Loading...
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