HomeMy WebLinkAbout48-12 RESOLUTIONRESOLUTION NO. 48-12
A RESOLUTION TO APPROVE A CONSTRUCTION CONTRACT WITH
ROSETTA CONSTRUCTION, LLC FOR $692,223.00 WITH A
CONTINGENCY OF $50,000.00 TO CONSTRUCT THE ELKINS OUTFALL
GRAVITY SEWER IMPROVEMENTS AND TO APPROVE THE ATTACHED
BUDGET ADJUSTMENT OF $416,818.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves
the attached construction contract with Rosetta Construction, LLC for $692,223.00 with a
contingency of $50,000.00 to construct the Elkins Outfall Gravity Sewer Improvements and
approves the attached budget adjustment of $416,818.00.
PASSED and APPROVED this 6th day of March, 2012.
APPROVED:
ATTEST:
\.A
LISA BRANSON, Deputy City Clerk ovinimp,„.,
'kt`iklqT..V/"
...0c,\ ., . • 9.., . 06.",7,
:•'1% : o (1‘1;
::: •-...
:•:: :FAYETTEVILLE:
...
•
13:--(1 cn.14-i
Vs‘4,CYCANS‘tcV
Shannon Jones
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
6 -Mar -12
City Council Meeting Date
Agenda Items Only
Utilities Capital Projects
Division
Action Required:
Utilities
Department
Approval of a construction contract with Rosetta Construction, LLC for $692,223, Bid 12-16, with a contingency of
$50,000 to construct Elkins Outfall Gravity Sewer Improvements, recognize a cost share from Elkins for $150,000,
and a budget amendment.
742,223
Cost of this request
5400.5700.5815.00
Account Number
10010.1
Project Number
Budgeted Item
XX
2,165,000
Category/ Project Budget
Sewer Replace - Elkins Outfall Line
Program Category/ Project Name
20,000 Water & Wastewater
Funds Used to Date Program/Project Category Name
2,145,000 Water & Sewer
Remaining Balance Fund Name
Budget Adjustment Attached
XX
4 Depa ,nt Dir:. or
41A.
City Attorney
414 oc
Finance and Internal Services Director
P1.12
Date
Previous Ordinance or Resolution #
Original Contract Date:
c, 2-e,4-1-- Original Contract Number:
Date
a -
Date
02-15-12P03:16
Received in City
Clerk's Office
Comments:
Revised January 15, 2009
TrateYille
ARKANSAS
www.accessfayetteville.org
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
David Jurgens, Utilities Directo
Fayetteville Water and Sewer Co ittee
From: Shannon Jones, Utilities EngineerJ..
Date: February 3, 2012
CITY COUNCIL AGENDA MEMO
MEETING DATE OF FEBRUARY 21, 2012
THE CITY OF FAYETTEVILLE, ARKANSAS
Subject: Resolution approving a construction contract with Rosetta Construction, LLC for $692,223, Bid 12-
16, to construct Elkins Outfall Gravity Sewer Improvements.
RECOMMENDATION
Fayetteville City Staff recommends approval of a construction contract with Rosetta Constiuction, LLC for $692,223, Bid
12-16, with a contingency of $50,000 to construct Elkins Outfall Gravity Sewer Improvements, recognize a cost share
from the City of Elkins for $150,000, and a budget amendment.
BACKGROUND
The City of Fayetteville was awarded a State and Tribal Assistance Grant (STAG) in 2010 for $485,000. The grant
funding is matched 55% federal to 45% local. The City's matching funds are $396,818. The City of Elkins is going to
cost -share $150,000 towards the project, per the attached City of Elkins resolution passed in 2010. This Fayetteville
owned line carries Elkins' wastewater flow in addition to Fayetteville water from that area. The purpose of the grant is
help fund the rehabilitation of the sanitary sewer system in the area of and including the Elkins outfall sewer line. The
available STAG grant will fund $380,723 of this contract; the balance of the grant will be used to line approximately
6,000 feet of sewer line with a cured -in -place -pipe (CIPP) under our current contract with Insituform Technologies.
DISCUSSION
Under this contract, we will replace approximately 4,500 feet of sewer line that serves as the gravity outfall from the
Elkins sewer force main and construct 26 manholes. The City o ened six bids on Januarv 31 2012.
Rosetta Construction, LLC
$ 692,223.00
T -G Excavating, Inc.
$ 1,070,707.00
Building & Utility Contractors
$ 1,201,500.00
Goodwin & Goodwin, Inc.
$ 1,297,825.00
Horseshoe Construction, Inc.
$ 1,448,500.00
Redford Construction, Inc.
$ 1,638,300.00
Engineer's Estimate
$ 1,300,000.00
Staff reviewed the bids and recommends awarding the contract to Rosetta Construction, LLC. The contractor has
completed past sewer projects to the satisfaction of the City of Fayetteville. Construction will begin this spring and will be
completed this fall.
BUDGET IMPACT
Funds are available in the sewer impact fees budget and sewer rehabilitation budget. The budget adjustment transfers
funds from the impact fee fund to the water/sewer fund, recognizes a cost -share with the City of Elkins in the amount of
$150,000, and creates a contingency of $50,000.
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
Elkins Outfall -Rosetta Construction-CCMemo-20 1 2.doc
OS-09-11;01:14PM;
; 4796433368 # 2/ 4
RESOLUTION NO. 20 /0
A RESOLUTION EXPRESSlNG THE INTENT TO COST -
SHARE WITH THE CITY OF FAYETTEVILLE ON THE
REPLACEMENT OF THE SEWER INTERCEPTOR FROM
LEWIS WOODS TO FAYETTEVILLE'S 1VIALLY
WAGNON LEFT STATION.
WHEREAS, The City of Elkins Water & Sewer Committee caused an assessment
of critical capital needs for the Elkins Water & Sewer System to be performed by
McClelland Engineers; and,
WHEREAS, McClelland Engineers determined that replacement of the gravity
sewer interceptor from Lewis Woods to Melly Wagion Lift Station was necessaty to
increase the total capacity of Elkin Sewer Collection System; and,
WHEREAS, The City of Fayetteville has been nodEed of a grant from. USEPA to
fund 55% of the project cost to replace this sewer interceptor; and,
WHEREAS, The City of Fayetteville has requested Elkins consider cost-sharing
the remaining 45% of this project cost with Fayetteville in an amount up -to S150,000; and,
WHEREAS, The Elkins Water & Sewer Committee, in regular session,
determined participating with Fayetteville is the most cost-effective method to replace the
sewer interceptor; and,
WHEREAS, Elkins Water & Sewer Committee has determined the Elkins Water &
Sewer Utility has sufficient funds to pay this cost share and recommends Elkins City
Council approve this resolution of intent.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
ELKINS, ARKANSAS:
That the City Council of Elkins Arkansas hereby adopts this resolution of intent to
cost share with the City of Fayetteville up -to S150,000.00 for the replacement of the
gravity sewer interceptor from Lewis Woods to Mally Wagnon Lift Station conditioned
on Fayetteville performing the work to replace the sewer interceptor pursuant to the
attached documents.
PASSED AND APPROVED this ,22-64ay of Nal , 2010.
40/
,00,04.—idwir At
/ACK LAD , M. 'or
ATTI ST:
4.1_14-trit.:A/A
5. LET
Coe/Wily %pop L' ion R
2
order -Treasurer
RESOLUTION NO.
A RESOLUTION TO APPROVE A CONSTRUCTION CONTRACT WITH
ROSETTA CONSTRUCTION, LLC FOR $692,223.00 WITH A
CONTINGENCY OF $50,000.00 TO CONSTRUCT THE ELKINS OUTFALL
GRAVITY SEWER IMPROVEMENTS AND TO APPROVE THE ATTACHED
BUDGET ADJUSTMENT OF $416,818.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves
the attached construction contract with Rosetta Construction, LLC for $692,223.00 with a
contingency of $50,000.00 to construct the Elkins Outfall Gravity Sewer Improvements and
approves the attached budget adjustment of $416,818.00.
PASSED and APPROVED this 6th day of March, 2012.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
City of Fayetteville, Arkansas
Budget Adjustment Form
V11.0906
Budget Year
2012
Division: Utilities Director
Department: Utilities Director
Request Date
2/21/2012
Adjustment Number
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION
$416,818 is requested in the Sewer Replacement - Elkins Outfall Line capital project. $161,500 in funding is to
recognize -transfer from-I9pact-F-ee-F-unds-,-$105,348-from4he-Sanitary-Sewer-Rehabilitation-projectiand-to
recognize $150,000 in cost share revenue from the City of Elkins.
Division Head
Bu !flhI! ctor
Depa nt Di ctor
Fin ce irector
Ok_
taff
Date
z
Date
3P4,10
Date
1-2,1-261
Date
Date
LP-
D te
a r
Account Name
Prepared By:
Reference:
kspringer
Budget & Research Use Only
Type: A B C (t5
General Ledger Date
Posted to Genera! Ledger
Checked / Verified
TOTAL BUDGET ADJUSTMENT
Sewer improvements
Trans from Impact Fee Fnd
initial Date
Initial Date
311,500 311,500
Increase / (Decrease) Project.Sub
• Account Number •Expense Revenue NuMber
5490.5700.5815.00 416,818 10010 . 1
5400.0940.6602.30
Transfer to Water & Sewer
Sewer improvements
Sewer improvements
State/Muni Cost Share
161,500 10010 . 1
2300,9309.7602,40 161,500 100 10 1002
2300.9300.5815.00 (161 ,500 10010 . 1002
5400.5700.5815.00 (105;318) 02017 . 1
5400.09404303.00 150,000 10010 . 1
1-1:1Budwal3pdget Adjustments12012 Budgenkevin \BA2012_ELKIN5_5EWER.xls 1 of 1
PUth,
WiTNESS
8117: 52.15
• ye
-
. .1
...SIWILLI
c
. Bid 12,16,Construction
DATE: 0101/2012
City of Fayetteville - Official Bid Tabulation 7151E: 505 FM
of ElkinS Outfall - Gravity Sewer Improvements
R•1430.44411144144
TA R4CW•Sfit
E147404 4.5.1
.9.09•0Tr4.146.
40461•1911.00640IrL inc.
1.1V,As.C77sOn1S/9rt
Relicnd Cenrenociten.. me.
Oncdplbxf
an,
LIAM
!IA P.k.
HUI
UM MP 70144
unEkArke
TOW
4414 nle•
tali
LOA Ark, 1441ar
4,44.14,444 1 30441
I
3401,95i4.7
1
LS
07.090.00
3 30,000.00
0 50,40790 5 50,40700
37.0,4(05)07
4 50100,00
15 35.00109
7 41.000.173
$ 35,00000
$ 41005.02
5 50 1300 00
4 10000.00
5 80,9170. 00
$ 10.990.80
3 00.5100 0&'T0 89.000.00
0 00.000.0075 30 5270 CO
a
TT9450 4 51A7
1
LS •
7 1050.00
7. 51010.00
5 41.101.09_,
5_ 4.00000
5 15 000.00
S 16000.00
0..
• Ede/meow& '
' 1
L3.
023000.00
5 20.099.01
$ 17.9010
5 7.0.119.00
520900.00
7 00900.00
5 20.90090
5 30.1110100
3 koaaaa
5 saocLoo
$ 04.000.00
5 35..700.70
4
5.- Grat!). 5469,1115
20 -'1
LF
$ 55.00
5 1.063.08
$ 6100
•5 1.200.00.
3 50.00
0 1.0000.0
7 2.110
5 1.500.00
5 120.00
5 7.400,0.0
S. 50.00
3 1.300.00
5.
or 13104iN $0.2I WOO
50
LF
4 75.00
3 2.750.00
$ 5000
5 40.00.00
3 100.00
.415,00030
5 5100.00
5 150.0909
3 40.02
$ 10.000.00
5. 4,000.00
$ 14900.0.9
0 150.00
3 10.0.00.00
5 7.500.09
5 10.090.80
$ 75.00 1 5 3,750.00
3 320.00.00. 1. 3 12900.08
a
faxe Man HOMY
1
LS
5 0.000.00
3 9900.00
0 50.00000
0 1010100
O
15,-604.8.5,40 5845r F585
.2500
LF
5 8100 ..)
213,200.00
p 02.00.
5 168990500
3 121.00
$ 312.000.00
j 015.00,
j 259,00090
3 19090
5 494000.0.0
9 152.00 1 3 473.20.13.50
a
013.8..,2 5.5 oss45..ur 4,...• 3.25
1900
LF
$ 552.00
3 156.800.09 .
$ 10126
.5. 3131.00202
'5 180.00
$ 042.00900
5 226.00
3 427.50009
5 20010
3 960.00010
5. 151500 1_3, 351,500.00
9
7654 54064
3
EA
$ 1.02
9 3.00
$ 800.90
3 2.4000.0
3 130000
.5 3.0.0900
0 1,000.00
1 1,10.55
A 3.00300
5 9300.40
5 3.060_00 I 0 9,000.00
10
WO06' SIsid..W.Mormini FAN.
420
LF
125.00
A 84509.00
$ 100.00
A 67,200.50
4 10300
3 42.000.00
5 .20000
$ 84900.95
5 155.00
5 90,960.00
5 175,00 '5 79.50020
11
5601m5llgi40IRov01
: 20.
EA
5 300..09
3 0,00040
5 75000
5 15,020E10
5 750.0.0
7 15,00040
• 55000
9 1730302
5 1.549,00
s 30.0v5..00
5 1 250.051 1 5 61100100
/2
030404 1656480
299
ZS
LP
EA
5 3000
t 200300
5 6,70000
.3 93,000.00
3 2306
9 7,00000
5 4,060.00
5 1.02.000.00
$ 3300
, 4 20.0900
3 300.00
5 500.07
3 7,000.00
0 5599700
5 24 0000.0
422.9..SLI_ItEk.00_4_
3 3,550.00
.0 126.20
91000.00
10.000,00
3050
7 60.000.0
3 0.00.0.0
S 5000.06
3 130.0000.9
5 24_000,00
3 20 000 DO
5 120.00 1 S 24.090.00
0 4.000.00 0 154 ow oo
s 10000 $ 14400.00
5 750 00 1 $ 13760.00
5 1,000.7:-') , 5 2.00000
12.
50,56061.48.1b404, 47211.. [001
14
338831647145801. c al Eard Das*
60
0
41F
g8.,_
EA
eA
5 125.00
5 40040
$ 10O50.00
5 .1040540.
5 20300
5: 20040
5 10,000.012
5 5,00000
15.
1.0...A0.1•., ....4.0,
S 12,500.00
$ 000.40
216.002.03
j 500.00
10
R030r604.517e1t51EA:ft 1.1enkie
.
2
1
5 $0090
9 1,405.00
$ 1:09...00
S 1,419.00
7 maw
7 7,500.00
3 5990.00
5 2,50000
5 190900
.5 2.50000
0. 2.0.00.00
5 1.000.506
2.000.001
3 2.500.00
5 5000.00
57
Sim Inen. EskeIng 1..133,F1h.
5 2.500.00
$ 1.202.90
1,209.00
3 1.000.00
0. 5900.00
5 2900.05 ! $ 2.000.00
14
44400,0) T56 0,00%04
100
CV
S 2300
3 7,203.00
$ 26.00
1 4 MO 00
3 26.00
5 4005,00
1 25.00
3400,00
5 2000.
5 120.00
5 9,200.00
0 900300
5 2000. .1 5 0,72000
5 160.00 I 5 527)0.04
18
Agra Pareemmtftwir
76
SY
5 70.05
• 5 3,525.00
$ 140.00
3 19,600.00
5 102..00
.5 7,500.00
S 115,60
0625,02
7.7.,.
Epq4y0.4.96,06TaL•rn 4. gg.....
240
5
4000
kir
EA
211'
$ 13500
5 75300
0 15.00
3 Re12.08_,
5 2000.0
4100100
' 0 200.00
5 7299000
5 7.500.09
5 40702,00
5 22509
.15130.00
$ 7500
54,000.0.0.
709.00
5 93 ,00073 00
5 18,000.132
s 200.00
5 2500.60
5 47.00
3 510
5 40,005.00
S 12COO 02
3 50,000.00
5 22,600.02
s 16000
S 1.40002
.5 6010
0 2)40
I 9 7 000 07
0 240000.00
5 13,593.00
21
' PAateon Oam
.5 3,750.00
5 6094.00
5 50399
$ 26.00
5 2500.00
S 10110100
5 1.500.00
5 15.00
0.2
9541411 BA 111c surtRa&m
23
44,4880,e4 1433430.5.0/cciy
45001
LF
3 10.0
3 4.30090
5 2.00
f 5 0.000.00
$ 15.00
5 67,59900
5 490
0.3
SU Re10ora5190
. 1
LS •
0 5,000.00
5 5,000.00
5 0.030.00
0 8.000.00
550.000.00
3 500.0000
000.030,00
5 24303.77
s 15100.00
5. 15 300 Do
7 50.000.0.0
3 50.000.00
•:...•.c.
:. .1••-.••• :. .-' ...•_..... • •.... 1 • :. ...• :.
.:'• 7...
•.:•. ..,
ToTAL 1.s warmth_
TOTAL
i 1910,757.00
TOTAL
9 3,201,500.00
TOTAL
S 1.127.023,00
TOTAL
5 1.44043040
50/AL 1, $ 1128200.00
-Nonce, Kg f4d4Ind ili cm1Lnquni c./690. .6.610T ing*LtIo minirnurn wolcirma0ans 6.3 Torn..1 bulharis i, eb.b. b. Cit. La ..* A .
PUth,
WiTNESS
•
City Of Fayetteville -.Purchase Order (PO) Request
Net a Purceese Os%)
All purchases under $2500 shai I housed on a P.Conl UnieSS Medical or 1099 aerWee refuted. (Call x256 with questions)
Ali PG Request shall be &Wined 62 the Purchasing e-mail: PurchaSirtg@larayefreiliCar.ta
Requisition No.:
Date:
2/3/2012
F.0 Number:
Lxpecteci Delivery Date:
Vendor Number
16735
vendor Name:
Rosetta ConstructionYea:
Mali
XX Na_
Address:
P. Q. Sox 14024
Fob Point:
Construction Site, Fayetteville
Taxa—re
Y : No:_XX
Quotes Attached
Yes' No: XX
City:
Springfield
State:
MO
Zip Code:
. 65514
Ship to code:
n Head A,oproval:
Requester:
David Jurgans
Requesters Employee ft:
490
ale ion:
330
Item
Description
Quantity
Unit of Issue
Unit Cost
Extended Coat
Account Numbers
ProjecUSubproject #
Inventory*
Fixed Asset #
2
3
4
5
6
7
8
9
10
Gravity Sewer Line- Elkins
°Wall
1
EA
692,223.00
6692,22340
5400.5700.5815.90
10010.1
60.00
60.00
60.00
S0-00
60.00
60.00
60.00
60.00
60.00
.
Shipping/Handling
Lot
60.00
. aerial Instructions:
Subtotal:
Tax:
Total:
6692,223.00
6692t 2236 00
Approvals:
Mayor:
Finance
Dispatch
Department
Budget Manager
Utilities Manager:
Director.
----..--....
Purchasing Manager:
8, Internal Services Director:
Manager:
f
1
IT Manager
Other
ROV Med 1W200
PROJECT MANUAL
ELKINS OUTFALL
GRAVITY SEWER IMPROVEMENTS
aye evi e
ARKANSAS
FAYETTEVILLE, ARKANSAS
EPA Stag Grant XP -00F27401-0
PROJECT NUMBER 10010
OCTOBER, 2011
0001.doe 1
0001.doe 2
SECTION
TABLE OF CONTENTS
TITLE NO. OF PAGES
0001 Title Pages 2
0010 Table of Contents 2
0020 Invitation to Bid 2
0100 Information For Bidders 8
0212 Supplemental Information for Bidders 2
0310 Bid Proposal 6
0311 Bidder's Statement of Subcontractors 2
0312 Bid Bond 2
0420 Statement of Bidder's Qualifications 2
0500 Agreement Between City of Fayetteville and Contractor 4
0600 Arkansas Statutory Performance and Payment Bond 2
0640 Warranty Bond 2
0700 General Conditions 24
0800 USEPA Region 6— Supplemental Conditions 26
0830 Prevailing Wage Rates 4
0840 Notice of Award 2
0845 Notice to Proceed 2
0900 Description of Unit Price Schedule Items 2
1000 General Requirements and Procedures 4
2000 Trench Safety 2
2100 Erosion and Sediment Control 10
2200 Site Preparation 4
2300 Excavation, Backfilling, and Compacting 12
2500 Polyethylene Pipe Installed Using the Pipe Bursting Method 10
3000 Pipe, Fittings, and Materials 12
3100 Sanitary Sewer Pipelines 10
3200 Sanitary Sewer Service Lines (Private Laterals) 8
3300 Manholes 12
3400 Utility Line Bores 4
0010.doc 1
SECTION
3600
5000
5100
5200
6000
6100
6200
TABLE OF CONTENTS
TITLE
Cast -In -Place Concrete
Pipeline Cleaning
Pipeline Television Inspection
Inspection and Testing of Sanitary Sewer
Pipelines, Manholes, and Service Lines
Pavement Repair
Lawn and Grass Restoration
Final Product Performance Requirements
Appendix A -29 CFR PART 1926 SUBPART P (OSHA)
Appendix B Stormwater Pollution Prevention Plan
END OF SECTION 0010
0010.doc 2
NO. OF PAGES
4
4
4
8
4
8
4
40
58
SECTION 0020
CITY OF FAYETTEVILLE, AR
INVITATION TO BID
BID 12-16, ELKINS OUTFALL - GRAVITY SEWER IMPROVEMENTS
The City of Fayetteville is accepting bids for the replacement of approximately 4,500 feet of
existing 10 -inch gravitY sewer line with 18 -inch gravity sewer line using open -cut and pipe
bursting methods. Any questions concerning the bidding process should be addressed to Andrea
Foren, City of Fayetteville Purchasing Agent, at aforen(4ci.fayettevil1e.ar.us or by calling (479)
575-8220.
Bids shall be submitted in a sealed envelope or package labeled "Bid 12-16, Constriction of
Elkins Outfall — Gravity Sewer Improvements." All bids shall be received before 2:00 PM
local time on Tuesday. January 31, 2012 to the City of Fayetteville, Purchasing Division —
Room 306, 113 W Mountain, Fayetteville, Arkansas 72701.
A non -mandatory pre-bid meeting will be held on Wednesday. January 11, 2012 at 10:00 AM,
local time at Fayetteville City Hall, 113 W. Mountain, Fayetteville, AR, room 326.
Bidding documents and plans must be obtained from by contacting the City Purchasing Division.
Documents are available via e-mail. Plans can also be reviewed at the Fayetteville Purchasing
Division, as listed below.
City of Fayetteville, Arkansas
Purchasing Division — Attention: Andrea Foren
113 W. Mountain, Suite 306
Fayetteville, AR 72701
Phone: 479.575.8220
E -Mail: aforen®ci.fayetteville.ar.us
All bidders need to register as a plan holder with Andrea Foren via e-mail or phone. Failure to
register as a plan holder can result in bid rejection.
For information concerning the proposed work, contact Shannon Jones, P. E. at
shjones@ci.fayetteville.ar.us or by calling (479) 444-3452.
Each bid shall be accompanied by a certified check or bid bond, in an amount not less than five
(5) percent of the amount bid. A one hundred percent (100%) performance and payment bond,
file marked by the Washington County Circuit Clerk's Office, is required with a contract
awarded amount of $20,000.00 or more. A State of Arkansas Contractor's License is required
for any bid exceeding $20,000.00.
"Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all
qualified small, minority and women business enterprises to bid on and receive contracts for
goods, services, and construction. Also, City of Fayetteville encourages all general contractors to
0020.doc 1
subcontract portions of their contract to qualified small, minority and women business
enterprises."
"Any contract or contracts awarded under this invitation for bids are expected to be funded in
part by a grant from the United States Environmental Protection Agency. Neither the United
States nor any of its departments, agencies or employees is or will be a party to this invitation for
bids or any resulting contract. This procurement will be subject to regulations contained in 40
CFR Part 31 excluding the Davis -Bacon Act requirements and the Buy American provisions."
"Equal Opportunity in Employment: All qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, or national origin. Bidders on this work
will be required to comply with the President's Executive Order No. 11246, as amended. The
requirements for bidders and contractors under this order are explained in the specifications."
The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the
award of any Contract for a period of time which shall not exceed beyond ninety days from the
bid opening date.
CITY OF FAYETTEVILLE, ARKANSAS
By: Andrea Foren, CPPB,
City of Fayetteville, Purchasing Agent
Ad Dates: 12/29/11 and 01/05/12
END OF SECTION 0020
0020.doc 2
SECTION 0100
INFORMATION FOR BIDDERS
1. DEFINED TERMS
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 Engineer.
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)
0100.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.
0100.doc 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 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.
0100.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.
0100.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.
0100.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 C011111311 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 sixty (60) days after the day of the Bid opening.
0100.doc 6