HomeMy WebLinkAbout155-08 RESOLUTIONRESOLUTION NO. 155-08
A RESOLUTION AWARDING BID #08-50 AND APPROVING A
CONSTRUCTION CONTRACT WITH CROSSLAND HEAVY
CONTRACTORS, INC. IN THE AMOUNT OF $2,439,646.00; AND
APPROVING A 10% CONTINGENCY IN THE AMOUNT OF
$244,000.00 FOR IMPROVEMENTS AT THE NOLAND
WASTEWATER TREATMENT PLANT, WSIP SUBPROJECT EP -3.
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 awards Bid #08-50 and approves a contract with Crossland Heavy
Contractors, Inc. in the amount of $2,439,646.00 for improvements at the Noland
Wastewater Treatment Plant, WSIP Subproject EP -3. A copy of the contract,
marked Exhibit "A," is attached hereto and made a part hereof.
Section 2. That the City Council of the City of Fayetteville,
hereby approves a 10% contingency in the amount of $244,000.00.
PASSED and APPROVED this 5th day of August, 2008.
APPROVED: ATTEST:
By
By: (612/1414.)C�►�'
DAN COODY, Mayor - SONDRA E. SMITH, City Clerk/Treasurer
Arkansas
,,,l
SER ..
S%,
vG•G\YG ^Gp
s
_• AS
S
'c FAYETTEVILLE: E
reit
. .;
P
4wuW"`
DOCUMENT 00500 - AGREEMENT
BETWEEN THE CITY OF FAYETTEVILLE AND CONTRACTOR
Project Name:
Contract Name:
Contract No.:
Wastewater System Improvement Project
Noland Wastewater Treattnent Plant Improvements
EP -3
THIS AGREEMENT is dated as of the day of in the year 2008 by and
between CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC.
ARTICLE 1 - WORK
1.01 CROSSLAND HEAVY CONTRACTORS, INC. shall complete all Work as specified or
indicated in the Contract Documents. The Work under this Contract is generally described as
follows:
The Contract provides for the installation of pumps, concrete repair, roof repair, clarifier
drive replacement, and other miscellaneous improvements at the Noland Wastewater
Treatment Plant, 1500 N. Foxhunter Road, Fayetteville, Arkansas 72701 in accordance with
the documents prepared by Black & Veatch Corporation.
1.02 The Contract for which the Work under the Contract Documents may be the whole or only a
part is generally described as follows:
The City of Fayetteville, Arkansas is undertaking a project to redirect sewer Flows from
portions of the City in the Illinois River drainage basin to a new wastewater treatment plant
on the west side of the City and upgrade sewers in the City which are in the White River
drainage basin and upgrade the existing wastewater treatment plant on the east side of the
City. The project is known as the Wastewater System Improvement Project and includes, but
may not be limited to, four areas of improvements as follows:
I. Westside Wastewater Treatment Plant.
2. Westside Collection System Improvements.
3. Paul R. Noland Wastewater Treatment Plant Improvements.
4. Eastside Collection System Improvements.
00500 - Agreement.doc
00500— 1 Project No. 135045
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 2 - ENGINEER
2.01 The Contract has been designed by BLACK & VEATCH CORPORATION. BLACK &
VEATCH CORPORATION assumes all duties and responsibilities, and has the rights and
authority assigned to BLACK & VEATCH CORPORATION in the Contract Documents in
connection with completion of the Work in accordance with the Contract Documents.
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and completion and
readiness for final payment as stated in the Contract Documents are of the essence of
the Contract.
3.02 DATE$ FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
The Work will be Substantially Completed within Two Hundred Seventy
(270) calendar days after the date when the Contract Times commence to run as
provided in the GENERAL CONDITIONS, and completed and ready for final
payment in accordance with the GENERAL CONDITIONS within Three Hundred
(300) calendar days after the date when the Contract Times commence to run.
Substantially Complete by date stated above shall be defined as the
completion of all major work items as required for a fully operational system.
3.03 LIQUIDATED DAMAGES:
A. THE CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS,
INC. recognize that time is of the essence of this Agreement and that THE CITY OF
FAYETTEVILLE will suffer financial loss if the Work is not completed within the
time specified above, plus any extensions thereof allowed in accordance with the
GENERAL CONDITIONS. The parties also recognize the delays, expense, and
difficulties involved in proving the actual loss suffered by THE CITY QF
FAYETTEVILLE if the Work is not Substantially Completed on time. Accordingly,
instead of requiring any such proof, THE CITY OF FAYETTEVILLE and
00500 - Agreement.doc
00500 — 2 Project No. 135045
DOCUMENT 00500 — AGREEMENT (continued)
CROSSLAND HEAVY CONTRACTORS, INC. agree that as liquidated damages
for delay (but not as a penalty) CROSSLAND HEAVY CONTRACTORS, INC.
shall pay THE CITY OF FAYETTEVILLE One Thousand Dollars ($1,000.00) for
each calendar day that expires after the time specified above in Paragraph 3.02 for
Substantial Completion until the Work is Substantially Complete. After Substantial
Completion, if CROSSLAND HEAVY CONTRACTORS, INC. shall neglect, refuse,
or fail to complete the remaining Work within the time specified in Paragraph 3.02
for completion and readiness for final paytnent or any proper extension thereof
granted by THE CITY OF FAYETTEVILLE, CROSSLAND HEAVY
CONTRACTORS, INC. shall pay THE CITY OF FAYETTEVILLE Five
Hundred Dollars ($500.00) for each calendar day that expires after the time specified
for completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 THE CITY OF FAYETTEVILLE shall pay CROSSLAND HEAVY CONTRACTORS, INC.
for completion of the Work in accordance with the Contract Documents an amount in current
funds equal to the sum of the amounts detennined pursuant to paragraphs below:
A. LUMP SUM CONTRACT PRICE: For all Work a Lump Sum of:
Two Million, Four Hundred Thirty Nine Thousand, Six Hundred Forty Six Dollars
($2,439,646).
4.02 Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed without a formal contract amendment approved by the Mayor and the City Council
in advance of the change in scope, costs, fees, or delivery schedule.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
CROSSLAND HEAVY CONTRACTORS, INC. shall submit Applications for
Payment in accordance with the GENERAL CONDITIONS. Applications for
Payment will be processed by THE CITY OF FAYETTEVILLE as provided in the
GENERAL CONDITIONS.
00500 - Agreement.doc
00500 — 3 Project No. 135045
DOCUMENT 00500 — AGREEMENT (continued)
5.02 PROGRESS PAYMENTS, RETAINAGE:
THE CITY OF FAYETTEVILLE shall make progress payments on account of the
Contract Price on the basis of CROSSLAND HEAVY CONTRACTORS, INC.'s
Applications for Payment as recommended by BLACK & VEATCH
CORPORATION or about the 20th day of each month during construction. All such
payments will be measured by the schedule of values established in the GENERAL
CONDITIONS or, in the event there is no schedule of values, as provided in the
General Requirements.
00500 - Agreement.doc
Prior to Substantial Completion, progress payments will be made in an
amount equal to the percentage indicated below, but, in each case, Tess the
aggregate of payments previously made and Tess such amounts as BLACK &
VEATCH CORPORATION shall determine, or THE CITY OF
FAYETTEVILLE may withhold, in accordance with the GENERAL
CONDITIONS.
a. 90% of Work Completed (with the balance being retainage). If Work
has been 50% completed as determined by BLACK & VEATCH
CORPORATION and if the character and progress of the Work have
been satisfactory to THE CITY OF FAYETTEVILLE and BLACK &
VEATCH CORPORATION, THE CITY OF FAYETTEVILLE on
recommendation of BLACK & VEATCH CORPORATION may
determine that as long as the character and progress of the Work
subsequently remain satisfactory to them a 5 percent retainage will be
withheld on the remaining progress payments prior to Substantial
Completion; and
b. 100% of Equipment and Materials not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation
satisfactory to THE CITY OF FAYETTEVILLE as provided in the
GENERAL CONDITIONS.
00500 — 4 Project No. 135045
DOCUMENT 00500 — AGREEMENT (continued)
Upon Substantial Completion, THE CITY OF FAYETTEVILLE shall pay an
amount sufficient to increase total payments to CROSSLAND HEAVY
CONTRACTORS, INC. to 95% of the Contract Price (with the balance being
retainage), less such amounts as BLACK & VEATCH CORPORATION.
shall determine, or THE CITY OF FAYETTEVILLE may withhold, in
accordance with the GENERAL CONDITIONS.
5.03 FINAL PAYMENT:
Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, THE CITY OF FAYETTEVILLE shall pay the
remainder of the Contract Price as recommended by BLACK & VEATCH
CORPORATION and as provided in the GENERAL CONDITIONS.
ARTICLE 6 - CROSSLAND HEAVY CONTRACTORS, INC. REPRESENTATIONS
6.01 In order to induce THE CITY OF FAYETTEVILLE to enter into this Agreement,
CROSSLAND HEAVY CONTRACTORS, INC. makes the following representations:
CROSSLAND HEAVY CONTRACTORS, INC. has examined and carefully studied
the Contract Documents including the Addenda and other related data identified in
the Bid Documents.
B. CROSSLAND HEAVY CONTRACTORS, INC. has visited the Site and become
familiar with and is satisfied as to the general, local, and Site conditions that may
affect cost, progress, performance, and furnishing of the Work.
C. CROSSLAND HEAVY CONTRACTORS, INC. is familiar with and is satisfied as
to all federal, state, and local Laws and Regulations that may affect cost, progress,
performance, and furnishing of the Work.
CROSSLAND HEAVY CONTRACTORS, INC. has carefully studied all:
(1)
00500 - Agreement.doc
reports of explorations and tests of subsurface conditions at or contiguous to
the Site and all drawings of physical conditions in or relating to existing
surface or subsurface structures at or contiguous to the Site; and
00500 — 5 Project No. 135045
DOCUMENT 00500 — AGREEMENT (continued)
(2) reports and drawings of a Hazardous Environmental Condition, if any, at the
Site. CROSSLAND HEAVY CONTRACTORS, INC. acknowledges that
THE CITY OF FAYETTEVILLE and BLACK & VEATCH
CORPORATION do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Contract
Documents with respect to Underground Facilities at or contiguous to the
Site.
E. CROSSLAND HEAVY CONTRACTORS, INC. has obtained and carefully studied
(or assumes responsibility of having done so) all such additional supplementary
examinations, investigations, explorations, tests, studies, and data concerning
conditions (surface, subsurface, and Underground Facilities) at or contiguous to the
Site or otherwise which may affect cost, progress, performance, and furnishing of the
Work or which relate to any aspect of the means, methods, techniques, sequences,
and procedures of construction to be employed by CROSSLAND HEAVY
CONTRACTORS, INC. and safety precautions and programs incident thereto.
CROSSLAND HEAVY CONTRACTORS, INC. does not consider that any
additional examinations, investigations, explorations, tests, studies, or data are
necessary for the performing and furnishing of the Work at the Contract Price, within
the Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
CROSSLAND HEAVY CONTRACTORS, INC. is aware of the general nature of
work to be performed by THE CITY OF FAYETTEVILLE and others at the Site that
relates to the Work as indicated in the Contract Documents.
CROSSLAND HEAVY CONTRACTORS, INC. has correlated the information
known to CROSSLAND HEAVY CONTRACTORS, INC., infonnation and
observations obtained from visits to the Site, reports and drawings identified in the
Contract Documents, and all additional examinations, investigations, explorations,
tests, studies, and data with the Contract Documents.
00500 - Agreement.doc
00500 — 6 Project No. 135045
DOCUMENT 00500 — AGREEMENT (continued)
CROSSLAND HEAVY CONTRACTORS, INC. has given BLACK & VEATCH
CORPORATION written notice of all conflicts, errors, ambiguities, or discrepancies
that CROSSLAND HEAVY CONTRACTORS, INC. has discovered in the Contract
Documents and the written resolution thereof by BLACK & VEATCH
CORPORATION is acceptable to CROSSLAND HEAVY CONTRACTORS, INC.
The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of the
Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between THE CITY
OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC.
concerning the Work consist of the following and may only be amended, modified, or
supplemented as provided in the GENERAL CONDITIONS:
This Agreement.
Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. CROSSLAND HEAVY CONTRACTORS, INC. 's Bid.
c. Documentation submitted by CROSSLAND HEAVY CONTRACTORS,
INC. prior to Notice of Award.
3. Performance, Payment, Maintenance, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Labor -Related Regulations.
00500 - Agreement.doc
00500 — 7 Project No. 135045
DOCUMENT 00500 — AGREEMENT (continued)
7. Specifications consisting of divisions and sections as listed in table of
contents of Project Manual.
Drawings consisting of a cover sheet and sheets as listed in the table of
contents thereof, with each sheet bearing the following general title:
Noland Wastewater Treatment Plant Improvements
9. Addenda number 1, inclusive.
10. The following which may be delivered or issued after the Effective Date of
the Agreement and are not attached hereto: All Written Amendments and
other documents amending, modifying, or supplementing the Contract
Documents pursuant to the GENERAL CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
Terms used in this Agreement which are defined in the GENERAL CONDITIONS
shall have the meanings stated in the GENERAL CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically but without limitation, moneys that may
become due and moneys that are due may not be assigned without such consent
(except to the extent that the effect of this restriction may be limited by Law), and
unless specifically stated to the contrary in any written consent to an assignment, -no
assignment will release or discharge the assignor from any duty or responsibility
under the Contract Documents.
8.03 SUCCESSORS AND ASSIGNS:
THE CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS,
INC. each binds himself, his' partners, successors, assigns, and legal representatives
00500 - Agreement.doc
00500 — 8 Project No. 135045
DOCUMENT 00500 — AGREEMENT (continued)
to the other party hereto, its partners, successors, assigns, and legal representatives in
respect to all covenants, agreements, and obligations contained in the Contract
Documents.
8.04 SEVERABILITY:
Any provision or part of the Contract Documents held to be void or unenforceable
under any Law or Regulation shall be deemed stricken, and all remaining provisions
shall continue to be valid and binding upon THE CITY OF FAYETTEVILLE and
CROSSLAND HEAVY CONTRACTORS, INC., who agree that the Contract
Documents shall be reformed to replace such stricken provision or part thereof with a
valid and enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
8.05 OTHER PROVISIONS: Not Applicable.
8.06 CONTROLLING LAW
This Agreement shall be subject to, interpreted and enforced according to the laws of
the State of Arkansas without regard to any conflicts of law provisions.
8.07 ARKANSAS OF INFORMATION ACT
City contracts and documents, including internal documents and documents of
subcontractors and sub -consultants, prepared while performing City contractual work
are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of
Information Act request is presented to the CITY OF FAYETTEVILLE,
CROSSLAND HEAVY CONTRACTORS, INC. will do everything possible to
provide the documents in a prompt and timely manner as prescribed in the Arkansas
Freedom of Information Act (A.C.A. §25-19-101 et seq.). Only legally authorized
photocopying costs pursuant to the FOIA may be assessed for this compliance.
00500 - Agreement.doc
00500 — 9 Project No. 135045
DOCUMENT 00500 — AGREEMENT (continued)
IN WITNESS WHEREOF, THE CITY OF FAYETTEVILLE and CROSSLAND HEAVY
CONTRACTORS, INC.have signed this Agreement in quadruplicate. One counterpart each
has been delivered to THE CITY OF FAYETTEVILLE, CROSSLAND 1-IEAVY
CONTRACTORS, INC. and BLACK & VEATCH CORPORATION. All portions of the
Contract Documents have been signed, initialed, or identified by THE CITY OF
FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC.
This Agreement will be effective on
Date of the Agreement.
Crossland Heavy Contractors Inc. City of Fayetteville -
Columbus, K s,
By: ✓r
Title: PSioVi `K
(SEAL)
Attest 4-1` 1[..s.n..../es
Address for giving notices
PO to. 350
eDkOrrAruS, KS l�1'lz5
License No. (J1.61 3 DI I ($
Agent for Service of process
(If C, 1S akaqy Cureiyaauvs
is a corporation, attach evidence
of authority to sign.)
00500 - Agreement.doc
which is the Effective
Fa etteville A ansas�•
By: ��. ,A7/1aA _e_I�/
Title: Ma or
MIP
(SEAL)
Attest adita, t�
Address for giving notices
`�..``................
t'.�,,��
:U• • ?aa
:FAYETTEVILLE;
z�zle
1(3 11.1 of IWCuM
at. .o i I l.E. OA. 1,2_70
(If Owner is a public body, attach
evidence of authority to
sign and resolution or other documents
authorizing execution of Agreement)
Appr eto EA
o
By:
Attorney For: City o Fayetteville
END OF DOCUMENT 00500
NNE
00500 — 10 Project No. 135045
CROSSLAND
HEAVY CONTRACTORS
833 S. East Avenue • P.O. Box 350
Columbus, Kansas 66725
tel 620.429.1410
tax 620.429.2977
Corporate Resolution
BE IT RESOLVED: that at the monthly meeting of the Board of Directors of Crossland
Heavy Contractors, Inc., held on the 1 1th day of June, 2008, the Board of Directors did,
by unanimous decision, authorize Mark Sell or Darrell Moorman or Ivan Crossland, Jr. to
sign on behalf of said Corporation all documents and papers pertaining to the business of
said Corporation
All documents signed by Mark Sell or Darrell Moorman or Ivan Crossland, Jr. on behalf
of Crossland Heavy Contractors, Inc. shall be legally bindingpn Crossland Heavy
Contractors, Inc. and their successors and assigns.
ATTEST- i VIZ4A av
Misty'Harris,,Secretary
State of Kansas, County of Cherokee:
Mark Sell, President
Before me, the undersigned Notary Public in and for the County and State aforesaid,
personally appeared Mark Sell, President of Crossland Heavy Contractors, Inc. a
corporation duly organized and existing in the State of Kansas, and he acknowledged the
same on behalf of said Corporation.
It witness thereof I have set my hand and affixed my seal this 17th day of July, 2008.
My Commission Expires
-ane*
Notary Pubiic
Sf l 1, aOl
www.heavycontractors.com
Holly Jarrett 1
MY AAA E17!! r
DOCUMENT 00400 - BID FORM
Projeclt Name: Wastewater System Improvements Project
Contract Name: Noland.Wastewater Treatment Plant Improvements
Contract No.: EP -3
Bid No.: 08-50
BID TO:
Owner:
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM: /�
Bidder: ( j16Y� .. GIlrtY nre‘IKC
.Pb tox �5b 3 g. - ewe
(novyttaFi Ks loll2.9"
LoZO- I-VaQt- 14ttb
ARTICLE 1 - INTENT
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Bid price and
within the Bid time indicated in this Bid and in accordance with the other terms and
conditions of the Contract Documents.
ARTICLE 2 - TERMS AND CONDJTIONS
2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of Bid security. This
Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will
sign and deliver the required number of counterparts of the Agreement with the Bonds and
other documents required by the Bidding Requirements within 15 days after the date of
Owner's Notice of Award.
00400 -Bid Formaddl.doc
00400 ADDI - I Project No135045
DOCUMENT 00400 - BID FORM (continued)
ARTICLE 3 - BIDDER'S REPRESENTATIONS
•3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that:
Bidder has examined and carefully studied the Bid Documents, and the following
Addenda, receipt of all which is hereby acknowledged:
Number
Date
•
B. Bidder has visited the Site and become familiar with and is satisfied as to the general,
local, and Site conditions that may affect cost, progress, performance, and furnishing
of the Work.
C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, performance, and furnishing of the Work.
D. Bidder has carefully studied all: (I) reports of explorations and tests of subsurface
conditions at or contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures al or contiguous to the Site; and
(2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site.
Bidder acknowledges that such reports and drawings are not Contract Documents and
may not be complete for Bidder's purposes. Bidder acknowledges that Owner and
Engineer do not assume responsibility for the accuracy or completeness of
information and data shown or indicated in the Bid Documents with respect to
Underground Facilities at or contiguous to the Site.
E. Bidder has obtained and carefully studied (or assumes responsibility for having done
so) all such additional or supplementary examinations, investigations, explorations,
tests, studies, and data concerning conditions (surface, subsurface, and Underground
Facilities) at or contiguous to the Site or otherwise which may affect cost, progress,
00400•Bid Formaddl.doc
00400ADD I - 2 Project No. 135045
DOCUMENT 00400- BID FORM (continued)
performance, or furnishing of the Work or which relate to any aspect of the means,
methods, techniques, sequences, and procedures of construction to be employed by
Bidder and safety precautions and programs incident thereto.
Bidder does not consider that any additional examinations, investigations,
explorations, tests, studies, or data are necessary for the determination of this Bid for
performing and furnishing of the Work in accordance with the times, price, and other
terms and conditions of the Contract Documents.
G. Bidder is aware of the general nature of work to be performed by Owner and others
at the Site that relates to Work for which this Bid is submitted as indicated in the
Contract Documents.
Bidder has correlated the information known to Bidder, information and observations
obtained from visits to the Site, reports, and drawings identified in the Contract
Documents, and all additional examinations, investigations, explorations; tests,
studies, and data with the Contract Documents.
Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Contract Documents, and the written
resolution thereof by Engineer is acceptable to Bidder.
The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for
which this Bid is submitted.
K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm, or corporation and is not submitted in conformity with any agreement or
rules of any group, association, organization, or corporation; Bidder has not directly
or indirectly induced or solicited any other Bidder to submit a false or sham bid;
Bidder has not solicited or induced any person, firm, or a corporation to refrain from
bidding; and Bidder has not sought by collusion to obtain for himself any advantage
over any other Bidder or over Owner.
00400 -Bid Formaddl.doc
00400A 001 - 3 Project No. 135045
DOCUMENT 00400 - BID FORM (continued)
L. Bidder will perform the Work in compliance with all applicable trench safety
standards set forth in Occupational Safely and Health Administration (OSHA)
Part 1926 — Subpart P — Excavations.
ARTICLE 4 - BID PRICE
4.01 Bidder will complete the Work in accordance with the Contract Documents for the following
price:
A. Lump Sum Price:
/44 filit n
midatissil
fast
JI/td/1 Dollars ($ o% '/f9� ako ).
If the required quantities of the items listed below are increased by Change Order due to
unforeseen conditions, the adjustment unit prices named shall apply to such quantities:
Item Unit
Horizontal Expansion Joint If
Repair at Aeration Basin Per
Specification 03711
Excavation Per Sections 02200 cy
and 02202
Backfill Per Sections 02200 cy
and 02202
Asphaltic Concrete Paving Per cy
Section 02512
Concrete - Slab on Grade Per cy
Section 03302
Concrete - Walls Per Section cy
03302
Flanged 1n Building Ductile If
Iron Pipe - 6 inch Per Section
15061
Restrained Buried Ductile Iron If
Pipe - 6 inch Per Section
15061
00400 -Bid Formaddl.doc 00400ADD1 —4
Unit Price
$ 0700=2
Project No. 135045
DOCUMENT 00400 - BID FORM (continued)
If time charges are required by the Contractor's employees listed below as a result of a
Change Order due to unforeseen conditions, the hourly wage rate ranges named shall
apply to such time charges:
Title
Laborers
Carpenters
Welders
Foreman
Operators
Supervisors
ARTICLE 5 - CONTRACT TIMES
Hourly Wage Rate Range
$l8`='-$tiggeRt 1�'
$2d9'-$��3°'
$ ZCD- $ ?� k
$ -$48c±:
$-1r-$ 31
-$_cg
5.01 Bidder agrees that the Work will be substantially completed and ready for final payment
within the number of calendar days indicated in the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of
failure to complete the Work within the times specified in the Agreement.
ARTICLE 6 - BID CONTENT
6.01 The following documents are attached to and made a condition of this Bid:
A.
D.
Required Bid security in the form of a certified or bank cashier's check or a Bid
Bond and in the amount of
&Ib t b; ct
Dollars ($
Required Bidder's Qualification Statement with supporting data
(DOCUMENT 00140 - Bidder's Qualification Statement).
Manufacturer's data where called for in Specifications (DOCUMENT 00450 -
Equipment Questionnaire).
DOCUMENT 00430 - List of Subcontractors.
00400 -Bid FormaddI.doc 00400/ADD] — 5
Project No. 135045
DOCUMENT 00400 - BID FORM (continued)
ARTICLE 7 - COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows:
ex 551nind, l\eau tit Cot- Q s,%YLC.
C.n1Urnlov-) S lol��z5
Phone No. (p7b-L-47A- I4 -1-I(7
FAX No. (OZ) — 4243 _ Z911-7
ARTICLE 8 - TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or
Instructions to Bidders will have the meanings assigned to them.
SUBMITTED on M.MV, let , 20pa.
Arkansas State Contractor License No. (Yjj1?, nit cfis
If Bidder is:
An Individual
Name (type or printed):
By: (SEAL)
Doing business as:
Business address:
(Individual's Signature)
Phone No.: FAX No.:
00400 -Bid FormaddI.doc
00400ADDI — 6 Project No. 135045
DOCUMENT 00400 - BID FORM (continued)
AIPartnership
Partnership Name: (SEAL)
13y:
(Signature of general partner— attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No.: FAX No.:
A Corporation
Corporation Name: e j dyl[i uuM CI1iyc1...il S(SEAL)
Slate of Incorporation: S
Type (General Business, Professional, Service, Limited Liability):
By:
(Signature — attach evidenceof authoritytoto sign)
Name (type or printed): Man- , —A `
Title:
iWaStd tax
Attest:
(CORPORATE SEAL)
M' `Sg1anatur oCorporatecretary)
Business address: PD nY 39D, 6.33j?7 S. 6* mit.
Phohe No.:
e,ownlbo5l its tawrz5
(02D -t -421 ID FAXNo.: (L7D-43j-2477
END OF DOCUMENT 00400
00400ADDI - 7
00400 -Bid Formadd 1.doc
Project No. 135045
David Jurgens
Submitted By
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
5 -Aug -08
City Council Meeting Date
Wastewater System Imply Project
Division
Action Required:
Water/Wastewater
Department
Approval of a construction contract in the amount of $2,439,646 for a contract with Crossland Heavy Contractors for
improvements at the Noland Wastewater Treatment Plant, WSIP Subproject EP -3, Bid 08-50, and approve a 10%
contingency of $244,000.
2,683,646
Cost of this request
5400.5800.5801.00
4520-9530.5315.00
Account Number
02069-1
021310333
Project Number
Budgeted Item
XX
$
48,836,390
199,243
Category / Project Budget
$ 27,635,114
$ 8,800
Funds Used to Date
21,201,276
190,443
Remaining Balance
Budget Adjustment Attached
Wastewater System Imp Project
Program Category / Project Name
Water and Wastewater
Program / Project Category Name
Water/Sewer
Fund Name
Depart y( nt Di ector
PAJ
City Attorn
Finance and Internal Service Director
ISJ�� 08
Date
ikr In
Da e
7 - t1! -opt
Date
Mayor
Comments:
Date
Previous Ordinance or Resolution 4
Original Contract Date:
Original Contract Number: