HomeMy WebLinkAbout133-94 RESOLUTION•
•
RESOLUTION NO. 133 — 94
A RESOI,L'1'ION AWARDING BID NO. 94-87 AND
AUTHORIZING 1'HE MAYOR AND CITY CLERK TO
EXECUTE A CONTRACT IN THE AMOUNT OF $20,180.00,
PLIJS A CONTINGENCY OF $2,500.00 TO SWEL'TSER
CONSTRUCTION FOR DRAINAGE STRUCTURE
IMPROVEMENTS AT EAST LAKESIDE DRIVE, AND
APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT
OF $22,680.00.
•
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
,Section I. That the Council hereby awards Bid No. 94-87 and authorizing the mayor
and city Berk to execute a contract in the amount of $20,180.00, plus a contingency of
S2,500.00 to Sweetser Construction for drainage structure improvements at East Lakeside Drive.
A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof.
Section 2. The Council hereby approves a budget adjustment in the amount of
$22,680.00 by decreasing Street Improvements, Acct. No. 4470 9470 5809 00, Project No.
90005 to increase Street Improvements, Acct. No. 4470 9470 5809 00, Project No. 94077. A
copy of the budget adjustment is attached hereto and made a part hereof
PASSED AND APPROVED this 7th day of December , 1994.
AflEST;
/kpp__
at . id]
By:
Traci Paul, City Clerk
APPROVED:
By:
i•
Fred Hanna. Mayor
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
1994
Department: Sales Tax Construction
Division:
Program:
Date Requested
December 6. 1994
Adjustment k
Project or Item Requested: Fundmg is requested for drainage
improvements :o Last Lakeside Drive.
Projec or ltem Deleted: None
Justification for the Increase: The project was added by the City
Council Street Committee during a February :994 meeting. The
project replace a faded retaining wall and provide for erosion
control and drainage improvements along East Lakeside Drve.
Justification of this Decrease: Savmgs from the Mill Street Extension
Project will be utilized.
Increase
Account Name Amount
Street Improvements
Account Name
Street Improvements
Account Number
Project Number
22.680 4473 9470
Amount
5809 00
Decrease
Account Number
22.680 4470 9470
5809 00
9407/
Project Number
90005
Approval Signatures
/7 — y¢
I
i --(e0 ��- `
iJ4
IFg-- I
Admi.-i. 55 ccees DS cglor
Mayo
Budget Office Use Only
Type: A BCD
Date of Approval
Posted to General Ledger
Entered in Category Log
Budget Office Copy
STAFF REVIEW FORM
_ AGENDA REQUEST
x CONTRACT REVIEW (Change order)
GRANT REVIEW
For the Fayetteville City Council meeting of N/A - Mayor's approval
FRflM •
Jim Beavers Engineering
Name Division
ACTION REQUIRED:
Mayor's approval and execution of the attached supplemental agreement no. 1
with Sweeter Construction.
Public Works
Department
mow Tn OTTY•
$1,435.00
Cost of this Request
4470-9470-5809
Account Number
94077-0020
S22,680.00 Drainage Imps.
Category/Project Budget Category/Project Name
$20.180.00
Funds Used To Date Program Name
$2.500.00 Sales Tax Consrt.
Project Number Remaining Balance *Fund
BUDGET REVIEW:
\ c&
Budge.. Coordinator
x
Budgeted Item
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
•
;.i (.4/2)Lcount �f�' M
GRANTING AGENCY:
4lC1rfL :�i_
Ac g afiager H Date
Ci_itlyy, Attorney
Purchasing Officer
ADA Coordinator
•
•
•
I 1 r T
1 ,, I.l
Date Intgrnal Auditor
Date
C/
Date
/
Date
STAFF RECOMMENDATION:
Mayor.proval and e
Di4i ion. Head
t
Cep ment
Director
Administrative
ecution of the change order and budget adjustment.
rvices Director
Mayor
Date
JY, Rl�
Date
44 /w
Date
Date
Cross Reference
New Item: Yes
Prev Ord/Res $: X33- 94
IS Dec.9`i'
Orig Contract Date:
FAYETTEVIIILE
THE CIE' OF EAYErEVILLE ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fred Hanna, Mayor
Thru: Kevin Crosson, Public Works Directo
Charles Venable, Asst. PW Dirtgctor
Don Bunn, City Engineer
From: Jim Beavers, Engineering6
Date: 30 March 95
Re: Proposed change order to the construction contract for the
East Lakeside Drainage Improvements.
•
1. Project.
The drainage and retaining wall project on East Lakeside drive
was awarded to Sweetser Construction in the estimated amount of
$20,180.00 at the December 6th Council Meeting.
The Notice to Proceed was delayed for the holidays and winter
weather until 13 Feb 95. The contractor is progressing and
should complete the project by mid-April.
2. Change order request.
The proposed change order contains two additional items of work:
(1) The existing 48 inch drainage pipe under East Lakeside Drive
is in need of spot repairs. Currently, the pipe leaks
excessively and drainage flows under the pipe. The proposed
additional work is to grout the repair areas inside the pipe.
The additional cost is $750.00.
(2) The drainage structure under construction has 8 feet of
handrail. Looking at the final structure height, I believe it is
necessary to add an additional 4 feet of handrail on each side (a
total of 8 additional feet). The additional cost of the shop
fabricated 8 feet of handrail is $685.00.
The total increase in price is $1,435.00. The contract price is
thus revised from $20,180.00 to $21,615.00.
3. Budget:
The East Lakeside Drainage project has a Council approved
contingency of $2,500.00, for a total Council approved budget of
$22,680.00.
4. Action requested.
Mayor's approval and execution of the attached change order
(supplemental agreement) no. 1.
Enc
1. Three signed original change orders.
M ii ld i'+—
Y
▪ W 1 1,
1 I I ,i
.
JEPR17 17 SWEE7'SER,'FNC.
-.11.11. co>i RA in QHsl • L[••l:Yssn • INSmom
•
P _ 11 1
• 3'M 0.1_,: a 11 11I. PAS l:I'I'I•PI7 lit .\'. 7270a. • . ' • ,
..
1'!'I .''1
I,er• 1:.} .1 1.13241011 1
:
1
5'
1
March 19, 1995 t ''
Jim Beavers, F.E. . 4-4 DD
City of Fayetteville] ;
113 W. Mountain
Fayetteville, AR 72_7{1
RE: 3ianse.order prt es for 9reina;p at
818 Rept Laces/di) Driver
7
1. Jia, it i9 cur'o:inicn that the pipe .an b1'. repaired
by removing scaled areas ani eroatin6. The pipe
will always he*e the patt_led look {inside), but
this shhcr.ld kuelp prevent ator watem frcm under-
rlinin8 the pipe a<:y fur,liyl. lie believe this can
be accomplished in 2.5 deys with' o:xq man.
i
Labor + material + overhead. + profit ; $750.00
•
2. chid two t' extensicis to Ire.I.irail. (shed') f&tticated)
to Hatch propcsed, slope: 'pentad. to meet epees.
Labor + material e o;e boai + pl.ofi: - $685.00
t I
4
.
t•
William G. Sweetscr
.
•
J
e
1
•
•
Mlah— x3- 1'3°3'i 1'• ; : P. fll
Modification of Construction Contract page 1 of 1
Project: East Lakeside Drive Drainage Improvements
Project no. 94077-0020
Supplemental Agreement No. 1
Contractor:
Jerry D. Sweetser, Inc.
590 West Poplar
Fayetteville, Arkansas 72703
Description of Modification/Scope of Work
Add to the existing construction contract, dated 15 December
1994, all work necessary for the following additional work:
(1) Repair the interior of the existing 48 inch drainage pipe
under East Lakeside Drive.
Additional cost = $750.00.
Additional time = 2.5 days.
(2) Add two - four feet sections of shop fabricated handrail.
Additional cost = $685.00.
Additional time = zero.
Total increase in price = $1,435.00.
Total increase in time = 2.5 days.
Previous contract amount = $20,180.00.
Revised contract amount = $21,615.00.
Except as specifically provided above, all terms and conditions
of the contract dated 15 December 1994 shall remain in full force
and effect.
Name and title of sinners:
Jerry D. r eetser, Inc.
�[
Fre Hanna
Mayor, City of Fayetteville
date signed
date signed
•
Modification of Construction Contract
page 1 of 1
Project: East Lakeside Drive Drainage Improvements
Project no. 94077-0020
Supplemental Agreement No.
Contractor:
2
Sweetser Construction
590 West Poplar
Fayetteville, Arkansas 72703
Description of Modification/Scope of Work
Contract amendment to reconcile the unit
the final pay estimate.
quantity increases for
Add to the existing construction contract, dated 15 December
1994, changes in the final units at the existing contract prices
for all work necessary for the following additional work:
Item
8.
9.
Fence
Hillside
10. Topsoil
11. Sod
14. Riprap
change in unit
- 40 if
- 1.34 cy
+ 80 cy
+ 200 sy
+ 46.44 sy
Original contract price
Change order no. 1
unit price
7.00
15.00
10.00
3.50
28.00
$20,180.00.
change in price
-280.00
-20.10
800.00
700.00
1,300.32
total $2,500.22
$1,435.00 (handrail "B" and RCP
interior repair)
(reconcile quantities)
Change order no. 2 $2,500.22
Final contract price $24,115.22
Except as specifically provided above, all terms and conditions
of the contract dated 15 December 1994 shall remain in full force
and effect.
Name and title of signers:
Don Bunn, P.E.
City Engineer, City of Fayetteville
date signed 9S
r
date signed 6///y/i
•
•
TO.
JOB NUMBER:
•
•
CITY OF FAYETTEVILLE
113 W MOUNTAIN
FAYETTEVILLE AR 72701
5155
:TEM COST
NUMBER CODE DESCRIPT:ON
C1 02020 CLEARING & GRUBBING
02 C2060 GRADING & EXCAVATION
03 02010 R/D CONCRETE WALLS
04 05170 48" RCP WITH CONNECTIONS
04 05170 48" RCP REPAIR TO OUTSIDE
05 06070 DRAINAGE OUTLET STR.,CTURE
06 06810 ALUMINUM GRATING
07 06832 HANDRAIL "8"
07 C6832 HANDRAIL "B" ADDITIONAL
08 02822 48" CHAIN LINK FENCE
09 02050 HILLSIDE
10 02048 TOPSOIL
11 02088 SOLID SOD
12 02210
JERRY D. SWEETSER, INC.
GENERAL CONTRACTORS - LICENSED - INSURED
590 WEST POPLAR - FAYETTEVILLE, ARKANSAS, 72703
UOM
EA
EA
EA
EA
EA
EA
EA
EA
EA
LF
CY
CY
SY
WASHED GRAVEL IN PLACE AROUND EA
STRUCTURE
13 02210 CRUSHED STONE BASE UNDER STRUC EA
TURE
14 0207' RIP RAP WITH FILTER CLOTH
15 02213 TRENCH & EXCAVATION SAFETY
TOTALS
RETAINAGE
BOND PREMIUM
PREVIOUS PAYMENTS->
AMOUNT DUE
PAGE: 1
OA'E: 05/16/95
ES':MATE PERIOD: 04/01/95 TMRU 04/30/95
PROJECT: CITY OF FAY - EAST LAKESIDE DR
C3N'RACT UNIT
QuANTITY PRICE
1.00 950.30
1.00 1,200.00
1.30 900.00
'.00 300.00
1.00 750.00
1.00 7,200.00
1.00 2,850.00
1.00
1.00
4C.00
44.00
80.03
250.00
1.30
625.00
685.00
7.00
15.00
10.00
3.50
500.00
1.00 400.00
SY 80.00 28.00
EA 1.00 400.00
SWEETS 'CONSTRUCTION
CITY OF FAYETTEVILLE
THIS ESTIMATE ---- -----TO DATE ESTIMATE ----
QUANTITY VALUE QUANTITY VALUE
1.00
450.00
15 1995
mai l6+ 1c c 4
750.00
1,575.00
2,325.00
',00 950.00
1.00 1,200.CC
1.30 90C.00
1.00 3C0.00
1.00 750.00
1.00 7,200.00
1.00 2,850.00
1.00 625.00
1.00 685.00
42.66
160.30
450.00
1.00
639.90
1,600.00
1,575.00
500.00
1.00 400.00
126.44
1.00
3,540.32
400.00
24,115.22
24115.22
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
EXHIBIT A
DETAILED SPECIFICATIONS
AND
CONTRACT DOCUMENTS
DRAINAGE IMPROVEMENTS
EAST LAKESIDE DRIVE
BID NO. 94-87
CITY OF FAYETTEVILLE, ARKANSAS
OCTOBER 1994
CITY ENGINEERING DIVISION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DETAILED SPECIFICATIONS
AND
CONTRACT DOCUMENTS
DRAINAGE IMPROVEMENTS
EAST LAKESIDE DRIVE
BID NO. 94-87
CITY OF FAYETTEVILLE, ARKANSAS
OCTOBER 1994
CITY ENGINEERING DIVISION
1
1
1
1
1
1
�1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE OF CONTENTS
Item pages
Informational site photographs 1-2
Advertisement for bids
Instructions to bidders
State Wage Determination
Bid Proposal
Contract Agreement
Performance Bond
Payment Bond
General Conditions
Supplement to the General Conditions
1
1-8
N/A
l-5
1-3
1-2
1-2
1-42
1-8
Detailed Technical Specifications
Section 100 General Project requirements :-9
Secticr. 110 Measurement and Payment 1-2
Section 20: Site preparation 1-4
Section 202 Clearing and Grubbing 1-3
Section 203 Excavation and Embankment 1-7
Section 210 Subgrade preparation 1
Section 290 Site Restoration 1-4
Section 305 Crushed Stone Base Course 1-2
Section. 40: concrete 1-13
Section 701 Excavation, Trenching and Backfilling 1-5
Section 904 R_prap 1-3
Section 906 Handrail --d
Section 1000 Aluminum Grating 1
Appendix A - OSHA Safety requirements for excavation 218-256
DRAINAGE IMPROVEMENTS EAST LAKESIDE DRIVE
Photographs shown are for general information
SHALL NOT rely on these photographs for any reasons
Contractor shall make all necessary site visits and
and required by the Contract Documents.
BID NO. 94-87
only. The Contractor
whatsoever. The
investigations as needed
page 1 cf 2
DRAINAGE IMPROVEMENTS EAST LAKESIDE DRIVE
Photographs shown are for general information
SHALL NOT rely on these photographs for any reasons
Contractor shall make all necessary site visits and
and required by the Contract Documents.
BID NO. 94-87
only. The Contractor
whatsoever. The
investigations as needed
Ora •
1i
,-4 al
s
•.$ in
1
•ci•• , L - 1. di's'i • •�•�a,`•' +1 ■ .• •;•►• i, 14
.. • ..
• ti:0.11 •• - is
T l
w A• • r 4 ice' A . A .. . .•
sE' 1aMIT• C
vAe V
Aft. iir 414
•
•
ap
A
page 2 o f 2
ADVERTISEMENT FOR BIDS
Drainage improvements
East Lakeside Drive
Bid Number 94-87
City of Fayetteville, Arkansas
Sealed bids for the construction of drainage improvements located between 818 and
734 East Lakeside Drive will be received by the City of Fayetteville, Arkansas,
at the Purchasing Office, Room 306, City Administration. Building, 113 West
Mountain Street, Fayetteville, Arkansas, 72701, until 11:30 a.m. local time on
Monday, November :4. 1994, and then at said office publicly opened and read
aloud.
The proposed Work generally consists of removing a section of failed concrete
retaining wall, construction of a concrete drainage structure (8 ft by 20
ft),rip-rap, soil fill and sod.
The Contract Documents, consisting of the Advertisement fcr Bids, Instruction. tc
Bidders, Bid Proposal, Contract, General Conditions, Supplementary Conditions,
Payment Bond, Performance Bond, Drawings, Specifications, and Addenda, may be
examined and obtained at the City of Fayetteville Engineering Office, Room 004,
City Administration. Building, 113 West Mountain, Fayetteville, AR.
Each contractor shall be responsible fcr the investigation, inspection, and
studies of the project site as deemed necessary to familiarize themselves with
all conditions encountered. Each contractor shall be responsible to read and
comply with the Instructions tc Bidders as contained in the Contract Documents.
Each bid must be accompanied by a cashier's check or surety bond in an amount of
five percent (5%) of the total whole Did. Said bond shall be issued by a
resident local agent who is licensed by the Arkansas State Insurance Commissioner
to represent the surety company executing said bonds, and filing with such bonds
his power-of-attorney. The mere countersigning of the bonds by a resident agent
shall not be sufficient. In the event the successful bidder fails, neglects,
or refuses to enter into the contract for the construction of said work and
furnish the necessary bonds in accordance with the Contract General and
Supplemental Conditions, the Owner shall retain said check cr bcnd as liquidated
damages.
Bids shall be made on the official bid sheets contained in the specifications,
and such bid sheets shall not be removed from the remainder of the Specifications
and Contract Documents.
All bids shall be sealed and the envelope addressed to the City of Fayetteville,
Purchasing Office, Room 3C6, 113 West Mountain. Street, Fayetteville, Arkansas
72701, and clearly marked on the lower :eft side of the bid envelope shall be the
following information: The Bid number, The project name/title, the date cf the
bid opening, the time of the bid opening and the bidding contractor's name and
license number.
All bidders shall be licensed under the terms of Act 150 of the 1965 Acts of the
Arkansas Legislature.
No bidder may withdraw his bid within sixty (60) days after the actual date of
the bid opening.
The City of Fayetteville reserves the right to reject any and all bids, and to
waive any formalities as deemed tc be in the best interest of the City of
Fayetteville.
INSTRUCTIONS FOR BIDDERS:
1. Defined Terms. Terms used in these Instructions to Bidders which are
defined in the Standard Genera: Conditions of the Construction contract shall
have the meanings assigned to them in the General and Supplementary
Conditions. The term "Bidder" means one who submits a Bid directly to the
Owner, as distinct from a sub -bidder who submits a bid to a Bidder. The term
"Successful Bidder" shall mean the lowest, qualified, responsible and
responsive Bidder to whom Owner (on the basis of Owner's evaluation as
hereinafter provided) makes an award. The term "Bidding Documents" includes
the Advertisement or invitation to Bid, Instructions to Bidders, the Bid
Proposal Form, and the proposed Specifications and Contract Documents
(including all Addenda issued prior to the receipt of Bids).
2. Copies cf the Biddino Documents. Complete sets of the Bidding Documents
in the number and amount, in any, stated in the Advertisement to Invitation tc
Bid may be cbtained from the Engineer upon request.
Complete sets of Bidding Documents must be used in preparing Bids; neither
the Owner nor Engineer assumes any responsibility for error or
misunderstandings resulting fror the use of incomplete sets of Bidding
Documents.
Owner and Engineer in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids on the Work and do
not confer a license or grant for any ether use.
3. Oualifications of Bidders. When included with, and made a part of the
Bid Proposal, the Bidder must submit a completed "Statement of Bidder's
Qualifications" as part of the Bid Proposal. The "Statement of Bidder's
Qualifications" is required to demonstrate qualifications to perform the Work
and will be used in evaluating all bids as a basis for award.
4. Examination of Contract Documents and Site.
4.1. It is the responsibility of eacn Bidder before submitting a Bid, to :
(a) examine the Contract Documents thoroughly,
(b) visit the site to become familiar with local and specific conditions which
may affect cost, progress, safety, performance or furnishing of the Work,
(c) consider all Local, State and Federal Regulations and Laws which tray
affect cost, progress, safety, performance or furnishing of the Work,
(d) study and carefully correlate Bidder's observations with the Contract
Documents and
(e) notify Engineer of any and all conflicts, errors or discrepancies in the
Contract Documents.
4.2 Information and data reflected in the Contract Documents with respect to
Underground Facilities at or contiguous to the site is based upon information
and data furnished to the Owner and Engineer by owners of such Underground
Facilities or ethers, and Owner nor Engineer does not assume responsibility
for the accuracy or completeness thereof unless it is expressly provided
otherwise in the Supplementary Conditions.
4.3 Provisions concerning responsibilities for the adequacy of data
furnished to prospective Bidders cn subsurface conditions, Underground
Facilities and other physical conditions, and possible changes in. the Contract
1
Documents due to differing site conditions appear in Article 4 of the General
Conditons and any associated Supplementary Conditions.
4.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make
or obtain any additional information, examinations, explorations, tests and
studies which pertain to the physical conditions of the surface and subsurface
at, or contiguous to the site or other wise which may affect cost, progress,
safety, performance or furnishing of the Work and which the Bidder deems
necessary to determine the Bid for performing and furnishing the Work in
accordance with the time, price and other terms and conditionsof the Contract
Documents.
4.5 Upon request in advance, the Ownerwill provide each Bidder access to the
site to conduct ant observations, explorations and tests as each Bidder deems
necessary for submission of a Bid. Bidder shall be required to fill in all
holes and to restore all property to its former condition.
4.6 The lands upon the Work is to be performed, rights-of-way and easements
for access thereto and other lands designated for use by the Contractor in
performing the Work are identified in the Contract Documents. All additional
lands and access thereto required for temporary facilities or storage of
materials and equipment are to be provided by the Contractor. Easements for
permanent structures or permanent changes in existing structures are to be
obtained in advance by the Owner unless specifically noted otherwise in the
Contract Documents.
4.7 The Bidder must satisfy themselves of the accuracy to the estimated
quantities in the Bid schedule by examination of the site and a review of the
drawings and specifications including any Addenda. After bids have been
submitted, the Bidder shall not assert that there was any misunderstanding
concerning the quantities of Work or the nature of Work to be performed.
4.8 The submission of a Bid will constitute an irrevocable representation by
Bidder that Bidder has complied with every provision and requirement of this
paragraph 4, that without exception the Bid is premised upon performing and
furnishing the Work required by the Contract Documents and such means,
methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing the
Work.
5. Interpretations and Addenda.
All questions about the meaning or intent of the Contract Documents are to be
directed to the Engineer. Interpretations or clarifications considered
necessary by the Engineer in response to such questions, and/or any
information deemed necessary by the Owner or Engineer, will be issued by
Addenda mailed or delivered to all parties recorded by the Engineer as having
received the Bidding Documents. Only questions answered and/or other
information furnished by formal written Addenda will be binding. The Point of
Contact for this project is Jim Beavers, P.E., 575-8206.
6. Bid security.
Each Bid must be accompanied by Bid security made payable to the Owner in an
amount od five percent (5%) of the Bidder's total maximum bid price and in the
form of a certified or bank check or a Bid Bond (on form attached, if a form
is prescribed and included) issued by a surety meeting the requirements of the
General and Supplementary Conditions.
2
The Bid security of the Successful Bidder will be retained until such Bidder
has executed the Agreement and furnished the required contract security,
whereupon the Bid security will be returned. If the Successful Bidder fails
to execute and deliver the Agreement and furnish the required contract
security within 15 days after the Notice of Award, Owner may annul the Notice
of Award and the Bid security of that Bidder will be forfeited. The Bid
security of other Bidders whom the Owner believes to have a reasonable chance
of receiving award may be retained by Owner until the earlier of the seventh
day after the Effective Date of Agreement or the 61st day after the Bid
opening, whereupon. the Bid security furnished by such Bidders will be
returned. Bid security with Bids which are not competitive will be returned
within 10 days of Bid opening.
7. Contract Time.
The number of days within which, or the dates by which, the Work is to be
substantially completed and also completed and ready for final payment (The
Contract Time) are as set forth in the Bid Proposal and Technical
Specification :00 - General Protect Requirements.
8. Liquidated Damaoes.
Provisions for liquidated damages, if any, are set forth in the Bid Proposal.
9. Substitute or "Or -equal" items.
The Contract, if awarded, will be on the basis of materials and equipment
described in the Drawings or specified in the Specifications without
consideration of possible substitute or "or -equal" iters. Substitute or "or -
equal" items of materials or equipment, unless it is specified that no
substitute will be allowed, may be furnished cr used by the Contractor if
acceptable to the Engineer. Application for acceptance for possible
substitute or "cr-equal" items will not be considered by the Engineer until
after the effective date of the Contract Agreement. The procedure fcr
submission of any such application is set forth an Article 6.7 of the General
Conditions and any associated Supplementary Conditions.
10. Subcontractors, suppliers and ctners.
The Contractor shall not assign or sublet all or any pat of this Contract
without the prior written approval of the owner and Engineer. Nor shall the
Contractor allow any subcontractor to commence work until he has provided and
obtained approval of such compensation and public liability insurance as
required by the Contract Documents. The approval of each subcontract by the
Owner will in no manner release the Contractor from any of hie obligations as
set forth in the Contract Documents including the Plans, Specifications,
Contract and Bond(s).
11. Bid Proposal Form.
11.1 All bids must be made on the required Bid Proposal form contained in the
Bidding Documents. Additional copies may be requested from the Engineer.
11.2 All blank spaces for Bid prices must be filled in, in ink or type
written, and the Bid form must be fully completed and executed when submitted.
Only one (1) copy of the Bid form is required.
3
11:3 Bide by corporations must be executed in the corporate name by the
president or vice-president (or other corporate officer accompanied by
evidence of authority to sign) and the corporate seal must be affixed and
attested by the secretary or an assistant secretary. The corporate address
and state of incorporation must be shown below the signature.
11.4 Bids by partnerships must be executed in the partnership name and signed
by a partner, whose title must appear under the signature and the official
address of the partnership must also be shown below the signature.
11.5 All names must be typed or clearly printed in ink below the signature.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the
numbers of which must be filled in on the Bid form).
11.7. The address and telephone number for communications
must be shown.
regarding the Bid
12. Submission of Bids.
Bids shall be subr..itted at the time and place indicated int eh Advertisement
or Invitation to Bid and shall be enclosed in an opaque sealed envelope,
marked in the lower left portion with the Project Title, Bid Number, Date of
the bid opening, time of the bid opening, bidding contractor's name and
license number. The Bid shall be accompanied with the Bid Security and other
required forms and documents.
If the Bid is sent through the mail or other delivery system, the sealed
envelope shall be enclosed in a separate sealed envelope wit the notation "Bid
Enclosed" on the face of the outer envelope.
THE BID PROPOSAL FORM SHALL NOT BE REMOVED FROM THE BOUND SPECIFICATIONS AND
CONTRACT DOCUMENTS.
13. Modification and Withdrawal of Bids.
Bids may be withdrawn or modified by an appropriate duly executed document (in
the manner that a Bid must be executed) and delivered to the place where Bids
are to be submitted at any prior to the opening of Bids.
•
If, within 24 hours after the opening of Bids, any Bidder files a duly signed,
written notice with Owner and promptly thereafter demonstrates to the
satisfaction of Owner that there is a material and substantial mistake in the
preparation of its Bid, that Bidder may withdraw its Bid and the Bid security
will be returned. Thereafter, that Bidder shall be disqualified from further
Bidding on the Work provided under the Contract Documents.
14. Opening of Bids.
Bids will be opened and publicly read aloud at the time and location as
specified in the advertisement of invitation for bids. A tabulation of the
amounts of the Bids will be made available to the Bidders after preparation by
the Engineer.
15. Bids to remain subject to acceptance.
4
All Bids shall remain subject to acceptance for 60 days after the day of the
Bid opening, but Owner may, at its sole discretion, release any Bid and return
the Bid security prior to that date. Additionally, if deemed necessary by the
Owner, the Owner and the apparent Successful Bidder may enter negotiations to
extend the time of acceptance beyond the 60 days, with no changes in the Bid
Proposal or Contract Documents.
16. Award of Contract.
16.1 Owner reserves the right to reject any and all Bids, to waive any and
all informalities nct involving price, time or changes to the Work, to
negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional bids.
The Owner further reserves the right to reject the Bid of any Bidder if the
Owner believes that if would nct be in the best interest cf the Project or
Owner to make award to that Bidder, whether because the Bid is not responsive
or the Bidder is unqualified or of doubtful financial ability, or of doubtful
past performance, or fails to meet any other pertinent standard or criteria
established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in the favor of the unit prices.
Discrepancies between the indicated sum of any column of figures and the
correct sum thereof will be resolved in favor of the correct sum.
16.2 In evaluating the Bids, Cwrer will consider the qualifications of
Bidders, whether or not Bids comply with the prescribed requirements, and such
alternates, unit prices, and other data, as may be requested in the Bid
Proposal Form or prior to Notice of Award.
16.3 Owner may consider the qualifications nd experience of the
subcontractors, suppliers and other persons and organizations proposed for
those portions of the Work as tc which the identity of subcontractors,
suppliers and other persons and organizations must be submitted as provided
for in the Contract Documents. Owner may also consider the operating costs,
maintenance requirements, performance data and guarantees of major items of
material and equipment proposed for incorporation in the Work when such data
is required to be submitted prier to the Nctice cf Award.
16.4 Owner may conduct such investigations as Owner deems necessary to assist
in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability if Bidders, proposed subcontractors,
suppliers and other persons and organizations to perform and furnish the Work
in accordance with the contract Cocuments to Owners satisfaction within the
prescribed time.
16.5 If the contract is to be awarded, it will be awarded to the lowest
responsive, responsible, qualified Bidder whose evaluation by Engineer
indicates to Owner that the award will be in the best interests of the Project
and Owner.
16.6 If the contract is tc be awarded, Owner will give the Successful Bidder
a Notice of Award within 60 days after the date of the Bid opening. If deemed
necessary by the Owner, the Owner and the apparent Successful Bidder may enter
negotiations to extend the time of acceptance beyond the 6C days, with no
changes in the Bid Proposal or Contract Documents.
5