HomeMy WebLinkAbout66-92 RESOLUTION•
•
RESOLUTION NO,
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONSTRUCTION CONTRACT WITH
BB & B CONSTRUCTION COMPANY, INC. IN THE
AMOUNT OF $304,725.50 PLUS A 5% CONTINGENCY IN
THE AMOUNT OF $15,236.27 FOR THE MT. SEQUOYAH
/HYLAND PARK WATER SYSTEM IMPROVEMENTS
PROJECT.
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 construction contract with BB
& B Construction Company, Inc. in the amount of $304,725.50 plus a
5% contingency in the amount of $15,236.27 for the Mt. Sequoyah
/Hyland Park water system improvements project. A copy of the
contact authorized for execution hereby is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this _215t_ day of April , 1992
APPROVED:
Mayor
ATTEST:
By:L .G` ) ..'i , e'I( r044)--'
City Clerk
1.61/5Fy9C2_48 i• _ se r 2
▪ i. CHANGE ORDER % ; � _, r, y
• 1 V ` r. at. 0.
Order No 1 . - ;
.6. 7
/ •Dale:
_June 30, 1992 (. '
I A} n;en:ent Dale: April 21, 1992
NAME OF PROJECT: Mount Sequoyaa and Hyland Park Water Pump Stations and
Pipelines
OWNER:
City of Fayetteville
CONTRACTOR:
BB&B Construction Cc., Inc.
The following changes are hereby made ;u the CONTRACT 1)OC11\:I:NTS-
Reroute the 8 -inch main to the north side of Mr. Chip Wright's lot.
Justification:
Line is to be rerouted to avoid damage to trees and a sodded 'awn. A reduced unit
price is applicable for the ductile iron pipe, due to avoiding these obstructions.
Change to CONTRACT PRICE:
Original CONTRACT PRICK $ 304,725,50.
Current CONTRACT PRICE adjusted by previous CHANGE ORDER $ 304, 725.50
Thr, CONTR./Ws' PRICE due in Ihis (MANGE ORDER \ev11: be 'Increased) (derseia-Amii
4,931.00
The new CONTRACT PRICE including Ihis ClIANGE ORDER will be $ 309,656.50
Change 111 CONTRACT "TIME:
The CONTRACT TIME will be (increased) (decreased( by UNCHANGED calendar days.
The dale for completion of all work will be Octoher_8, 1992 -- (Date).
Approvals Required:
To be effective this Order must be approved by the Federal agency if it changes lie
scope or 0hjeclive of the PRO)E(.T. or as may otherwise he required by the SUPPLI:-
MEN'I'AI. GENERAL CONDITIONS.
Requested
Recommended
Ordered by:
N/A
h/ nd �✓su
� cCle and Conit£ng Engineers, Inc.
Iii) City of1•ayettevlllee
Pic« opted bby_�-epi' 4' f1iciSte/- -
B&B Const. Co., Inc.
Federal Agency Approval (\there applicable)
QONTRAC' e000MEN15 f -o - C ONSTPIIC TION OF
rIotsAIt• AI.SI!,'1t U WA'! r- AN: 51 Wf II I'RO.I C1S
N/A
Cuaument he 10
C'ange Order nage 1 01
•
•
ATTACHMENT TO CHANGE ORDER NO. 1
MOUNT SEQUOYAH AND HYLAND PARK
WATER PUMP STATIONS AND PIPELINES
FY902148
ESTIMATED CHANGE ORDER QUANTITIES FOR
PIPELINE REROUTE AT CHIP WRIGHT'S LOT
Item Coat
8" Ductile Iron Pipe, 300 FT @ 57.17/FT $2,151.00
8" X 8" Tapping Tee and 8" Tapping Valve,
1 EA @ 51,250.00/EA 1,250.00
Asphalt Surface Restoration, 40 SY @ $30.00/SY 1,200.00
Granular Fill, 30 Ton @ $11.00/Ton 330.00
Estimated Total $4,931.00
•
RESOLUTION NO. 66-92
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONSTRUCTION CONTRACT WITH
BB & B CONSTRUCTION COMPANY, INC. IN THE
AMOUNT OF $304,725.50 PLUS A 5% CONTINGENCY IN
THE AMOUNT OF $15,236.27 FOR THE MT. SEQUOYAH
/HYLAND PARK WATER SYSTEM IMPROVEMENTS
PROJECT.
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 construction contract with.BB
& B Construction Company, Inc. in the amount of $304,725.50 plus a
5% contingency in the amount of $15,236.27 for the Mt. S.quoyab
/Hyland Park water system improvement* project. A copy of the
contact authorized for execution hereby is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 21st day of April , 1992
APPROVED:
By.
ATTEST:
By:
ity Cler
r
•
1• • . .:}7.i• • ;:. .—.r.*:Si ^•+'h'-ail-1•.11i'r:'AY=ri'•••
a
I • y `,'L';'i r . • ti i `i••jar. •
•
i•.r1•T '••}
•
•
• • 1 • ..tc•
•
• '•iC • ,f �. • • L. :]'• 1 -
•
•
•
•
- yr • • 4 • •• '•.. •~ .1. 1 `• 'i.• r i
111
• �• .r •
_•.1• ` :•ak •fie•••• :~- • • • • • . `, �+',: ,; .,' '�•�••--
•
•
•- • ••y _ Wil• .• •_ _ ••.I•.: }. . i• I : ! • J _ 1
•
•
1
,f• • trr• :i�ar .�f•' a- ,err••••
• on •• 11,,I •: ,� •r. ..1
•
..•:
•
n +• :I
•
. ra .• . + • .. . Iir :. - . '� : •... _ a. • • • • Vii• .
'.
L . • ••• f :,Iv
.• l�• •
.I ., •,' `• 1:1 • Al. r_ •�, .;,.
1.
•
.a:' 11. at. -•
•l aJ
•
•
•
4
. 1 ,a. . S: :a
•
•
•. ::.al.
...it •r . ,••
. ' r. : Z • ..111/00 SIM We
'01.•10' . • • •' !•-•'T'', {m � •.• . Jtlo-. `. 6' •• I _• !••
.•a •,
M.
• �. .t•
I: w�: ! l;? t'•' ••]:
.. •
;rte • •._S;•-• • . 'r. -• •2:. •'+ . •
+' ,
•
•
-
•••.
. •.j. %r:• I • •r
•
..._. ".•
.l. _ �•• ''•
•
•
�•'Y,.-• .•• ••-::".
..i.._ •!a'iJRr.i :a•[.t•s _ .1 i..T ••• ••t:9y1L t: •,, 'i: -• r_Y
a u. •S.�.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
SECTION 00500
CONTRACT
THIS AGREEMENT, made and entered into on the 21 day of April. 1922,
by and between B B & B Construction Co.. Inc.. Hot Snrings.
Arkansas.
herein called the Contractor, and the City of Fayetteville,
Arkansas, hereinafter 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 SYSTEM IMPROVEMENTS, Mount Sequoyah Pump Station,
Hyland Park Pump Station Renovation and Water Lines,
dated December, 1991, 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
Sheet No. 2
Sheet
Sheet
Sheet
Sheet
No. 3
No. 4
No. 5
No. 6
Sheet No. 7
Sheet No. 8
Sheet No. 9
Sheet No. 10
Sheet No. 11
Sheet No. 12
Sheet No. 13
Cover
Aerial Photographs - Mount Sequoyah Pump
Station and Pipeline, Hyland Park
Pipeline
Mount Sequoyah Pump Station and Pipeline
Aerial Photographs -Manor Drive
Highway 265 to Hyland Park Road Pipeline
Hyland Park Pipeline and Hyland Park Pump
Station Renovation
Mount Sequoyah
Mount Sequoyah
Mount Sequoyah
Details
Mount Sequoyah
Site Plan
Pump
Pump
Pump
Station
Station
Station
Building
Details
Mechanical
Pump Station, Electrical
Mount Sequoyah Pump Station, Electrical
Plans and Details
Hyland Park Pump Station Renovation,
Electrical Plan
Sortinn nncnn - i
kicetel land
Cansulrnte
nidneers
ce'pe
Ineranarrrt
Fayette wil.. Arkansas
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 150 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:
Three Hundred Four Thousand. Seven Hundred Twenty Five
and 50/00 Dollars ($ 304,725.50 ), based on the
Alternate 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.
Section nn9nn - 9
caEngineer' QIAI. l
awat
Inv
onorobe
Fayetteville, Arkansas
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
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.
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 parties hereto have executed this Agreement
on the day and date first above written, in 6 six
counterparts, each of which shall, without proof or accounting for
the other counterpart be deemed an original Contract.
WITNESSES:
Secretary
ATTEST:
thin
City Cle
Approved as t
s
Attorney for Owner
BB & B Construction Co.. Inc.
Contractor
By Lat
`' / 1
President
r
Title
CITY OF FAYETTEVILLE
Mayor
Title
Sprtinn nn Snn -
MCCNflaf4
fansuOMO
Engf
•nanraoraftd
f0y.Qrnllr, A rranrar
Ar
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ADDENDUM NO. 2
To the Contract Documents
for the Construction of
Water System Improvements
CITY OF FAYETTEVILLE
MOUNT SEQUOYAH AND
HYLAND PARK PUMP
STATIONS AND PIPELINES
FY902148
March 6, 1992
To All Planholders:
Gentlemen:
The standby power generator covered in Specification Section 16602
shall be a 125 KW unit with a 200 amp transfer switch as listed on
pages 16602-1 and 16602-6 respectively. The unit ratings listed on
the drawings are incorrect for these two items.
All Bidders shall acknowledge receipt and acceptance of this
Addendum No. 1 in the Proposal and shall further submit the signed
Addendum with the bid package. Proposals submitted without
acknowledgement or without this Addendum will be considered
informal.
Very truly yours,
McCLELLAND CONSULTING ENGINEERS, INC.
Robert W' White, P.E.
Project Manager
RWW/rw
Receipt acknowledged and conditions agreed to this lot day of
, 1992.
Bidde
By
ADDENDUM NO. 1
To the Contract Documents
for the Construction of
Water System Improvements
CITY OF FAYETTEVILLE
MOUNT SEQUOYAH AND
HYLAND PARK PUMP
STATIONS AND PIPELINES
FY902148
March 5, 1992
To All Planholders:
Gentlemen:
Specification page 11035-2-3 under Paragraph 2.21 indicates that
the Mount Sequoyah pumps shall have 75 Hp motors. This is
incorrect. The motors shall be 100 Hp as indicated on the
electrical drawings.
All Bidders shall acknowledge receipt and acceptance of this
Addendum No. 1 in the Proposal and shall further submit the signed
Addendum with the bid package. Proposals submitted without
acknowledgement or without this Addendum will be considered
informal.
Very truly yours,
McCLELLANQ CONSULTING ENGINEERS, INC.
Robert W White, P.E.
Project Manager
RWW/rw
/�� Receipt acknowledged and conditions agreed to this t day of
l l �awh- , 1992.
44 4 CGS
Inc
Bidder
By
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PART/SECTION NO.
PART I
00030
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
PAGE NO.
$IDDING REOUIREMENTS
Advertisement for Bids
Instructions to Bidders
Proposal
Bid Bond
Notice of Award
State Wage Rates
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
Highway Undercrossing
Finish Grading and Grass
Asphalt and Concrete Restoration
1-2
1-7
1-9
1-2
1
1-5
1
1-38
1-7
1-3
1-2
1-4
1-2
1-4
1-2
1-3
1-2
1
1-8
1-3
1-3
1-4
1-4
1-3
1-2
1-3
1-3
1-13
1-3
1-5
1-3
1-10
MCCMitond
C i
Consoling
EP,lnsers
Incaroorafed
Sap'Ieralq Arkansas
PART/SECTION NO.
TABLE OF CONTENTS
SUBJECT PAGE NO.
DIVISION 3 CONCRETE
03210 Reinforcing Steel
03215 Expansion, Construction and
Contraction Joints
03300 Concrete
1-4
1-5
1-16
DIVISION 4 MASONRY
04230 Reinforced Concrete Masonry Units 1-12
DIVISION 5 METALS
- Not Used -
DIVISION 6 WOOD AND PLASTICS
- Not Used -
DIVISION 7 THERMAL AND MOISTURE PROTECTION
07210 Building Insulation 1-2
07510 Built -Up Bituminous Roofing 1-6
07600 Flashing and Sheet Metal 1-5
DIVISION 8
08100
08712
DOORS AND WINDOWS
Metal Doors and Frames
Door Hardware
1-5
1-6
DIVISION 9 FINISHES
09900 Painting 1-18
DIVISION 10 SPECIALTIES
10520 Portable Fire Equipment 1-3
DIVISION 11 EQUIPMENT
11035 Horizontal Split Case Water
Pumps -General 1-5
11035-1 Detailed Pump Specifications,
Mount Sequoyah Pumps 1-5
11035-2 Detail Pump Specifications
Hyland Park Specification 1-5
11035-3 Detail Pump Specifications
Alternate Hyland Park Pumps 1-5
DIVISION 12 FURNISHINGS
- Not Used -
DIVISION 13 SPECIAL CONSTRUCTION
- Not Used -
MKIIuund
a , C.lWlri,q
Epinner,
InaorporaNd
rap•r/vs:II, Arkansan
PART/SECTION NO.
DIVISION 14
14320
14320-1
DIVISION 15
15001
15001-2
15001-14
15001-31
15010
15012
15013
15014
15080
15082
15111
15421
15463
DIVISION
16010
16050
16111
16120
16130
16141
16180
16190
16195
16400
16430
16440
16450
16460
16500
16602
TABLE OF CONTENTS
SUBJECT
•
PAGE NO.
CONVEYING SYSTEMS
Hoist and Monorail System - General 1-5
Pump Station Hoist 1-2
MECHANICAL
Piping - General
Cement -Lined Ductile
Iron Pipe and Fittings
Polyvinyl Chloride (PVC) Pipe
Miscellaneous Building
Drainage Systems (Gravity)
General Mechanical Work
Miscellaneous Tubing
Miscellaneous Piping Specialities
Miscellaneous Metering and
Measuring Devices
Manually Operated Valves
and Check Valves
Self -Contained Automatic
Process Valves
Balancing and Testing of Air
and Water Systems
Roof Exhaust Fan Centrifugal
Belt Drive
Adjustable Wall Louvers
Intake and Exhaust
16 ELECTRICAL
General Electrical Work
Basic Materials and Methods
Conduit
Wire and Cable
Boxes
Wiring Devices
Equipment Wiring System
Supporting Devices
Electrical Identification
Service and Distribution
Metering
Disconnect Switches
Secondary Grounding
Transformers
Lighting
Diesel Generator Set
Drawings - (Bound Separately)
1-9
1-5
1-3
1-3
1-8
1-2
1-4
1-3
1-6
1-2
1-4
1-2
1-2
1-10
1-8
1-5
1-3
1-3
1-3
1-2
1-2
1-2
1-6
1
1-2
1-2
1
1-2
1-9
ACMCCu4and
a Consultingp,
npfler$
_ Ir'xaa•naataa
Fantle (I. Ar halm.
ri!
ri
- :^ •,A"rr� •'ii ' '_y .•Nr .f • f•: •SLS.•mo i.;,\. ••••• l•r •'ql;�.- - -1
-
eLd
•tie. :r. ti7J `. _ �{S[� frf� + !. \i^y .•.. S.•
•
e ••• .,•y' r•
• i •W1 TS. •
• { .N .•x• . ., iV\.'.:: a ta.4,y-a'h¢..i : V c : A• ~ r'�l• .?"s'�i :.4.4
s •
`• • Y • p1'•' .1 :l r11 •i.N;TS• .rte•; ..1. �,`,•' •�jl••.•kL•T•,+}pi.•t'::? •-•••• �d..;.; • r •i:7•••
`'�•:, f•kr.;
15.. •�
•
•
m. •. • • - (a: .. . ..v' •iJ.• •
•
417
••••••1:1 _• .ti V,-• e%1• •~••: IP. ••
• iii•
, . Y.• - • . •
R, w, . _., - ••. '. • . e• • ' v'.'{' -•• . - _ 4' • - _.,. �ti y -• -. f• -r iia^.' 6:6.
.. Y `�C� i:j"•t '�
f:.,.i :- LL,,`S. i,,,•,..•:• 1.1••••••4••••••• Y •'. ,_ • ... 6�7�r •
,J,• r:.l r
Y•+•4 •
,'1 {•a r• rpt •F• -r'• • r-�. -• •y•
. , . .. _ .. - 'a i'`'4�:•'•` `�'•.R•i.:iLA '':s•• rtti
• �•• '•9'iirn's • .�5• , 'a• •w• '� • :I.
•4‘11.1.4.
r'4 �. vwy Jl .
4 44
17
•
•
•
T y: •
-.!1:6:.
s:.L:+••
••,j�x.,r.1.
.. "{'r i".ei.L: �:••�}..•` •.: •'?�:•i:� .*i.':1 11;
�^l•e j
k . t: ' �€..: �a.
•
l•. . - .: • r.. a • y •- _ 0.• t.y••• t' +. rr 1•. ' t, , •
r :•y:1" jr+ fes.- �• • _ ..5 y. �.. �;' •\. .''� ••.L•r.�•'-•rt.• '1'•set •`:i .:•. .t.. [. • ••
j..-;
•
•
•
rtiy: r`,,.. ,•ii`x•'+'i-rr•�,F r. 'i.•r1_\M.•fA 1.k• •:yey •:ir !+: 1, •J'L •'lf••.�
4M_ - •
`_ 'j' :r :ems• _��r�_i%%- j.~ 'r • �vt •• i 'ti's. •�f • ••.:'c.km•L.1.•:•
..,nJ•• 1a- .•'•' • .'.r ��`:lf'�.
jar ` y • . :.•a`,• ._4r.; ar. yC •Y Y.•.. - 1L •••11. .: a'i •?'F •.•••L •• • •: %?I:.', .,. E. r'•'•.}. .i..�.• M1ti; }VI.�
r,. yR••
• . f.. :y'• �Kw ••.: • �'' .'S' 'r :t';•• • • •::••' ., •: •1=• r•i;•:.ti;;,f. .L'
• ••�•• 1 ••;:•
.r! •;.•...4K a . • R.. q.1..:..�• it •
•t.
•.c i:'•r,^�•:,\• t:: .. _�
•
•
•
•
•
•
. r. 5•i , y„ 1 `L '..ti 7 : r a' ; v . +1".J' .i��'_'4 ... h; :'- • •. •v •f• . •:. •"i ._
•
• ,:.•i• - • r .•w {h• z. . •i.' , .'µ:'. r:'r ti• �w,`�•
i.:a,. p .r:'.e
E.
,,• ti} {`.'. ,[.. a.-YL.Y., .•• -.w.' 1+w^i,••• •.:a• :,-.'r .•• • f. Irmo;• :I.
.•
:se� . �`a . 1•: • ••.(4••1
- _Y..' .l' _1:• •+ r,�...•• •- . ;alio •• ' • •k ; L•( :R_•••
•i ••, 1, ... •• t .T' .• •JJ♦ r •,';: 45..•{r J._, 'S •Y. J i/�'••'•. y i i', ..L
.1 !_ v .4.11.1..17$ s•1, �
•f :: -• 'l '. 'ri �.. .'• . •. • .,+'. J . ,ns 1.i :•:.: c •'L rr• y
. \•. :'.. _ is .• is 1. + y .. _ �.•
'.+a:: rr• - ._-•r if •:'ti'a• •:i s• 4•. • i` .r'.•• :•r:. 2.•1%!:::-'•4•. 7.;.V.•-•:••• , L1ry7r�k
' •`m •. Lc rti;5:. • • `• 4
i)R,. .. .ry. •. .. r ie'w • '1
- e r • x~•541"5.'., .' ..• •f••L l• •
•
r, .' ti.• . . • r.... •: . • . •: '.1 • •: 1. • •• iY.1. .• mss•.•-. '.. •••41‘•-•••': .•i•,: _'i: •''.'•'' . ••••••11.: .�• :+i`i.:
i1•• .-„♦ • • . •r. I. iia?i• S ,.. i•:..•••3•S:•- •••i y�,.'__• ..w•••_ Fl
.6.• r.. • .: X _ J;•• • : • ..i. •, r. ..rh ! .'i: ti,j • :' t•.. .Y. ,•� r•r7? 4 •l �L
.%Y ••.•i • \t V', .,1.1r . f... • • ..r. 1.;.._ . .r' .Y...• 1
;mit
�•• •• : 1 �• .. :''• %...I 1: �'•• ,+• •r. .: •.. Lily• w f:, i"..• -.+ __ is f+-
' r .: ` 3:: -:,..45.... _Y•x.• • i.L'_rel
;� + '. .y: • rR; .f-. :•::•
5... :51.•••.j.;
ti _r...s • i L•. 441.4.1.1: ': Yi
•,r: �.• Lr -F r..ti••:..• :±• ,,fi•r J 1}�..
• in.
{Yeti• •.• • -• 'r.S '1• ,!'. ~i: ,y . •e ,1j +- - ' 1-.4....•Y+ "r .• ' •_',.!.
• : ....r,••• • •• . r •y Fe .• -<< :. '�• i..: : Y'ti �•:� :: •. 1 ; .r • ', r •s:� ••• , Liar'
. • • 2.1. -44
[[
�il ••kr:r:, •••••;.'a.f• • rq'•••`. ••• :1L ••r 7:yr'y.r• '.i v ,•4 .•_: •••fir. d :• •:l i•• :2 y
' ��, ";±`�::•.•. �.•*'_, _ • •�•••.r.' _ .S .:T • k.'• •!•`'•�_,•
_. Mfr} J• ••-'. rr, y'.ya
•
L. `i •• •r•r r .r1 .„ .r'. 9
' , •�r• -;.:*•:%1r.:•l.t.•tlr5 • . •':. . f1" 1: v" S�' i''!..: is t�if 4tiS.C'': •ter y5. .t �. i...Lr.f• N•.•% :!.'K: 17
V•. ..{. '. ,:. .Sr••':. •1.•1•.. m. • J ti.,• a• •x- • 4:11.••••.../-::
•r•7
•
14
.. 4r.•Y' ..d.•r-• r• : .: : ' 1' • • Eli• •. : r•c • •••,: i,: :[••.:., • f.: •`• . _• .ti��
•14
•
. • '1: `4•,��p. .. 1• -.• -- i . p • p.. . • • •••• . • 1• •:- ,•• + ` a ••:: • i :
SECTION 00030
ADVERTISEMENT FOR BIDS
BID NO.
OWNER: City of Fayetteville
113 West Mountain
Fayetteville. AR 72701
ENGINEER: McClelland Consulting Engineers, Inc.
1810 North College
Fayetteville, AR 72703
(501) 443-2377
PROJECT NO.: FY902148
The City of Fayetteville will receive sealed bids for construction
of Water System Improvements consisting of a new pump station at
Mount Sequovah. renovation of the existing Hyland Park pump station
and construction of approximately 4.150 feet of 8 and 10 inch water
mins
Bids shall be on a unit price basis.
The City of Fayetteville will receive bids until 2:00 P.M. local
time on Tuesday, March 10, 1992 at the office of the Purchasing
Officer. Bids received after this time will not be accepted. Bids
will be opened and publicly read aloud immediately after specified
closing time. All interested parties are invited to attend.
Bidding Documents may be examined at the offices of the Engineers
and at:
ABC Plans Room
Ozark Floor Co.
928 N. College
Fayetteville, AR
Copies of the Bidding Documents may be obtained through the
Engineers office upon payment of $80.00 for each set of documents.
Return of documents is not required, and amount paid for documents
is not refundable. Partial sets are not available.
For information concerning the proposed work or for an appointment
to visit the site of the work, contact Mr. Robert White at the
Engineer's office.
Section 00030 - 1
MCCInlland
Can ,ifina
APAr Englmok
MCaracraNd
�°nM1.Jill, A. kansaa
In order to perform public work, the successful Bidder shall, as
applicable, hold or obtain such Contractor's and Business Licenses
as required by State statutes and the Rules and Regulations of the
Arkansas Contractor's Licensing Board. The attention of the Bidder
is directed to the applicable wage rates to be paid under this
contract.
Each Bid must be submitted on the prescribed form and accompanied
by a certified check or bid bond executed on the prescribed form,
payable to the City of Fayetteville, in an amount not less than 5
percent of the amount bid.
The right is reserved to reject all Bids or any Bid 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 shall
not exceed beyond 90 days from the bid opening date.
Dated this 20th day of February , 1992.
City of Fayetteville, Arkansas Publish:
Peggy Bates P•O.
Purchasing Officer
Section 00030 - 2
MICC,.lnand
o ConsuIf, g
End1n.srs
Ina.rps•and
Fo It.vn,., Arsansas
PARAGRAPH NO./TITLE
1. FORMAT
SECTION 00100
INSTRUCTIONS TO BIDDERS
PAGE NO.
1
2. SPECIFICATION LANGUAGE 1
3. GENERAL DESCRIPTION OF THE PROJECT 1
4. QUALIFICATION OF BIDDERS 1
5. DOCUMENT INTERPRETATION 1
6. BIDDER'S UNDERSTANDING 2
7. PROJECT MANUAL & DRAWINGS 2
8. TYPE OF BID 2
9. PREPARATION OF BIDS 3
10. STATE AND LOCAL SALES AND USE TAXES 3
11. SUBMISSION OF BIDS 3
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS 4
13. WITHDRAWAL OF BID 4
14. BID SECURITY 4
15. RETURN OF BID SECURITY
16. AWARD OF CONTRACT
17. BASIS OF AWARD
18. EXECUTION OF CONTRACT
19. PERFORMANCE AND PAYMENT BONDS
20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND
21. PERFORMANCE OF WORK BY CONTRACTOR
22. TIME OF COMPLETION
23. PROVIDING REQUIRED INSURANCE
5
5
5
5
6
6
6
7
7
and
rb,.arrr,d
bngrg,r..
rnaraera•p.rr
M
FapMkr•Ye, q•kanw.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
, SECTION 00100
INSTRUCTIONS TO BIDDERS
1. FORMAT
The Contract Documents are divided into parts, divisions, and
sections in keeping with accepted industry practice in order to
separate categories of subject matter for convenient reference
thereto. Generally, there has been no attempt to divide the
Specification sections into work performed by the various building
trades, work by separate subcontractors, or work required for
separate facilities in the project.
2. SPECIFICATION LANGUAGE
"Command" type sentences are used in Contract Documents. These
refer to and are directed to the Contractor.
3. GENERAL DESCRIPTION OF THE PROJECT
A general description of the work to be done is contained in the
ADVERTISEMENT FORBIDS. The scope is indicated on the accompanying
Drawings and specified in applicable parts of these Contract
Documents.
4. QUALIFICATION OF BIDDERS
The prospective bidders must meet the statutorily prescribed
requirements before Award of Contract by the Owner.
Before a Contract will be awarded for the work contemplated herein,
the Owner will conduct such investigation as is necessary to
determine the performance record and ability of the apparent low
Bidder to perform the size and type of work specified under this
Contract. Upon request, the Bidder shall submit such information
as deemed necessary by the Owner to evaluate the Bidder's
qualifications.
5. DOCUMENT INTERPRETATION
The Contract Documents governing the work proposed herein consist
of the Drawings and all material bound herewith. These Contract
Documents are intended to be mutually cooperative and to provide
all details reasonably required for the execution of the proposed
work. Any person contemplating the submission of a Bid shall have
thoroughly examined all of the various parts of these Documents,
and should there be any doubt as to the meaning or intent of said
Contract Documents, the Bidder should request of the Engineer, in
writing (received by the Engineer at least 5 working days prior to
bid opening) an interpretation thereof. Any interpretation or
Section 00100 - 1
MCC:IHand
Consult. no
Et. lnur.
;nr>anfa to
Fantle b104 • Arkamoa
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
change in said Contract Documents will be made only in writing, in
the form of Addenda to the Documents which will be furnished to all
Bidders receiving a set of the Documents. Bidders shall submit
with their Proposals, or indicate receipt, of all Addenda. The
Owner or Engineer will not be responsible for any other
explanation or interpretations of said Documents not issued in
writing by Addendum.
6. DIDDER'S UNDERSTANDING
Each Bidder must inform himself of the conditions relating to the
execution of the Work, and it is assumed that he will inspect the
site and make himself thoroughly familiar with all the Contract
Documents. Failure to do so will not relieve the successful Bidder
of his obligation to enter into a Contract and complete the
contemplated Work in strict accordance with the Contract Documents.
It shall be the Bidder's obligation to verify for himself and to
his complete satisfaction all information concerning site and
subsurface conditions.
Information derived from topographic maps, or from Drawings showing
location of utilities and structures will not in any way relieve
the Contractor from any risk, or from properly examining the site
and making such additional investigations as he may elect, or from
properly fulfilling all the terms of the Contract Documents.
Each Bidder shall inform himself of, and the Bidder awarded a
Contract shall comply with, federal, state, and local laws,
statutes, and ordinances relative to the execution of the Work.
This requirement includes, but is not limited to, applicable
regulations concerning minimum wage rates, nondiscrimination in
the employment of labor, protection of public and employee safety
and health, environmental protection, the protection of natural
resources, fire protection, burning and nonburning requirements,
permits, fees, and similar subjects.
7. PROJECT MANUAL AND DRAWINGS
No return of Project Manual or Drawings is required and no refund
will be made.
The successful Bidder will be furnished three sets of Documents
without charge. Any additional copies required will be furnished
to the Contractor at $ 80.00 per set. Partial sets will not be
available.
8. TYPE OF BID
Unit prices shall be submitted in the appropriate places on the
Bid. The total amount to be paid the Contractor shall be the total
amount of the unit price items as adjusted based on quantities
Section 00100 - 2
MCC IRAord
hre Consullarg
Eq•ego
trprvera4d
Fopsed,s, drkensds
1
installed and/or any adjustment for additions or deletions
resulting from additive or deductive alternates or change orders
during construction.
9. PREPARATION OF BIDS
All blank spaces in the Bid form must be filled in, preferably in
BLACK ink, in both words and figures where required. No changes
shall be made in the phraseology of the forms. Written amounts
shall govern in cases of discrepancy between the amounts stated in
writing and the amounts stated in figures. In case of discrepancy
between unit prices and totals, unit prices will prevail.
Any Bid shall be deemed informal which contains material omissions,
or irregularities, or in which any of the prices are obviously
unbalanced, or which in any manner shall fail to conform to the
conditions of the published ADVERTISEMENT FOR BIDS.
Only one bid from any individual, firm, partnership, or
corporation, under the same or different names, will be considered.
Should it appear to the Owner that any Bidder is interested in more
than one bid for work contemplated, all bids in which such Bidder
is interested will be rejected.
The Bidder shall sign his Bid in the blank space provided therefor.
If Bidder is a corporation, the legal name of the corporation shall
be set forth above, together with the signature of the officer or
officers authorized to sign Contracts on behalf of the corporation.
If Bidder is a partnership or sole proprietorship, the true name of
the firm shall be set forth above, together with the signature of
the partner or partners authorized to sign Contracts in behalf of
the firm. if signature is by an agent, other than an officer of a
corporation or a member of a partnership or sole proprietorship, a
notarized power-of-attorney must be on file with the Owner prior to
opening of bids or submitted with the Bid.
10. STATE AND LOCAL SALES AND USE TAXES
Unless the Supplementary Conditions contains a statement that the
Owner is exempt from state sales tax on materials incorporated into
the Work due to the qualification of the Work under this Contract,
all state and local sales and use taxes, as required by the laws
and statutes of the state and its political subdivisions, shall be
paid by the Contractor. Prices quoted in the Bid shall include all
nonexempt sales and use taxes, unless provision is made in the Bid
form to separately itemize the tax.
11. SUBMISSION OF BIDS
All Bids must be submitted, not later than the time prescribed, at
the place, and in the manner set forth in the ADVERTISEMENT FOR
Section 00100 - 3
MCC11 Ord
wrwittlna
Eng'
inmraa•apa
raplbr•fl. Arb+aaa