IFB-23-24-082 Riverwalk Trailhead at Stinson Drive

Agency: City of Danville
State: Virginia
Type of Government: State & Local
Posted Date: Apr 19, 2024
Due Date: May 2, 2024
Solicitation No: IFB-23-24-082
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Number: IFB-23-24-082
Bid Title: IFB-23-24-082 Riverwalk Trailhead at Stinson Drive
Category: Construction Services Bids
Status: Open

Description:


  • Addendum No.1
  • IFB-23-24-082 Riverwalk Trailhead at Stinson Drive

• Pre-Bid Monday April 8,2024

Second Floor Conference Room

427 Patton St. Danville, VA 24541

• Last Day for Questions Due

Thursday April 18,2024 by 5:00PM

• Seal Bids Must be Mailed or Hand Delivered to Purchasing

No later than Thursday May 2,2024 by 2:00PM

427 Patton Street

Room 304

Danville, VA 24541

• Please Include Bid # 23-24-082 on the Outside of Envelope

Publication Date/Time:
4/4/2024 12:00 AM
Closing Date/Time:
5/2/2024 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 to Bid No.:
Title:
INVITATION FOR BID
IFB 23-24-082
Riverwalk Trailhead at Stinson Drive
Prebid Conference:
Bid Closing Date:
A non-mandatory Pre-Bid Conference will be held, April 8, 2024, at
10:00 a.m. in the second-floor conference room, Municipal Building,
427 Patton St., Danville, VA
Zoom available-
https://zoom.us/j/96421129953?pwd=ckxqb1dGRFpibFVyZHltT
GVWcU5ydz09
Meeting ID: 964 2112 9953
Passcode: 913078
Sealed Bids shall be accepted no later than:
May 2, 2024, at 2:00 p.m.
Mail or hand-deliver to the Purchasing Department, 427 Patton
Street, Room 304, Danville, VA 24541
Direct Inquiries to:
Carol Henley, Director of Purchasing: purchasing@danvilleva.gov
Last Date for Questions: Questions may be submitted in writing via email to
purchasing@danvilleva.gov until April 18, 2024, at 5:00 p.m.
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.
IFB 23-24-082
RIVERWALK TRAILHEAD AT STINSON
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: All contractors working on this project must be appropriately registered with
the State Board for Contractors as a Class A, Class B, or Class C contractor. See Section 1.2.5
of the “Standard Requirements & Instructions for Bidding.”
B. Business License: The City of Danville requires all contractors to obtain a business license to
operate within the city. This license is issued by the Commissioner of Revenue and must be
maintained for the life of the contract or project.
1. Class B and Class C registered contractors are 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
2.1
The Contractor shall provide all labor, material, equipment, supervision, and incidentals required
to perform the Work of the Project as defined by the Contract Documents which consists of the
following:
A. The project consists of traffic control, regular excavation, grading, minor drainage work, concrete
curb and gutter, asphalt striping, and asphalt paving to construct a 10’ wide asphalt concrete
multiuse trail and a Driveway and Parking Lot. Work is detailed in plans and specifications as
prepared by the City Engineer’s Office and the Parks and Recreation Project Manager and
included in and referenced by the Notice to Bidders and Special Provisions.
PART 3 - SCHEDULING
3.1
Pre-Bid Conference:
A. A pre-bid conference will be held on April 8, 2024, at 10:00 a.m. in the second-floor conference
room of the Municipal Building at 427 Patton Street, Danville, Virginia for the purpose of
answering questions relative to his work. A Zoom option is available.
3.2
Construction Schedule:
A. A schedule shall be submitted to the Engineering Division no later than five (5) days after
commencement of the work. The schedule shall be in the form of a Gantt Chart or a tabular list
2
IFB 23-24-082
RIVERWALK TRAILHEAD AT STINSON
which clearly indicates the significant items of work and the expected date of completion of that
work.
B. An updated schedule shall be submitted with each monthly pay request as an additional
requirement for payment.
3.3
Time of Completion:
A. The time of completion for this work shall be Ninety (90) consecutive calendar days after the date
of a written “Notice to Proceed.”
B. Once the Contractor begins work, he shall prosecute the work continuously to completion of each
project milestone unless otherwise instructed by the Project Manager.
C. Time Extensions for Weather
1. The Contract Time will not be extended due to inclement weather conditions that are
normal to the general locality of the work site. The time for performance of this Contract
includes an allowance for workdays (based on a 5-day workweek) which may not be
suitable for construction work. The monthly anticipated normal inclement weather
workdays for the project location which will constitute the base line for annual weather time
extension evaluations is 7 days per month.
2. The Contractor, in his planning and scheduling of the work as required by the Contract
Documents, shall allow for normal inclement weather for the locality of the work site. If the
Contractor believes that the progress of the work has been adversely affected and that it
will result in a failure to meet Substantial Completion within the Contract Time, by weather
conditions above and beyond the amount normally expected, he shall submit a written
request to the Project Manager.
3. Such a request shall be evaluated by the Project Manager in accordance with the
provisions of the Contract Documents. The decision of the Project Manager shall be final.
4. The Contractor shall not be entitled to any monetary damages whatsoever for any delays
resulting from inclement weather, whether normal or abnormal, foreseeable or
unforeseeable. The Contractor and City stipulate and agree that, for delays due to weather,
the Contractor’s sole relief is a time extension granted in accordance with this section.
PART 4 - FINANCIAL OBLIGATIONS
4.1
Liquidated Damages
A. Three-hundred fifty (350) dollars per day including Saturdays, Sundays, and Holidays.
4.2
Bonds
A. A bid bond is required to be submitted with each bid document in an amount equal to 5 percent
(5%) of the bid amount. The successful bidder will be required to provide a performance and
payment bond in the amount of one hundred percent (100%) of the contract amount.
4.3
Retainage
A. 5% retainage will be withheld from each invoice for this project.
PART 5 - PROJECT REPRESENTATIVES
Andrew Hall, Project Manager
434-799-5200 ext. 3788
END OF SECTION
3
IFB 23-24-082
RIVERWALK TRAILHEAD AT STINSON
SECTION 2 – CONTRACTOR’S RELATIONSHIP TO THE CITY
PART 6 - CONTRACTUAL REQUIREMENTS
6.1
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.
6.2
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:
a. 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
b. 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.
a. 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.
b. 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.
6.3
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,
4
IFB 23-24-082
RIVERWALK TRAILHEAD AT STINSON
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 7 - CONTRACTOR’S OBLIGATIONS
7.1
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.
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.
7.2
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
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

Views: Current Version ( 28 ) All Versions ( 28 ) Details IFB-63945

State Government of Virginia

Bid Due: 5/13/2024

RFP Number Title Starting Closing Status Bid #D00424 Bid #D00424 - Staunton Crossing

City of Staunton

Bid Due: 5/20/2024

Views: Current Version ( 9 ) All Versions ( 320 ) Details IFB-63945

State Government of Virginia

Bid Due: 5/13/2024

Bid Number: IFB 23-24-082 Bid Title: Riverwalk Trailhead at Stinson Drive Category: x

City of Danville

Bid Due: 5/17/2024