Loading...
HomeMy WebLinkAbout203-10 RESOLUTIONRESOLUTION NO. 203-10 A RESOLUTION AWARDING BID #10-60 AND AUTHORIZING A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT OF $2,770,280.00 FOR CONSTRUCTION OF A BIOSOLIDS MANAGEMENT THERMAL DRYER, APPROVING A PROJECT CONTINGENCY OF $140,000.00, AND APPROVING A BUDGET ADJUSTMENT 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 #10-60 and authorizes a contract, a copy of which is attached as Exhibit "A," with Crossland Heavy Contractors, Inc. in the amount of $2,770,280.00 for construction of a biosolids management thermal dryer, and approves a project contingency of $140,000.00. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "B." PASSED and APPROVED this 16th day of November, 2010. APPROVED: By: ro ,ELD JO' ATTEST: By: ayor SONDRA E. SMITH, City Clerk/Treasurer 00YJ91 T R S- '01 OF .C�% . ° < .=V. °fie :FAYETTEVILLE: t d ;mss®.RCANSPW AOMB��teee 00001.doc PROJECT MANUAL BIOSOLIDS MANAGEMENT THERMAL DRYER TaTatcylIle FAYETTEVILLE, ARKANSAS evitn AR AS PROJECT NO. BIO -2 stoil s , FGIS** i , , �_ OF . i,, 02133.0610 SEPTEMBER, 2010 1 * * * No.1 1 O53 'VON w. w/l Client#: 11231 CROSCON ACORDTM CERTIFICATE OF LIABILITY INSURANCE D1 MMIDD/ 0 YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER IMA of Kansas, Inc. (NE KS) 51 Corporate Woods 9393 W 110th Street, Suite 600 Overland Park, KS 66210 CONTACT PHONE (AIC, No, Ext): 913 982-3650 FAX FAXNo): 913 982 3495 E-MAIL ADDRESS: PRODUCER CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # INSURED City of Fayetteville 113 West Mountain Fayetteville, AR 72701 INSURER A : Travelers Property Casualty Co 25674 INSURER B: PRS5258R865IND CONTRACTOR: CROSSLAND HEAVY CONTRACTORS, INC INSURER C : 10/28/2011 INSURER D : $1,000,000 INSURER E : PRS (RENTED TX PREEMIMI E SES (Ea occurrence) INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL NSR SUBR ;WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY OCCUR PRS5258R865IND CONTRACTOR: CROSSLAND HEAVY CONTRACTORS, INC 10/28/2010 10/28/2011 EACH OCCURRENCE $1,000,000 PRS (RENTED TX PREEMIMI E SES (Ea occurrence) $ CLAIMS -MADE X MED EXP (Any one person) $ PERSONAL & ADV INJURY $ X OCP GENERAL AGGREGATE $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 7 POLICY PRO LOC JECT $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ $ UMBRELLA LIAB_ EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Y / N N/A WC STATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space s required) Re: Biosolids Management -Thermal Dryer. CERTIFICATE HOLDER CANCELLATION City of Fayetteville 113 West Mountain Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2009/09) 1 of 1 #S633940/M633939 ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NXB ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE ) 10/29/2010 POLICY NUMBER PRODUCER IMA of Kansas, Inc. (NE KS) 10801 Mastin Blvd., Suite 320 Overland Park, KS 66210 913 982-3650 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Crossland Heavy Contractors, Inc. PO Box 45 833 S. East Avenue Columbus, KS 66725 I INSURER A: Travelers Property Casualty Co INSURER B: Steadfast Insurance Company INSURER C: Travelers Indemnity Co. of Amer INSURER o: Travelers Prop. Casualty Co. of INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MMIDD/YY) LIMITS A GENERAL LIABILITY COMM ERCIAL GENERAL LIAB ILITY VTC2JCO131J8553TIL 04/30/10 04/30/11 EACH OCCURRENCE $2,000,000 X FIRE DAMAGE (Any one fire) $1,000,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $15,000 PERSONAL & ADV INJURY $2,000,000 $4,000,000 GENERAL AGGREGATE GEN'L AGGREGATE LIM IT APPLIES PER: PRODUCTS -COMP/OP AGG $4,000,000 —I POLICY X JEtT LOC D AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS VTJCAP131J8565TIL1 04/30/10 04/30/11 COMBINED SINGLE LIMIT (Ea accident) $1 00p000 BODILY INJURY (Per person) X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ B EXCESS LIABILITY AUC596753002 04/30/10 04/30/11 EACH OCCURRENCE $26,000,000 X OCCUR CLAIMS MADE AGGREGATE $26,000,000 DEDUCTIBLE RETENTION $0 $ X $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY VTC2HUB2391 M62310 04/30/10 04/30/11 T H - X TORY L M TS OER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: Biosolids Management -Thermal Dryer. The City of Fayetteville Arkansas, Engineer and Funding Agency are included as additional insured on General Liability (excluding professional) if required by written contract subject to policy terms and conditions. (see attached additional insured endorsement) CERTIFICATE HOLDER ADDITIONAL INSURED ; INSURER LETTER: CANCELLATION 10 Days for Non -Payment City of Fayetteville 113 West Mountain Fayetteville, AR 72701 SHOULD ANYOFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL 30 DAYS WRITTEN NOTICE TOTHE CERTIFICATE HOLDER NAMED TO TH E LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON TH E INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25-S (7/97)1 of 2 #S633942/M573508 NXB 0 ACORD CORPORATION 1988 IM PORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25-S(7/97)2 of 2 #S633942/M573508 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section H) is amended c) to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and H. Supervisory, inspection, architectural or engineering activities. CG D2 46 08 05 The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 O COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to ntlasommo O co O O 0 0 Page 2 of 2 000240 any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. © 2005 The St. Paul Travelers Companies, Inc. CGD2460805 'Fa'e tuiIle 1 ARKANSAS www.accessfayetteville.org Bid 10-60, Addendum 2 THE CITY OF FAYETTEVILLE, ARKANSAS City of Fayetteville -- Purchasing Division 113 W. Mountain - Room 306 Fayetteville, AR 72701 Bid 10-60, Construction - Biosolids Management - Thermal Dryer Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Tuesday, October 19, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. The following items shall be included as part of the bid package as Addendum Number 2 and acknowledged in Section 00310 - Bid Proposal. 1. The contract time shall be 270 days from the date of the Notice to Proceed. 2. The City of Fayetteville will make partial payments on the thermal drying equipment such that the contractor does not have to finance the purchase of the equipment. The contractor shall submit a payment drawdown schedule to the City of Fayetteville prior to the issuance of the Notice to Proceed. The payments will be included and processed with the monthly pay applications in accordance with the contract documents. 3. The performance testing of the thermal drying equipments shall be based on 68 to 72 wet tons per 24-hour day with an input solids content of 16% to 20% solids of digested biosolids. 4. The warranty period shall be for two (2) years as indicated in Section 00640 - Warranty Bond. _._... END_QF ADDENDUM Page 1 of 1 Acknowledge Addendum #2: Printed Name: CRA/u—-^ Signature " �>'/ Title: affecy I1 ' e. c Date: 104, --ie) Company: CROW -AV A4vir eoevwt. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 v' a�fte vi11e THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayettevilte.org Bid 10-60, Addendum 1 City of Fayetteville — Purchasing Division 113 W. Mountain — Room 306 Fayetteville, AR 72701 Bid 10-60, Construction Biosolids Management— Thermal Dryer Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Friday, October 08, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. The following items shall be included as part of the bid package as Addendum Number 1 and acknowledged in Section 00310 — Bid Proposal. 1. Drawing Sheet El — Conduit B shall be replaced with a 2 -inch conduit with three (3) #2/0 conductors and one (1) #6 ground. 2. Drawing Sheet E2 — Conduit "10" for the 800 Amp feeder. Conductors shall be replaced with two (2) sets of 4 — 500MCM conductors. One 4 -inch conduit shall be kept as a spare. END OF ADDENDUM Page 1 of 1 Acknowledge Addendum #1: Printed Name: CHAstr rE Riaxe& G:•�,w� Signature: eg•--ineL/ Title: 'auTeer f'% Date: lb - tor, -to Company: 6095CARAJP t7E,RN CeoeirK Telecommunications Device for the Deaf TDD (479)521-1316 113 West Mountain - Fayetteville, AR 72701 SECTION TABLE OF CONTENTS TITLE NO. OF PAGES 00001 Title Pages 2 00010 Table of Contents 2 00020 Invitation to Bid 2 00100 Information For Bidders 8 00212 Supplemental Infouuiation for Bidders 2 00310 Bid Proposal 4 00311 Bidder's Statement of Subcontractors 2 00312 Bid Bond 2 00420 Statement of Bidder's Qualifications 2 00500 Agreement Between City of Fayetteville and Contractor 4 00600 Arkansas Statutory Performance and Payment Bond 2 00640 Warranty Bond 2 00700 General Conditions 24 00820 OSHA 40 00830 Prevailing Wage Rates 6 00840 Notice of Award 2 00845 Notice to Proceed 2 00900 Description of Lump Sum Price 2 01000 General Requirements and Procedures 2 01005 Biosolids Thermal Dryer 18 01010 Prefabricated Steel Building 14 02102 Clearing, Grubbing, and Stripping 4 02200 Earthwork, Trench Excavation, and Backfill 8 02218 Landscape Grading 2 02485 Finish Grading and Grass 4 02610 Pipe and Fittings 6 02730 Sanitary Sewer Pipelines 10 00010.doc 1 TABLE OF CONTENTS SECTION TITLE NO. OF PAGES 02734 Inspection and Testing Of Sanitary Sewer Pipelines, Manholes, and Service Lines 8 03210 Reinforcing Steel 4 03300 Concrete 14 03400 Manholes 8 16000 General Electrical Provisions 18 16109 Identification 2 16111 Conduit 4 16120 Wires and Cables 4 16134 Outlet and Pull Boxes 2 16141 Wall Switches 2 16145 Receptacles 2 16147 Plate Covers 2 16160 Panelboards 2 16170 Motor and Circuit Disconnects 2 16180 Overcurrent Protective Devices 4 16190 Supporting Devices 4 16420 Transformers 4 16450 Grounding 2 16510 Light Fixtures 4 Appendix A — Geotechnical Report 25 END OF SECTION 00010 00010.doc 2 SECTION 00020 CITY OF FAYETTEVILLE INVITATION TO BID BID 10-60, BIOSOLIDS MANAGEMENT — THERMAL DRYER The City of Fayetteville will receive sealed bids for the construction of a Biosolids Management Facility — Thermal Dryer. Work will include site grading, concrete work, installation of theiival drying structure and equipment, driveway construction, electrical, and drainage. Any questions concerning the bidding process should be addressed to Andrea Foren, at aforen@ci.fayetteville.ar.us or by calling (479)575-8220. Bids must be submitted in a sealed envelope or package labeled "Bid 10-60, Biosolids Management — Thermal Dryer". All bids shall be received on or before 2:00 PM on October 21st, 2010 to the address listed below: City of Fayetteville Purchasing — Room 306 113 West Mountain Street Fayetteville, AR 72701 Bidding Documents may be examined at the Purchasing Office and at the following Plan Rooms: Southern Reprographics 2905 Point Circle Fayetteville, AR 72704 (479) 582-4022 NWA Planning Room 200 S. Bloomington — Suite G Lowell, AR 72745 (479) 750-7704 Copies of the Bidding documents may be purchased through the Plan Rooms above in accordance with the Information for Bidders. Return of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. A non -mandatory pre-bid meeting will be held on Friday, October 8, 2010 at 10:00 AM in Room 326 at City Hall, 113 W. Mountain, Fayetteville, AR 72701. All interested parties are strongly encouraged to attend. Each Plan Holder shall register with the City of Fayetteville Purchasing Department as a plan holder. The City may issue addendums and/or clarifications prior to the bid opening. Failure to register with the City may prevent plan holders from receiving all necessary information. The City will not be responsible for misdirected and/or incomplete bids. Bidders should call the Purchasing Office at (479) 575-8220 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 00020.doc 1 Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the City of Fayetteville, Arkansas in an amount not less than 5 percent of the amount bid. For information concerning the proposed work, contact Shannon Jones, P. E. at shjones@ci.fayetteville.ar.us or by calling (479) 444-3452. The attention of the Bidder is directed to the applicable federal and state requirements and conditions of employment to be observed and minimum wage rates to be paid under this contract. "Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, the City of Fayetteville, Arkansas encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." The Owner reserves the right to waive irregularities and to reject bids and to postpone the award of the Contract for a period of time which shall not exceed beyond 90 days from the bid opening date. NOTICE TO ALL BIDDERS — ALL BIDDERS SHALL REGISTER AS A PLAN HOLDER: All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforen@ci.fayetteville.ar.us. When registering as a plan holder, vendors shall submit primary contact infothiation including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Bidder assumes all responsibility for receiving updates and any addenda issued to this project by monitoring www.accessfayetteville.org (Business section, Bid's RFP's & RFQ's). Failure to acknowledge addenda issued as instructed could result in rejection of such bid. A non -mandatory pre-bid meeting will be held in Room 306 at City Hall, 113 W. Mountain, Fayetteville, AR on Friday, October 8, 2010 at 10:00 AM. All parties are strongly encouraged to attend. The City of Fayetteville will answer any questions and update all registered plan holders. CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, Purchasing Agent END OF SECTION 00020 00020.doc 2 1. DEFINED TERMS 1.1 SECTION 00100 INFORMATION FOR BIDDERS Terms used in these Information for Bidders which are defined in the Standard General Conditions of the Construction Contract have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid directly to City of Fayetteville, as distinct from Sub -Bidder, who submits a Bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom City of Fayetteville (on the basis of City of Fayetteville's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" included the Advertisement or Invitation to Bid, Information for Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2. COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Plan Rooms. Deposit for Bidding Documents are non refundable. 2.2 Complete sets of Bidding Documents shall be used in preparing Bids; the City of Fayetteville does not assume any responsibility for errors or misinterpretations resulting from the use of the incomplete sets of Bidding Documents. 2.3 The City of Fayetteville in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS 3.1 Each Bid must contain evidence of Bidder's qualifications to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. 3.2 Qualifications shall be submitted in a separate sealed envelope at the date and time listed on the Bid Proposal. Refer to Section 00420 — Statement of Bidder' s Qualifications. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) 00100.doc 1 consider Federal, State and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2 In the preparation of Contract Documents, the Engineer has relied on the report of soil and subsurface investigation listed in the Supplemental Information For Bidders. A copy of this report is appended (If Provided). The report is not a part of the Contract Documents and is provided for informational purposes only. Neither the City of Fayetteville nor the engineer guarantees the accuracy of the report. The Bidder shall make further investigations and tests as the Bidder deems necessary in order to provide the Work at the Contract Price, within Contract Time, and in accordance with the terms and conditions of the Contract Documents. 4.3 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the City of Fayetteville by owners of such Underground Facilities or others, and City of Fayetteville does not assume responsibility for the accuracy or completeness thereof, unless it is expressly provided otherwise in the Supplementary Conditions. 4.4 Provisions concerning responsibilities for the adequacy of data furnished to the prospective Bidders .on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraph 4.2 and 4.3 of the General Conditions. 4.5 Before submitting a Bid, each Bidder will be responsible to make or obtain such explorations, tests and data concerning physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise, which may affect cost, progress, performance or furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.6 On request in advance, City of Fayetteville will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. A representative of the City of Fayetteville shall be present during all tests. 4.7 The lands upon which the Work is to be performed, rights of way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by City of Fayetteville. 00100.doc 5. INTERPRETATIONS AND ADDENDA 5.1 All questions about the meaning or intent of the Contract Documents are to be directed in writing to Engineer. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than ten (10) days prior to the data for opening of Bids may not be answered. Only questions answered by formal, written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2 Prior to the deadline for receiving Bids, Addenda may also be issued to modify the Bidding Documents as deemed advisable by City of Fayetteville or Engineer. 6. BID SECURITY 6.1 Each Bid must be accompanied by Bid security made payable to City of Fayetteville in an amount of five (5) percent of the Bidder's maximum Bid price and in the form of a certified or bank check or a Bid Bond (on form attached, if a form is prescribed), issued by a surety. 6.2 The Bid security of the Successful Bidder will be retained until Bidder has executed the Agreement and furnished the required Contract security, whereupon the Bid security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required Contract security within ten (10) days after the Notice of Award, City of Fayetteville may annul the Notice of Award, and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom City of Fayetteville believes to have a reasonable chance of receiving the award may be retained by City of Fayetteville until the earlier of the seventh (7th) day after the Effective Date of the Agreement or the sixty-first (61st) day after the Bid opening, whereupon Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within seven (7) days after the Bid opening. 7. CONTRACT TIME 7.1 The number of days within which the Work is to be substantially completed and also completed and ready for final payment (the Contract Time) are set forth in the Agreement and these Contract Documents. 00100.doc 3 8. LIQUIDATED DAMAGES 8.1 Provisions for liquidated damages, if any, are set forth in the Agreement. 9. SUBSTITUTE OR "OR EQUAL" ITEMS 9.1 The Bid shall be based on the specified products or their approved equal described on the Drawings or written in the Specifications. Any product may be used which is specified by the referenced standards (such as ASTM) and which meets those standards. For products which are specified by naming one or more manufacturers preceded by "equal to" or followed by "or equal," a written request for substitution shall be submitted for approval by the Engineer. Such written requests will be considered up to ten (10) days prior to the scheduled Bid opening. 10. SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1 Subcontractors and suppliers shall be listed, if required, on the Bid Form. 11. BID FORM 11.1 The Bid Form is included with the Bidding Documents; additional copies may be obtained from Engineer. 11.2 All blanks on the Bid Form must be completed in ink or by typewriter. 11.3 Unit prices and lump sum amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern and the unit price will govern over the extended amount. 11.4 Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistance secretary. The corporate address and state of incorporation must be shown below the signature. 11.5 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 11.6 All names must be typed or printed below the signature. 11.7 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.8 The address, telephone number, and fax number if applicable for communications regarding the Bid must be shown. 00100.doc 4 12. SUBMISSION OF BIDS 12.1 Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid. Bids shall be bound in the original project manual and shall be enclosed in an opaque sealed envelope, marked with the Project Title (and, if applicable, the designated position of the Project for which the Bid is submitted) and name, address, and contractor's license number of the Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED" on the face of it. 13. MODIFICATION AND WITHDRAWAL OF BIDS 13.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 13.2 If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly - signed, written notice with the City of Fayetteville and promptly thereafter demonstrates to the reasonable satisfaction of City of Fayetteville that there was a material and substantial mistake in the preparation of its Bids, that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. 14. OPENING OF BIDS 14.1 Bids will be opened and (unless obviously non -responsible) read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to the Bidders after the opening of Bids. Bids will be returned without being read aloud if all applicable portions of the Contract Documents are not met by the Bidder. 15. BIDS TO REMAIN SUBJECT TO ACCEPTANCE 15.1 All Bids will remain subject to acceptance for sixty (60) days after the day of the Bid opening, but City of Fayetteville may, in its sole discretion, release any Bid and return the Bid security prior to that date. 00100.doc 5 16. AWARD OF CONTRACT 16.1 City of Fayetteville reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate Contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, City of Fayetteville reserves the right to reject the Bid of any Bidder if City of Fayetteville believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City of Fayetteville. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 16.2 In evaluating Bids, City of Fayetteville will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. City of Fayetteville may accept any such alternatives in any order or combination, whether in the order in which they are listed in the Bid Form or not. 16.3 City of Fayetteville may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. City of Fayetteville also may consider the operating costs, maintenance requirements, perfounance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 16.4 City of Fayetteville may conduct such investigations as City of Fayetteville deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City of Fayetteville's satisfaction within the prescribed time. 16.5 If the Contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by City of Fayetteville indicates to City of Fayetteville that the award will be in the best interest of the Project. 16.6 If the Contract is to be awarded, City of Fayetteville will give the successful Bidder a Notice of Award within ninety (90) days after the day of the Bid opening. 00100.doc 6 17. CONTRACT SECURITY 17.1 The General Conditions and the Supplementary Conditions set forth City of Fayetteville's requirements as to performance and payment Bonds and a Warranty Bond. When the successful Bidder delivers the executed Agreement to City of Fayetteville, it must be accompanied by the required performance and payment Bonds. At the time of Final Acceptance, the Contractor shall provide the City of Fayetteville the Warranty Bond. 18. SIGNING OF AGREEMENT 18.1 When City of Fayetteville gives a Notice of Award to the successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other written Contract Documents attached. Within ten (10) days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to City of Fayetteville with the required Bonds. Within ten (10) days thereafter, City of Fayetteville shall deliver one fully -signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 19. PRE-BID CONFERENCE 19.1 NONE 20. RETAINAGE 20.1 Provisions concerning retainage are set forth in the Agreement. 21. SPECIAL LEGAL REQUIREMENTS 21.1 Attention of Bidders is called to Act 150, Acts of Arkansas 1965, concerning the licensing of contractors to do business in Arkansas. 21.2 It is conclusively presumed that Bidders have familiarized themselves with Arkansas laws which may be applied to a Contract for the Work proposed herein as the aforementioned Acts are not exclusive. It is further conclusively presumed that Bidders have familiarized themselves with Federal and local laws, ordinances and regulations pertaining to the Work proposed herein. 00100.doc 7 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 00100 00100.doc 8 SECTION 00212 SUPPLEMENTAL INFORMATION FOR BIDDERS 1. BIDDER'S FORMS The BIDDER'S attention is called to the following additional forms which shall be filled out and submitted with the BID: SECTION 00420 - STATEMENT OF BIDDER'S QUALIFICATIONS BIDDER SHALL HAVE COMPLETED A MINIMUM OF THREE (3) PROJECTS OF SIMILAR SIZE AND SCOPE WITHIN THE PAST FIVE (5) YEARS. 2. SPECIAL CONDITIONS The BIDDER'S attention is called to all Conditions relating to the Work of this Contract especially Document 00700 - General Conditions. 3. PRE-BID CONFERENCE A Pre-bid conference will be held at the time, date & location shown below: March 25, 2010 — 11:00 A.M. LOCAL TIME City of Fayetteville Room 326 113 West Mountain Street Fayetteville, AR 72701 4. EXCESS ENGINEERING COSTS A. General Excess engineering costs shall be applicable only during the Contract Time provided in the Agreement. B. Overtime The City of Fayetteville shall charge the Contractor for all engineering and construction observation expenses incurred by City of Fayetteville in connection with any overtime work. For any such overtime during the regular specified Contract Time beyond the regular eight hour day and for any time worked on Saturday, Sunday, or holidays. 00212.doc 1 ii. These charges for excess engineering will be deducted from the Contractor's monthly payment request. iii. The Contractor shall not work over a 10 -hour day without written permission from the City of Fayetteville. v. The Engineer shall determine when observation of construction activities beyond the regular eight-hour day is required. END OF SECTION 00212 00212.doc 2 SECTION 00310 BID PROPOSAL LOCATION: CITY OF FAYETTEVILLE, ROOM 306 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 DATE: October 21, 2010, 2:00 p.m. LOCAL TIME Proposal of: O_X'c lax. kNPNJtJi el)f\4IYd CAD rS 1/10.. • Address: PD I% -5k o' 5D ? S. Eas+ FM . eAor b)s Y- S UtJ125 Bid For: BIOSOLIDS MANAGEMENT -- THERMAL DRYER Bid Submitted to: The City of Fayetteville Purchasing — Room 306 113 W. Mountain Fayetteville, AR 72701 BIDDER will complete the Work for the lump sum price listed below. Total Base Bid: 'Two- *k it'et.1 - 4'e t lkANKV-0 S' malt/ "%bait s i► 0 - "rvJO I49 - *(c,iel kg 1 oLL At oo $ �) 710 ) 25 Amount in Words Figures The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with CITY OF FAYETTEVILLE in the form included in these Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in these Contract Documents. BIDDER accepts the provisions of the 00310.doc 1 Agreement as to Liquidated Damages in the event of failure to complete the Work in the Contract Time specified. BIDDER accepts all of the terms and conditions of the Information for Bidders, including without limitation those dealing with the disposition of BID SECURITY. This Bid will remain open for ninety (90) days after the day of Bid Opening. BIDDER will sign the Agreement required by these Contract Documents within ten (10) days after the date of CITY OF FAYETTEVILLE'S Notice of Award. In submission of this BID, BIDDER represents, as more fully set forth in the Agreement, that BIDDER has examined all CONTRACT DOCUMENTS (including but not limited to Advertisement, Invitation to Bid and the Information for Bidders) and the following ADDENDA: / # '} Z Failure to list all necessary Agenda issued by the OWNER or the ENGINEER could mean the BID submitted by the BIDDER may be deemed unresponsive and not read publicly. In submission of the BID, BIDDER represents, that they have examined the site and locality where the Work is to be performed, the legal requirements (Federal, State and Local Laws, Ordinances, Rules and Regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as BIDDER deems necessary. In submission of the BID, BIDDER represents, that 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. The BIDDER represents that they have not directly or indirectly induced or solicited any other BIDDER to submit a false or sham BID. The BIDDER represents that they have not solicited or induced any person, firm or corporation to refrain from bidding and have not sought by collusion to obtain for themselves any advantage over any other BIDDER or over the CITY OF FAYETTEVILLE. All terms used in the BID are defined and have the meanings assigned to them in the General Conditions of these Contract Documents. Attached to this BID FORM is the required Bid Security in the form of a Bid Bond or Certified Check in the amount of five (5) percent of the Total Bid Amount. 00310.doc 2 BIDDER submitting this BID is: Corporation, incorporated in the State of A Partnership, consisting of the following partners, whose full names are: An Individual whose full name is: Title tC-t'.xr 2l t 20\D Date ?0 'fix (MD &3.) S. esk fie. Address CDvn'\is s U Lx? 5 5\6-‘<-4 ' 1 vporaA, 1GatLsaS tkI5se•-i- fa 54 UM-atck 1410 (itt) -Za11 Telephone Number & Fax Contractor's License Number 00310.doc 3 tplavak &cyclinMAN SECTION 00310 - BID PROPOSAL Item Approx. Unit Price In No. Item Description Qty. Unit Figures 1 Reinforced Concrete for Foundation, Stem Walls, and Building Approach, Including Rebar 260 CY -14RRE-14-uAt4DIZFb- rt�t'y dollars 2 All Other Work Required for a Complete Installation of the Thermal Drying Equipment "'TWO • M t 41.1 vLi - s vy.-4-km,mtviWc, dollars Sai l -l-)4 - 'TWb-t-tut4Dt 1 LS Total tia $ 2 to1ct,2So_ $ 2 , wet Z g0 Total Base Bid in Words -'lura Il ALLIor l-512'uun.( Hw40ei 1tbuS�xJO -r o Nt #442V s - 5-101-1 ('bauAQ5 Total Base Bid in Figures 2 ° 2 SO END OF SECTION 00310 5 SECTION 00311 BIDDER'S STATEMENT OF SUBCONTRACTORS The undersigned BIDDER proposes and agrees, if this BID is accepted, to use the following proposed subcontractors on this Work: NAME BUSINESS ADDRESS WORK TO BE PERFORMED 1. kut—r% - eiarT 2. c-N'f G-caN}"f'K. 3. {N%tat. &Nb FREt~'t'oi2 23oo N. l-owri.L rb. E&C[7 .AL 5?C 0.1€3041. e PcR $ b 1 E. "5E�' 2 Sod ktAQo- t 5‘1-00..m• • 6Fam116, Ai{ 14 '01 bRA4.16 kite. 'gr1 rLI3 16 Egfcrote. -Sop`s 4 1 Mo 4. VconItt.e. t c 444-1 01.b tvIRc RD. SPRt ra h u oli. f , Actz, 5. VE S--% LivaDi h 221 E. L a' -'s? 6. 'l.owEas HAR e Tperz Stag esiabir 5tie The undersigned BIDDER agrees that sixty percent (60%) of the Work will be required to be performed with his own forces unless a variance is requested and granted from the CITY OF FAYE1"1'I VILLE. 00311.doc 1 SECTION 00312 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Crossland Heavy Contractors, Inc. as Principal, and Fidelity and Deposit Company of Maryland as Surety, are hereby held and firmly bound unto the City of Fayetteville, hereinafter called the OWNER in the penal sum of **Five Percent of the Amount Bid ( 5%)** for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. The Condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for Project No. BIO -2, BIOSOLIDS MANAGEMENT — THERMAL DRYER NOW, THEREFORE, (a) (b) If said BID shall be rejected, or If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. 00312.doc 1 III WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed, this 21st day of October ,20 10 . Crossland Heavy Contractors, Inc. PO Box 350, Colum (Principal) 72"5 Niarlr/ $e.►1 re. ►t n Fidelity and Deposit Company of Maryland 1400 American Lane, Schaumburg, IL 60196 (Surety) By L. Gilfillan, Attome END OF SECTION 00312 00312.doc 2