Loading...
HomeMy WebLinkAbout155-01 RESOLUTION• • RESOLUTION NO. 155-01 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO JOHN P. MARINONI CONSTRUCTION COMPANY, INC IN THE AMOUNT OF FORTY ONE THOUSAND TWENTY-TWO DOLLARS AND FOURTEEN CENTS ($41,022 14) TO CONSTRUCT TRENCH DRAINS IN THE T -HANGAR RAMP AT DRAKE FIELD. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards a construction contract to John P. Marinoni Construction Company, Inc. in the amount of Forty One Thousand Twenty -Two Dollars and Fourteen Cents ($41,022 14) to construct trench drains in the T -Hangar ramp at Drake Field. Section 2 That the City Council hereby authorizes the Mayor to sign such a contract with John P. Marinoni Construction Company, Inc. PASSED and APPROVED this 20th day of November, 2001. THER WOODRUFF, '1ty Clerk APPROVED: By r • NAME OF FILE: CROSS REFERENCE: Resolution No. 155-01 • 11/20/01 Resolution No. 155-01 11/20/01 Contract Agreement with John P. Marinoni Construction Co., Inc. 11/09/01 Memo to Mayor Coody & Fay. City Council Members, from Gary Dumas, Utilities Services Director/Interim Airport Manager, thru Staff Review Committee, regarding Hangar Drainage E, F & G, plus Bid Results 11/06/01 Letter to Dale Frederick from R. Wayne Jones, P E Vice President, McClelland Consulting Engineers, Inc. 11/20/01 Staff Review Form 11/27/01 Memo to Gary Dumas, Utility Services Director, from Heather Woodruff, City Clerk 03/13/02 Change Order No. 1 02/14/02 Memo to Mayor Coody thru Staff Review Committee from Ray M. Boudreaux, Director, regarding T -Hangar Trench Drain change order 03/21/02 Staff Review Form 04/02/02 Memo to Ray Boudreaux, Airport Manager, from Heather Woodruff, City Clerk NOTES: X942 u✓ PROJECT MANUAL Drake Field Trench Drain FOR THE CITY OF FAYETTEVILLE, ARKANSAS AUGUST 2001 MCE PROJECT NO. FY012142 �t.7• 1!! IOttttF 1"'0. .ss e McCLELLAND r s ca; coNSULTING ENGINEERS, tcc y ., Na 7A • 4i AS- '4j//1/111111111111%%p 4- r ---ii 5-0,1Ei.�_' C0 Il A.i' w 13 Ili REGIcie S ?D ito E '�gl/,J0 1' u f McCLELL4ND N'. �� 2 �, 0E114%10C�E CONSULTING 'II, 11/ 01 �qTr t� f � � O)for 13 ADDENDUM NO. 1 DRAKE FIELD TRENCH DRAIN Fayetteville, Arkansas Project No. FY012142 October 24, 2001 The Project Manual and the Drawings dates August, 2001 for the pr41ect are amended as noted in this Addendum. Receipt of this Addendum shall be acknowledged on the Bid Form. This Addendum consists of I page. The Project Manual is amended as follows: Item No. 1 Delete the two sentences of Article 10 on page 3 of Section 00100, ALTERNATES and replace with the words, "NOT USED". Item No. 2 Revise Article 19 on page 5 of Section 00100, BASIS OF AWARD to read " as best serves the Owner's interests." Item No. 3 Delete the first paragraph of UNIT PRICE BASE BID on page 3 of Section 00300. Item No. 4 Delete the two paragraphs of PAYMENT SCHEDULE on page 4 of Section 00300 and replace with the following: "Monthly payments shall be made based on the estimated work completed as described in Section 00700 GENERAL CONDITIONS." Item No. 5 Add subparagraph "d." to paragraph 2 1.2 PVC PIPE on page 2 of Section 02720 to read: "d. Pipe class shall be Solid Wall SDR -21 or equal." 1:\.001\012142\Specs\Addendum No-I.wpd Addendum No. 1 1 l SECTION NO. PART I 00030 00100 00300 00350 00360 PART II 00500 00600-1 00600-2 PART III 00700 00800 PART IV DIVISION 1 01000 01009 01011 01014 01016 01025 01027 01028 01210 01300 01311 01400 01500 01700 01710 01720 DIVISION 2 02050 02200 02300 02310 02720 DIVISION 3 3210 3300 3301 DIVISION 7 07900 TABLE OF CONTENTS FY012142 SECTION TITLE BIDDING REQUIREMENTS Advertisement For Bids 2 Instructions To Bidders 7 Bid Form -Unit Price 8 Bid Bond 2 Notice Of Award 1 NO. OF PAGES CONTRACT FORMS Contract 2 Performance Bond 2 Payment Bond 2 Notice To Proceed 1 CONDITIONS OF THE CONTRACT General Conditions 36 Supplementary Conditions 1 SPECIFICATIONS GENERAL REQUIREMENTS Abbreviations 2 Summary Of Work 2 Site Conditions 2 Protection Of The Environment 1 Safety Requirements and Protection Of Property 3 Measurement and Payment 4 Applications For Payment 2 Change Order Procedures 2 Preconstruction Conferences 1 Submittals During Construction 6 Schedule And Sequence Of Operations 2 Quality Control 3 Temporary Construction Facilities and Utilities 2 Contract Closeout 2 Cleaning 2 Project Record Documents 3 SITE WORK Demolition 4 Earthwork, Trench Excavation and Backfill 10 Seeding 3 Sodding 3 Storm Drainage 4 SITE WORK Reinforcing Steel 3 Cast In Place Concrete 17 Pervious Cast In Place Concrete 10 Thermal & Moisture Protection Joint Sealers 3 APPENDIX A Arkansas State Licensing Law for Contractors PART I BIDDING REQUIREMENTS DOCUMENT 00030 ADVERTISMENT FOR BIDS Bids: BID NUMBER 01-58 PROJECT: City of Fayetteville Drake Field Trench Drain MCE Project No.: FY012142 McClelland Consulting Engineers, Inc. 1810 North College P.O. Box 1229 Fayetteville, Arkansas 72701 Phone: (501) 443-2377 The City of Fayetteville will receive sealed bids the Drake Field Trench Drain Project. Bids shall be on a unit price basis. The City of Fayetteville will receive Bids until 10:00 AM, local time Thursday November 1, 2001 at Room 306 — City Purchasing Office, 113 West Mountain St., Favetteville, AR. Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time. All interested parties are invited to attend. Bidding Documents may be examined at the offices of the Engineer and at: ABC Plans Room F.W. Dodge Reports c/o Southern Reprographics 5100 East Skelly 2905 Point Circle Suite 1010 Fayetteville, AR 72704 Tulsa, OK 74135 Construction Market Data P.O. Box 1109 (72203) 1501 N. Pierce, Suite 101 Little Rock, AR 72207 Copies of the Bidding documents may be obtained at the Engineer's office in accordance with the Instructions to Bidders upon paying the sum of $50.00 for each set of documents. Retum of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. Each Bid must be submitted on the prescribed form and accompanied by a certified check of bid bond executed on the prescribed form, in an amount not less than 5 percent of the amount bid. For information conceming the proposed work, contact Mr. James F. Koch, E.I. or Mr. R. Wayne Jones, P E at McClelland Consulting Engineers Fayetteville office. FY012142 Drake Field Trench Drain Section 00030- 1 The attention of the Bidder is directed to the applicable federal and state requirements and conditions of employment to be observed and minimum wage rates to be paid under this Contract. "Pursuant to Arkansas Cod Annotated §22-9-203 Arkansas State Building Services encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, Arkansas State Building Services encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises." The Owner reserves the right to waive irregularities and to reject bids and to postpone the award of the Contract for a period of time which shall not exceed beyond 90 days from the bid opening date. By: Peggy Vice Publication: Bid #: BID NUMBER 01-58 FY012109 Fayetteville Tennis / Basketball Courts Section 00030- 2 DOCUMENT 00100 INSTRUCTIONS TO BIDDERS PARAGRAPH NO./TITLE PAGE NO. 1. FORMAT 1 2. SPECIFICATION LANGUAGE 1 3. GENERAL DESCRIPTION OF THE PROJECT 1 4. QUALIFICATION OF CONTRACTORS 1 5. DOCUMENT INTERPRETATION 1 6. BIDDER'S UNDERSTANDING 2 7. PROJECT MANUAL AND DRAWINGS 2 8. TYPE OF BID 2 9. TRENCH AND EXCAVATION SAFETY SYSTEM 2 10. ALTERNATES 3 11. PREPARATION OF BIDS 3 12. STATE AND LOCAL SALES AND USE TAXES 3 13. SUBMISSION OF BIDS 3 14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID 4 15. WITHDRAWAL OF BID 4 16. BID SECURITY 4 17. RETURN OF BID SECURITY 4 18. AWARD OF CONTRACT 5 19. BASIS OF AWARD 5 20. EXECUTION OF CONTRACT 5 21. PERFORMANCE AND PAYMENT BONDS 5 22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 6 23. PERFORMANCE OF WORK BY CONTRACTOR 6 24. TIME OF COMPLETION 6 25. PROVIDING REQUIRED INSURANCE 7 DOCUMENT 00100 INSTRUCTIONS TO BIDDERS 1. FORMAT The Contract Documents are divided into Parts, Divisions, and Sections in keeping with accepted industry practice in order to separate categories of subject matter for convenient reference thereto. Generally, there has been no attempt to divide the Specification Sections into work performed by the various building trades, work by separate subcontractors, or work required for separate facilities in the Project. 2. SPECIFICATION LANGUAGE "Command" type sentences are used in Contract Documents. These refer to and are directed to the Contractor. 3. GENERAL DESCRIPTION OF THE PROJECT A general description of the Work to be done is contained in the ADVERTISEMENT FOR BIDS The scope is indicated on the accompanying Drawings and specified in applicable parts of these Contract Documents. QUALIFICATION OF CONTRACTORS The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. Before a Contract will be awarded for the work contemplated herein, the Owner will conduct such investigation as is necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified under this Contract. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. 5. DOCUMENT INTERPRETATION The Contract Documents governing the Work proposed herein consist of the Drawings and all material bound herewith. These Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed Work. Any person contemplating the submission of a Bid shall have thoroughly examined all of the various parts of these Documents, and should there be any doubt as to the meaning or intent of said Contract Documents, the Bidder should request of the Engineer, in writing (received by the Engineer at least 5 working days prior to bid opening) an interpretation thereof. FY012142 Drake Field Trench Drain 00100 - Any interpretation or change in said Contract Documents will be made only in writing, in the form of Addenda to the Documents which will be furnished to all Bidders receiving a set of the Documents. Bidders shall submit with their Bids, or indicate receipt, of all Addenda. The Owner or Engineer will not be responsible for any other explanation or interpretations of said Documents not issued in writing by Addendum. 6. BIDDER'S UNDERSTANDING Each Bidder must inform himself of the conditions relating to the execution of the Work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated Work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface conditions. Information derived from topographic maps, or from Drawings showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative to the execution of the Work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and non-buming requirements, permits, fees, contractor's license, nonresident contractors' notice and bond requirements, and similar subjects. PROJECT MANUAL AND DRAWINGS No return of Drawings is required and no refund will be made. The successful bidder will be furnished three sets of Documents without charge. Any additional copies required will be furnished to the Contractor at $50.00 per set. Partial sets will not be available. 8. TYPE OF BID Unit prices shall be submitted in the appropriate places on the Bid form. The total amount to be paid to the Contractor shall be the total amount of the unit price items as adjusted based on quantities installed and any adjustment for additions by change orders during construction. 9. TRENCH AND EXCAVATION SAFETY SYSTEM Not Used. FY012142 Drake Field Trench Drain 00100 - 2 10. ALTERNATES The Bid Form delineates three specific Alternatives for trench construction, plus one Deductive Alternate. The Bidder must propose on at least one of the three "base bid" Alternatives. 11. PREPARATION OF BIDS All blank spaces on the Bid Form must be filled in, preferably in BLACK ink, in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. Any Bid shall be deemed informal which contains material omissions, or irregularities, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published ADVERTISEMENT FOR BIDS Only one bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the Owner that any Bidder is interested in more than one bid for Work contemplated, all bids in which such Bidder is interested will be rejected. The Bidder shall sign his Bid Form on the blank space provided therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign Contracts on behalf of the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm shall be set forth above, together with the signature of the sole proprietor, partner or partners authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an officer of a corporation or a member of a partnership or sole proprietor, a notarized power-of- attorney must be on file with the Owner prior to opening of bids or submitted with the Bid. 12. STATE AND LOCAL SALES AND USE TAXES Unless the Supplementary Conditions contains a statement that the Owner is exempt from state sales tax on materials incorporated into the Work due to the qualification of the Work under this Contract, all state and local sales and use taxes, as required by the laws and statutes of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid Form to separately itemize the tax. 13. SUBMISSION OF BIDS All Bids must be submitted, not later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR BIDS Bids must be made on the Bid Form provided herein. Each Bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions in the ADVERTISEMENT FOR BIDS. FY012142 Drake Field Trench Drain 00100 - 3 14. TELEGRAPHIC OR WRTI IEN MODIFICATION OF BID Any Bidder may modify his bid by telegraphic or written communication at any time prior to the scheduled closing time for receipt of bids, provided such communication is received by the Owner prior to the closing time. The telegraphic or written communication should not reveal the bid price; it shall, however, state the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. 15. WITHDRAWAL OF BID Any Bid may be withdrawn prior to the scheduled time for the opening of bids either by telegraphic or written request, or in person. No Bid may be withdrawn after the time scheduled for opening of Bids, unless the time specified in Item, AWARD OF CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed. 16. BID SECURITY Bids must be accompanied by cash, a certified check, or cashier's check drawn on a bank in good standing, or a bid bond issued by a Surety authorized to issue such bonds in the State where the Work is located, in the amount of 5 percent of the total amount of the Bid submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw his Bid for a period of 90 days after bid opening, and that if awarded the Contract, the successful Bidder will execute the attached Contract and furnish properly executed Performance and Payment Bonds, each in the full amount of the Contract price within the time specified. The Attomey-in-Fact (Resident Agent) who executes this bond in behalf of the Surety must attach a notarized copy of his power-of-attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All bid bonds and Contract bonds shall be executed by a LICENSED RESIDENT AGENT of the surety having his place of business in the STATE OF ARKANSAS and in all ways complying with the laws of the State of Arkansas. The mere countersigning of a bond will not be sufficient. If the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially thereto in form and content. 17. RETURN OF BID SECURITY Within 15 days after the award of the Contract, the Owner will return the bid securities to all Bidders whose Bids are not to be further considered in awarding the Contract. Retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Bidders' bonds and any guarantees which have been forfeited, will be returned to the respective Bidders whose Bids they accompanied. FY012142 Drake Field Trench Drain 00100 - 4 18. AWARD OF CONTRACT Within 60 calendar days after the opening of Bids, unless otherwise stated in the ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents, the Owner will accept one of the Bids or will act in accordance with BASIS OF AWARD, below. The acceptance of the Bid will be by written notice of award, mailed or delivered to the office designated on the Bid Form. In the event of failure of the lowest responsible and responsive qualified Bidder to sign and return the Contract with acceptable Performance and Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest responsible and responsive qualified Bidder. Such award, if made, will be made within 90 days after the opening of Bids. 19. BASIS OF AWARD If, at the time this Contract is to be awarded, the Total Base Bid of the lowest acceptable Bid exceeds the funds then estimated by the Owner as available, the Owner may reject all bids or take such other action as best serves the Owner's interests, including acceptance of the Deductive Alternate bid item. 20. EXECUTION OF CONTRACT The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign and deliver to the Owner the Contract hereto attached together with the acceptable bonds as required in these Documents. Within 15 consecutive days after receiving the signed Contract with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the Contract. Signature by both parties constitutes execution of the Contract The successful bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration conceming nonresident contractor's notice and bond requirements. 21. PERFORMANCE AND PAYMENT BONDS The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on the form bound herewith, each in the full amount of the Contract Price in accordance with the requirements of the State of Arkansas as applicable, as security for the faithful performance of the Contract and the payment of all persons supplying labor and materials for the construction of the Work, and to cover all guarantees against defective workmanship or materials, or both, for a period of 1 year after the date of final acceptance of the Work by the Owner. The date of final acceptance of the work shall be the date the Owner signs the final payment unless the Owner furnishes a letter to the contrary at the time final payments are made. At the time of final acceptance the Contractor shall furnish a 12 -month Maintenance Bond. The Surety furnishing this bond shall have a sound financial standing and a record of service satisfactory to the Owner, shall be authorized to do business in the State of Arkansas, and shall be listed on the current U. S. Department of Treasury Circular Number 570, or FY012142 Drake Field Trench Drain 00100 - 5 amendments thereto in the Federal Register, of acceptable Sureties for Federal projects. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the project is located or it ceases to meet the requirements of the preceding paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to Owner. The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment Bond in behalf of the Surety must attach a notarized copy of his power-of-attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All Contracts, Performance and Payment Bonds, and respective powers -of -attorney will have the same date. 22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND The Bidder who has a Contract awarded to him and who fails to properly execute the Contract and furnish the Performance and Bond and Payment Bond, within the time frame stipulated elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the bid security shall be retained as liquidated damages by the Owner, and it is agreed that this sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract and fumish the bond as hereinbefore provided. Bid security deposited in the form of cash, a certified check, or cashier's check shall be subject to the same requirements as a Bid Bond. 23. PERFORMANCE OF WORK BY CONTRACTOR The Contractor shall perform on the site and with his own organization, work equivalent to at least forty percent of the total amount of the work to be performed under this Contract. If, during the progress of the Work hereunder, the Contractor requests a reduction of such percentage, and the Engineer determines that it would be to the Owner's advantage, the percentage of the work required to be performed by the Contractor's own organization may be reduced, PROVIDED prior written approval of such reduction is obtained by the Contractor from the Engineer. Each bidder must fumish with his bid a list of the items that he will perform with his own forces and the estimated total cost of these items. 24. TIME OF COMPLETION The time of completion of the Work to be performed under this Contract is of the essence of the Contract. Delays and extensions of time may be allowed in accordance with the provisions stated in Document 00700 - GENERAL CONDHIONS. The time allowed for the completion of the Work is stated in Document 00500 - Contract. FY012142 Drake Field Trench Drain 00100 - 6 25. PROVIDING REQUIRED INSURANCE The Bidder's attention is directed to the insurance requirements set forth in the General Conditions (amended in the Supplementary Conditions, if appropriate). Submittal of a bid indicates full understanding and intent to comply with the insurance requirements which are a condition of the contract. FY012142 Drake Field Trench Drain 00100 - 7 DOCUMENT 00300 BID FORM UNIT PRICE NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. To: The City of Fayetteville Address: 113 W. Mountain St. Fayetteville, Arkansas 72701 Project Title: Drake Field Trench Drains Engineer's Project No.: FY012142 Date: November 1, 2001 Arkansas Contractor's License No.: 0033500402 Bidder: JOHN P. MARINONI CONSTRUCTION COMPANY. INC. Address - 1142 N. Futrall Dr. Fayetteville, Arkansas. 72703 Contact Person for additional information on this Bid: Name. John P. Marinoni Telephone: (501) 251-1316 ADDENDA The Bidder hereby acknowledges that he has received Addenda Numbers: One dated 10/24/2001 to these Specifications. (Bidder insert No. of each Addendum received.) FY012142 Drake Field Trench Drains 00300 - 1 • )l. DE.R'S DECLARATION AND UNDERSTANDING The undersigned. hereinafter called the Bidder, declares that the only persons or parties interested in this 13id are those named herein, that this Bid is, in all respects. fair and without fraud. that it is made without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project. that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Bid is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Bid. The Bidder further agrees that he has exercised his own judgement and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. The Bidder states that he has experience in and is qualified to perform the work herein specified and, if he does not have craftsmen experienced and qualified in any phase of the work for which this Bid is offered, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE. PAYMENT BOND. AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. START OF CONSTRUCTION, CONTRACT COMPLETION TIME. AND LIOUIDATED DAMAGES Start of Construction, Contract Completion Time, and Liquidated Damages are stated in Document 00500 - Contract. SALES AND USE TAXES The Bidder agrees that all federal. state, and local sales and use taxes are included in the stated bid prices for the work. FY012142 Drake Field Trench Drains 00300 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BASE BID /These documents have been prepared to promote fair c and one e uctive alternate-to-constatct proposed trench drains. The succ \ one--of-th a alternatives and also has the option ice -the -d tIternate cannot be idwi •. t one of the three alternatives be', :..d among three alternative approaches '\ der must bid at least ctive alternate. deductive The bidder agrees to accept as full payment for the work proposed herein the amount computed under the provisions of the Contract Documents and based on the following unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The bidder agrees that the unit prices represent a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called forin the Contract Documents. The amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern. BID ITEMS 1. 1395 L.F. Pervious Concrete Surface Course, w/ Black Dye including Perforated PVC Pipe and Bedding. Tun sit fie One q..,d 9' e/re, o Dollars/L.F. $ 2t t!- $ 3atss0.se, Words 2. 35 S.Y. 5 -inch thick Concrete Patch w/ $364.2(0 $ /, 33e1•10 Black Dye ytit,.•fy C—, ykt` ewe( 26/ode Dollars/S.Y. Words 3. 250 L.F. 8 -inch Diameter PVC Pipe and $ /& , 38 $ ctto 9s, 00 Bedding ggr� $: yc?ee.7 aHd 3/100 Dollars/L.F. Words 4. 6 Each Concrete Head -wall Structure $ SU, .°V $ 3,d 3 Co .2'f F✓t r(vrtdit( .3,c and d•f/tet) Dollars/Each Words 5. 1 L.S. Ditch Grading $ It/zq.00 $ /,/at.ee o., e lie cu sa•t.J e. t fi'candel ed lwe.tlp. AJ tete and es° /maDollars/L.S. Words FY012142 Drake Field Trench' Drains 00300 - 3 ITEM EST. QTY. UNIT DESCRIPTION UNIT PRICE TOTAL 1. 1395 L.F. Pervious Concrete Surface Course, w/ Black Dye including Perforated PVC Pipe and Bedding. Tun sit fie One q..,d 9' e/re, o Dollars/L.F. $ 2t t!- $ 3atss0.se, Words 2. 35 S.Y. 5 -inch thick Concrete Patch w/ $364.2(0 $ /, 33e1•10 Black Dye ytit,.•fy C—, ykt` ewe( 26/ode Dollars/S.Y. Words 3. 250 L.F. 8 -inch Diameter PVC Pipe and $ /& , 38 $ ctto 9s, 00 Bedding ggr� $: yc?ee.7 aHd 3/100 Dollars/L.F. Words 4. 6 Each Concrete Head -wall Structure $ SU, .°V $ 3,d 3 Co .2'f F✓t r(vrtdit( .3,c and d•f/tet) Dollars/Each Words 5. 1 L.S. Ditch Grading $ It/zq.00 $ /,/at.ee o., e lie cu sa•t.J e. t fi'candel ed lwe.tlp. AJ tete and es° /maDollars/L.S. Words FY012142 Drake Field Trench' Drains 00300 - 3 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM EST. UNIT QTY. UNIT DESCRIPTION PRICE TOTAL Acre Seed / Straw / Fertilizer $ 740.00 $ 75 6.00 Sent-. kgeterr<ar Fourt, S: and n. /iee Dollars/Acre Words 7. 30 S.Y. Bermuda Sod $ c/.2( $ itta.3o FS ke 4.,,4 24/66 Dollars/S.Y. Words TOTAL BASE BID $ itc0 022.1f ro.tAy one e4se.lci "nuttily 7ouo date/ tr./in; o Dollars Words min AtCits ''O o BASIS OF AWARD The Owner intends to award the Contract to the qualified, responsible and responsive bidder with the lowest Total Base Bid. MAJOR EQUIPMENT SCHEDULE - Not Used PAYMENT SCHEDIJLF A detailed payment schedule for each structure or unit shall be submitted by the successful low Bidder. The successful low Bidder shall meet with the Engineer and Owner in Elkins, Arkansas, to review the format and details of the payment schedule. This meeting shall be held within 5 days of notification that the Contractor is the low Bidder. The purpose of the meeting shall be to establish an acceptable format for he payment schedule. The construction detailed payment schedule shall be completed by the Contractor 14 days after the meeting and submitted to the Engineer and Owner for review and approval. Failure of the Contractor to submit the payment schedule as required may result in the Owner's rejection of the Bid or delay in processing the Contractor's request for a progress payment. FY012142 Drake Field Trench Drains 00300 - 4