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