HomeMy WebLinkAbout87-94 RESOLUTION•
1
•
•
•
RESOLUTION NO, 87-94
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRUCTION CONTRACT IN
THE AMOUNT OF $208.395.00 PLUS A CONTINGENCY OF
$20,839.50 WITH BONDS -LONG, INC. FOR CONSTRUCTION
OF SANITARY SEWER MAIN REPLACEMENT AND
REHABILITATION, WHITE RIVER WATERSHED
MINISYSTEM 18 B/C, AND MANHOLE REHABILITATION.
BE 11' RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. The City Council hereby authorizes the Mayor and City Clerk to execute
a contruction contract in the amount of $208.395.00 plus a contingency of $20,839.50 with
Bonds -Long, Inc. for construction of sanitary sewer main replacement and rehabilitation, White
River Watershed Minisystem 18 BIC, and manhole rehabilitation. A copy of the contract and
hid tabulation are attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 2nd day of August 1994.
ATTEST:
By.
Traci Paul, City Clerk
APPROVED:
By:
Fired Hanna, Mayor
1
•
i
•
1
•
m
zz
Y,
z
rr
1
O
Z_'
O
z-1
00
T
1 r
0
W
m
m
m
0
0
z
0)
-1
C
0
-4
0
z
0
�1
W
O
N
.0 '6,3'
O co
Ca
O
g
c 8 8
•
> D D>w J o i>• > D• 'T: •p
• IJ 4 IJ _
— CC `' C 'N 0 J •C 1.▪ Cc - lc
Q
ASI P1)11 (1‘1V }!. IN"IH T1O}IMV{V :1.)VI1.I'1
t Y ! T, ,T, n ! 1 < Rf T, r:
PAR 1 IAL MANIIUI F RI PI .1(1 -MINT
to -
i
Pt
z
T
r
MANHOI F DRAGE ADJI'SI HENT
1INI"1VaS 3N3W.LSi IIUV 3(IVN!)
« « »
• 8 - 8 8 8 8 C$ J
8 8 8 8 8 8 8 8 8 8 8
a E g c^ s 8 2
❑
cm
O • I
-1
z
R
•
10b Cc —1
N•-•— CC t: tf 0 o 0
8€ c 8 § 8 c
O 8 r8 'S o- 8.8 c4 8 g 8 c 8
O• ' I
co
O I
P
o
0
tiOEL1f)N,LSNUJ H'8HH
r'
r'
8 g 'LI 8 8E 0t. 8 8 8 8 81 4 i
❑
C 1
CI
H r
» « « r 0 •
clj 8 — .nl 1 --,I
ki o
8? 8 S 8 e 1) b gi n
8 8 8 8 8 8 8 8 8 8$ 8 8:
MI'M SYS.] FM 18 B/C
tiOlIVIf1HV1 UIH
FAVY TrI'114E
TI -PF Cr. OF FAVE 9EV _LE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
wir 1, 4ti -E 0R:—Efc %I
eES. ri: -cizr
eorJix - _CnJG, irJC.
i... icy-aee}
To: Kevin Crosson, Public Wor
s Dir for
0 yy
From: David Jurgens, Water/Sewer
Date: November 7, 1994 I�
Re: Change Order # 1- Minisystem 18B/C Manhole Rehabilitation
1. Background. Several additional small-scale items of work have
been found in the course of the current manhole rehabilitation
construction contract in minisystem 18B/C. These are being found
when we vacuum test manholes after the main deficiencies are
repaired. When this occurs, we determine if further repair is
required and cost-effective. The work is the same as being done on
other manholes. The largest deficiencies are identified for
replacement in this change order, with a total cost of $8,360.00.
The work is being performed by Bonds -Long Construction, Inc.
2. Budgeting. This change order is below the $20,839.50 contingency
approved with this contract.
3. Approval. This change order is below $10,000 and the contingency
funds are approved, making the Department Director the approval
authority.
4. Staff Recommendation. The Staff recommends approval of the
change order in the amount of $8,360.
Enclosures:
Proposed Change Order
ENGE . NS:k-2:. DEP
MS' akI Gf74.v
CHANGE ORDER
OWNER: FAYCEv/cLE iArez AJJ4S
PROJECT NAME: 54i-44ySE[NE,t NA/d Rt.4ncenedr
/WO gc//A4/GiTA77eN, IVN/re ,t.YCC ('y
IVlrECS//EO , M,N/SYSTIN Ad dir
f+a,RAcr,e / M•W.4Clf 1ZEWA4IL/rApc1u
LOCATION:
F.t veravI.-c C, A.exAN.I A J
SHEET / OF 3
CHANGE
ORDER NO.
PROJECT NO. /6 -0‘2. -ti....
CONTRACTOR: aONLLI -LUNG . /NC DATE: vcrr1Bcst ZS J994
I. DESCRIPTION OF CHANGES INVOLVED:
A.
The following changes are hereby made to the Contract Documents:
***For each item, describe the change, the reason for the change,
and indicate the adjustment to the Contract Price and the
Contract Time.***
INc.Rtase PA? mem 1 AT Facts Ice taco rc tit EAc4, pda.we IIJfLc, TESTtuG
or MAnfl{oLES 0e) rim) (IQ)146P/(JEJS&S1fl)5k4,U8/S31/ ANo(.1G)S4t EKCeSSIJE
IN FI LTAATI Cn v643 Fcu.JO Au0 N o (0g -tat -We Wtr Ic RAO Seek) Rec u t /W O.
6 E ATE44G.ie Enc,µ tttLu4C•co I.SC.xCAS E
B IN uteASE Pnr ITEM I49 Ffekki &c.1 ti 8c4c0 Q✓d it A 06scleasPc.ica 1a
-me ANoJWT 514C,41J IN THE MAUNcu; gr:Al2 %Tem Rik OA ANO TUf CGaJr4nGT-
PAY Ise 14s
2 6A Arg 12.v. cc' Cern
L tMc(Lt:4SC? PAY IV(N (4 it FRam 10 EACI4 T4 IZEAci4 •
AS engi6i4iPN a
2 -On Arstcco.oc CALLA
D INc.24{ASE PAY Irivet 1A 12 l=acFM 8 v'1= T:. 12,4lc
4 Not 15 PC'c900.4510 i.Jca-vert- 'Ta CnIPA PLY IA/1fl4 TNL
ate; ) i2.0.4 iJTs Pct t•.1 t I ITe PA
4 d P AT SZE O, CJ PCNL v F
E APO A NEW PAY nem 1A 14 D&)t m (zxT7¢+1 W3Rlc_ (gec:uliAc o
on1 MANc%oLCS CM) 3o Ati o (Ia)> A TJ 6Lzr TN& pimp -t& AIJr7
C:eveg. !i) PCCI +°L( RnT TIRE HAN11CLL' OPtJIIJco YViTtA
SIJFPICitt1JT L3>?t$!4r1Cn Aao Sr.LL vattr 1146 tweis3
21G V 11QtL v\ td,r$
CAco.uo lt.k:Ac4se.
SArlt IttAS.1J
$ Lo coca 1�tcLrn5L=
nid A00iTic'JAL
s i lc t(. r t o ra
8 o o •CO I r4 C%tc hag
C20p, yea
TMTAL IJ(1WA.IC 114 c:e.ITTL&T AMnJNr 41 8360 •O a
1 Change Order
City of Fayetteville
Sanitary Sewer Improvements
SHEET 2 OF 3
CHANGE
ORDER NO.
II. CHANGE ORDER CONDITIONS:
1. Any additional work to be performed under this Change Order
shall be carried out in compliance with the Specifications
included in the preceding Description of Changes involved,
with the Supplemental Contract Drawings designated as
canu(t med,ht, No 1 , and under the provisions of the Original
Contract, including compliance with applicable Equipment
Specifications, General Specifications, and Project
Specifications for the same type of work.
2. This Change Order unless otherwise provided herein does not
relieve the Contractor from strict compliance with the
guarantee provisions of the Original Contract, particularly
with those pertaining to performance and operation of
equipment.
3. Contractor agrees there will be no additional extensions of
contract time and no additional increase in Contract Price
granted for this Change Order or any previous Change Orders.
4. The Contractor expressly agrees that he will place under
coverage of his Performance, Labor and Material, and
Maintenance Bonds and Contractor's Insurance all Work covered
by this Change Order. The Contractor will furnish to the Owner
evidence of increased coverage of his Performance, Labor and
Material, and Maintenance Bonds for the accrued value of all
Change Orders which exceeds the Original Contract Price by
twenty percent (20%).
III. ADJUSTMENTS IN CONTRACT TIME
1. Final Completion Date
of Original Contract 0 catQdvt 14t tggt
2. Net change due to all
previous Change Order U Days
3. Final Completion Date not including
this Change Order No. ( Di.cCHbeet-14 1994
4. Addition to Contract Time due
this Change Order No.
a. Avoidable Delay Extension 0 Days
b. Unavoidable Delay Extension X (<0 Days
5. Final Completion Date including
this Change Order No. ( loatmAEa- 3c) lard
11400;.2eJ 1 CAL D.t-J lk+v OLAy
2 is .1jJG Ccat-4AcT Pet 1DAv,O
JvaceeaS,
Change Order
City of Fayetteville
Sanitary Sewer Improvements
rf.
1
1
June 1994
•
. :
•
CONTRACT
DOCUMENTS
Sanitary Sewer Main
Replacement and Rehabilitation
White River Watershed
Mini System 18 B/C
Contract
Manhole Rehabilitation
City of Fayetteville
Fayetteville, Arkansas
prepared by
RJN Group, Inc.
Consulting Engineers
Dallas, Texas
in association with
McClelland Consulting Engineers, Inc.
Fayetteville, Arkansas
CONTRACT DOCUMENTS
SANITARY SEWER
MANHOLE REHABILITATION
WHITE RIVER WATERSHED
MINI SYSTEM 18 B/C
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
JUNE 1994
I hereby state that these Contract Documents ��n-?�
were prepared under my direct supervision and A��` Fk....:W%
that I am a duly Registered Professional 4.-1.e91%
S 1
.r
Engineer under the laws of the State of tuba
Arkansas. f
GOCInfit cL 5
61 'i�ri
t��E' wsTER G�.
t���%0%� �EN:
Arkansas temporary permit number 94-28, Issued May 12 for
the year 1994. Signature of Holder.
„An, 6161
Bonds -Long Inc.
Contractor
P.O. Box 747
Street Address
Clinton, AR 72031
City & State
(501) 745-8810
Telephone
CONTRACT DOCUMENTS
SANITARY SEWER MAIN
REPLACEMENT AND REHABILITATION
WHITE RIVER WATERSHED
MINI SYSTEM 18 B/C
CONTRACT I
MANHOLE REHABILITATION
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
PREPARED BY
RJN GROUP INC.
CONSULTING ENGINEERS
DALLAS, TEXAS
IN ASSOCIATION WITH
McCLELLAND CONSULTING ENGINEERS, INC.
FAYETTEVILLE, ARKANSAS
JUNE 1994
CONTRACT DOCUMENTS
FOR THE
CITY OF FAYETTEVILLE
SEWER SYSTEM IMPROVEMENTS
TABLE OF CONTENTS
TITLE
SECTION Pages
BIDDING DOCUMENTS A
INVITATION TO BID
INSTRUCTIONS TO BIDDERS*
BID
BID BOND
SUBCONTRACTORS
STATEMENT OF EXPERIENCE OF BIDDER
STATEMENT OF COMMITMENT
CONTRACTUAL DOCUMENTS 8
AGREEMENT 1-3
ARKANSAS STATUTORY PERFORMANCE 1-2
AND PAYMENT BOND
CERTIFICATE OF OWNER'S ATTORNEY 1
CONDITIONS OF THE CONTRACT
GENERAL CONDITIONS*
SUPPLEMENTARY CONDITIONS
C
C1
CONSTRUCTION FORMS D
1-89
1-3
SUBMITTAL RECORD 1
PERIODIC PAYMENT FORMS 1-5
CHANGE ORDER 1-3
CONSTRUCTION LETTER 1
CITY OF FAYETTEVILLE
INVITATION TO BID
SANITARY SEWER MANHOLE REHABILITATION
WHITE RIVER WATERSHED
MINI SYSTEM 18 B/C
RECEIPT OF BIDS
Separate sealed bids for Sanitary Sewer Main Replacement and
White River Watershed Rehabilitation, Mini System 18 B/C, 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 July 7, 1994, and immediately thereafter
or as soon thereafter as is practicable all bids received will be
publicly opened and the bid prices read aloud.
The rehabilitation work includes replacement of 199 manhole
covers and frames, replacement of approximately 244 vertical feet
of manhole frame and grade adjustments, sealing of 244 manhole
frames and grade adjustments, and replacement of 27 manholes.
Sealed envelopes or packages containing bids shall be marked or
endorsed "Sanitary Sewer Manhole Rehabilitation, White River
Watershed, Mini System 18 B/C in Fayetteville, Arkansas."
CONTRACT DOCUMENTS
Copies of the Contract Documents are on file and are available
for inspection at the offices of McClelland Consulting Engineers,
Inc. 1810 N. College Avenue, Fayetteville, Arkansas.
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.
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 $60.00 in check or
money order for each set of documents obtained. The Contract
Document fee is non-refundable.
1 Invitation to Bid
City of Fayetteville
Sanitary Sewer Improvements
BID SECURITY
Each bid shall be accompanied by a certified check or a cashier's
check or bid bond payable to the order of the City of
Fayetteville, Arkansas in an amount not less than five percent of
the bid as a guarantee that the bidder will, within ten (10) days
after the date of the award of contract, execute an agreement and
file bonds and insurance as required by the Contract Documents if
his bid is accepted.
RIGHT TO REJECT BIDS
The Owner reserves the right to reject all bids for failure to
comply with all requirements of this notice or any of the
Contract Documents; however, the Owner may waive any minor
defects or informalities at its discretion. The Owner reserves
the right to defer the acceptance of any bid and the execution of
a contract for a period not exceeding ninety (90) days after the
date of opening of bids. Extension of time beyond the ninety
(90) day period after the date of opening of bids may be made --
only by mutual agreement between the Owner, the successful bidder
and the Surety for the successful bidder.
AWARD OF CONTRACT
Unless all bids are rejected the contract award will be made to
the lowest, responsible, responsive Bidder. In determining who
is the lowest responsive, responsible bidder, the Owner will
consider all relevant factors which the Owner may consider in
determining who is the lowest responsive, responsible bidder.
Any bid may be modified or withdrawn prior to the above scheduled
time for the opening of bids. No bidder may withdraw a bid
within 90 days after the actual date of the opening thereof.
The successful bidder shall furnish a performance bond, labor and
material bond, and a maintenance bond each for one hundred (100$')"
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
r
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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
11 BID SUBMITTAL 4
N WITHDRAWAL OF BID 4
O 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
A. 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
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
Contractor, by submitting his Proposal, understands that the
Owner or Engineer cannot guarantee the amount of work, if
any, which will result from the Contract. 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 prices rather than
the total are in error. If a discrepancy exists between the
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
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
L. Desianation 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.
M. Bid Submittal
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. Qualification 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. Bid Openina
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 SewerImprovements 6
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 Agreement 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
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 Liquidated Damages
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 November 14, 1994, and
shall complete all work in accordance with the terms and
conditions of the Contract Documents no later than
December 14, 1994. 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