Loading...
HomeMy WebLinkAbout72-98 RESOLUTIONRESOLUTION NO 7 2 - 9 8 A RESOLUTION ACCEPTING THE RECOMMENDATION OF RJN GROUP, INC. AND AWARDING BID NO. 98-34, UNIT 1, CIPP, CONTRACT ENGINEERING DESIGN IN THE AMOUNT OF $645,080.85, PLUS A CONTINGENCY AMOUNT OF $64,508, TO JONES BROTHERS, INC. FOR SEWER LINING FOR THE WHITE RIVER MINISYSTEM 15 SEWER REHABILITATION. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby accepts the recommendation of RJN Group, Inc. and awards Bid No. 98-34, Umt 1, CIPP, contract engineering design in the amount of $645,080.85, plus a contingency amount of $64,508, to Jones Brothers, Inc., for sewer lining for the White River Minisystem 15 sewer rehabilitation; and authorizes the Mayor and City Clerk to execute a construction agreement for said amount. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this day of June , 1998. . • • . a By. 4. ,d ATTEST: Heather Woodruff, C Clerk APPROVED: By: red Hanna, Mayor 13 Cin CCE&x eapy • April 1998 iVi1C1WWtr1Y. MED EXHIBIT A CONTRACT DOCUMENTS Sanitary Sewer Main Rehabilitation White River Watershed and Illinois River Watershed Contract II Minisystems 13B, 15, & 18B/C Rasins10,12,20,&21 Prepared for the City of Fayetteville Fayetteville, Arkansas prepared by RJN Group, Inc. Consulting Engineers Dallas, Texas in association with FINAL McClelland Consulting Engineers, Inc. Fayetteville, Arkansas City of Fayetteville, Arkansas White River Watershed and Illinois River Watershed Mini Systems 13B, 15, 18 B/C, Basins 10, 12, 20, & 21 Sanitary Sewer Main Rehabilitation Contract II ADDENDUM NO. 1 Release Date: April 27, 1998 Information to Bidders: The Contract Documents for the above titled project are revised and amended as follows: 1. Instruction to Bidders, Paragraph G - Revise the second sentence to read as follows: "Prequalification statements must be submitted to the Water and Sewer Superintendent no later than seven (7) days prior to the bid opening". 2. Instruction to Bidders, Paragraph EE - Revise the first sentence to read as follows: "Arkansas Prevailing Wage Determination Number 97-363 establishes the minimum wage rates to be paid on this project." Substitute the Prevailing Wage Determination No. 96-262, and Statement of Intent to Pay Prevailing Wages in the Contract Documents with the Prevailing Wage Determination No. 97-363, and Statement of Intent to Pay Prevailing Wages attached to this addendum. 3. Replace Bid Schedule for Unit 3 with the revised Bid Schedule for Unit 3 attached to this addendum. The changes are summarized as follows: a. Add Item No. 3D1 - Standard Mobilization b. Add Item No. 3D2 - Emergency Mobilization 4. Special Conditions, Paragraph SC.05 - Revise the paragraph to read as follows: "...such decisions begin within the sole discretion of the City. It is the intent of this Contract to supply the Contractor with work orders constituting the majority of the plan quantity upon issuance of the Notice to Proceed. In the work order the City will specify whether the Contractor will mobilize in accordance to standard conditions or emergency conditions. Standard Mobilization will require the Contractor to begin work within fifteen (15) working days from the issuance of the work order or orders. Emergency Mobilization will require the Contractor to begin work within three (3) working days from the issuance of the work order or orders. Payment shall be made at the Contract Unit Price indicated on the Bid Schedule. Quantities stipulated in the Bid.. Schedule are approximate. The basis of payment for Mobilization will be the actual number of Emergency and Regular Mobilizations performed. The Contractor agrees that he will make no claim for damages, or anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and the estimated amounts therefore." A-1 Addendum No. 1 Wlute River Watershed and Illinois River Watershed Mini Systems 13B, 15, 18 B/C, Basins 10, 12, 20, & 21 Sanitary Sewer Main Rehabilitation Contract II 5. Section D2-12. Subsection A.2 - Revise the second sentence to read as follows: "Approved methods include: TTS Northwest, the PIM Corporation (PIM System), Poscata Way, New Jersey, ..." 6. Section D2-13. Subsection B.2.c - Revise the first sentence to read as follows: "The cured pipe thickness shall be 3.5 mm thickness for pipe 6 inches in diameter, ..." Bidders shall acknowledge receipt of this addendum on the Bid (page 1) and on the outside of the sealed bid envelope. Ken Matthews, P E Project Manager RJN Group, Inc. A-2 SANITARY SEWER MAIN REHABILITATION UNIT 3 LINING - TERM CONTRACT PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 3A1 2,000 LF Lining of 6" Dia. Sewer Dollars & Cents per LF $ $ 3A2 2,000 LF Lining of 8" Dia. Sewer Dollars & Cents per LE $ $ 3A3 500 LF Lining of 12" Dia. Sewer Dollars & Cents per LE $ $ 3B1 15 EA Service Connection, Internal, per Section D2-13 Dollars & Cents per EA $ $ 3C1 1,125 LF Cleaning and Pre -TV Inspection Addendum No. 1 Dollars & Cents per LE $ $ 14 Bid City of Fayetteville Sanitary Sewer Improvements UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM OUANTITY BID PRICES WRITTEN TN WORDS PRICE BID 3C2 4,500 LF Post -Construction TV Inspection Dollars & Cents per LE $ $ 3D1 3 EA Standard Mobilization Dollars & Cents per EA $ $ 3D2 1 EA Emergency Mobilization Dollars & Cents per EA $ $ TOTAL, UNIT 3 SANITARY SEWER REHABILITATION LINING - TERM CONTRACT (in writing) CONTRACTORS MAY BID ON UNIT 1, UNIT 2, UNIT 3, OR ALL UNITS. RECAPITULATION TOTAL, UNIT 1 TOTAL, UNIT 2 TOTAL, UNIT 3 GRAND TOTAL Addendum No. 1 15 Bid City of Fayetteville Sanitary Sewer Improvements MON 14:49 RJR GROUP Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: April 21, 1998 PROJECT: Sanitary Sewer Rehabilitation White & Illinois River Watersheds, Contract II Fayetteville, Arkansas CLASSIFICATION Bricklayer/Pointer, Cleaner, Caulker Carpenter Concrete Finisher/Cement Mason Electrician/Alarm Installer Ironworker Laborer Pipelayer Truck Driver DETERMINATION N: 97-363 COUNTY: Washington EXPIRATION DATE: 10-21-98 SURVEY #: 797-AH05 BASIC HOURLY RATE 7.75 FRINGE BENEFITS 10.35 1.90 9.40 .72 12.00 .46 15.50 5.87 7.75 8.90 9.20 Power Equipment Operators: Bulldozer 12.55 Backhoe, Rubber tired 1 yd. or less 9.70 Crane, Derrick, Dragline, Shovel & Backhoe, 1-1/2 yds. or less 11.90 Crane, Derrick, Dragline, Shovel & Backhoe, over 1-1/2 yds. 14.00 Front End Loader 11.65 Mechanic 14.70 Motor Patrol, Finish 13.05 Motor Patrol, Rough 9.00 Roller 8.05 Scraper, Rough 11.25 1.65 .17 Welders --receive rate prescribed for craft performing operation to which welding is incidental. Certified July 1, 1997 CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT ARE GOING TO BE WORKING ON THIS PROTECT, SHOULD BE REQUESTED FROM THE ARKANSAS DEPARTMENT OF LABOR, PREVAILING WAGE DIVISION. THESE WRITTEN REQUESTS SHOULD BE MADE AS SOON AS YOU NOTICE THAT A REQUIRED CLASSIFICATION IS MISSING, NORMALLY THIS WOULD BE DURING THE BZD PROCESS. Addendum No. 1 P.04 PIUrl ;4:51i kJi4 GROUP Contractor Street Address City & State Telephone CONTRACT DOCUMENTS SANITARY SEWER MAIN REHABILITATION WHITE RIVER WATERSHED AND ILLINOIS RIVER WATERSHED CONTRACT II MINISYSTEMS 13B, 15 & 18B/C BASINS 10, 12, 20, & 21 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS PREPARED BY RJN GROUP INC. CONSULTING ENGINEERS DALLAS, TEXAS IN ASSOCIATION WITH McCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS APRIL 1998 1 1 1 1 1 1 1 1 1 1 1� 1 1 1 1 1 1 1 CONTRACT DOCUMENTS SANITARY SEWER MAIN REHABILITATION WHITE RIVER WATERSHED AND ILLINOIS RIVER WATERSHED CONTRACT II MINISYSTEMS 13B, 15 & 18B/C BASINS 10, 12, 20, & 21 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS APRIL 1998 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Arkansas. Name P E No. Date tO,11 opt 5TaTE �OF'''.• ARIiA SAS • • REGISTERED �% PROFESSIONAL cot tttn ENGINEER S�� .2 * * * /4' TITL CONTRACT DOCUMENTS FOR THE CITY OF FAYETTEVILLE SEWER SYSTEM IMPROVEMENTS TABLE OF CONTENTS VOLUME I SECTION Pages BIDDING DOCUMENTS A INVITATION TO BID 1-3 INSTRUCTIONS TO BIDDERS* 1-13 BID 1-19 BID BOND 1-2 SUBCONTRACTORS 1 STATEMENT OF EXPERIENCE OF BIDDER 1 STATEMENT OF COMMITMENT 1 CONTRACTUAL DOCUMENTS• B AGREEMENT 1-T ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND 1-2 MAINTENANCE BOND 1 CONDITIONS OF THE CONTRACT GENERAL CONDITIONS* C 1-89 SUPPLEMENTARY CONDITIONS C1 1-3 SPECIAL CONDITIONS C2 1-2 CONSTRUCTION FORMS D SUBMITTAL RECORD 1 PERIODIC PAYMENT FORMS 1-4 CHANGE ORDER 1-3 * Section has individual Table of Contents TABLE OF CONTENTS (Cont.) TITLE SECTION Pages SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS* D1 1 DIVISION 2 - SITE WORK* D2 INSURANCE FORMS E CONSTRUCTION EASEMENTS AND CONDITIONS F 1 1 1 1 1 1 1 1 1 * Section has individual Table of Contents 1 1 i 1 CITY OF FAYETTEVILLE TNVTTATION TO STD SANITARY SEWER MAIN REHABILITATION WHITE RIVER WATERSHED AND ILLINOIS RIVER WATERSHED CONTRACT II RA=PT OF Willa Separate sealed bids for Sanitary Sewer Main Rehabilitation, White River Watershed Minisystems 13B, 15 & 18B/C and Illinois River Watershed, Basins 10, 12, 20 & 21, Contract II, in Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at 113 W. Mountain, Room 326, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00 PM, Local Time, on Tuesday, May 5, 1998 and immediately thereafter or as soon thereafter as is practicable all bids received from prequalified contractors will be publicly opened and the bid prices read aloud. The proposed work is divided into three units. Unit 1 consists of the construction of approximately 9,236 linear feet of sanitary sewer lining. Unit 2 consists of the construction of approximately 1,674 linear feet of sanitary sewer pipe bursting, 545 linear feet of open cut construction, and replacement of 12 manholes. Unit 3 consists of approximately 4,500 linear feet of sanitary sewer lining. Unit 3 will be a term contract. Actual locations of the construction will be made known to the Contractor on an as needed basis by the City of Fayetteville throughout a six-month period. Sealed envelopes or packages containing bids shall be marked or endorsed "Sanitary Sewer Main Rehabilitation, White River Watershed, and Illinois River Watershed, Contract II, in Fayetteville, Arkansas." Bidders shall affix a copy of their letter of prequalification to the outside of the sealed envelope. Bidders shall mark or endorse the sealed envelope with their Arkansas State Contractor's Licence Number. 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. A pre-bid meeting shall be held at 113 W. Mountain, Fayetteville, Arkansas, on Thursday, April 23, 1998 at 1:30 p.m. Said Contract Documents are by this reference incorporated into and made a part of this Invitation to Bid and should be consulted for full particulars. 1 Invitation to Bid City of Fayetteville Sanitary Sewer Improvements Copies of the Contract Documents required for review or bidding purposes may be obtained only from the Office of McClelland Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville, Arkansas, upon payment to McClelland Consulting Engineers, Inc., 1810 N. College, Fayetteville, Arkansas, of $70.00 in check or money order for each set of documents obtained. The Contract Document fee is non-refundable. BID SECURITY Each bid shall be accompanied by a certified check or a cashier's check or bid bond payable to the order of the City of Fayetteville, Arkansas in an amount not less than five percent of the bid as a guarantee that the bidder will, within ten (10) days after the date of the award of contract, execute an agreement and file bonds and insurance as required by the Contract Documents if his bid is accepted. RIGHT TO REJECT BTPS 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 This document is designed to include three separate bid proposals and shall not be construed as being a package. The proposals are arranged in Units to allow the Contractor to submit a bid on each, or all Units. Unless all bids are rejected the contract award will be made to the lowest responsible, prequalified, responsive Bidder for each Unit. If a Bidder only submits a bid on one Unit, and it is the lowest proposed price total, the Bidder will be the apparent successful bidder for the individual Unit. 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 or bidders 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 of an adequate amount and for the life of the Contract. Invitation to Bid City of Fayetteville Sanitary Sewer Improvements 2 All questions or correspondence concerning the plans and specifications shall be directed to the Engineer, RJN Group, Inc., 12160 Abrams Road, Suite 206, Dallas, Texas 75243, phone no. (972)437-4300. City of Fayetteville, Arkansas Peggy Vice Purchasing Officer Publication: April 12 ,1998 April 19 ,1998 P. O. # 3 Invitation to Bid City of Fayetteville Sanitary Sewer Improvements 1 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 4 L DESIGNATION OF SUBCONTRACTORS 4 M BID SUBMITTAL 4 N WITHDRAWAL OF BID 4 O QUALIFICATION OF BIDDERS 5 P DISQUALIFICATION OF BIDDERS 5 Q PENALTY FOR COLLUSION 6 R LICENSE 6 S PRECONSTRUCTION CONFERENCE 6 T BID OPENING 6 U AWARD OF CONTRACT 6 ✓ EFFECTIVE DATE OF AWARD 7 W EXECUTION OF AGREEMENT 8 X FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND INSURANCE 8 y PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES 8 Z COMMENCEMENT AND COMPLETION OF WORK 8 AA INFORMATION NOT GUARANTEED 9 BB COVENANT AGAINST CONTINGENT FEES 9 CC GRATUITIES 10 DD SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS. . . • 10 EE PREVAILING WAGE DETERMINATION 11 FF STATEMENT OF INTENT TO PAY PREVAILING WAGES . 13 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 Material Substitution Each Bidder shall base his Bid upon the materials and equipment as described in the Bidding Documents. The successful Contractor will not be allowed to make any substitutions on his own initiative, but in each instance will be required to obtain authorization from the Owner before installing any work in variance with requirements of the Contract Documents. F. Approximate Quantities On all items on which Bids are to be received on a unit price basis the quantities stated in the Bid will not be used in establishing final payment due the Contractor. The quantities stated, on which unit prices are invited, are approximate only. Bids will be compared on the basis of number of units stated in the Bidding Schedule. Payment on the Contract on unit price items will be based on the actual number of units installed in the completed work. G. preparation of Bid All prospective bidders and proposed subcontractors on this contract must be prequalified before they will be allowed to bid or to be accepted as subcontractors. Prequalification -: statements must be submitted to the Water and Sewer - Superintendent no later than 14 days p for to the bid opening. These forms are available from the Water and Sewer Operations Division, 1475 Cato Springs Road, Fayetteville, AR 72701, requested by mail from the Water and Sewer Maintenance Superintendent at 113 West Mountain Street, Fayetteville, AR 72701 or requested by phone from the Water and Sewer Operations Center at (501)575-8386. Bids submitted by prospective bidders who have not prequalified will be retained by the City, but not opened. Only bids which are made out on the Bid Form included in this document will be considered. The Bid Form must not be removed 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 and totals, the unit prices shall prevail, unless it clearly appears in Owner's opinion that the unit prices rather than the total Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 2 1 ' 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. H. Signing of Bid 1 1 1 1 I Bid Security 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. 1 1 1 1 No Bid will be considered unless accompanied by a Bid security as defined in the Invitation to Bid, as a guarantee that if the Bid is accepted the Bidder will execute the Agreement and file bonds and insurance as required by the Contract Documents within 10 days from the date of the award of the Contract. For the bid bond to be acceptable, the name of the surety company issuing said bond shall be licensed to do business in the State of Arkansas and shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of the bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. 1 J. RP*nrn of Bid Securities 1 1 1 1 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. 3 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 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. L. Designation of Subcontractors Each bidder shall list on the form included in these documents the names and addresses of all subcontractors who will perform work or labor or render service to the Bidder on or about the construction site in an amount in excess of five percent of the Bidder's total base Bid. Each Bidder shall show on the form the portion of the work to be done by each subcontractor. The Contractor shall be required to perform a minimum of thirty (30) 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 Addenda and the "Subcontractors" form contained in this document. All Subcontractors listed on this form who will perform more than 30 percent of the work must be prequalified. Withdrawal of Risi 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. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 4