HomeMy WebLinkAbout194-92 RESOLUTIONRESOLUTION NO. 194-92
A RESOLUTION AUTHORIZING THE: MAYOR AND CITY
CLERK TO EXECUTE A CONSTRUCTION CONTRACT WITH
BENSON CONSTRUCTION IN THE AMOUNT OF $1,992.164
(WHICH INCLUDES A 5% CONTINGENCY) FOR SANITARY
SEWER MAIN REPLACEMENT AND REHABILITATION IN
THE II.IJNOIS RIVER WATERSHED BASINS 10 AND 11 AND
APPROVAL OF A BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYF.TTEVILLE, ARKANSAS:
Section 1. That the City Council hereby authorizes and directs the Mayor and City
Clerk to execute a construction contract with Benson Construction in the amount of 51.992,164
(which includes a 5% contingency) for sanitary sewer main replacement and rehabilitation in the
Illinois River Watershed Basins 10 and 11. A copy of the contract authorized tor execution is
attached hereto marked Exhibit "A" and made a part hereof.
Section 2. That the City Council hereby approves a budget adjustment in the amount
of $528,895 transferring funds from Acct. No. 54000940-4999.99, Use of Fund Balance to
increase Acct. No. 5400-5700`5315.00, Sewer Main Construction. A copy of the budget
adjustment for approval is attached hereto and made a part hereof.
$SIT is= n 3. The aforementioned contract authorization is expressly contingnet upon a
favorable outcome of the appeal of Hasha v. City of Fayetteville commonly known as the sales
tax lawsuit.
PASSED AND APPROVED this 15th day of December 1992.
ATTEST:
By: 1c ...
Sherry I'. Thomas, City Clerk
ALANAAI
APPROVED:
By
Fred Hanna, Mayor
This contract was written contingent upon the
sales tax lawsuit outcome favorable. However, since
it was not, this is null and void.
Refer to contract and rescluticn 54-93 which is a
signed copy and valid.
ADJUSTMENT
CITY OF FAYETTEVILLE, ARKANSAS
IN -YEAR BUDGET ADJUSTMENT
BUDGET YEAR DEPT: R,LLt k)a'.S DATE REQUESTED INCREASE
I�q2 DIV : WArrt4 Sew.A
PROG: Steri Ha as ezeisrout441 +2• Se 9/- ACCOUNT TITLE II
PROJECT11ttOR ITEM REQUESTED:
�y�y� Sewn )44 LIANA (cis1RulLwa
QcfL1-444 .� .VVAlts eat 112 -Ave Ski -fel Sawtt MA,Q StleA_""'_I
*D ttAAere+n$m4 dd tcc,oas Riuct CWIUSIIta
g4Ce4 IL reM �+, .1t�J to ACCOUNT NUMBER PROJ. NO.
+ �: s p M,��- a �� 1
e, Welt a cee.eet,..,cle .s cJac4 Ota ,., lt. Qla.a,sre.e.uc o S40 0'.1100 • Sac$-Citl C1°0
f 2
JUSTIFICATION OF THIS INCREASE
Adl,1..6uJ woLL as ttib.,,p4.cl i.e (yiec.,(onal L jo4
44.4 otlGnutt Scepe �e.r,.fee! lea 4).41 pia
PROJECT OR ITEM DELETED:
MaaiE.
JUSTIFICATION OF THIS DECREASE
r".,ps Alt ilo" 44 Nf3 /4444 .erPa.lages 11"
Sc. -s... AWL. weak.
AMOUNT
tit,g9
DECREASE
ACCOUNT TITLE
USE oc Poo ist.Hct
ACCOUNT NUMBER PROJ. NO.
€40S- 0940- 4944-44
AMOUNT
$SZ4,49S
DATE
BUDGET OFFICE USE ONLY
REQUEST
BUDGET COORDINATOR
DEPARTMENT DIRECTOR
ADMIN. SERVICES DIRECTOR
CITY MANAGER
Entered
Posted
DATE OF APPROVAL
Type: A B C D
Date
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
September 1992
CONTRACT
. DOCUMENTS
Volume 1
Sanitary Sewer Main
Replacement and Rehabilitation
Illinois River Watershed
Basin 10 and Basin 11
City of Fayetteville
Fayetteville, Arkansas
PrePared by
RJN Environmental Associates, Inc.
Consulting Engineers
Dallas, Texas
in association with
McClelland Consulting Engineers, Inc.
Fayetteville, Arkansas
CONTRACT DOCUMENTS
SANITARY SEWER MAIN
REPLACEMENT AND REHABILITATION
ILLINOIS RIVER WATERSHED
BASIN 10 AND BASIN 11
CITY OF FAYETTEVILLE
FAYETTEV LLE, ARKANSAS
SEPTEMBER 1992
I hereby state that these Contract Documents
were prepared under my direct supervision and
that I am a duly Registered Professional
Engineer under the laws of the State of
Arkansas.
W12.-
......-•-4
Vdier
II NAP*MM..
alar
1.
Arkansas temporary perni. number _S2 -2L. Issued 9-:
for the year 1992_. S:::nature oi11-.7:r r.
1
•
•
•
•
Benson Construction Co.. Tnr.
Contractor
1081 Hwy 157 N.
Street Address
Haughton, LA 71337
City & State
318-949-9898
Telephone
VOLUME I
CONTRACT DOCUMENTS
SANITARY SEWER MAIN
REPLACEMENT AND REHABILITATION
ILLINOIS RIVER WATERSHED
BASIN 10 AND BASIN 11
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
RJN ENVIRONMENTAL ASSOCIATES, INC.
CONSULTING ENGINEERS
DALLAS, TEXAS
IN ASSOCIATION WITH
McCLELLAND CONSULT;NG ENGINEERS, INC.
FAYETTEVILLE, ARKANSAS
SEPTEMBER 1992
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SANITARY SEWER MAIN
REPLACEMENT AND REHABILITATION
ILLINOIS RIVER WATERSHED
BASIN 10 AND BASIN 11
FAYETTEVILLE, ARKANSAS
ADDENDUM 1
Release Date: October 28, 1992
Information to Bidders:
The Contract Documents for the above titled project are revised and
amended as follows:
1. Invitation to Bid; Page 1 - Bid date is changed
from 2:00 P.M., local time on Wednesday, November
4, 1992 to 2:00 P.M., local time on Wednesday,
November 11, 1992.
2. Instruction to Bidders: Page 8 - Paragraph Z.
Delete - The successful Bidder shall commence work
within ten (10) calendar days from and after the
issuance by the Owner of a written Notice to
Proceed, shall substantially complete all work in
accordance with the terms and conditions of the
Contract Document no later than March 31, 1993, and
shall complete all work in accordance with the
terms and conditions of the Contract Documents no
later than April 30, 1992.
Add - The successful Bidder shall commence work
within ten (10) calendar days from and after the
issuance by the Owner of a written Notice to
Proceed, shall substantially complete all work in
accordance with the terms and conditions of the
Contract Documents no later than April 30, 1993,
and shall complete all work in accordance with the
terms and conditions of the Contract Documents no
later than May 30, 1992.
3. Bid; Page 2, the following change:
The date of substantial completion is changed from
March 30, 1993 to April 30, 1993. The date to
fully complete the work to the point of final
acceptance is changed from April 30, 1993 to May
30, 1993.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
4. Part D, Special Conditions, Section 02-16, Page D2-
16 (13) item C.6 - add the following paragraph:
P. Temporary Pavement Repair; When
temperature or other conditions prevent
the placement of final asphalt or
concrete street pavement, the Contractor
shall complete temporary street repairs
using cold mix asphalt as specified by
the Owner. When conditions permit, final
pavement repairs shall be made in
accordance with these specifications.
5. Contract Document; Volume II, page 20;
Delete Job No. 3039.
Bidders shall acknowledge receipt of this addendum on the bid
proposal and on the outside of the sealed bid envelope.
Hugh M. Kelso
Project Manager
RJN Environmental Associates, Inc.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SANITARY SEWER MAIN
REPLACEXENT AND REHABILITATION
ILLINOIS RIVER WATERSHED
BASIN 10 AND BASIN 11
FAYETTEVILLE, ARKANSAS
ADDENDUM 2
Release Date: November 2, 1992
jnformation to Bidders:
The Contract Documents for the above titled project are revised
and amended as follows:
•
Bid; Page 23, add the following change:
Pay Item 3Q1, Approximate Quantity 80 LF
Description: Bored 24" Steel Casing Under Railroad.
Dollars & _� Cents per LF.
Unit Price $_ __ Amount $
The revised page 23 of the Bid section shall be attached to the
bid and the amount
d
luded in the
Subtotal Constructionofotshall
SanitarySewersandetheoTotal Amount
Bid.
Bidders ndum on the
proposalsandloncthewledge outsideeofipt of this the sealed bid e bid
envelope.
M gito
Hugh M. Kelso
Project Manager
RJN Environmental Associates, Inc.
1
PAY
ITEM
3P2
1
1
1
3Q1
1
1
1
L
APPROXIMATE
OUANTITY
1 LS
8O LF
1
SUBTOTAL CONSTRUCTION
1
1
1
1
1
1
1
1
1
1
DESCRIPTION OF ITEMS WITH UNIT
BID PRICES WRITTEN IN WORDS PRICE
Relocate 6" Water Main
Prospect Street
Dollars &
Cents per LS
Bored 24" Steel Casing
Under Railroad
Dollars 6
Cents per LL $
OF SANITARY SEWERS $
AMOUNT
BID
(in writing)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SANITARY SEWER MAIN
REPLACEMENT AND REHABILITATION
ILLINOIS R1VER WATERSHED
BASIN 10 AND BASIN 11
FAYETTEVILLE, ARKANSAS
ADDENDUM 3
Release Date: November 5, 1992
Information to Bidders:
The Contract Documents for the above titled project are revised
and amended as follows:
1. Invitation to Bid; Page 1 - Bid date is changed from
2:00 p.m., local time on Wednesday, November 11, 1992
to 2:00 p.m., local time on Thursday, November 12,
1992.
2. Part D. Special Conditions, Section D1-9,
Page D1-9(2), item C.2. Infiltration - Delete the
following paragraph:
Conduct infiltraton tests on sewers before acceptance
by the Owner. For sewers with a diameter less than
twenty-four (24) inches, the infiltration-exfiltration
shall not exceed two hundred (200) gallons per day per
inch of nominal diameter per mile of sewer line for any
section of the system. For sewers with a diameter
twenty-four (24) inches or greater, infiltration
-exfiltration shall not exceed six thousand (6,000)
gallons per day per mile of pipe.
Add the following paragraph:
Conduct infiltration tests on sewers before acceptance
by the Owner. For sewers with a diameter less than
twenty-four (24) inches, the infiltration-exfiltration
shall not exceed one hundred (100) gallons per day per
inch of nominal diameter per mile of sewer line for any
section of the system. For sewers with a diameter
twenty-four (24) inches or greater, infiltration-
exfiltration shall not exceed six thousand (6,000)
gallons per day per mile of pipe.
3. Part D. Special
Page D2-13 (3),
paragraph:
Conditions, Section D2-13,
item B.2.0 - Delete the following
The pipe shall be made of PVC plastic having a cell
classification of 12454 B, or 12454 C as defined in
ASTM D 1784. The resin portion of the copolymer
compounds shall contain a minimum of 90 percent vinyl
chloride and the compounding ingredients shall not
exceed 10 percent by weight. The compounding
ingredients may consist of lubricants, stabilizers, non
poly (vinyl chloride) resin modifiers, and pigment
essential for processing, property control, and
coloring. Certifiation of resin compounding shall be
provided by the pipe manufacturer prior to shipment to
the job site.
Add the following paragraph:
The pipe shall be made of PVC plastic having a cell
classification of 12454 B, as defined in ASTM D 1784.
The resin portion of the copolymer compounds shall
contain a minumum of 90 percent vinyl chloride and the
compounding ingredients shall not exceed 10 percent by
weight. The compounding ingredients may consist of
lubricants, stabilizers, non poly (vinyl chloride)
resin modifiers, and pigment essential for processing,
property control, and coloring. Certification of resin
compounding shall be provided by the pipe manufacturer
prior to shipment to the job site.
4 Section C, General Conditions, Page 87, item S, Excess
Engineering costs - Add the following paragraph:
e. The Engineer shall determine when observation of
construction activities beyond the regular eight
hour day is required.
5. Section C1, Supplementary Conditions, Page C1-3, Add
the following item:
m. The City of Fayetteville has Tort Immunity under
Arkansas Law. Nothing in these Contract Documents
shall be construed or interpreted as the City
waiving that Tort Immunity.
Bidders shall acknowledge receipt of this addendum on the bid
proposal and on the outside of the sealed bid envelope.
P2 i
Hugh M. Kelso
Project Manager
RJN Environmental Associates, Inc.
1
u 1
1
'1
1
1
1
1
1
1
1
1
1
1
1
1
TITLZ
•
•
vl yT • p -
. ... •_1
o Downers
FOR TNT .
CITY or PAYMITEVEUGS
BTR SYSTEM IMPROVEMENTS
INEWIErarla
SECTION Pvalfiv
VOLUME I
SINN DOGOM 5 R
nlpi'larIOM TO BID - 1-3
INS TO SIBS* 1-10
S IDI 1-29
sin Sown • 1-9
▪ RS 1
S ' MM CM szrzsismci OF mesa 1 •
srhismirr Cr commrisz1r 1
COMTIATBRIED DOCUMENTS .S
ANNINNINT -s
STUNT= psnronnsnez 1-s
• INO •PNRFONINWcl BOND
CNERiRICINE OF OEMs S ar ursx 1
copiTiONS OB res ocea+us
•
▪ .. OCEDIWKagi+C 1-69 •
suppLannox {XMpxTIONs . ca. 1-3
oasiinneriaN raw . D
:SWIM Mono 1
PCIOn=C PAYMENT WORMS • •• 1-5
• =OE Olga 1-3
arm 1
• bion Ms individual Table of Contests
•
•
•
• S
.1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I
i•
1
•
TflLE
•
•
�nsra o� (cant.)
•
•
u OTION Pada.
SPECIFICATIONS
DZVMON 1 - OBSERILL NNOVIRINIRTD* 03.
DIVISION 2 - SIT! 11060[* D2
RAI®OL! REHABILITATION DETAILS* ! •
FORKS P
NINE= »nIILITATION SL7rLE a
CONSTRUCT= EASflESTS AND COIWITICIl8 l<
•
n
•
•
1
1-7
•
•
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1�
CITY OF FAYETTEVILLE
;NVITATION TO BID
SANITARY SEWER MAIN REPLACEMENT
AND ILLINOIS RIVER WATERSHED REHABILITATION
BASIN 10 AND BASIN 11
FECEIPT OF BIDS
Separate sealed bids for Sanitary Sewer Main Replacement and
Illinois River Watershed Rehabilitation, Basin 10 and Basin 11 in
Fayetteville, Arkansas are invited and will be received at the
office of the Purchasing Officer located at 113 W. Mountain,
Fayetteville, Arkansas, 72701 on or before, but no later than
2:00 PM, Local Time, on Wednesday, November 4, 1992, and
immediately thereafter or as soon thereafter as is practicable
all bids received will be publicly opened and the bid prices read
aloud.
The proposed work consists of the construction of approximately
4,009 linear feet of 15 -inch through 18 -inch diameter relief
sewer, construction of approximately 9,652 linear feet of 8 -inch
diameter sewer, 95 linear feet of 10 -inch sewer, and 747 linear
feet of 12 -inch sewer, lining of approximately 2,500 linear feet
of 6 -inch and 8 -inch sewer, and rehabilitation of sanitary sewers
and manholes. The rehabilitation work includes replacement of
205 manhole covers and frames, replacement of approximately 200
vertical feet of manhole frame and grade adjustments, sealing of
210 manhole frames and grade adjustments, and sanitary sewer line
point repairs.
Sealed envelopes or packages containing bids shall be marked or
endorsed "Sanitary Sewer Main Replacement and Rehabilitation,
Illinois River Watershed, Basin 10 and Basin 11 in Fayetteville,
Arkansas.'
CONTRACT DOCUMENTS
Copies of the Contract Documents ars on file and are available
for inspection at the offices of RAIN Environmental Associates,
Inc., 530 N. College Avenue Bldg. E, and McClelland Consulting
Engineers, Inc. 1810 N. College Avenue, Fayetteville, Arkansas.
A pre-bid meeting shall be held at 113 W. Mountain, Fayetteville,
Arkansas, on October 27, at 1:30 p.m.
Said Contract Documents are by this reference incorporated into
and made a part of this Invitation to Bid and should be consulted
for full particulars.
1
Invitation to Bid
City of Fayetteville
Sanitary Sewer Improvements
Copies of the Contract Documents required for review or bidding
purposes may be obtained only from the Office of McClelland
Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville,
Arkansas, upon payment to McClelland Consulting Engineers, Inc.,
1810 N. College, Fayetteville, Arkansas, of $70.00 in check or
money order for each set of documents obtained. The Contract
Document fee is non-refundable.
BID SECURITY
Each bid shall be accompanied by a certified check or a cashier's
check or bid bond payable to the order of the City of
Fayetteville, Arkansas in an amount not less than five percent of
the bid as a guarantee that the bidder will, within ten (10) days
after the date of the award of contract, execute an agreement and
file bonds and insurance as required by the Contract Documents if
his bid is accepted.
RIGHT TO REJECT BIDS
The Owner reserves the right to reject all bids for failure to
comply with all requirements of this notice or any of the
Contract Documents; however, the Owner may waive any minor
defects or informalities at its discretion. The Owner reserves
the right to defer the acceptance of any bid and the execution of
a contract for a period not exceeding ninety (90) days after the
date of opening of bids. Extension of time beyond the ninety
(90) day period after the date of opening of bids may be made
only by mutual agreement between the Owner, the successful bidder
and the Surety for the successful bidder.
AWARD OF CONTRACT
Unless all bids are rejected the contract award will be made to
the lowest, responsible, responsive Bidder. In determining who
is the lowest responsive, responsible bidder, the Owner will
consider all relevant factors which the Owner may consider in
determining who is the lowest responsive, responsible bidder.
Any bid may be modified or withdrawn prior to the above scheduled
time for the opening of bids. No bidder may withdraw a bid
within 90 days after the actual date of the opening thereof.
The successful bidder shall furnish a performance bond, labor and
material bond, and a maintenance bond each for one hundred (100%)
percent of the Contract amount and shall file certificates with
the Owner that he has obtained and will continue to carry
Workmen's Compensation Insurance, Owner's and Engineer's
Protective Insurance, public and private liability and property
damage insurance in adequate amount and for the life of the
Contract.
Invitation to Bid
City of Fayetteville
Sanitary Sewer Improvements
2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
All questions or correspondence concerning the plans and
specifications shall be directed to the Engineer, RJR
Environmental Associates, Inc., 530 N. College Avenue Bldg. E,
Fayetteville, Arkansas 72701, phone no. (501) 444-6119.
City of Fayetteville, Arkansas
pegay Bates
Purchasing Officer
Publication: North est AR Times Oct. 15 •
19 92
Oct. 22 , 19 92
P. O. #
33721
3 Invitation to Hid
City of Fayetteville
Sanitary Sewer Improvements
All questions or correspondence concerning the plans and
specifications shall be directed to the Engineer, RJN
Environmental Associates, Inc., 530 N. College Avenue Bldg. E,
Fayetteville, Arkansas 72701, phone no. (501) 444-6119.
City of Fayetteville, Arkansas
Pecray Bates
Purchasing Officer
Publication: , 19
P. O.
, 19
Invitation to Bid
City of Fayettcv:;le
Sanitary Sewer LnprovenentS
TABLE OF CONTENTS
FOR
INSTRUCTIONS TO BIDDERS
SUBJECT PAGE
A EXAMINATION OF SITE 1
B EASEMENTS 1
C EXAMINATION OF BIDDING DOCUMENTS 1
D INTERPRETATION OF CONTRACT DOCUMENTS 1
E MATERIAL SUBSTITUTION 2
F APPROXIMATE QUANTITIES 2
G PREPARATION OF BID 2
H SIGNING OF BID 3
I BID SECURITY 3
J RETURN OF BID SECURITIES 3
K AGREEMENT, BONDS, INSURANCE 3
L DESIGNATION OF SUBCONTRACTORS 3
M BID SUBMITTAL 4
N WITHDRAWAL OF BID 4
0 QUALIFICATION OF BIDDERS 4
P DISQUALIFICATION OF BIDDERS 5
Q PENALTY FOR COLLUSION 5
R LICENSE 5
S PRECONSTRUCTION CONFERENCE 6
T BID OPENING 6
U AWARD OF CONTRACT 6
✓ EFFECTIVE DATE OF AWARD 7
W EXECUTION OF AGREEMENT 7
X FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND
INSURANCE 7
Y PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES 8
Z COMMENCEMENT AND COMPLETION OF WORK 8
AA INFORMATION NOT GUARANTEED 8
BB COVENANT AGAINST CONTINGENT FEES 9
CC GRATUITIES 9
DD SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS• . . ▪ 10
INSTRUCTIONS TO BIDDERS
Examination of Site
Before submitting his Bid, each prospective Bidder shall
familiarize himself with the Work, the site where the Work
is to be performed, local labor conditions and all laws,
regulations, and other factors affecting performance of the
Work. He shall carefully correlate his observations with
the requirements of the Contract Documents and otherwise
satisfy himself of the expense and difficulties attending
performance of the Work. The submission of a.Bid will
constitute a representation of compliance by the Bidder.
There will be no subsequent financial adjustment for lack of
familiarization.
B. Easements
Portions of the improvements under this project may involve
construction on private property for which easements have
been secured by the Owner. Work performed on, or use of
such easements, shall be subject to the provisions of the
easement agreements on file and open to inspection in the
office of the Owner.
C. Examination of Bidding Documents
Each Bidder by making his Bid represents that he has read
and understands the Bidding Documents. The Bidder shall
include in his bid prices any and all costs that may be
necessary to complete the work in accordance with the
requirements of the Contract Documents.
D. Interpretation of Contract Documents
Questions regarding documents, discrepancies, omissions, or
intent of the Specifications or drawings shall be submitted
in writing to the Owner through the Engineer, at least ten
days prior to opening of bids to provide time for issuing
and forwarding an addendum. Any interpretation of the
Contract Documents will be made only by addendum duly issued
or delivered by the Owner to each person receiving a set of
documents. The Owner will not be responsible for any other
explanations or interpretations of the Contract Documents.
1 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
1
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
E. Material Substitution
Each Bidder shall base his Bid upon the materials and
equipment as described in the Bidding Documents. The
successful Contractor will not be allowed to make any
substitutions on his own initiative, but in each instance
will be required to obtain authorization from the Owner
before installing any work in variance with requirements of
the Contract Documents.
F. Approximate Quantities
On all items on which Bids are to be received on a unit
price basis the quantities stated in the Bid will not be
used in establishing final payment due the Contractor. The
quantities stated, on which unit prices are invited, are
approximate only. Bids will be compared on the basis of
number of units stated in the Bidding Schedule. Payment on
the Contract on unit price items will be based on the actual
number of units installed in the completed work.
G. preparation of Bid
Only bids which are made out on the Bid Form included in
this document will be considered. The Bid Form must not be
separated from this document. Amounts are to be shown in
both words and figures where indicated. In case of
discrepancy between words and figures the words shall
prevail, unless it clearly appears in Owner's opinion that
the words rather than the figures are in error. If any
portion of the Bid is required to be given in unit prices
and totals and a discrepancy exists between the unit price
totals, the unit prices shall prevail, unless it clearly
appears in Owner's opinion that the unit pricesbetween the
esrat
the total are in error. If a discrepancy r
total base Bid and the true sum of the individual Bid items,
the true sum shall prevail. A Bid will be rejected if it
does not contain a price for each and every item named in
the bidding schedule. Bidders are warned against making any
erasures or alterations of any kind, and Bids which contain
omissions, erasures, conditions, alterations, or additions
not called for may be rejected. If a deficiently prepared
bid is not rejected, the Owner may demand correction of any
deficiency and award the contract to the bidder upon
satisfactory compliance with the Instructions.
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 2
H. Signing of Bid
If the Bidder is a corporation, the legal name of the
corporation shall be set forth together with the signature
of the officer or officers authorized to sign contracts on
behalf of the corporation. If Bidder is a co -partnership,
the true name of the firm shall be set forth together with
the signatures of all the partners. If Bidder is an
individual, his signature shall be inscribed. If signature
is by an agent, other than an officer of a corporation or a
member of a partnership, a power of attorney must be on file
with the Owner prior to opening Bids or submitting Bids;
otherwise, the Bid may be regarded as irregular.
I. Bid Security
1
1
1
1
1
No Bid will be considered unless accompanied by a Bid ,
security as defined in the Invitation to Bid, as a guarantee '
that if the Bid is accepted the Bidder will execute the
Agreement and file bonds and insurance as required by the
Contract Documents within 10 days from the date of the award
of the Contract. For the bid bond to be acceptable, the ,
name of the surety company issuing said bond shall be
licensed to do business in the State of Arkansas and shall
be included on the current U.S. Treasury list of acceptable '
sureties, and the amount of the bond written by any one
acceptable company shall not exceed the amount shown on the
Treasury list for that company. '
J. Return of Bid Securities
The security of the two lowest Bidders will be returned
after the execution of the agreement with the successful
Bidder and the approval of his bonds and insurance. The
security of all other Bidders will be returned promptly
after the Bids have been opened and reviewed by the Owner.
If all Bids are rejected the securities will be returned at
the time of rejection.
K. Agreement, Bonds, Insurance
The attention of Bidders is specifically directed to the
forms of agreement and bonds to be executed and types of
insurance to be taken out in the event a contract award is
made.
3 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
1
1
1
1
1
1
1
1
1
1
1
1
L. Designation of Subcontractors
Each bidder shall list on the form included in these
documents the names and addresses of all subcontractors who
will perform work or labor or render service to the Bidder
on or about the construction site in an amount in excess of
five percent of the Bidder's total base Bid. Each Bidder
shall show on the form the portion of the work to be done by
each subcontractor. The Contractor shall be required to
perform a minimum of ten (10) percent of the contract amount
with his own crews.
1 M. Did Submittal
1
1
1
1
1
1
1
1
1
1
1
1
1
1. Each Bid, properly signed, together with the Bid
security and all documents bound herewith, shall be
enclosed in a sealed envelope addressed and entitled as
specified in the Invitation to Bid and delivered to the
office designated in the Invitation to Bid.
2. Each Bidder shall submit with his Bid one copy of Volume
I of the Contract Documents with all Addendum and the
"Subcontractors" form contained in this document.
N. Withdrawal of Bid
Any Bid may be withdrawn at any time prior to the hour fixed
in the Invitation to Bid for the opening of Bids, provided
that a request in writing, executed by the Bidder, or his
duly authorized representative, for the withdrawal of such
Bid is filed with the Owner prior to the time specified for
opening of Bids. The withdrawal of a Bid will not prejudice
the right of a Bidder to file a new Bid
O. oualification of Bidders
1. It is the intention of the owner to award a Contract
only to a Bidder who furnishes satisfactory evidence
that he has the requisite experience and ability and
that he has sufficient capital, facilities, and plant to
enable him to prosecute the work successfully and
promptly, and to complete the work within the time
specified in the Contract Documents.
2. Each Bidder shall submit with his Bid the executed
Bidder's "Statement of Experience" form and "Statement
of Commitment" form contained in this document.
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 4
3. The Owner reserves the right to require the three lowest
Bidders to file proof within seven (7) calendar days of
the Bid opening of their ability to finance and execute
the project. This proof shall include, but not be
limited to, a financial statement certified by a CPA for
the last three years, a list of equipment owned by
Bidder, a backlog of jobs under contract and amounts,
and a record of successful completion of similar
projects.
4. The successful bidder shall conform to the Rules and
Regulations of Arkansas Department of Finance and
Administration concerning nonresident contractor's
notice and bond requirements.
5. The prospective bidders must meet the statutorily
prescribed requirements before Award of Contract by the
Owner.
6. In order to perform public work, the successful Bidder
shall, as applicable, hold or obtain such Contractor's
and Business Licenses as required by State statutes and
the Rules and Regulations of the Arkansas Contractor's
Licensing Board.
P. Disqualification of Bidders
More than one Bid for the same work described in this
document from an individual, firm or partnership, a
corporation or an association under the same or different
names, will not be considered. Reasonable grounds for
believing that any bidder is interested in more than one Bid
for the work contemplated will cause the rejection of all
Bids in which such Bidder is interested. If there is
reasonable grounds for believing that collusion exists among
the Bidders, the Bids of the participants in such collusion
will not be considered.
Q. Penalty for Collusion
If at any time it shall be found that the person, firm, or
corporation to whom the contract has been awarded has, in
presenting any Bid or Bids, colluded with any other party or
parties, then the Contract so awarded shall be null and
void, and the Contractor and his sureties shall be liable to
the Owner for all loss or damage which the Owner may suffer
thereby, and the Owner may advertise for new Bids for said
work.
5 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
R. License
Each Bidder shall possess state and local licenses as are
required by law, and shall furnish satisfactory proof to the
Owner upon request that the licenses are in effect during
the entire period of the Contract.
S. preconstruction Conference
A preconstruction conference shall be held after the time of
the Contract award and before the Notice to Proceed to
discuss the responsibility of each party in the project and
to clarify any questions. Representatives of the Contractor
shall be required to attend the conference.
T. Did Opening
Bids will be opened and the prices bid will be read aloud
publicly at the time and place indicated in the Invitation
to Bid. Bidders or their agents are invited to be present.
U. Award of Contract
1. The Owner shall award a contract to the Bidder whom, in
the Owner's judgement, is the lowest responsive,
responsible Bidder. The Owner reserves the right to
reject all Bids, to waive informalities, and to reject
nonconforming, nonresponsive, or conditional Bids.
2. In evaluating Bids, Owner shall consider the
qualifications of the Bidders whether or not the Bids
comply with the prescribed requirements, and
alternatives and unit prices if requested in the Bid
Form. Owner may consider the qualifications and
experience of subcontractors and other persons and
organizations (including those who are to furnish the
principal items of material or equipment), and may
reject the Bid of any Bidder who does not pass any such
evaluation to Owner's satisfaction.
3. A responsive Bidder shall be one who has responded
accurately to all requirements of these Contract
Documents and the preparation and submission of his Bid.
If any alterations, erasures or changes are made to the
printed Bid Form, the Bid shall be considered
nonresponsive.
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 6
4 The Owner reserves the right to accept and incorporate
corrections, clarifications or modifications following
bid opening when to do so would not, in the Owner's
opinion, prejudice the bidding process or create any
improper advantage to any bidder; and to waive
irregularities and informalities in any proposal
submitted or in the bidding process; provided, however,
that the waiver of any prior defect or Informality shall
not be considered a waiver of any future or similar
defects or informalities and bidders should not rely
upon, or anticipate, such waivers in submitting their
proposals.
5. If the Contract is awarded, Owner shall give the
apparent successful Bidder a Notice of Award within 90
days after date of the Bid Opening.
V. Effective Date of Award
If a Contract is awarded by the Owner, such award shall be
effective when formal notice of such award, signed by the
authorized representative of the Owner, has been delivered
to the intended awardee, by some officer or agent of the
Owner duly authorized to give such notice or received by
mail at the main business address shown on his Bid.
W. Execution of Agreement
Copies of the Agreement in the number stated in the form of
Agreement, shall be executed by the successful Bidder, and
returned, together with the required bonds and insurance,
within ten days from and after the date of the award of the
Contract. Effective date of bonds shall be the same or
later than the date of the Agreement. The Owner has ten
days from receipt of acceptable performance bonds and
Agreement (signed by the Contractor) to sign the Agreement
and return to the Contractor an executed duplicate of the
Agreement.
X. Failure to Execute A.reement and File Bonds and Insurance
Failure of a successful
file required bonds and
shall be just cause for
failure of a successful
Bidder to execute the Agreement and
insurance within the required time
the annulment of the awards. On
Bidder to execute the Agreement and
7
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
file the required bonds and insurance within the required
time, he shall forfeit his Bid security as agreed
hereinbefore. Upon annulment of an award as aforesaid, the
Owner may then award a Contract to the next lowest
responsible Bidder.
Y. Payment for Excess Costs and Liauidated Damaaes
The successful Contractor will be required to pay for excess
cost of field engineering and inspection and liquidated
damages as defined in the General Conditions of the
Contract, if extensions of time are granted by Owner because
of avoidable delays as defined in the General Conditions of
the Contract.
Z. Commencement and Completion of Work
The Notice to Proceed shall be issued within ten days of the
execution of the Agreement by the owner.
The successful Bidder shall commence work within ten
calendar days from and after the issuance by the Owner of a
written Notice to Proceed, shall substantially complete all
work in accordance with the terms and conditions of the
Contract Documents no later than March 31, 1993, and shall
complete all work in accordance with the terms and
conditions of the Contract Documents no later than
April 30, 1993. The Notice to Proceed will be issued after
receipt of acceptable insurance, bonds, and other required
items.
AA. Information Not Guaranteed
1. All information given on the Drawings or in the other
Contract Documents relating to subsurface and other
conditions, natural phenomena, existing pipes, and other
structures is from the best sources at present available
to the Owner. All such information is furnished only
for the information and convenience of bidders and is
not guaranteed.
2. It is agreed and understood that the Owner does not
warrant or guarantee that the subsurface or other
conditions, natural phenomena, existing pipes or other
structures encountered during construction will be the
same as those indicated on the Drawings or in the other
Contract Documents.
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 8
3 It is agreed further and understood that no bidders or
contractor shall use or be entitled to use any of the
information made available to him or obtained in any
examination made by him in any manner as a basis of or
ground for any claim or demand against the Owner or the
Engineer, arising from or by reason of any variance
which may exist .between the information made available
and the actual subsurface or other conditions, natural
phenomena, existing pipes or other structures actually
encountered during the construction work, except as may
otherwise be expressly provided for in the Contract
Documents.
BB. Covenant Against Contingent Fees
The contractor warrants that no person or selling agency has
been employed or retained to solicit or secure this contract
upon an agreement or understanding for a commission,
percentage, brokerage, or contingent fee. For breach or
violation of this warranty the owner shall have the right to
annul this contract without liability or in its discretion
to deduct from the contract price or consideration, or
otherwise recover, the full amount of such commission,
percentage, brokerage, or contingent fee.
CC. Gratuities
1. The owner may, by written notice to the contractor,
terminate the right of the contractor to proceed under
this contract if it is found, after notice and hearing,
by the owner that gratuities (in the form of
entertainment, gifts, or otherwise) were offered or
given by the contractor or any agent or representative
of contractor, to any official or employee of the Owner
with a view toward securing a contract or securing
favorable treatment with respect to the awarding or
amending, or the making of any determinations with
respect to the performance of this contract: Provided,
that if the existence of the facts upon which the Owner
makes such findings are in issue, they may be reviewed
in proceedings pursuant to Article 30 (Arbitration) of
the General Conditions of this contract.
2 In the event this contract is terminated as provided in
the paragraph (1) above, the owner shall be entitled:
a) to pursue the same remedies against the contractor
as it could pursue in the event of a breach of the
contract by the contractor, and
9
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
1
1
1
1
1
1
1
1
1T
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
b) as a penalty in addition to any other damages to
which it may be entitled by law, to exemplary
damages in an amount (as determined by the Owner)
which shall be not less than three nor more than
ten times the costs incurred by the contractor of
providing any such gratuities to any such officer
or employee.
3. The rights and remedies of the owner provided in this
clause shall not be exclusive and are in additions to
any rights and remedies provided by law or under this
contract.
DD. Subcontracts Under Construction Contracts
The award or execution of all subcontracts by a prime
contractor and the procurement and negotiation procedures
used by such prime contractor in awarding or executing such
subcontracts shall comply with:
1. All provisions of State and local law;
2. All provisions of these General Conditions with respect
to fraud and other unlawful or corrupt practices; and
3. All provisions of these General Conditions with respect
to access to facilities and records and audit of
records.
END OF INSTRUCTIONS TO BIDDERS SECTION
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 10
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Name of Bidder
Business Address
Date
CITY CF FAYETTEVILLE, AR
BID
SANITARY SEWER MAIN REPLACEMENT
AND REHABILITATION
ILLINOIS RIVER WATERSHED
BASIN 10 AND BASIN 11
3enson Construction Co.. Inc.
1081 Hwy 157 N
Haughton. LA 71Q37
November 12. 1922
To: The City of Fayetteville, AR
The undersigned, as Bidder, declares that the only person or
parties interested in this Bid as principals are those named
herein; that this Bid is made without collusion with any person,
firm or corporation; that he has carefully examined the location
of the proposed work, the proposed forms of Agreement and Bonds,
and the Contract Drawings and Specifications for the above
designated work, all other documents referred to or mentioned in
the Contract Documents, the Contract Drawings and Specifications,
including Addenda Nos., and issued thereto; and
he proposes and agrees if this—Si, d is accepted that he will
contract with the City of Fayetteville, AR, in the form of the
copy of the Agreement included in these Contract Documents. to
provide all necessary machinery, tools, apparatus, and other
means of construction, including utility and transportation
services necessary to do all the work and furnish all materials
and equipment specified or referred to in the Contract Documents,
in the manner and time therein prescribed and according to the
requirements of the City of Fayetteville, AR as therein set forth
to furnish the Contractor's Bonds and Insurance, and to do all
other things required of the Contractor by the Contract
Documents, and that he will take in full payment therefor the
sums set forth in the following Bid Schedule.
I. DID SCHEDULE
Bidder agrees to perform all the work described in the Contract
Document for the following unit prices.
Note: Bids shall include sales tax and all other
applicable taxes.
1 Bid
City of Fayetteville
Sanitary Sewer I^rrovements