Loading...
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.