Loading...
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