HomeMy WebLinkAbout133-98 RESOLUTIONRESOLUTION NO j33-g.g
A RESOLUTION AWARDING BID NO. 98-67 TO J & L
CONSTRUCTION, INC. IN THE AMOUNT OF $368,500, PLUS
A CONTINGENCY AMOUNT OF $40,000, FOR THE WATER
SYSTEM IMPROVEMENTS, PHASE II (HIGHWAY 45 EAST
AREA), SECTION II• GULLY ROAD PUMP STATION; AND
APPROVAL OF A BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Rection 1 The City Council hereby awards Bid No. 98-67 to J & L Construction, Inc.,
in the amount of $368,500, plus a contingency amount of $40,000, for Water System Improvements,
Phase II (Highway 45 East area), Section II• Gulley Road Pump Station; and authorizes the Mayor
and City Clerk to execute a contract for said amount. A copy of the contract is attached hereto
marked Exhibit "A" and made a part hereof.
Section 7 The City Council hereby approves a budget adjustment in the amount of
'$350,000 increasing Capital Water Mains, Acct. No. 5400 5600 5808 00, Project No. 20 by
decreasing use of Fund Balance, Acct. No. 540 0940 4999 99. A copy of the budget adjustment is
attached marked Exhibit "B" and made a part hereof.
PASSED AND APPROVED this day of October , 1998.
ti V APPROVED•
r
. By:
t•<'
ir„
n.
. ....
,
•Je;,,LI❑
By -
Heather Woodruff, City Clerk
Fred Hanna, Mayor
d‘Its
City of Fayetteville, Arkansas
Budget Adjustment Form
•
Budget Year
1998
Department: Public Works
Division: Water & Sewer
Program: Capital Water Mains
Date Requested
09/21/98
Adjustment #
Project or Item Requested:
Additional funding is requested for the HWY 45 East Pump
Station & Elevated Tank Project, project # 98044.
Project or Item Deleted:
None. Use of fund balance is proposed for this adjustment.
Justification of this Increase:
Additional funding is needed to fully fund the construction of
project.
Justification of this Decrease:
The City has increased water sales due to dry conditions during
the summer sufficient to fund this request.
Account Name -
71.1 lt-PV
Capital Water Mains
' ` `Account Name
U e f(Fun alanc 4
tJse,of,.Fund aalance=�
Increase Expense (Decrease Revenue)
Amount Account Number
350,000
5400
5600
5808 00
ski Decrease Expense (Increase Revenue)
• . 3
4, 7.;:i Amount Account Number
.it350,000 °'5400 bQ940 J4 4999 99,.. a. L.,:
1. ; . , is ZJt t*..
Project Number
98044 20
Project Number
'Approval Signatures" -
�a.
`;i'.$ t t t
Budget Office Use Only
Department Director ,
AdMin. Services Di
ci.t. /-
- }krr
Mayor
.,;Date
7-2-1
Date
7z 98
Date
4 a -4-4-4r
Date
Blue Copy:'Budget & Research / Yellew Copy: Requester
Type: A B C
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
E
CMPPt98B UDtBAAD.NJWY45W. WK4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
133 -gr
"-/4
fr
CONTRACT
OWNER
SPECIFICATIONS AND CONTRACT DOCUMENTS
WATER SYSTEM IMPROVEMENTS
Phase II - Highway 45 East Area
Contract Section 11
Gulley Road Pump
Station
For the City of
FAYETTEVILLE, ARKANSAS
Plans No. Fy-268
February, 1998
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
Fayetteville, Arkansas
01 998 McGoodwnn, Williams and Yates
ADDENDUM NO.2
WATER SYSTEM IMPROVEMENTS
Phase II— Highway 45 East Area
Contract Section 11
Gulley Road Pump Station
For the City of
Fayetteville, Arkansas
Plans No. Fy-268
Dated February 1998
The Specifications and Contract Documents for the above project are hereby changed
or clarified in the following particulars:
SPECIFICATIONS
Section 11106 — Centrifugal Pumps
Page 11106.1, paragraph B.1, add Patterson Pump Company to the list of
approved suppliers, also change one of the pump operating points from 750 gpm
at 80 feet to 640 gpm at 80 feet.
Section 16050 — Electrical Materials and Methods
Page 16050-1, paragraph B, There is no requirement for either PVC Conduit or
PVC -Coated Rigid Conduit on this project. All conduit used on this project shall
be Galvanized Rigid Conduit as shown on the Plans
PLANS
Sheet No. E-1 — Electncal and Controls
Change motor M1, M2, and M3 on the LIST OF MOTORS from 20 horsepower to
30 horsepower Also change the CURRENT values from 27.0 amperes to
40.0 amperes.
Add a'h inch GRC conduit with 6412 wires from the automatic transfer switch
cabinet to the RTU cabinet location on the LIGHTING AND POWER PLAN
Change the 2412 wires in the 11/2 inch conduit running between the direct burial
cable termination box to the RTU location to 3-1 pair shielded instrumentation
cables. All instrumentation cable that is called out on the Plans shall be #18
1 -pair individually shielded cable.
Change Motor No. 1, No. 2, and No. 3 on the BOOSTER PUMP STATION
ONELINE DIAGRAM from 20 horsepower to 30 horsepower. Change the wire
running from the starter to the motor on each pump to 3-#3 with 148 ground.
The switch shown on the Plans next to the roll -up door is a limit switch to indicate
intrusion through this door. Furnish and install % inch GRC with 2412 wires
from this switch to the man -door switch and key bypass switch that are shown on
the Plans.
Furnish and install one ground fault interrupter type outlet between the lighting
panel transformer and the lighting panel inside the electrical room. Receptacle
Circuit No. 8 that is shown in the lighting panel shall power this outlet.
The electrical outlet shown in the pump room on the South wall shall be changed
to a feed through type ground fault interrupter and shall be wired to protect all of
the outlets on Circuit No. 2 of the lighting panel.
Delete the note on the LIGHTING AND POWER PLAN that refers to a hoist
power cable reel. The chain hoist does not require power.
GENERAL
Acknowledge receipt of this Addendum by returning the attached acknowledgment form
by facsimile transmission to the Engineer at (501) 443-4340. Also acknowledge receipt
of the Addendum in the space provided on page 5-1 of the Bid.
August 28,1998
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
Phone (501) 443-3404
FAX (501) 443-4340
ADDENDUM N0.1
WATER SYSTEM IMPROVEMENTS
Phase II — Highway 45 East Area
Contract Section II
Gulley Road Pump Station
For the City of
Fayetteville, Arkansas
Plans No. Fy-268
Dated February 1998
The Specifications and Contract Documents for the above project are hereby changed
or clarified in the following particulars:
SPECIFICATIONS
Section 09900 — Painting/Buildings and Structures
Page 09900-1, paragraph B.2.a, add the following paragraph:
CMU/Concrete Block — Exterior. All new CMU/block walls shall receive one coat
of Carboline ("Sanitile") Flexxide Masonry Block Filler and two coats of Flexxide
HB (single -component waterborne vinyl acrylic).
PLANS
Sheets Al Detail 7 — Canopy Overhang; and Sheet A2 Detail 1 Overhang Detail.
The soffit material is to be prefinished metal soffit panels as specified.
GENERAL
It is the intent that the pump base shall be grouted into place using non -shrink grout as
specified in Section 03310 of the Specifications.
Acknowledge receipt of this Addendum by returning the attached acknowledgment form
by facsimile transmission to the Engineer at (501)443-4340. Also acknowledge receipt
of the Addendum in the space provided on page 5-1 of the Bid
August 27,1998
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
Phone (501) 443-3404
FAX (501) 443-4340
SPECIFICATIONS AND CONTRACT DOCUMENTS
WATER SYSTEM IMPROVEMENTS
Phase II - Highway 45 East Area
Contract Section 11
Gulley Road Pump
Station
For the City of
FAYETTEVILLE, ARKANSAS
Plans No. Fy-268
February, 1998
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
Fayetteville, Arkansas
01998 McGoodwin, Williams and Yates
1
1
1
�1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE OF CONTENTS
1 ADVERTISEMENT FOR BIDS
2 INSTRUCTIONS TO BIDDERS
4 ARKANSAS DEPARTMENT OF LABOR
WAGE DETERMINATION
5 BID
6 AGREEMENT
7 PERFORMANCE BOND AND PAYMENT BOND
8 GENERAL CONDITIONS
SC SUPPLEMENTARY CONDITIONS
DIVISION 1 - GENERAL REQUIREMENTS
01000 PROJECT REQUIREMENTS
01025 METHODS OF MEASUREMENT AND PAYMENT
01301 SCHEDULES
01312 SEQUENCE OF THE WORK
01335 SUBMITTALS
01660 TESTING
01800 OPERATION AND MAINTENANCE MANUALS
DIVISION 2 - SITEWORK
02100 SITE PREPARATION
02460 HOT -MIXED ASPHALT PAVING
02461 AGGREGATE BASE COURSE, CLASS 7
02640 BOOSTER PUMP STATION PROCESS PIPING, FITTINGS,
VALVES & APPURTENANCES
02643 FLUSHING, HYDROSTATIC TESTING, DISINFECTION
AND DYNAMIC TESTING OF WATER LINES
02831 CHAIN LINK FENCE
02835 CEDAR -CLAD FARM TYPE GATE
02930 CLEANUP AND SOLID SODDING
DIVISION 3 - CONCRETE
03200 REINFORCING STEEL
03300 CAST -IN-PLACE CONCRETE
03310 APPURTENANT CONCRETE MATERIALS, JOINT FILLERS,
WATERSTOPS, AND MISCELLANEOUS METALS
DIVISION 4 - MASONRY
04232
DIVISION 5 - METALS
05120
05300
05420
BUILDINGS/MASONRY
STRUCTURAL STEEL
METAL DECKING
METAL SIDING
DIVISION 6 - WOOD AND PLASTICS
06100 MISCELLANEOUS CARPENTRY
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07211 FOAMED -IN-PLACE INSULATION
07412 STANDING SEAM METAL ROOF
DIVISION 8 - DOORS AND WINDOWS
08110
08331
08710
DIVISION 9 - FINISHES
METAL DOORS AND FRAMES
ROLLING SERVICE DOORS
DOOR HARDWARE
09800 PAINTING/EQUIPMENT, PIPING, VALVES AND FITTINGS
09900 PAINTING/BUILDINGS AND STRUCTURES
DIVISION 10 NOT USED
DIVISION 11 - EQUIPMENT
11106 HORIZONTAL SPLIT CASE CENTRIFUGAL PUMPS
11398 MISCELLANEOUS ITEMS AND EQUIPMENT
11
DIVISIONS 12 THROUGH 14 NOT USED
1
DIVISION 15 - MECHANICAL
1 15400 BUILDING PLUMBING
15500 MECHANICAL HVAC
1 DIVISION 16 - ELECTRICAL
1
1
1
1
1
1
1
16000 BASIC ELECTRICAL REQUIREMENTS
16050 ELECTRICAL MATERIALS AND METHODS
16120 WIRE AND CABLES
16140 WIRING DEVICES
16195 ELECTRICAL IDENTIFICATION
16411 POWER FACTOR CAPACITORS
16421 SERVICE ENTRANCE BREAKER
16470 CIRCUIT BREAKER PANELBOARDS
16480 COMBINATION MOTOR STARTERS
16481 CONTROL RELAYS
16515 LIGHTING FIXTURES
16620 STANDBY POWER GENERATOR AND AUTOMATIC
TRANSFER SWITCH
16950 INSTRUMENTATION AND CONTROL
16995 MISCELLANEOUS ELECTRICAL
iii
ADVERTISEMENT FOR BIDS
Notice is hereby given that, pursuant to an order of the City Council of the City of
Fayetteville, Arkansas, sealed bids will be received at the Purchasing Office, City Hall,
113 West Mountain Street, Fayetteville, Arkansas, until 1.45 p.m. on Tuesday,
September 1, 1998, for furnishing all tools, materials and labor and performing the
necessary work for construction of Water System Improvements; Phase II - Highway
45 East Area; Contract Section II Gulley Road Pump Station [City of Fayetteville Bid
No. 98-67]. At this time the bids received will be publicly opened and read aloud in
Room 326 of City Hall. The work generally consists of:
The construction of a potable water booster pump station, which includes
three 20 Hp horizontal split -case pumps, all valves, pump control valves,
meters, piping, instrumentation and control, electrical, sitework, paving,
fencing, cleanup and seeding, and the construction of a masonry building
to house the pumping equipment, and all other necessary appurtenances
for a complete and operational facility
Plans and specifications are on file and may be examined at the office of the Public
Works Department, City of Fayetteville, and in the office of McGoodwin, Williams and
Yates, Inc , Consulting Engineers, 909 Rolling Hills Drive, Fayetteville, Arkansas 72703
Copies of these documents may be obtained from the office of said engineers upon
request, and upon the payment of $50.00 for plans and $50.00 for specifications, a total
of $100.00, which is not refundable.
The contractors shall make such inspection and studies of the site of the work as to
familiarize themselves with all conditions to be encountered.
Each bid must be accompanied by an acceptable statement of bidder's qualifications.
The requirements of the bidder's statement of qualifications will be furnished to
prospective bidders with plans and specifications.
Each bid must be accompanied by an acceptable form of bid guaranty in the amount
equal to at least five percent of the whole bid, and such bid bond or cashier's check shall
be subject to the conditions provided in the Instructions to Bidders.
Bids must be made upon 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 envelopes addressed to the City of
Fayetteville, Purchasing Office, City Hall, 113 West Mountain Street, Fayetteville,
Arkansas 72701. All bids shall be plainly marked on the outside of the envelope
specifying that it is a bid for Water System Improvements; Phase II - Highway 45 East
Area; Contract Section II: Gulley Road Pump Station [City of Fayetteville Bid No. 98-67],
the time for opening of bids, and the name and current contractor's license number of
the bidder.
All bidders must be licensed under the terms of Act 150, Arkansas Acts of 1965, as
amended.
1-1
Attention is called to the fact that the minimum prevailing wage rates for each craft or
type of worker and the prevailing wage rate for overtime work as determined by the
Arkansas Department of Labor shall be paid.
The City Council reserves the right to reject any and all bids and to waive any
informalities in the proposal deemed to be in the best interests of the City. The City
Council further reserves the right to withhold the awarding of the contract for a period not
to exceed 60 days after the receipt of bids
Dated this Stn day of
August
1-2
1998.
/s/ Peggy Vice
Peggy Vice, Purchasing Officer
Instructions
to Bidders
INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS. Terms used in these Instructions to Bidders which are defined
in the Standard General Conditions of the Construction Contract (No. 1910-8)
(1990 Edition) have the meanings assigned to them in the General Conditions. Certain
additional terms used in these Instructions to Bidders have the meanings indicated below
which are applicable to both the singular and plural thereof.
1.1 "Bidder" means one who submits a Bid directly to Owner, as distinct from a sub -
bidder, who submits a bid to a Bidder.
1.2 "Issuing Office" means the office from which the Bidding Documents are to be
issued and where the bidding procedures are to be administered
1.3 "Successful Bidder" means the lowest, responsible and responsive Bidder to
whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an
award.
1.4 "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions
to Bidders, the Bid Form, and the proposed Specifications and Contract Documents
(including all Addenda issued prior to receipt of Bids).
2. COPIES OF BIDDING DOCUMENTS
2.1 Complete sets of the Bidding Documents in the number and for the amount, if any,
stated in the Advertisement or Invitation to Bld may be obtained from the Engineer upon
request.
2.2 Complete sets of Bidding Documents must be used in preparing Bids; neither
Owner nor Engineer assume any responsibility for errors or misinterpretations resulting
from the use of incomplete sets of Bidding Documents.
2 3 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 other use.
3. QUALIFICATIONS OF BIDDERS. To demonstrate qualifications to perform the
Work, each Bidder must submit with his Bid detailed written evidence such as financial
data, previous experience, present commitments, and other such data as may be called
for below (or in the Supplementary Instructions). Each Bid must contain evidence of
Bidder's qualification to do business in the state where the Project is located or covenant
to obtain such qualification prior to award of the contract.
2-1
Instructions
to Bidders
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and. comprehensive.
This statement must be notarized If necessary, questions may be answered on
separate attached sheets. The Bidder may submit any additional information he desires.
1) Name of Bidder.
2) Permanent main office address.
3) When organized.
4) If a corporation, where incorporated.
5) How many years have you been engaged in the contracting business under your
present firm or trade name?.
Contracts on hand. (Schedule these, showing amount of each contract and the
appropriate anticipated dates of completion.)
7) General character of work performed by your company.
8) Have you ever failed to complete any work awarded to you?
9) Have you ever defaulted on a contract? If so, where and why?
10) List the more important projects recently completed by your company, stating the
approximate cost for each, and the month and year completed.
11) List your major equipment available for this contract.
12) Experience in construction similar in size to this project, along with project owners
and engineers:
13) Background and experience of the principal members of your organization,
including the officers.
14) Credit available: $
15) Give bank reference: 1
16) Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the Owner?
Dated at this day
of ,19
2-2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Name of Organization:
State of
County of
Instructions
to Bidders
By
Title
being duly sworn deposes and says
that he (she) is the of
Contractor(s), and that
answers to the foregoing questions and all statements therein contained are true and
correct.
Subscribed and sworn before me this day of
19
Notary Public
My commission expires
(Seal)
4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1 It is the responsibility of each Bidder before submitting a Bid:
4.1.1 to examine thoroughly the Contract Documents and other related data identified
in the Bidding Documents (including "technical data" referred to below),
4.1.2 to visit the site to become familiar with and satisfy Bidder as to the general, local
and site conditions that may affect cost, progress, performance or furnishing of the Work,
4.1.3 to consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work;
4.1.4 to study and carefully correlate Bidder's knowledge and observations with the
Contract Documents and such other related data;
4.1.5 to promptly notify Engineer of all conflicts, errors, ambiguities or discrepancies
which Bidder has discovered in or between the Contract Documents and such other
related documents.
2-3
Instructions
to Bidders
4.2 Reference is made to the Supplementary Conditions for identification of:
4.2.1 those reports of explorations and tests of subsurface conditions at or contiguous
to the site which have been utilized by Engineer in preparation of the Contract
Documents: Bidder may rely upon the general accuracy of the "technical data"
contained in such reports but not upon other data, interpretations, opinions or information
contained in such reports or otherwise relating to the subsurface conditions at the site,
nor upon the completeness thereof for the purposes of bidding or construction.
4.2.2 those drawings of physical conditions in or relating to existing surface and
subsurface conditions (except Underground Facilities) which are at or contiguous to the
site which have been utilized by Engineer in preparation of the Contract Documents.
Bidder may rely upon the general accuracy of the "technical data" contained in such
drawings but not upon other data, interpretations, opinions or information. shown or
indicated in such drawings or otherwise relating to such structures, nor upon the
completeness thereof for the purposes of bidding or construction.
Copies of such reports and drawings will be made available by Owner to any Bidder on
request. Those reports and drawings are not part of the Contract Documents, but the
"technical data" contained therein upon which Bidder is entitled to rely as provided in
paragraph 4.2 of the General Conditions has been identified and established in
paragraph SC -4.2 of the Supplementary Conditions. Bidder is responsible for any
interpretation or conclusion drawn from any "technical data" or any such data,
interpretations, opinions or information.
4.3 Information and data shown or indicated in the Contract Documents with respect
to Underground Facilities at or contiguous to the site is based upon information and data
furnished to Owner and Engineer by owners of such Underground Facilities or others,
and Owner and Engineer do not assume responsibility for the accuracy or completeness
thereof unless it is expressly provided otherwise in the Supplementary Conditions.;
4.4 Provisions concerning responsibilities for the adequacy of data furnished to
prospective Bidders with respect to subsurface conditions, other physical conditions and
Underground Facilities, and possible changes in the Contract Documents due to differing
or unanticipated conditions appear in paragraphs 4.2 and 4.3 of the General Conditions.
4.5 Before submitting a Bid, each Bidder will, at Bidder's own expense, be responsible
to obtain such additional or supplementary examinations, investigations, explorations,
tests, studies and data concerning conditions (surface, subsurface and Underground
Facilities) at or contiguous to the site or otherwise, which may affect cost, progress,
performance or furnishing of the Work or which relate to any aspect of the means,
methods, techniques, sequences or procedures of construction to be employed by Bidder
and safety precautions and programs incident thereto or which Bidder deems necessary
to determine its Bid for performing and furnishing the Work in accordance with the time,
price and other terms and conditions of the Contract Documents.
•
4.6 On request in advance, Owner will provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each Bidder
2-4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Instructions
to Bidders
deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and
restore the site to its former condition upon completion of such explorations,
investigations, tests and studies.
4.7 Reference is made to the Supplementary Conditions for the identification of the
general nature of work that is to be performed at the site by Owner or others (such as
utilities and other prime contractors) that relates to the work for which a Bid is to be
submitted. On request, Owner will provide to each Bidder for examination access to or
copies of Contract Documents (other than portions thereof related to price) for such work.
4.8 The submission of a Bid will constitute an incontrovertible representation by Bidder
that Bidder has complied with every requirement of this Article 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 or expressly required by the Contract Documents, the
Bidder has given Engineer written notice of all conflicts, errors, ambiguities and
discrepancies that Bidder has discovered in the Contract Documents and the written
resolutions thereof by Engineer is acceptable to Bidder, and that the Contract Documents
are generally sufficient to indicate and convey understanding of all terms and conditions
for performing and furnishing the Work.
4.9 The provisions of 4.1 through 4.8, inclusive, do not apply to Asbestos,
Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material
covered by paragraph 4.5 of the General Conditions.
5. AVAILABILITY OF LANDS FOR WORK. ETC. The lands upon which the Work
is to be performed, rights-of-way and easements for access thereto and other lands
designated for use by Contractor in performing the Work are identified in the Contract
Documents. All additional lands and access thereto required for temporary construction
facilities, construction equipment or storage of materials and equipment to be
incorporated in the Work are to be obtained and paid for by Contractor. Easements for
permanent structures or permanent changes in existing facilities are to be obtained and
paid for by Owner unless otherwise provided in the Contract Documents.
6. INTERPRETATIONS AND ADDENDA
6.1 All questions about the meaning or intent of the Bidding Documents are to be
directed to Engineer. Interpretations or clarifications considered necessary by Engineer
in response to such questions will be issued by Addenda mailed or delivered to all parties
recorded by Engineer as having received the Bidding Documents. Questions received
less than ten days prior to the date for opening of Bids may not be answered. Only
questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect
6.2 Addenda may also be issued to modify the Bidding Documents as deemed
advisable by Owner or Engineer.
2-5
Instructions
to Bidders
BID SECURITY
7.1 Each Bid must be accompanied by Bid security made payable to Owner in an
amount of five percent of the Bidder's 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) issued by a
surety meeting the requirements of paragraph 5.1 of the General Conditions.
7.2 The Bid security of the Successful Bidder will be retained until such Bidder has
executed the Agreement, furnished the required contract security and met the other
conditions of the Notice of Award, 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 Owner believes to have a reasonable chance of receiving the award may
be retained by Owner until the earlierof the seventh day after the Effective Date of the
Agreement or the 61st day after the Bid opening, whereupon Bid security furnished by
such Bidders will be returned. Bid security with Bids which are not competitive will be
returned within seven days after the Bid opening.
8. CONTRACT TIMES. The numbers 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 term "Contract Times" is defined in paragraph 1.12 of the General Conditions) are
set forth in the Agreement (or incorporated therein by reference to the attached Bid
Form).
9. LIQUIDATED DAMAGES. Provisions for liquidated damages, if any, are set forth
in the Agreement.
10. 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" items.
Whenever it is indicated in the Drawings or specified in the Specifications that a
substitute or "or -equal" item of: materials or equipment may be furnished or used by
Contractor if acceptable to Engineer, application for such acceptance will not be
considered by Engineer until after the Effective Date of the Agreement. The procedure
for submission of any such application by Contractor and consideration by Engineer is
set forth in paragraphs 6.7.1, 6.7.2 and 6.7.3 of the General Conditions and may be
supplemented in the General Requirements.
11. SUBCONTRACTORS, SUPPLIERS AND OTHERS. The Contractor shall not
assign or sublet all or any part of this Contract without the prior written approval of the
Owner nor shall the Contractor allow such Subcontractor to commence Work until he has
provided such workers' compensation and public liability insurance as may be required.
The approval of each subcontract by the Owner will in no manner release the Contractor
from any of his obligations as set out in the Plans, Specifications, Contract and Bonds.
2-6
M1"al .•
Instructions
to Bidders
12. BID FORM
12.1 The Bid Form is included with the Bidding Documents; additional copies may be
obtained from Engineer (or the issuing office).
12.2 All blanks on the Bid Form must be completed in ink or by typewriter.
12.3 Bids by corporations must be executed in the corporate name by the president or
a 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.
12.4 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 be shown below the signature.
12.5 All names must be typed or printed below the signature.
12.6 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers
of which must be filled in on the Bid corm).
12.7 The address and telephone number for communications regarding the Bid must
be shown.
12.8 Evidence of authority to conduct business as an out-of-state corporation in the
state where the Work is to be performed shall be provided in accordance with
paragraph 3 above State contractor license number must also be shown.
13. SUBMISSION OF BIDS. Bids shall be submitted at the time and place indicated
in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed
envelope, marked with the Project title (and, if applicable, the designated portion of the
Project for which the Bid is submitted) and name and address of the Bidder and
accompanied by the Bid security and other required documents. If the Bid is sent
through the mail or other delivery system, the sealed envelope shall be enclosed in a
separate envelope with the notation "BID ENCLOSED" on the face of it. THE BID
FORM SHALL NOT BE REMOVED FROM THE SPECIFICATIONS AND CONTRACT
DOCUMENTS.
14. MODIFICATION AND WITHDRAWAL OF BIDS
14.1 Bids may be modified or withdrawn by an appropriate document duly executed (in
the manner that a Bid must be executed) and delivered to the place where Bids are to
be submitted at any time prior to the opening of Bids.
14.2 If, within 24 hours after Bids are opened, any Bidder files a duly signed, written
notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction
of Owner that there was 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
2-7
Instructions
to Bidders
Bidder will be disqualified from further bidding on the Work to be provided under the
Contract Documents.
15. OPENING OF BIDS. Bids will be opened and (unless obviously nonresponsive).
read aloud publicly at the place where Bids are to be submitted. A tabulation of the
amounts of the base Bids and major alternates (if any) will be made available to Bidders
after preparation by the Engineer.
16. BIDS TO REMAIN SUBJECT TO ACCEPTANCE. All bids will remain subject to
acceptance for 60 days after the day of the Bid opening, but Owner may, in its sole
discretion, release any Bid and return the Bid security prior to that date.
17. AWARD OF CONTRACT
17.1 Ownerreserves the right to reject any and all Bids, including without limitation the
rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if Owner believes that it would not be in the best
interest of the Project to make an award to that Bidder, whether because the Bid is not
responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any
other pertinent standard or criteria established by Owner. Owner also reserves the right
to waive all informalities not involving price, time or changes in the Work and to negotiate
contract terms with the Successful Bidder. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in 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. Discrepancies between words and figures will be resolved
in favor of the words.
17.2 In evaluating Bids, Owner will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and such alternates, unit prices
and other data, as may be requested in the Bid Form or prior to the Notice of Award.
17.3 Owner may consider the qualifications and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of the Work
as to which the identity of Subcontractors, Suppliers, and other persons and
organizations must be submitted as provided in the Supplementary Conditions. Owner
also may consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in the
Work when such data is required to be submitted prior to the Notice of Award.
17.4 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 of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to Owner's satisfaction within the prescribed time.
17.5 If the contract is to be awarded, it will be awarded to. the lowest responsive,
responsible Bidder whose evaluation by Owner indicates to Owner that the award will be
in the best interests of the Project.
2-8