Loading...
7777 - Scope of WorkRFP # 7777 Concrete Repair and Installation Services Scope of Work RFP # 7777 Page 1 of 10 The scope of work shall be finalized upon the selection of the Firm. The respondent’s submission shall have accurately described your understanding of the objectives and scope of the requested products and services and provided an outline of your process to implement the requirements of the Scope of Work and Services. It is anticipated that the scope of work will include, at a minimum, the following: SCOPE The City of Denton is seeking a primary, secondary, and tertiary contractor to provide concrete repair and installation to existing streets and drainage structures. The intent is to award multiple contracts for the purpose of repair of locations identified by the City of Denton. The quantities are estimated and will vary according to the needs of the City. Pricing shall include all costs, including but not limited to, labor, supervision, equipment, materials, line locates, site restoration, and traffic control. All services shall be following all local, state and federal laws. DESCRIPTION This contract will include remove and replacement identified section of concrete pavement, curb/gutter work, ADA ramps, sidewalk replacement, drainage inlets and all associated structures etc. The contractor will be responsible for hauling and disposing of the materials. The Contractor shall follow the current City of Denton Standard Construction Specification and Details. https://www.cityofdenton.com/CoD/media/City-of- Denton/Business/Development%20Review/COD-Standard-Construction-Specs-and-Details-1- 21-Version.pdf Division 32 Exterior Improvements DEFINITIONS For purposes of this specification, the term “Project Manager” means the Project Manager of the Department of Street Services or his duly authorized representative, administering this contract and overseeing work performed under this contract. RFP # 7777 Concrete Repair and Installation Services Scope of Work RFP # 7777 Page 2 of 10 For this contract, normal working hours will be considered as 7:00 a.m. to 6:00 p.m. Monday through Friday. Work outside the normal working hours, including Saturday and Sunday, or during restricted hours as defined in the specification, shall not be permitted except with the written permission of the City of Denton’s Project Manager (Project Manager). In addition, no work will be allowed on legal city holidays except with the written permission of the Project Manager. Requests shall be made on a case-by-case basis in writing at least 5 days in advance. The following is a list of the City’s legal holidays: 1. New Year’s Day (January 1) 2. Martin Luther King’s Birthday (third Monday in January) 3. Memorial Day (last Monday in May) 4. Independence Day (July 4) 5. Labor Day (first Monday in September) 6. Thanksgiving Day (fourth Thursday in November) 7. Friday after Thanksgiving (fourth Friday in November) 8. Christmas Eve Day (December 24) 9. Christmas Day (December 25) No excavation will take place three days prior to Thanksgiving and Christmas Holidays. NOISE ORDINANCE The erection, excavation, demolition, alteration, or repair work on any building at any time other than between the hours of 6:00 a.m. and 8:30 p.m. Monday through Friday from June 1 to September 30; between 7:00 a.m. and 8:30 p.m. Monday through Friday from October 1 to May 31; between 8:00 a.m. and 8:30 p.m. on Saturday; and between 1:00 p.m. and 8:30 p.m. on Sunday; provided, however, that the city council may issue special permits for such work at other hours in case of urgent necessity and in the interest of public safety and convenience. Contractor shall observe business-like conduct and etiquette at all times, treating all citizens with respect regardless of race, age, or economic status. Maintain a center of operations and/or office with telephone or cell phone to support daily operations. This center of operations shall be staged with capable personnel to manage ongoing operations in compliance with the terms and conditions of this agreement. Responses to all calls within four hours are required during working hours RFP # 7777 Concrete Repair and Installation Services Scope of Work RFP # 7777 Page 3 of 10 WORK PLAN AND PROJECT DURATION It is the intent of the City to provide a list of streets whose repaired area is approximately equal to the quantities shown on the Bid Lines within this RFP solicitation. The City may add and/or delete streets from the list, provided such changes do not materially alter the original scope of work or change the general nature of the work as a whole. The Work Plan for the remainder of the contract term will be determined by the City’s Project Manager on an annual basis. The project volume shall be similar for each year. PERFORMANCE SPECIFICATIONS The successful respondents will be required to meet the performance specifications as follow: Scheduled Work The contractor is expected to respond to the initial contact* from The City within 24 hours during normal business hours. Normal business office hours are Monday – Friday 7am- 4pm. If no response from contractor within 24 hours, the City has the right to call secondary contractor. Secondary contractor must also respond to initial contact* within 24 hours. If no response from the secondary contractor within 24 hours, the City has the right to call tertiary contractor (if any). Tertiary contractor must also respond to initial contact* within 24 hours. Response time** for scheduled work of Concrete Repair and Installation is not to exceed 7 business days after the initial call for standard requests. After the initial contact response, the contractor has three (3) business day to provide a schedule of the planned work. Once the proposed schedule has been approved, the contractor has 4 business days to begin work. If contractor is not able to meet delivery deadline, the City reserves the right to call secondary contractor. If secondary contractor is not able to meet delivery deadline, the City reserves the right to call tertiary contractor (if any). Emergency Work In the case of an emergency, the contractor is expected to respond to the initial contact* from The City within 8 hours of the initial call. If no response from contractor within 8 hours, the City has the right to call secondary contractor. Secondary contractor must be also respond to initial contact* within 8 hours. If no response from the secondary contractor within 8 hours, the City has the right to call tertiary contractor (if any). Tertiary contractor must also respond to initial contact* within 8 hours. RFP # 7777 Concrete Repair and Installation Services Scope of Work RFP # 7777 Page 4 of 10 Response time** for Emergency work of Concrete Repair and Installation is not to exceed 24 hours after the initial call. If contractor is not able to meet delivery deadline, the City reserves the right to call secondary contractor. If secondary contractor is not able to meet delivery deadline, the City reserves the right to call tertiary contractor (if any). Citizen Complaints The contractor will be called back based upon citizen complaints or failure to meet City inspection expectations at no cost to the City. If called back, contractor must replace/fix within 24 hours. Failure to meet performance requirements listed above could be consider in breach of the contract. *Contractor is expected to answer/call back within 24 hours for standard scheduled work and 8 hours for emergency work and be able to perform job as requested. **Response time: Time elapsed between first call from the City and the time contractor is expected to be on-site working. STAGING AREA If necessary, the contractor will be responsible for acquiring locations for staging. Contractor shall provide copy of the signed agreement. UTILITIES AND LOCATES The Contractor will be responsible for obtaining all necessary excavation locations (Dig Tess) and coordinating with other utilities in the work vicinity prior to digging. The following are the most common utilities having facilities in and around the City of Denton. Other facilities may be present, and each site shall be thoroughly researched prior to any work beginning. Utility Company Type of Service Frontier Telephone, Fios Cable Television, Communications Charter Communications Cable Television, Communications TXU Electric Atmos Energy Gas Co-Serv Electric, Gas, Communications RFP # 7777 Concrete Repair and Installation Services Scope of Work RFP # 7777 Page 5 of 10 City of Denton Sewer, Water DME Electric, Communications CREW COORDINATION The contractor will be required to coordinate construction activities with other organizations performing work in the same project areas. Such coordination shall not entitle the contractor to any claims or additional compensation. Some work may be required on weekends and holidays to coordinate with other organizations. Payment will be made based only on unit cost for all construction. U.S. POSTAL MAIL BOXES The Contractor shall be fully responsible for maintaining and protecting all existing U.S. Postal mailboxes during the construction period. Postal mail delivery must be maintained on a daily basis to the residents next to any construction under this contract. If areas with mailboxes are completely closed to traffic during construction activities, a temporary mailbox will be installed at the nearest street corner for temporary delivery service. The Contractor shall relocate the boxes working in cooperation with the Postal Director and the Construction Manager. Following the completion of construction, the Contractor shall restore all postal boxes to the location behind the curb. Because of the legal significance of the postal delivery service, the Contractor shall consider this responsibility as a priority. Temporary mailboxes shall be placed 42" above the ground and located directly behind the back of the curb. Both measurements shall be to the front lower face of the mailbox. The homeowners’ mailboxes will stay at their original locations during the construction. The contractor shall take responsible measure to protect the mailboxes form being damaged. SAFETY The Contractor, while working for the City, shall conduct all operations in a safe manner and in accordance with all state, federal, and city regulations. As part of the proposal, a copy of the prospective contractor’s annual US Department of Labor OSHA 300 Logs that replaced the OSHA 200 Logs as of January 2002 and safety manual shall be included or made available upon request. Safety Manual shall include shoring and CPR training requirements and curriculum. Also, contractors must submit the Safety Record Questionnaire as included in this document. City of Denton reserves the right to inspect Contractor’s safety and training records prior to and after award of contract. RFP # 7777 Concrete Repair and Installation Services Scope of Work RFP # 7777 Page 6 of 10 The Contractor shall immediately correct any unsafe conditions identified by the Construction Manager. If the Contractor fails to immediately correct such unsafe conditions, the Construction Manager may either have the unsafe conditions corrected by others at the Contractor's expense, or direct that the work be stopped immediately in the area of the unsafe condition. BARRICADES, LIGHTS, SIGNS, AND TRAFFIC CONTROL The Contractor must submit a Traffic Control Plan (TCP) for each location 30 calendar days prior to starting each street. The TCP must be approved by the City’s Traffic Engineer. The Contractor shall furnish and erect such barricades, fences, flashers, signals, and signs, and other precautionary measures for the protection of persons and property as necessary to comply with all federal, state, and local regulations. The Contractor shall install all traffic control devices in accordance with the most current TMUCD Texas Manual on Uniform Traffic Control Devices. The Contractor is responsible for compliance with these regulations without intervention from the City. No work will be allowed to begin prior to proper placement of all barricades, signs, and/or traffic controls. The Construction Manager may order that work be stopped immediately if the barricading or traffic control is not properly set up. Failure of the Contractor to insure proper barricading, signage, and/or traffic control on a recurring basis may be considered a breach of contract. This contractor shall provide a phone number, pager number, or mobile phone number (or numbers) where a knowledgeable individual can be contacted, on a 24 hour basis, to repair barricades and/or signs that might be discovered to be inadequate, damaged, vandalized, and/or missing. The contractor must respond to the City’s request within one (1) hour and be onsite within two (2) hours to address any issues. TRAFFIC The Contractor shall conduct his work with as little interference to public travel, be it vehicular or pedestrian, as possible. Whenever it is necessary to cross, obstruct, or close roads, driveways, and/or walks, the Contractor shall, at his own expense, provide and maintain suitable and safe detours or other temporary expedients for the accommodation of public and private travel, be it vehicular or pedestrian. The Contractor shall also give reasonable notice to owners of private drives before interfering with access. The Contractor shall provide all notices required by city regulations. RFP # 7777 Concrete Repair and Installation Services Scope of Work RFP # 7777 Page 7 of 10 FIELD CONDITIONS City of Denton makes no guarantees as to actual field conditions that may be encountered for any project. The Contractor, in accordance with state law, is responsible for locating all underground facilities prior to excavation. City of Denton will provide as much information as is available for each project but makes no guarantee of accuracy or completeness. In the event the Contractor fails to exercise appropriate caution or to complete underground locating, all costs for repair shall be the Contractor’s responsibility. Any restoration shall be with the same type of material and construction as the original, or better. The Contractor shall be responsible for damage to any underground utilities and associated property damage as a result of operator error or failure to exercise appropriate caution. Contractors are required to make the necessary repairs in a timely manner as deemed by City of Denton. If repairs are not made as required, the City will make the repairs and bill the contractor for services. CLEANUP AND RESTORATION The Contractor shall be responsible for cleanup and restoration of all areas disturbed in any way during the course of construction. The level of surface restoration must be equal to original undisturbed condition or at a level approved by the City. Where work will be intensive and the City of Denton has agreed to finish out the landscape work, the Contractor shall bring the surface to original shape and finished grade, ready for landscaping. Contractor is responsible for control and disposal of all spoils onsite at each job location and shall dispose of all materials, debris and trash in an appropriate manner and in accordance with all local, state and federal regulations. The City of Denton requires that mats or plywood be used in yards and grassy areas to reduce amount of damage. Where additional or unnecessary damage occurs to private or personal property and/or yards, the Contractor will make these repairs at their expense. The contractor, at the end of construction, shall fill and grade all holes, ruts, settlements and depressions to match the elevation of adjacent surfaces, and repair any damage created by the Contractor’s construction. All areas disturbed by construction shall be restored to their original condition to the maximum extent practicable. Cleanup and restoration must be approved by the City of Denton representative before work is considered complete and invoices will be processed. SITE CLEANLINESS During construction, the Contractor shall, at all times, keep work sites and adjacent premises as free from material, debris, and/or rubbish as possible. All material used to backfill behind curbs RFP # 7777 Concrete Repair and Installation Services Scope of Work RFP # 7777 Page 8 of 10 and trenches shall be tamped or compacted in such a manner as to keep it in a stabilized condition if rain or high winds occur. Contractor shall remove all waste material and trash from the site daily and comply with any other instructions concerning site cleanliness from the Construction Manager. The Contractor shall remove all surplus materials and temporary structures from the site when they are no longer needed. DUST CONTROL Use acceptable measures to control dust at the Site. • If water is used to control dust, capture and properly dispose of waste water. • If wet saw cutting is performed, capture and properly dispose of slurry. Contractor shall control the dust on site daily. If anything besides water used, then the contractor shall submit SDS/MSDS for the product for approval. STORMWATER POLLUTION PREVENTION Refer to Section 1-57-13 City of Denton City of Denton Standard Construction Specification and Details TESTING AND INSPECTION SERVICE Refer to Section 01 45 23 in the City of Denton Standard Construction Specification and Details QUALITY CONTROL The Contractor shall be responsible for the quality control of each installation to assure that all requirements of these specifications are met. The City of Denton reserves the right to observe, to inspect and to require additional quality control investigations, either by its personnel or an independently employed quality control investigator, at any or all stages of installation. Failure to adequately maintain quality of installation until completion shall be grounds for cancellation of the order or any part thereof. Field repairs required or having to redo a work due to quality control failures or deviation from permitted grade or alignment locations shall be the full responsibility of the Contractor. Any RFP # 7777 Concrete Repair and Installation Services Scope of Work RFP # 7777 Page 9 of 10 corrective action that is required to complete the project, or bring it up to an acceptable condition, shall be determined by the City of Denton. City of Denton shall inspect before concrete or asphalt installation. The inspections are intended to ensure that installations meet the City of Denton Current Construction Standards. The Contractor shall coordinate this inspection with the Construction Manager. LIQUIDATED DAMAGES Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in each task order, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay City one thousand dollars ($1,000) for each day that expires after the time specified in each task order for Final Acceptance until the City issues the Final Letter of Acceptance. Public Works Construction Standards NCTCOG 5th Edition Section 108.8 Schedule 109.8.1 Liquidate Damages Amount of contract ($) Amount of liquidated damages ($) Less than 25,000.000 25,000.00 to 99,999.99 100,000.00 to 999,999.99 More Than 1,000,000.00 200.00 Per Day 350.00 Per Day 500.00 Per Day 1000.00 Per Day RFP # 7777 Concrete Repair and Installation Services Scope of Work RFP # 7777 Page 10 of 10 BONDS Successful awarded contractor will be required to sign original contract and submit a blanket performance and payment bond for $1,000,000 before work is to commence. Bonds shall be in accordance with the V.T.C.A Government Code Section 2253.021, as amended. The contractor shall obtain an independent payment and performance bonds for 100% of the project value for any single project in excess of $400,000. The City, at its option, may waive the payment and performance bond requirements for projects less than $50,000. PROJECTS GREATER THAN $400,000 Any single project in excess of $400,000 will require the following before a purchase order or notice to proceed is issued: • Formal proposal of the project cost from the Contractor • City Council approval • Separate payment and performance bonds for 100% of the estimated project cost • Retainage of 5% of the contract value