34-264-Resolution Recorded 3/13/1980Y
~c34 864
BEFORE THE BOARD OF COUNTY COMMISSIONERS OF THE STATE OF -OREGON
FOR DESCHUTES COUNTY
In the Matter of Granting an Exception )
to the Requirement for Competitive Bidding )
for the Construction of Footings and ) RESOLUTION
Abutment Walls for Hunnell Bridge (B-10-1) )
and Phillips Bridge (B-46-2) )
WHEREAS, the Board of County Commissioners of Deschutes County (hereinafter
referred to as the "Board") on January 21, 1976, pursuant to ORS 279.055, was designated
as a local contract review board;
The Board on May 19, 1976, adopted a resolution establishing rules and procedures
for contracts entered into by Deschutes County;
Section 4 of said rules allows the Board by resolution to exempt contracts from
competitive bidding if it finds:
1. The lack of bids will not result in favoritism or substantially
diminish competition in awarding the contract; and
2. The exemption will result in substantial cost savings. In making such
finding, the Board may consider the type, cost, amount of the
contract, number of persons available to bid, and such other
factors as the Board may deem appropriate.
The Board finds that no favoritism or substantial diminishment of competition will
occur if all local contractors who have been awarded bridge contracts with Deschutes
County in the past three years are allowed to submit competitive quotes;
The Board finds this project needs to be completed prior to April 7, 1980,
when the irrigation water comes on in the canal; and this completion date would not
give time for the formal process of advertising;
The Board finds the Phillips Bridge has drastically deteriorated since the previous
inspection of March 2, 1979; and that the new load rating of 2 tons is unsafe for
emergency vehicles and ;school buses; and
The Board finds the Hunnell Bridge has drastically deteriorated since the previous
inspection of December 28, 1977; and that the new load rating of 12 tons is unsafe
for emergency vehicles;
NOW, THEREFORE, IT IS HEREBY RESOLVED that:
1. For the foregoing reason, an emergency exists requiring prompt execution
of contracts for the repair of Hunnell Bridge and Phillips Bridge.
2. The Road Department may award a contract based on two competitive quotes
for each job, as described by the attached specifications, incorporated herein by
reference. Under authority of Section 5 of the resolution mentioned above, the
Roadmaster may dispense with the requirement of competitive bidding on these contracts.
PAGE -1- RESOLUTION
34 fw. M
voL
3. Provided, however, that the contract is to be awarded to the lowest com-
petitive quotation received from a local contractor who has been awarded a bridge
contract with Deschutes County in the last three years; and
4. That all of the said contractors be given an opportunity to submit said
competitive quotations.
DATED in Bend, Oregon this \`� day of March, 1980.
Distribution:
Roadmaster
County Counsel
Mike Maier
PAGE -2- RESOLUTION
BOARD OF COUNTY COMMISSIONERS, ACTING AS
A LOCAL CONTRACT REVIEW BOARD
ROBERT C. PAULSON, JR., Commissioner
IN THE BOARD OF COUNTY COMMISSIONERS VOL 34 FACE266
OF THE STATE OF OREGON
FOR THE COUNTY OF DESCHUTES
C O N T R A C T
This Contract, made and entered into, in triplicate this 2 &day of March, 1980,
by and between DESCHUTES COUNTY by and through its Board of County Commissioners,
hereinafter called "THE COUNTY" and E.M. WALDRON SR. CONSTRUCTION INC., hereinafter
called "THE CONTRACTOR".
WITNESSETH
That the said Contractor, in consideration of the sum to be paid by the County
in the manner herein provided, and in consideration of the other agreements here-
in contained, hereby agrees to perform and complete the work herein described
and to furnish all necessary machinery, tools, apparatus, equipment, supplies,
materials, and labor and to do all things in accordance with the applicable plans,
special provisions, and specifications for the construction of footings, pier and
abutment walls in the Canals for the bridges on Hunnell Road (B-10-1) and Phillips
Road (B-46-02) with the County Road Department, and in accordance with such alterations or
modifications as may be made by the County Road Department or the Board of
County Commissioners, and according to such directions as may, from time to time,
be made or given by the County Road Department under the authority and within
the meaning and purpose of this contract. This agreement shall be binding upon
the heirs, executors, administrators, successors and assigns of the Contractor.
That the applicable plans, special provisions, and specifications referred to and
the schedule of contract prices attached herewith are hereby specifically referred
to and by this reference made a part hereof, and shall be such reference have the
same force and effect as though all of the same were fully written or inserted herein.
That the Contractor shall faithfully complete and perform all of the obligations
of this contract and in particular shall promptly as due make payments of all
debts, dues, demands, and obligations incurred in the performance of said contract;
and shall not permit any lien or claim to be filed or prosecuted against the County
or the Board of County Commissioners. It is expressly understood that this contract
in all things shall be governed by the laws of the State of Oregon.
That the Contractor shall perform its obligations under the terms and conditions
of this agreement as an independent contractor and shall hold harmless the County
for any and all damages to persons or property arising from the performance of
the provisions of this agreement.
That in consideration of the faithful performance of all of the obligations both
general and special, herein set out, and in consideration of the faithful perform-
ance of the work set forth in this Contract, the applicable plans, specifications,
special provisions, schedule of contract prices, and all general and detailed
specifications and plans which are part hereof, and in accordance with the
directions of the County Road Department and to their satisfaction and the
satisfaction of the Board of County Commissioners, the County agrees to pay to
.CONTRACT'
Page 2
vat 34 facE 267
The said Contractor the amount earned as determined from the actual quantities of
work performed in the manner herein provided. The amount earned shall be based
upon engineering requirements and the unit prices specified in the schedule of
prices attached hereto and incorporated herein.
In witness whereof, the parties hereto have subscribed their names and affixed
their respective signatures as of the date first above written.
Th Contract was approved by the Deschutes County Board of Commissioners on
2- 1980.
Approved as to form:
Deschutes County Counsel
Executed by Cont.racto in the
presence of:
i"
...� ! /
DESCHUTES COUNTY BOARD OF COMMISSIONERS
Cha
Commissi
By:
(Seal)
HUNNELL AND PHILLIPS BRIDGES
BID OPENING
3-14-80
Opened by Gary Judd. 3:30
Witnessed by : Charles L. Plummer
Bonnie McGilvray
Bids by:
Elroy Waldren 32,625.00
Douglas Coats Construct. 37,500.00
VOL 34 FAGE 268
V SCOPE - Gravel Backfill for Walls continued VOL 34 FdGE69
Dust Ratio: % Passing #200 . . . . . . 2/3 maximum
% Passing #40 sieve
Sand Equivalent . . . . . . . . . . . .. . . . . .60 minimum
That portion of the material retained on a 1/4 inch square opening
shall contain not more than 0.20% by weight of wood waste.
Measurement will be by the cubic yard based on the neat line structure
excavation limits as shown in the plans. Payment will be by the cubic
yard for the contract bid item "BACKFILL."
VI SCOPE - Bridge
Bridge will be placed by others at a later date.
VII SCOPE - Riprap
Riprap will be placed by others at a later date.
VIII SCOPE - Anchor Bolts
This work shall consist of placing bridge anchor bolts in accordance
with plans or as established by the engineer. All bolts shall be
ASTM A307 - galvanized or cadmium plated.
Measurement and payment for all anchor bolts to be paid on the "all
required" basis.
14. Measurement and Payment Method VL 34 FAGE270
Each phase of construction will be a separate bid item. Material and work
requirements as well as the method for measurement and payment for each bid
item is as follows:
I SCOPE - Mobilization
The work to be performed as well as the methods of measurement and pay-
ment for the contract bid items "Mobilization," are as described in
Section 110 of the Standard Specifications.
II SCOPE - Structure Excavation
To be performed by others.
III SCOPE - Structural Concrete
Form, pour and finish the footings, abutments and wingwalls in
accordance with the plans, special provisions and Section 504 and 505
of the Standard Specifications.
A class 2 or a brush finish, as applicable, will be applied to all
exposed concrete surfaces as specified in Sections 504.48 and 504.49.
The contractor is cautioned that the requirements of Section 504.45,
"Concrete in Cold Weather," are likely to become applicable.
Measurement and payment for concrete class A will be in accordance with
Sections 504.83 and 504.92 of the Standard Specifications. Payment will
be at the unit bid price per cubic yard for "STRUCTURAL CONCRETE CLASS
3300."
IV SCOPE - Reinforcing Steel
Measurement and payment for reinforcing steel will be in accordance with
Sections 505.82 and 505.91 of the Standard Specifications. Payment will
be at the unit contract bid price per pound for "REINFORCING STEEL."
V SCOPE - Gravel Backfill for Walls
Furnish, place and compact gravel backfill next to the abutments and
wingwalls as shown in the plans. Maximum lift thickness will be 6".
Required density will be 95% of optimum density inside the structure
excavation limits and 90% outside the structure excavation limits.
Gravel backfill shall meet the following specifications:
Gravel backfill for walls shall consist of free draining
granular material, essentially free from various types of wood
waste or other extraneous or objectionable materials. It shall
meet the following requirements for grading and quality when
placed in hauling vehicles for delivery to the roadway or during
manufacture and placement into a temporary stockpile. The exact
point of acceptance will be determined by the Engineer.
Passing 1/4" square opening . . . . . . . .25% - 70%
Passing #200 sieve . . . . .. . . . . . . .5% maximum
All percentages are by weight
7. Standard Specifications YQL 34 PAGE 271
The standard specifications which are applicable to work on this project are
the Oregon State "Standard Specifications for Highway Construction," Revised
1974, hereinafter referred to as the Standard Specification. Whenever these
specifications refer to the State, consider that to mean the County of Des-
chutes, the appropriate County department, or appropriate County address.
8. Testing
All testing will conform to methods described in "A.A.S.H.T.O. Materials,
Part II, Tests," 11th Edition, 1914.
9. Completion Time Limit
The work to be performed shall be completed by April 7, 1980.
No extensions in time will be granted for inclement weather or domestic
irrigation runs.
10. Failure to Complete on Time and Liquidated Damages
Liquidated damages for failure to complete project on time will result in
payment to Deschutes County in accordance with Section 108.10 0£ the Standard
Specifications.
11. Contractors Schedule
The contractor will supply to the engineer a schedule of his proposed activities
for the week. The schedule will be given to the engineer or his representative
on the previous Friday. If there are any changes in schedule after the weekly
schedule has been submitted, the contractor shall notify the engineer at least
24 hours in advance of the change.
12. Preconstruction Conference'
The contractor shall meet with the engineer for a preconstruction conference
at a time mutually agreed upon. At this conference, the contractor shall submit
to the engineer a schedule showing his proposed order of work and indicating
the time required for completion of the major items of work. This working
schedule shall take into account the passage or handling of traffic with the
least practicable interference therewith and the orderly, timely, and efficient
prosecution of the work. The working schedule will be used as an indication
of the sequence of the major construction operations and as a check on the pro-
gress of the work, but does not become a part of the contract.
13. Canal Operations
The contractor shall arrange his schedule and construction methods so as not to
interfere with the Canal Companies.
The contractor shall keep access to the "Ditch Rider" road open.
Central Oregon Irrigation has periodic "Domestic" runs of water in the canal each
month. It is the contractor's responsibility to find out the exact times the
water will be in the canal and adjust his schedule accordingly.
1. Description of Work
HUNNELL AND PHILLIPS BRIDGES
(B-10-1) (B-46-02)
SPECIAL PROVISIONS
vot 34 FacE272
The work consists of constructing footings, pier and abutment walls in the
canals for the bridges on Hunnell and Phillips Roads. All work is to be done
in accordance with the plans, standard specifications, general conditions, and
these special provisions.
Contractor will furnish all necessary machinery, tools, apparatus, equipment,
materials, and labor to perform all phases in accordance with plans, standard
specifications, general conditions and these special provisions and in accordance
with such alterations or modifications as may be made by the Road Master, or
his authorized representatives.
2. Performance Bond
The successful bidder shall, before entering upon his responsibilities,
furnish a good and sufficient Bond in favor of the County of Deschutes of
not less than one hundred percent (100X) of the total bid Contract price,
with surety to be approved by the Board of County Commissioners.
3. Certificate of Insurance
That the contractor will provide the County with a certificate of insurance
in the minimum amount of $100,000/$300,000/$100,000 insuring the Contractor/
or damages to persons or property.
4. Wage Certification
The Contractor shall at all times observe and comply with all. State laws,
including ORS Chapter 279, relating to wages and hours of employment for
workmen on public contracts. Wage certification shall be shown on Form
81-125-3012.
5. Handling of Explosives
In the handling of explosives the contractor must comply with Federal, State
and Local laws, and the County will. in no way be responsible for any non-
compliance therewith or for damages to property or injury to persons
resulting from accidental or premature explosions.
6. Contractor Liability
The contractor shall be responsible for all damage to property, injury to
persons, and loss, expense, inconvenience, and delay that may be caused by
or that may result from the carrying out of the work to be done under this
agreement or from any act, omission or neglect of the contractor, his sub-
contractors or his employees.