Loading...
056-88 Ordinance .. RECORD OF ORDINANCES '. I National Graphics Corp., Cols., O. ~ Form No. 2806.A Ordinance NO'mn5_6.-:-.~.8n.nm.. p assed.mmm.m .mn.nmmnnnmmmn19m_,.. AN ORDINANCE ACCEPTING THE .- LOWEST/BEST BID FOR SANITARY MANHOLE REHABILITATION, AND DECLARING AN EMERGENCY WHEREAS, pursuant to required advertising, a bid has been received for the sanitary manhole rehabilitation project; and WHEREAS, it has been determined that the bid from S. J. & R. Quality Contracting, Inc. in the amount of $91,696.00 be accepted. NOW, THEREFORE, BE IT ORDAINED by the Council of the City of Dublin, State of Ohio, 6 of the elected members concurring: Section 1. That the bid of $91,696.00 from S. J. & R. Quality Contract- ing, Inc. be, and hereby is, accepted. Section 2. That the City Manager and the Finance Director are hereby authorized to enter into a contract with said company for said rehabili- tation of sanitary manholes. Section 3. That this $91,696.00 will be paid from the CAPITAL IMPROVE- MENT FUND (D10-077A-2500). Section 4. That this Ordinance be, and the same hereby is, declared to be an emergency measure necessary for the public health, safety, and welfare and for the further reason that this project should be initiated as soon as possible, and therefore this Ordinance shall take effect and be in force immediately upon its passage. Passed this 6th day of June , 1988. 4/1~ Mayor - Presiding Officer Attest: /) J~lnJ( t{~ , Clerk of Council Sponsor: City Engineer t hereby certify that copies of this Ord!nanr"/Rc5dution were posted ir Sty of Dublin in a:torclnnte w:th Section 731.25 of the Ohio Revised Cc. J~ '7;;. ~~ ad of (ounal. Dub in. Ohio ---- ---- . -".--- -' - -- "d Q) :> -, ----~- ----- .-- '-' -"-" ..., - Q) U Q) H Q) H : Q) ~ CfJ .-. - "d ----,--- ' ,.., ..0 H Q) ..c: I I +J 0 0 I I z - . : 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 rJj rJj . . . . . . . . . . rJj ,-iQ) 0 0 0 0 0 0 \.0 0 0 0 0 \.0 ~ ~ ~ ; eIlU 0 0 0 0 N 00 (j\ 0 0 0 0 Q\ ?-< ?-< ?-< +J..., Lf") 'J) Lf") Lf") CY) 0 ..-l CO 0 Lf") r-- 'J) 3~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ CY) ..-l ..-l CO -;:t Lf") ..-l r-- -;:t CY) ..-l ~ -;:t ~~ (j\ ~ --- .. ~ 0 - -- - - -- -----. ~ U 0 . Q) . U ..c: 0 ~ U 0 H 0 0 0 0 0 0 0 0 0 0 0 0 ..-i 0 0 0 0 0 0 0 0 0 0 0 0 ~ ~ ell . . . . . . . . . . 0 0 DO +J 0 0 0 0 0 'D \.0 lr) 0 0 0 . 0 .:: 0 Lf") N 0 CY) 'J) CY) rl 0 0 0 0 ..-l ..., E-< N ..-l CVj ..-l ..-l ..-l CVj ..-l 0 ~ +J ~ 0 U ~ Q) ell - _ n. -- 0 +J H CO ..-l ell +J Lf") ~ E c ..-l '--" ..., 0 ..-l <r:: +J U -;:t ..-i 0 0 0 0 0 0 0 0 0 0 0 CfJ ell 0 0 0 0 0 0 0 0 0 0 0 ::8 ~ >. >. ..., . . . . . . . . . . . P::: +J ~ H 0 0 0 0 0 \.0 N ..-l 0 0 0 0 CfJ ..., 'J U Q) 0 0 Lf") ..-l -;:t CY) Lf") 0 Lf") ~ - ..-i N ;:l +J ..-l ..-l ..-l ..-l H ell ('f) +J ell ~ Q) ;:l-;:t .:: ::E: Q) 0' Q) .:: X~ I-- ..., 0 00 P:::>Q ~ .:: .:: ~ "d ~ 0 .:: N +J 0 0 0 0 0 0 0 0 0 0 0 ell Q) H 0 0 0 0 0 0 0 0 0 0 0 Q) .:: 0 . . . . . . . . . . . +J 0 ..0 0 0 0 0 0 0 ...j- ...j- 0 0 0 'J ;:l..-i ell Lf") N Lf") N N 0 ..-l Lf") 0 Lf") . 0 ell ....:l ..-l ..-l ..-l ..-l N rJjp:::~ ~ . . III Q) w '0 U ILo :>-< .:: .c .c .c .c .c .c .c ell w .c .c u () u , u u u . .:: .., u u u q' III 0- l:: III III III III III I>~ III III Q) III W .....1 W U) W W U) +J ::J W W W .:: ..., .-- -., _. ell - ;:8 '0 E .:: . :> (lj ell w .., ") 0 N 0 -.0 0 0 uo ,..... r:: ':.2 jJ --:1 In ~0 C'l (') en , . ,~': ('.:..' (T) :"- -' 1__ '_..J ,. ~, C") a) .-. ., 'rl .. III H +J ..-l ;:l "d 0 eIl..-l 0 Q) w c <r:: 'r~j cX] --.-"' 00 riCO Q) '0 ....:l ..., E ..., (j\ E"O .., <r:: rJj H ..0 ..-l III .., ...:l Q) E-< 0 ell u~ ~...:l 0 E 0 +-> ~ ..c: ~ 0 ;:.... ~. tL. ;:.... III E-< ..., Q) CY) ..., ..... Q) ~ :.,~ ~ Q) Q) :> "d P:::N..c: ~ oJ) "0 :J III tL. '0 '0 ell Q) "d 0 W W III III "d C Q) 0 -0 ~ 0 III Q) >. III 0 Q) .... Q) .--l I. I-< ..., .~ C rl ell ~ ~ o .... ~ ~ ..... Ul III 0 0 '-H 00 0::8 c 0 Q) W...:l Ul III 0 Ql .., '-H rJj ..., ,., E "0 W ..c: ..., .... .--l 1lIu) .c Ul ~ 0 0 w <r:: Ul .:: u..-i ~J III "0 W ~ ~. Q) w !::: Q) 0 ~ .... I: ...:l 0 Cl w ell 00 ..0 ;:l w Ul Q) .., tL. ...:l Q) p:j C>Il III -=: Q) r-i ::8 -=: ;:l C>Ill:: :I: 0 Ul ~ --< Q) Q) Er---. 0 +J ell ~. E C>Il Q) ...,Q !::: w !::: .., 0 co '" Q) ..... C>Il ...... Q) Q) III ..., C Ul >.C u Q) C>IlQ) C>Il r:: r:: !::: 0 C>Il U Q) CfJ ell 0 Ul --< !::: U .... .c .... w !::: 0 H Q)'-H III w C>Il ...... III r:: ~ .... C>Il .C: III .c: r:: lll--< ;:l H 0, Q) 0 .., ell 0,0 III .... III .., .... U Q~ r:: lU !::: ~ c: III ..... 0 ri ell 0 0 .c w..... +JO Q) X <J .., .., .C: III 1lI~ o. .c ri ;:l H c: Ul 0. oM 4.J U c: ..., >. x ~ lJ)l-Ll III ~ OJ .... :I: III :I: Q) 0 01 0, III 'r' Q) p:j '0 0 ~ III .:: '0 +J X ~ W Q) Q) 'r' III U ::L: 0 C>Il E :1j ..., ..., l-Ll w E .... 0 X III C>IlQ) C>Il--:1 c: "d "d U)>QU 00 Q) III III ..... W I-'~ Q) I. ~ c: c: ...:l c:C") W 0 ..., .rl Q) O. .... C:uo :: r:: u ~ ~ Q) UO .... .... Z >Q >Q u Q) ~ !::: Q)C'! III CO .... III I.. lJ) r---. W III w ~ <J 0 t:::..... ........: C>Il Q) ..... .c QJ III III 0 III W E ...... o.W w ll.I ::I Q) ~ 0- co <ll o.W-o -0 c: III ::I Q) .., III ...... or-') : > 0 Q) .r:: Q) Q) .... t::: '0 'r' Q) .r-I: ~ U V} ~ ) III 4;~ p:: p:: ) ;:.: U '0 -.0 '0 -.0 co.... 4;...... 4;..... A.. '-' -- .- -. E . . . OJ . . . . 0 ...... <J . . . . 0- N C') ..:;t uo -.0 ,..... CO ...... ...... rl ..... . 00 ~~o/9~ 5131 Post Road · Suite 105 Dublin, Ohio 43017 -,.,. MEMORANDUM TO: Timothy Hansley, City Manager FROM:?~Paul R. Willis, City Engineer DATE: May 25, 1988 SUBJECT: Sanitary manhole Rehabilitation On Monday, May 23, 1988, bids were opened for the captioned project. One bid only was received from S. J. and R. Quality Contracting, Inc., Route 2, Box 4325, Maloneton, KY 41158. Their bid was $91,696.00 and their bid is responsive. The engineer's estimate is $100,000.00. This bidder is the same one who constructed the Avery Road waterline and the Brand Road waterline during last construction season. The quality of their work on those projects was good. Therefore, it is recommended that the Sanitary Manhole Rehabilitation Project be awarded to S. J. and R. Quality Contracting, Inc. PRW:dre Enclosure I ~ SPECIFICATIONS . CITY OF DUBLIN SANITARY MANHOLE REHABILITATION AND MAINTENANCE GENERAL SPECIFICATIONS 1. All labor, materials, tools, equipment and transportation necessary for the proper execution of the WORK in accordance with the CONTRACT DOCUMENTS. 2. The contractor shall protect all workers and public in the work area from explosive methane and toxic hydrogen sulfide. " 3. The City of Dublin Standard Construction Regulations, dated January, 1985, and any supplements thereto, and State of Ohio Department of Transportation, "Construction and Material Specifications," dated January 1, 1987 shall govern all construction items that are a part of this contract. 4. The contractor shall investigate and locate all utilities prior to construction. 5. The contractor and subcontractor shall comply with the Occupational Safety and Health Act of 1970 during the conduct and performance on and in connection with this proiect. 6. All traffic control devices shall be furnished, erected, maintained and removed in accordance with the "Ohio Manual of Uniform Traffic Control Devices for Construction and Maintenance Operations" with the substitution of a special duty police officer having jurisdiction within the City of Dublin where reference is made to a "Flagman". 7. Any mud tracked or dispositions of manhole materials or debris upon public right-of-way shall be cleaned off IMMEDIATELY. Every precaution shall be taken to minimize this risk. 8. At anytime during the rehabilitation work at a manhole in the yard area (i.e. , frame is removed or excavated hole is exposed) and the area is left unattended for any length of time a snow fence or approved equal shall be installed. 9. When excavation is required in yard areas, contractor shall take precaution in cutting, peeling back and preserving the sod with all root structures in place. A maximum of 24 hours will be allowed for sod to be disturbed. When replacement is complete the sod and subgrade shall be thoroughly moist for 30 days before acceptance is approved. Sod that needs to be replaced for whatever the reason will be at the contractor's expense. - S 1 - CITY OF DUBLIN SANITARY MANHOLE REHABILITATION AND MAINTENANCE TECHNICAL SPECIFICATIONS Item 1 ~ Replace Manhole Frame Only (attached) See Construction Drawing No. CD-1 & CD-2 This item shall include all necessary excavation down to the concrete structure or first brick course of the manhole. Removing and disposing of existing frame; removing old mortar; resetting new frame with 1/2" x 1 1/2" "ConSeal" or approved equal to proper alignment and grade; backfilling; traffic control; and cleaning up. Dublin's Field Representative will determine if the standard height or the modified height will be used on a case by case basis. Payment will be made at the unit price BID for each frame installed. Pavement replacement will be included under that item. Item ~ ~ Change Existing Lid to Self Sealing Replacement Lid See Construction Drawing No. CD-2 (attached) This item shall include removing and disposing of existing lid. Cleaning resting shelf; and replace with self sealing lid with gasket ("0" ring) properly in place. Payment will be made at the unit price BID for each lid installed. Item 1 ~ Replace Existing Lid and Frame with Watertight Bolt Down Lid with Frame See Construction Drawing No. CD-6 (attached) This item shall include all necessary excavation down to the concrete structure or first brick course of the manhole; removing existing frame with possibility of reusing frame with cover at a different location; removing old mortar; resetting new frame with 1/2" x 1 1/2" "ConSeal" or approved equal to proper alignment and grade; backfilling; traffic control; and cleaning up. Dublin's Field Representative will determine if this style frame and lid or if raising existing frame and lid will destroy the aesthetics of the surrounding area. Payment will be made at the unit price BID for each frame and bolted lid installed. Pavement replacement will be included under that item. Item i ~ Add Self-Sealing Gasket ("0" Ring) To Existin<;t Lid See Construction Drawing No. CD-2 (attached) This item shall include the cleaning of the dovetail groove in the existing sanitary lid and adding a continuous gasket ("0" Ring) using a glue that is recommended by the manufacture. The gasket material shall have good sealing qualities, abrasion resistance and low compression set. - S 2 - Payment will be made at the unit price BID for each gasket installed. Item 5 - Reset Existing Manhole Frame See Construction Drawing No. CD-1 (attached) This item shall include all necessary excavation down to the concrete structure or first brick course of the manhole. Removing old mortar from manhole structure and frame; resetting existing frame with 1/2" x 1 1/2" "ConSeal" or approved equal to proper alignment and grade; backfilling; traffic control; and cleaning up. Payment will be made at the unit price BId for each frame reinstalled. Pavement replacement will be included under that item. Item ~ 2 Replace Brick Courses with Grade Rings See Construction Drawing No. CD-1 (attached) This item shall include all necessary excavation down to the concrete structure; removing and disposing of all existing bricks and mortar; rebuild manhole entrance, using reinforced grade rings; resetting frame and each grade ring with 1/2" x 1 1/2" "ConSeal" or approved equal to proper alignment and grade; backfilling; plaster outside face with Lime Cement Mortar 1/2" thick (1:2 Mix); traffic control; and cleaning up. Payment will be made at the unit price BID for replacing grade rings. Pavement replacement will be included under that item. Item 1 2 Waterproofing Materials This item shall include all material, equipment and labor to install portland cement based hydraulic cement as a water stopping plug with sealer or as a two coat patch when hydrostatic pressure is nonexistent. The contractor will supply technical papers, testing laboratory certificate of compliance and documented work record. The contractor shall be qualified for this type of application. Surface preparation must be free of dirt, oil and loose material. Surface is to be clean by wire brushing; water blasting using 1,000 PSI pressure; and/or acid washing, then flushing. Before waterproofing material is applied the area is to be structurally sound under the direction of Dublin's Field Representative. The areas where this item is applicable are at entrance or "throat" area of manhole, joints between precast barrel sections (under the direction of Dublin's Field Representative), localize damage area at the cone or barrel sections and around sewer pipes (under the direction of Dublin's Field Representative). - S 3 - Application of waterproofing materials will meet the manufactures recorrunended mixing and safety precautions and will be a non-shrinking, resist freeze-thaw cycles and free of corrosive action. Payment will be made at the unit price BID for waterproofing. The following is a approximate breakdown of square feet by location in a manhole and total for this contract. 1. Entrance or "throat" area 18" W X 3.1416 X 24" dia. - 144 X 60 Manholes= 566 Sq. Ft. 2. Joints between precast barrel sections 6" W X 3.1416 X 48" dia. X 4 Joint Average/MH - 144 X 10 Manholes = 250 Sq. Ft. 3. Localize damage area at cone or barrel Assume 6" area 12" X 12" - 144 X 10 Manholes = 10 Sq. Ft. 4. Grouting around pipe 6" ring round a assume 12" O>D> pipe 3.1416 X 12" X 6" - 144 X 25 Manhole = 40 Sq. Ft. TOTAL 866 Sq. Ft. Acceptance of this item will be approved after all structures are complete and a one-year maintenance bond is implemented. Item ~ ~ Cleaning Channels This item shall include removing, desposing, and cleaning of channels or troughs. Payment will be made at the unit price BID for each manhole clean. . Item ~ Adjusting Manhole to Grade ~ 16" or Less Range See Construction Drawing No. CD-5 (attached) This item shall include all necessary excavation down to the first pre-cast section. Removing and disposing of existing adjusting bricks. If the contractor damages any of the pre-cast section(s) that will remain in place or if manhole building materials, dirt or debris falls into the manhole bottom, the contractor will make these corrections at no additional expense to the City of Dublin. Additional work under this item will be backfilling; traffic control; and cleaning up. - S 4 - Payment will be made at the unit price BID for each manhole adjusted to the last grade ring installed. See Item No. 1 (Replacing Manhole Frame) or Item No. 5 (Resetting Existing Frame) for a complete adjustment of manhole to grade. Item No. 1 or No. 5 will be made at the unit price BID under either of those items. Item No. 2 will be included if required under that item. See Drawing No. 6 for pay item breakdown. Pavement Replacement will be included under that item. Item 10 ~ Adjusting Manhole to Grade ~ 16" to 34" Range See Construction Drawing No. CD-5 (attached) This item shall include all necessary excavation down to the first pre-cast section. Removing and disposing of exisiting adjusting brick; The height of the additional 4' diameter pre-cast barrel section with "P" ring and rubber sealant will be determined by the Dublin Field Representative. The contractor will supply "shop drawings" of the pre-cast barrel sections. If the contractor damages any of the pre-cast section(s) that will remain in place or if manole building-materials, dirt or debris falls into the manhole bottom, the contractor will make these corrections at no additional expense to the City of Dublin. Additional work under this item will be backfilling; traffic control; and cleaning up. Payment will be made at the unit price BID for each manhole adjusted to the last grade ring installed. See Item No. 1 (Replacing Manhole Frame) or Item No. 5 (Resetting Existing Frame) for a complete adjustment of manhole to grade. Item No.1 or No. 5 will be made at the unit price BID under either of those items. Item No. 2 will be included if required under that item. See Drawing No. 6 for pay item breakdown. Pavement Replacement will be included under that item. Item 11 ~ Pavement Replacement See Construction Drawing No. CD-5 (attached) This item shall include all pavement necessary to replace the existing disturbed or damaged pavements (public streets, residential driveways, bicycle paths or parking lots). The contractor shall vertically cut and trim the existing pavement edge in a circular configuration; remove and dispose of all sub-base and wearing course in the work area; recompact the disturbed sub-grade to 100 percent of maximum dry density; place high-early-strength concrete O.D.O.T. Item 511.05 in the entrie excavated hole (9" minimum thickness) and level out at 2 1/2" from the existing wearing course; apply Tack Coat, O.D.O.T. Item 407 over the entire surface; roll-in 2 1/2" thick of O.D.O.T. Item 404 Asphalt Concrete with a 1 1/2 ton vibratory roller; and - S 5 - . , apply a Hot Joint Sealer, G.D.G.T. Item 705.04 at all pavement joints. For manholes in the public streets it will be permissible to have concrete level-out at the existing wearing course and apply a Hot Joint Sealer at all joints. The contractor shall also include in his unit price BID the following: At any time during the excavation or placing of material and the work is temporary interrupted for whatever the reason, the contractor shall have a flagman on duty or a steel plate securely held in place for the safety of the public. Measurement shall be the actual number of square yards of area paved, completed and accepted. Payment will be made at the unit price BId for pavement replacement. - S 6 - . . CITY OF DUBLIN, OHIO SANITARY MANHOLE REHABILITATION AND MAINTENANCE ADVERTISEMENT, PROPOSAL, CONTRACT AND SPECIFICATIONS MAY 1988 TABLE OF CONTENTS DESCRIPTION PAGE ~ Table of Contents 1-2 Bidding Requirements Legal Notice BR 1 Information To Bidders BR 2-4 Wage Rates BR 5 Bidding Forms Form Of Noncollusion Affidavit BF 1 Experience Record BF 2 Contract Bond Form A (Guarantee is 10% Cash or Certified Check) BF 3-4 Contract Bond Form B (Guarantee is 100% Bond) BF 5-6 List of Subcontractors BF 7 Manufactures Of Material To Be Furnished BF 8 Proposal BF 9-12 Bid Schedule BF 13-14 Contract Forms and General Conditions Delinquent Personal Property Tax Affidavit CF 1 Contract CF 2-4 Performance Bond CF 5-6 Legal and Fiscal Officers CF 7 Certification Of Funds CF 8 Affidavit Of Income Tax Withholding CF 9 Notice Of Award CF 10 Notice To Proceed CF 11 Change Order CF 12 General Conditions CF 13-30 Payroll Information CF 31-33 Specifications General Specifications S 1 Technical Specifications S 2-6 - 1 - TABLE OF CONTENTS DESCRIPTION .~ PAGE Construction Drawings Concrete Manhole At "Throat" Area CD 1 Sanitary Self Sealing Lid With Frame CD 2 Miscellaneous Items Precast Manholes CD 3 Pavement Replacement - Item 11 CD 4 Adjusting Manhole To Grade - Pay Item 9 & 10 CD 5 Watertight Bolt Down Lid With Frame - Pay Item 3 CD 6 Manhole Inventory Item Breakdown For Each Manhole MI 1-32 - 2 - , BIDDING REQUIREMENTS LEGAL NOTICE Sealed proposals will be received by the City of Dublin, Ohio at Dublin City Hall, 6665 Coffman Road, Dublin Ohio 43017, until 11:00 o'clock A.M., local time on , for "Sanitary Manhole Rehabilitation and Maintenance". The work covered by the CONTRACT DOCUMENTS includes the following approximate quantities: Manhole Rehabilitation 975 Each Manhole Cleaning 120 Each A 10% Bid Bond (cash or certified check along with Bond Form A) or 100% Performance Bond (using Bond Form B) payable to the City of Dublin, Ohio executed by The Bidder and a Surety Company shall be submitted with each Bid. Failure to Execute a contract and to furnish a performance or payment bond as hereinafter set out will be cause for forfeiture to the Owner of the amount of money represented by the certified check or bidder's bond, as and for liquidated damages. - Copies of the contract documents (Bidding Requirements, Proposal, Specifications and Plans) are available at the City Hall, 6665 Coffman Road, Dublin, Ohio 43017, upon the payment of $30.00 per set. No refund will be made for their return. Proposals must be submitted on the Proposal Form contained in the Contract Documents and submitted in their Entirety in sealed envelopes marked. The City of Dublin reserves the right to reject any and all bids, to increase, decrease, or to omit any item or items, to waive minor irregularities in the bids, and to award to the lowest and/or best bidder. By order of the City Council of the City of Dublin, Ohio. CITY OF DUBLIN Timothy C. Hansley, City Manager Advertised: Prospective BIDDERS may address inquiries to Paul R. Willis, City Engineer at 5131 Post Road, Suite 105, Dublin, Ohio - (614)761-6550. - BR 1 - < INFORMATION TO BIDDERS All proposals must be made on the forms contained herein and the bid prices must be written therein, in figures only. In all items, bids must be made separately on labor and material and the total price for each unit shall be the "Total (Sum of Labor and Material)". In the event of conflict, the "Total (Sum of Labor and Materials)" of the unit price or lump sum bid shall govern. Each bidder must bid on all Items, Alternates, Deductions, and Additions contained in the Bidding Forms. All proposals not in conformity with this notice may be considered informal and may be rejected. Each bidder is required to state in his proposal his name and place of residence and the names of all persons interested with him; in case of a corporation the names of other than the president and secretary need not be given. Reference shall be furnished to establish the skill and business standing of the bidder. The successful bidder will be required to execute and submit a noncollusion affidavit in the form attached hereto, after the opening of bids and before the award of the contract. If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications, or other proposed contract documents, he may submit to the Engineer a written request for an interpretation thereof. The person sUbmitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by Addendum duly issued and a copy of such documents. The awarding authority will not be responsible for any other explanations or interpretations of the proposed documents. If there is a conflict between the detailed plans and specifications, the detailed plans shall prevail. When a "Special Specification" is included in the "Bidding Form" it shall supplement and/or modify the Detailed Specifications included herein and shall govern whenever there is a conflict in meaning. The bidder is required to examine carefully the site of the work, the proposal, plans, and specifications, and to read and acquaint himself with the contract form for the work contemplated. The bidder, in submitting a proposal, warrants that he has investigated and is acquainted with the conditions to be encountered for performing the work including the character, quality and quantities of work to be performed and materials to be furnished, and the requirements of the contract documents hereinafter defined. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination and is satisfied as to all the conditions which will affect the work. - BR 2 - . The quantities listed in the proposal form are to be considered as approximate and are to be used only for the comparison of the bids and as basis for computing amounts of security or penal sums of bonds to be furnished. The unit prices to be tendered by the Bidders are to be tendered expressly for the scheduled quantities as they may be increased or decreased. Payments, except for lump sum contracts, and except for lump sum items in unit price contracts, will be made to the Contractor for the actual quantities only of work performed or materials furnished in accordance with the plans and specifications, and it is understood that the scheduled quantities of work to be done and materials to be furnished may each be increased or diminished without in any way invalidating the unit bid prices. The successful bidder will be required to execute the contract within 10 days after the award of the work to him and shall furnish bond for the faithful performance of said contract in the sum of 100 percent of the total amount of his bid. The proposal bond shall be in the form attached to the specifications with an approved surety company as surety. In cases of failure to execute the contract as stated or to furnish performance bond, the bidder will be considered to have abandoned the contract and the bond or check accompanying the proposal shall be forfeited to the Owner, not as penalty but a liquidated damages. Sureties must be approved by the proper authorities. The contract shall be awarded to the lowest and best bidder. Following the bid opening, the Owner shall determine the Items, Alternates and Additions to be performed. Total bids will be calculated by adding the amounts bid by each bidder for such Items, Alternates, and Additions, less the Deductions, so selected by the Owner in determining the lowest and best bid. The Owner reserves the right to reject any and all bids, and to waive minor irregularities. The successful bidder will be further required to furnish the Owner with a complete breakdown of the lump sum bid items, to the satisfaction of the Engineer, before signing the contract documents. In determining the award, consideration will be given to (a) whether bidder maintains a permanent place of business, (b) suitability of the bidder's plant and equipment for the work, (c) bidder's financial status and organization, (d) bidder's record of experience in construction improvements of this type, and (e) lowest and best bidder. Check bid deposits of any bidders except the three lowest and best bidders will be returned within 10 days after opening bids. The bid deposit of the three lowest and best bidders will be returned within 48 hours after the executed contract and required bonds have been approved by the Owner. - BR 3 - , . The u.s. Department of Labor "Safety and Health Regulations for Construction" identified as Chapter XVII of Title 29, Code of Federal Regulations (CFR) Part 1926 (formerly Part 1518) and subsequent amendments are hereby made a part of these specifications. Three ( 3 ) sets of plans and specifications will be furnished the successful contractor at no cost and any additional sets requested will be furnished at cost. The Owner reserves the right to hold bids for a period of 60 days after the opening and to award the contract at any time during that period. Whenever the words "Engineer" or Engineers" or "Consulting Engineers" are used herein, they shall be understood to refer to the CITY ENGINEER or his authorized representative. Whenever the words "City" or OWner" are used herein, they shall be understood to refer to the CITY OF DUBLIN, OHIO. We are advised that materials to be incorporatep in this work may be purchased by the Contractor free of Ohio State Sales Tax. Attention is called to the prevailing rates of wages to be paid for labor on public improvements in Franklin and Delaware Counties, Ohio, as ascertained by the Department of Industrial Relations, State of Ohio. The location of utilities and structures, both surface and subsurface, are shown on the plans from data available at time of survey and is not necessarily complete or correct. The exact location and protection of utilities and structures are the responsibilities of the Contractor. During construction, the Contractor shall use due diligence in protecting from damage all existing utilities and structures whether shown on the plans or not. If damage is caused, the Contractor shall be responsible for the repair or restoration of same in accordance with the directions of the Engineer and for any resulting contingent damage. The Owner shall furnish two executed copies of the plans, contract, and specifications, and if requested, furnish three additional copies of the plans and specifications at no cost to the Contractor. Additional copies may be purchased from the City for the price per set of plans and specifications set forth in the Legal Notice. The estimated cost of these improvements is $100,000.00 . - BR 4 -