Loading...
HomeMy WebLinkAbout24-01 RESOLUTION• s RESOLUTION NO. 24-01 A RESOLUTION APPROVING A CONSTRUCTION CONTRACT WITH T -G EXCAVATING CONTRACTORS, INC., FOR SANITARY SEWER REHABILITATION, ILLINOIS BASINS 6, 9, 12 AND 16, IN THE AMOUNT OF $1,100,000 AND APPROVE A 5% CONTINGENCY OF $55,000. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized to execute a contract with T -G Excavating Contractors, Inc., for sanitary sewer rehabilitation, Illinois Basins 6, 9, 12 and 16, in the amount of $1,100,000 with a 5% contingency of $55,000, for a contract total of $1,155,000. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PAAASLSf 13 AND APPROVED this 20th day of February , 2001. F, ATTEST: II By: �ar Woodruff, City Clerk APPROVED: By: Caton, ,6.1+ Charles D. Coody, Mayo NAME OF FILE: Resolution No. 24-01 CROSS REFERENCE: 02/20/01 Resolution No. 24-01 02/20/01 Exhibit "A" (Copy of the Contract) 01/26/01 Departmental Memo to Fayetteville Mayor & City Council thru Don Bunn from David Jurgens regarding construction contract 01/25/01 Letter to Dave Jurgens from Thomas A. Harris, RJN GROUP, INC. 11/17/00 Bid Opening 2000-2004 Capital Improvements Program Project Detail 01/24/01 Certificate of Liability Insurance 02/20/01 Staff Review Form NOTES: • • October 2000 EXHIBIT A co,, v..1i� ».'A'l+ .i':i �J1 1I13 Contract Documents Sanitary Sewer Replacement and Rehabilitation Illinois River Watershed Basins 6, 9, 12, and 16 Unit 2 Prepared for the City of Fayetteville Fayetteville, Arkansas prepared by RJN Group, Inc. Consulting Engineers Dallas, Texas in association with McClelland Consult Fayetteville, Arkansas ngineers, Inc. 1 • • T-G Excavating Contractor 26016 E. Admiral Place 1 Street Address Catnnsa, Oklahoma 74015 1 City & State (918)266-4736 Telephone VOLUME I 1 CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASINS 6, 9, 12, AND 16 1 UNIT 1 AND UNIT 2 1 CITY OF FAYETTEVILLE 1 FAYETTEVILLE, ARKANSAS RJN GROUP INC. CONSULTING ENGINEERS DALLAS, TEXAS 1 IN ASSOCIATION WITH McCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS 1 OCTOBER 2000 1 StOF FAYETTEVILLE, ARKANSAS • SANITARY SEWER REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASINS 6-9,11,12, AND 16 UNIT 1 AND UNIT 2 ADDENDUM NO. 1 Release Date: November 9, 2000 This Addendum No. 1, consisting of sixteen (16) items, is hereby made a part of the Contract Documents to the same extent as though it were originally included therein, and shall supersede anything contained in the Plans and Specifications with which it might conflict. This Addendum shall be attached to the Index Sheet of the Contract Document and submitted with the bid. The Contract Documents for the above titled projects are revised and amended as follows: In the Invitation to Bid 1. Receipt of Bids (First Paragraph, Page 1) Bid opening date of November 14, 2000 is changed to 2:00 pm November 17, 2000. Instruction to Bidders 1 Z Commencement and Completion of Work (Page 8) Delete the second paragraph in its entirety and replace with the following: The successful Bidder shall commence work within ten calendar days from and after the issuance by the Owner of a written Notice to Proceed, shall substantially complete all work in accordance with the terms and conditions of the Contract Documents no later than 150 (for either Unit 1 or Unit 2) calendar days from Notice to Proceed, and shall complete all work in accordance with the terms and conditions of the Contract Documents no later than 180 (for either Unit 1 or Unit 2) calendar days from Notice to Proceed except for the work related to Jobs 2001B and 2001C, within Unit 2, which shall be complete. to the point of final acceptance by the Owner no later than 220 days from Notice to Proceed.. The Notice to Proceed will be issued after receipt of acceptable insurance, bonds, and other required items. Unit 1 Bid — (as indicated in the attached UNIT 1 BID — ADDENDUM NO. 1) 1. Item A l4 "11 EA 4" Service Connection for Pipe Bursting Construction' units changed to 238 LF. 2. Item Al7 "2 EA Service Cleanout" units changed to 28 EA. 3. Item A18 "10 LF Curb and Gutter Repair" units changed to 19 LF. 4. Item A19 "34 LF Asphalt Street Repair" units changed to 154 LF. Unit 2 Bid — (as indicated in the attached UNIT 2 BID — ADDENDUM NO. 1) 1. Item B14, "1,315 LF, 4" PVC Service Line Extension for Open Cut Construction" units changed to 2,009 LF. 2. Item 815 "2EA 4" Service Connection for Open Cut Construction" description changed to "6" Service Connection for Open Cut Construction." 3. Item B17 "16 EA Service Cleanout" units changed to 57 EA. 4. Item B18 "1,026 LF Standard City Sidewalk Repair" units changed to 1,036 LF. City of Fayetteville, AR Addendum No. 1 Sanitary Sewer Replacement and Rehabilitation November 9, 2000 • • 5. Item B20, "230 LF Curb and Gutter Repair" units changed to 245 LF. 6. Item B22, "1,020 LF Asphalt Street Repair" units changed to 1,240 LF. 7. Item B 24, "25 LF Concrete Driveway Repair with Exposed Aggregate Repair" units changed to 50LF. 8. Item B32, "1,000 LF Concrete Channel Lining" units changed to 1,000 SF. 9. II. BID CONDITIONS The calendar days for substantial completion and full completion in Paragraph six (6), have changed in the attached UNIT 2 BID — ADDENDUM NO. 1 as follows: The undersigned agrees to fully complete all work covered by this Bid to the point of substantial completion no later than 150 calendar days from Notice to Proceed. The undersigned further agrees to fully complete all work covered by this Bid to the point of final acceptance by the Owner no later than 180 calendar days from Notice to Proceed except for the work related to Jobs 2001B and 2001C which shall be complete to the point of final acceptance by the Owner no later than 220 days from Notice to Proceed.. If the undersigned fails to complete the work within the contract time, or extension of time granted by the Owner for unavoidable delays, then the undersigned shall pay to the Owner liquidated damages for each calendar day beyond the day stipulated in the Contract Documents. Agreement 1. Article V: Starting and Completion (Page 2) Delete the first paragraph in its entirety and replace with the following: The Contractor agrees to commence work under this Agreement within ten calendar days of receipt of written Notice to Proceed and to complete all work included in this Contract to the point of substantial completion no later than 150 (for either Unit 1 or Unit 2) calendar days from Notice to Proceed. The contractor further agrees to complete all work to the point of final acceptance by the Owner no later than 180 (for either Unit 1 or Unit 2) calendar days from Notice to Proceed, except for the work related to Jobs 2001B and 2001C, within Unit 2, which shall be complete to the point of final acceptance by the Owner no later than 220 days from Notice to Proceed. BE SURE TO FILL IN THE UNIT COSTS, EXTENDED AMOUNTS, AND TOTALS IN EITHER THE ATTACHED UNIT 1 BID — ADDENDUM NO 1 OR LINT 2 BID — ADDENDUM NO 1 DOCUMENTS, OR BOTH Bidders shall aclmowledge receipt of this Addendum on the Unit 1 Bid (Page 1) and Unit 2 Bid (Page 1) and on the outside of the sealed bid envelope. Very truly yours, RJN GROUP, INC. ams REGISTERED City of Fayetteville, AR Sanitary Sewer Replacement and Rehabilitation Illinois River Watershed Basini 6, 9, 12 and 16 Addendum No. 1 November 9, 2000 Page 2 of 2 CONTRACT DOCUMENTS SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASINS 6, 9, 12, AND 16 UNIT 1 AND UNIT 2 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS OCTOBER 2000 I hereby state that this Project Manual was prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of t ansas. lisp * * * REGISTERED PROFESSIONAL A ENGINEER vj * * * O No. 8589 cer ; 1sAwo. • • CONTRACT DOCUMENTS FOR THE CITY OF FAYETTEVILLE SEWER SYSTEM IMPROVEMENTS TABLE OF CONTENTS TITLE SECTION Pages BIDDING DOCUMENTS A INVITATION TO BID INSTRUCTIONS TO BIDDERS* BID# Unit 1 Unit 2 BID BOND# BONDING COMPANY INFORMATION# SUBCONTRACTORS# STATEMENT OF EXPERIENCE OF BIDDER# STATEMENT OF COMMITMENT# QUALIFICATION STATEMENT# CONTRACTUAL DOCUMENTS B 1-3 1-10 AGREEMENT 1-3 ARKANSAS STATUTORY PERFORMANCE 1-2 AND PAYMENT BOND MAINTENANCE BOND 3. CERTIFICATE OF OWNER'S ATTORNEY 1 CONDITIONS OF THE CONTRACT GENERAL CONDITIONS* SUPPLEMENTARY CONDITIONS CONSTRUCTION FORMS C C1 D 1-89 1-3 SUBMITTAL RECORD - 1 PERIODIC PAYMENT FORMS 1-5 CHANGE ORDER 1-3 CONSTRUCTION LETTER 1 TREE REMOVAL REQUEST 1 * Section has individual Table of Contents # Items to be included in Bid Package. 1 • i 1 CITY OF FAYETTEVILLE 1 INVITATION TO BID BID NUMBER 00-63 SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION ILLINOIS RIVER WATERSHED BASINS 6, 9, 12, AND 16 1 1 RECEIPT OF BIDS 1 1 1 Separate sealed bids for Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed, for Basins 6, 9, 11, 12, and 16, and the Hyland Park Area in Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at Room 306, 113 W. Mountain, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00 p.m., November 14, 2000 and immediately thereafter or as soon thereafter as is practicable all bids will be publicly opened in a room to be designated at that time and the bid prices read aloud. The bid opening will be in Room 326 of the City of Fayetteville Administration Building at 113 West Mountain. ' This document is designed as two (2) separate contracts (Unit 1 and Unit 2) and shall not be construed as being a single project. The proposal sections are provided as two (2) individual proposals and are arranged in units to allow prospective bidders to submit bids ' on one unit or both units. Award of contract, if made, shall be to the responsive low bidders for each individual unit. If a contractor is the responsive low bidder on two units, then such units will be combined into a combined project with one single contract award. The major items of work on the above projects are: 1 Unit 1 3,179 LF 8" Dia. Sanitary Sewer by Pipe Enlargement 1 306 LF of 12" Dia. Sanitary Sewer by Pipe Enlargement 60 LF of 8" Dia. PVC Sewer Pipe by Open Cut 29 LF of 6" Dia. PE Sliplining 40 LF of 8" Dia. HDPE Sewer Pipe by Open Cut 19 EA Sanitary Sewer Manholes ' 28 Ea 4" Dia. Service Line Connections 11 LF 4" Dia. Service Line Extension 1 1 Invitation to Bid ' City of Fayetteville Sanitary Sewer Improvements • • Unit 2 4,859 LF 8" Dia. PVC Sanitary Sewer by Open Cut 37 LF of 12" Dia. PVC Sanitary Sewer by Open Cut 39 EA Manholes 55 EA 4" Dia. Service Line Connections 1,315 LF of 4" Dia. Service Line Extension by Open Cut 30 LF of Concrete Channel Lining 10 Point Repairs Sealed envelopes or packages containing bids shall be marked or endorsed "Sanitary Sewer Main Replacement and Rehabilitation Illinois River Watershed, Basins 6, 9, 12, and 16 in Fayetteville, Arkansas, Bid Number 00-63". The Contractor's State contractor's license number must be clearly stated on the envelope or package containing the bid. CONTRACT DOCUMENTS Copies of the Contract Documents required for review or bidding purposes may be obtained only from the office of McClelland Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville, Arkansas. BID SECURITY Each bid shall be accompanied by a certified check or a cashier's check or bid bond payable to the order of the City of Fayetteville, Arkansas in an amount not less than five percent of the bid as a guarantee that the bidder will, within ten (10) days after the date of the award of contract, execute an agreement and file bonds and insurance as required by the Contract Documents if his bid is accepted. A pre-bid meeting shall be held in Room 111 at 113 W. Mountain, Fayetteville, Arkansas, on Wednesday, November 8, 2000 at 10:30 a.m. Said Contract Documents are by this reference incorporated into and made a part of this Invitation to Bid and should be consulted for full particulars. The City of Fayetteville reserves the right to reject any and all bids, and to waive minor defects or informalities deemed to be in the City's best interest. "Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas, encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, the City of Fayetteville, Arkansas, encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." Invitation to Bid City of Fayetteville Sanitary Sewer Improvements 2 1 • • 1 All questions or correspondence concerning the plans and specifications shall be directed ' to McClelland Consulting Engineers, 1810 N. College Avenue, Fayetteville, Arkansas 72703, (501)443-2377. 1 1 Peggy Vice Purchasing Officer 1 Publication: October 29, 2000 ' November 5, 2000 1 Bid # 00-63 1 1 1 1 1 1 1 1 1 1 3 Invitation to Bid 1 City of Fayetteville Sanitary Sewer Improvements 1 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS FOR INSTRUCTIONS TO BIDDERS SUBJECT PAGE A EXAMINATION OF SITE 1 B EASEMENTS 1 C EXAMINATION OF BIDDING DOCUMENTS 1 D INTERPRETATION OF CONTRACT DOCUMENTS 1 E MATERIAL SUBSTITUTION 2 F APPROXIMATE QUANTITIES 2 G PREPARATION OF BID 2 H SIGNING OF BID 3 I BID SECURITY 3 J RETURN OF BID SECURITIES 3 K AGREEMENT, BONDS, INSURANCE 3 L DESIGNATION OF SUBCONTRACTORS 4 M BID SUBMITTAL 4 N WITHDRAWAL OF BID 4 O QUALIFICATION OF BIDDERS 4 P DISQUALIFICATION OF BIDDERS 5 Q PENALTY FOR COLLUSION 6 R LICENSE 6 S PRECONSTRUCTION CONFERENCE 6 T BID OPENING 6 U AWARD OF CONTRACT 6 ✓ EFFECTIVE DATE OF AWARD 7 W EXECUTION OF AGREEMENT 7 X FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND INSURANCE 8 Y PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES 8 Z COMMENCEMENT AND COMPLETION OF WORK 8 AA INFORMATION NOT GUARANTEED 8 BB COVENANT AGAINST CONTINGENT FEES 9 CC GRATUITIES 9 DD SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS. . . ▪ 10 EE PREVAILING WAGE DETERMINATION 10 • • INSTRUCTIONS TO BIDDERS A. Examination of Site Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work. He shall carefully correlate his observations with the requirements of the Contract Documents and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of familiarization. B. Easements Portions of the improvements under this project may involve construction on private property for which easements have been secured by the Owner. Work performed on, or use of such easements, shall be subject to the provisions of the easement agreements on file and open to inspection in the office of the Owner. C. Examination of Biddinci Documents Each Bidder by making his Bid represents that he has read and understands the Bidding Documents. The Bidder shall include in his bid prices any and all costs that may be necessary to complete the work in accordance with the requirements of the Contract Documents. D. Interpretation of Contract Documents Questions regarding documents, discrepancies, omissions, or intent of the Specifications or drawings shall be submitted in writing to the Owner through the Engineer, at least ten days prior to opening of bids to provide time for issuing and forwarding an addendum. Any interpretation of the Contract Documents will be made only by addendum duly issued or delivered by the Owner to each person receiving a set of documents. The Owner will not be responsible for any other explanations or interpretations of the Contract Documents. 1 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements E. Material Substituti n Each Bidder shall base his Bid upon the materials and equipment as described in the Bidding Documents. The successful Contractor will not be allowed to make any substitutions on his own initiative, but in each instance will be required to obtain authorization from the Owner before installing any work in variance with requirements of the Contract Documents. F. Approximate Quantities 1 On all items on which Bids are to be received on a unit price basis the quantities stated in the Bid will not be used in establishing final payment due the Contractor. The quantities stated, on which unit prices are invited, are approximate only. Bids will be compared on the basis of number of units stated in the Bidding Schedule. Payment on the Contract on unit price items will be based on the actual number of units installed in the completed work. G. Preparation of Rid 1 All prospective bidders and proposed subcontractors on this 1 contract must demonstrate that they have comparable experience in this type of work for their bid to be considered responsive. Each bidder and subcontractor must show evidence of having successfully completed a minimum of three sewer rehabilitation contracts with construction cost of at least $500,000 each during the last three years. The Contractors may use subcontractors that do not have the three previous sewer rehabilitation project experience for the channel lining construction. ' Bids submitted by prospective bidders who do not show demonstrated qualifications will be considered nonresponsive and will be rejected. Only bids which are made out on the Bid Form included in this document will be considered. The Bid Form must not be separated from this document. Amounts are to be shown in both words and figures where indicated. in case of discrepancy between words and figures the words shall ' prevail, unless it clearly appears in Owner's opinion that the words rather than the figures are in error. If any portion of the Bid is required to be given in unit prices and totals and a discrepancy exists between the unit price totals, the unit prices shall prevail, unless it clearly appears in Owner's opinion that the unit prices rather than ' the total are in error. If a discrepancy exists between the Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 2 1 • • 1 total base Bid and the true sum of the individual Bid items, the true sum shall prevail. A Bid will be rejected if it does not contain a price for each and every item named in the bidding schedule. Bidders are warned against making any erasures or alterations of any kind, and Bids which contain omissions, erasures, conditions, alterations, or additions not called for may be rejected. If a deficiently prepared bid is not rejected, the Owner may demand correction of any deficiency and award the Contract to the bidder upon satisfactory compliance with the Instructions. H. Signing of Bid 1 If the Bidder is a corporation, the legal name of the 1 corporation shall be set forth together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a co -partnership, the true name of the firm shall be set forth together with ' the signatures of all the partners. If Bidder is an individual, his signature shall be inscribed. If signature is by an agent, other than an officer of a corporation or a 1 member of a partnership, a power of attorney must be on file with the Owner prior to opening Bids or submitting Bids; otherwise, the Bid may be regarded as irregular. 1 I. Bid Security 1 No Bid will be considered unless accompanied by a Bid security as defined in the Invitation to Bid, as a guarantee ' that if the Bid is accepted the Bidder will execute the Agreement and file bonds and insurance as required by the Contract Documents within 10 days from the date of the award of the Contract. For the bid bond to be acceptable, the ' name of the surety company issuing said bond shall be licensed to do business in the State of Arkansas and shall be included on the current U.S. Treasury list of acceptable ' sureties, and the amount of the bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. 1 J Return of Bid Securities The security of the two lowest Bidders will be returned after the execution of the agreement with the successful 1 Bidder and the approval of his bonds and insurance. The security of all other Bidders will be returned promptly after the Bids have been opened and reviewed by the Owner. If all Bids are rejected the securities will be returned at the time of rejection. 3 Instructions to Bidders ' City of Fayetteville Sanitary Sewer Improvements • . 1 K . Agreement, Bonds, Insurance The attention of Bidders is specifically directed to the forms of agreement and bonds to be executed and types of insurance to be taken out in the event a contract award is made. 1 L . Designation of Subcontractors Each bidder shall list on the form included in these documents the names and addresses of all subcontractors who will perform work or labor or render service to the Bidder on or about the construction site in an amount in excess of five percent of the Bidder's total base Bid. Each Bidder shall show on the form the portion of the work to be done by each subcontractor. The Contractor shall be required to perform a minimum of thirty (30) percent of the contract amount with his own crews. ' M. Bid Submittal 1 Each Bid, properly signed, together with the Bid security and all documents bound herewith, shall be enclosed in a sealed envelope addressed and entitled as specified in the Invitation to Bid and delivered to the office designated in the Invitation to Bid. 2 Each Bidder shall submit with his Bid one copy of Volume I of the Contract Documents with all Addendum and the "Subcontractors" form contained in this document. N . Withdrawal of Bid 1 Any Bid may be withdrawn at any time prior to the hour fixed in the Invitation to Bid for the opening of Bids, provided that a request in writing, executed by the Bidder, or his duly authorized representative, for the withdrawal of such ' Bid is filed with the Owner prior to the time specified for opening of Bids. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid. 1 O . Qualification of Bidders 1. It is the intention of the Owner to award a Contract t only to a Bidder who furnishes satisfactory evidence 1 that he has the requisite experience and ability and Instructions to Bidders City of Fayetteville , Sanitary Sewer Improvements 4 • • that he has sufficient capital, facilities, and plant to enable him to prosecute the work successfully and promptly, and to complete the work within the time I/ specified in the Contract Documents. 2. Each Bidder shall submit with his Bid the executed Bidder's "Statement of Experience" form, "Statement of Commitment", and "Qualification Statement" form contained in this document. 3. The Owner reserves the right to require the three lowest Bidders to file proof within seven (7) calendar days of the Bid opening of their ability to finance and execute the project. This proof shall include, but not be limited to, a financial statement certified by a CPA for the last three years, a list of equipment owned by Bidder, a backlog of jobs under contract and amounts, and a record of successful completion of similar projects. 4. The successful bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. 5. The prospective bidders must meet the statutorily 1 prescribed requirements before Award of Contract by the Owner. 6. In order to perform public work, the successful Bidder shall, as applicable, hold at time of Bid Opening, such Contractor's and Business Licenses as required by State statutes and the Rules and Regulations of the Arkansas Contractor's Licensing Board. This Contractor's License Number must be clearly displayed on the outside of the bid envelope. If the Contractor's License Number is not clearly displayed, the bid will not be opened. P. Disaualification of Bidders 11 More than one Bid for the same work described in this 11 document from an individual, firm or partnership, a corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one Bid for the work contemplated will cause the rejection of all Bids in which such Bidder is interested. If there is reasonable grounds for believing that collusion exists among the Bidders, the Bids of the participants in such collusion will not be considered. 1 5 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements • • 1 Q Penalty for Collusion 1 If at any time it shall be found that the person, firm, or 1 corporation to whom the Contract has been awarded has, in presenting any Bid or Bids, colluded with any other party or parties, then the Contract so awarded shall be null and void, and the Contractor and his sureties shall be liable to the Owner for all loss or damage which the Owner may suffer thereby, and the Owner may advertise for new Bids for said work. R. License j Each Bidder shall possess state and local licenses as are required by law, and shall furnish satisfactory proof to the Owner upon request that the licenses are in effect during the entire period of the Contract. S. Preconstruction Conference 1 A preconstruction conference shall be held after the time of the Contract award and before the Notice to Proceed to discuss the responsibility of each party in the project and to clarify any questions. Representatives of the Contractor shall be required to attend the conference. T. Bid Opening 1 Bids will be opened and the prices bid will be read aloud publicly at the time and place indicated in the Invitation to Bid. Bidders or their agents are invited to be present. U. Award of Contract 1. The Owner shall award a contract to the Bidder whom, in the Owner's judgement, is the lowest responsive, responsible Bidder. The Owner reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, nonresponsive, or conditional Bids. 2. In evaluating Bids, Owner shall consider the qualifications of the Bidders whether or not the Bids comply with the prescribed requirements, and alternatives and unit prices if requested in the Bid Form. Owner may consider the qualifications and experience of subcontractors and other persons and Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 6 • • organizations (including those who are to furnish the principal items of material or equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. 3 A responsive Bidder shall be one who has responded accurately to all requirements of these Contract Documents and the preparation and submission of his Bid. If any alterations, erasures or changes are made to the printed Bid Form, the Bid shall be considered nonresponsive. 4. The Owner reserves the right to accept and incorporate corrections, clarifications or modifications following bid opening when to do so would not, in the Owner's opinion, prejudice the bidding process or create any improper advantage to any bidder; and to waive irregularities and informalities in any proposal submitted or in the bidding process; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities and bidders should not rely upon, or anticipate, such waivers in submitting their proposals. 5. If the Contract is awarded, Owner shall give the apparent successful Bidder a Notice to Proceed within ten (10) days after council approval. - Unit 1 Award December 2000 with Notice to Proceed January 2001. - Unit 2 Award January 2001 with Notice to Proceed February 2001 V. F;ffer.tive Date of Award If a Contract is awarded by the Owner, such award shall be effective when formal notice of such award, signed by the authorized representative of the Owner, has been delivered to the intended awardee, by some officer or agent of the Owner duly authorized to give such notice or received by mail at the main business address shown on his Bid. W. pwernt;nn of Agreement Contractor shall deliver a signed Contract to the Owner within seven days of bid opening. Contractor must submit required bonds and insurance within ten days of Notice of Award by the City. Effective date of bonds shall be the same or later than the date of Agreement. The Owner will 7 Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements • • within ten days from receipt of acceptable Performance Bonds and Agreement (signed by Contractor) sign the Agreement and return to the Contractor an executed duplicate of the Agreement. X. Failure to Execute Agreement and File Bonds and Insurance Failure of a successful Bidder to execute the Agreement and file required bonds and insurance within the required time shall be just cause for the annulment of the awards. On failure of a successful Bidder to execute the Agreement and file the required bonds and insurance within the required time, he shall forfeit his Bid security as agreed hereinbefore. Upon annulment of an award as aforesaid, the Owner may then award a Contract to the next lowest responsible Bidder. Y. payment for Excess Costs and Liwidateci Damages, The successful Contractor will be required to pay for excess cost of field engineering and inspection and liquidated damages as defined in the General Conditions of the Contract, if extensions of time are granted by Owner because of avoidable delays as defined in the General Conditions of the Contract. Z. commencement and Completion of Work The Notice to Proceed shall be issued within ten days of the execution of the Agreement by the Owner. The successful Bidder shall commence work within ten calendar days from and after the issuance by the Owner of a written Notice to Proceed, shall substantially complete all work in accordance with the terms and conditions of the Contract Documents no later than 150/220 (Unit 1/Unit 2, respectively) calendar days from Notice to Proceed, and shall complete all work in accordance with the terms and conditions of the Contract Documents no later than 180/250 (Unit 1/Unit 2, respectively) calendar days from Notice to Proceed. The Notice to Proceed will be issued after receipt of acceptable insurance, bonds, and other required items. Instructions to Bidders City of Fayetteville Sanitary Sewer Improvements 8 1 1 1 1 1 1 1� 1 1 1 1 1 1 1 1 1 1