HomeMy WebLinkAbout27-90 RESOLUTION•
RESOLUTION NO. 27-90
MICROFILMED
A RESOLUTION AUTHORIZING THE AWARD OF BID 1190-
1 TO FAYETTE TREE & TRENCH FOR WATER LINE
REPLACEMENT ON WOOD AVENUE.
BE 1:T RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract between the City of
Fayetteville and Fayette Tree & Trench for water line replacement
on Wood Avenue. A copy of the contract authorized for execution
hereby is attached hereto marked Exhibit "A" and made a part
hereof.
PASSED AND APPROVED this 20th day of Febnmry
ATTEST:
APPROVED:
By:
, 1990.
Mayor
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
.1
•
•
. •
•
SPECIFICATIONS AND BID DOCUMENTS
FOR THE CITY OF
FAYETTEVILLE, ARKANSAS
WATERLINE REPLACEMENT
WOOD AVENUE
Prepared By
C E I ENGINEERING ASSOCIATES, INC.
Consulting Engineers
Bentonville
Arkansas
A
•
r
• •
CITY Of' FA/ETTEVILLE
Bid 90-1
Separate and sealed BIDS for Wood Ave. Water Line Replacement
- in and for the City of Fayetteville, Arkansas, will be
received at the Purchasing Office, Room 307, City Administration
Building, Fayetteville, Arkansas, until 2:00 p.m.,Wednesday,February 14,
1990, and then at said office publicly opened and read aloud.
The REPLACEMENT PROJECT will include the furnishing of all the
necessary materials, supplies, tools, labor, and other services required
for the complete construction of the following:
Approximately 936 linear feet of 16" and 2070
linear feet of 12" and 45 linear feet of 6" P.V.C. or Ductile
Iron water main pipe; approximately 680 linear feet of 3/4
copper service lines together with taps, valves, hydrants, and
all work for a complete installation.
The CONTRACT DOCUMENTS consisting of Advertisement for Bids,
Instructions to Bidders, Bid Bond, Bid, Agreement, Payment Bond,
Performance Bond, General Conditions, Special Conditions, Special
Instructions, Detailed Specifications, Attachments, Drawings and
Addenda, may be examined in the office of the City Engineer, City
Administration Building, Fayetteville, Arkansas, 72701, and the office
o f CEI Engineering Associates, Inc., 110 West Central, Bentonville,
Arkansas, 72712.
Copies of the contract documents may be obtained from the offices of
CEI Engineering Associates, Inc., upon payment of S50.00, non-
refundable.
All bidders must be licensed under the terms of Act 150, Arkansas Acts
o f 1965.
The.City of Fayetteville reserves the right to reject any or all bids
and to waive any formalities in the bids. The City also reserves the
right to withhold the awarding of the contracts for a period of not to
e xceed sixty days after opening of bids.
Dated the a 4 th day of January , 1990.
Please publish on January 28th & February 4, 1990
Billing: Refer to P.O. #22593
A-1
Purchasing Officer
Fayetteville, Arkansas
•
•
•
•
F•
TABLE OF CONTENTS
PAGE
ADVERTISEMENT FOR BIDS A-1
INSTRUCTIONS TO BIDDERS B-1 - B-9
BID BOND D-1 - D-2
BID E-1 - E-5
AGREEMENT F-1 - F-3
PAYMENT BOND G-1 - G-3
PERFORMANCE BOND H-1 - H-3
NOTICE OF AWARD I-1
NOTICE TO PROCEED J-1
CHANGE ORDER K-1
GENERAL CONDITIONS L-1 - L-20
SPECIAL CONDITIONS SC -1 - SC -5
SPECIAL INSTRUCTIONS SI -1 - SI -2
TECHNICAL SPECIFICATIONS -
EXCAVATION, TRENCHING AND BACKFILLING FOR UTILITIES 12-1 - 12-6
OBSTRUCTIONS 13-1 - 13-2
TREE REMOVAL 16-1
TESTING 18-1 - 18-2
EXCAVATION, EMBANKMENTS, BACKFILLING, MANHOLE AND
INLET CONSTRUCTION AND MISCELLANEOUS SEWER AND
WATER LINES
21-1 - 21-9
PIPE, FITTINGS, VALVES, FIRE HYDRANTS AND OTHER
MATERIALS AND EQUIPMENT AND THE INSTALLATION THEREOF 22-1 - 22-7
METHOD OF MEASUREMENT AND BASIS OF PAYMENT MP -1
ATTACHMENT NO. 1 - CITY OF FAYETTEVILLE, ARKANSAS
DETAILED SPECIFICATIONS
ADVERTISEMENT FOR BIDS
FAY
•
•
•
INSTRUCTION TO BIDDERS
1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans,
profiles, specifications and estimates of the Engineer on file in the
o ffice of CEI Engineering Associates, Inc., shall constitute all of the
information which the Owner shall furnish. No other information given, or
sounding made by the Owner or any official thereof, prior to the execution
o f said contract, shall ever become a part of, or change the contract,
plans, profiles, specifications and estimates, or be binding on the Owner.
P rior to submitting any bid, bidders are required to read carefully the
specifications, contract and bonds, to examine carefully all plans,
profiles, and estimates, to visit the site of the work to examine carefully
local conditions, to inform themselves by their independent research and
sounding of the difficulties to be encountered, and all attending
circumstances affecting the cost of doing the work, and the time specified
for its completion; and to obtain all information required to make an
intelligent bid.
B idders shall rely exclusively upon their surveys, estimates,
investigations, surroundings and other things which are necessary for full
and complete information upon which the bid may be made and for which a
contract is to be awarded. The Proposal, providing for unit and lump sum
prices bid by the Contractor, contains a statement that all bids are made
with the full knowledge of the difficulties and conditions that may be
encountered, the kind, quality and quantity of the plans, work to be done,
excavation, and materials required and with full knowledge of the plans,
profiles, specifications and estimates and all provisions of the contract
and bonds. The submissions of a bid shall constitute the acceptance of
these provisions.
2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate of
quantities, approved by the Owner and on file in the offices of CEI
Engineering Associates, Inc., is approximate only, and shall be the basis
for receiving unit price bids for each item, but shall not be considered by
the bidders as the actual quantities that may be required for the
completion of the proposed work. Such quantities, however, at the unit and
lump sum prices bid for each item, shall determine the amount of each bid
for comparison of bids and aid in determining the lowest and best bidder
for the purpose of awarding the contract, and will be used as basis for
fixing the amount of the required bonds.
3. BIDS AND BIDDING FORMS. Bids must be made out in ink on bidding forms
included as part of these specifications. Bids shall be sealed and
addressed City of Fayetteville, Arkansas, and the title of the project, the
name of the contractor submitting the bid and the time and date for receipt
of bids written on the envelope.
B-1
•
•
•
•
•
•
•
•
B ids are due at the Purchasing Office, Room 307, Administration
Building, 113 West Mountain, Fayetteville, Arkansas, 72701, no
later than 2:00 P.M., on Wednesday, February 14, 1990
No bidder shall divulge the information in the sealed bid to any
person whomsoever, except those having a partnership or other
financial interest with him in the bid, until after the sealed bids
have been opened.
B ids which are incomplete, unbalanced, conditional, or obscure, or
which contain additions not called for, erasures, alterations or
irregularities of any kind, or which do not comply with the
Instruction to Bidders may be rejected as informal at the option
o f the Owner. However, the Owner reserves the right to waive
technicalities as to changes, alterations or revisions and to make
the award in the best interest of the Owner.
4. UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state
a unit price for each item or work named in the Engineer's estimate
o f quantities of work to be done. Unit prices shall include
amounts sufficient for the furnishing of all labor, materials,
tools, equipment and apparatus of every description, to construct,
e rect, and finish completely all of the work as called for in the
specifications or shown in the plans. Unit prices bid and totals
shown in the Proposal shall not include any of the costs of
engineering, advertising, appraising, or printing.
The price bid for each item must be stated in figures and in words
in the appropriate blank spaces provided on the bidding forms. The
figures must be clear and distinctly legible so that no question
can arise as to their intent and meaning. In case of a difference
in the written words and figures in a Proposal, the amount state
in written words shall govern.
5. . PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid
on the various items in the Proposal shall bear a fair relationship
to the cost of the work to be done. Bids which appear unbalanced
and deemed not to be in the best interest of the Owner may be
rejected at the discretion of the Owner.
6. SIGNATURE ON BIDS. If the bid is made by an individual, his
firm name must be given, and the Proposal signed by him or his duly
authorized agent. If the bid is made by a partnership, the firm
name and the names of each member must be given, and the bid signed
by a member of the partnership, or a person duly authorized. If
the bid is made by a company or corporation, the company or
corporate name must be given, and the bid signed by an officer or
agent duly authorized.
Powers of attorney, properly certified, for agents and others to
sign bids must be in writing and filed with the Owner.
B-2
•
•
•
•
7. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed in
accordance with the requirements of Act 150, Arkansas Acts of 1965, the
"Arkansas State Licensing Law for Contractors". Bidders who submit
proposals in excess of $20,000 must submit evidence of their having a
contractor's license before their bids will be considered, and shall note
their license number on the outside of their Proposal.
8. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. Each bidder, 1f
requested to do so by either the Owner or the Engineer, shall furnish
satisfactory evidence of his competency to perform the work contemplated.
The Owner reserves the right to reject a bid if the bidder has not
submitted, upon request, a statement of his qualifications prior to the
date of the opening of bids.
9. DISQUALIFICATIONS OF BIDDERS. Any one or more of the following may be
considered as sufficient for the disqualification of bidders and the
rejection of bids:
More than one Proposal for the same work from an individual, firm,
partnerships, or corporation under the same or different names.
Evidence of collusion among bidders. Participants in such collusion
may receive no recognition as bidders for any future work.
Unbalanced Proposals in which the prices for some items are out of
proportion to the prices for other items, or changes written in, or
amendments by letter. Failure to submit a unit price for each item of
work for which a bid price is required by the Proposal, or failure to
include all required contract documents.
Lack of competency as revealed by the financial statement, experience,
plant and equipment statements submitted. Lack of responsibility as
shown by past work judged from the standpoint of workmanship and
progress.
•
A bid by an unlicensed contractor bidding under a licensed
contractor's name.
Uncompleted work which, in the judgement of the Owner, might hinder or
prevent the prompt completion of additional work if awarded.
Being in arrears on existing contracts, in litigation with the Owner,
or having defaulted on a previous contract.
B-3
•
•
•
•
10. CONSIDERATION OF PROPOSALS. After the Proposals are opened and read,
the quantities will be extended and totaled in accordance with the bid
prices of the accepted Proposals. Until the final award of the contract,
the Owner reserves the right to reject any and all Proposals, to waive
technicalities, and to advertise for new Proposals, or proceed to do the
work otherwise when the best interests of the Owner will be promoted
thereby.
11. RIGHT TO REJECT BIDS. The Owner reserves the right to reject any and
all bids. All bids are subject to this reservation, and the Owner reserves
to itself the right to decide which shall be deemed the lowest responsive
and responsible bid. Due consideration will be given to the reputation,
financial ability, experience and equipment of the bidder.
12. AWARDING OF CONTRACT. The Owner reserves the right to withhold the
awarding of a contract a reasonable period of time from the date of opening
bids, said length of time not to exceed thirty (30) days except with the
consent of the bidder. The awarding of a contract upon a successful bid
shall give the bidder no right to action or claim against the Owner upon
the contract until the contract is reduced to writing and signed by the
contracting parties. The letting of a contract shall not be complete until
the contract is executed and the necessary bonds approved.
13. SUBCONTRACTOR. The Contractor shall not assign or sublet all or any
part of this contract without the prior written approval of the Owner nor
shall the Contractor allow such subcontractor to commence work until he has
provided and obtained approval of such compensation and public liability
insurance as may be required. The approval of each subcontract by the
Owner will in no manner release the Contractor from any of his obligations
as set out in the plans, specifications, contract and bonds.
14. MATERIALS GUARANTY. Before any contract is awarded the bidder may be
required to furnish a complete statement of the origin, composition, or
manufacture of any or all materials proposed to be used in the construction
of the work, together with samples, which may be subjected to tests
provided for in these specifications to determine their quality and fitness
for the work.
15. FAMILIARITY WITH LAWS. The bidder is presumed to be familiar with all
federal, state and city laws, ordinances and regulations which in any
manner affect those engaged or employed in the work, or the materials or
equipment used, or in any way affecting the work, and shall in all respects
comply with said laws, ordinances and regulations. No claim of
misunderstanding or ignorance on the part of the Contractor will in any way
serve to modify the provisions of the contract. No representations shall
be binding unless embodied in the contract.
B-4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
0
•
•
4 .
•
16. LABOR LAWS. The Contractor shall abide by all federal, state and local
laws governing labor. The Contractor further agrees to save the Owner
harmless from the payment of any contribution under the State Unemployment
Compensation Act, and the Contractor agrees that if he is subject to the
Arkansas State Unemployment Act, he will make whatever contributions are
required under and by virtue of the provisions of said Act.
17. WAGES AND LABOR. Hinimum wage rates shall be equal to basic rates as
established by common usage in the city and adjacent community for the
various types of labor and skills performed. In case wage rates are
specified in the contract documents, the rates as specified shall be the
minimum rates which apply to the project. Whenever available, local common
labor shall be used and whenever practical, skilled and semi -skilled labor,
if available, shall be used.
The Contractor and each subcontractor, where the contract amount exceeds
$75,000.00 shall comply with the provisions of Act 74, as amended by Act
275 of 1969 (Arkansas Statute 14-630). The provisions are summarized
below.
The Contractor and subcontractor shall:
(1) pay the minimum prevailing wage rates for each craft or
type of workman and the prevailing wage rate for holiday
and overtime work, as determined by the Arkansas Department
of Labor.
(2) post the scale of wages in a prominent and easily
accessible place at the site of the work.
(3) keep an accurate record showing the name and occupation
and hours worked of all workmen employed by them, and the
actual wages paid to each of the workmen, which record
shall be open at all reasonable hours to the inspection of
the Department of Labor or the Owner, its officers and agents.
The Owner shall have the right to withhold from amounts due the Contractor
so much of accrued payments as may be considered necessary to pay the
workmen employed by the Contractor or any subcontractor, the difference
between the rates of wages required by this contract and the rates of wages
received by such workmen.
If it is found that any workmen employed by the Contractor or a
subcontractor has been or is being paid a rate of wages less than the rate
of wages required by this contract, the Owner may be written notice to the
Contractor, terminate his right to proceed with the work or such part of
the work and to prosecute the work to completion by contract or otherwise,
and the Contractor and his sureties shall be liable for any excess costs
occasioned thereby.
B-5
•
•
•
1
•
•
•
18. WITHHOLDING STATE INCOME TAXES. The Contractor shall deduct and
withhold Arkansas income taxes, as required by Arkansas law, from wages
paid to employees, whether such employees are residents or non-residents of
Arkansas.
19. ANTI -KICKBACK PROVISION (WHERE APPLICABLE). When provided for in the
specifications, the Contractor shall comply with the regulations of the
S ecretary of Labor made pursuant to the Anti -Kickback Act of June 13, 1934,
40 U.S.C. 276 (c), and any amendments or modifications made thereto and
shall see that such provisions are included in all subcontracts. A copy of
such provisions is included hereinafter in these specifications.
20. COMPLIANCE WITH ACT 125, ARKANSAS ACTS OF 1965. The attention of all
bidders is called to the provisions of Act 125, Arkansas Acts of 1965.
This act provides for payment for certain taxes on materials and equipment
brought into the state. It further provides for methods of collecting said
taxes. All provisions of this act will be complied with under this
contract.
21. INSURANCE. During the life of this contract, the successful bidder
shall carry insurance as hereinafter set out. Also, he shall require all
o f his subcontractors to carry insurance as outlined below, in case they
are not protected by the policies carried by the prime Contractor.
Insurance companies underwriting the required insurance shall be licensed
in Arkansas. Licensed companies are listed in the State Insurance
Department's Annual Report of the Insurance Commissioner.
In Arkansas, the prevailing law requires that insurance on public works
contracts be issued by and through a duly licensed agent resident in the
S tate of Arkansas. The mere countersigning by a resident agent is not
acceptable.
Insurance is to be approved by the Owner. If any insurance contracted for
becomes unsatisfactory or unacceptable to the Owner after the acceptance
and approval thereof, the Contractor shall promptly, upon being notified to
the effect, execute and furnish acceptable insurance in the amounts herein
specified. Upon presentation of acceptable insurance, the unsatisfactory
insurance may be canceled at the discretion of the Contractor.
The Contractor shall have his resident insurance agent submit to the Owner,
through the Engineer, a schedule of insurance policies proposed to be
furnished, which shall be approved before certificates of insurance and/or
policies are issued. Once the Owner has concurred in the proposal of
insurance coverages, the Contractor shall then furnish to the Engineer, in
the name of the Owner, certificates of insurance for the followings
B-6
•
•
•
•
•
•
A. Workmen's Compensation. Workmen's compensation, as required by the
laws of the state in which the work is to be done, shall be furnished.
In case any hazardous occupations are required for the execution of
the work which are not covered by the above insurance, special
employer's liability policies shall be obtained to cover workmen
engaged in such hazardous occupations.
B . Contractor's Public Liability Insurance and Property Damage Insurance.
This insurance shall provide bodily injury of $200,000.00 for each
person and $500,000.00 for each accident; and property damage of
$200,000.00 for each accident. This insurance shall be endorsed to
cover explosion collapse and underground hazards, and blasting.
C. Motor Vehicle Public Liability and Propertv Damage Insurance. This
policy shall provide bodily injury of $200,000.00 for each person and
500,000.00 for each accident; and property damage of $200,000.00 for
each accident.
D . Owner's and Engineer's Contingent Protective Liability Insurance. The
Contractor shall indemnify and save harmless the demands, payments,
suits, actions, recoveries and judgments of every nature and
description brought or recovered against them by reason of any
omission or act of the Contractor, his agent or employees in the
execution of the work of in the guarding of it. The Contractor shall
obtain in the name of the Owner and Engineer (either as co-insured or
by endorsement), and shall maintain and pay the premiums for such
insurance in an amount not less than $200,000.00 property damage and
$500,000.00 bodily injury limits, and with such provisions as will
protect the Owner and Engineer from contingent liability under this
contract.
•
E . Builder's Risk Insurance. The Contractor shall procure and maintain
during the life of the contract builder's risk insurance (fire,
lightning, extended coverage, vandalism and malicious mischief) on the
insurable portion on a 100 percent completed value basis, against
damage to the equipment, structure or material. The Contractor, his
subcontractors, and the Owner (as their interest may appear shall be
named as the insured).
F. All -Risk Floater Insurance. Until the project is completed and is
accepted by the Owner, the Contractor is required to maintain an all-
risk installation floater policy.
B-7
•
•
•
•
•
•
•
•
4 .
•
The Contractor shall submit to the Owner written evidence of insurance
upon the entire work at the site to the full insurable value thereof
including the interest of the Owner, the Contractor, the
subcontractors, and any others with an insurable interest. The policy
shall insure against all risk of physical damage except as modified by
the contract documents and subject to the normal all-risk exclusions.
The policy by its own terms or by endorsement shall specifically
permit partial or beneficial occupancy prior to completion or
acceptance of entire work.
G. Other Insurance. The Contractor is to protect the Owner against all
loss during the course of the contract. If, due to the nature of the
project, insurance coverage other than that specified above is needed
by the Contractor to protect the Owner against all losses, the
Contractor is responsible for determining the type of insurance needed
and purchasing same.
Each insurance certificate and/or policy shall contain a clause
providing that it shall not be canceled by the insurance company
without fifteen (15) days written notice to the Owner of intention of
cancel. It shall be the responsibility of the Contractor to maintain
insurance as set out above. and to furnish current certificates and/or
policies.
22. PERFORMANCE. BOND AND PAYHENT BOND. The Contractor shall furnish both
a surety performance bond and a payment bond, each equal to one hundred
percent (100%) of the contract price. The performance bond and the payment
bond shall be two totally separate bonds and shall bear two different bond
numbers.
The Contractor is to pay all expense in connection with the obtaining of
said bonds. The bonds shall be conditioned that the Contractor shall
faithfully perform the contract, and shall pay all indebtedness for labor
and materials furnished or performed in the construction of such
alterations and additions as prescribed in this contract.
The surety company issuing the bonds must be a solvent company on the
"Surety Companies Annual List" issued by the U.S. Department of the
Treasury, and the bonds are not to be issued in an amount greater than the
underwriting limitations for the surety company as set out therein.
Resident Agent Required. In Arkansas, prevailing law requires that
performance and payment bonds on public works contracts shall be executed
by a resident local agent who is licensed by the Insurance Commissioner to
represent the surety company executing said bonds, and filing with such
bonds his Power of Attorney as his authority. The mere countersigning of
the bonds will not be sufficient.
B-8
•
•
The date of the bonds. and of the Power of Attorney, must not be Prior to
the date of the contract. At least six copies of the bonds shall be
furnished, each with Power of Attorney attached.
Bonds are to be approved by the Owner. If any bonds contracted for become
unsatisfactory or unacceptable to the Owner after the acceptance and
approval thereof, the Contractor, upon being notified to that effect, shall
promptly execute and furnish acceptable bonds in the amounts herein
specified. Upon presentation of acceptable bonds,. the unsatisfactory bonds
may be canceled at the discretion of the Contractor.
•
B-9
•
•
•
•
4
•
4
•
•
BID BOND
KNOW ALL PERSONS BY THESE PRESENT, that we, the undersigned,
as Principal, and
as Surety, are
hereby held and firmly bound unto
as OWNER in the penal sum of
for the payment of which, well and truly to be made, we hereby jointly and
severally bind ourselves, successors and assigns.
Signed, this day of , 19
•
The Condition of the above obligation is such that whereas the Principal
has submitted to a
certain BID, attached hereto and hereby made a part hereof to enter into a
contract in writing, for the
NOW, THEREFORE,
(a) If said BID shall be rejected, or
(b) If said BID shall be accepted and the Principal shall execute and
deliver a contract in the Form of Contract attachment hereto
(property completed in accordance with said BID) and shall
furnish a BOND for faithful performance of said contract, and for
the payment of all performing labor furnishing materials in
connection therewith, and shall in all other respects perform the
agreement created by the acceptance of such BID, then this
obligation shall be void, otherwise the same shall remain in
force and effect; it being expressly understood and agreed that
the liability of the Surety for any an all claims hereunder
shall, in no event, exceed the penal amount of this obligation as
so as herein stated.
D-1
•
•
•
•
The Surety, for value received, hereby stipulates and agrees that the
obligations of said Surety and its BOND shall in no way be impaired or
affected by any extension of the time within which the OWNER may accept
such BID; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their
hands and seals, and such of them as are corporations have caused their
corporate seals to be hereto affixed and these presents to be signed by
their proper officers, the day and year first set forth above.
(L.S.)
Principal
Surety
By:
IMPORTANT - Surety companies executing BONDS must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized
to transact business in the state where the project 1s located.
D-2
•
•
•
•
•
•
•
BID
•
WATERLINE REPLACEMENT
WOOD AVENUE
FOR THE CITY OF
FAYETTEVILLE, ARKANSAS
Proposal ofci e't.of�ce.4 oL�e7�r.�;, Snc,
(hereinafter l
called "Bidder"), a corp�,oration, organized and existing under the
laws of the State of (4.4[;,,a44- , a partnership, or
an individual doing business as
To the City of Fayetteville, Arkansas, (hereinafter called the
"Owner").
Gentlemen.
The Bidder, in compliance with your invitation for bids on the
replacement of water mains and appurtenances along Wood Avenue in
and for the City of Fayetteville, Arkansas, having examined the
plans and specifications with related documents and the site of the
proposed work, and being familiar with all of the conditions
surrounding the construction of the proposed project including the
availability of materials and labor, hereby proposes to furnish all
labor, materials, and supplies, and to construct the project in
accordance with the contract documents, within the time set forth
therein, and at the prices stated below. These prices are to cover
all expenses incurred in performing the work required under the
contract documents, of which this proposal is a part.
Bidder hereby agrees to commence work under this contract on or
before a date to be agreed upon by the Contractor and the Owner and
to fully complete the project within 60 consecutive calendar days
thereafter as stipulated in the specifications. Bidder further
agrees to pay as punitive damages, the sum of $ 300.00 for
each consecutive calendar day thereafter.
Bidder acknowledges receipt of the following addendum.
Addendum (11 (2/12/90) EINI
/.
Revised 2/12/90 E-1
•
•
•
•
•
•
•
•
•
•
•
Bidder agrees to supply all necessary materials, supplies, tools, and
equipment and provide all labor, supervision, and other services required
for the complete construction of the project as described in the
specifications and shown on the plans for the following unit prices.
The costs of miscellaneous material items not listed below that are
required for a complete job shall be included in the unit prices below and
shall not be a cause for an extra.
Item Estimated Unit, Description of Item Total
No. Quantity and Unit Price Bid Amount
1. 936 LF 16" AWWA P.V.C. C905 DR 18 P.V.0
WATER MAIN WITH 14 GA. TRACER WIRE
COMPLETE IN PLACE
alk"
4 -'"-.700 dollars ($gBMP )L.F.Sl_bfi70l08
OR
Alternate Bid 936 LF 16" AWWA C151 CL 51 D.I.
WATER MAIN WITH 8 HIL POLYWRAP
COMPLETE IN PLACE
�u.•. Hca • dollars (80)1D0 )L F.S i// Cz
2.
2070 LF 12' AWWA P.V.C. C900 DR 14 P.V.C.
WATER MAIN WITH 14 GA. TRACER WIRE
COMPLETE IN PLACE
�/. c�
07ot�T".Gy-(snt• .l- ioe dollars ($ght )L.F.S�i*f-,g/5.6D
0 OR
12" ANNA C151 CL 51 D.I.
WATER HAIN WITH 8 MIL POLYWRAP
COMPLETE IN PLACE
^-�-,9n
dollars (Sl/•9/0
Alternate Bid 2070 LF
)L.F.$iliac 33S•1•OD
3.
2.
45 LF 6" AWWA C900 DR 14 P.V.C.
WATERMAIN WITH 14 GA. TRACER
WIRE COMPLETE IN PLACE.
na 4
Alternate Bid 45 LF
dollars ($/'lig- )L.F go3•�
OR
6" AWWA C151 CL 51 D.I.
WATER MAIN WITH 8 MIL POLYWRAP
COMPLETE IN PLACE
c
J jDicr,
dollars ($/9•170 )L.F. c`/d 5e
Revised 2/12/90 E-2
•
•
• •
1
•
•
•
•
•
Item
No.
4.
Estimated
Quantity
2.70 TON
Unit, Description of Item Total
and Unit Price Bid Amount
CAST IRON MECHANICAL JOINT CLASS
250 FITTINGS WITH CONCRETE REACTION
BACKING AND 8 HIL POLYWRAP COMPLETE
IN PLACE
dollars ($',i-CC,00 )Ton49$iv40,OD
5. 1 EACH FIRE HYDRANT ASSEMBLY INCLUDING
GUARD VALVE, REACTION BACKING AND
8 MIL POLYWRAP COMPLETE IN PLACE
046.,44-SL/4&77.4 dollars ($ /13`15 C C
)EA S//325,CC
6.
A.
B.
MECHANICAL JOINT TAPPING ASSEMBLY
(HJTA) FOR DUCTILE IRON PIPE,
INSTALLED WITH TAPPING SLEEVE, VALVE,
AND BLOCKING, ALL WITH 8 HIL
POLYWRAP COMPLETE IN PLACE
2 EACH 16' X 16" MJTA
kaYref re" ., as dollars ($,r/:Oo,po )EA $/1016➢OC
1 EACH 12" S 12" HJTA WITH ADJUSTABLE VALVE BOX
)EA $y,OSC,CC
rj/t &414 t.ea::c� �'�� d,cJ dollars ($�) Pc -CI CO
C. 1 EACH
ac,caaStet 4liardollars ($h'4freCO _)EA $fC'/-C-BC
6" X 6" HJTA WITH ADJUSTABLE VALVE BOX
7.
34 EACH
3/4" WATER SERVICE, INSTALLED WITH
TAPPING SADDLE, CORP. STOP, LINE TAP
AND FITTINGS REQUIRED TO RE -CONNECT
SERVICE, COMPLETE IN PLACE
ddollars (S/h,OD )LS $ , /SC,CC
8. 680 LF 3/4" TYPE K COPPER SERVICE LINE
COMPLETE IN PLACE
dollars ($b,)LF SaO()
Revised 2/12/90
E-3
•
or
•
•
•
•
Item Estimated Unit, Description of Item Total
No. Quantity and Unit Price Bid Amount
9. 3036 TONS AHTD CLASS 7 (SB -2) CRUSHED STONE
TRENCH BACKFILL, COMPACTED,
COMPLETE IN PLACE
7
7k.- r Mc dollars (Se);cc )EA W113Uy-,CC
10. 1246 S.Y. HMAC STREET REPAIR - 4" THICK AHTD
TYPE 3 SURFACE COURSE
COMPLETE IN PLACE
�o.,E/ dollars (S0100
)EA Sg4-,9An,00
11. 2 EA 16" MECHANICAL JOINT BUTTERFLY VALVE,
AWWA C504-87 CLASS 15OB - DRESSER AWWA
450 OR APPROVED EQUIVALENT WITH ADJUSTABLE
VALVE BOX
;c-074.044.daruk 4 �iCC dollars (S2,4nn,00 )EA SyvcGc-CC
12. 1 EA 12" MECHANICAL JOINT GATE VALVE
MEULLER RESILIENT SEAT OR APPROVED
EQUAL
f
161
6? --1,c
AttJf�cbG ,nc�r -griollara ($/,15c,00 )EA $/j/Scar'
13. 400 LF 2" SCHEDULE 40 PVC ENCASEMENT PIPE
FOR ROAD SERVICE CROSSINGS BORED
AND JACKED COMPLETE IN PLACE
44 4 dollars ($G,Sc
a,K
)EA $ 1ilocr,OD
14. 10 CY ROCK EXCAVATION
dollars (Syt•D0 )CY $44Op1C0
15. 100 LF 4" SDR 35 OR CAST IRON SOIL PIPE
SANITARY SEWER SERVICE LINE REPLACEMENT
-53/41) dollars ($//,50 )LF S/i/Snc0
Revised 2/12/90 E-4
•
•
•
•
Ga /
(S�41)S80 33 )
(In Figures)
TOTAL BID $T t-er
c Q e. f . r y�
�[-+ Ka<.,:c-.�� �� a„�-4:4„e,
(Amount Written In Words)
•
The Bidder shall state the price bid in words and figures (written in ink
or typed) for each pay item, and the total bid. In case of conflict
between words and figures, the words, unless obviously incorrect, shall
govern.
Bidder understands that the Owner reserves the right to award the total
project, or to reject any or all bids and to waive any formalities in the
bidding.
Bidder agrees that this Proposal shall be good and may not be withdrawn for
a period of 30 calendar days after the scheduled closing time for receiving
bids.
Revised 2/12/90 E-5
Respectfully submitted,
Film Name
4tif. 4Ill
Address
City
C,l rata- 9-76?-Gi/7 1
State
51- 8q1
Arkansas State License Number