HomeMy WebLinkAbout36-01 RESOLUTION•
•
• •
RESOLUTION NO. 36-01
A RESOLUTION TO APPROVE A CONSTRUCTION
CONTRACT WITH J & L CONSTRUCTION COMPANY FOR
THE WHITE RIVER BRIDGE WATER MAIN RELOCATION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby approves a construction contract with J
& L Construction Company in the amount of $274,873.00 plus a 15% contingency
amount of $41,230.00 to relocate the water mains from the two existing Highway 45
bndges over the White River to the new bndges. A copy of the contract is attached
hereto and made a part hereof and marked Exhibit "A".
PASSED AND APPROVED this-21—day of March, 2001.
-ft,/
• i .
a.�
By: d:%i/�A/ CI
4Ieather Woodruff, City erk
APPROVED:
By:
NAME OF FILE: Resolution No. 36-01
•
CROSS REFERENCE:
03/20/01
Resolution No. 36-01
02/22/01
Departmental Memo to Fayetteville City Council thru Dan Coody,
Mayor, Don Bunn and Jim Beavers from Sid Norbash regarding White
River Bridge -Highway 45 E. Water main Relocation Construction
Contract with J&L Construction Co.
02/15/01
Letter to Sid Norbash from Robert W. White, McClelland Consulting
Engineers, Inc. regarding Bid Tabulation/Highway 45 Water Main
Relocation
03/20/01
Staff Review Form
04/03/01
Departmental Memo from City Clerk
NOTES:
L
FAYETTEVIPLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
To: Fayetteville City Council
Thru: Dan
Don
Jim
coody, Mayor
Bunn, Assistant PWD
Beavers, City Engineer 304,j
From: Sid Norbash, Staff Engineer ...V /
Date: February 22, 2001
Re: White River Bridge - Highway 45 E. Water Main Relocation
Construction Contract with JSL Construction Co.
The above referenced project is a Highway Department Project under
construction. City of Fayetteville has a water main that is
attached to the two bridges at the present time. Since there will
be two new bridges constructed and the old bridges to be taken
down, the water main has to be relocated to the new bridges.
On February 14, 2001, bids were received for the construction of
the above referenced project, and the results were as follows:
Building & Utilities
Gray Construction, Inc.
Fayette Tree & Trench, Inc.
Red Deer, Inc.
Basic Construction Co., Inc.
Goodwin & Goodwin, Inc.
J&L Construction
$772,700.00
$592,710.25
$444,536.00
$297,361.00
$291,479.00
$288,486.00
$274,873.00
Attached please find the contract with the low bidder J&L
Construction Co., in the amount of $274,873.00, to perform the
construction for this project.
The Staff is requesting the Council to approve the following:
(1) Approval of the Construction Contract, in the amount of
$274,873.
(2) Approval of 15% Project Contingency in the amount of
$41,230, to cover unexpected expenses subject to the approval
of the Mayor.
SN/sn
attachments: vicinity map/Contract/Bid Tabulations
.Y
..
110,
•
PROJECT LOCATION
WASHINGT N COUNTY
1
• •
DOCUMENT 00500
CONTRACT
THIS AGREEMENT, made and entered into on the ,,?O day of March
2001, by and between J & L Construction, Huntsville, Arkansas
Contractor, and the City of Fayetteville, Arkansas hereinafter called the Owner:
WITNESSETH:
herein called the
That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as
follows:
1. That the Contractor shall furnish all the materials, and perform all of the work in manner and
form as provided by the following enumerated Drawings, Specifications, and Documents, which
are attached hereto and made a part hereof, as if fully contained herein and are entitled
Water Main Relocation, Highway 45 Bridge at White River, dated August, 2000.
Advertisement for Bids
Instructions to Bidders
Bid and acceptance thereof
Performance Bond
Payment Bond
General Conditions
Supplemental Conditions
Specifications
Drawings (See Sheet Index below)
SHEET INDEX
SHEET NO.
SHEET DESCRIPTION
1
COVER
2
WATER MAIN PLAN & PROFILE, STA. 0+00 TO STA. 3+50
3
WATER MAIN PLAN & PROFILE, STA. 3+50 TO STA. 7+00
4
WATER MAIN PLAN & PROFILE, STA. 7+00 TO STA. 10+11.5
5
WATER MAIN PLAN & PROFILE AT BRIDGE
6
WEST END CONNECTION
7
EAST END CONNECTION
8
EAST END CONNECTION DETAILS
9
WATER MAIN DETAILS & HANGER DETAILS
10
BORING LOGS AT BRIDGE & MISC. DETAILS
2. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this
Agreement, subject to additions and deductions as provided in the Specifications or Bid, in
lawful money of the United States, the amount of:
Two hundred seventy four thousand eight hundred seventy three Dollars ($274,873.00 )
FY002255 Hwy. 45 Bridge
Section 00500 - 1
• •
3. The Work will be completed in two phases. The first phase will be the construction of the
parallel direct bury water main and the second phase will be the construction of the water main
segment attached to the bridge and approaching the bridge, as well as capping the existing 6 -inch
main crossing the existing bridge. The first phase will be complete and tested within 75 calendar
days after the date when the Contract Time commences to run, as provided in the Phase 1 Notice
to Proceed. Once the bridge is complete and ready for the water main installation, a second
Notice to Proceed will be issued for Phase 2, and the Phase 2 work will be completed with the
water main installed on the bridge, pressure tested and disinfected within 30 calendar days after
the Phase 2 Notice to Proceed, with the existing 6 -inch water main capped within 4 calendar days
after the new main has its disinfection samples approved by the Arkansas Department of Health,
and with all work complete and ready for final payment in accordance with the General
Conditions within 25 calendar days after the new main's disinfection samples are approved.
Liquidated Damages: Owner and Contractor recognize that time is of the essence of this
Agreement and the Owner will suffer financial loss if the Work is not completed within the times
specified in above, plus any extensions thereof allowed in accordance with the General
Conditions. They also recognize the delays, expense, and difficulties involved in proving the
actual Toss suffered by Owner if the Work is not completed on time. Accordingly, instead of
requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but
not as a penalty) Contractor shall pay Owner five hundred Dollars ($ 500.00 ) for each day
that expires after the time specified in Paragraph 3 for the Phase 1 Notice to Proceed for the first
75 calendar day construction period. The Owner and Contractor further agree that as liquidated
damages for delay (but not as a penalty) Contractor shall pay Owner Five Hundred Dollars
($500.00) for each calendar day that expires after the times specified in Paragraph 3 for the three
designated time limits during the Phase 2 work.
5. That within 30 days of receipt of an approved payment request, the Owner shall make partial
payments to the Contractor on the basis of a duly certified and approved estimate of work
performed during the preceding calendar month by the Contractor, LESS the retainage provided
in the General Conditions, which is to be withheld by the Owner until all work within a
particular part has been performed strictly in accordance with this Agreement and until such
work has been accepted by the Owner.
6. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls,
material bills, and other costs incurred by the Contractor in connection with the construction of
the work have been paid in full, final payment on account of this Agreement shall be made
within 60 days after the completion by the Contractor of all work covered by this Agreement and
the acceptance of such work by the Owner.
It is further mutually agreed between the parties hereto that if, at any time after the execution of
this Agreement and the Surety Bond hereto attached for its faithful performance and payment,
the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any
reason such bond ceases to be adequate to cover the performance of the work, the Contractor
shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an
additional bond or bonds in such form and amount and with such Surety or Sureties as shall be
satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to
FY002255 Hwy. 45 Bridge Section 00500 - 2
• •
be due under this Agreement until such new or additional security for the faithful performance of
the work shall be furnished in manner and form satisfactory to the Owner.
No additional work or extras shall be done unless the same shall be duly authorized by
appropriate action by the Owner in writing.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
above written, in three (3) counterparts, each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
SEAL:
WITNESSES:
uzta
Al 1EST:
Title
CITY OF FAYETTEVILLE, ARKANSAS
OWNE
ae ) A,Avertte.,By
City Clerk
Mayor
FY002255 Hwy. 45 Bridge Section 00500 - 3
MZEMCCLERAND
CONSUL TING
ENGINEERS, INC.
/ DESIGNED IO SERVE /
I.P.O. Box 1229
FEB 1 5 200, Fayetteville, Arkansas 72702-1229
.lcaf 614,
QUI CElVE®
501-443-2377
FAX 501-443-9241
February, 15 2001 FY002255
Mr. Sid Norbash
Staff Engineer
City of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
RE: Highway 45 Water Main Relocation
Bid Tabulation
Dear Mr. Norbash:
Bids were received at 10:00 am, February 14, 2001 on the referenced project. Eight contractors
submitted bids. The apparent low bidder, Multi -Craft Contractors, Inc., is licensed for
mechanical, electrical, and building work, but is not licensed for utility construction.
Consequently, their bid cannot be accepted. The balance of the bidders are properly licensed and
submitted bid bonds. The bids have been checked with one bidder having discrepancies in the
bid form. Gray Construction, Inc. wrote in the total bid price in words, instead of the unit bid
price, on some of the unit price bid items. This would have been a significant concern, however
since they are next to the highest bidder, it does not matter. Other than this discrepancy, the bids
have been checked and are correct as listed in the bid tabulation.
The resulting low bidder is J & L Construction, of Huntsville, with a bid total of $274,873.00.
This firm completed a similar bridge crossing for the City of Springdale on the Highway 412
bridge across Beaver Lake. We were the engineers for this project and were happy with their
work. You have indicated that they have completed other projects of the City of Fayetteville with
satisfactory results. The bid total is less than our engineers estimate of $348,800.00. Three other
bidders submitted bids for less than $300,000.00 so the J & L Construction bid is not excessively
low. Consequently, we recommend that the contract be awarded to J & L Construction in the
amount of $274,873.00
We are returning the bid booklets to Mrs. Peggy Vice. Please let me know when we should
prepare contract documents for execution by J & L Construction.
Very truly yours,
McClelland Consulting Engineers
Robert W. White, P.E.
Vice -President
Encl: Bid Tabulation
Cc: Mrs. Peggy Vice w/encl. & bids.
FY002255 Correspondence Norbash 2-14-01
LE
•
CO CO
a 0 M
v'" ;
a
mom c
mco= C
c
2 m A
Q O O Z
N
N O_
N ut
O D
O F
O y
3
co
a
m
m
za
d
m
�E w
a n iu p
OmgD
$p 3c
m C .c
5 G on' Xi
C T N -1
Woo O
Q o d Z
NO
o • N 7
o
o x,
W
o N
W
D �^
3
CO
toa
0
m
W
z
Z.0
1
0
0
18
V
0
N
A
W
N-3
0
0
0.1
0
0
A
W
N+
a
TOTAL BASE BID (Items 1 - 21)
Sod and Irrigation System Protection and Restoration at Bordeaux Village Entrance
24 -Inch Bored Steel Casing
3o
m
o
3
�
=
=
Concrete Encasement and Concrete Anchors Including Concrete for Fixed End Connection
Granular Fill
a
n
N
o
E.
0a
6
6
y
m
Connect to Existing 12 -inch Water Main
Cap Existing 64nch Water Main
Pipe Hanger Assemblies, Fixed End Connection, Insulation Shields, Manual Vent and Vent
Box, Flanged Bends, Related Facilities Necessary for Complete Installation of Pipe on
Bridge
2" Blowoff Assembly
2" Gate Valve wlBoz_
Three Way Fire Hydrant - — -
6" Gate Valve w/Box
12" High Pressure (Class 250B) Butterfly Valve w/Box
[Ductile Iron or Cast Iron Fittings
PVC Jacketed Pipe Insulation
124nch Ball Joint Ductile Iron Pipe and Ball Joint Adapter Assembly, Including Steel
Casing
[ 12anch Class 53 Restrained Joint Ductile iron Water Main Attached to Bridge
[ 124nch Class 53 Restrained Joint Ductile iron Water Main in Hwy. Right of Way
[ 124nch PVC, C-900, Class 200 Water Main
[Act 291, 1993 Trench and Excavation Safety System
0
n
G
O
co
S
.�4
2
a
.�"
"11
a�.
2150
a�
Ol
C
rr
N
rO
T
rW
T
TON [
TON
y
��II
y
N
D
D
�1a
D
D
�0n11
D
rO
�I
D
T
rN
T
'rO
rr
N
iC
g
O
O
S
0
S
N
S
4. O
y
S
yp�
O
S
g+
lo
O
S
iv
O
S
E
O
0
O
S
co
O
S
+
Gs
O
S
co
O
S
u
co
O}
S
y�
00'L£S
0
e
O
S
to
y�
0
yy�
Ol
0
i
0
520,000.00
0
m
1 Red Deer, Inc.
Bidder 4
$297,361.00
58,000.00
$14,500.00
N
V
0
m al
O
0
SN
O
0
+
O
's
V
S
'ss
NN
O
yN
P
O
o
0
0
0
0
+'
0
0
y�
0
0
41
10
0
0
NNS
0
us
0
08
V
V
co
0
00.000.02s
Myo
O
0
0
co
0
0
yq
O
0
0
00'000'02$
F
J
a
Y
O
S
O
S
O
S
Iyy
N
S
N�.1
N
S
N
S
S
M
O
S
12
0
0
y
01
0
O
0
y
N
0
00'00$'9$
M
A
yy
W
0
PI
M40
O
S
bl
40
O
0
Vs
OI
0
M
iv
us
O
0
Unit Price Extended
[Fayette Tree & Trench, Inc.
Bidder 5
0
S
$444,536.00
et
...
S
O
O
+
O
O
O
V
O
O
O
+
N
O
S
pN�
Ol
O
O
+
y01
O
O
M
GGOII
0
O
4/1
a
_A
pO
O
O
40
y0�
O.
S
an
1
0
N
i
0
00724$
00'009725
M0
Ol
to
S+
0
in
W
to
0
515,750.00
Ny0
O
p
O
qy ah
O
S
41
+
to
143
S
• N
o
0
S
N
0
O
bbbb O
O±
U
u1
0
U
M
I15O0
O
V
V
N
is
1 500
O
1V1
at
00
N
vg
V
co
N
1p
O
U
N
V
N
O
LI 0
pr
001
0++
0
(MO
A
m
0
OW1
$237.57
144
y
pp
A
{011
'01's
�^
O
Unit Price Extended]
0
a
n
0
[ap
0
=
0
0
0
Bidder 6
4'
•
0
$592,710.25
10
O
10
0
W
OV1
O
M
0
V
A
N
O
0
O N1
O
y�
+
V-
0)
O
O
V
O
O
y�
A+
IO
V
0
O
y�
V
W
0 01
O
M
o
V
V
0
N
M
0
W
0
O
H
W
V
0
INTI
40 40
CO
01
V
a
$610.19
$22,534.50
Y
N
S
�yO
N
10
5
0
10
0
0•
OWI
41
141
IO
CD
N
y1
10
V+
CO
0
00
4s1
a
N
N
S
N
0
0
O
0
�E w
a n iu p
OmgD
$p 3c
m C .c
5 G on' Xi
C T N -1
Woo O
Q o d Z
NO
o • N 7
o
o x,
W
o N
W
D �^
3
CO
toa
0
m
W
z
Z.0
1
3
a:aw p
p d rC
m n
Q 0
.z $iiro
2Z
"N •
N
o
a
a
o w
w
co
de
NW
1W
"
O
u
m
4'0
0)
a
a
N+
O
:O
V
0
0
'
W
Item Description
1 Le, rot 1043 Trench and Excavation Safety System
•
TOTAL BASE BID (Items 1 - 21)
Sod and 24Irrigation System Protection and Restoration at Bordeaux Village Entrance 1 LS I $10,000.00 $10,000.00
Jnch gored Steel Casing 1 50 1LF $250.00 $12,500.00
n 1
!
T ,
T I
o
-
e
c..nerate Fneasament and Concrete Anchors Including Concrete for Fixed End Conneetlon 50 ICY $100.00 $5.000.00
n
B
a
: CO
T
'4 5
0
,r
;
C I
ci
C
0b
1
.ter rn Exiatlne 12Jnch Water Main 2 EA $2,000.00 $4.000.00
rimy.
Irep Exn
isting Rah Water r ,...
ter Main 2 IEA I $500.00 $1,000.00
Pipe Hanger Assemblies, Fixed End Connection, Insulation Shields, Manual Vent and Vent
Box, Flanged Bends, Related Facilities Necessary for Complete Installation of Pipe on 1 13 $250.000.00 5250,000.00
B '
i Ii
4.
et -5
WATER MAIN RELOCATION 32 -ol
ARKANSAS HIGHWAY 45 BRIDGE
AT WHITE RIVER
FAYETTEVILLE ENGINEERING DEPT.
CITY OF FAYETTEVILLE, ARKANSAS
F -AY ETTEV I LLE
AHTD Job 040230
Federal Aid Project BRN-0072(22)
MCE PROJECT NO. FY002255
August, 2000
Prepared By:
Oea/goad
McClelland Consulting Engineers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72702-1229
(501) 443-2377
::,011 n: lHjg, _
•r•t
ATE ..
�\4 s..
..
Ci.17i M¢CLEUAND '•.�%"s
CONSULTING
ENG;t1' EL'S, Inc.
0
:,• No. 24 •.f
REGISTEREj
$I'ROFESSION
ENGINEER
tvo !Vo 4695
stiff ipr W '4
PART/SECTION N2
PART I
00030
00100
00200
00300
00350
00360
TABLE OF CONTENTS
SUBJECT PAGE N2
BIDDING REQUIREMENTS
Advertisement for Bids 1-2
Instructions to Bidder 1-7
Information Available to Bidders 1
Bid Form Unit Price 1-8
Bid Bond 1-2
Notice of Award 1
PART II CONTRACT FORMS
00500 Contract 1-3
00600-1 Performance Bond 1-2
00600-2 Payment Bond 1-2
Maintenance Bond 1
Contractor's Affidavit 1
Notice to Proceed 1
PART III CONDITIONS OF THE CONTRACT
00700 General Conditions
00800 Supplementary Conditions
PART IV
DIVISION 1
01000
01009
01011
01014
01016
1-34
1-3
SPECIFICATIONS
GENERAL REQUIREMENTS
Abbreviations 1-2
Summary of Work 1-2
Site Conditions 1-4
Protection of the Environment 1-2
Safety Requirements and
Protection of Property 1-5
01027 Application for Payment 1-2
01028 Change Order Procedures 1-3
01070 Cutting and Patching 1-3
01210 Preconstruction Conferences 1-2
01300 Submittals During Construction 1-5
01311 Schedule & Sequence of Operations 1-3
01400 Quality Control 1-3
01500 Temporary Construction Facilities
and Utilities 1-3
01600 Material and Equipment Shipment,
Handling, Storage, and Protection 1-3
01700 Contract Closeout 1-2
01710 Clean -Up 1-2
01720 Project Record Documents 1-3
FY002255 Hwy. 45 Bridge
PART/SECTION N2
TABLE OF CONTENTS
SUBJECT PAGE N2
DIVISION 2 SITE WORK
02102 Clearing, Grubbing, and Stripping 1-3
02150 Storm Water Pollution Prevention 1-4
02200 Earthwork, Trench Excavation
and Backfill 1-9
02218 Landscape Grading 1-2
02444 Fencing 1-4
02485 Finish Grading and Grass 1-3
02601 Asphalt and Concrete Restoration 1-9
DIVISION 3 CONCRETE
03210 Reinforcing Steel 1-3
03300 Concrete 1-12
DIVISION 15 MECHANICAL
15001 Plant Piping - General 1-11
15001-2 Cement -Lined Ductile
Iron Pipe & Fittings 1-4
15001-14 Polyvinyl Chloride (PVC) Pipe and Fittings 1-3
15013 Miscellaneous Piping Specialities 1-5
15080 Manually Operated Valves 1-4
APPENDIX A
Occupational Safety Health Administration (OSHA)
Standard for Excavation and Trenches
Safety System, 29 CFR 1926, Subpart P
FY002255 Hwy. 45 Bridge
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DOCUMENT 00030
ADVERTISEMENT FOR BIDS
Bids: February 14. 2001. 10:00 AM
PROJECT: Water Main Relocation, Highway 45 Bridge at White River
MCE Project No.: FY002255
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 for the construction of a water main at and across
the new Highway 45 Bridge at White River, including approximately 2540 feet of buried 12 -inch
PVC water main, approximately 753 feet of 12 -inch restrained joint ductile iron water main attached
to and buried adjacent to the bridge, valves, fittings, casing pipe, and related facilities.
Bids shall be on a unit price basis.
The City of Fayetteville, Arkansas will receive Bids until 10:00 AM. Local Time on February 14
2001 at the Office of the Purchasing Officer located in Room 306, 113 W. Mountain, Fayetteville,
Arkansas. 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
%Southern Reprographics
2905 Point Circle
Fayetteville, AR 72704
F.W. Dodge Reports
5100 East Skelly
Suite 1010
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 $100.00 for each set of documents. Return 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 or bid
bond executed on the prescribed form, payable to the City of Fayetteville, Arkansas in an amount
not less than 5 percent of the amount bid.
FY002255 Hwy. 45 Bridge 00030 - I
For information concerning the proposed work, contact Robert W. White, P. E. at the Engineers
office.
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 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."
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.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Peggy Vice, Purchasing Officer
Publication: January 28, 2001
February 4, 2001
Bid #: 01-14
FY002255 Hwy. 45 Bridge 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
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 4
14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID 4
15. WITHDRAWAL OF BID 4
16. BID SECURITY 4
17. RETURN OF BID SECURITY 5
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 7
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.
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.
4. 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.
FY002255 Hwy. 45 Bridge Section 00100 - 1
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 nonburning 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 $ 100.00 per set. Partial
sets will not be available.
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/or any adjustment for additions or deletions resulting from additive or
deductive alternates or change orders during construction.
FY002255 Hwy. 45 Bridge Section 00100 - 2
TRENCH AND EXCAVATION SAFETY SYSTEM
IN ACCORDANCE WITH ACT 291 OF 1993, BIDDERS MUST PROVIDE A SEPARATE
PRICE FOR TRENCH AND EXCAVATION SAFETY PROGRAMS IN THE SPACE
PROVIDED ON THE BID FORM. FAILURE TO DO SO WILL SUBJECT THE BIDDER
TO DISQUALIFICATION.
10. ALTERNATES
Not used.
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.
FY002255 Hwy. 45 Bridge Section 00100 - 3