HomeMy WebLinkAbout61-90 RESOLUTIONRESOLUTION NO. 61-90
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH
TRIGON ENGINEERING IN THE
AMOUNT OF $424,97.00 FOR THE PERMANENT SEWAGE
FLOW MONITORING PROJECT.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are l--rebv
authorized and directed to execute a contract with
Trigon Engineering in the amount of $424,974.00 for the
permanent sewage flow monitoring project. A copy of the contract
authorized for execution hereby is attached hereto marked Exhibit
"A" and made a part hereof.
PASSED AND APPROVED this 17th day of April
APPROVED:
By:
ATTEST:
By
City er
, 1990.
or
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ti
•
•
•
•
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
uF9c
PROJECT BOOK
(PLANS AND SPECIFICATIONS)
FOR
FAYETTEVILLE PERMANENT SEWAGE
FLOW MONITORING
March 1990
ETC ENGINEERS, INC.
Consulting Engineers & Scientists
1510 Scutt; Broadway
Little Rock, Arkansas 72202
• .
ACOIene CERTIFICATE OF INSURANCE
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF NFORMA-IONONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER -KS CERT F KATE DCES NO' AMEND
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BLLOW
ROY N. BORDEN AGENCY,INC.
P. 0. Box 56280
Little Rock, Ar 72215
CODE
INSURED
SUB -CODE
Trigon Engineering Co.
3520 W. 69th St.,Suite 301
Little Rock, Ar 72209
ISSUE DATE (MM'UUIYY)
5/17/90
COMPANY A
LFIIER
REVISED LE TEINY B
CCMPANV ^
1E1 TER y
COMPANY
LETTER
COMPANY E
FTTFR
COMPANIES AFFORDING COVERAGE
Travelers Insurance Co.
COVERAGES
THIS IS TO CERTIFY T,,AT THF POL CIFS OF NSURANCE L STED BE_OW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE OR THE POLICY PLR OD
INDICATED. NC -WI -H 3rANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT CR CTHFR DOCUMENT W'TH PFSPFC" TO WH CH THIS
CERT FICATE MAY BE ISSUED CR MAY PEP TAIN 'HF INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUB.,ECT "O Al L THF TERMS
EXCLUSIONS AND COND TIONS OF SUCH POL ICIFS . MIl S SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO
LTR
A
TYPE OF INSUPANCF
GENERAL LIABILITY
CCMMERCIAL GENERA HABIL
CLAIMS MADE OCCUR
OWNERS 8 CCN RA' TORS FPO.
AUTOMOBILE LIABILITY
ANY AL TO
ALL OWNED AUTOS
SCHEDJ EC AUTO'.
HIRED AUTOS
NON -OWNED ALTCS
GAPAC E L•4B W Tv
EXCESS LIABILITY
OTHER THAN UMRREI.A FORM
WORKER'S COMPENSATION
AND
EMPLOYERS' LIABILITY
OTHER
POLICY NJMBER
6UB698G098 A 89
DESCRIPTION OF OPERA'IONS.LOCATIONS'VEHICLESIRESTRICTIONS;SPECIAL ITEMS
RE: City of Fayetteville
CERTIFICATE HOLDER
City of Fayetteville
13 W. Mountain
Fayetteville, Ar 72701
Att: Sid Norbash
POLICY EFFECTIVE POLICY EXPIRATION
DATE IMM;DD'YYI DATE (MM'DD YYI
12/1/89 12/1/90
CANCELLATION
ALL LIMITS IN THOUSANDS
GENERAL AGGREGATE 3
PPODUCISCCMP/CPS AGGREGATE 3
PERSONAL 8 ADVER— S NO NJURY 3
EACI. OCCLRRrNCF S
F PE DAMAGE IAr, nye fire S
MCD CA, EXPENSE •A. y 1.9e Dersar$
COMBINED
PING E $
LIMIT
BY
INJODILFV $
1 Pe- person)
BODILY
INJ..nv
:Pe' acc'denU
PPOPEFVv
DAMAGE
$
F AC H
OCCURRENCE
Sl A'V 1CL4V
$100
$500
$100
AIGRFGATF
S
(EACH ACCIDENTI
(D SEASE- PCJCY LIMIT)
U SEASE—EACH EMPI OYEE1
RHO./1 1) ANY 01- 'HF AHOVF DESCRIBED POI ICIFS BF CANCELLED BEFORE' HE
-XP RATION DATE THEREOF THE SSU'NG COMPANY W LL ENDEAVCR TC
MALIe GAYS WRITTEN NOTICE TO THE CERTIFICA-E HO_DEP NAMED TO 'HE
▪ EFT 8JT FAILJPE TC MAIL SUCH NOT CE SHALL IMPOSE NO OBLIGA-'ON OP
• ABILITY OF ANY RIND UPON THE COMPANY. 1-5 AGENTS OR PEPRF Sr N1A1IVI S
AUTHORIZED 9LPRESENTATIVL
ACORD 25-5 (3/88) 4''ACORD CORPORATION 1988
ETC ENGINEERS, INC
1510 SOUTH nAOAD` IAY
LITTLE ROCK, AR 72202
FAX NO. (501)375-11277
TO: y. r, - ....,
FROM:
_ I. TS:
..•
F'.ye::Pvi 1le., Ar.
'•JI'.REFs Cr - •r
•
•
e• s`•eet}
•
1 1 . r. . �,.Mr 1 -t• F r t._•. ..e ',.1SS
s: (501) 375.1755.
ADDENDG'M NO. 3
March 7. 1990
Fayettev!lle Permanent Sewage Flow Monitoring Protect.
Replace first paragraph of the Advertisement. for Bid in the
Project Book dated as March 1990 with the following
paragraph.
Notice is hereby give that the C!ty of Fayetteville,
hereinafter called the Owner, will receive sealed bids from
pre -qualified candidates at the Purchasing Agents office,
City Administration Building, 113 W. Mountain Dr.,
Fayetteville, Arkansas 72701 until 2 p.n., on March 9, 19JC
for the ft::nishing of all tools, materials, labor, and
equipment, and performing the necessary work tc be done to
conp]ete Ll:e installation of permanent flow monitoring
sIste:r,, consisting of thirty (30) permanent sewage flew
stations, and a master station.
Erc Enyinecrirj
By:
Hamid coaiv
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
PROJECT BOOK
PLANS AND SPECIFICATIONS
FOR
FAYETTEVILLE PERMANENT
FLOW MONITORING
JANUARY 1990
Prepared by:
ETC ENGINEERS, INC.
Consulting Engineers & Scientists
1510 South Broadway
Little Rock, Arkansas 72202
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INDEX
ADVERTISEMENT FOR BIDS
BID BOND
PROPOSAL
ARKANSAS PERFORMANCE AND PAYMENT BOND
CONTRACT AGREEMENT
INSTRUCTION TO BIDDERS
GENERAL CONDITIONS OF THE SPECIFICATIONS
DETAILED SPECIFICATION
PART I - CONTRACT STIPULATION
Drawing and Specification
Extent of Work
Planning and Execution of the Work
Lands and Right -of -Way
Environmental Aspects
Equipment Furnished by Owner
Progress Schedule
Preconstruction Conference
Copies of Drawing and Specification
• Laboratory Tests
▪ Codes and Standards
• Protection of Materials and Equipment
▪ Written Notices
. As Built Drawings
▪ OSHA Compliance
• Acceptance Test
PART II - INSTALLATION SPECIFICATIONS
Planning and Execution of Work
installation of "In Pipe" Flow Sensors
Installation of Flow Monitor and
Communication Device
Installation of Conduit, Ducts and Bends
Transportation, Handling and Storage
of all Conduit and Fittings
Cable Installation
Terminal Work Station Installation
1-1
1-3
1-3
1-3
1-4
1-4
1-4
1-4
1-5
1-5
1-5
1-6
1-6
1-6
1-6
1-7
2-1
2-1
2-1
2-2
2-4
2-5
2-6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
II -13
II -14
INDEX (Cont.)
Cutting and Replacing Special Surfaces
Crossing Fences
• Cutting and Replacing Lawn Sod
• Crossing and Paralleling Existing
Utilities
▪ Crossing and Paralleling Buried Telephone
Line
• Clearing for Installation
• Concrete Encasement for Conduit
PART III - MATERIAL AND EQUIPMENT
Flow Monitoring System - General
Flow Monitoring and Sensor Device
Master Control Computer
Software
Cement and Mortar Materials
Water
Concrete Aggregates
Conduit - General
Gravel
PART IV - MEASUREMENT AND PAYMENT FOR WORK
IV -1. Intent of This Part of Specifications
IV -2. Measurement and Payment for Work
PROPOSAL DRAWINGS
GENERAL LOCATIONS OF FLOW MONITORING POINTS
MASTER STATION LOCATION
MONITORING POINTS PLANS: (1B - 29B)
MP
MP
MP
MP
MP
MP
MP
MP
MP
MP
MP
MP
MP
MP
1A
2A, MP2B
3B
4B
4D
5A
6A
7A
8A, MP8B
8C
9A, MP9B
10A
10B, MP11A
11D, MP12A
2-6
2-7
2-8
2-8
2-8
2-9
2-9
3-1
3-1
3-2
3-2
3-4
3-4
3-4
3-4
3-5
4-1
4-1
1A
1A
1B
2B
3B
4B
5B
6B
7B
8B
9B
10B
11B
12B
13B
14B
INDEX (Cont.)
MP 13A 15B
MP 13B 16B
MP 14A 17B
MP 15B 18B
MP 16A 19B
MP 17A 20B
MP 17D 21B
MP 18A, MP 18B 22B
MP 19A 23B
MP 20A 24B
DETAIL - CITY STREET CROSSING 1C
ENCASEMENT DETAIL 2C
TYPICAL CROSS SECTION
TRENCH FOR PVC CONDUIT 3C
DETAIL - TYPICAL POLE MOUNTING 4C
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ity of Fayetteville
Advertisement for Bid #90-7
Notice is hereby give that the City of Fayetteville, hereinfafter called the Owner, will receive sealed bids
from pre -qualified candidates at the Purchasing Agents Office, City Administration Building, 113 W.
Mountain St., Fayetteville, Arkansas 72701 until 2 p.m_ on February 23, 1990, for the furnishing of all
tools, materials. labor, and equipment, and performing the necessary work to be done to complete the
installation of permanent flow monitoring system, concivint of 57 permanent sewage flow stations, and
a master station.
Each bid must be accompanied by a surety bond in the amount equal to five percent (5%) of the whole
bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said
bond to be retained as liquidated damages in case successful bidder fails, neglects or refuses to enter
into the contract for the construction of said works, and furnish the necessary bonds within ten (10)
days from and after the date the award is made.
All envelopes containing the bid document must be sealed and designated as "Bid for Permanent Flow
Monitoring System, Bid #90.7."
Attention is called to the fact that not less than the minimum salaries and wages as set forth in the
Contract Documents must be paid on this project, and the Contractor must ensure that employees and
applicants for employment are not discriminated against because of their race, color, religion, sex, or
national origin.
The Owner reserves the right to reject any or all bids, and to waive any formalities deemed to be in its
best interest.
Bids may be held by the City for a period not to exceed thirty (60) days from the date of the opening of
bids for the purpose of reviewing the bids and investigating the qualifications of Bidders, prior to
awarding of the contract.
The City of Fayetteville does not discriminate based on race, religion, creed, color or national origin
and encourages participation by minorities and female -owned and operated businesses and local firms.
The attention of all bidders is called to the fact that if this contract exceeds 520,000 they must be
licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended, and that
this project may have to be scaled down to match budgeted funds, specifically in regard to the number
of installed permanent flow monitoring stations. Owner reserves the right to deduce the number of
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BID BOND
KNOW ALL NLN BY THESE PRESENTS, that we, the undersigned,
as Principal, and
as Surety, are hereby held
and firmly bound unto
as owner
in the penal sum of
for the payment of which, well and truly to be made, we hereby jointly
and severally bind ourselves, our heirs, executors, administrators,
successors and assigns. Signed this day of
19
•
The condition of the above obligation is such that whereas the Principal
has submitted to
a
certain bid, attached hereto and hereby made a part hereof to enter into a
contract in writing, for the
NOW THEREFORE,
(a) If said Bid shall be refected, or in the alternate.
(b) 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 amburt of the obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that
the obligations of said Surety and its bond shall be in no way impaired
or affected by any extension of the time within which the Owner may
accept such Bid; and said Surety does hereby waive notice of any such
extension.
2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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.
Principal
Surety
SEAL BY:
PROPOSAL
Place Fayetteville, Arkansas
Date March 9, 1399
Proposal of Trigon Engineering Company
a corporation* or;anized and existing under the laws of the State of
Arkansas , and qualified to do business in the State
of Arkansas; a Partnership* consisting of
an Individual* trading as
TO THE CITY OF FAYETTEVILLE, ARKANSAS:
The bidder in compliance with your invitation for bids for the construction
of Furnishing a -d Installing Flow Neasurement, Remote Data
Retrieval, and Data Processing Equipment. having examined the Plans
and Specifications with related documents and the site of the proposed work,
and being familiar with all the conditions surrounding the work, including the
availability of materials and Tabor, hereby proposes to furnish all labor,
material, and supplies required to be furnished, and to construct the project
in accordance with the Contract Documents, and at the prices stated below.
These prices are to cover all expenses incurred in performing the work required
under the Contract Documents, of which this proposal is a part.
Bidder hereby agrees to cornence work under this contract on a date to
be specified in a written "Work Order" of the Engineer, and to fully complete
the,project within 110 consecutive calendar days.
Bidder acknowledges receipt of the following addenda:
Addenda 41, Addenda b2, Addenda 43
* fill out applicable blank
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
UNIT PRICE SCHEDULE
Project: Permanent Flow Monitoring System
Item Estimated Quantity
No. and Description
Unit Price
Total
1. 30 Each
Flow Monitoring Station
Flow Sensor and all
Cable Installation
2. Lump Sum
Master Control Station
(Hardware and Software)
3. 40 Hours
Additional Training
4. Lump Sum
Additional Warranty
(Five years)
5. 2 Each
Spare Flow Monitoring
Device
4;4 %'bits
(Dollars),
$ �Cc9c
!11//}6 Mt 14-.09 1•71c; 44,r< IA/kt1-41 .} Q_. ,.C'
(Dollars) d,
$ ��"�7- $ c, L3171
./Lfi rh6-4u1•1-nd
(Dollars) a,
$ /, E -SG
$ // $fit• o
.--
a
6114.1.-- H4.
$ 410J le" cLt
6. 1 Each
Portable Water Flowmeter
Model 201/201D
(by: Marsh Mcbirney, Inc.)
7. 1 Each
HP 7550A Plotter
8. Lump Sum
Bond Mobilization r1'"'}
and Demobilization
TOTAL BID
(Do larsJ
$ /CO, Ca
$
7, 1A4 /.11)rstA.., ler
(Dollars)
4 0Oc
%etc
$ 21 2 Ey l�rs)
$
6"t6Jr+ ,� . ;;�z,r4.Jy e(c.4/ ?-�1
$ 7€;S
it-
/ lcc //6245- C c 5-.l4 4c L./ ildrt+M a.! tele e LF1/
(Dollars) be
$ 2,4-4.a $ :"46 G -
.4,4", ; /hdc/f 2 441 /Lel,/ Pa.tt)
(Dollars)0,.. /./_
$ ?J. et; $ 27, Lata
2! l
7�'6cLuoz.,�id- -�vLI __,tau•f
°I
ae
$
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEDUCTIVE ALTERNATE A - Addtional Training
Project : Permanent Flow Monitoring
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to eliminate
bid item number three (3) from the BASE BID. In this event, the price
schedule given below will be deducted from the TOTAL BASE BID.
1. 40 Hours
Additional Training
TOTAL DEDUCTIVE
NET BID
(TOTAL BASE BID
,
6)024C Y�: t t vsek &,1t 1
(Dollars) c-
$ 5`t'
ALTERNATE A
$
1 ...„jr et. f1 1hLkJ:0t9:4 g416
$ /ES,
LESS TOTAL DEDUCTIVE ALTERNATE)
t.t. • A a.- fai osien.c
# 64.-4.2.‘ i— 74,-....21 R a..u.-.u(,
eo
$ 21, r21f
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEDUCTIVE ALTERNATE B - Extended Warranty
Project : Permanent Flow Monitoring
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity of bid item number four (4) from the BASE BID. In this
event, the price schedule given below will be deducted from the TOTAL
BASE BID.
Reduce Quantity Item 4 of the Base Bid
to zero years of additional Warranty
i
TOTAL DEDUCTIVE ALTERNATE B aha Hdr.igc` .,c�' ritse&c.,_titterII4i,.,.,.LJ
$ i E C: Fca
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
i L.. C "' K ...."� c ► ALA -A- .. 4 `%, /'ir
.0 4...Lt4 ,4..
v.yL.L 7 C�
b'ttil
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEDUCTIVE ALTERNATE C - Extended Warranty
Project : Permanent Flow Monitoring
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity of bid item number four (4) from the BASE BID. In this
event, the price schedule given below will be deducted from the TOTAL
BASE BID.
Reduce Quantity Item 4 of the Base Bid
to zero years and provide additional three
years of Warranty
(3)
TOTAL DEDUCTIVE ALTERNATE C 7,c,4 -71.7t;‘,4„.„./ t4' c . , ,--t-Ict-01
$ zit '''c'ices
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
iecte ir:4g" $s e c,
$ 34141, sy-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEDUCTIVE ALTERNATE D - Extended Warranty
Project Permanent Flow Monitoring
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to reduce
quantity bid item number four (4) from the BASE BID. In this event,
the price schedule given below will be deducted from the TOTAL BASE
BID.
Reduce Quantity Item 4 of the Base Bid
to zero years and provide additional
one (1) year Warranty.
TOTAL DEDUCTIVE ALTERNATE C T c 4x >L« !
$ ?c' r /6 c'
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
eis-et .— i L4 ietL,T "1-r =fritc L. 54 -4e -t- cd
js # "mkt, _ c t 94 A1-4 -7.3-e „1 t
$ VIy,t��
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEDUCTIVE ALTERNATE E - Plotter
Project : Permanent Flow Monitoring
All bidders must complete the following schedule for the deductive
alternate. At its own discretion, the Owner may elect to eliminate
bid item number seven (7) from the BASE BID. In this event, the price
schedule given below will be deducted from the TOTAL BASE BID.
1. 1 Each yam'/%
HP 7550A Plotter LL`� J "cttLta.j'(•-,,S.L, 4 4-i /4i-e.g.` a`(' 4
(Dollars)
$ �� lc ,C) $ -'/ (1.0
TOTAL DEDUCTIVE ALTERNATE E
$ 56- C
NET BID
(TOTAL BASE BID LESS TOTAL DEDUCTIVE ALTERNATE)
II s
ft s c . �., �fi 71,14:14. e i ,. tc..( .
#* '
$ 9
71 , 3ry
** Unit Prices to be shown in words and figures. In case of discrepancy
amount shown in words will govern.
The unit prices shall include all labor, materials, bailing, shoring,
overhead, profit, insurance, etc , to cover the finished work of the several
kinds called for.
Bidder understands that the Owner reserves the right to reject any or
all bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn
for a period of sixty (60) calendar days after the scheduled closing time
for receiving bids.
Upon receipt of written notice of the acceptance of this bid, bidder will
execute the formal contract attached within ten (30) days and deliver the
Surety Bond or Bonds as required by Paragraph 8 of the General Ccnditiocs.
The bid security attached in the sum of 5 % frac 7/D xtet E
is to become the property of the Owner in the even the contract and bond are
not executed within the time above set forth, as liquidated damages for the
delay and additional expense to the Owner caused thereby.
Respectfully Submitted:
fl -)(4.i4' r.,y6e/YEf1Z/f CPc.
By
•
?tm Ihcxles. V President
SEAL - if bid is by a corporation
PLEASE NOT.L: Attached are additive alter nates wh_ch offer services/
capabilities beyond those required by the specifications, Some, or all,
of these cci.:d he of interest to the City of Fayetteville.