City of Conway Mayor s Office 1201 Oak Street Conway, AR Invitation and Bid

Similar documents
Town of Wells Vehicle Bid Package

SECTION 48 - TRAFFIC STRIPES AND PAVEMENT MARKINGS TABLE OF CONTENTS

CITY OF WESTERVILLE STREET LIGHTING POLE AND TRAFFIC SIGNAL POLE PAINTING PROJECT Project No (WED)

County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS

BID SPECIFICATIONS. Tablets FOR. Hardeman County Schools

REQUEST FOR BIDS For Intake Tunnel Project Bid Notice

SECTION 48 - TRAFFIC STRIPES AND PAVEMENT MARKINGS TABLE OF CONTENTS

SPECIFICATION FOR INSTALLATION OF RAISED PAVEMENT MARKERS. This specification shall apply to the installation of raised pavement markers.

Bids received after the appointed date set for receipt will be returned unopened.

City of Turlock Traffic Calming Program

Bainbridge Decatur County Recreation Authority P.O. Box 7520 Bainbridge, GA December 19, 2018 INVITATION TO BID

T E N D E R Tender # T SCOTT SCBA AIR PACKS AND ACCESSORIES SAINT JOHN FIRE DEPARTMENT

Roadway Classification Design Standards and Policies. Pueblo, Colorado November, 2004

2016 BICYCLE PAVEMENT MARKINGS CONTRACT DOCUMENTS. General Construction

SPECIAL SPECIFICATION 7581 Performance Based Vegetation Management

FIELD USE AGREEMENT. DATE: This Agreement is made on the day of, 2016.

OPTAMARK 90 MIL Price List November 1, Preformed Thermoplastic Pavement Markings. FREE TRAINING NO PREHEATING REQUIRED

CSIR-NATIONAL GEOPHYSICAL RESEARCH INSTITUTE (COUNCIL OF SCIENTIFIC & INDUSTRIAL RESEARCH) Uppal Road, Hyderabad (Telangana.

OPTAMARK 125 MIL Price List November 1, Preformed Thermoplastic Pavement Markings. FREE TRAINING NO PREHEATING REQUIRED

Artistic Bike Racks and Traffic Modification for Bike Lanes

BID SHEET. Project: Respiratory Equipment for Fire Department Plain Township Resolution F2 Company Name:

UPC Design / CN Locally Administered PE Phase VDOT Administered CN Phase

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR ONE (1) ZERO TURN, 100 INCH LASTEC 3300 ARTICULATING MOWER TABLE OF CONTENTS

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR VERTICAL SHORES PARTS AND SERVICE ADDENDUM 1

Inspector MUST Sign and Date Each Inspection

For Sale by Bid 2002 Chev Astro Van

Boys & Girls Clubs of Greater Conejo Valley, Inc. Grand Prize: 2018 Twin Vee Ocean Cat 225 Power Catamaran Boat and Trailer

Grayslake Fire Protection District Request for Self-Contained Breathing Apparatus (SCBA) Bid

ARKANSAS SAFE ROUTES TO SCHOOL PROGRAM APPLICATION FOR WALKING SCHOOL BUS AND BICYCLE TRAIN FUNDING Application Instructions

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF MANITOWOC, WISCONSIN SECTION 900 TRAFFIC CONTROL

Bradford Fire Department. Seeks Bids for the Purchase of Self Contained Breathing Apparatus and Related Equipment GENERAL SPECIFICATIONS WARRANTY

l Civil Engineering Group of PSRA Techn ical Plan Review Team. '\J \

San Antonio Water System Standard Specifications for Construction ITEM NO. 841 HYDROSTATIC TESTING OPERATIONS

Invitation to Bid BASEBALL FIELD OUTFIELD RENOVATION/FENCE HHS

TRAFFIC CALMING GUIDE FOR TORONTO CITY OF TORONTO TRANSPORTATION SERVICES DIVISION

CHAPTER 2G. PREFERENTIAL AND MANAGED LANE SIGNS

SECTION TRAFFIC REGULATIONS

2.1 STS Crane Glass Pricing - Savannah Crane # Drawing # Item # Type Of Glass Cost. Sav LV50:112-L1 1. Sav LV50:112-L1 2

On Monday, December 12, 2011, you will be briefed on Pavement Markings. The material is attached for your review.

DESIGN CRITERIA DIVISION 4900 TRAFFIC SIGNALS

Presented By: Jim Roth, P.E. Signing Engineer Office of Traffic Engineering Ohio Department of Transportation 1980 West Broad Street Columbus, Ohio

NATIONAL INSTITUTE OF ANIMAL BIOTECHNOLOGY (NIAB)

Bill Ordinance 5824

LAPEER COMMUNITY SCHOOLS. BID PROJECT: District Athletic Uniforms-Winter and Spring (#15-2) INSTRUCTIONS TO BIDDERS

Section 3A.04 Colors. Section 3B.10 Approach Markings for Obstructions

Sidewalk Cafe City of St. Petersburg City Code Chapter 16, Land Development Regulations

WEREAS, Don King Productions was the successful bidder at the purse bid; and

20 minute presentation on proposed project. Comments and Questions following presentation. City of Madison

SWIM POOL MANAGEMENT City of Blue Springs, Missouri

September Reporting on Work Plan 95-R-15 Final Report. Prepared by: Reviewed by:

TRAFFIC CONTROLS FOR BICYCLE FACILITIES

Session of HOUSE BILL No By Committee on Commerce, Labor and Economic Development 2-12

B741 TEMPORARY CONCRETE BARRIERS - OPSS 741

CITY OF ROCK HILL, SOUTH CAROLINA. Neighborhood Traffic Calming Program A Policy for Use of Traffic Calming on Local (Residential) Streets

I N V I T A T I O N T O B I D

CONSTRUCTION SPECIFICATION

PROPOSAL. PROPOSAL OF, a corporation a

Americans with Disabilities Act Transition Plan for Public Right-of-Way Improvements

CHURCHILL DOWNS INCORPORATED FOUNDATION Official Rules

BOARD OF COUNTY COMMISSIONERS CLAY COUNTY

ARLINGTON COUNTY PAVEMENT MARKING SPECIFICATIONS

Figure 3B-1. Examples of Two-Lane, Two-Way Marking Applications

TRAFFIC STUDY GUIDELINES Clarksville Street Department

Proposed changes to Massachusetts MUTCD Supplement

CONSTITUTION, ARTICLES of ASSOCIATION and BY LAWS of NORTHERN DISTRICT TAXI GOLF CLUB

Price Schedule # Effective: MAy 5, 2014

OZARK JUNIOR REGIONAL RODEO ASSOCIATION

GWINNETT COUNTY DEPARTMENT OF TRANSPORTATION

B741 - TEMPORARY CONCRETE BARRIERS - OPSS 741

Regional School District #19 Transportation Policy

PART 9. TRAFFIC CONTROLS FOR BICYCLE FACILITIES TABLE OF CONTENTS

EXHIBITOR OPPORTUNITIES

2018 Adopt A Court Matching Grant Application

Website Years in Business Number of Full-time Employees. Architect Electrical Contractor Industrial Services Mechanical Contractor

WORK ZONE TRAFFIC CONTROL PROCEDURES

Railroad Inspection Procedure Manual

CANTON LIONS JR. FOOTBALL CLUB BYLAWS Revised/Approved February 2016

Honorable Mayor and Members of the City Council. Contract: AJW Construction for the 2013 Safe Routes to School Project

County of Greenville South Carolina. Traffic Calming Program Neighborhood Traffic Education Program and Speed Hump Program

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street. Hayward, CA J395 (510)

ADA TRANSITION PLAN. TOWN OF DeMOTTE

CONTRACT AWARD NOTIFICATION

WEF SPORT HORSE AUCTION. Featuring VDL Stud. March 1, Bidder Registration Package

ADA on Construction. Guidance for Section C Plan Preparers

Township of Springwater

NIT LIMITED NO. RD-NC-40-SPS-PH

Accommodating Pedestrians in the Work Zone

WATER HEATER THERMAL EXPANSION TANKS Owner s Manual. Safety Instructions Installation Maintenance Warranty. Models: 2-5 Gallon Capacity

NEIGHBOURHOOD TRAFFIC COMMITTEE POLICY AND PROCEDURE

TROUSERS - Approved colors only (Dark navy, black, tan)

CITY OF LOS ALAMITOS Recreation and Community Services Department

The 2009 Manual on Uniform Traffic Control Devices (MUTCD) (Brief) Highlights for Arizona Practitioners. Arizona Department of Transportation

MANUAL OF TEMPORARY TRAFFIC CONTROL ON CITY STREETS

NIT LIMITED NO. NC-185-SCS-P-NOCB ARGON & NITROGEN CYLINDER WITH REGULATOR

The total net revenue to the City for the previous four fiscal years was $255,856.

ZUMIEZ WIN EVERYTHING IN THE CATALOG SWEEPSTAKES. Official Rules. Dates 7/6/16 9/6/16

City of Memphis On-Street Parking Modification Guidelines

ENFIELD BOARD OF EDUCATION ENFIELD, CONNECTICUT

CHAPTER 313 Traffic Control Devices

Attachment No. 4 Approved by National Committee Council

Transcription:

City of Conway Mayor s Office 1201 Oak Street Conway, AR 72032 www.cityofconway.org Invitation and Bid 2010-25 INVITATION TO THE VENDOR ADDRESSED: Bidders are invited to furnish the items listed herein in accordance with the terms and conditions attached. Sealed bids must be in the hands of the Mayor not later than 10 am, Thursday, May 6, 2010 at which time all bids will be opened and read in the Downstairs Conference Room in City Hall. Successful bidders will receive approval to proceed with the work within 10 days after the City Council approval. BID SPECIFICATIONS FOR 2010 PAVEMENT MARKINGS For Pavement Markings to be placed on City Streets during the 2010 calendar year. MINIMUM SPECIFICATIONS and REQUIREMNTS ARE AS FOLLOWS: The material and construction methods for placement of the pavement markings shall conform to Section 718 REFLECTORIZED PAINT PAVEMENT MARKING of the Standard Specification for Highway Construction, latest edition, as published by the Arkansas State Highway and Transportation Department. The layout and configuration of the pavement markings shall conform to the Manual on Uniform Traffic Control Devices, latest edition, as shown on the plans and as directed by the City Engineer. The pavement markings shall be placed at the locations generally shown on the attached Plan as modified and amended by the City Engineer. The Bike Lane Symbol with Arrow and Sharrow Symbol shall be placed at approximately 600 intervals with the spacing adjusted near intersection to place the symbol at a location that will be visible right turning traffic at the intersection. The symbols shall conform to the details show for the symbol as included herein. The stencil for the symbol markings shall be submitted to the engineer for review and approval. At the locations bike lanes are to be placed, the traffic lanes should be 11 wide which generally leaving 5 feet of asphalt pavement between the traffic lanes and concrete gutter for the Bike Lane. Bike lanes endings should have approximately 50 feet of skip white before losing the lane width to a turn lane or road narrowing. Generally, on streets where sharrows or bike lanes are to be placed, existing lane markings will be repainted, if faded, if directed by the engineer. All tax and fees should be included to be considered.

Measurement of Pavement Markings will be made as follows: o 4 wide yellow or white (continuous or skip) lines will be measured by the Linear Foot of painted lines acceptably completed at the location as directed by the engineer. o Sharrow Symbol or Bike Lane with Arrow Symbol will be measured by the whole unit per each of the Sharrow Symbol or Bike Lane with arrow Symbol acceptably completed. Separate measurement will not be made for the arrow associated with the Bike Lane Symbol but shall be considered subsidiary to the Bike Lane symbol. Payment For Pavement Markings will be as follows: o Payment for Pavement Markings acceptable completed will be made at the unit price bid (as listed in the Bid Schedule) for the item multiplied by the field measured quantity of the item, which payment shall be full compensation for all equipment labor, material tools and incidentals required to complete the work. Layout of the work will not be measured for separate payment but shall be considered subsidiary to the payment for the several items of work listed in the bid schedule. Time for Completion of the Work: o The pavement markings on existing streets street shall be completed by July 31, 2010. o Pavement Markings on streets presently under construction shall be completed no later than 30 days are notification by the City Engineer that the street is completed and the pavement marking can proceed. o Work not completed within the time allowed may be awarded to another contractor and the contractor awarded the contract for this work will be required to pay any increase in pavement marking cost. The bids will be evaluated on the basis of the Total amount bid for all items. If awarded all the items of work will be awarded to a single contractor. BID SCHEDULE City of Conway 2010 Pavement Marking Bid Bid Number: 2010-25 Bid Opening Date: 10:00 AM Thursday, May 6, 2010 Item Approximate Unit Price No. Description Quantity Units Bid Amount 1. 4 White Pavement Marking 200,000 Linear Foot $ $ 2. 4 Yellow Pavement Marking 100,000 Linear Foot $ $ 3. Sharrow Symbol 730 Each $ $ 4. Bike Lane Symbol w/ Arrow 320 Each $ $ Total Amount Bid $ Unsigned bids will be rejected: Bid for Project Work Submitted By: Company Name Company Representative Name Representative s Signature

Address Email Address City State Zip Telephone Number Fax Number Date Please feel free to submit additional information on this bid on a separate piece of paper; however this sheet has to be included & signed with any bid submitted.

City of Conway Mayor s Office Terms & Conditions www.cityofconway.org Important Read Carefully By Submission of bid, bidder certifies that he has read all terms and conditions and that bid is submitted in accordance therewith. 1. Prices quoted will be considered to be net prices unless otherwise stated by the bidder. Cash discounts requiring payments in less than 30 days will not be considered in making awards. 2. Prices quoted shall be FOB Conway unless otherwise specifically stated on proposal. In either case, delivery charges must be prepaid. 3. All charges including taxes, shipping, freight, and any miscellaneous taxes shall be included in prices quoted, if applicable. 4. Bidder certifies that he will make delivery of items for which he bids within 10 days after receipt of award unless otherwise specifically stated. Time of delivery in excess of 10 days may be considered a factor in making awards. 5. In case of default of contractor in making deliveries as per contract, the City may procure the articles or services from other sources and hold the contractor responsible for all excess costs occasioned thereby. Bidder s record as to satisfactory performance under previous contracts will be considered a factor in making awards and retention on bid lists. 6. The City reserves the right to reject any or all bids, in part or in whole and to waive information in bids received. 7. If not otherwise specified, bidder must furnish brand names with catalog number, if any, on items which are offered as equal. In all such cases the burden of establishing equality is upon the bidder and failure to do so within a reasonable time may result in rejection. Alternative bids will not be considered unless no other type bid for the item is received. 8. In the case of equal or tie bids, preference will be given to Arkansas bidders. Other than as stated in the first sentence, awards on tie bids will be made at the discretion of the purchasing official. In such cases, splitting will be avoided and awards of previous contract(s) to one or more of the bidders will not be a factor. 9. In the event that bidder is unable to furnish all of an item, bids on portions thereof may be considered. 10. Final inspections and acceptance or rejection will be made after delivery. Items rejected because of non conformance shall be removed and replaced immediately with those which meet specifications, all at the expense of the contractor. In the event that necessity requires the use of non conforming items, payment therefore will be made at a proper reduction in price which shall be not greater than contractor s actual cost by purchase, fabrication, manufacture or

other production method plus transportation paid to carriers. All costs in connection with testing items that do not meet specifications shall be paid by contractor. 11. Quality, time of performance, probability of performance, and location of bidder will be factors in awards of all contracts. 12. The City reserves the right to purchase any, all or none of the items listed, in combinations thereof that may be in the best interest of the City of Conway. 13. The City reserves the right to change any specifications, terms and/or conditions at any time, with adequate notice in writing to bid invitees of those changes, if any. 14. The City is qualified for GSA pricing schedules, if available and applicable. 15. The City reserves the right to waive any informalities or minor defects, but this shall not be construed to indicate waiver of any specification, term and/or condition unless in the best interest of the City in the judgment of the City. 16. CONSTRUCTION/INSTALLATION: Any construction work that is worth $20,000 or more must comply with Arkansas Code Annotated 22 9 204. 17. Arkansas Prevailing Wage Law A.C.A. 22 9 301 through 3 15: The City of Conway, general contractors or any subcontractors is subject to the Arkansas Prevailing Wage Law, A.C.A. 22 9 301 through 3 15. The Labor Standards Division enforces laws related to prevailing wage (PDF). Arkansas s prevailing wage law is commonly referred to as the "little Davis Bacon Act." The law requires the division to issue a wage determination for each public works project where the cost of all labor and materials exceeds $75,000. Exemptions are public school construction; work done for or by any drainage, improvement, or levee district; highway, road, street or bridge construction and maintenance, or related work contracted for or performed by incorporated towns, cities, counties, or the Arkansas Highway Department. If you need a copy of the Prevailing wage Regulation and Laws that are required; this information is available at http://www.arkansas.gov/labor/pdf/prevailing_wage_regs.pdf. 18. PROHIBITED INTEREST CONDITION: No official of the City authorized on behalf of the City to specify, plan, design, negotiate, make, accept or approve, or take part in specifying, planning, negotiating, making, accepting or approving any construction or material purchase contract or any subcontract in connection with any purchase made by the City of Conway shall become directly or indirectly interested personally in the purchase in the purchase or any part thereof. 19. EQUAL OPPORTUNITY IN EMPLOYMENT: All qualified bidders will receive consideration without regard to race, color, religion, sex, age, disability or national origin.