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