PROJECT DESCRIPTION RFP FI-2011-013 City of Fountain Inn Subdivision Final Pavement Location & Description Bryson Crossing This project consists of one location. Bryson Crossing is located off Bryson Drive SC-23162 in city limits of Fountain Inn, Greenville County. Bryson Crossing is located off North Main Street SC-14 in city limits of Fountain Inn, Greenville County. This project consists of but not limited to bringing the subdivision to City and County Land Development Regulation Standards. The contractor shall be required to asphalt streets inside the subdivisions. The contractor shall furnish all labor, materials, equipment, services and duties to construct or repair base course as needed and final pavement. The contractor shall be required to adjust any utility valves and or manhole lids as needed. The City reserves the right to increase or decrease quantity as needed. All quantities estimated. The contractors are encouraged to visit the site to ensure a complete understanding of the work and clean up required. Paving The contractor shall place compacted hot mix Asphalt Surface per City of Fountain Inn Land Development Regulation Standards and SCDOT Specifications. Traffic Control All traffic control must be in accordance with any and all Regulatory Authorities current requirements. Project Duration This contract is for 90 (ninety) calendar days, excluding work on Sundays, to complete this project. CITY OF FOUNTAIN INN SOUTH CAROLINA Subdivision Final Pavement PROVISIONS & SPECIFICATIONS RFP FI-2011-013 Licenses: The Contractor must be a licensed contractor in the State of South Carolina and must possess a valid South Carolina Bidder’s License. The Contractor must also have general liability insurance and workers compensation. Permits: All work shall be subject to applicable permitting requirements of City, County, State and Federal agencies. Warranty: All materials and workmanship must be free of defects for a period of one year from the date of completion of all contract work specified herein. By acceptance of the contract, the Contractor agrees promptly to repair, to the satisfaction of the City Engineer, any defects in materials or workmanship at the Contractor’s expense. Scheduling, Notification & Coordination: The Contractor shall develop and maintain a proposed schedule of work to submit to the City of Fountain Inn. The schedule shall be updated daily and submitted to city Public Works Director. The contractor shall notify the City at least 7 days prior to beginning work. The contractor shall be responsible for coordinating with all utilities which will be impacted by the project. The contractor shall provide the City with copies of all correspondence with utility providers. The contractor shall be responsible for coordinating with Piedmont Utility Protection Service if applicable. The contractor shall be responsible for all damage to existing utilities caused by the contractor’s crew and machinery, or subcontractors’ crews and machinery. The contractor shall be responsible for designating a staging area and provide the City with a copy of the agreement for the use of that area. Contract Time: All work herein must be completed as stated on the Project Description Sheet, from notice to proceed. If the contractor fails to satisfactorily complete the work within the specified time, liquidated damages of $200.00 per calendar day shall be assessed up to value of the contract (total bid). The penalty may be drawn from any payment due, or the performance bond, at the discretion of the City. Working Days: The Contractor may work any calendar day that weather permits, excluding Sundays. Incorporation of Documents All documents, forms, specifications or other published items included by reference in these special provisions shall be considered incorporated herein and shall be a part of this document. All items incorporated herein are available in the City of Fountain Inn Public Works Department. Contact Agencies: City of Fountain Inn Public Works Department- Roger Case, 409-3334 City of Fountain Inn Police Department- Chief Keith Morton, 862-4461 City of Fountain Inn Fire Department- Chief Dale Watson, 862-0010 Greenville Water System- Murray Dodd, 241-6100 Metropolitan Sewer District- Robert Arms, 277-4442 REWA- Andre Mathis, 299-4020 Laurens Electric Company- Larry Patterson, 467-6917 Duke Energy- Tim Castle, 834-6531 AT & T- Engineering Department, 298-0700 Charter Communications- Derry Rollings, 254-7260 Roadway Damage: Any damage which occurs to existing pavement, curbs, drainage structures (in areas not already designated as part of the construction project) from the contractor’s or subcontractors’ tracked equipment or other machinery shall be repaved and/or repaired by the contractor at his expense to the City’s satisfaction. Mandatory Pre-Bid Meeting: A mandatory pre-bid meeting will be required for this project. Pre-bid meeting will be held at city hall located at 200 North Main Street Fountain Inn, SC 29644 on Friday, September 16, 2011 at 9:00 am. Pre-Construction Conference: A pre-construction conference will be scheduled for the chosen contractor to discuss any special concerns. The chosen contractor shall provide the proposed work schedule to the City at the pre-construction conference. The City and utility providers affected by the work will be part of the conference. A date and time for the conference shall be determined once the bids have been received and a contract awarded. City Public Works Director Authority: The City Public Works Director shall give all orders and directions contemplated under this contract and specifications relative to the execution of the work. The Public Works Director shall determine the amount, quality, acceptability, and fitness of the several kinds of work and materials which are paid for under this contract and shall decide all questions which may arise in relation to said work and the construction thereof. The City Public Works Director estimates and decisions shall be final and conclusive. The contractor agrees, if any questions arise between the parties hereto relative to said contract or specifications, the determination or decision of the city Public Works Director shall be a condition precedent to the right of the Contractor to receive any money or payment for work under this contract affected in any manner or to any extent by such question. The City Public Works Director shall decide the meaning and intent of any portion of the specifications and of any part or drawing where the same may be found obscure or be in dispute. Any difference or conflicts in regard to their work, which may arise between the Contractor under this contract and other contractors performing work for the City, shall be adjusted and determined by the City Public Works Director. Method of Measurement and Basis of Payment: The quantity of work completed for all items shall be measured in accordance with the units indicated in each section of the specifications. The quantities will be paid for at the contract unit price bid for the items listed on the itemized bid form. Said prices and payments shall be full compensation for furnishing all materials, labor, tools, equipment, supplies and incidentals necessary to complete the work. All work performed in a neat and workmanlike manner. All quantities listed herein are estimated. The City reserves the right to increase or decrease all quantities as indicated herein without limit at no change in the unit bid price. Progress payments made to the contractor are not to be considered as a final acceptance. SPECIFICATIONS Definition: Specifications pertain to written standards and requirements for materials, construction procedures, testing, quality control, and workmanship to be provided for the project. The specifications to be used for the project shall include, but not limited to the following: SCDOT Standard Specifications. The 2007 or latest edition of the South Carolina State Highway Department Standard Specifications for Highway Construction will apply. Construction Plans: Bryson Crossing Phase I Final Plat by Rykard Professional Land Surveying, Inc. dated December 08, 2005. Roads to be Paved/Asphalted Bryson Crossing- Fox Den Lane, Moorland Way, Twilight Place, Eventide Drive Unspecified Items: Any items shown in the construction plans, which are not covered, in the above specifications shall comply with typical accepted construction standards, subject to the discretion and interpretation of the City Public Works Director. The Contractor is responsible for providing any items shown on the plans but not listed in the itemized bid sheet, at no additional cost to the city. Bid Acceptance Bids will be accepted thru Friday, September 23, 2011 at 11:00 am Bids are to be mailed or dropped off to the following location: City of Fountain Inn RFP FI-2011-013 Attn: Public Works 200 North Main Street Fountain Inn, SC 29644 Questions may be directed to Fountain Inn Public Works at 864-409-3334 The City of Fountain Inn reserves the right to reject any or all bids, or to waive any informalities in the bidding. Bids may be held by the City of Fountain Inn for a period of not to exceed thirty (30) days from the date of the opening bids for the purpose of reviewing the Bids and investigating the qualifications of Bidders, prior to awarding of the contract. This is a City funded project. Attention is called to the fact that not less than the minimum salaries and wages must be paid on this project, and that the contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin.