipal Parking Lot Paving

  • Bid Due Date Extended to Monday April 22,2024 at 2:00PM
  • Signature Page Added

IFB-23-24-075 Municipal Paving

• Pre-Bid Wednesday March 27,2024 at 10:00AM

Second Floor Conference Room

427 Patton St. Danville, VA 24541

• Last Day for Questions Due

Wednesday April 3,2024 by 5:00PM

purchasing@danvilleva.gov For security reasons, you must enable JavaScript to view this E-mail address.

• Seal Bids Must be Mailed or Hand Delivered to Purchasing

No later than Monday April 15,2024 at 2:00PM

427 Patton Street

Room 304

Danville, VA 24541

• Please Include Bid # 23-24-075 on the Outside of Envelope

Publication Date/Time:
3/18/2024 12:00 AM
Closing Date/Time:
4/22/2024 2:00 PM
Contact Person:
Carol Henley Purchasing Director
427 Patton Street
Danville, VA 24541
Phone : 434-799-6528 Option 4
Fax: 434-799-5102
E-Mail: purchasing@danvilleva.gov
Related Documents:

Attachment Preview

INVITATION FOR BID
Invitation to Bid No.: IFB 23-24-075
Title:
FY24 MUNICIPAL PARKING LOT PAVING
Pre-bid Meeting:
(non-mandatory)
Bid Closing Date:
Direct Questions to:
A Pre-bid Meeting will be held March 27, 2024 at 10:00 AM in the
second floor conference room, Municipal Building
427 Patton St., Danville, VA 24541
Sealed Bids shall be accepted no later than April 15,2024 at 2:00 PM
at the Purchasing Department,
427 Patton Street, Room 304, Danville, VA 24541
Carol Henley, Director of Purchasing: purchasing@danvilleva.gov
cc: Chris Meadows: meadoce@danvilleva.gov
Last Date for Questions: April 3,2024 at 5:00 PM
TABLE OF CONTENTS
SECTION 1 – GENERAL CONDITIONS ...................................................................................................... 2
SECTION 2 – CONTRACTOR’S RELATIONSHIP TO THE CITY ............................................................... 4
SECTION 3 – CLEARING AND GRUBBING................................................................................................ 9
SECTION 4 – EROSION AND SEDIMENTATION CONTROL .................................................................. 10
SECTION 5 – EARTHWORK AND EXCAVATION..................................................................................... 11
SECTION 6 – DRAINAGE STRUCTURES................................................................................................. 12
SECTION 7 – SANITARY SEWER ............................................................................................................. 17
SECTION 8 – INCIDENTAL CONCRETE ITEMS ...................................................................................... 29
SECTION 9 – ASPHALT CONCRETE PAVEMENT .................................................................................. 31
SECTION 10 – ELECTRIC, TELEPHONE, AND CABLE UTILITIES ......................................................... 33
SECTION 11 – MOBILIZATION.................................................................................................................. 34
SECTION 12 – RESTORATION ................................................................................................................. 35
SECTION 13 – MAINTENANCE OF TRAFFIC........................................................................................... 36
SECTION 14 – WATER AND GAS VALVE BOX ADJUSTMENTS............................................................ 38
SECTION 15 – GUARDRAIL ...................................................................................................................... 39
SECTION 16 – STANDARD SEGMENTAL RETAINING WALL ................................................................ 40
SECTION 17 – LANDSCAPING ................................................................................................................. 45
SECTION 18 – BYPASS PUMPING ........................................................................................................... 47
SECTION 19 – CHAIN LINK FENCE.......................................................................................................... 50
SECTION 20 – CONTRACTOR CONSTRUCTION SURVEYING ............................................................. 52
LIST OF APPENDICES .............................................................................................................................. 55
1
IFB 23-24-075
FY24 Municipal Parking Lot Paving
SECTION 1 – GENERAL CONDITIONS
PART 1 - COMPLIANCE
1.1
The Contractor shall comply with the provisions of the following:
A. The City of Danville’s “Standard Requirements and Instructions for Bidding”, Version 2.0, dated April 2,
2015. A copy may be obtained from the Purchasing Department of the City of Danville, Virginia.
B. The applicable sections of the Virginia Department of Transportation (VDOT) Road and Bridge
Specifications, current edition.
C. The Virginia Erosion and Sediment Control Handbook, Third Edition, 1992.
D. The Technical Specifications within this bid document.
1.2
Specification Amendments:
A. Amendments for “Standard Requirements and Instructions for Bidding” are as follows:
1. None
B. Amendments for “VDOT Road and Bridge Specifications are as follows:
1. Any reference within these specifications to a responsibility or obligation assigned to VDOT, the
Engineer, or the “Department”, shall, for this contract, be applicable to the City Engineer or his
designee for the City of Danville, Virginia.
1.3
Registration and Licensure:
A. State Registration: The Contractor and all subcontractors at every lower tier shall be registered with the
Virginia Board for Contractors. Registration shall be Class A, B, or C depending on the value of the contract
or subcontract. See Section 1.2.5 of the “Standard Requirements & Instructions for Bidding.”
B. Business License: The Contractor and all subcontractors at every lower tier shall obtain a business license
to operate within the City of Danville. This license is issued by the Commissioner of Revenue and must be
maintained for the life of the contract or project.
1. A City Business License is not required to submit a bid; however, upon Notice of Award and prior to
contract execution, the apparent low bidder shall obtain a City business license.
2. Class B and Class C registered contractors shall be required to post a $5,000 bond and pay the
applicable fee to obtain a business license.
C. Prior to the issuance of the Notice to Proceed for this project, validation of all contractors’ business license
and contractor registration will be verified.
PART 2 - SCOPE OF WORK AND INTENT
2.1
Scope of Work
The work will consist of reconstructing or resurfacing existing asphalt-surfaced municipal parking lots.
A. The project is located at 998 South Boston Road, Danville, VA 24541 and is a parking lot for the Public
Works Administrative Building. The project consists of milling 1.5” of existing surface asphalt, identifying
and repairing spot base or subgrade weaknesses, placing 1.5” of surface asphalt, and restoration of existing
parking lot pavement markings.
2.2
Intent
The intent of this invitation for bid is to secure a highly qualified contractor to provide construction services
for the project.
PART 3 - SCHEDULING
3.1
Pre-Bid Conference:
A. A pre-bid conference will be held on March 27 2024 at 10:00 AM in the second floor conference room of
the Municipal Building at 427 Patton Street, Danville, Virginia for the purpose of presenting the work, fielding
questions, and discussing the project with interested potential bidders.
3.2
Construction Schedule:
A. A schedule shall be submitted to the Engineer prior to the pre-construction conference. The schedule shall
be in the form of a Gantt Chart or a tabular list which clearly indicates the significant items of work and the
expected date of completion of that work.
B. An updated schedule may be required with each monthly pay request as an additional requirement for
payment.
2
IFB 23-24-075
3.3
Time of Completion:
A. Work shall be completed by July 12, 2024.
FY24 Municipal Parking Lot Paving
PART 4 - FINANCIAL OBLIGATIONS
4.1
Liquidated Damages
A. One hundred (100) dollars per day including Saturdays, Sundays, and Holidays.
4.2
Bonds
A. A bid bond is required to be submitted with bid in an amount equal to 5 percent (5%) of the total bid price.
The successful bidder will be required to provide performance and payment bonds in the amount of one
hundred percent (100%) of the contract amount due upon Notice of Award.
PART 5 - PROJECT REPRESENTATIVES
Christopher E. Meadows, Construction Inspector Supervisor
Brian L. Dunevant, P.E., City Engineer
434-799-5019 ext. 2534
434-799-5019 ext. 2530
END OF SECTION
3
IFB 23-24-075
FY24 Municipal Parking Lot Paving
SECTION 2 – CONTRACTOR’S RELATIONSHIP TO THE CITY
PART 1 - CONTRACTUAL REQUIREMENTS
1.1
INDEPENDENT CONTRACTOR
A. It is expressly agreed and understood that the Contractor is in all respects an independent Contractor as
to work and is in no respect any agent, servant, or employee of the City. The contract specifies the work
to be done by the Contractor, but the method to be employed to accomplish the work shall be the
responsibility of the Contractor.
1.2
SUBCONTRACTING
A. Contractor may subcontract services to be performed hereunder with the prior approval of the City, which
approval shall not be unreasonably withheld. No such approval will be construed as making the City a part
of, or to, such subcontract, or subjecting the City to liability of any kind to any subcontractor. No subcontract
shall, under any circumstances, relieve the Contractor of its liability and obligation under this contract; and
despite any such subcontracting the City shall deal through the Contractor, and subcontractors will be dealt
with as representatives of the Contractor.
B. Payments to Subcontractors:
1. The contractor shall take one of the two following actions within seven days after receipt of amounts
paid to the contractor by the City of Danville for work performed by the subcontractor:
Pay the subcontractor for the proportionate share of the total payment received from
the agency attributable to the work performed by the subcontractor under that contract;
or
Notify the agency and subcontractor, in writing, of his intention to withhold all or a part
of the subcontractor’s payment with the reason for nonpayment.
2. Individual Contractors shall provide their social security numbers and proprietorships, partnerships,
and corporations to provide their federal employer identification numbers.
3. The contractor shall pay interest to the subcontractor on all amounts owed by the contractor that
remain unpaid after seven days following receipt by the contractor of payment from the City of
Danville for work performed by the subcontractor, except for amounts withheld as allowed in Part 1,
Section 1.2.B.1.
4. Unless otherwise provided under the terms of this contract, interest shall accrue at the rate of one
percent per month.
The contractor shall include in each of its subcontracts a provision requiring each
subcontractor to include or otherwise be subject to the same payment and interest
requirements with respect to each lower-tier subcontractor.
A contractor’s obligation to pay an interest charge to a subcontractor pursuant to the
payment clause in this section shall not be construed to be an obligation of the City of
Danville. A contract modification shall not be made for the purpose of providing
reimbursement for the interest charge. A cost reimbursement claim shall not include
any amount for reimbursement for the interest charge.
1.3
NOVATION
A. The Contractor shall not assign or transfer, whether by as Assignment or Novation, any of its rights, duties,
benefits, obligations, liabilities, or responsibilities under this Contract without the written consent of the City;
provided, however, that assignments to banks, trust companies, or other financial institutions for the
purpose of securing bond may be made without the consent of the City. Assignment or Novation of this
Contract shall not be valid unless the Assignment or Novation expressly provides that the assignment of
any of the Contractor’s rights or benefits under the Contract is subject to a prior lien for labor performed,
services rendered, and materials, tools, and equipment supplied for the performance of the work under this
Contract in favor of all persons, firms, or corporations rendering such labor or services or supplying such
materials, tools, and equipment.
PART 2 - CONTRACTOR’S OBLIGATIONS
2.1
DRUG-FREE WORK PLACE
A. During the performance of this contract, the contractor agrees to:
1. Provide a drug-free workplace for the contractor’s employees.
4
IFB 23-24-075
FY24 Municipal Parking Lot Paving
2. 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 contractor’s workplace and specifying
the actions that will be taken against employees for violations of such prohibition.
3. State in all solicitations or advertisements for employees placed by or on behalf of the contractor that
the contractor maintains a drug-free workplace.
4. Include the provisions of the foregoing clauses in every subcontract or purchase order of or over
$10,000, so that the provisions will be binding upon each subcontractor or vendor.
B. “Drug-free workplace” means a site for the performance of work done in connection with a specific contract
awarded to a contractor in accordance with this chapter, 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.
2.2
INDEMNIFICATION
A. The Contractor shall indemnify the City, its agents, officers, and employees, against any damages to
property or injuries to or death of any person or persons, including property and employees or agents of
the City, and shall defend and indemnify the City, its agents, officers, and employees, from any claims,
demands, suits, actions, or proceedings of any kind, including workers’ compensation claims, of or by
anyone, in any way resulting from or arising out of the operations in connection with the work described in
the contract, including operations of subcontractors and acts or omissions of employees or agents of
Contractor or Contractor’s subcontractors. Contractor shall procure and maintain, at Contractor’s own cost
and expense, any additional kinds and amount of insurance that, in Contractor’s own judgment, may be
necessary for Contractor’s proper protection in the prosecution of the work.
B. The Contractor shall, at his own expense, appear, defend, and pay all charges of attorney and other
expenses arising there from or incurred in connection therewith, and, if any judgment shall be rendered
against the City, and/or its officers, agents, and employees, in any such action, the Contractor shall, at his
own expense, satisfy and discharge the same. The Contractor expressly understands and agrees that any
performance bond or insurance protection required by this contract, or otherwise provided by the
Contractor, shall in no way limit the responsibility to indemnify, keep, and save harmless and defend the
City, its agents, officers, and employees as herein provided.
C. The Contractor shall assume all risks and responsibilities for casualties of every description in connection
with the work, except that he shall not be held liable or responsible for delays or damage to the work caused
by acts of God, acts of Public Enemy, acts of Government, quarantine restrictions, general strikes through
the trade, or by freight embargoes not caused or participated in by the Contractor. The Contractor shall
have charge and control of the entire work until completion and acceptance of the same by the City.
D. The Contractor shall alone be liable and responsible for, and shall pay, any and all loss or damage sustained
by any person or party either during the performance or subsequent to the completion of the work under
this agreement, by reason of injuries to persons and damage to property, buildings, and adjacent work, that
may occur either during the performance of the work covered by this contract or that may be sustained as
a result of or in consequence thereof, irrespective of whether or not such injury or damage be due to
negligence or the inherent nature of the work.
E. The Contractor, however, will not be obligated to indemnify the City, its officers, agents, or employees
against liability for damage arising out of bodily injury to persons or damage to property caused by or
resulting solely from the negligence of the City or its officers, agents, and employees.
2.3
INSURANCE
A. The Contractor shall not commence work under any contract until he has obtained all the insurance required
hereunder and such insurance has been approved by the City; nor shall the Contractor allow any
Subcontractor to commence work on his subcontract until all similar insurance has been so obtained and
approved. Approval of the insurance by the City shall not relieve or decrease the liability of the Contractor
hereunder.
B. Worker’s Compensation including Occupational Disease and Employer’s Liability Insurance: The
Contractor shall take out and maintain during the life of the Contract, Workers’ Compensation and
Employer’s Liability Insurance for all of his employees to be engaged in work on the project under this
Contract in an amount no less than the minimum allowed by the State Corporation Commission, and in
case any such work is sublet, the Contractor shall require the Subcontractor similarly to provide Workers’
Compensation and Employers’ Liability Insurance for all of the latter’s employees to be engaged in such
work.
5

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Defense Supply Center Richmond B46 Storefront Door Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 12/13/2024

Follow Joint Base Langley Eustis Grease Hood Cleaning Services Active Contract Opportunity Notice

Federal Agency

Follow PIERS 15 AND 14 - REPAIR CLEATS AND BOLLARDS Active Contract Opportunity

DEPT OF DEFENSE

Bid Due: 5/07/2024

Open Gentry Building Loading Dock - Stairs and Railing Eastern Kentucky University is

Eastern Kentucky University

Bid Due: 5/07/2024