Loading...
HomeMy WebLinkAbout87-98 RESOLUTION• • • RESOLUTION NO 8 7 - 9 8 • A RESOLUTION AWARDING BID NO. 98-38 IN THE AMOUNT OF $368,615 WITH GOODWIN & GOODWIN, INC., FOR THE ROLLING HILLS AREA PHASE II - WATER LINE REPLACEMENT; APPROVAL OF A PROJECT CONTINGENCY AMOUNT OF $44,235; AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $133,788. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS' Section 1. That the City Council hereby awards Bid No. 98-38 in the amount of $368,615 with Goodwin & Goodwin, Inc., for the Rolling Hills Area Phase II - Water Line Replacement, approves a project contingency amount of $44,235; and authorizes the Mayor and City Clerk to execute a construction contract in said amount. 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 $133,788 increasing Capital Water Mains, Acct. No. 5400 5600 5808 00, Project No. 95038 1 by decreasing Capital Water Mains, Acct. No. 5400 5600 5808 00, Project 96054 1 in the amount of $120,000 and Capital Water Mains, Acct. No. 5400 5600 5808 00, Project 97021 20 in the amount of $13,788. A copy of the budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this 7th day of July , 1998. APPROVED. By: ATTEST: By. /Q/� ti 4A,- Heather Woodruff, Cit�l rk .-. `t. u.,.•v.. 4�1 ; �>' S PIs I ,t ...• ..... I....11 Fred Hanna, Mayor City of Fayetteville. Arkansas Budget Adjustment Form Budget Year 1998 Department: Public Works Division: Water & Sewer Program: Capital Water Mains Date Requested 06/12/98 Adjustment # Project or Item Requested: Approval is requested to combine the Rolling Hills WaterLine Replacement Project and the Old Wire Road 2 1/4" Water Line Replacement Project into one project and obtain additional funding for a project contingency Project or Item Deleted: None. Funding proposed for this adjustment is from the Water and Sewer Cost Share Project. Justification of this Increase: A project contingency of 12% has been requested and the additional funds are needed to completely fund the contingency. Justification of this Decrease: Sufficient funds remain in this project to meet anticipated needs for this year. Account Name Capital Water Mains Account Name Capital Water Mains Capital Water Mains Increase Expense (Decrease Revenue) Amount Account Number 133,788 5400 5600 5808 00 Decrease Expense (Increase Revenue) Amount Account Number 120,000 5400 5600 13,788 5400 5600 5808 00 5808 00 Project Number 95038 1 Project Number 96054 I 97021 20 Approval Requested By ator Debartment Director 36,1`1 - Admin. S$�s Dir, Mayo Signatures Date Date 15Jvl%j%j Date (oh s—& D e Date Blue Cope Budget & Research Yellow Copy: Requester Budget Office Use Only Witt Type: A B C Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Cateeory Log E C^APP19SBUD'B.I.IDJIROLL OLD.IPKJJ I--, V � 9T r In . F r w r N r r r O l0 co V O` In F w N r Z H O m • i . BID TABULATION PROJECT NO. UID OPENING June 10, 1998 PROJECT Rolling Hills Area Phase Il, Water Line Replacements• —' - Lump Sum l xsoos T I CO1 k N v+ O Wr k Lump Sum Lump Sum .o m rFA 0 m r m In m • F m _ F' CD 1 N O Cr N r N.) rt 0 ] r ON r M l0 O 0 QUANTITY Trench Safety Require.) Mobilization & Storg. 4" thickness concrete driveway repair Asphalt Street Repr. Concrete Street Repr. exist-ngrsoallavinew Top soil/seed/mulch. R� econnect Serv.Lines Yp Reconnect Serv.Lines Type FHyd.Assemb.t's &gatV 8"x8" Tap.Sl& Tap.Val 6"x6" Tap.Sl& Tap.Val (6)" gate valve w/box (8)" gate valve w/box) Comp.ductile iron ftg Class 7 Aggreg.backf. -(8)in.PVC Water Line (6)in.PVC Water Line O RI N 0 A H ro H H 0 O O O O CO O O O O L,) In O w W O A O O0 UJ 0 0 0 O 5,000.01 I N N O 0 w In O 0 N N 0 O O r Cr‘ If O I O r w In O 0 0` lP O 0 . V In 0 w 0 r V 0 r Co 0 E t71 -171F 'Goodwin & Goodwin CONTRACTOR Na r O O O O O CO O O O O O r V In O O O O r V r O O O O 10,000.001 W 0 0 0 0 O 0 In 0 0 0 O 0 15,840.00 w r In O O O N N O O O O O r O` In O O O ON V ll1 O O O N) ON O O O O VI N NJ In O O I 7,000.00 00'007`0Z I I 28,800.00 r 4 -- 1� 0 O -" O L" O 0 W 0 O O • C-3 F 0 O O 0 0 w In 0 Cl 50.00 60.0 I-, Vt lD 0 0 0 0 r In 1.0 0 0 0 O U1 lD VI • O 00.526 N N 0 O 0 O r 1� lD O 0 0 r 1> lD O 0 0 ll1 lD In 0 Q In r 0 0 O r OO O r CO In O r lD • O r ON 0 O Fayette Tree & Trench IT_PAICFI F.RTrNnFn CONTRACTOR 8,000.00 F 0 O O O O HI V 1n O O O O N N y ln O O O O r In 0 O O O O r In '.D O O O O VI In 'D O O O O F NJ CO F O O O I8,325.00 N N 0 0 O O O r A lD O O O V 1� In O O O Ni la CO O O O 5,610.00 9,600.00 N N N 0 O 0 0 30,400.00 144,000.00 h-T-EncE CONTRACTOR FXTFNDFT CONTRACTOR _ ^ j 1 1 ___.._— n, 7 F- N Z 4 0 NI 3 BID TABULATION PROJECT NO. ADDENUUM NO..1 BID OPENING June 10, 1998 PROJECT Rolling Hills Area Phase II, Water Line ReplacemeuLs • 300 L.F. 20 L.F. Lump' Sum QUANTITY Grand Total s Addendum Total Ito St. bor. w/2"PVC Cond. nragamPrlr Fire Hydrant Exten. 9rland Ave. Tasks 1& DESCRIPTION • 1 22,600. N O OS 1 -EIN I-' W CO O O • Z r1 y iv pzi 1y n NI 1Goodwin & Goodwin CONTRACTOR W CA CO a+ I-- In o 0 22,600.00 V COw o o 0 0 1--' 0 0 0 0 0 4» rM W 0'� 0 0 0 X y 5 N) .• F Ln O 8.50 350. 1$12,000.1$ 12,900.00 ti zf i Z. x Z Fayette Tree & Trench CONTRACTOR fn F Na V L... In In 0 0 I22,450.00 N u1 In 0 V 0 0 0 0 0 0 0 CONTRACTOR CONTRACTOR i AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW l pIUpvi i Clara or4tak lire -4-- 4 S cL t'30I L MICRontrm D Ee587-97RECEIVED -I 11 STAFF REVIEW FORM 0/ 0*/ SEP 01 1999 ev-R, • CITY OF FAYEUEVILLE CITY CLERK'S OFFICE For the Fayetteville City Council meeting of Mayor's Approval FROM: Sid Norbash Engineering Public Works Name Division Department ACTION REQUIRED: Approval of: The Change Order No.1 to the construction contract with Goodwin& Goodwin, Inc. in the amount of $1,43 787.15t. for the Rolling Hills Area Phase II- Water Line Replacements. COST TO CITY: S-43;.787‘15 $4121850.00 Rolling Hills Area Phase II W/L Cost of this Request 5400-5600-5808-00 Account Number 95038 and 96054 Project Number Category/Project Budget Category/Project Name $368,615 Capital Water Mains Funds Used To Date Program Name $44,235 Water & Sewer Remaining Balance Fund BUDGET REVIEW: _X_ Budgeted Budget Coordinator Ite 1 Admi Budget Adjustment Attached trative Services Director CONTRACT/GRANT/LEASE REVIEW: Purchasing Officer GRANTING AGENCY: S;Zs-9 Date, ADA Coordinator Date zs —55 ( da cirt) Date Into nal Auditor Date 8-Q5-99 Date ST F ECOMMENDATION:Approval of the Change Order & Final Payment Date part et ector Date � D'vision Head ‚4- _ • Adxnini9trative Services Director Date Mayor 9/47 Date Cross Reference New Item: Yes X No Prey Ord/Res #: 87-98 Orig Contract Date: #664 7-7-98 Staff Review Form • Description/ Rolling Hills Area Phase II - Meeting. Date 7-7-98 Project Name Water Line Replacements Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Fred Hanna, Mayor Thru: Charles Venable, Public WorjCs Director Jim Beavers, City Engineer From: Date: August 18, 1999 Sid Norbash, Staff Engineer Allit Re: Rolling Hills Area Phase II - Water Line Replacement Project / Change Order #1 & Final Payment The construction of the above referenced project is now completed and a final payment is due. There were several changes in the field, such as addition of fire hydrants, lines etc., that required additional work, therefore a final reconciliation change order was prepared to cover all the changes and the costs. Change order form includes the justifications. The contractor was penalized for not completing the job on time, and therefore charged with 14 working days for a total of $2,800 liquidated damages. All the extra costs are funded with the approved contingency amount of $44,235.00 SN/sn Attachments: C.O. #1 • RESOLUTION NO. 8 7 - 9 8 A RESOLUTION AWARDING BID NO. 98-38 IN THE AMOUNT OF $368,615 WITH GOODWIN & GOODWIN, INC., FOR THE ROLLING HILLS AREA PHASE II - WATER LINE REPLACEMENT; APPROVAL OF A PROJECT CONTINGENCY AMOUNT OF $44,235; AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $133,788. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards Bid No. 98-38 in the amount of S368,615 with Goodwin & Goodwin, Inc., for the Rolling Hills Area Phase II - Water Line Replacement, approves a project contingency amount of $44,235; and authorizes the Mayor and City Clerk to execute a construction contract in said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 9 The Council hereby approves a budget adjustment in the amount of $133,788 increasing Capital Water Mains, Acct. No. 5400 5600 5808 00, Project No. 95038 1 by decreasing Capital Water Mains, Acct. No. 5400 5600 5808 00, Project 96054 1 in the amount of $120,000 and Capital Water Mains, Acct. No. 5400 5600 5808 00, Project 97021 20 in the amount of $13,788. A copy of the budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this 7th day of July , 1998. ATTEST: By: .,/7 .. %' i.,:� Heather Woodruff, City Clerk APPROVED - /h; Fred Hanna, Mayor By: • RUG -16-1999 16:10 CITY OF FRY - STREET DIV. 501 444 3490 P.01/01 JOS NAME: WORK FOR OTHERS • ENGINEERING REPAIR STREET CUT ON OLD WIRE ROAD AT OLD MISSOURI EQUIP EpUIPMENT DATE NOTES EMPLOYEE HOURS COST # HRS COST 05/06/99 ALBERTSON 0.00 0.00 0,00 53 1 5.74 0.00 ALLEN 0.00 0.00 0.00 214 1 0.00 3.65 REEKS 1.00 37.61 0.00 0.00 720 1 0.00 0.00 BOLINGER 1.00 59.92 0.00 0.00 63 • 1 76.88 0.00 CLARK 1.00 37.61 0.00 0.00 66 1 26.80 000 COCHRAC 0.00 0.00 0.00 309 1 0.00 3.05 CORNETT 1.00 54.27 0.00 0,00 0.00 0.00 GEORGE 1.00 54,27 0.00 0.00 0.00 0.00 HAUSAM 1.00 54,27 0.00 0.00 0.00 0.00 HIGGINS 1.00 27.32 0.00 0.00 0.00 0.00 HUTCHENS 1.00 0.00 37.61 0.00 0.00 0.00 JOHNSON 1.00 0.00 42.12 0.00 0.00 0.00 KE ITER 1.00 0.00 33.73 0.00 01)0 0.00 KOBER 1.00 0.00 54.27 0.00 0.00 0.00 LEWIS,NOFF 0.00 0.00 0.00 0.00 0.00 LEWIS 1.00 0.00 45.07 0.00 0.00 0.00 LUPER 1.00 0.00 37.61 0.00 0.00 0.00 MCCHRISTIAN 0.00 0.00 0.00 0.00 0.00 OSBURN 1.00 0.00 59.92 0.00 0.00 0.00 ROBBINS 1.00 0.00 27 32 0.00 0.00 0.00 ROBERTSON 0.00 0.00 0.00 0.00 0.00 RUTLEDGE 1.00 0.00 0.00 54.27 0.00 0.00 SEBASTIAN 0.00 0.00 0.00 0.00 0.00 SHREVE 0.00 0.00 0.00 0.00 0.00 SKELTON 0.00 0.00 0.00 0.00 0.00 W ILLIAMS 0.00 0.00 0.00 0.00 0.00 YOUNG 0.00 0.00 0.00 0.00 0.00 TEMPS 0.00 0.00 0.00 0.00 0.00 TEMP2 0.00 0.00 0.00 0.00 0.00 TEMP 0.00 0.00 0.00 0.00 0.00 LABOR TOTAL = $717.19 MATERIAL INDIVIDUAL TOTAL COST EQUIPMENT COST TYPE UNITS COST MATERIAL TOTAL BELOW 0.00 0.00 0.00 SS -1 TACK OIL 4.00 0.71 2.84 0.00 0.00 0.00 TY -3 HM SURF -LS ' 2.50 22.97 57.43 0.00 9.07 0.00 0.00 0.00 0.00 0.00 0.00 100 0.00 0.00 O00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 . 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 EQUIPMENT TOTAL= $125.19 MATERIAL TOTAL = 60.27 5902.65 GRAND TOTAL"" TOTAL P.01 • PROJECT TITLE Rolling Hills Phase II - Water Line Replacements PROJECT NO. 95038-20 CONTRACT NO. 664 CONTRACT DATE CONTRACTOR The following changes are hereby made to the Contract Documents: These extra items were added to the Contract Cost overrun from Contract with unit price overruns - $23,423.14. Item #20: 273.77 sy of street repair w/6" conc. & 3" asphalt @ $58.00 per sy. $15,878.66 Item (121: 80 if French drain @ $12 per if $960.00 Item 022: (3) 8" sewer sleeves @ $540.00 ea $1,620.00 Item #23: (7) 6" sewer sleeves @ $520.00 ea $3,640.00 Item 024: 123 if of curb & gutter @ $16.00 per if $1,968.00 Justification: Items 022 and 1123 were Items 020,21,&024 were necessitated because of field conditions. CHANGE TO CONTRACT PRICE CHANGE ORDER O1 and FINAL required by the Ark. Dept. of Health and had to be added later. Original Contract Price• $ 368,615.00 Current contract price, as adjusted by previous change orders: $ 368.615.00 The Contract Price due to this Change Order will be [increased) [y}tfl ctj by $ 47.489.80 - 90a•65-- 2Ea° The new Contract Price due to this Change Order will be: * Street repair by City crews ** Liquidated damages 12 days CHANGE TO CONTRACT TIME - 2)3,787.15 $ 416,104.80* -4902.65 ** - $ 2,800;00= $4127402.15.1 The Contract Time will be [increased] [decreased] by N/A calendar days. The date for completion of all work under the contract will be 8-27-99 Approvals Required: To be effective, this order must be approved by the Owner if it changes the scope or objective of the project, or as may otherwise be required under the terms of the Supplementary General Conditions of the Contract. Requested by Recommended by Ordered by Accepted by Wiley -Fisk Form 15-3 Sid Norbash, StatrEngineer FredB Hay�na, Mayor r" �1A� Goodwin Construction Company date date date date g 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • • • Construction Specifications Contract Documents for Citi le+ EXHIBIT A MICROFILMED Rolling Hills Area Phase II Water Line Replacements Stanton / Centerwood / Oakcliff / Rosemont / Oaks Manor / Elizabeth / Old Wire Rd. May, 1998 Prepared by: The Office of the City Engineer City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 tit ' 1 C Copy tt t !t it A j i. `- - N..u 00 f, Construction Specifications & Contract Documents for Rolling Hills Area Phase II Water Line Replacements Stanton / Centerwood / Oakcliff / Rosemont / Oaks Manor / Elizabeth / Old Wire Rd. May, 1998 Prepared by: The Office of the City Engineer City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 TABLE OF CONTENTS Item Panes Advertisement for bids 1-2 Instructions to bidders 1-8 State Wage Determination 1-4 Bid Proposal 1-5 Statement of Bidder's Qualifications 1 Contract Agreement 1-3 Performance Bond 1-2 Payment Bond 1-2 General Conditions 1-42 Supplement to the General Conditions 1-9 Detailed Technical Specifications Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section 100 General Project requirements 1-10 110 Measurement and Payment 1-3 120 Testing 1 140 Schedules, Progress Meetings, Public Notice 1 300 Crushed Stone Base Course 1 310 Pipe Bedding Material 1 400 Clearing Rights of way, Cutting and repairing fences 1-3 401 Surface Removal 1-3 406 Pipe for water lines - General - 1 411 Ductile iron pipe and ductile iron pipe fittings for water lines 1-6 412 Polyvinyl chloride (PVC) pipe and fittings for water lines 1-6 413 Polyethylene encasement 1 414 Pipe detection tape 1 450 Gate valves and butterfly valves 4 461 Placing pipe protection cover and compacted backfill sewer and water 1-3 Section 462 Flushing, hydrostatic testing, disinfection and dynamic testing of water lines 1-2 472 Fire hydrants 1-2 487 Pipeline cleanup and seeding 1-3 502 Concrete 1-2 611 Pipe underdrains (a.k.a. "French drains"). 1 Section Section Section Section Appendix A Appendix B - OSHA Safety requirements for excavation 218-256 - Example schedule • 1 - 4 OCity of Fayetteville ADVERTISEMENT FOR BIDS Rolling Hill Area Phase II - Water Line Replacements on Stanton-Centerwood-Oakcliff-Rosemont- Oaks Manor -Elizabeth -Old Wire Rd. Bid Number 98-38 Sealed bids for the construction of water system improvements for and additional appurtenances, Fayetteville, Arkansas, 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 2:00 p.m. local time on Wednesday June 10, 1998, and then at said office publicly opened and read aloud. The proposed Work generally consists of water line construction including pipeline, fittings and valves, service connections and fire hydrants in accordance with the contract documents. The attention of all Bidders is called to the requirements of the specifications that work generally be limited to the paved surface and Right -Of -Way of the streets. Additionally, no area of the street or City right-of-way can be used for general material storage or other uses by the contractor, refer to the contract specifications for detailed requirements. A minimum of one lane of traffic shall be maintained at all times. The Contract Documents, consisting of the Advertisement for Bids, Instruction to 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 for 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 to 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 bid. 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 or bond 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 306, 113 West Mountain Street, Fayetteville, Arkansas 72701, and clearly marked on the lower left side of the bid envelope shall be the following information: The Bid number, The project name/title, the date of 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. All bidders will be required to attend a pre bid conference on the job site on Tuesday June 2, 1998, at 10:00 A.M. in order to be qualified to bid. The City of Fayetteville reserves the right to reject any and all bids, and to waive any formalities as deemed to 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 General 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. Conies of the Bidding Documents. Complete sets of the Bidding Documents in the number and amount, in any, stated in the Advertisement to Invitation to Bid may be obtained 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 from 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 other 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 each 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 may 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 Document?. 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 others, 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 on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing site conditions appear in Article 4 of the General Conditions and any associated Supplementary Conditions. 1 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 conditions of the Contract Documents. 4.5 Upon request in advance, the Owner will provide each Bidder access to the site to conduct any 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 inresponse 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 questions and clarifications for this specific project is Jim Beavers, P.E., City Engineer (501) 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, Contract Agreement and Technical Specification 100 - General Project Requirements. 8. Liquidated Damages. Provisions for liquidated damages, if any, are set forth in the Bid Proposal and/or the Contract Agreement. 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" items. Substitute or "or - equal" items of materials or equipment, unless it is specified that no substitute will be allowed, may be furnished or used by the Contractor if acceptable to the Engineer. Application for acceptance for possible substitute or "or -equal" items will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submission of any such application is set forth in Article 6.7 of the General Conditions and any associated Supplementary Conditions. 10. 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 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 his 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 Bids 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 Bide 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 A11 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 regarding the Bid must be shown. 12. Submission of Bids. Bids shall be submitted 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 anv time 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. 4