|
Project Category Code:
|
Water Utilities, Culverts, Waterways, Stormwater Channels, Sidewalks/Curbs/Gutters, ADA Curb Ramps, Traffic Control, Grade and Surface, Pavement Resurface and Rehabilitation, Traffic Control Signal Systems, Pavement Removal, Stormwater Improvements, Paving (Asphalt or Concrete), Roadway Pavement Markings, Traffic Control Devices (Signals, Signing, etc.), Drainage, Pedestrian Improvements, Storm Drain and Paving, Street/Roadway Reconstruction , Street/Road Pavement Marking, Utility Street Construction and Excavation, Sitework/Excavating and Grading, Street/Road Widening, Street/Road Repairs, Street/Road Widening (Major), Curbs, Waterlines, Paving (Highway, Road or Street)
|
|
|
Description:
|
ST1926A & WL26040 – HOUSTON STREET IMPROVEMENTS FROM 23RD STREET TO OLD HIGHWAY 51: This project includes approximately 500 L.F. of full-depth asphalt pavement widening and approximately 2,050 L.F. of full-depth asphalt pavement reconstruction of Houston Street to widen the roadway from two lanes to five lanes. The project also includes construction of approximately 2,750 L.F. of 12”, 8” and 6” PVC water line, 5,200 L.F. of 5’ wide concrete sidewalk, 4,900 L.F. of 6” curb and gutter, 3,900 L.F. of enclosed storm sewer, and traffic signal modifications. Total contract time for the project shall be Three Hundred Thirty (330) calendar days.
|
|
|
Additional Description:
|
This project includes funding from OWRB, Loan Number FAP 25-0005-L. Due to OWRB FAP Loan funding being used on the project, additional contract requirements must be followed and met. Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, age or handicap. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in the specifications. Sworn statement of the Bidder’s assets and liabilities, technical qualifications and performance in the form of the latest annual report and financial statement are not required to be submitted with the Bidder’s Proposal, but CITY/BAMA may require such statements prior to award of the construction contract. The References, Statement of Qualifications and Experience, using the forms found in Section II Proposal Documents, must be submitted with the bid and include, as a minimum, the information required herein. Failure to submit the information required in these documents may result in the CITY/BAMA considering the Bid non-responsive and result in rejection of the Bid by the CITY/BAMA. Bidders may be required to provide supplemental information if requested by the CITY/BAMA to clarify, enhance or supplement the information provided in the References, Statement of Qualifications and Experience. The apparent successful Bidder shall, within two (2) days after Bid opening, submit to The CITY/BAMA a list of the subcontractors, suppliers, individuals or entities proposed for the following portions of the Work: asphalt, storm sewer, waterline, concrete and traffic signal work. Such list shall be accompanied by a Statement of Qualifications and Experience, using the forms found in Section II Proposal Documents, with pertinent information regarding similar projects and other evidence of qualification and experience for each such Subcontractor, Supplier, or other individual or entity. If the CITY/BAMA or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, the CITY/BAMA may, before the Notice of Award is given, request apparent successful Bidder to submit an acceptable substitute, within one (1) day of notification. If apparent Successful Bidder declines to make any such substitution, the CITY/BAMA may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, or other individuals or entities. In such event, the next lowest Bidder shall, within two (2) days after requested by The CITY/BAMA, submit to The CITY/BAMA the above required list of the Subcontractors, Suppliers, and other individuals or entities. In evaluating whether a Bidder is responsible, CITY/BAMA will consider the qualifications and experience of the Bidder and may consider the qualifications and experience of Subcontractors and Suppliers proposed for those portions of the Work for which the identity of Subcontractors and Suppliers must be submitted as provided above. As a Proposal Guarantee, a certified check, cashier’s check, bid bond or irrevocable letter of credit issued by an insured financial institution as required by law must accompany each Proposal for an amount equal to five percent (5%) of the total Bid made payable, without reserve, to the City of Broken Arrow/Broken Arrow Municipal Authority. The successful Bidder must, within ten (10) days after receiving notice of award, furnish a Performance Bond, Statutory Bond and Maintenance Bond in the forms prescribed by CITY/BAMA in the amounts equal to the Contract price.
|
|