HomeMy WebLinkAbout44-02 RESOLUTION1
RESOLUTION NO. 44-02
A RESOLUTION AWARDING THE CONSTRUCTION CONTRACT
.ro THE LOWEST QUALIFIED BIDDER, 4-D CONSTRUCTION, INC.
FOR THE SANITARY SEWER MAIN REPLACEMENT AND REPAIR
AT THE 1-540 CROSSING IN THE AMOUNT OF $182,520.00, PLUS A
CONTINGENCY OF $53,978.00 FOR A TOTAL OF $236,498.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves and awards the contract to replace and repair the sanitary
sewer main running under 1-540 north of 6111Street to the low bidder, 4-D
Construction, Inc. in the amount of $182,520.00, plus a contingency of $53,978.00
for a total of $236,498.00 and authorizes the Mayor to execute a contract in these
amounts.
PASSED and APPROVED this the 19111day of March, 2002.
odruff, City CIPk
APPROVED:
By
NAME OF FILE:
CROSS REFERENCE:
Item #
Date
AO
Resolution No. 44-02
Document
.,
•
1
10/11/02
Change order # 1 - $24,600.00
NOTES:
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 44-02
03/19/02
Resolution No. 44-02
02/2002
Construction Contract with 4-D Construction, Inc. for the sanitary sewer
main replacement and repair at the 1-540 Crossing
02/19/02
Copy of the Budget Adjustment Form
03/01/02
Memo to Fayetteville City Council thru Mayor Coody, Greg Boettcher,
P.W. Director, Jim Beavers, City Engineer, from Trevor Bowman, Staff
Engineer, regarding sanitary sewer main replacement & repairs, 1-540
crossing
03/01/02
Memo to Fayetteville City Council thru Mayor Coody, Greg Boettcher,
P.W. Director, Jim Beavers, City Engineer, from Trevor Bowman, Staff
Engineer, stating that bids were received on this item previously
submitted to the Council on March 11,2002.
03/19/92
StaffReview Form
03/21/02
Memo to Trevor Bowman, Engineering Division, from Heather
Woodruff, City Clerk
NOTES:
1
1
1
--1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
Construction Specifications
Contract Documents
for
• ORIGINAL
err) • cLeeK
1-540 Sanitary Sewer
Line Replacement (Crossing)
ot.•••••••••••••
February 2002
Prepared by:
The Office of the City Engineer
City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas 72701
6 STEREO
PROFESSIONAL
ENGINEER
* * *
1% No. 8799 v5,*
t(
,t4+ 11OR 80:4;10
L'th X'cR
•
•
Item
Advertisement for bids
Bid Proposal
Instructions for
•
TABLE OF CONTENTS
panes
1-2
1-6
bidders 1-9
State Wage Determination
Contract Agreement
Performance Bond
Payment Bond
Standard General
Conditions 1-42
Supplement to the General Conditions
1-10
Detailed Technical Specifications
Section 100 General Project requirements 1-11
Section 110 Measurement and Payment 1-3
Section 120 Testing 1
Section 300 Crushed Stone Base Course 1
Section 310 Pipe Bedding Material 1
Section 320 Rock Excavation 1
Section
Section
Section
400 Clearing Rights of way, Cutting
and repairing fences 1-4
401 Surface Removal 1-3
414 Pipe detection tape 1
Section 419
Section 428
Section 461
Polyvinyl Cholride (PVC) Pipe and Fittings
for Sewer Lines 1-6
Testing for Sewer Lines and Appurtenances 1-9
Placing pipe protection cover and
compacted backfill sewer and water 1-3
411 411
Section 477 Main Line Encasement 1
Section 482 Cast -In -Place Manholes 1-3
Section 487 Pipeline cleanup and seeding 1-3
11 Section 502 Concrete 1-2
Section 513 Utility Mix for Abandonment of Sewer Lines
11 and Manholes 1
Section 514 Abandonment of Sewer Lines 1
11 Section 515 Abandonment of Sewer Manholes 1
Appendix A - OSHA Safety requirements for excavation 218-256
1
1
1.
1
1
1
1
1
Sealed bids
Arkansas,
Purchasing
City of Fayetteville
ADVERTISEMENT FOR BIDS
I-540
Sanitary Sewer Replacements
Bid Number 02-20
for the construction of sewer lines and appurtenances, Fayetteville,
will be received by the City of Fayetteville, Arkansas, at the
Office, Room 306, City Administration Building, 113 West Mountain
Street, Fayetteville, Arkansas, 72701, until 2:00 P.M. local time on
Monday March 11, 2002, and then at said office publicly opened and read
aloud.
The proposed work generally consists of construction of approximately 364 feet
of 18" and approximately 11 feet of 21" PVC sanitary sewer line, installation of
approximately 354 feet of 30" steel encasement by boring under 1-540,
installation of two sanitary sewer manholes, and abandonment of the existing
crossing and one sanitary sewer manhole, in accordance with the contract
documents.
The Contract Documents, consisting of the Advertisement for Bids, Instruction to
Bidders, Bid Proposal, Contract/ General Conditions, Supplementary Conditions,
Payment Bond, Performance Bond, Drawings, Specifications, and Addenda, may be
examined and obtained at the City of Fayetteville City Engineer's Office located
at 125 West Mountain Street, Fayetteville, AR.
Each contractor shall be responsible for the investigation, inspection, and
studies of the project site as deemed necessary to familiarize themselves with
all conditions encountered. Each contractor shall be responsible to read and
comply with the Instructions to Bidders as contained in the Contract Documents.
Each bid must be accompanied by a cashier's check or surety bond in an amount of
five percent (5%) of the total whole bid. In the event the successful bidder
fails, neglects, or refuses to enter into the contract for the construction of
said work and furnish the necessary bonds in accordance with the Contract General
and Supplemental Conditions, the Owner shall retain said check or bond as
liquidated damages.
Bids shall be made on the official bid sheets contained in the specifications and
such bid sheets shall not be removed from the remainder of the Specifications and
Contract Documents.
All bids shall be sealed and the envelope addressed to the City of Fayetteville
Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas
72701, an clearly marked on the lower left side of the bid envelope shall be the
following information: The Bid number, The project name/title, the date of the
bid opening, the time of the bid opening and the bidding contractor's name and
license number.
1 • •
All bidders shall be licensed under the terms of Act 150 of the 1965 Acts of the
Arkansas Legislature. Also, all bidders must follow the rules and regulations
of the Arkansas Department of Labor Wage Determination.
No bidder may withdraw his bid within sixty (60) days after the actual date of
the bid opening.
11 All bidders will be required to attend a pre—bid
11 conference at the City Engineer's Office located at 125
West Mountain, on Wednesday March 6, 2002 at 2:00 P.M. in
order to be qualified to bid (for details contact the City
11 Engineer's Office at (501) 575-8206).
11 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 contractors to subcontract portions of their
I/ contract to qualified, small, minority, and women business enterprises.
The City of Fayetteville reserves the right to reject any and all bids, and to
waive any formalities as deemed to be in the best interest of the City of
Fayetteville.
Peggy Vice
Purchasing Manager
1
1
1
1
1
1
1
1
sir II 02 05:36p
.411
March 11, 2002
City of Fayetteville
City Engineering Department
113 W. Mountain Street
Fayetteville, AR
44 CONSTRUCTION
***
112345 E HWY 74 • ELMS, AR 72727
PUN CSIMAS24093 • Fe (571yRaci
Matte (841-1124)
An: Trevor Bowman
Re: 1-540 Sanitary Sewer Line Repbcanent
Dear Mr Bowman,
The following is a Clarification on line Item 08:
10 Sq. Yds of DitrIt Paving ® $200.00 pa Sq. Yd for a Total 0ES2,000.00
1 'm sorry for the mix up. Please free to call if you have any other questions.
13 • 2
BID PROPOSAL
Place Fayetteville, Arkansas
Date rrarch
Proposal of a corporation
organized and existing under the laws of the State of
a partnership consisting of
an individual trading as — C / k)
To:
City of Fayetteville
City Administration Building
113 West Mountain
Fayetteville, AR 72701
The undersigned hereby proposes to perform all work and furnish all materials
required to be furnished for the construction of Bid No. 02-20 which shall be
the 1-540 Sanitary Sewer Line Replacement Project, Fayetteville, Arkansas, in
accordance with the following bid schedule, plan drawings and the contract
documents including the project specifications, for the basic lump sum of
lb
Ila
vE,
St>11-1F0 "TV
Dollars($
LxVi oo
It is understood that the lump sum proposals, in addition to all other work
includes all variable quantities listed in the proposal in the amounts so
listed. The variable quantities given in the proposal are for the purpose of
comparing bids only, and the basic lump sum proposal will be adjusted in the
final settlement for variation in the quantities at the following unit prices:
Bid Schedule
Unit Prices for Variable Quantities
Item Quantity Unit Amount
P&L_ and unit Description Price of bid
1. 365 LF '16" PVC C-905 DR 21
Sewer Main w/tracing wire
00
$350 pf$
(figure9)
/5000
$ ONF H LYN? ILUF kiTy v 0\1 Thais A-Aib
eb 1 r I rri berm b No/loo
• Unit price for all pipes will include bedding material, detection tape, and
tracer wire.
1
2. 11 LF "18" PVC SDR 26 Sewer Main
w/ tracing wire
$ 25 00 $.21500
(figures)
$ -TWO H i\lbRE13 . Seka.571 (I VE
(total - words)
3. 354 LF "30" Smooth Steel Encasement
100 °C) 2-1 / 24O00
(figures)
$ toasty ope 114Otic)m-k51-.) 111.00 1-1,0 NJ DR- et,
(total - words)
r -o R-ry A Lit) kJOI,00
4. 2 Ea Cast -in -Place Sanitary Sewer Manhole
5. 1 Ea
$2;25060$ -4 15 oo 00
(figures)
)00
r-ogs-ry rAVe -14-u P•S75i2En Pn-31"3 Nob 0 c)
(total -fwords)
Abandonment of Sanitary Sewer Manhole
00
$3/ 000 3, 000 cc'
(figures)
H ZESti--1 Du se -Lib Pusb goo/ ion
total - words)
6. 110 CY Utility Mix (flowable fill)
$ 745 00
$
(figures)
$ e];t 71-10u3 A-k)h ; -RAND H u obizei)
et7=Illywo7i-ob f•,-)0/ ice)
7. 1 Ea. Abandonment of Existing Sanitary Sewer Crossing
(figures
$ 1 LOO 11-1DusAgs_t Sevei.) skob
(total - words)
SH Ty r I Ve gify
8. 10 SY Concrete Ditch Repair
oo
( op
_,:$27-o-oo :$--a, ODO -
(figures)
wirem••••••,-- •
9. 1 Ea.
10.
11.
12.
13.
14.
15.
10 CY
Lump Sum
Lump aurt
Lump Sum
120 LF
Lump sum
Connection to existing sanitary sewer manhole
oO
$ Loon $
(figures)
, 000 00
$ E 71-1 CU SA I -3D Pt
(total - words)
Solid Rock Excavation
oc
(figures)
$ Obo
$ Of3E OuS-Prb_)b Pt- /....)75 1°0 oo
(total - words)
Traffic Control and Safety
,n,00000$
000 00
(figures)
$ --tH ou s A -1u PrkilTh "(V/ 00
(total - words
Trench
Saftey per OSHA requirements
$ $ 1 , on o"
(figures)
C)uer ousicrob F431:> Kt/Licc).
(total - words)
Mobilization
oicf° 2 5-00°D
(figures)
sflcn 71-1 ou5nc-b
H-0 K:biZEO
(total - wo ds)
Erosion Control Devices
(figures)
(total - words)
$
HukJt1R&Th11Lu&&JTy A-1-6
Seeding and Mulching
$ 115C°CC$
(figures)
$ oroc 11-1 ouspKib, *k)
(total - words)
PYN1> Lti
,o co "
E u 1 -3b42 -e --N
03/07/2802 16:35 501-575-8202
•
ENGINEERING C.O.F.
•
•
•
PAGE 02
1-540 Sanitary Sewer Line Replacement (Crossing)
The City of Fayetteville, Arkansas
ADDENDUM ONE
to the
Construction Specifications and Contract Documents
February 2002
Prepared by:
The Office of the City Engineer
City of Fayetteville
113 West Mountain Street
Fayetteville, Arkansas 72701
03/07/2002 16:35 501-575-8202 . ENGINEERING C.O.F.
1-540 SANITARY SEWER LINE REPLACEMENT (CROSSING)
ADDENDUM ONE
Clarifications from March 6,2002
Pre -Bid Conference
PAGE 03
There is a discrepancy on the plans regarding the size of the 11 ft. section of sewer line.
The plans show a 21 -inch line, while the profile shows an 18 -inch line ALL SEWER
LINES ON THIS PROJECT ARE 18 -INCH LINES.
2. Mega -lug retainers will be required at all joints within the encasement. This will add
approximately 1000 pounds to the weight of the pipe. The cost of the retainers shall be
included in the cost of the pipe and shall not be a separate bid item.
3. It is apparent that tho C905 DR21 pipe called out ort the plans is not available. AWWA
C905 0R25 pipe shall be used between the manhole at station 2+04 and the
manhole at station 5+73.
The successful bidder shall provide a work plan / schedule to the City at the
preconstruction conference
Capping of lines to be abandoned shall be acceptable on a temporary basis so that the
newly constructed lines can be placed in service as soon as possible, at which time the
capped lines shall be completely grouted in.
The following are the proper manhole elevations:
Station 2+04: Rim 1303.00
Invert (in) 1295.58
Invert (out) 1295.48
Station 5+73: Rim 1305.52
Invert (in) 1291.90
Invert (out) 1291.73
Station 5+87 Rim 1304.40
Invert (in) N 1291.40
Invert (in) W 1291 28
Invert (out) S 1290.84
7 Mandrel testing shall be required, but may be performed immediately after the sewer line
has been constructed.
8. The trench detail mistakenly shows that full depth Class 7 base is required for backlit'
above the bedding zone. For non -paved open trench Installations, backfill (above
the bedding zone) may consist of native materials free from large stones as
determined by the field inspector. A bedding zone of six inches of grit on all
sides of the pipe shall be required.
9. The minimum wail thickness for cast -in-place manholes shall be 8 inches.
10. A cast -in-place manhole shall be required at station 2+04. Either cast4n-place or
03/07/2002 16:35 501-575-8202
•
•
ENGINEERING C.O.F. PAGE 04
precast shall be acceptable at station 5+73. Prior approval from the City Engineers
office of shop drawings for precast manholes shall be required.
11. Complete asphalt coating shall be required for all cast -in-place manholes. Asphalt
coating of Joints shall be required for all precast manholes.
12. The AHTD will require signage indicating 'Utility Work Ahead' at 2000 feet and 500 feet
ahead of the construction from each traffic direction, as well as signage indicating "End
Utility Work' at each end. Also. the bore pits shall be clearly marked and protected with
either barrels or barricades. For other details, consult the MUTCD.
13. A temporary construction easement is being provided for the eastem most bore pit.
14. The completion deadline rusted in the Contract section of the specifications shall be
amended to state that the contractor shall "substantially complete' (as opposed to totally
complete) all work within forty-five calendar days. The project shall be considered
substantially complete at the point where Me new line is placed in service.
Weekend work shall be considered acceptable with 48-hour prior notice to the Clty's
Inspector assigned to the job. Please note that page 2 of the contract provides for added
time for completion in the event there are days on whith the contractor is prevented from
working due to drcumstances beyond the contractor's control. Application for such
extensions shall be according to the contract requirements.
The project shall be totally complete within sixty (60) calendar days after commencing
work.
15. The AUTO shall be notified three (3) days prior to start of construction, and at completion
of construction.
• • •
411 L. . 411
11
The undersigned submits the following subcontractors for use if the contract
Bidders must bid the schedule in its entirety including all items, The City of
Fayetteville reserves the right to reject any and all bids and waive any
formalities as deemed in the best interest of the City of Fayetteville.
The undersigned hereby declares: That he has examined the Plans and the
Specifications with the related documents and the site of the proposed work
and being familiar with all conditions surrounding construction of the
proposed project, including availability of material and labor, hereby
proposes to furnish all equipment, labor, material, plant and supplies, within
the time set forth herein and at the prices stated above. These prices are to
cover all expenses incurred in performing the work required under the Contract
Documents, of which this proposal is a part.
The undersigned further agrees, if awarded the contract, the Contractor shall
begin work within ten (10) calendar days from a Notice to Proceed and will
fully complete all work within ninety (90) consecutive calendar days after the
date of the Notice to Proceed. Should the Contractor fail to complete the
work within the stated time, he shall pay the Owner as fixed, agreed, and
liquidated damages $300.00 per day for each consecutive calendar day of delay
until the work is completed or accepted.
is awarded. The owner shall have the authority to reject the use of any
subcontractor.
Subcontractors
Name Address Contractor's license no. 00334e."0402-
09)PcHN_ CoNs-MucTion) 2035 TLF20:4; vigisrper,ti))41fiftiz
Additional time is allowed for delays as stipulated in the Contract Documents.
The undersigned acknowledges the receipt of the following Addendum:
912.4(2.12-$ addri dirriC 6–te
For changing quantities of work items from those indicated by the contract
‘II Documents, upon written instructions from the Engineer, the above unit prices
as given in the proposal shall prevail. The above unit prices shall include
all labor, materials, plant, bailing, shoring, overhead, profit, insurance,
bonds, etc., as necessary to cover the finished work of the various kinds
I/ called for. The bidder understands that the City of Fayetteville reserves the
right to reject any or all bids and waive any formalities as deemed in the
best interest of the City of Fayetteville.
1/ The bidder does agree that this bid shall be good and may not be withdrawn for
a period of 60 days after the scheduled closing time for receipt of bids.
Further the undersigned agrees to fully and completely submit the detailed
"STATEMENT OF BIDDER'S QUALIFICATIONS" as found on the page immediately
following the proposal. The undersigned agrees that failure to complete
1 and/or provide the "STATEMENT OF BIDDER'S QUALIFICATIONS" shall be cause for
1
4
•
March 10, 2002
City of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
t'•
411 CONSTRUCTION
4*. .
19348 E HWY 74 • ELKINS, AR 72727
Phone (S31)582-5650 • Fax cm )5132-0181
Mobile (841-1124)
RE. STATEMENT OF BIDDERS QUALIFICATIONS
Simxrely,
•
1. 4-0 Construction
2. 19346 E. HWY 74, Elkins, AR 72727
3. October, 2001
4. NA
5,0125110103
6. Operating as 4-0 Construction since October of 2001. Prior to October of 2001 we operated as
Lawson Manhole Service.
7. Contract on Hand (Not signed as of 03/10/02) for $33,400.00. Completion date approximenty
June 30, 2002. Contact Carole Jones at McClellands Engineering Consultants, Fayetteville.
8. NO
9. No
10. Hwy 45 East and Water River Connections, Owner City of Fayetteville, Engineer,
McGoodwin, Williams and Yates. Inc.
11. Backhoe. Manholes Forms and any other equipment needed will be rented. All Boring
to be subcontracted to Mains Construction.
12 Yes
Denise Lawson
,„,diyazo,
the Owner and/or Engineer to consider the bid non-responsive and to reject
such bid.
By
Title
14 3A- Co -ichoi FrAo.44? ,
Business Address >—/ ?-77
-7-)1- 5-g2 - 57_050
Telephone
01 aS 1 1 rypb
Arkansas License Number
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate sheets and then attached to this statement. The
Bidder may submit any additional information that he desires.
1. Name of Bidder.
2. Permanent main office address and telephone number.
3. When organized.
4. If a corporation, where incorporated.
5. Contractor's License number.
6. How many years have you been engaged in the contracting business under
your present firm or trade name? under other names?
7. Contracts on hand. (Schedule these, showing the amount of each contract
and the appropriate anticipated dates of completions, and a point of contact
for references.)
8. Have you ever failed to complete any work awarded to you?
9. Have you ever defaulted on a contract? If so, where and why?
10. Experience in construction similar in size and scope to this project,
along with the project owners and engineers.
11. List of major equipment available for this contract.
12. Will you, upon request, fill out a detailed financial statement,
including credit worthiness, and furnish any other information that may be
required by the Owner?
5
Dated at
Name of Organization:
•
this /1/991 day of 71321c -.0e2.- 204(42-
- 6-7-
by
Title
State of azeeenceari
County
•
41(AC
(12.51 -L -C)
I
of 7/247
-42
dws S and says that h -'Cis the
ra ,5772 (IC- 0 A.-)
foregoing questions and all statements
Subscribed and sworn before me this
20 (fl.
My commission expires
(seal)
being duly sworn
of
Contractor(s), and that answers to the
therein contained are true and co rect.
day of
ae.erf: se45/(e
Notary Public
"OFFICIAL SEAL"
JACKIE E. BAJCER
Notary Public, State of Arkansas
County of Washington
My Commission Exp. 04/19/2009
6
11
INSTRUCTIONS FOR BIDDESS:
1
1
1
1
1
1
1. Defined Terms. Terms used in these Instructions to Bidders which are
defined in the Standard General Conditions of the Construction Contract shall
have the meanings assigned to them in the General and Supplementary
Conditions. The term "Bidder" means one who submits a Bid directly to the
Owner, as distinct from a sub -bidder who submits a bid to a Bidder. The term
"Successful Bidder" shall mean the lowest, qualified responsible and
responsive Bidder to whom Owner (on the basis of Owner's evaluation as
hereinafter provided) makes an award. The term "Bidding Documents" includes
the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid
Proposal Form, and the proposed Specifications and Contract Documents
(including all Addenda issued prior to the receipt of Bids).
2. Copies of the Biddinq Documents. Complete sets of the Bidding Documents
in the number and amount, in any, stated in the Advertisement to Invitation to
Bid may be obtained from the Engineer upon request.
Complete sets of Bidding Documents must be used in preparing Bids; neither
the Owner nor Engineer assumes any responsibility for error or
misunderstandings resulting from the use of incomplete sets of Bidding
Documents.
Owner and Engineer in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids on the Work and do
not confer a license or grant for any other use.
3. Oualifications of Bidders. When included with, and made a part of the
Bid Proposal, the Bidder must submit a completed "Statement of Bidder's
Qualifications" as part of the Bid Proposal. The "Statement of Bidder's
Qualifications" is required to demonstrate qualifications to perform the Work
and will be used in evaluating all bids as a basis for award.
4. Examination of Contract Documents and Site.
4.1. It is the responsibility of each Bidder before submitting a Bid, to
(a) examine the Contract Documents thoroughly,
(b) visit the site to become familiar with local and specific conditions which
may affect cost, progress, safety, performance or furnishing of the Work,
(c) consider all Local, State and Federal Regulations and Laws which may
affect cost, progress, safety, performance or furnishing of the Work,
(d) study and carefully correlate Bidder's observations with the Contract
Documents and
(e) notify Engineer of any and all conflicts, errors or discrepancies in the
Contract Documents.
4.2 Information and data reflected in the Contract Documents with respect to
Underground Facilities at or contiguous to the site is based upon information
1