Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
85-90 RESOLUTION (5)
RESOLUTION NO. 85-90 A RESOLUTION AUTHORIZING A CONTRACT BETWEEN CITY OF FAYETTEVILLE, ARKANSAS AND FOCHTMAN ENTERPRISES, INC. FOR GROUP _ "B" WATERLINE;: REPLACEMENTS. . 4 • BE IT RESOLVED BY THE BOARD OF DIRECTORS. OF THE. CITY OF FAYETTEVILLE, ARKANSAS: • • Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract between Fochtman Enterprises, Inc. and the City of Fayetteville, Arkansas in the amount of $434,620 for the Group "B" water line replacements. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2. budget adjustment budget adjustment hereof. That the Board of Directors hereby approve a in the amount of $237,983.00. A copy of the for approval is attached hereto and made a part PASSED AND APPROVED this 46ATTEST City 15th day of May , 1990. By: Ze/��.11`%%oG�/�,Gl��.rt,% Mayor • 0 M m ALIO INVIS 110 ro £ H c" O W 3 fn N 1-3 (D rHr 's1 F'.'(1 N n OOrra Or(r M rt x N Q m (D N N CO M 0 a \oO N v . LI- -ma n 0 cri a 0 n Cu N C 0 0 Cu a 9 9 a s M m m W rr la- 0' am W a xrrt m a. 1-- W RI w 0 a 0 n 1°:3 :a n ro Pr O L En n H O O QjLI Pa c 0 0 a p�.. W H 0 0 a N n-.ro Poy O I--1 LD 01-I = H N£ O- aa3 ;mn� tire £o Q O a 3 • SUJ4 lM Te;TdPD NOISIAIO P3 R 1 N v 1w O 111/3.11 INHWJ.NVdHO s)zoM ofTd =Z • w 0c o O H O O 0 113 3 n Po W rt rt m Mains/Contract Service: N z 0 .'b En NOIIVJ1IOdMI • N11 O N 8 N P NWNNN O bm"10.VICWN+OIOm-IO'VIFWN- P TT u�g •ig ll rliT tNn5 I15 9. 154 1.•99 ymM nImgig iiaNWRIIJONNNNE" 15 /RGRU gi ilggggR 18 yCA S9Am v q 'b v Mg yr 1�1 5l� _ N(�I -1 ypy� {w�$I _m N- r }- Op.. �-pOO OZS N N 5 _. NWN�� VI mko N-.mW#OO iS8g88181 UUP 8 i 88 58888 8 88888864a4 y �N 4� yp� R ijfj N MM Nits �pNNNH ViOUI VIN OUI ESHN+OeI0�V10 U1b mONt 8 88888 8 888888iR8�2SE888S2S2549' 8H 8 8 8 N 8 'g ''« N-,«~�NNgw Ng 10 P§ 8§5n 5 Wanda MgH o§1, 1 88 8 8 8 8 8 88888 8 8888888888888886888 MM yy1 ��Lj K N_N_I WN_ jN, N88 N_ N �(M;g� MMryry MM MNry1� }1�� 1MM1yy .. O O O t O ..... S 4 .. 8 1411 S S tI VI L V1 t 0 0 t 4 88 8 8 8 8 8 88888 8 8888888888888888888m gm w m V1 s O� Ol N N+ m P Ste :O L' g� "'tea; g 1 .. . . . . . ..... . ................... 88 8 8 8 8 8 88888 8 8888888888888888888 4 }� }� �.I p�M_�jN utg S S t N 8 8�S'Pt1l�i 8 158 Y a HO1G0ffiffi'$tnoC'•b'An i i'i 88 8 8 8 8 8 88888 H 8888888888888888888 "" M M M P N f�S W Ny OtP site NN Nr NjNm H ts al 88 8 8 8 8 8 88888 8 8888888888888888888 • • • ct S a w `Si . • . .Ibi 8 • 8 iS 5S8$e• 4 4 mmB oO ren4 ss 8 8 8 8 8 8 888 s 8HHH8HH�H88H8HlH�tB .6 q P P P iq 5'o� p”� ..= t1.7S7 Q .`500 + w q fS lWi 5 1y R 4 o 4 "m' %i LS 4.816 • 6 LS i5 2S 15 25 25 t5 o 25 25 b S o uI LS 25 88 8 8 8 8 8 8}5888 8 8888888888888888888 • • Cf i ig g O N C N T> ; O� . 0.10411 TTg2gignggPPWgliPleiMP aR t o 8 O 4111 {1j Iv O mN -. O [N� m-mnOn ��+SJ6y4y18 Q Y A W Y Y K H K 4 2 M Nm jIj p4 4. • pp� p YN Opii .§ 1 pO zpi pOip N7p0bppN ! / bee O 8 8 MO M8 8 8 sMy� yy8 MMs W O t il .+ W w N YiN 0' - 8 8 8 8888888 8 o 0 080gO-g, 8 8 8 88888888 M S N H M N O 0 P 8.8 8 8888888 12 li I 80gg08 8 8 8 8 8688888 Y te 7 !' .o M AVP g 8�� 8 8 8 8 ___ _ v a i g m g of § 8 8 8 8 888 8 Y M M 8 8 8 8 888 8 r 8 8 8 8 M M 8 § 8 's 8 8 N 8 8 8 g888888��8 8 8 888 s88 8 8 8 a 88888gq "88 § 8 § § apR58§§1 888 8 8 8 8 8888888 091 060 • MICR OFILMED SECTION 00500 CONTRACT THIS AGREEMENT, made and entered into on the /5-14•- day of jn/jC� 19 90 , by and between Foch man Enterprises. Inc. 4 P.O. Box 1168, Fayetteville, Arkansas 72702 herein called the Contractor, and the City of Fayetteville, Arkansas, herein- after called the Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled WATER LINE REPLACEMENT dated May, 1989, including: Invitation to Bid; Addenda; Instructions to Bidders; General Conditions; Supplementary Conditions; Performance and Payment Bonds; Specifications; the Proposal and acceptance thereof; and the Drawings. Sheet No. 1 - Cover • Sheet No. 2 - Work Areas Map Sheet No. 3 - Water Lines 61 and 21 Rose Hill Addition Sheet No. 4 - Water Lines 61, 62, 63, 64 and 23 Rose Hill Addition Sheet No. 5 - Water Lines 64, 65, 21, 23, 24, 25, 26 and 27 Rose Hill Addition Sheet No. 6 - Water Lines 81 and 66 Mount Comfort Road and Addington Avenue Sheet No. 7 - Profiles Sheet No. 8 - Details Sheet No. 9 - Details Section 00500 - 1 L / secMnQeHng nd Ears Consultin McorGora,ed Faye„eviller Arkansas • 1 2. That the Contractor shall commence the work to be performed under this Agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder in 90 calendar days. 3. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United States, the amount of: Four Hundred Thirty-four Thousand Six Hundred Twenty Dollars ($434,620.00 ), based on the Base Bid Price contained herein. 4. That within 30 days of receipt of an approved payment request, the Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 5. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 6. In the event that the Contractor shall fail to complete the work within the time limit or the extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid at the rates designated in the Proposal. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. tvi_aTo Serval McClelland Consulting Engineers Incorporated Fayetteville, Arkansas Section 00500 - 2 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in writing. IN WITNESS WHEREOF, the parti and date first above written, which shall, without proof an original Contract. WITNESSES: E fin.,. es hereto have executed this Agreement-on.theoday in six 'cif 6 ) counterpa'rt ,' each of % for the other counterpar4"beSgeemed Y try �YrC. r`". Fochtman Enterprises, Inc' Contractor or accounting 29' £L7)7 JtOn?7t2J o ,'3..City Clerk Approved as At orne for dwner Presid nt Title / CITY OF FAYETTEVILLE Owner OOYI�C./1/ By l/21.iiefe/ atcy Mayor Title McClelland nom' ngineers Engineers Incorporated Fayetteville, Arkansas Section 00500 - 3 J r ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We Fochtman Enterprises, Inc. as Principal, hereinafter called Principal, and Fireman's Fund Insuaance Co. a corporation organized and existing under the laws of the State of Arkansas and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety,. are held and firmly bound unto the City of Fayetteville, Arkansas as Obligee, hereinafter called Owner, in the amount of Four Hundred Thirty-four Thousand Six Hundred Twenty Dollars ($ 434,620.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for replacement of water lines, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION is such that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. McClelland nrol rs Mg EnEgineers Mwrporofed Fayetteville, Arkansos Section 00500 - 4 • • a t In no event shall the aggregate liability of the Surety exceed�the s?N1%, set out herein. ��rr,,,,k� ? r`�, a 9ba.n ' Executed on this lith day of May �;a19r ,---. u.'*_ P i -, S b Fochtman Enterprises Pr By Fireman's Fund Insurance Co. Surety J orney-n-fact II McClelland nco porang ea ` rv+l Engineers Incorporated Fa)orlevil/e, Arkansas Yn I Section 00500 - 5 GENERAL POWER OF ATTORNEY FIREMAN'S FUND INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the County of Marin, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint W. R. McNAIR, JOHN A. McNAIR, MARK R. McNAIR and BRIAN YANDELL jointly or severally FAYETTEVILLE, AR its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recognisances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Artie VD. Appointment and Authority of Resident Secretaries, Attorueydn-Fact and Agents to accept Legal Process and Mae Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized by the Board of Director, the Chairman of the Board of Directors, the President or any Via -President may, from time to time, appoint Resident Assistant Secretaries and Attorneys -In -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -In -Fact and Agents shall be as prescribed in the Instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make nth appolntment" This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a mating duly called and held on the 7th day of August, 1984, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Via -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation: IN WITNESS WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate seal to behereunto affixed this 7th dayof March , 19 88. STATE OF CALIFORNIA C COUNTY OF MARIN By m. /�//FI�REE/MM�1A/N'SS�FUND INSURANCE COMPANY "C/i��7G�J V..a-Pn dart On this 7th March 88 R. D. Farnsworth day of , 19 before me personally came to me known, who, being by me duly sworn, did depose and say: that he is Vice -President of FIREMAN'S FUND INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein fust above written. ane OFFICIAL SEAL SUSIE K. GILBERT NOTARY PUBUC - CALIFORNIA Piinmd Office in Maria County My Commission Expires Noy. 11. 1988 msmunrnxm • STATE OF CALIFORNIA COUNTY OF MARIN CERTIFICATE (fe-ez-4-7. Navy Public I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the By-laws of the Corporal. on, and the Resolution of the Board of Directors; orth in the Power of Attorney, are now in force. �-7%� Signed and sealed at the County of Marin. Dated the J 0 y day of / / l (,(�, , 19 ` 6 366711—FF-11-87 pea- g aW asdaem Smvuy A0111:111.1f "CERTIFICATE OF INSURANCE PRODUCER CODE INSURED McNair & Associates P. 0. Box 819 Fayetteville, AR 72702 SUB -CODE Fochtman Enterprises, Inc P. 0. Drawer 1168 Fayetteville, AR 72702 COVERAGES, ISSUE DATE -(MM/DD/YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE COMPANY LETTER A American General Companies COMPANY B LETTER •&i COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TTHIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, • LTR O I TYPE OF INSURANCE '-GENERAL LIABILITY A' POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MMfOD/VV) ALL LIMITS IN THOUSANDS 1 -XI COMMERCIAL GENERAL LIABILITY i.-11-- —I CLAIMS MADE X OCCUR. 1 OWNER'S & CONTRACTOR'S PROT. AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS t.7 NON -OWNED AUTOS GARAGE LIABILITY ECA06181508 5-:r7-90 WAA82679820 5-7-90 GENERAL AGGREGATE I$ 1000' PRODUCTS-COMP/OPS AGGREGATE $ 1000.y... 5 -7 -91 j PERSONAL 8 ADVERTISING INJURY I $ 1 000 EACH OCCURRENCE j $ 1—_.1 0000,04 FI E DAMAGE (Any one lire) 1$50_... MEDICAL EXPENSE (Any one person) $ COMBINED i LIM TLE I $ 1000 BODILY I 5-7-91 i (Per/person) RY I $ EXCESS LIABILITY k" -7 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY Binder 5-29-90 5-29-91 BODILY - INJURY I $ (Per accident) PROPERTY DAMAGE TCO22677579 5-7-90 5-7-91 5-7-91 EACH OCCURRENCE) $1000 1$1000 1 AGGREGATE STATUTORY 100 5O0 (EACH ACCIDENT) (DISEASE—POLICY LIMIT) I. $1100 1 OTHER Owner's/ Amount A n Contractor's Job $434,620 5-7-90 I $1,000 Combined Single ! &. P0 Protective Liability i Limit BI & Combined _;Additional Insured: McClelland Consulting Engineers,Inc, gayett.;-AR-- — DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/R S RICTIONS/SPEC AL ITEMS Project Covered: Waterline Replacement, City of Fayetteville, Fayetteville, AR Mount Comfort Road, Additionc;Avenue, Rose Hill Addition Project No. FY892119 CANCELLATION City of Fayetteville- E SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CitetfvFaye, evAR i EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO r r I #1//NN//,� DAYS eglITTENAIOTICE TO THE CERTIFICATE HOLDER NAMED TO THE : € LE isq .FjyLL"O filidatE SHALL IMPOSE NO OBLIGATION OR 1 LIABILITY OF ANY'KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. ', AUTHORIZED,(R PRES TATIVE i I 'f AL Yr ���_ Q • I/ l / co4.t.-4--i ©ACORD CORPORATION 1988 (DISEASE—EACH EMPLOYEE CERTIFICATE HOLDER ACORD 25S (3/88) { v Icicordjavi •] la 44 .THIS IS EVIDENCE THAT INSURANCE AS DENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY. v C1aftlis 1�7 DATE (MM/DD/YY) 5-17-90 PRODUCER L� MCNAIR 6 ASSOCIATES P. 0. BOX 8190 FAYETTEVILLE, AR 72702 CODE 00576025 SUB -CODE INSURED FOCHTMAN ENTERPRISES, INC. P. 0. DRAWER 1168 FAYETTEVILLE, AR 72702 COMPANY AMERICAN GENERAL COMPANIES. LOAN NUMBER I POLICY NUMBER BINDER EFFECTIVE DATE (MM/DD/YY) EXPIRATION DATE (MM/DD/YY) 5-7-90 5-7-91 THIS REPLACES PRIOR EVIDENCE DATED: LOCATION/DESCRIPTION WATER LINE REPLACEMENT, CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS MOUNT COMFORT ROAD, ADDITION AVENUE, ROSE HILL ADDITION PROJECT NO. FY892119 111474 Ae1llIdIYNaiIEI IMI COVERAGES /PERILS /FORMS BUILDER'S RISK j 1 1 1. 1 1 1 1 1 ;1 1 1 1 1 1 1 _i 1 r WATER LINE REPLACEMENT CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS GROUP 689 MOUNT COMFORT ROAD ADDINGTON AVENUE ROSE HILL ADDITION PROJECT NO. FY892119 MAY, 1989 Preparetl by: McClelland Consulting Engineers, Inc. 1810 North College - P. 0. Box 1229 Fayetteville, Arkansas 72702 McClelland esi uT rvef Con6Wtinp Enpineers Incorporated Foyetfeville, Arkansas 1:. 1 1. 1 1 1 1 1 1 1 1, ADDENDUM NO. 1 TO THE CONTRACTS DOCUMENTS for the construction of Water Line Replacement Group B 89 City of. Fayetteville Fayetteville, Arkansas TO ALL PLANHOLDERS: Date: March 29, 1990 Project No. FY892119 The following changes, additions, and/or deletions are hereby made a part of the Contract Documents for the construction of the Water Line Replacement, dated May, 1989, as fully and completely as if the same were fully set forth therein: SPECIFICATIONS The contract completion time is hereby revised from 60 consecutive calendar days to 90 consecutive calendar days. All Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the Proposal by submitting the signed Addendum with the bid package. Proposals submitted without acknowledgment or without this Addendum will be considered informal. Very truly yours, McCLELLAND CONSULTING ENGINEERS, INC. Robert W. White, P.E. Project Manager Receipt acknowledged and conditions agreed to this day of , 1990. Bidder By li 1 1 1 1 1 1 1 1 1 PART/SECTION NO. PART I 00050 00100 00300 00350 00360 PART II 00500 00550 PART III 00700 00800 PART IV DIVISION I 01000 01009 01011 01014 01016 01027 01028 01070 01210 01300 01311 01400 01500 01600 01700 01710 01720 DIVISION 2 02102 02200 02218 02223 02485 02601 TABLE OF CONTENTS SUBJECT BIDDING REQUIREMENTS Invitation to Bid Instructions to Bidders Proposal Bid Bond Notice of Award CONTRACT FORMS Contract Notice to Proceed CONDITIONS OF THE CONTRACT General Conditions Supplementary Conditions SPECIFICATIONS GENERAL REQUIREMENTS Abbreviations Summary of Work Site Conditions Protection of the Environment Safety Requirements and Protection of Property Applications for Payment Change Order Procedures Cutting and Patching Preconstruction Conference Submittals During Construction Schedule and Sequence of Operations Quality Control Temporary Construction Facilities and Utilities Material and Equipment Shipment, Handling, Storage, and Protection Contract Closeout Final Cleaning Project Record Documents SITE WORK Clearing, Grubbing, and. Stripping Earthwork, Trench. Excavation and Backfill Landscape Grading Street Undercrossings Finish Grading and Grass Asphalt, Concrete, and Gravel Surface Restoration MCClellane n�T Consu/linp °51� ° Enolnaen -� Inaoraoralee Fayetteville, Arkansas PAGE NO. 1-5 1 1-29 1-7 1-2 1-2 1-5 1 1-4 1-2 1-2 1-2 1 1-7 1-3 1-3 1-3 1-3 1-3 1-2 1-3 1-3 1-12 1-3 1-6 1-4 1-7 1 TABLE OF CONTENTS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART/SECTION NO. DIVISION 3 03210 03300 CONCRETE Reinforcing Steel Concrete SUBJECT DIVISION 15 MECHANICAL 15001 Plant Piping - General 15001-2 Cement -Lined Ductile Iron Pipe and Fittings 15001-14 Polyvinyl Chloride (PVC) Pipe and Fittings 15012 Miscellaneous Tubing 15013 Miscellaneous Piping Specialities 15014 Miscellaneous Metering and Measuring Devices 15080 Manually Operated Valves ner LMncClela d -sma Engineers Incorporated Fayetteville, Arkansas - PAGE NO. 1-4 1-15 1 1 1 1 1 1 1 1 1 1 1 .1 1 '1 1 1 1 1 PART 1 BIDDING REQUIREMENTS NCCI.IIpgd n in.rrs np Inwpo rot.0 Fa)./f.vrrl., Arkansas 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 00050 INVITATION TO BID 90-11 The City of Fayetteville, Arkansas, will receive sealed bids at the Purchasing Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 2:00 P.M., April S, 1990 for the replacement of Water Lines, Group B89. The project generally consists of constructing approximately 2.6 miles of ,water lines, ranging in size from 2 inch to 8 inch to replace existing water lines. Construction of related appurtenances, including service lines, street crossings, fire hydrants, and valves. Disconnecting and plugging mains being replaced. Drawings .and Specifications may be examined at the following locations: McClelland Consulting Engineers, Inc. 1810 North College Avenue Fayetteville, Arkansas 72701 Phone: 443-2377 ABC Plan Room All Rents & Sales Center 903 S. School Fayetteville, Arkansas A copy of the Documents may be obtained from McClelland Consulting - Engineers, Inc., P.O. Box 1229, Fayetteville, Arkansas 72702, upon payment of $60.00 for each Document. Return of the Documents is not required, and the amount paid for the Documents is nonrefundable. Partial sets are not available. Each Proposal must be submitted on the prescribed form and accompanied by a certified check or bid bond in an amount not less than 5 percent of the amount bid. The successful Bidder will be required to furnish the necessary additional bonds for the faithful performance of the Contract, as prescribed in the Contract Documents. All Bid Bonds, contract bonds, insurance contracts and certificates of insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having his place of business in the State of Arkansas. .Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Arkansas. In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such Contractors' and Business Licenses as required by State statues. The right is reserved to reject all Proposals or any Proposal not conforming to the intent and purpose of the Contract Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond 90 days for the bid opening date. CITY OF FAYETTEVILLE, ARKANSAS Purchf f icer Publish: Marrh 77 R 74, 7990 P.O. # 23051 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 00100 INSTRUCTIONS TO BIDDERS PARAGRAPH NO. TITLE PAGE 1. FORMAT 1 2. SPECIFICATION LANGUAGE 1 3. GENERAL DESCRIPTION OF THE PROJECT 1 4. QUALIFICATION OF CONTRACTORS 1 5. DOCUMENT INTERPRETATION 1 6. BIDDER'S UNDERSTANDING 2 7. DRAWINGS 2 8. TYPE .OF PROPOSAL 2 9. PREPARATION OF PROPOSALS 2 10. STATE AND LOCAL SALES AND USE TAXES 3 11. SUBMISSION OF PROPOSALS 3 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF PROPOSAL 3 13. WITHDRAWAL OF PROPOSAL 3 14. BID SECURITY 4 15. RETURN OF BID SECURITY 4 16. AWARD OF CONTRACT 4 17. BASIS OF AWARD 4 18. EXECUTION OF CONTRACT 5 19. PLANS FOR CONSTRUCTION 5 20. PERFORMANCE AND PAYMENT BONDS 5 ' EC ngine MCeleland Come Grs rs Incora oroHd Fayetteville, Arkansas Section 00100 - 0 I 1 SECTION 00100 1 INSTRUCTIONS TO BIDDERS PARAGRAPH NO. TITLE PAGE I 21. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 5 1 22. PERFORMANCE OF WORK BY CONTRACTOR 6_ 23. TIME OF COMPLETION 6 1 1 1 1 1 1 1 x 1 i 1 1 1 1/4.Section 00100 - 0 MCC)eIIafC scrr l Consulting Enpineers MavOoroled Fayslievlfle, Arkansas