HomeMy WebLinkAbout75-10 RESOLUTIONRESOLUTION NO. 75-10
A RESOLUTION AWARDING BID #10-23 AND APPROVING A
CONTRACT WITH DEAN CROWDER CONSTRUCTION, INC. IN THE
AMOUNT OF $4,963,386.00 FOR CONSTRUCTION OF BIOSOLIDS
MANAGEMENT SOLAR. DRYERS, WSIP SUBPROJECT BIO -1, AND
APPROVAL OF A $150,000.00 CONTINGENCY
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
# 10-23 and approves a contract with Dean Crowder Construction, Inc. in the amount of
$4,963,386.00 for construction of biosolids management solar dryers, WSIP Subproject Bio -1.
A copy of the contract marked Exhibit "A" is attached hereto and made a part hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
project contingency in the amount of $150,000.00.
PASSED and APPROVED this 4th day of May, 2010.
APPROVED:
By:
ATTEST:
By:
SO DRA E. SMITH, City Cler reasurer
,FF!!N/��,,
`kvitIr
�RKITR c�
�� �OoG,TY of Gi!
:FAYETTEVILLEt\IS
-1` ti
1.°°'Z/VGT6A.8 O0,'`�
David Jurgens
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
5/4/2010
City Council Meeting Date
Agenda Items Only
Utilities Capital Projects
Division
Action Required:
Utilities
Department
Approval of a Construction contract with Dean Crowder Construction, Inc., for $4,963,386.00, for the construction of
Biosolids Management Solar Dryers WSIP Subproject BIO -1, Bid 10-23, and approval of a 3% contingency of
$150,000.00.
5,133,386
Cost of this request
4520.9530.5315.00
Account Number
02133.0600
Project Number
Budgeted Item
11,309,875
Category / Project Budget
$
2,486,434
Funds Used to Date
8,823,441
Remaining Balance
Budget Adjustment Attached
Biosolids Processing Phase 1
Program Category / Project Name
Wastewater Sys Impry Project
Program / Project Category Name
Water and Sewer
Fund Name
Finance and Internal Services Director
Date
1/- /0
Date
9 -2.i-tots
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in
Mayor's Office
Comments:
Revised January 15, 2009
tvll1e
CITY COUNCIL AGENDA MEMO
MEETING DATE OF MAY 4, 2010
THE CITY OF FAYETTEVILLE, ARKANSAS
ARKANSAS
www.accessfayetteville.org
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jur ens, Utilities Director
Fayetteville Water and Sewer Co ee
Date: April 7, 2010
Subject: Construction contract with Dean Crowder Construction, Inc., for $4,963,386.00, for the construction
of Biosolids Management Solar Dryers WSIP Subproject BIO -1, Bid 10-23
RECOMMENDATION
City Administration recommends approval of a construction contract with Dean Crowder Construction, Inc., for
$4,963,386.00, for the construction of Biosolids Management Solar Dryers, WSIP subproject BIO -1, Bid 10-23,
and approval of a 3% contingency of $150,000.00.
BACKGROUND
The City currently hauls an average of 15 tractor trailer loads of biosolids weekly to either the Prairie View
Landfill in Lamar, or the Ozark Ridge Landfill in Russellville. Fuel prices and tipping fees make the current
landfill operation much more expensive than when selected in 2003. It also represents a waste of a potentially
valuable biosolids product. Finally, there are several significant risks inherent in landfilling, as demonstrated by
the American Environmental Landfill's sudden refusal to accept biosolids on 26 August, 2008.
The solar dryer units are expected to dry the material to a range of 40 — 70% solids, depending upon weather
conditions. With this first phase of biosolids processing, we believe we can save a minimum of $480,000 in the
first twelve months. Additionally, we will investigate a number of possible beneficial reuses for the dried
biosolids after the first batch is processed.
DISCUSSION
The Contract provides for the construction of six solar drying houses at the Noland farm site, to dry biosolids
from both wastewater treatment plants. Upon installation, we will immediately begin drying biosolids in the
houses and will stop hauling biosolids to landfills. After solar drying, we will be working the phase 2 portion of
the work whereby the biosolids will be dried to over 90% solids. The City received 6 bids on April7.
Contractor
Bid Price
Dean Crowder Const (low bid)
$ 4,963,386
VEI General Contractor
$ 5,349,600
Branco Enterprises
$ 5,475,000
Crossland Heavy
$ 5,499,726
Edwards Design & Const
$ 5,499,998
Seven Valley's Concrete
$ 5,536,846
Engineer's Estimate
$ 5,500,000
Dean Crowder construction has successfully completed a variety of projects for the City in recent years.
BUDGET IMPACT
Funds are available in the WSIP project budget.
Telecommunications Device for the Deaf TDD (479) 521-1316
113 West Mountain - Fayetteville, AR 72701
RESOLUTION NO.
A RESOLUTION AWARDING BID #10-23 AND APPROVING A
CONTRACT WITH DEAN CROWDER CONSTRUCTION, INC. IN
THE AMOUNT OF $4,963,386.00 FOR CONSTRUCTION OF
BIOSOLIDS MANAGEMENT SOLAR DRYERS, WSIP SUBPROJECT
BIO -1, AND APPROVAL OF A $150,000.00 CONTINGENCY
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 # 10-23 and approves a contract with Dean Crowder Construction, Inc. in the
amount of $4,963,386.00 for construction of biosolids management solar dryers, WSIP
Subproject Bio -1. A copy of the contract marked Exhibit "A" is attached hereto and
made a part hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby
approves a project contingency in the amount of $150,000.00.
PASSED and APPROVED this 4th day of May, 2010.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
a171)'17ettyille
BID: 10-23
DATE: 04/07/10
TIME: 2:00 PM
CITY OF FAYETTEVILLE
Bid 10-23, Construction of Biosolids Management - Solar Dryers
1 Branco Enterprises, Inc.
$5,475,000.00
2 Crossland Heavy Contractors, inc.
$5,449,726.00
3 Dean Crowder Construction, Inc.
$4,963,386.00
4 Edwards Design & Construction, Inc.
$5,499,998.98
5 Seven Valley's Concrete, LLC
$5,536,846.00
6 VEI General Contractors
$5,349,600.00
*NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
•
':{�=i `:: '::.z; •�yg�,k✓[,�:.
•
sG'x�^:�`i'- _ --`�i�s•. ��'sil:�
.. fir,. ; •� .a; :
uY ,
•'_�:t;:�7�>f�'�`�,. ,,. �..'.?r'•�b gcT, �•: "°.,�' ::� ��;- nx�:3a � �3
. r:�.:_ - : �-:K;,: � � �:.�-:n�'�;: s�,�'..it��.= ��- e• '? ,:;' � � .'r'
' ^;-: , �...�J"fir.." .. �;. ,, . ,;� ,:�;� ;:i;_ .
sdion
Re ur No.:
q
L7ats:
51612470
��gyx �:
:;y„�k��ti.s�: -:,;:5:: : i:. .2'.
-[.,;, :5�= ::r:�•• e'�.�'.}"..�v�'x.:a:
_?a.
.�':?= .r :f`m:;-� _ %}"��x:
. [;':: • - :+rr. a::w.v-t ._?<•�;s.:'+_k.;.�' �: • , ar; : -.�c" ,u ...�'-
.: :i`%5 - u�rakr::P .�.t .'' .may_,
zum.-r:
xpaC[ed Uelnaryu
ASAP
V6ndor #
18508
en • • r Name:
Dean Crowder Construction Inc.
Mail
Yes: x No.
AddreSS:
804 BE 21st Bt
Fob Point 1400 P113 W Mountain
Fayetteville, AR 72701
Ta bI
Ye : No:__
quotes Attached
Yea_ No:: x
City:
Bentonville
State-
AR
Tip Code- 'Ship (o code;
72712
D Head Approval:
Requester:
David Jargons
Requester's Employee #:
490
Exte
n:
330
Item
Description
quantity
Unit of issue
Unit Cost
Extended Cost
Account Numbers
Project/Subproject #
Inventory 8
Fixed Asset 8
1
2
3
4
5
5
7
8
9
10
BiosolidsMesagamerrt-
Soler Dryers Std 10.23
1
ea
4.773,386.00
44,963,388.00
4520.9530.5015-00
02133.0600'
1
190,000.00
1190,000.00
4520.9520.5818.00
02133.0600'
$0.00
80.00
80.90
$0.00
80.90
$0.00
80.00
80.00
•
Shipping/Handling
-Special
Lot
50.00
-
instructions:
Subtotal' 88.153,386-00
Tax:
Total: 45,153,388.00
Approvals: �I{
Mayor: Department Director: 0
dry} o Purchasing Manager:
Finance & interval Services Director: Budget Manager:
IY IT Manager.
DispatchManager: utilities Manager: Other
rxerieae irzrrzoos
PROJECT MANUAL
BIOSOLIDS MANAGEMENT
SOLAR DRYERS
ayc xvi
ARKANSAS
FAYETTEVILLE, ARKANSAS
PROJECT NO. SIO -1
02133.0600
MARCH, 2010
00001.doc
No.1 '1053 ,c9
171'MIle
THE CITY OF FAYETTEVILLE, ARKANSAS
UTILITIES DEPARTMENT
113 West Mountain
Fayetteville, AR 72701
P (479) 575-8330 F (479) 575-8257
ARKANSAS
www.accessfayetteville.org
March 31, 2010
RE: Addendum Number 1
Biosolids Management - Solar Dryers
Fayetteville, AR
All Prospective Bidders:
The following items shall be included as part of the bid package as Addendum Number 1.
1. One-half size Drawing Sheet 1 shall be replaced with Drawing Sheet 1R -- Site Plan
2. One-half size Drawing Sheet EC2 — Sediment Control Plan
3. Two (2) 1" PVC conduits shall be supplied between the Automatic Transfer Switch and the
Generator. The contractor shall supply and install the necessary wires for controlling the
generator and a branch circuit for battery charging and a block heater.
4. Drawing Sheet 20 — Two 2", One 1-1/2", and One 1" SCH80 PVC conduits shall be supplied per
chamber.
S. The Contractor shall be responsible for all interconnection wires, conduits, and sizing per
National Electric Code.
6. The Contractor shall provide and install the 1000A, NEMA 3R, service rated, automatic transfer
switch. Upon loss of line power, the transfer switch shall start the generator and switch power to
the generator. Once line power is restored, the transfer switch shall switch back to line power
and tum off the generator.
7. RLF-96 — DBE/MBE/WBE COMPLIANCE shall be added to the bid package. The evaluation
form is not required to be submitted with the bids. However, the contractor who enters into an
agreement for the work with the City shall be required to document any and all efforts Jo comply
with DBE/MBE/WBE participation. The City of Fayetteville, Arkansas encourages all general
contractors to subcontract portions of their contract to qi alified small, minority, and women business
enterprises as part of the Invitation to Bid.
Full size drawing sheets shall be distributed with the contract documents upon award of the contract.
8. An electronic copy of the Stormwater Pollution Prevention Plan is included on the enclosed CD.
Telecommunications Device for the Deaf TDD (479)521-1316 113 West Mountain - Fayetteville, AR 72701
AddendumNol,doc
THE CITY OF FAYETTEVILLE, ARKANSAS
The following items are listed for clarification of the drawings and/or the specifications.
9. The power feed is owned by the City of Fayetteville, and will not be metered.
10. The City of Fayetteville shall supply and install the 450KVA pole mounted transformer. The
Contractor shall be responsible for supplying the conduit and cable for the connection to the
transformer. This shall include the necessary conduit and cable up the pole to the transformer.
11. Conduit #106 is for a fiber optic cable. The Contractor shall supply a pull line for this conduit,
The City of Fayetteville will install the fiber optic cable,
12. The Contractor shall be responsible for the installation of all other mechanical and electrical
equipment furnished by the manufacturer. The Contractor is encouraged to get clarification from
all manufacturers for all items to be supplied/installed by manufacturers.
CITY OF FAYETTEVILLE
Shannon W. Jones, P.E.
Telecommunications Device for the Deaf TDD (479) 521-1316
113 West Mountain - Fayetteville, AR 72701
AddendumNol.doc
v' attvlliee
THE CITY OF FAYETTEVILLE, ARKANSAS
UTILITIES DEPARTMENT
113 West Mountain
Fayetteville, AR 72701
P (479) 575-8330 F (479)575-8257
ARKANSAS
www.accessfayetteville.org
April 2, 2010.
RE: Addendum Number 2
Biosolids Management - Solar Dryers
Fayetteville, AR
All Prospective Bidders:
The following items shall be included as part of the bid package as Addendum Number 2. Both Addendum
Number 1 and Addendum Number 2 shall be acknowledged in Section 00310 — Bid Proposal.
1. Drawing Sheet CI — Concrete Details shall be replaced with Revised Drawing Sheet C1 —
Concrete Details.
A full size drawing sheet shall be distributed with the contract documents upon award of the contract.
2. The interior floor slabs for the drying chambers shall be reinforced with #5s at 12" O.C. each
way.
3. The unload ramp shall be reinforced with #5s at 12" O.C. each way.
4. Waterstop as indicated on the drawings shall be Greenstreak 701, or equal.
5. All concrete shall be reinforced as noted on the drawings. Minimum thickness of concrete shall
be 6 -inches. The 36' wide, 8 -inch thick unreinforced concrete access drive is the only concrete
that is not reinforced.
6. All rebar splice laps shall be 24 -inches.
CITY OF FAYETTEVILLE
Shannon W. Jones, P. .
Telecommunications Device for the Deaf TOD (479) 521-1316 113 West Mounta(n - Fayetteville, AR 72701
AddendumNo2.doc
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 Information 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 Active Solar Biosolids Drying System 8
02102 Clearing, Grubbing, and Stripping 4
02200 Earthwork, Trench Excavation, and Backfill 8
02218 Landscape Grading 2
02270 Environmental Specifications 20
02485 Finish Grading and Grass 4
02610 Pipe and Fittings 6
02730 Sanitary Sewer Pipelines 10
00010.doc 1
SECTION
TABLE OF CONTENTS
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
SECTION 00020
CITY OF FAYETTEVILLE
INVITATION TO BID
BID 10-23, BIOSOLIDS MANAGEMENT — SOLAR DRYERS
The City of Fayetteville will receive sealed bids for the construction of a Biosolids Management
Facility. Work will include site grading, concrete work, installation of solar drying structures and
equipment, driveway construction, electrical, and drainage structures.
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 10-23, Biosolids Management —
Solar Dryers". All bids shall be received on or before 2:00 PM on April 7th, 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 Thursday. March 25. 2010 at 11:00 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.
00020.doc 1
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.
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 information 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, Bids RFP's & RFQs). 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 Thursday. March 25, 2010 at 11:00 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
00020.doc
END OF SECTION 00020
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.
OO100.doo 2
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 prescnbed),
issued by a surety.
6.2 The Bid security of the Successful Bidder will be retained until Bidder has executed the
Agreement and fiimished 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 'tor 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).
00100.doc 4
11.8 The address, telephone number, and fax number if applicable for communications
regarding the Bid must be shown.
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 It 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 securityprior to tht'date:''
00100.doc
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,
performance 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
r
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 clay 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: April 7, 2010, 2:00 p.m. LOCAL TIME
Proposal of r G1z.s. D 1, � U n �. ik16
Address: '0/ )7,14'1. `rr '
�a r~ /i L Li✓
Bid For: BIOSOLIDS MANAGEMENT— SOLAR DRYERS
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:
�v1,1a muaa riiive auluni7' itry -1146
.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
Agreement as to Liquidated Damages in the event of failure to complete the Work in the Contract
Time specified.
BIDDER accepts all of the tennis 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 Bill, 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 Rid and the Information for Bidders) and the following
ADDENDA: j Dom. i '5`3f . 7otC j 4 •2, Zfo
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 Bid Bond or Certified Check
in the amount of five (5) percent of the Total Bid Amount.
00310.doc
2
BIDDER submitting this SID is:
VjA Corporation, incorporated in the State of��
A Partnership, consisting of the fallowing partners, whose Miall names are:
An Individual whose full nave is:
eneral Contractor (Firm Name)
VI
Title
4-i,lo
Date
'a4- 4e
Address
'301~rb11\1 11-1-lsO-
411. Z15. 3t)
Telephone Number & Fax
003/(40;11
Contractor's License Number
00310.doc 3
■
1
1
■
r
1
1
w
1
1
I
SECTION 00311
BIDDER'S STATEMENT 0.1< SUBCONTRACTORS
The undersigned BIDDER proposes and agrees, if this Bll) is accepted, to use the following proposed
subcontractors on this Work:
NAME
1. Will l y'
2. V
3. WwJ ("Miger6
4.
5.
6.
BUSINESS ADDRESS
44, Vita
0414 AI 0
1r
Po. Sod111eo
tirz�wr�T �,s,
/vez-17f�
WORK TO BE PERFORMED
1 4. 044
11N61)-Lg, A,2-12.74 c. -fic,
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
FAYETTEVILLE.
Date: • —1 • 10
Signed:
00311.doc 1
SECTION 00312
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
DEAN CROWDER CONSTRUCTION COMPANY, INC. as Principal, and
as Surety, are
CINCINNATI INSQRANCE COMPANY
hereby held and firmly bound unto the City of Fayetteville, hereinafter called the OWNER in. the penal
sum of FIVE PERCENT (5%) OF TOTAL AMOUNT OF BID for payment of which, well
and truly to he 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 BJD, attached hereto and hereby made a part hereof to enter into a contract in writing,
for Project No. BIO -I, BIOSOLIDS MANAGEMENT — SOLAR DRYERS
NOW, TIi3REPOR,
(a)
(b)
If said DID shallbe 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 ofthis obligation as herein stated.
00312.doo 1
IN 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 7th
day of APR
cPt;t " . ar
Attorney -in -Fact
00312.doc
END OF SECTION 00312
2
„2010