HomeMy WebLinkAbout179-08 RESOLUTIONRESOLUTION NO. 179-08
A RESOLUTION TO APPROVE BID #08-61 IN THE AMOUNT
OF $5,253,795.00 PLUS A CONTINGENCY OF $420,000.00
WITH SJ LOUIS CONSTRUCTION, INC. FOR CONSTRUCTION
OF A LARGE GRAVITY SEWER MAIN FROM HAPPY HOLLOW
ROAD TO RAZORBACK ROAD AND A SEWER MAIN FROM
COUNTRY CLUB HILL
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
the low bid #08-61 in the amount of $5,253,795.00 plus a contingency of $420,000.00 with SJ
Louis Construction, Inc. for construction of a large gravity sewer main from Happy Hollow Road
to Razorback Road and a sewer main from Country Club Hill and authorizes the Mayor to sign a
construction contract based upon the approved bid.
PASSED and APPROVED this 16th day of September, 2008.
APPROVED:
By:
D • N COODY, Mayo
di
ATTEST:
By:
off:
U •
FAY ETTEJii_LE
r
lin ry,1IIlls►..
RA E. SMITH, City Clerk/Treasurer
License
S.J.
PO
ROCKVILLE,
This
is
and
following
with
from
when
No. 0046760410
Contractors
LOUIS CONSTRUCTION,
BOX 459
MN 56369
is to Certify That
duly licensed under
is entitled to practice
classification:
MUNICIPAL & UTILITY
CONSTRUCTION
the following
May 22, 2009
State of Arkansas
Licensing Board
INC.
S.J. LOUIS CONSTRUCTION, INC.
the provisions of Act 150 of the 1965 Acts as amended
Contracting in the State of Arkansas within the
suggested bid limit I
until April 30, 2010
this Certificate
expires.
Witness our hands of the Board, dated at North Little Rock, Arkansas:
•
IgE
----
A AA
1 �7 • \C i,
,
I}1f,`,,,.,�:�-:`` ga.
CHAIRMAN
� �7. �-...�
SECRETARY
May 22, 2009
DOCUMENT 00500 — AGREEMENT
BETWEEN THE CITY OF FAYETTEVILLE AND (S.J. LOUIS CONSTRUCTION,
INC.)
Project Name: Wastewater System Improvement Project
Contract Name: Construction Contract Numbers EL -3 & EL -5
Contract No.: EL -3 Gravity Line; EL -5 Gravity Line
THIS AGREEMENT is dated as of the C fo 1 -II day of i1•21) tier in the year 2008 by and
between CITY OF FAYE FIEVILLE and (S.J. LOUIS CONSTRUCTION, INC.).
ARTICLE 1 - WORK
1.01 (S.J. LOUIS CONSTRUCTION, INC.) shall complete all Work as specified or indicated in!
the Contract Documents based upon Unit Price Schedule 1 (Larger Diameter Option). The I
Work under this Contract is generally described as follows:
The Contract provides for the construction and installation of approximately 11,000 linear
feet of new 42 -inch gravity sewer, approximately 1,300 linear feet of 36 -inch gravity sewer;
approximately 900 linear feet of 30 -inch gravity sewer, approximately 1,800 linear feet of 20 -
inch gravity sewer, approximately 700 linear feet of 12 -inch gravity sewer, approximately
2,000 linear feet of 8 -inch gravity sewer, approximately 70 new manholes or junction boxe,
and two state highway crossing by boring in the wastewater system in Fayetteville, Arkansas.
The line is primarily buried, up to 17 feet of cover, but does have approximately 400 linear
feet of elevated emplacements.
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 I
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:
00500 - Agreement -Addendum No. 1.doc
(Addendum No. 1)
00500 — 1 Garver Project No. 0605-1300(12)
DOCUMENT 00500 — AGREEMENT (continued)
1. Westside Wastewater Treatment Plant.
2. Westside Collection System Improvements.
3. Paul R. Noland Wastewater Treatment Plant Improvements.
4. Eastside Collection System Improvements.
ARTICLE 2 - ENGINEER
2.01 The Contract has been designed by GARVER ENGINEERS LLC. GARVER ENGINEERS
LLC assumes all duties and responsibilities, and has the rights and authority assigned to
GARVER ENGINEERS LLC 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, and completion and readiness for final payment
as stated in the Contract Documents are of the essence of the Contract.
3.02 DATES FOR FINAL COMPLETION AND FINAL PAYMENT:
A. The Work will be complete and ready for final payment in accordance with the
GENERAL CONDITIONS within Three Hundred (300) calendar days after the date
when the Contract Time commences to run.
3.03 MILESTONE DATES
A. Not applicable.
3.04 LIQUIDATED DAMAGES:
A. THE CITY OF FAYETTEVILLE and (S.J. LOUIS CONSTRUCTION, INC.)
recognize that time is of the essence of this Agreement and that THE CITY OF
FAYE1`1'EVILLE will suffer financial loss if the Work is not completed within the
time specified above, plus any extensions thereof allowed in accordance with the
00500 - Agreement -Addendum No. 1.doc
(Addendum No. 1) 00500 — 2 Garver Project No. 0605-1300(2)
DOCUMENT 00500 - AGREEMENT (continued)
GENERAL CONDITIONS. The parties also recognize the delays, expense, and
difficulties involved in proving the actual loss suffered by THE CITY OF
FAYETTEVILLE if the Work is not completed on time. Accordingly, instead of
requiring any such proof, THE CITY OF FAYE1-1'LVILLLE and (Si. LOUIS
CONSTRUCTION, INC.) agree that as liquidated damages for delay (but not as a
penalty) (S.J. LOUIS CONSTRUCTION, 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 completion and readiness
for final payment or any proper extension thereof granted by THE CITY OF
FAYETTEVILLE until the Work is complete and ready for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYE'I'I'EVILLE agrees to pay, and (S.J. LOUIS CONSTRUCTION, INC.)
agrees to accept, as full and final compensation for all work done under this agreement, the
amount based on the prices bid in the Proposal for Unit Price Schedule 1 (Larger Diameter
Option) which is hereto attached, for the actual amount accomplished under each pay item,
said payments to be made in lawful money of the United States at the time and in the manner
set forth in the Specifications.
4.02 As provided in the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by GARVER
ENGINEERS LLC as provided in the General Conditions.
4.03 THE CITY OF FAYETTEVILLE shall pay (S.J. LOUIS CONSTRUCTION, INC.) for
completion of the Work in accordance with the Contract Documents an amount in current
funds equal to the sum of the amounts determined pursuant to paragraphs below:
A. For all Work, at the prices stated in (S.J. LOUIS CONSTRUCTION, INC.)'s Bid for
Unit Price Schedule 1 (Larger Diameter Option), attached hereto as an Exhibit.
4.04 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.
00500 - Agreement -Addendum No. 1.doc
(Addendum No. 1) 00500 — 3 Garver Project No. 0605-1300(2)
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
• A. (S.J. LOUIS CONSTRUCTION, 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.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. THE CITY OF FAYE 1'1EVILLE shall make progress payments on account of the
Contract Price on the basis of (S.J. LOUIS CONSTRUCTION, INC.)'s Applications
for Payment as recommended by GARVER ENGINEERS LLC on 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 (and in the case
of Unit Price Work based on the number of units completed) or, in the event there is
no schedule of values, as provided in the General Requirements.
1. Prior to final completion, progress payments will be made in an amount
equal to the percentage indicated below, but, in each case, less the aggregate
of payments previously made and less such amounts as GARVER
ENGINEERS LLC shall determine, or THE CITY OF FAYE I'1EVILLE
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 GARVER ENGINEERS LLC
and if the character and progress of the Work have been satisfactory to
THE CITY OF FAYE FIEVILLE and GARVER ENGINEERS LLC,
THE CITY OF FAYE 1"i'EVILLE on recommendation of GARVER
ENGINEERS LLC 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 final completion; and
00500 - Agreement -Addendum No. 1.doc
(Addendum No. 1) 00500 — 4 Garver Project No. 0605-1300(2)
DOCUMENT 00500 - AGREEMENT (continued)
b. 100% of Equipment and Materials not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation
satisfactory to THE CITY OF FAYE 1-I'EVILLE as provided in the
GENERAL CONDITIONS.
2. Upon completion, THE CITY OF FAYE1TEVILLE shall pay an amount
sufficient to increase total payments to (S.J. LOUIS CONSTRUCTION,
INC.) to 95% of the Contract Price (with the balance being retainage), less
such amounts as GARVER ENGINEERS LLC. shall determine, or THE
CITY OF FAYE1"1'EVILLE may withhold, in accordance with the
GENERAL CONDITIONS.
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, THE CITY OF FAYE 1"I'EVILLE shall pay the
remainder of the Contract Price as recommended by GARVER ENGINEERS LLC
and as provided in the GENERAL CONDITIONS.
ARTICLE 6 - (S.J. LOUIS CONSTRUCTION, INC.)'S REPRESENTATIONS
6.01 In order to induce THE CITY OF FAYETTEVILLE to enter into this Agreement, (S.J.
LOUIS CONSTRUCTION, INC.) makes the following representations:
A. (S.J. LOUIS CONSTRUCTION, INC.) has examined and carefully studied the
Contract Documents including the Addenda and other related data identified in the
Bid Documents.
B. (S.J. LOUIS CONSTRUCTION, 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. (S.J. LOUIS CONSTRUCTION, 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.
00500 - Agreement -Addendum No. 1.doc
(Addendum No. 1) 00500 — 5 Garver Project No. 0605-1300(2)
DOCUMENT 00500 - AGREEMENT (continued)
D. (S.J. LOUIS. CONSTRUCTION, INC.) has carefully studied all:
(1)
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
(2) reports and drawings of a Hazardous Environmental Condition, if any, at the
Site. (S.J. LOUIS CONSTRUCTION, INC.) acknowledges that THE CITY
OF FAYE'1'1'kVILLE and GARVER ENGINEERS LLC 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. (S.J. LOUIS CONSTRUCTION. 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 (S.J. LOUIS CONSTRUCTION,
INC.) and safety precautions and programs incident thereto.
F. (S.J. LOUIS CONSTRUCTION, 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.
G. (S.J. LOUIS CONSTRUCTION, 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.
00500 - Agreement -Addendum No. I.doc
(Addendum No. I) 00500 — 6 Garver Project No. 0605-1300(2)
DOCUMENT 00500 - AGREEMENT (continued)
H. (S.J. LOUIS CONSTRUCTION, INC.) has correlated the information known to (S.J.
LOUIS CONSTRUCTION, INC.), 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.
(S.J. LOUIS CONSTRUCTION, INC.) has given GARVER ENGINEERS LLC
written notice of all conflicts, errors, ambiguities, or discrepancies that (S.J. LOUIS
CONSTRUCTION, INC.) has discovered in the Contract Documents and the written
resolution thereof by GARVER ENGINEERS LLC is acceptable to (S.J. LOUIS
CONSTRUCTION, INC.).
J. 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 (S.J. LOUIS CONSTRUCTION, INC.) concerning the
Work consist of the following and may only be amended, modified, or supplemented
as provided in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. (S.J. LOUIS CONSTRUCTION, INC.)'s Bid for Unit Price Schedule 1
(Larger Diameter Option).
c. Documentation submitted by (S.J. LOUIS CONSTRUCTION, INC.)
prior to Notice of Award.
00500 - Agreement -Addendum No. 1.doc
(Addendum No. 1) 00500 — 7 Garver Project No. 0605-1300(2)
i
DOCUMENT 00500 — AGREEMENT (continued)
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Labor -Related Regulations.
7. Specifications consisting of divisions and sections as listed in table of
contents of Project Manual.
8. Drawings consisting of a cover sheet and sheets as listed in the table of
contents thereof, with each sheet bearing the following general title:
EL -3 and EL -5
9. Addenda number one.
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:
A. 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:
A. 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
00500 - Agreement -Addendum No. 1.doc
(Addendum No. 1) 00500 — 8 Garver Project No. 0605-1300(2)
DOCUMENT 00500 - AGREEMENT (continued)
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:
A. THE CITY OF FAYETTEVILLE and (S.J. LOUIS CONSTRUCTION, INC.) each
binds himself, his partners, successors, assigns, and legal representatives 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:
A. 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
(SJ. LOUIS CONSTRUCTION, 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
A. 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 FREEDOM OF INFORMATION ACT
A. 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, (S.J. LOUIS
CONSTRUCTION, INC.) will do everything possible to provide the documents in a
prompt and timely manner as prescribed in the Arkansas Freedom of Information Act
00500 - Agreement -Addendum No. 1.doc
(Addendum No. 1)
00500 — 9 Garver Project No. 0605-1300(2)
\,p
DOCUMENT 00500 — AGREEMENT (continued)
(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 -Addendum No. 1.doc
(Addendum No. 1)
00500 — 10 Garver Project No. 0605-1300(2)
DOCUMENT 00500 — AGREEMENT (continued)
IN WITNESS WHEREOF, THE CITY OF FAYETTEVILLE and (S.J. LOUIS
CONSTRUCTION, INC.) have signed this Agreement in quadruplicate. One counterpart
each has been delivered to THE CITY OF FAYE I TEVILLE, (S.J. LOUIS
CONSTRUCTION, INC.), and GARVER ENGINEERS LLC. All portions of the Contract
Documents have been signed, initialed, or identified by THE CITY OF FAYETTEVILLE
and (S.J. LOUIS CONSTRUCTION, INC.)
This Agreement will be effective on Stlartfrydatir (lp , 2008, which is the Effective
Date of the Agreement.
At
(SE
Address for giving notices
PD bac 4-F5c)
Pr -lc ci lLE MO coc7Fip
License No.
Agent for Service of process
(If (S.J. LOUIS CONSTRUCTION, INC.)
is a corporation, attach evidence of authority
to sign.)
Cit of Fa etteville
Fa ettevi AlArkansas / /
or
By:
Title: Ma
�<<�i�tnnrrrrr
•• •G11 Y OA-%
U
:•
(SEAL) ; FAYETTEVILLE;
=max= •
sy , kp N� Jam.
Attest (ho} Gc
Address for giving notices
//d3 L(11.61,b OICazdask.
',,,,rG TOl:V`) ‘%
jlc?t. s& / a_ 7270/
(If Owner is a public body, attach
evidence of authority to
sign and resolution or other documents
authorizing execution of Agreement)
Approved As to Fo
By:
Attorney For:
City of Fayetteville
END OF DOCUMENT 00500
00500 - Agreement -Addendum No. 1.doc
(Addendum No. 1)
00500 — 11 Garver Project No. 0605-1300(2)
DOCUMENT 00400 - BID FORM
Project Name:
Contract Name:
Contract No.:
BID TO:
Owner:
BID FROM:
Bidder:
Wastewater System Improvement Project
Construction Contract Numbers EL -3 & EL -5
EL -3 Gravity Line & EL -5 Gravity line
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville,.Arkansas 72701
s j M41z&atiAA
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 CONDITIONS
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 dais after the day of Bid opening. Bidder will sign and deliver the required
number of counterparts of the Agreement to the Engineer prior the Owner's consideration to approve the
Agreement. Within 15 days after the Owner's approval of the Agreement the.Contractor shall deliver the
required number of Bonds, insurances and other documents required by the Bidding Requirements.
00400 -Bid Form.doc
00400— 1 Garver Project No. 0605_1300()
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:
A. Bidder has examined and carefully studied the Bid Documents, and the following
Addenda, receipt of all which is hereby acknowledged:
Number
4
Date
04u1SA- , 2Z01
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: (1) 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
(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 Form.doc
00400 — 2 Garver Project No. 0605-1300(2)
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.
F. 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.
H. 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.
J. 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.
J. 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 Porm.doc
00400 — 3 Garver Project No. 0605-1300(2)
DOCUMENT 00400 - BID FORM (continued)
L. Bidder will perform the Work in compliance with all applicable trench safety
standards set forth in Occupational Safety 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(s):•
A. Unit Price Schedules: The Contract contains two alternative construction bid
schedules. Both units contain the same length of pipe. Unit Price Schedule I shall
contain larger diameter pipes for some sections, and Unit Price Schedule II shall
contain slightly smaller diameter pipelines for these sections. THE BID WILL BE
AWARDED ON THE BASIS OF UNIT PRICE SCHEDULE I, THE LARGER
DIAMETER ALTERNATIVE, BUT BIDDERS ARE REQUIRED TO BID ON
BOTH UNITS. ANY BIDDER SUMBITING BIDS ON EITHER ONE UNIT
PRICE SCHEDULE BUT NOT BOTH UNIT PRICE SCHEDULES SHALL BE
CONSIDERED NONRESPONSIVE. The construction drawings show the larger
diameter pipelines and facilities. After award of the contract, the owner will decide
which unit to construct. If unit 2 is chosen, the construction drawings will be
reissued showing the smaller diameter pipelines and facilities. More specifically, if
Unit Price Schedule II is chosen, the pipe size between proposed manholes 67 and 81
will be reduced from 42 -inch to 36 -inch, the pipe size between proposed manholes 81
and 85 will be reduced from 36inch to,30-inch, and the pipe size between proposed
manholes 85 and 88 will be reduced from 30 -inch to 24 -inch.
B. The bidder acknowledges that quantities for both Schedule I and Schedule II are not
guaranteed and final payment will be based upon actual quantities determined as
provided in the Contract Documents.
UNIT PRICE SCHEDULE 1 (Larger Diameter Option)
Item
Description
Estimated
Quantity
Unit
Unit Price
Cost
1
Mobilization
1
LS
��S SOT
ti. ,cmd
00400 -Bid Form.doc
00400-4
Garver Project No. 0605-1300(2)
DOCUMENT 00400 - BID FORM (continued)
2
Site Work
1
LS
' �
,Ci)' X
3
Trench and Excavation
Safety
Erosion Control
1
1
LS
LS
5�6e
83, E
` ���
8'03eY
4
5
Wetland Restoration
1
LS
°n
(00100°:
6
Construction Staking
1
LS
16 W.14
16%00:33.‘
7
Maintenance of Traffic
1
LS
7, COQev
''j4' 003a e
8
Trench Compaction Testing
1
LS
4010039-
4Q1 03(32*
'
9
Sanitary Service Line
Locates
1
LS
�S +mea
�S+O�oa
Remove and Replace
Existing Fence and Gates
1420
LF
Z� g3222_6(00°.1-010
11
16' Metal Field Gate
5
EA _
�y
45ee
ZZSO°"
12
4" PVC Gravity Sewer Pipe
140
LF
0t3
1
k a boos
13 _
6" PVC Gravity Sewer Pipe
8" PVC Gravity Sewer Pipe
40
2200
LF
LF
1_,0 °-?
14° -
booc9
� b
0 f el0
14
15
10" PVC Gravity Sewer Pipe
40
LF
\ Og
664
16
12" PVC Gravity Sewer Pipe
680
LF
2t°'
\A. z ed.0
17
20" Gravity Sewer Pipe
either DIP, FRP, or PVC
1520
LF
e), DO
\?. ,Z(1'e
18
20" Gravity Sewer Pipe
either DIP or FRP
300
LF
Ob
tar -600an
19
Pier Supported 20" Gravity
Sewer Pipe either DIP or
FRP
_
40
LF
le)"
3 OZi ° a
20
_
30" Gravity Sewer Pipe
either DIP, FRP, or PVC
920
LF
t(0°`2.
"ti0v
21
36" Gravity Sewer Pipe
either DIP, FRP, or PVC
860
LF
OV _
t
A rq0 �"°
` 4
22
36" Gravity Sewer Pipe
either DIP or FRP
380
LF
` b 3 un
6` q A0fl
23
Pier Supported 36" Gravity
Sewer Pipe either DIP or
FRP
80
LF
ti`°9
V6660"
24
42" DIP Gravity Sewer Pipe
520
LF
25)�
1 bo,00D�
00400 -Bid Form.docc
00400 - 5
Garver Project No: 0605-1300(2)
DOCUMENT 00400 - BID FORM (continued)
25
42" Gravity Sewer Pipe
either DIP, FRP, or PVC
8700
LF
Rk,�
\1248,093�
26
42" Gravity Sewer Pipe
either DIP or FRP
1580
LF
86
tQD� '"
3 t (.o X C7c
27
Pier Supported 42" Gravity
Sewer Pipe either DIP or
FRP
260
LF
2 O°b
570
28
4" and 6" Gravity Sewer Pipe
Trench Excavation and
Backfill
180
LF
1-E5O2
Stic() On
29
8" Gravity Sewer Pipe
Trench Excavation and
Backfill
2200
LF
4-43c,"1- ,
CAC1 00°-
30
10" Gravity Sewer Pipe
Trench Excavation and
Backfill
40
LF
40 013
(00 c -n
1 �t`J
31
12" Gravity Sewer Pipe
Trench Excavation and
Backfill
680
LF
Q� OO
`
2� °30 ?'
32
20" Gravity Sewer Pipe
Trench Excavation and
Backfill •
1820
LF
2J G n
/O r3'loro
�
33
30" Gravity Sewer Pipe
Trench Excavation and
Backfill
920
LF
(C1-
�
{�„tiy,
�J
34
36" Gravity Sewer Pipe
Trench Excavation and
Backfill •
1240
LF
41_0c2
S S 660°9
35
42" Gravity Sewer Pipe
Trench Excavation and
Backfill
10800
LF
30 -D2 -
U -Y c�"�-�
z
36
4' I.D. Sanitary Sewer
Manhole 0'-8' Depth
25
EA
.rr
Sd,'` 4:4
37
4' I.D. Sanitary Sewer
Manhole Additional Depth
15
VF
� . �p�
� D 0?
38
6' I.D. Sanitary Sewer
Manhole 0'-8' Depth
35
EA
on
COM --
` n
, l0,' w
39
6' I.D. Sanitary Sewer
Manhole Additional Depth
96
VF
�Op �,
3. J(ctECIDn
40
8' LD. Sanitary Sewer
Manhole 0'-8' Depth
10
EA•
ne]
c
�o
-"
41
8' I.D. Sanitary Sewer
Manhole Additional Depth
17
VF
C0�oc� ~
k0,2-00°-`3
42
Cut an Grout Existing Sewer
or Water Pipe
135
EA
7-S0639
S3-Ma°2?
43
Connection to Existing
Manhole or Junction
30
EA
\°Q
4-70$o
44
Modify Existing Manhole or
Junction
30
EA
11C3(1-‘3-
1.7.-500:'
45
Demolish Existing Manhole
or Junction
50
EA
o�
(COO
r d��ti
00400 -Bid Fortn.doc
00400-6
Garver Project No. 0605-1300(2)
DOCUMENT 00400 - BID FORM (continued)
46
Remove and Dispose of1�'rm
Existing Manhole
30
EA
47
Reinforced Concrete Pier 6'
Height
15
EA
�pb
t�S�O,
48
Reinforced Concrete Pier
Greater Than 6' Height
6
EA
10 ,C0 a
a
�'e .t
49
Concrete Anchor
_
20
EA
cD
ae
50
Concrete Encasement
_ 30
CY
o
51
12" Steel Encasement by
Open Cut
45
LF
\ k Std
1iS
52
16" Steel Encasement by
Open Cut
101
LF
4
1 Zstl
1z�2'S
53
24" Steel Encasement by
Open Cut
125
LF
1304)a(/_
i(O ZS0�t
54
24" Bored Steel Encasement
80
LF
(61 S—
'O`
55
54" Steel Encasement by
Open Cut
155
LF
�+m
.��a,
56
54" Bored Steel Encasement
95
LF
61
66-00
\ (3 `e
57
6" Concrete Ditch Paving
60
SY
°P--
3`}ape°
58
Driveway, Street, and
Sidewalk Repair
4700
SY
o�
��� bn
59
Pedestrian Barricade
12
EA
ddan
CIDi
60
Undercut and Granular7S
Backfill
900
CY
�''¢
o
e
ZzCm
61
Rock Excavation
2800
CY
e--- 0
%, 1 Z, ace> c
o.
62
62
Interior Coating Existing
Concrete Manholes
3000
SF
1Z
O
63
Interior Coating Proposed
Concrete Manholes
9000
SF
0�1
�'
(�[{a,o
64
Exterior Coating Proposed
Concrete Manholes
14000
SF
2tJl'!fl�ao
65
Water Service Line
Relocation
20
EA
e?
Meth,
66
6" PVC Water Line
240
LF
1 Z°2'
Z087u=0
67
8" PVC Water Line
360
LF
` os -3.
�� ��
68
12" PVC Water Line
420
LF
'61'1
iO3ob
00400 -Bid Form.doc
00400 – 7
Garver Project No. 0605-1300(2)