HomeMy WebLinkAboutbid_packet_-_quad_lighting_installation_prk-03-20BASEBALL QUAD ELECTRICAL
FIELD LIGHTING INSTALLATION
Project #PRK -03-20
2 Project # PRK-03-20
Table of Contents
INVITATION FOR BIDS (White)
INSTRUCTIONS TO BIDDERS (White)
PROPOSAL FORMS (Blue)
PROPOSAL
BID BOND
NOTICE OF AWARD (White)
CONTRACT FORMS (Green)
CONTRACT FOR CONSTRUCTION
PAYMENT BOND
PERFORMANCE BOND
GENERAL FORMS (Yellow)
NOTICE TO PROCEED
CHANGE ORDER
WORK CHANGE DIRECTIVE
CERTIFICATE OF SUBSTANTIAL COMPLETION
APPLICATION FOR PAYMENT
ISWPC DIVISION 100 – STANDARD GENERAL CONDITION OF THE CONSTRUCTION
CONTRACT (White)
SUPPLEMENTARY CONDITIONS (White)
SPECIAL PROVISIONS (White)
SPECIFICATIONS
3 Project # PRK-03-20
INVITATION FOR BIDS
Separate sealed bids for baseball quad electrical field lighting installation. will be received by the
City of Rexburg, Idaho. The bids will be received at City Hall, 35 North 1st East Rexburg, ID
83440 until 3:00 P.M. on June 23, 2020 . Then at said office publicly opened and read aloud
shortly thereafter.
The project consists of replacing one city block of 8” ductile iron water pipe and related water
utility work along with roadway restoration.
The CONTRACT DOCUMENTS may be examined at the following location:
Rexburg City Hall
35 North 1st East
Rexburg, ID 83440
Upon a fee of $25.00, a copy of the CONTRACT DOCUMENTS may be obtained by contacting
the City Clerk at the above address. They are also available online at
http://rexburg.org/pages/rfps.
Each Proposal must be submitted on the prescribed form and be accompanied by a certified
cashier’s check or bid bond executed on the prescribed form payable to the City of Rexburg
Idaho in an amount not less than 5% of the amount bid. The successful bidder will be required to
furnish a performance and payment bond, each in the amount not less than 100% of the contract
price.
The City reserves the right to reject all proposals or any proposal not conforming to the intent
and purpose of the Bid Documents.
__________________________ ________________________________
June 5, 2020
to
June 12, 2020
Keith Davidson P.E.
Public Works Director/ City Engineer
City of Rexburg
^TOP
4 Project # PRK-03-20
INSTRUCTIONS TO BIDDERS
1. FORMAT:
The Contract Documents are divided into parts, divisions, and sections in keeping with accepted
industry practice in order to separate categories of subject matter for convenient reference thereto.
Generally, there has been no attempt to divide the Specification sections into the work performed by the
various building trades, work by separate contractors, or work required for separate facilities in the
project.
Specifications are bound into these documents in the same order as they appear in the Table of Contents.
Specification section numbers and the section page numbers are shown at the bottom of each page.
Project Plans are bound separately from these Contract Documents.
2. COPIES OF BIDDING DOCUMENTS:
Complete sets of bidding documents may be obtained from the City of Rexburg for the fee stated in the
Invitation to Bid. Complete sets of bidding documents must be used in preparing bids; neither Owner
nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of
incomplete sets of bidding documents. The Owner in making copies of the bidding documents available
on the above terms does so only for the purpose of obtaining bids on the work and does not cover a
license or grant for any other use.
3. FORM OF PROPOSAL:
The proposal shall be made on the bidding schedules(s) bound herein. Additional copies are available
from the City upon request. The complete Contract Document volume shall be enclosed in a sealed
envelope bearing the name of the Bidder and name of the project.
All blanks on the bid form must be completed in ink and be printed legibly. The Contractor is required
to list all subcontractors for electrical, plumbing and mechanical as called for in the Bidders Proposal in
order for the bid to be responsive. Bids by corporations must be executed in the corporate name by the
president or a vice-president, or other corporate officer accompanied by evidence of authority to sign,
and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The
corporate address and state of incorporation must be shown below the signatures. Bids by partnerships
must be executed in the partnership name and signed by a partner whose title must appear under the
signature and the official address of the partnership must be shown below the signature. All names must
be printed below the signature.
The bid shall contain an acknowledgment of receipt of all addenda (the numbers and dates of which
must be filled in on the bid form).
4. DELIVERY OF PROPOSAL:
5 Project # PRK-03-20
The proposal shall be delivered by the time and to the place stipulated in the Invitation to Bid. It is the
Bidder’s sole responsibility to see that his proposal is received in proper time. Any proposal received
after the scheduled closing time for receipt of proposals will be returned to the Bidder unopened.
Bids shall be enclosed in an opaque, sealed envelope and plainly marked with the project title (and if
applicable, the designated portion of the project for which the bid is submitted), name and address of the
Bidder, the license number of the Bidder, and accompanied by the bid security and other required
documents. If the bid is sent through the mail or another delivery system, the sealed envelope shall be
enclosed in a separate envelope with the notation “Bid Enclosed” plainly marked on the face of it and
addressed to:
City of Rexburg
35 North 1st East
Rexburg, ID 83440
5. WITHDRAWAL OF PROPOSAL:
The proposal may be withdrawn by the Bidder by means of a written request, signed by the Bidder or his
properly authorized representative. Such written request must be delivered to the place stipulated in the
Invitation to Bid for receipt of proposals prior to the scheduled closing time for receipt of proposals.
6. OPENING OF PROPOSALS:
The proposals will be publicly opened and read at the time and place stipulated in the Invitation to Bid.
7. MODIFICATIONS AND ALTERNATIVE PROPOSALS:
Unauthorized conditions, limitations, or provisions attached to a proposal will render it informal and
may cause its rejection. The complete proposal forms shall be without interlineations, alterations, or
erasures. Alternative proposals will not be considered unless called for. Oral, telephonic proposals or
modifications will not be considered. Any bidder may modify his bid by telegraphic or written
communication at any time prior to the scheduled closing time for receipt of bids, provided such
communication is received by the Owner prior to the closing time. The telegraphic or written
communication should not reveal the bid price; it should, however, state the addition or subtraction or
other modification so that the final prices or terms will not be known by the Owner until the sealed bid is
open.
8. DISCREPANCIES IN PROPOSALS:
In the event there is more than one bid item in a bidding schedule, the Bidder shall furnish a price for all
bid items in the schedule, and failure to do so will render the proposal informal and may cause its
rejection. In the event there are unit price bid items in a bidding schedule and the “amount” indicated
for a unit price bid item does not equal the product of the unit price and quantity, the unit price shall
govern and the amount will be corrected accordingly. In the event there is more than one bid item in a
6 Project # PRK-03-20
bidding schedule and the total indicated for the schedule does not agree with the sum of the prices bid on
the individual items, the prices bid on the individual items shall govern and the total for the schedule
will be corrected accordingly.
9. PROPOSAL GUARANTEE:
Each proposal shall be accompanied by a certified cashier’s check or Corporate bid bond in the amount
stated in the Invitation to Bid. Other forms of Bonds will not be allowed. Said check or bond shall be
made payable to the City of Rexburg and shall be given as a guarantee that the Bidder, if awarded the
work, will enter into a contract within 10 calendar days after receipt of the contract from the Owner, and
will furnish the necessary insurance certificates, faithful performance bond, and labor and material bond;
each of said bonds to be in the amount stated in these Contract Documents. In case of refusal or failure
to enter into said contract, the check or bid bond, as the case may be, shall be forfeited to the Owner. If
the Bidder elects to furnish a bid bond as his proposal guarantee, he shall use the bid bond form bound
herein, or one conforming substantially to it in form.
10. RETURN OF PROPOSAL GUARANTEE:
Within 10 calendar days after award of the contract, the Owner will return the proposal guarantees
accompanying such of the proposals as are not considered in making the award. All other proposal
guarantees will be held until the contract has been finally executed. They will then be returned to the
respective bidders whose proposals they accompany.
11. CONTRACT SECURITY:
A Performance Bond and a Payment Bond, each in the amount of 100 percent of the contract price, with
a corporate surety approved by the Owner will be required for the faithful performance of the contract.
Attorneys-in-fact who sign Bid Bonds or Payment Bonds and Performance Bonds must file with each
bond a certified and effective dated copy of their Power of Attorney.
7 Project # PRK-03-20
12. AWARD OF CONTRACT:
The Owner will award the contract, if it is to be awarded, to the lowest responsive, responsible bidder
submitting a bid for the selected alternative. Any such award will be made within 15 calendar days after
the opening of the proposals, unless a longer waiting period before the award is expressly allowed in the
Invitation to Bid, or is mutually agreed to between Owner and Bidder. A contract will be awarded for
each schedule or combination of schedules of work as defined in the bid schedules.
Owner reserves the right to reject any and all bids; to waiver any and all informalities not involving
price, time or changes in the work, and to negotiate contract terms with the successful Bidder; and the
right to disregard all nonconforming, nonresponsive, unbalanced, or conditional bids. Also, Owner
reserves the right to reject the bid of any Bidder if Owner believes that it would not be in the best
interest of the project to make an award to that Bidder, whether because the bid is not responsive or the
Bidder is unqualified, of doubtful financial ability, or fails to meet any pertinent standard or criteria
established by the Owner.
The Owner may make such investigations as deemed necessary to determine the ability of the Bidder to
perform the work and the Bidder shall furnish to the Owner all such information and data for this
purpose as the Owner may request. The low Bidder shall supply the names and addresses of major
material suppliers and subcontractors when required to do so by the Owner.
13. EXECUTION OF CONTRACT:
The Bidder to whom the award is made shall execute a written contract with the Owner on the form of
the agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required
by the specifications within ten calendar days after receipt of the Notice of Award from the Owner.
Failure or refusal to enter into a contract as herein provided or to conform to any of the stipulated
requirements in connection therewith shall be just cause for annulment of the award and the forfeiture of
the proposal guarantee. If the successful Bidder refuses or fails to execute the contract, the Owner may
award the contract to the second-lowest responsive responsible Bidder. If the second lowest responsive
responsible Bidder refuses or failed to execute the contract, the Owner may award the contract to the
third lowest responsive responsible Bidder. On the failure or refusal of such second or third lowest
Bidder to execute the contract, such Bidders’ guarantees shall be likewise forfeited to the Owner.
14. DISQUALIFICATION OF BIDDERS:
More than one proposal from an individual, firm, partnership, corporation, or association under the same
or different names will not be considered. Reasonable grounds for believing that any Bidder is
interested in more than one proposal for the work contemplated will cause the rejection of all proposals
in which such Bidder is interested. If there is reason for believing the collusion exists among the
Bidders, all bids will be rejected and none of the participants in such collusion will be considered in
future proposals.
15. BIDDER’S EXAMINATION OF SITE:
8 Project # PRK-03-20
Before submitting a proposal, the Bidder shall carefully examine the Plans, Specifications, and other
contract documents, and he shall visit the area for the intended construction. It will be assumed that the
Bidder is familiar with existing site conditions and that he has a clear understanding of the requirements
of the Contract regarding the furnishing of materials and performance of work.
16. BIDDER’S UNDERSTANDING:
Each Bidder must inform himself of the conditions relating to the execution of the work, and it is
assumed that he will inspect the construction site and make himself thoroughly familiar with all work to
be completed and all existing conditions. Failure to do so will not relieve the successful Bidder of his
obligation to enter into a contract and complete the contemplated work in strict accordance with the
Contract Documents. It shall be the Bidder’s obligation to verify for himself and to his complete
satisfaction all information concerning the site, subsurface conditions, utilities, and existing facilities.
Bidders must satisfy themselves of the accuracy of the estimated quantities in the Bid Schedule by
examination of the site and a review of the Plans and Specifications, including Addenda. After bids
have been submitted, the Bidder shall not assert that there was a misunderstanding concerning the
quantities of work or of the nature of the work to be done.
Each Bidder shall inform himself of, and the Bidder awarded a contract shall comply with Federal, State
and local laws; statutes, and ordinances relative to the execution of the work. This requirement includes,
but is not limited to, protection of public and employee safety and health, environmental protection, the
protection of natural resources, fire protection, burning and non-burning requirements, permits, fees, and
similar subjects.
17. DOCUMENT INTERPRETATION:
The Contract Documents governing the work proposed herein consist of the Plans and all material
bound herewith. These Contract Documents are intended to mutually cooperate and to provide all
details reasonably required for the execution of the proposed work. Any person contemplating the
submission of a proposal shall have thoroughly examined all of the
various parts of these documents, and should there be any doubt as to the meaning or intent of said
Contract Documents or Plans, the Bidder should request of the Engineer, in writing, an interpretation
thereof. Any interpretation or change in said Contract Documents will be made only in writing, in the
form of Addenda to the documents, which will be furnished to all Bidders receiving a set of the
documents. Bidders shall submit with their proposals, or indicate receipt of, all Addenda. The Owner
will not be responsible for any other explanation or interpretations of said documents.
Any Bidder who has objections needs clarification, or any requests for changes or modifications to these
documents must make it known in writing and delivered to the Engineer no later than 12:00 noon on the
day seven days prior to the scheduled bid opening.
18. LICENSE REQUIREMENTS:
9 Project # PRK-03-20
The public works project is not financed in part by Federal Aid Funds. All Contractors, Subcontractors
and Specialty Contractors are required to have a current license as a Public Works Contractor in the
State of Idaho in order to submit a bid or proposal on this project.
19. PREVAILING WAGE RATES: NONE
20. ENGINEER
The Engineer for this project will be the City of Rexburg, Brett McDermott, City Engineer.
21. IDAHO PREFERENCE:
Section 67-2348 Idaho Code, requires that any out of state Contractor submitting a bid in the State of
Idaho be subject to the preference law of the state, in which his home office is located.
^TOP
10 Project # PRK-03-20
Proposal
Proposal
Bid Bond
11 Project # PRK-03-20
PROPOSAL
Contract: BASEBALL QUAD ELECTRICAL FIELD LIGHTING INSTALLATION
Project No.: PRK-03-20
To: THE HONORABLE MAYOR AND CITY COUNCIL OF THE CITY OF REXBURG: The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this
Proposal are those named herein; that this Proposal is in all respects fair and without fraud; that it is made without collusion with any official or employee of the City of Rexburg, Idaho; and that the Proposal is made without any connection or collusion with any person making another proposal on this contract. Bidder has carefully examined these Contract Documents; has personally inspected the site; has satisfied himself as to quantities of materials, items of equipment, and conditions of work involved.
This Proposal is based upon the Contract Documents, which are hereto attached and are hereby made a part of this Proposal, and in the event of any conflict between this Proposal and the Contract documents, the terms of the latter shall be controlling. Proposal and Bid Bond
Each proposal must be submitted on the prescribed form. The proposal must be accompanied by a Certified Check or Cashier's Check drawn on a bank in good standing or a Bid Bond issued by a Surety authorized to issue such bonds in the State of Idaho, all in an amount not less than Five Percent (5%) of the total amount bid. The Bid Bond shall be in substantially the same form as the sample bid bond
included in the Contract Documents. Bidder agrees this bid may not be withdrawn for a period of Thirty (30) Calendar Days after the opening of bids. If this Proposal is accepted, bidder will execute the Contract with the City of Rexburg, in the form of contract attached herewith and will further deliver to the City of Rexburg, the Payment and Performance
Bonds required herein within ten (10) days after receipt of notification of acceptance of his Proposal. Bid securities will be returned to unsuccessful bidders after the award of contract and to successful bidders upon execution of the required Contract Documents. It is agreed that the sum of five percent (5%) of bid, deposited herewith in. accordance with the
conditions of the Contract Documents, may be retained by the City of Rexburg as liquidated damages as a fair measure of the damages that the City of Rexburg will sustain if Bidder fails or refuses to enter into the Contract for the work and to furnish the Payment and Performance Bonds as specified in the Contract Document.
Certificates of Insurance The bidder further agrees that should his Proposal be accepted, he will furnish to the City a Certificate of Insurance, executed by insurance companies authorized to do insurance business in Idaho, certifying that policies of insurance as required by the Contract have been duly issued to the Bidder and its
subcontractors where required. This paragraph applies to all insurance required by the Contract, including, but not limited to, Workmen's Compensation Insurance. Contract Time and Liquidated Damages
12 Project # PRK-03-20
The Bidder further agrees that should this Proposal be accepted, Bidder will complete installation of the
lighting equipment in forty-five (45) calendar days from the notice to proceed. In the event the Bidder
should fail to complete the work by the time limit or extended time limit agreed upon, liquidated damages shall be paid to the City of Rexburg, Idaho, at the rate of FIVE HUNDRED DOLLARS ($500.00) PER CALENDAR DAY until the work shall have been completed as provided by the Contract Documents.
Bid The Bidder agrees that the foregoing prices represent a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit, for each type and unit of work
called for and that he will to the extent of his Proposal, furnish all machinery, tools and other equipment
necessary for construction of this project, and do the work and furnish all materials necessary to complete the work in the manner, in the time and according to the methods as specified in the Contract Documents and required by the City Engineer thereunder. The City reserves the right to increase or decrease the various classes and types of work called for as best serves the interest of the City, provided
a reasonable amount of additional time is allowed for performance of such additional work. The bidder
will have no claim for costs associated with decreased work amounts. Additional work will be charged to the City only after being approved by the City Engineer and shall be comparably priced with the items in the Contract. In the event the Bidder performs additional work and no additional time is first agreed to in writing, then Bidder shall be deemed to have waived its right to additional time to perform such work.
The Bidder further agrees to accept as full payment for the work herein proposed the amount computed
under the provisions of the Contract Documents, and based on the foregoing unit price proposals, it being expressly understood that the listed quantities are used for purposes of bid comparison and evaluation only.
BID SCHEDULE
Bid Item Item Description Unit Amount
1 Install Pre-Purchased Lighting
Equipment and Controls In Accordance with Supplier Recommendations
LS
2 Provide and install all other panels, conduit, wires, junction boxes, etc. not included in Pre-Purchased Equipment Package, but required for a complete and functional installation.
LS
Total
Written Total
13 Project # PRK-03-20
The name and signature of the authorizing Bidder who is submitting this Proposal is:
Signature ______________________________________________ Written ________________________________________________
Who has an Idaho Public Works Contractors License No. And Type of
_________________and doing business at _______________________________ (Street) ____________________________, __________________________________________________ (City) (State and zip code)
which is the address to which all communication concerned with this Proposal and with the Contract
shall be sent. The Bidder acknowledges receipt of the following Addenda Numbers:
_____, _____, _____, _____, _____, _____, _____, _____, _____, _____,
Bidder agrees that all addenda issued are hereby made part of the Contract Documents and that his Proposal includes all impacts resulting from said addenda.
ACKNOWLEDGED BY: _______________________________________________________________________________
14 Project # PRK-03-20
LIST OF SUBCONTRACTORS
List below1 the name and business address of each subcontractor who will perform work under this contract in excess of one percent of the CONTRACTOR's total bid price, indicating the work to be performed and the percentage amount of the total
contract to be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed. Work to be Performed
Subcontractor's License Number
Percent of Total Contract
Subcontractor's Name & Address2
Electrical2
Plumbing2
HVAC2
Mechanical2
Other (List)
Other (List)
Other (List)
Notes:
1. Attach additional sheets, if required. 2. By State law, all Electrical, Plumbing, HVAC, and Mechanical subcontractors must be listed above or the bid will be non-responsive. If there is no subcontractor associated with a specific type of work, please write “None” on the associated line under Subcontractor’s Name & Address.
SUBMITTED on , 2020.
15 Project # PRK-03-20
Idaho Contractor’s Registration # . Employer’s Tax ID No. . If Bidder is: An Individual By (Printed Individual's Name) (signature) doing business as
Business address:
Phone No.
A Partnership By (Firm Name)
(signature of general partner) Business address:
Phone No.
A Corporation By (Corporation Name) (state of incorporation) By:
(signature of person authorized to sign) (title)
Attest (secretary) Business Address:
Phone No.
Date of Qualification to do business is: A Joint Venture By (name) (signature) (address) By
16 Project # PRK-03-20
(name) (signature) (address) Phone Number and Address for receipt of official communications (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above).
NOTICE: In the event Bidder allows any subcontractor not listed above to perform work on the Project, Owner may terminate the Contract and Bidder shall forfeit all rights to complete the work and all right to compensation for work performed or materials supplied by such
subcontractor.
EXCEPTIONS: If the terms and conditions provided on the preceding pages cannot be met, bidders are instructed
to note those terms and conditions with which they take exception and give a full explanation in
the space below. IF NO EXCEPTIONS ARE TAKEN, WRITE "NONE".
17 Project # PRK-03-20
GENERAL INFORMATION
Furnish the following information. Failure to comply with this requirement will render the Bid incomplete and may cause its rejection. Attach additional sheets as required. 1. Contractor's name and address (mail and business):
2. Contractor's telephone and fax numbers:( ) 3. Contractor's State License: Primary Classification
State License No.
Supplemental Classification held, if any:
Bid Limit:
4. Number of years as a contractor in construction work of this type:
5. Names and titles of all officers of CONTRACTOR's firm:
6. Name of person who inspected site of proposed work for your firm:
Name: Date of Inspection: Name, address, and telephone number of surety company and agent who will provide required
bonds on this contract:
Surety Company:
Mailing Address:
City, State, Zip: ____
Contact:
Phone: ( )
^TOP
18 Project # PRK-03-20
BID BOND
BIDDER (Name and Address): _________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
SURETY (Name and Address of Principal Place of Business):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
OWNER (Name and Address):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
BID
BID DUE DATE: _________________________
PROJECT (Brief Description Including Location):
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
BOND BOND NUMBER: _____________________________________
DATE (Not later than Bid due date): _______________________
PENAL SUM: ________________________________________ ________________________________
(Words) (Figures)
IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on
the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer,
agent, or representative.
BIDDER SURETY
_______________________________________ (Seal) _____________________________________ (Seal)
Bidder's Name and Corporate Seal Surety's Name and Corporate Seal
By: ___________________________________ By: _________________________________
Signature and Title Signature and Title
(Attach Power of Attorney)
Attest: ________________________________ Attest: _______________________________
Signature and Title Signature and Title
_____________________________________________________________________________
Note: (1) Above addresses are to be used for giving the required notice. (2) Any singular reference to Bidder, Surety, OWNER or another party shall be considered plural where applicable.
19 Project # PRK-03-20
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. 2. The default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any
extension thereof agreed to in writing by OWNER) the executed
Agreement required by the Bidding Documents and any performance
and payment Bonds required by the Bidding Documents.
3. This obligation shall be null and void if:
3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents, or 3.2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any
extension thereof agreed to in writing by Bidder and, if applicable,
consented to by Surety when required by paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default by
Bidder and within 30 calendar days after receipt by Bidder and Surety
of written notice of default from OWNER, which notice will be given
with reasonable promptness, identifying this Bond and the Project and
including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent.
6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project
is located.
8. Notices required hereunder shall be in writing and sent to Bidder
and Surety at their respective addresses shown on the face of this Bond.
Such notices may be sent by personal delivery, commercial courier or
by the United States Registered or Certified Mail, return receipt
requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. The surety shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable statutory
requirements. Any applicable requirement of any applicable statute
that has been omitted from this Bond shall be deemed to be included
herein as if set forth at length. If any provision of this Bond conflicts
with any applicable statute, then the provision of a said statute shall
govern and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer or proposal as applicable. ^TOP
20 Project # PRK-03-20
NOTICE OF AWARD
DATE: __________________ TO: _______________________________ ADDRESS: ________________________ __________________________________
Contract: BASEBALL QUAD ELECTRICAL FIELD LIGHTING INSTALLATION Project No: PRK-03-20
You are notified that your Bid dated _____________________,2020. for the above Contract
has been considered. You are the apparent Successful Bidder and have been awarded the Contract for _____________________________. The Contract Price of your Contract is ________________________________________.
Three (3) copies of each of the proposed Contract Documents accompany this Notice of Award. You must comply with the following conditions precedent within 15 days of the date you
receive this Notice of Award.
1. Deliver to the OWNER Three (3) fully executed counterparts of the Contract Documents. [Each of the Contract Documents must bear your signature on Contract – pg 4.]
2. Deliver with the executed Contract Documents the Contract security (Payment and
Performance Bonds) as specified. 3. (List other conditions precedent).
Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid in default, to annul this Notice of Award and to declare your Bid security forfeited.
Within ten days after you comply with the above conditions, OWNER will return to you one fully executed counterpart of the Contract Documents. Jerry L. Merrill
By: __________________________________________________________________ Mayor, City of Rexburg ^TOP
21 Project # PRK-03-20
Contract Forms
Contract for Construction
Performance Bond
Payment Bond
22 Project # PRK-03-20
CONTRACT FOR CONSTRUCTION
For:
BASEBALL QUAD ELECTRICAL FIELD LIGHTING INSTALLATION
Project No.: PRK-03-20
THIS CONTRACT, made and entered into this _____day of ______________, 2020, by and
between the City of Rexburg, Idaho, hereinafter called City, ____________________,
hereinafter called Contractor;
WITNESSETH THAT, the City and the Contractor, in consideration of the mutual covenants
hereinafter set forth, agree as follows:
Contract Documents
Contractor agrees, at his own proper cost and expense, to do all the work and furnish all the
materials, tools, labor and all appliances, machinery, and appurtenances for the construction of
the Project in accordance with the Proposal made by the Contractor on the
_____ day of ______________, 2020, all in full compliance with the Contract Documents
referred to herein. The "INVITATION FOR BIDS", the signed copy of the "PROPOSAL", the
"SPECIAL PROVISIONS", and the fully executed "PAYMENT BOND" and
"PERFORMANCE BOND" are hereby referred to and by reference all made a part of this
Contract, as fully and completely as if the same were fully set forth herein.
Contract Time and Payment
Contractor agrees to complete the work within the time specified herein and to accept as full
payment for all work, materials or services rendered on or delivered to the Project, an amount
determined by the unit price method set forth in the Contract Documents and the Proposal, or the
lump sum amount set forth in the Proposal. All work contemplated in the Proposal and the
Contract Documents will be completed within forty-five (45) calendar days from the notice to
proceed for substantial completion of the Notice to Proceed.
Contract Execution and Bonds
The Contractor agrees to execute this Contract and to deliver to the City of Rexburg, security for
faithful performance of the Contract in the amount of one hundred percent (100%) of the
contract amount and security for the protection of persons supplying labor or materials for the
Contract in the amount of one hundred percent (100%) of the contract amount within ten (10)
days after receipt of notification of acceptance of his Proposal. Such security may be in the form
of a Certified Check or Cashier's Check drawn on a bank in good standing; Performance Bond
23 Project # PRK-03-20
and Payment Bond in the form specified in the Contract Documents and issued by a Surety
authorized to issue such bonds in the State of Idaho.
Certificates of Insurance
Contractor agrees to furnish to the City, Certificate or Certificates of Insurance, executed by
insurance companies authorized to do insurance business in Idaho, certifying that policies of
insurance as required by the Contract have been duly issued to the Contractor and its
subcontractors where required. This paragraph applies to all insurance required by the Contract,
including, but not limited to, Workmen's Compensation Insurance.
Payment of Taxes. Excises and License Fees
Pursuant to the provisions of Section 63-1503 of the Idaho Code, the Contractor, in consideration
of securing the business of erecting or constructing public works in the State of Idaho,
recognizing that the business in which the Contractor is engaged is of a transitory character, and
that in the pursuit thereof, the Contractor's property used therein may be without the State of
Idaho when taxes, excises, or license fees to which the Contractor is liable to become payable,
agrees:
a) To pay promptly when due all taxes (other than on real property), excises, and license
fees due to the State of Idaho, its subdivisions, and municipal and quasi-municipal
corporations therein, accrued or accruing during the term of this Contract, whether or not
the same shall be payable at the end of such term;
b) That if the said taxes, excises, and license fees are not payable at the end of said term,
but liability for the payment thereof exists, even though the same constitute liens upon his
property, to secure the same to the satisfaction of the respective officers charged with the
collection thereof;
c) That, in the event of the Contractor's default in the payment or securing of such taxes,
excises, and license fees, to consent that the Owner may withhold from any payment due
the Contractor under the Contract the estimated amount of such accrued and accruing
taxes, excises, and license fees for the benefit of all taxing units to which said Contractor
is liable;
d) That pursuant to the provisions of Section 63-1504 of the Idaho Code, the Contractor
shall furnish the Owner evidence that the Contractor has paid all taxes, excises, and
license fees due to the State of Idaho and its taxing units, due and payable during the term
of the Contract for such construction, and that the Contractor has secured all such taxes,
excises and license fees liability for the payment of which has accrued during the term of
such Contract, notwithstanding that they may not yet be due or payable.
24 Project # PRK-03-20
Applications for Payments
If Contractor faithfully performs the work herein embraced, in accordance with the Contract
Documents, the City agrees to pay to the Contractor the amounts set forth in the Proposal, and
the Contract Documents, in the manner and at the times provided in the Contract Documents.
The City must receive a Public Works Contract Tax Release fully executed by the State of Idaho,
Department of Revenue and Taxation prior to payment of retainage to the Contractor.
Liquidated Damages
In the event the Contractor fails to complete the work within the time limit or extended time limit
agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall
be paid to the City of Rexburg, Idaho, at the rate of FIVE HUNDRED DOLLARS ($500.00)
PER CALENDAR DAY until the work has been finished as provided in the Contract
Documents. Contractor acknowledges that such amount represents a fair and reasonable estimate
of the damages Owner will suffer in the event of any delay in the performance of the work and
that such amount does not constitute a penalty. Contractor further agrees that in the event Owner
contributes to any delay, such liquidated damages shall be reduced only by the number of days
fairly apportioned to such owner-caused delay, and the owner may assess and collect liquidated
damages for all remaining delay caused by Contractor.
Warranty
The Contractor warrants all defects in the workmanship or materials performed or furnished
under this Contract for which there are no specifications or specific provisions in the Contract
Documents for a period of one (1) year after the acceptance thereof by the City.
(Cont. on next page)
25 Project # PRK-03-20
IN WITNESS WHEREOF, the parties hereto, each herewith subscribes the same this ____ day
of _________, 2020.
CITY OF REXBURG, IDAHO
(SEAL)
__________________________________
Mayor
Attest:____________________________
City Clerk
__________________________________ (SEAL)
Contractor
__________________________________
(Signature)
__________________________________
(Title)
Attest: ___________________________
(Secretary)
__________________________________
(Witness)
_______________________________________________________________________
(Complete business address)
^TOP
26 Project # PRK-03-20
Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
_____________________________________________________________________________________________
CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of
Business):
OWNER (Name and Address):
CONTRACT
Date:
Amount:
Description (Name and Location):
BOND
Date (Not earlier than Contract Date):
Amount:
Modifications to this Bond Form:
Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof,
do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative.
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
Signature: _____________________________________ Signature: ___________________________
Name and Title: Name and Title:
(Attach Power of Attorney)
(Space is provided below for signatures of additional parties if required.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
Signature: _____________________________________ Signature: ___________________________
Name and Title: Name and Title:
EJCDC No. 1910-28-B (1996 Edition)
Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors.
27 Project # PRK-03-20
1. The CONTRACTOR and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the OWNER to pay for labor, materials, and equipment furnished for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to the OWNER, this obligation shall be null and void if the CONTRACTOR: 2.1.Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2.Defends, indemnifies and holds harmless the OWNER from all claims, demands, liens or suits by any person or entity who furnished labor, materials or equipment for use in the performance of the Contract, provided the OWNER has promptly notified the CONTRACTOR and the Surety (at the addresses described in paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the CONTRACTOR and the Surety, and provided there is no OWNER Default. 3. With respect to Claimants, this obligation shall be null and void if the CONTRACTOR promptly makes payment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1.Claimants who are employed by or have a direct contract with the CONTRACTOR have given notice to the Surety (at the addresses described in paragraph 12) and sent a copy, or notice thereof, to the OWNER, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2. Claimants who do not have a direct contract with the CONTRACTOR: 1.Have furnished written notice to the CONTRACTOR and sent a copy, or notice thereof, to the OWNER, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and 2.Have either received a rejection in whole or in part from the CONTRACTOR or not received within 30 days of furnishing the above notice any communication from the CONTRACTOR by which the CONTRACTOR had indicated the claim will be paid directly or indirectly; and 3.Not having been paid within the above 30 days, have sent a written notice to the Surety and sent a copy, or notice thereof, to the OWNER, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the CONTRACTOR. 5. If a notice required by paragraph 4 is given by the OWNER to the CONTRACTOR or to the Surety, that is sufficient compliance. 6. When the Claimant has satisfied the conditions of paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1.Send an answer to the Claimant, with a copy to the OWNER, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2.Pay or arrange for payment of any undisputed amounts. 7. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8. Amounts owed by the OWNER to the CONTRACTOR under the Contract shall be used for the performance of the Contract and to satisfy
claims, if any, under any Performance Bond. By the CONTRACTOR furnishing and the OWNER accepting this Bond, they agree that all funds earned by the CONTRACTOR in the performance of the Contract are dedicated to satisfying obligations of the CONTRACTOR and the Surety under this Bond, subject to the OWNER's priority to use the funds for the completion of the Work. 9. The Surety shall not be liable to the OWNER, Claimants or others for obligations of the CONTRACTOR that are unrelated to the Contract. The OWNER shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. The Surety hereby waives notice of any change, including changes of time, to the Contractor to related Subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by paragraph 4.1 or paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, the OWNER or the CONTRACTOR, however, accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory or another legal requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or another legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, the CONTRACTOR shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. DEFINITIONS 15.1.Claimant: An individual or entity having a direct contract with the CONTRACTOR or with a Subcontractor of the CONTRACTOR to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of the CONTRACTOR and the CONTRACTOR's Subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2.Contract: The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes thereto. 15.3.OWNER Default: Failure of the OWNER, which has neither been remedied nor waived, to pay the CONTRACTOR as required by the Contractor to perform and complete or comply with the other terms thereof. ^TOP
28 Project # PRK-03-20
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
_____________________________________________________________________________________________
CONTRACTOR (Name and Address): SURETY (Name and Address of Principal
Place of Business):
OWNER (Name and Address):
CONTRACT
Date:
Amount:
Description (Name and Location):
BOND
Date (Not earlier than Contract Date):
Amount:
Modifications to this Bond Form:
Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof,
do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or
representative.
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
Signature: _______________________________ Signature: __________________________
Name and Title: Name and Title:
(Attach Power of Attorney)
(Space is provided below for signatures of additional parties if required.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
Signature: _______________________________ Signature: __________________________
Name and Title: Name and Title:
29 Project # PRK-03-20
1. The CONTRACTOR and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Contract, which is incorporated herein by reference. 2. If the CONTRACTOR performs the Contract, the Surety and the CONTRACTOR have no obligation under this Bond, except to participate in conferences as provided in paragraph 3.1.
3. If there is no OWNER Default, the Surety's obligation under this
Bond shall arise after:
3.1.The OWNER has notified the CONTRACTOR and the
Surety at the addresses described in paragraph 10 below, that the
OWNER is considering declaring a CONTRACTOR Default and has
requested and attempted to arrange a conference with the CONTRACTOR and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Contract. If the OWNER, the CONTRACTOR, and the Surety agree, the CONTRACTOR shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive the OWNER's right, if any, subsequently to declare a CONTRACTOR Default; and 3.2.The OWNER has declared a CONTRACTOR Default
and formally terminated the CONTRACTOR's right to complete the
Contract. Such CONTRACTOR Default shall not be declared earlier
than twenty days after the CONTRACTOR and the Surety has received
notice as provided in paragraph 3.1; and
3.3.The OWNER has agreed to pay the Balance of the
Contract Price to:
3.3.1. The Surety in accordance with the terms of the
Contract; 3.3.2Another contractor selected pursuant to paragraph 4.3 to perform the Contract. 4. When the OWNER has satisfied the conditions of paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions:
4.1.Arrange for the CONTRACTOR, with the consent of the
OWNER, to perform and complete the Contract; or
4.2.Undertake to perform and complete the Contract itself,
through its agents or through independent contractors; or
4.3.Obtain bids or negotiated proposals from qualified
contractors acceptable to the OWNER for a contract for performance
and completion of the Contract, arrange for a contract to be prepared for
execution by the OWNER and the contractor selected with the
OWNER's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the Bonds issued on the Contract, and pay to the OWNER the amount of damages as described in paragraph 6 in excess of the Balance of the Contract Price incurred by the OWNER resulting from the CONTRACTOR Default; or
4.4.Waive its right to perform and complete, arrange for
completion, or obtain a new contractor and with reasonable promptness
under the circumstances;
4.4.1After investigation, determine the amount for which it
may be liable to the OWNER and, as soon as practicable after the
amount is determined, tender payment therefor to the OWNER; or
4.4.2Deny liability in whole or in part and notify the
OWNER citing reasons therefor. 5. If the Surety does not proceed as provided in paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the OWNER to the Surety demanding that the Surety perform its obligations under this Bond, and the OWNER shall be entitled to enforce any remedy available to the OWNER. If the Surety proceeds as
provided in paragraph 4.4, and the OWNER refuses the payment
tendered or the Surety has denied liability, in whole or in part, without
further notice the OWNER shall be entitled to enforce any remedy
available to the OWNER. 6. After the OWNER has terminated the CONTRACTOR's right to complete the Contract, and if the Surety elects to act under paragraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the OWNER shall not be greater than those of the CONTRACTOR under the Contract, and the responsibilities of the OWNER to the Surety shall
not be greater than those of the OWNER under the Contract. To a limit
of the amount of this Bond, but subject to commitment by the OWNER
of the Balance of the Contract Price to mitigation of costs and damages
on the Contract, the Surety is obligated without duplication for:
6.1.The responsibilities of the CONTRACTOR for correction
of defective Work and completion of the Contract;
6.2.Additional legal, design professional and delay costs
resulting from the CONTRACTOR's Default, and resulting from the actions or failure to act of the Surety under paragraph 4; and 6.3.Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of the CONTRACTOR. 7. The Surety shall not be liable to the OWNER or others for obligations of the CONTRACTOR that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on
account of any such unrelated obligations. No right of action shall
accrue on this Bond to any person or entity other than the OWNER or its
heirs, executors, administrators, or successors.
8. The Surety hereby waives notice of any change, including changes of
time, to the Contractor to related subcontracts, purchase orders, and
other obligations.
9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located and shall be instituted within two years after CONTRACTOR Default or within two years after the CONTRACTOR ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense
in the jurisdiction of the suit shall be applicable.
10. Notice to the Surety, the OWNER or the CONTRACTOR shall be
mailed or delivered to the address shown on the signature page.
11. When this Bond has been furnished to comply with a statutory or
another legal requirement in the location where the Contract was be
performed, any provision in this Bond conflicting with said statutory or
legal requirement shall be deemed deleted here from and provisions conforming to such statutory or another legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12. Definitions. 12.1Balance of the Contract Price: The total amount payable by the OWNER to the CONTRACTOR under the Contract after all
proper adjustments have been made, including allowance to the
CONTRACTOR of any amounts received or to be received by the
OWNER in settlement of insurance or other Claims for damages to
which the CONTRACTOR is entitled, reduced by all valid and proper
payments made to or on behalf of the CONTRACTOR under the
Contract.
12.2.Contract: The agreement between the OWNER and the
CONTRACTOR identified on the signature page, including all Contract
Documents and changes thereto. 12.3.CONTRACTOR Default: Failure of the CONTRACTOR, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 12.4. OWNER Default: Failure of the OWNER, which has neither been remedied nor waived, to pay the CONTRACTOR as
required by the Contractor to perform and complete or comply with the
other terms thereof. ^TOP
30 Project # PRK-03-20
General Forms
Notice to Proceed
Change Order
Work Change Directive
Certificate of Substantial Completion
Application for Payment
31 Project # PRK-03-20
NOTICE TO PROCEED
Date: _________________
TO: _________________________________
ADDRESS: ___________________________
_____________________________________
Contract: BASEBALL QUAD ELECTRICAL FIELD LIGHTING INSTALLATION
Project No: PRK-03-20
You are notified that the Contract Times under the above contract will commence to run
on ________________. By that date, you are to start performing your obligations under the
Contract Documents. All work contemplated in the Proposal and the Contract Documents will
be completed by ________________________. In accordance with Article 4 of the Agreement
the date of Substantial Completion is ___________________________and the date of readiness
for final payment is __________________________.
Before you may start any Work at the Site, paragraph 2.01.B of the General Conditions
provides that you and Owner must each deliver to the other (with copies to Engineer and other
identified additional insureds) certificates of insurance which each is required to purchase and
maintain in accordance with the Contract Documents.
Also, before you may start any Work at the Site, you must
________________________________________________________________________
________________________________________________________________________
City of Rexburg
(OWNER)
By: _________________________________________________________________
(AUTHORIZED SIGNATURE)
Mayor
(TITLE)
^TOP
32 Project # PRK-03-20
CHANGE ORDER
No. _________
DATE OF ISSUANCE : ___________________ EFFECTIVE DATE: __________________
OWNER: City of Rexburg
CONTRACTOR:
Contract:
Project:
OWNER's Contract No.: ENGINEER's Contract No. __________NA_____________
ENGINEER:
You are directed to make the following changes in the Contract Documents:
Description:
Reason for Change Order:
Attachments:
CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES:
Original Contract Price
Original Contract Times: Substantial Completion: __________________________ Ready for final payment: __________________________ (days or dates)
Net Increase (Decrease) from previous Change Orders No. ___ to ___: $______________________
Net change from previous Change Orders No. ___ to No. ___: Substantial Completion: __________________________ Ready for final payment: __________________________ (days)
Contract Price prior to this Change Order:
Contract Times prior to this Change Order: Substantial Completion: __________________________ Ready for final payment: __________________________ (days or dates)
Net decrease of this Change Order: __________________________
Net increase (decrease) this Change Order: Substantial Completion: __________________________ Ready for final payment: __________________________ (days)
Contract Price with all approved Change Orders:
Contract Times with all approved Change Orders: Substantial Completion: __________________________ Ready for final payment: __________________________ (days or dates)
APPROVED: ACCEPTED:
By: _______________________ By: ______________________
OWNER (Authorized Signature) CONTRACTOR (Authorized Signature)
Date: ______________________ Date: _____________________
33 Project # PRK-03-20
CHANGE ORDER
INSTRUCTIONS
______________________________________________________________________________
A. GENERAL INFORMATION
This document was developed to provide a uniform format for handling contract changes that
affect Contract Price or Contract Times. Changes that have been initiated by a Work Change
Directive must be incorporated into a subsequent Change Order if they affect Price or Times.
Changes that affect Contract Price or Contract Times should be promptly covered by a Change
Order. The practice of accumulating Change Orders to reduce the administrative burden may
lead to unnecessary disputes.
If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be
addressed.
For supplemental instructions and minor changes not involving a change in the Contract Price or
Contract Times, a Field Order should be used.
B. COMPLETING THE CHANGE ORDER FORM
Engineer normally initiates the form, including a description of the changes involved and
attachments based upon documents and proposals submitted by Contractor, or requests from
Owner, or both.
Once Engineer has completed and signed the form, all copies should be sent to Owner or
Contractor for approval, depending on whether the Change Order is a true order to the Contractor
or the formalization of a negotiated agreement for a previously performed change. After
approval by one contracting party, all copies should be sent to the other party for approval. The
engineer should make the distribution of executed copies after approval by both parties.
If a change only applies to price or to times, cross out the part of the tabulation that does not
apply.
^TOP
34 Project # PRK-03-20
WORK CHANGE DIRECTIVE
No. __________________
DATE OF ISSUANCE _________________ EFFECTIVE DATE ___________________
OWNER: _____________________________________________________________________________________
CONTRACTOR: ______________________________________________________________________________
Contract: _____________________________________________________________________________________
Project: ______________________________________________________________________________________
OWNER's Contract No. ___________________ ENGINEER's Project No. _________________
You are directed to proceed promptly with the following change(s):
Description:
Purpose of Work Change Directive:
Attachments: (List documents supporting change)
If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change
Order based thereon will involve one or more of the following methods as defined in the Contract Documents.
Method of determining change in
Contract Price:
□ Unit Prices
□ Lump Sum
□ Cost of the Work ______________________
Estimated increase (decrease) in Contract Price:
$_____________________________________.
If the change involves an increase, the estimated
amount is not to be exceeded without further
authorization.
Estimated increase (decrease) in Contract Times:
Substantial Completion: ______ days;
Ready for final payment: ______ days.
______________________________________________________________________________
AUTHORIZED:
_______________________________________ OWNER
By: ___________________________________
EJCDC No. 1910-8-F (1996 Edition)
Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the
Construction Specifications Institute.
35 Project # PRK-03-20
WORK CHANGE DIRECTIVE
INSTRUCTIONS _____________________________________________________________________________
A. GENERAL INFORMATION
This document was developed for use in situations involving changes in the Work which, if not processed
expeditiously, might delay the Project. These changes are often initiated in the field and may affect the Contract
Price or the Contract Times. This is not a Change Order, but only a directive to proceed with Work that may be
included in a subsequent Change Order.
For supplemental instructions and minor changes not involving a change in the Contract Price or the Contract
Times, a Field Order should be used.
B. COMPLETING THE WORK CHANGE DIRECTIVE FORM
Engineer initiates the form, including a description of the items involved and attachments.
Based on conversations between Engineer and Contractor, Engineer completes the following:
METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the method to be
used in determining the final cost of Work involved and the estimated net effect on the Contract Price. If
the change involves an increase in the Contract Price and the estimated amount is approached before the
additional or changed Work is completed, another Work Change Directive must be issued to change the
estimated price or Contractor may stop the changed Work when the estimated time is reached. If the Work
Change Directive is not likely to change the Contract Price, the space for the estimated increase (decrease)
should be marked "Not Applicable".
Once Engineer has completed and signed the form, all copies should be sent to Owner for authorization because
Engineer alone does not have authority to authorize changes in Price or Times. Once authorized by Owner, a copy
should be sent by Engineer to Contractor. Price and Times may only be changed by Change Order signed by Owner
and Contractor with Engineer's recommendation.
Paragraph 10.03.A.2 of the General Conditions require that a Change Order is initiated and processed to cover any
undisputed sum or amount of time for Work actually performed pursuant to this Work Change Directive.
Once the Work covered by this directive is completed or final cost and times are determined, Contractor should
submit documentation for inclusion in a Change Order.
THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE CONTRACT PRICE OR
CONTRACT TIMES. A CHANGE ORDER, IF ANY, SHOULD BE CONSIDERED PROMPTLY.
^TOP
36 Project # PRK-03-20
CERTIFICATE OF SUBSTANTIAL COMPLETION
DATE OF ISSUANCE ____________________
OWNER: _____________________________________________________________________________________
CONTRACTOR: ______________________________________________________________________________
Contract: _____________________________________________________________________________________
Project: ______________________________________________________________________________________
OWNER's Contract No. ___________________ ENGINEER's Project No. __________________________
This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following
specified parts thereof:
To_____________________________________________________________________________
OWNER
And To _________________________________________________________________________
CONTRACTOR
The Work to which this Certificate applies has been inspected by authorized representatives of OWNER,
CONTRACTOR, and ENGINEER, and that Work is hereby declared to be substantially complete in accordance
with the Contract Documents on
______________________________
DATE OF SUBSTANTIAL COMPLETION
A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the
failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in
accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by
CONTRACTOR within _______ days of the above date of Substantial Completion.
EJCDC No. 1910-8-D (1996 Edition)
Prepared by the Engineers' Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the
Construction Specifications Institute.
37 Project # PRK-03-20
The responsibilities between OWNER and CONTRACTOR for security, operation, safety,
maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows:
OWNER: _____________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
CONTRACTOR: _______________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
The following documents are attached to and made a part of this Certificate:
[For items to be attached see definition of Substantial Completion as supplemented and other
specifically noted conditions precedent to achieving Substantial Completion as required by
Contract Documents.]
This certificate does not constitute an acceptance of Work not in accordance with the Contract
Documents nor is it a release of CONTRACTOR's obligation to complete the Work in
accordance with the Contract Documents.
Executed by ENGINEER on _______________________
Date
___________________________________________
ENGINEER
By: __________________________________________
(Authorized Signature)
CONTRACTOR accepts this Certificate of Substantial Completion on ________________________
Date
__________________________________________
CONTRACTOR
By: __________________________________________
(Authorized Signature)
OWNER accepts this Certificate of Substantial Completion on _______________________
Date
_______________________________________
OWNER
By: _______________________________________
(Authorized Signature) ^TOP
38 Project # PRK-03-20
APPLICATION FOR PAYMENT NO. ________
To: _________________________________________________________________________________(OWNER) From: _________________________________________________________________________(CONTRACTOR) Contract: _____________________________________________________________________________________ Project: ______________________________________________________________________________________
OWNER's Contract No.: _____________________ ENGINEER's Project No.: _____________________________ For Work accomplished through the date of: ____________________________ 1. Original Contract Price: $_____________________ 2. Net change by Change Orders and Written Amendments (+ or -): $_____________________ 3. Current Contract Price (1 plus 2): $_____________________
4. Total completed and stored to date: $_____________________ 5. Retainage (per Agreement): _____% of completed Work: $____________________
_____% of stored material: $____________________ Total Retainage: $_____________________ 6. Total completed and stored to date less retainage (4 minus 5): $_____________________ 7. Less previous Application for Payments: $_____________________ 8. DUE THIS APPLICATION (6 MINUS 7): $_____________________
Accompanying Documentation: Schedule of Values CONTRACTOR'S Certification: The undersigned CONTRACTOR certifies that (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied on account to discharge CONTRACTOR’s legitimate obligations incurred in connection with Work covered by prior Applications for Payment numbered 1 through _____ inclusive; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective. Dated ______________________ _______________________________________________________________ CONTRACTOR
By: State of ______________________________
County of ____________________________ Subscribed and sworn to before me this _____
day of __________________, ________ ____________________________________ Notary Public My Commission expires: _______________
Payment of the above AMOUNT DUE THIS APPLICATION is recommended.
Dated ______________________ ______________________________________________________________
ENGINEER By:
EJCDC No. 1910-8-E (1996 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the Construction Specification Institute.
39 Project # PRK-03-20
APPLICATION FOR PAYMENT
INSTRUCTIONS ______________________________________________________________________________ A. GENERAL INFORMATION
The sample form of Application for Payment is intended as a guide only. Many projects require a more extensive form with space for numerous items, descriptions of Change Orders, identification of variable quantity adjustments, a summary of materials and equipment stored at the site and other information. It is expected that a separate form will be developed by Engineer
and Contractor at the time Contractor's Application for Payment is finalized. Note also that the
format for retainage must be changed if the Contract permits (or the law provides), and Contractor elects to deposit securities in lieu of retainage. Refer to Article 14 of the General Conditions for provisions concerning payments to Contractor. B. COMPLETING THE FORM
The Schedule of Values submitted and approved as provided in paragraphs 2.05.B.3 and 2.07 of the General Conditions, should be reproduced as appropriate in the space indicated on the Application for Payment form. Note that the cost of materials and equipment is often listed
separately from the cost of installation. Also, note that each Unit Price is deemed to include
Contractor's overhead and profit. All Change Orders affecting the Contract Price should be identified and included in the Schedule of Values as required for progress payments.
The form is suitable for use in the Final Application for Payment as well as for Progress Payments; however, the required accompanying documentation is usually more extensive for final payment. All accompanying documentation should be identified in the space provided on the form.
C. LEGAL REVIEW All accompanying documentation of a legal nature, such as Lien waivers, should be reviewed by an attorney, and Engineer should so advise Owner
^TOP
40 Project # PRK-03-20
ISWPC DIVISION 100 –
STANDARD GENERAL CONDITION OF THE CONSTRUCTION CONTRACT
https://www.rexburg.org/sites/default/files/fileattachments/public_works/page/10759/2017_edition_i
spwc.pdf
^TOP
41 Project # PRK-03-20
SUPPLEMENTARY CONDITIONS
INTRODUCTORY STATEMENT These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction and other provisions of the Contract Documents as indicated below. All provisions
which are not so amended or supplemented remain in full force and effect.
The terms used in these Supplementary Conditions which are defined in the Standard General Conditions of the Construction Contract have the meanings assigned to them in the General Conditions.
SC 1. Add the following term to the definition to Article 1:
Contingency amount – Moneys allocated by OWNER but no payable to CONTRACTOR
for the WORK described in the Contract Documents. SC 2.
Add the following to paragraph 2.6.1
2.6.1 This estimated progress schedule shall be in the form of the bar graph or CPM, in reproducible form. The OWNER shall approve the form and the content for adequacy.
SC 3.7
Add paragraph 3.7 to the General Conditions as follows: Priority of Provisions of Contract Documents:
3.7 In the event that any provision of any one Contract Document conflicts with the provision of another Contract, the provision in that Contract Document first listed below shall govern, except as otherwise specifically stated:
1. Agreement
2. Addenda to Contract Documents 3. Remaining Legal and Procedural Documents
a. Bid Form
b. Invitation to Bid c. Instructions to Bidders 4. Detailed Specification Requirements (Divisions 1 thru 16 inclusive).
42 Project # PRK-03-20
5. Drawings
6. General Conditions of the Contract 7. Bonds
a. Performance Bond
b. Labor and Materials Payment Bond c. Proposal Guaranty SC 5.3
The limits of liability for the insurance required by paragraph 5.3 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations:
5.3.1 and 5.3.2 Workers’ Compensation, etc., under paragraphs 5.3.1 and 5.3.2 of the General
Conditions 1. State: Statutory 2. Applicable Federal (e.g. Statutory
Longshoreman’s):
3. Employer’s Liability Statutory 5.3.3, 5.3.4 and 5.3.6 Comprehensive General Liability (under paragraphs 5.13 through 5.3.6 if the General Conditions):
1. Bodily Injury (including completed operations products liability): $1,000,000 Each Occurrence $1,000,000 Annual Aggregate
Property Damage
$1,000,000 Each Occurrence $1,000,000 Annual Aggregate or combined single limit of $3,000,000
2. Property Damage Liability Insurance will provide Explosion, Collapse, and
Underground coverage where applicable. 3. Personal Injury, with employment exclusion, deleted: $1,000,000 Annual Aggregate
5.3.7 Comprehensive Automobile Liability: Bodily Injury: 3,000,000 Each Person 3,000,000 Each Occurrence
43 Project # PRK-03-20
Property Damage:
Statutory Each Occurrence or combined single limit $1,000,000 Add the following paragraph:
5.3.8 CONTRACTOR’S Liability Insurance shall specifically cover claims under GC 5,3.6 for damages caused by CONTRACTOR’S equipment, material, tools, and property of OWNER or other contractors employed on the project by the OWNER.
5.3.8 The CONTRACTOR’S liability insurance shall include the City of Rexburg under the
policy for this project only. SC 5.4
1. Bodily Injury
$3,000,000 Each Occurrence $3,000,000 Annual Aggregate SC 6.8
Add two new paragraphs immediately after paragraph 6.8.2 of the General Conditions which is to read as follows: 6.8.3 CONTRACTOR shall not be permitted, without the express written authorization of
OWNER, to subcontract more than fifty percent (50%) of the CONTRACTOR’S work.
Said percentage shall be computed by dividing the summation of the total cost for all the subcontracted work by the CONTRACTOR’S price or the summation of all total man hours for all subcontracted work by the summation of all total man-hours required for CONTRACTOR’S total man hours, whichever is less.
SC 6.1.3 Amend the first sentence with the following:
6.1.3 Unless otherwise provided in Contract CONTRACTOR shall obtain and pay
Administrative Provisions, permits, and licenses. SC 6.19
Following the first paragraph, add the following:
CONTRACTOR shall provide the OWNER five (5) copies of all vendor information on items purchased and installed by CONTRACTOR. All vendor information shall be bound in a binder as approved by OWNER and submitted to OWNER prior to
44 Project # PRK-03-20
CONTRACTOR’S application for final payment. Information required shall include, but
not necessarily be limited to drawings, replacement lists, vendor’s name, address, and
telephone number, operating instructions, warranty, and location of service centers. SC 6.30
Replace paragraph 6.30 with the following:
Indemnification: 6.30 The CONTRACTOR shall hold harmless, indemnify and defend the OWNER, their officers, employees, and agents, from any and all liability claims, losses or damage
arising or alleged to arise from the performance of the work described herein, but not
including the sole negligence of the OWNER. SC 11.2
Revise paragraph 11.2 as follows:
Delete reference to thirty (30) days for making claim and replace with seven (7) days. SC 11.6.1
Delete “or if none can be agreed upon.” SC 11.6.2
Delete in its entirety.
SC 11.9.3 Paragraph 11.9.3 of the General Conditions is hereby deleted in its entirety and the following is
substituted in its place:
“The united price of an item of Unit Price Work shall be subject to reevaluation and adjustment under the following conditions:
11.9.3.1 If the total cost of a particular item of Unit Price Work amounts to 15 percent or
more of the Contract Price and the variation in the quantity of the particular item of Unit Price Work performed by Contractor differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement; then either OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance
with Article 11 if the parties are unable to agree as to the effect of any such variations in
the quantity of Unity Price Work performed.”
45 Project # PRK-03-20
SC 12.1
Revise paragraph 12.1 as follows: 12.1 Delete reference to thirty (30) days for making claim and replace with seven (7) days.
SC 14.2 14.2 Delete the last sentence and insert: “Retainage will be 5% of the amount paid.” SC 14.4
Amend the third sentence of paragraph 14.4 of the General Conditions to read as follows: Thirty days after…by OWNER to CONTRACTOR
SC 14.5
Add the following paragraphs immediately after paragraph 14.5 of the General Conditions to read as follows:
14.5 The OWNER may retain five (5) percent of the amount of each payment until final
completion and acceptance of all work covered by the CONTRACT DOCUMENTS. When the work is substantially complete (operational or beneficial occupancy), the retained amount may be further reduced below five (5) percent to only that amount necessary to assure completion. On completion and acceptance of a part of the work on
which the price is stated separately in the Contract Documents, payment may be in full,
including retained percentages, less authorized deductions. SC 14.7.5
Add a new paragraph immediately after paragraph 14.7.4 of the General Conditions which is to
read as follows: 14.7.5 If the OWNER fails to make payment thirty (30) days after approval by the ENGINEER, in addition to other remedies available to the CONTRACTOR, there shall
be added to each such payment interest at the maximum legal rate commencing on the
first day after said payment is due and continuing until the payment is received by the CONTRACTOR. SC 15.2
Add the additional paragraphs after paragraph 15.2.9 of the General Conditions which is to read as follows:
46 Project # PRK-03-20
15.2.10 If, no through no act or fault of the CONTRACTOR, the WORK is stopped for a
period of more than ninety (90) days by the OWNER or under an order of court or other
public authority, or the ENGINEER fails to act on any request for payment within ninety (90) days after it is submitted, or the OWNER fails to pay the CONTRACTOR substantially the sum approved by the ENGINEER within thirty (30) days of its approval and presentation, then the CONTRACTOR may after ten (10) days from delivery of a
WRITTEN NOTICE to the OWNER terminate the CONTRACT and recover from the
OWNER payment for all WORK executed and all expenses sustained. In addition and in lieu of terminating the CONTRACT, if the OWNER has failed to act on a request for payment or if the OWNER has failed to make any payment as aforesaid, the CONTRACTOR may, upon ten (10) days written notice to the OWNER, stop the WORK
until all amounts then due, in which event and upon resolution of the WORK CHANGE
ORDERS shall be issued for adjusting to the CONTRACT PRICE or extending the CONTRACT TIME, or both, to compensate for the costs and delays attributable to stoppage of the WORK.
15.2.11 If the performance of all or any portion of the WORK is suspended, delayed, or
interrupted as a result of a failure of the OWNER to act within the time specified in the CONTRACT DOCUMENTS, or if no time is specified, within a reasonable time, an adjustment in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, shall be made by CHANGE ORDER to compensate the CONTRACTOR for the
costs and delays necessarily caused by the failure of the OWNER or ENGINEER.
SC. 16 Delete Article 16 – ARBITRATION from General Conditions
END OF SUPPLEMENTARY CONDITIONS
^TOP
47 Project # PRK-03-20
SPECIAL PROVISIONS
BASEBALL QUAD ELECTRICAL FIELD LIGHTING INSTALLATION Project No. PRK-03-20
GENERAL INFORMATION All work associated with this project shall be performed and completed in conformance with these Contract Documents, the construction drawings pertaining to this project, the City of
Rexburg Standard Drawings and Specifications, and applicable Federal, State or Local
requirements or as directed by the City Engineer. PROJECT DESCRIPTION
This contract involves installation of pre-purchased field lighting equipment in the Riverside Park Multipurpose Field along with providing and installing panels, conduit, wiring, and other equipment required for a complete installation.
STANDARD SPECIFICATIONS AND STANDARD DRAWINGS The City of Rexburg has adopted Idaho Standards for Public Works Construction Specifications and Drawings as its (Rexburg's) Standard Specifications and Standard Drawings; and these
referenced Standard Specifications and Standard Drawings shall be those governing and
referenced in this Contract except as they may be amended in these Special Provisions or Project Plans. Wherever the word CITY is used in these Standards, it shall be understood to mean the City of
Rexburg. Wherever the word ENGINEER or CITY ENGINEER is used, it shall be understood to
mean the City Engineer of the City of Rexburg, or the Engineer the City has designated to be in charge of the project or particular part of the project work. TESTING AND STAKING
Testing and Staking will be done by the City or its subcontractors. Re-testing of failing material/tests and re-staking shall be done at the expense of the contractor. The City shall be notified 24 hours prior to when testing and surveying will occur. All unscheduled surveying and testing will be the responsibility of contractor.
MATERIAL SOURCES & EXCAVATION All materials such as Granular Borrow, ¾” Aggregate Base, and Topsoil shall be provided from the Contractor's own source or from a commercial source approved by the City of Rexburg.
48 Project # PRK-03-20
Compaction requirements (Sections 306.3.3 and 306.3.4) will be Type A-1 for all street locations
and proposed street locations, curb and gutter, sidewalks and driveways next to streets and Type
C for all landscaping and agricultural areas. Granular Borrow used for backfill shall meet the requirements of native trench backfill material, Section 306.2.2. Imported backfill shall meet the requirements of Section 801.2.1 and 801.2.2.
¾” Aggregate Base used for backfill shall meet the requirements of Section 802.2. Payment for all materials shall be included in the LUMP SUM bid items.
GEOTECHNICAL REPORT The construction site for the baseball quad stadium lighting is above an old landfill site. After the Teton Dam Flood in 1976 the pit was filled with flood debris and covered with sand. Debris was
found throughout including wood, burned wood, brick, metal, wire, automotive, plastic,
Styrofoam and asphalt. Depth of debris varies from approximately 2-20 feet deep. A full Geotechnical report from MTI is available upon request. The contractor will be required to remove and dispose of all material that is unearthed during
excavation. The cost for cleanup and disposal of all excavated material will be the responsibility
of the contractor. Payment and measurement be included in the LUMP SUM bid items. 2” ELECTRICAL CONDUIT & TRENCHING An existing electrical junction box has been located close to the location for the stadium light
foundation the contractor will be required provide and install new conduit from the junction box into the light pole foundation. Approximate lengths have been given on the plans. If quantity is more than the listed amount it will be considered incidental to the contract. Contractor will be required to trench to the light pole foundation and install all conduit, fittings, bend, and pole
string to provide to the City a fully functional and complete system. Payment and measurement
will be included in the LUMP SUM bid items. All surface restoration and repair will be included in the bid price. Contractor will be required to smooth and repair all surfaces without contaminating topsoil with subsoil.
UTILITY LOCATIONS The Contractor shall request all utility companies to locate all of their utilities prior to commencement of any phase of construction that may affect said utilities. This location may be
obtained for utilities within the city limits by calling 1-800-346-3972 scheduling a "locate". The
Contractor shall be responsible for maintaining a record of these locations for use during construction. UTILITY SERVICE
49 Project # PRK-03-20
All utility services shall be maintained in such a manner as to cause the least inconvenience to
the property owners. When utility service is disrupted as a result of the Contractor's operations, the Contractor shall provide service and shall be responsible for maintaining service to the property owner until the project is completed.
ELECTRICAL SERVICE
WORK INCLUDED
A. Furnish all labor, materials, and equipment as required by the plans and specifications to
provide a complete and workable electrical system. This specification describes the types
of materials, methods, and management to be utilized. This includes the work listed in this
division as well as equipment furnished under other divisions not specifically mentioned
herein.
B. Visit the site during the bidding period to determine existing conditions effecting electrical
and other work. All costs arising from site conditions and/or preparation shall be included
in the base bid. No additional charges will be allowed due to inadequate site inspection.
C. Before bidding the contractor shall become familiar with the project plans, specifications
and the project site. Submit requests for clarification to Owner/ENGINEER in writing prior
to issuance of final addendum. After signing the contract, the Contractor shall meet the
intent, purpose, and function of the contract documents. Any costs of materials, labor and
equipment arising therefrom, to make each system complete and operable, is the
responsibility of the contractor.
CODES AND STANDARDS
A. All equipment, materials, and methods of design and installation are to comply with the
National Electrical Code, the basic Electrical Regulations of the State of Idaho, the
Occupational Safety and Health Act (OSHA), and the requirements of any local codes at
the site. Codes and standards of the following organizations may be referred to in this
section and shall be considered as the minimum acceptable. A reference herein to any
portion of the standard or code is not to be considered as negating any other portion of the
standard or code.
1. American National Standards Institute, Inc. (ANSI)
2. Institute of Electrical & Electronic Engineers (IEEE)
3. American Society for Testing & Materials (ASTM)
4. Underwriters Laboratories, Inc. (UL)
50 Project # PRK-03-20
5. National Electric Manufacturers Association (NEMA)
6. Insulated Cable Engineers Association (IECA)
7. National Electric Code (NEC)
8. Illuminating Engineering Society (IES)
9. Instrument Society of America (ISA)
B. Where the plans or these specifications require a higher degree of workmanship or quality
of material than the above codes and standards imply, then these plans and specifications
will prevail.
EQUIPMENT, MATERIAL AND WORKMANSHIP
A. All equipment and material is to be new, free from defects, of current manufacture, and
listed by Underwriters Laboratories, Inc., (UL) where UL requirements apply. All
materials are to be products of reputable and experienced manufacturers. Similar items in
the project are to be of the same manufacturer. Use only equipment and materials of
industrial quality and durability, and capable of long, reliable, trouble free service.
B. The Owner reserves the right to operate defective equipment or that equipment which fails
to conform to detailed specifications or does not operate satisfactorily until the defects are
corrected or the equipment is repaired or replaced, without cost for depreciation, use or
wear. Rejected equipment will be removed from operation only at times approved by the
Owner. All equipment furnished under this section will be guaranteed for a minimum
period of one (1) year from date of acceptance against defective materials, design, and
workmanship in accordance with the provisions of the General Conditions.
C. Provide protection for materials and equipment against loss or damage throughout the
contract. Protect everything from the effect of weather prior to installation, store items to
be installed in indoor location.
D. Any item subject to corrosion under damp conditions and items containing insulation such
as transformers and motors are to be kept in heated locations.
E. Following installation, protect materials and equipment from corrosion, physical damage
and effects of moisture on insulation.
F. Cap all conduit runs during construction with manufactured seals. Keep openings in boxes
or equipment closed.
G. Layout work carefully in advance.
H. Do not cut or notch any structural member or building surface without specific approval of
the Engineer. Carefully carry out any cutting, channeling, chasing, or drilling of floors,
walls, partitions, ceilings, pavings, or other surfaces required for the installation, support,
or anchorage of conduit, raceways, or other electrical equipment. Following such work,
51 Project # PRK-03-20
restore surfaces neatly to new conditions using skilled craftsmen of the trades involved at
no additional cost to the Owner.
I. All work will be performed by accomplished, qualified and experienced personnel working
under continuous competent supervision.
PERMITS
A. Obtain and pay for all permits and inspections pertinent to the electrical installation and
obtain such permits from the proper governing body before any progress payment will be
certified for electrical work.
SITE INSPECTION
A. Prior to submitting a bid, visit the project site and ascertain conditions affecting the
proposed work and all existing electrical facilities.
INSTALLATION
A. The electrical plan drawings show general arrangements and locations for equipment
conduit, outlets, etc. Unless detailed or dimensioned, exact locations of conduit, routing
of cables and placement of equipment will be governed by structural conditions, physical
interferences, and locations of electrical termination on equipment. Examine architectural,
structural and mechanical plans and shop drawings for the various equipment in order to
determine exact routing and placement of all raceways, cables, and equipment, to assure a
workable installation.
B. Allowances have been made in the design for the number of raceways and conductors
which the Engineer considers minimum for powering and controlling all electrical
equipment. If the installed equipment is of larger horsepower than shown, or if
characteristics require increased power and/or conductors, the Contractor shall re-size the
raceway and conductors to allow for the changed conditions and remit the information for
review prior to installation.
C. Be responsible for conduits, cables, and conductors necessary to meet requirements of all
electrical equipment and devices. Determine final sizing of conduits and number and size
of all required conductors after review of required drawings.
D. Wherever possible, place conduit in the floor or wall to provide a neat and clean
installation.
E. All exposed conduit shall be IMC conduit. All buried conduit shall be Schedule 40 PVC
with rigid metal elbows.
F. Wire shall be copper THWN with AWG sizes as shown or required.
LIGHTING EQUIPMENT
52 Project # PRK-03-20
Install lighting equipment and controls, in accordance with Supplier’s designs and
recommendations. Construction Requirements. The Field Lighting System shall include the following:
Install light poles, cross-arm assemblies, foundations, luminaires, ballasts, ballast enclosures,
fuses, lighting wire harnesses, control cabinet, wireless control cabinet, key pad, and lightning
protection, as described in the supplier contract documents and equipment submittals.
Aim and configure the luminaires per the Supplier’s recommendations.
Install new conduits and junction boxes and pull wire to each light pole through conduits.
Install new wires into the existing 600 amp Schneider distribution panel. Where
applicable this shall include switch rated circuit breakers for fault protection. Fuses will
not be allowed.
Provide proper terminations for all wiring.
Support the Supplier during startup, training, and testing of lighting system.
Cutting the asphalt will not be allowed.
POLE BASE FOUNDATIONS
Contractor shall construct pole base foundations in accordance with Supplier’s design. It is
anticipated that hard pan, metal, trees, bricks, wood chips, and debris will be encountered in the
foundation locations to a depth up to 20-22 feet deep. Foundations must have unsuitable material
removed to the diameter and depth specified in the Supplier’s design. Provide type and strength
of concrete required by Supplier’s design.
Basis of Payment. Payment for accepted work will be made as a LUMP SUM.
GENERAL CLEANUP
The Contractor shall be responsible for the general cleanup of the project site, such as smoothing and rounding of back slopes, leveling mounds, filling voids with appropriate material and removal of all excess material. The Contractor shall pick up, load, haul and dispose of all debris left from construction. Any labor, material, or equipment used to meet the requirements of this
paragraph shall be considered incidental to the project and all costs associated therewith shall be
included in the contractor's lump sum price for other bid items. LAWN & LANDSCAPING REPAIR/REPLACEMENT/RECONSTRUCTION
Where excavation is required through existing grassed or landscaped areas the contractor shall
make every effort to disturb the area as little as possible.
53 Project # PRK-03-20
The contractor is to salvage or replace the lawn to existing conditions. In areas where lawns are
disturbed the contractor is required to place a minimum of 12 inches of topsoil, level, compact
and hydro seed the disturbed lawn area. The hydro seed will need to match the Baseball Quad Concessions building project hydro seed to match the species and color of new grass. Hydro seed mix design available on request. Any labor, materials or construction costs involving incidentals not mentioned (examples include but are not limited to sprinkling systems) will not be paid for
separately and all costs associated therewith shall be included in the cost of other associated
Contract Bid Items. DISPOSAL OF WASTE: COMPLIANCE WITH ENVIRONMENTAL LAWS
Contractors shall remove, transport and properly dispose of all asphalt, debris, and waste
material removed from the work site as required under the terms and conditions hereof. All such removal, transportation and disposal shall be at Contractor's sole expense and shall be accomplished in accordance with all statutes, laws, regulations and ordinances of the United States government, the State of Idaho or other agencies or local governments having jurisdiction
thereof. Prior to the disposal of any hazardous chemical or regulated waste at any landfill,
Contractor shall provide written proof satisfactory to the City that the operator of such landfill possesses all permits and licenses required by law in order to accept waste to be removed from the project site. Prior to acceptance of the work by the City, Contractor shall deliver to the City a certificate from the operator of any landfill wherein such waste has been delivered, stating that
all such waste material has been properly disposed of in accordance with all such laws, statutes
and regulations. Contractor shall hold the City harmless from all fines, penalties, costs, claims and demands of any kind, including attorneys' fees and court costs, arising from any act or omission by Contractor while removing, transporting or disposing of any hazardous substance or regulated waste at the project site.
DELIVERY AND UNLOADING The delivery location for the pre-purchased lighting equipment will be at the Rexburg Baseball Quad located at 400 E. Barney Dairy Road, Rexburg, ID 83440. The Supplier will deliver the
equipment and the Contractor will be required to unload the equipment.
STARTUP AND TESTING Contractor will be responsible to coordinate with the Supplier and to provide support during
setup, adjustment of lights, and testing.
COMPLETION TIME TABLE The contractor will have forty-five (45) calendar days from the notice to proceed.
Control System Summary
Project Information
Project #:198219
Project Name:Rexburg Baseball Quad Complex
Date:01/08/20
Project Engineer:Zach Morris
Sales Representative:Creighton Fuss
Control System Type:LCC
Communication Type:None
Scan:198219D
Document ID:198219P1V2-0108105816
Distribution Panel Location or ID:Baseball
Total # of Distribution Panel Locations for Project:1
Design Voltage/Hertz/Phase:480/60/3
Control Voltage:120
Project Specific Notes:
Materials Checklist
Contractor/Customer Supplied:
A dedicated control circuit must be
supplied per distribution panel location.
If the control voltage is NOT available,
a control transformer is required.
Electrical distribution panel to provide
overcurrent protection for circuits
HID rated or D-curve circuit breaker
sized per full load amps on Circuit
Summary by Zone Chart
Wiring:
See chart on page 2 for wiring requirements
Equipment grounding conductor and splices
must be insulated. (per circuit)
Lightning ground protection (per pole),
if not Musco supplied.
Electrical conduit wireway system
Entrance hubs rated NEMA 4:
must be die-cast zinc, PVC, or
copper-free die-cast aluminum
Mounting hardware for cabinets
Breaker lock-on device to prevent
unauthorized power interruption to control
power
Anti-corrosion compound to apply to ends of
wire, if necessary
Equipment Listing
DESCRIPTION APPROXIMATE SIZE
1.Lighting Contactor Cabinet 24 X 72
2.Lighting Contactor Cabinet 24 X 72
QTY SIZE
Total Contactors 24 30 AMP
Total Off/On/Auto Switches: 4
IMPORTANT NOTES
1. Please confirm that the design voltage listed above is accurate for this
facility. Design voltage/phase is defined as the voltage/phase being connected
and utilized at each lighting pole's electrical components enclosure disconnect.
Inaccurate design voltage/phase can result in additional costs and delays.
Contact your Musco sales representative to confirm this item.
2. In a 3 phase design, all 3 phases are to be run to each pole. When a 3 phase
design is used Musco's single phase luminaires come pre-wired to utilize all 3
phases across the entire facility.
3. One contactor is required for each pole. When a pole has multiple circuits, one
contactor is required for each circuit. All contactors are UL 100% rated for the
published continuous load. All contactors are 3 pole.
4. If the lighting system will be fed from more than one distribution location,
additional equipment may be required. Contact your Musco sales representative.
5. A single control circuit must be supplied per control system.
6. Size overcurrent devices using the full load amps column of the Circuit Summary
By Zone chart- Minimum power factor is 0.9.
NOTE: Refer to Installation Instructions for more details on
equipment information and the installation requirements
C 1999,2020 Musco Sports Lighting,LLC
Form: T-5030-1T:\198\198219P1V2-0108105816.pdf
Control System Summary
Rexburg Baseball Quad Complex / 198219 - 198219D
Baseball - Page 2 of 5
T:\198\198219P1V2-0108105816.pdf
Control System Summary
Rexburg Baseball Quad Complex / 198219 - 198219D
Baseball - Page 3 of 5
T:\198\198219P1V2-0108105816.pdf
CONTROL POWER CONSUMPTION
120V Single Phase
VA loading
of Musco
Supplied
Equipment
INRUSH: 5880.0
SEALED: 624.0
SWITCHING SCHEDULE
Field/Zone Description Zones
Baseball 1 1
Baseball 2 2
Baseball 3 3
Baseball 4 4
CIRCUIT SUMMARY BY ZONE
POLE CIRCUIT DESCRIPTION # OF
FIXTURES
# OF
DRIVERS
*FULL
LOAD
AMPS
CONTACTOR
SIZE (AMPS)
CONTACTOR
ID
ZONE
A1 Baseball 1 3 3 5.3 30 C1 1
A2 Baseball 1 3 3 5.3 30 C2 1
B1 Baseball 1 5 5 10.9 30 C3 1
B2 Baseball 1 5 5 10.9 30 C4 1
C1 Baseball 1 5 5 7.8 30 C5 1
C2 Baseball 1 5 5 7.8 30 C6 1
A2 Baseball 2 3 3 5.3 30 C7 2
A3 Baseball 2 3 3 5.3 30 C8 2
B2 Baseball 2 5 5 10.9 30 C9 2
B3 Baseball 2 5 5 10.9 30 C10 2
C3 Baseball 2 5 5 7.8 30 C11 2
C4 Baseball 2 5 5 7.8 30 C12 2
A3 Baseball 3 3 3 5.3 30 C13 3
A4 Baseball 3 3 3 5.3 30 C14 3
B3 Baseball 3 5 5 10.9 30 C15 3
B4 Baseball 3 5 5 10.9 30 C16 3
C5 Baseball 3 5 5 7.8 30 C17 3
C6 Baseball 3 5 5 7.8 30 C18 3
A1 Baseball 4 3 3 5.3 30 C19 4
A4 Baseball 4 3 3 5.3 30 C20 4
B1 Baseball 4 4 4 9.6 30 C21 4
B4 Baseball 4 4 4 9.6 30 C22 4
C7 Baseball 4 3 3 5.3 30 C23 4
C8 Baseball 4 3 3 5.3 30 C24 4
*Full Load Amps based on amps per driver.
Control System Summary
Rexburg Baseball Quad Complex / 198219 - 198219D
Baseball - Page 4 of 5
T:\198\198219P1V2-0108105816.pdf
PANEL SUMMARY
CABINET
#
CONTROL
MODULE
LOCATION
CONTACTOR
ID
CIRCUIT DESCRIPTION FULL
LOAD
AMPS
DISTRIBUTION
PANEL ID (BY
OTHERS)
CIRCUIT
BREAKER
POSITION (BY
OTHERS)
1 ---C1 Pole A1 5.25
1 ---C2 Pole A2 5.25
1 ---C3 Pole B1 10.87
1 ---C4 Pole B2 10.87
1 ---C5 Pole C1 7.76
1 ---C6 Pole C2 7.76
1 ---C7 Pole A2 5.25
1 ---C8 Pole A3 5.25
1 ---C9 Pole B2 10.87
1 ---C10 Pole B3 10.87
1 ---C11 Pole C3 7.76
1 ---C12 Pole C4 7.76
1 ---C13 Pole A3 5.25
1 ---C14 Pole A4 5.25
2 ---C15 Pole B3 10.87
2 ---C16 Pole B4 10.87
2 ---C17 Pole C5 7.76
2 ---C18 Pole C6 7.76
2 ---C19 Pole A1 5.25
2 ---C20 Pole A4 5.25
2 ---C21 Pole B1 9.61
2 ---C22 Pole B4 9.61
2 ---C23 Pole C7 5.25
2 ---C24 Pole C8 5.25
ZONE SCHEDULE
CIRCUIT DESCRIPTION
ZONE SELECTOR
SWITCH
ZONE DESCRIPTION POLE ID CONTACTOR
ID
Zone 1 1 Baseball 1 A1 C1
A2 C2
B1 C3
B2 C4
C1 C5
C2 C6
Zone 2 2 Baseball 2 A2 C7
A3 C8
B2 C9
B3 C10
C3 C11
C4 C12
Zone 3 3 Baseball 3 A3 C13
A4 C14
B3 C15
B4 C16
C5 C17
CONTINUED ON NEXT PAGE
Control System Summary
Rexburg Baseball Quad Complex / 198219 - 198219D
Baseball - Page 5 of 5
ZONE SCHEDULE
CIRCUIT DESCRIPTION
ZONE SELECTOR
SWITCH
ZONE DESCRIPTION POLE ID CONTACTOR
ID
Zone 3 3 Baseball 3 C6 C18
Zone 4 4 Baseball 4 A1 C19
A4 C20
B1 C21
B4 C22
C7 C23
C8 C24