Loading...
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)