HomeMy WebLinkAbout114-94 RESOLUTIONa
•
•
•
•
4
RESOLUTION NO. 114-94
A RESOLUTION AWARDING 131D NO. 94-52 IN THE
AMOUNT OF $1,817,867.00 'fO SEFCO, INC.. AND
AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE. A CONTRACT FOR CONSTRUCTION OF
SECTION II OF THE WATER TRANSMISSION LINE
PROJECT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby awards Bid No 94-52 in the amount of
51,817,867 00 to Sefco, Inc., and authorizing the Mayor and City Clerk to execute a contract
for construction of Section I1 of the Water Transmission Line Project. A copy of the contract
is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 20th day of September , 1994.
ATTEST:
By:
C7�a cc. X6IJL
Traci Paul, City Clerk
APPROVED::
By:I.
/ A Vis(.
Fred Hanna, Mayor
•
EXHIBIT A
•
SECTION 00500
CONTRACT -
THIS AGREEMENT, made and entered into on the 20th
September, 1994, by and between Sefcc, Inc., 7274 West 81st
Tulsa, Oklahoma 74131 herein called the Contractor, and the
Fayetteville, Arkansas, hereinafter called the Owner:
WITNESSETH:
day of
Street,
City of
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, Contract Section II, Twc 6
Million Gallon Water Storage Tanks, dated March, 1992,
including:
Advertisements for Bids; Addenda; Instructions to
Bidders; General Conditions; Supplementary Conditions;
Performance and Payment Bonds; Specifications; the
Proposal and acceptance thereof; and the Drawings.
SHEET NO. TITLE
Sheet No. 1
Sheet No. 2
Sheet
Sheet
Sheet
Sheet
Sheet
Sheet
Sheet
Sheet
Sheet
Sheet
No.
No. 4
No. 5
No. 6
No. 7
No. 8
No. 9
No. 1C
No. 11
No. 12
Cover Sheet, Lccation Map, Sheet Index
Kessler Mountain Tanks, Site and Grading
Plan
Kessler Mountain Tanks, Cross
Kessler Mountain Tanks, Cross
Plan and Profile, Tank Access
Plar. and Profile, Tank Access
Plan and Profile, Tank Access
Plan and Profile, Tank Access
Tank and Piping Laycut Plans
Tank and Piping Details
Miscellaneous Details
Electrical Plans and Details
Sections
Sections
Road
Road
Road
Road
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
work hereunder in a total of 300 calendar days.
Section 005CC - 1
M. Clelland
fl O M Coisuit ng
[fprs
oar
H
M'Oal
roflr•.% Pe, Ai ,gnu,
•
That the Owner hereby agrees to pay to the Contractor for
the faithful nerformarcc of this Agreement, subject to
additions and deductions as provided in the
Specifications or Proposal, in ]awful money of the United
States, the amount of: One Million Eight Hundred
Seventeen Thousand, Eight Hundred Sixty Seven Dollars
$1,8]7,867 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
bibs, 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.
mccienoeul
SI
o rwJ Gooa'r r•ng
Erpina.rr
Inarfacernd
Fayenew9., Ar.onrcr
Section 00500 - 2
•
•
8 No additional work or extras shall be done unless the
sane shall be duly authorized by appropriate action by
the Owner ir. writing.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement
on the day and date first above written, in six (6) counterparts,
each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
ATTEST:
Apprved as to
e
G.
Attor Tor Owner
Sefco Inc.
Contractor
President
Title
CITY OF FAYETTEVILLE
Owner
By f`6:4s .ir.--
Mayer
Title
Section 00500 - 3
•
Mtpe ba rd
Lite' L
eve
C�wlli rte
ews'° Wed
Fayette Wile, Arxarrar
•
•
1
•
STAFF REVIEW FORM
AGENDA REQUEST
x CONTRACT REVIEW (change order)
GRANT REVIEW
For the Fayetteville City
FROM:
did Norbash
Name
ACTION REQUIRED:
Council meeting of
N/A
7
led
•
•
Enaineerina
Divisicn
Public Works
Department
Approval of change order #1 for Water Storage tanks contract section II
COST TO CITY:
-eductior. of S3.000.00
Cost of this Request
5400-5600-5808-00
Account Number
90007.3020
Project Number
51,817,867,00
BUDGET REVIEW:
Category/Project Budget
S384,616.01
Funds Used To Date
S1,433,251.00
Remaining Balance
Water Storaae Tanks
X Budgeted Item
Budged Coordinator
Category/Project Name
Capital Water Mains
Program Name
w&s
Fund
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
/:ex Cc ln. 1 !c
Accourti a MAn-.er
Ci motto rey
Purchasing Officer
STAPP RECODDIENDATION:
//.
Date
/6
Date
GRANTING AGENCY:
dine Or
Date
nal Auditcr
Late
Date
Department Director
1
Administratidj Services
Director
Mayor
G/ -if -9S
Date
Date
i- Ib aC
Date
Date
Cross Refererce
New Item: Yes_ No
Prev Ord/Res *:
Orig Contract Date:
\ \ 111: 1);: Pi:O J l
CHANGE ORDER
Order' Nn
1/oto
Agt mul ,
Fayetteville Contract Secticr !1
.wo 6 Million Callon Water Stcrage hanks
Oi\ \1:12' City of Fayetteville
F]902:03
1
October 21, 1994
September 2C,:994
CON i'RA(;'11 )i2
Sefco, Inc.
•
fullF,;wir)t f.}'angos .,: r h, rehw mad., 11, •Ile 1:0\'1 ::.\; :.' 1)f Jc; l "''.11:\' I h•
Change interior paint specifications from three-3mil coats to two .1 mil coats
(1Qmilm'nimum dry fila t:ick;ess).
Reducing the number of paint applications will speed up the construction
process and reduce the project costs.
Cho Egli ;o CONTRACT l'Rl(:F:
•
Original CONTRA(:': P121( 1,817,8 -67.0C
Curren) CONTRAC1 1'Rll;:1 alllasted ltt previous (:ii:\\l:E I )R:)ER S 11,817,867,00 _
The (:ON'IR\(;J' PRICE due, to This CHANGE 1' ORI)LR trill he Itttrrrttetil fdec:retied)
by: $ 3,000.00
'The new CONTRACT PRI(:}: including this (.}iA\(,E ()EWER NP,. Pi !;,' s 1,814,867.00
Change to CONTRACT '1•I\1E:
'Cite CONTRACT 1'IA".:: will beIi increased decreased hy I (decreased] . unchanged r,aendar
'1 -he dale for co,aalelioa of al. itnrk will be July 29, 1995 (Da tin.
Approvals Required:
To he effec:,t-e this ()rde1 most he approted by the Federal agency if is changes the
scope or objective n: the PROJECT, or as may otherwise be required by the SIJPPLE-
MENTAI. (GENERA1.Sy(✓1\1)11' ���
Reques:ed hy: z `.��._A �t t` '
(,Sefco, _ c }
Recommended hy: ;�� f �L
(McClelland Consulting Engineers, Inc.)
Orderer hv:
(City o Fayetteville) Mayer
Accepted k:w nn -in IVA ./a
Federal Agenra Approval (where applicable) N/A
CON -RAC- COCUMt N-`. ' OR CONSTRl.CT CN CF :lox u„en' Ni, 10
11
61 RAL v A$SIS:10 WATT P ANI: •il WI = Ph,. 1 CTS 1 ilei y' Ole e- Pageof'
•
-ter. _ .._
ti Y .1•�. A _j. r. 1.. y" ya . •:, 1 A.- eft' _ %�.•t .f ...r t. .• v `'
eft' r .�j�•{;
•L r •�yl r, •J•I ,Lf ,ti
k:+a..-
,4. s r.. ,•mac •• :k•
•
ew .•
T •/ • c .�-:
•
.. _ - _ •.r _ _ . r. _ _ _•v• m 1 . wATER systEm .•:.,•. . . m mr ••
•
. r..• . • ••• ..
•
•
•
•In POR 1.l.•'4 .}
;; ': �••..�: . • ..v • • • -..•r 1 •.
•
•
•
1.f s sr••^
= •f$• �s 1.. �r .��_-� .. •:. • • 1
• _ II
t
•
•
•
.•r• •_ 1PIMA.117m IlliYYi77l��7. ie.1•
• } -
•
•
4- _. • - _ r. _• - - •
• �y r::.i*'�:* t"``_Y,.%�••
_
•
•
•
• •
•r • 1'
•i • •— 7
•
•
em
'ems - ..'t: i �..�. • •
f •! +ra y'• -
•
••Yy. n. 41. . - _• .l• • •
I.
• # r• • slv4.apuq�w w..a�auy� �tlLDQ�}
•�..•:}r dr._ :1' •
-
•�� • :.••
r�•�'..:i• •.Y..a810.� cocege';?cp Box •I3$• •••
• ...1.2•••••11•• • • 1 •'.•.•
• #` aLCFlt • l!SI /Virmm . • •••
'•
• L,. r, •
: '
a;•, :. ti'
•
.• .i.ti •' 'y •M1 •.. .. •
•• 1
ter- li
^�;'{.i.••. ter••• -
' - - - • .' _.•
' 'i
•
11
• • ••
1. .
•
•
•
v • l' ...... a.
— . . .�• ..1r. . .Y.... _. *� +
•ar-.,s_ ••rg-•}•':"N... . •'S:A`a• y • .Y. 1::' - •.4.1:710...
+Tt4c
1,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
ADDENDUM NO. 1
To the Contract Documents for
Water System Improvements Contract Section II
Two 6 Million Gallon Water Storage Tanks
City of Fayetteville
Fayetteville, Arkansas
FY 902103(2)
July 27, 1994
To All Planholders:
Gentlemen:
The project pans and specifications are hereby revised in accordance
with the following items:
1. The polyurethane enamel paint specified on Specification
page 13210-4 for the tank exterior top coat shall be Tnemec
acrylic polyurethane, semigloss Series 73, or approved
equal. The polyurethane coating thickness shall be a
minimum of 2.0 mil dry film thickness. The !.5 mil dry
film thickness listed cn Specification page 13210-4 for
polyurethane tcp coat is no longer correct.
2 Steel plates used in fabricating the tanks may be cleaned
and primed after erection, in addition to shop cleaning and
priming as listed in Paragraph 5.01 B. on specification
page 13210-3. However, areas that cannot be painted after
erection, such as the area between roof plates and rafters,
shall be cleaned and primed pricr to erection.
3. Paragraph 2.01 A.1. or, Specification page 15001-2-1 is
revised to allow Pressure Class 250 ductile iron pipe as
the minimum thickness, instead of the currently specified
minimum thickness of Class 51.
4 Plan Sheet 3 indicates that the tank bottom is to he flat.
This is incorrect. Slope the bottom from elevation 1546.75
at the tank centers to elevation 1546.00 at the perimeter
wails, to provide 9 inches of crown at the tank center.
5. Vote 7 on the left side of Sheet 12 indicates that the J -
Mac Company is to be used to install the SCADA system at
the tank site. J -Mac no longer operates in the
Fayetteville area. The existing SCADA system in
Fayetteville is maintained and expanded by a former J -Mac
employee, and he shall be used tc install th_s SCADA
equipment. His name and phone number are: Dave Loenneke,
(501) 443-3292.
6 Paragraph 3.C9 A. on Specification page 02200-9, Farthwork,
Trench Excavation and Backfill indicates that upon the
comp_et_on of excavation, the excavation surface w.:] be
proofrolled. If unsound naterial :s detectrd, the -r.nir.eer
1
1
1
1
1
1
'9-1 ;`_ _'_LEL L_}P 1 --H`'•
G.
ADDENDUM NO. 2
To the Contract Documents for
Water System Improvements Contract Section II
Two 6 Million Gallon Water Storage Tanks
City of Fayetteville
Fayetteville, Arkansas
FY 902103(2)
August 1, 1994
' To All Planholders:
Gentlemen:
1
1
1
1
1
1
1
1
1
1
1
1
i
F.:, c
The project plans and specifications are hereby revised in accordance
with the following items:
1. The SCADA radio equipment referenced in Addendum No. 1
under Item No. 5, and illustrated on Plan Sheet 12 is
hereby deleted from the project. The Owner will contract
directly with a SCADA supplier/installer after completion
of the tank project. Item 7 on the Riser Diagram on Sheet
12 will not be installed under this project (the Motorola
MRTU level transmitter) however, the 11/2" conduit for this
item will be stubbed through the vault wall. The SCADA
tower and antenna will also not be installed on this
project.
Very truly yours,
McCLELLAND CONSULTING ENGINEERS, INC. /
Robert W. White, P.E.
Project Manager
RWW/md
Receipt is acknowledge and conditions agreed to this
August , 1994.
Bidder: pfco, Inc.
4th
day of
By:- 4, -ti�tl/i
•
•
c . T • "al.;..• tj1 t:
PART/SECTION NO.
PART I
00030
00100
O 0300
00350
00360
PART II
00500
O 0550
PART III
O 0700
O 0800
PART IV
DIVISION I
O 1000
O 1009
O 1011
O 1014
01016
01027
01028
01070
01210
01300
01311
01400
01500
01600
01700
O 1710
O 1720
DIVISION 2
02102
02200
02218
02444
02485
02601
TABLE OF CONTENTS
SUBJECT
BIDDING RLOUIREMENTS
Advertisement for Bids
Instructions to Bidders
Proposal
B id Bond
Notice cf Award
State Wage Rates
CONTRACT FORMS
Contract
Notice to Proceed
CONDITIONS OF fll E CONTRACT
General Conditions
Supplementary Conditions
SPECIFICATIONS
PAGE NO.
GENERAI. REQUIREMENTS
Abbreviations
Summary of Work
S ite 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
S ITE WORE
Clearing, Grubbing, and Stripping
Earthwork, 'lrench Excavation and
Backfill
Landscape Grading
Chain Link Fence and Gates
Finish Grading and Grass
Access Road, Drainage and Base
1-5
1
1-36
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
1-5
1-4
1-3
1-2
1-3
1-3
1
TABLE OF CONTENTS
PART/SECTION NO. SUBJECT PAGE NO.
DIVISION 3
03210
03300
DIVISION 13
13210
13310
DIVISION 15
15001
15001-2
15012
15013
15080
DIVISION 16
16010
16050
16111
16120
16141
16130
16190
16195
16421
16430
16440
16450
16470
16500
16921
16922
16924
CONCRETE
Reinforcing Steel
Concrete
1-4
1-16
SPECIAL, CONSTRUCTION
Welded Steel Water Storage Reservoir 1-7
Automatically Controlled Impressed
Current Cathcdic Protection for
Interior of Steel Water Tank 1-6
MECHANICAL
Piping - Genera]
Cement -Lined Ductile
Iron Pipe and Fittings
Miscellaneous Tubing
Miscellaneous Piping Specialities
Manually Operated Valves and
Check Valves
ELECTRICAL
General Electrical Work
Basic Electrical Materials
and Methods
Conduit
W_re and Cable
Wir_ng Devices
Boxes
Supporting Devices
Electrica: Identification
Service Entrance
Metering
Disconnect Switches
Seccndary Crourding
Panelbcards
:._ghting
Mechanical Equipment Controls
Level '_ransmittcr and Asscciated
Equ.pment
SCADA System (Radio Transmitter)
APPENDIX
Occupational Safety and Health Administration (OSHA)
Standard for Excavation ana Trenches Safety System.
29 CFR 1926, Subpart P.
Drawings - (Hound Separately)
1-9
1-5
1-2
1-2
1-5
1-10
1-6
1-3
1-3
1-3
1-2
1
1-2
1
1
1-2
1-2
1-3
1
1
1-3
1-2
r• ' +
:. r
.•
•
�. Sb; •
ri •
�i••}I • •
dam
f• .
r
••••• ^ •
.
,
•
s4'=r
i! •
_.
•
1
1 t
f• •
•{• • a.
•• • , •
•1
•
•"� .x: •
•
•Ii. k .
•
•
•e
•
:;rpr s .' a ;'�L
.•.: +�i' 'm
y sm.
._ •%• i �• ^••Y`ti er J •
,.•„
'rm
•+•`•i; % err r'• �•• •-•;,;41.9311.•' ° (1.:%,.>-.:.
i...•••
{ •'.
.y•r•:.• r- . .,w - -
•
'
.•1.•::•••••!...2`"•f:� - = • +.
1•' 2• y j/
,•
•
.4
•• :p• ...r•. :4 •+ :17:Z(5; •: iY. err•• •• i•• :r .•
•
•r'• . a . ' ' .. e . r
•
•
•
.e• 411. i •• •— /• ' •e• - ••.- - -•-
•
•
•I.
•'....:....L5•1 :r• • ••'4^ '• ..• •r .yy 1.0 • •• •r:lr r. y.. • •• •• ••y •v le%1:•.••
:,1i.• ter: • ••• •y:r •M• !^ [. 'r • i • •'• •.,-.�•. ••. .
•
mmm
• S• .-.1•:..
� •• r • �:,13 n •••"....1 .:tr • •x.
. �. { •• • r '• •1 ti
...Ili..
. ••i,• -S. -•a• '• I. S
1• :� l r •
+r• .: • 'i,`- •rS'•{:{xT ..r.s r •`�T'•'. �•_. •iLr •.• : •
••� •:••;
' • .. 'ti•). e•
e.
•
L•• ! •
ii•S:••••;.4....... %li• 4•.•r':i ••i 4.� ri 1 f ca
4+ I.
J
r
•L'K }`• .•er. ;- - - is -,. -r - ..
•
e.
• • .' +: rn rye•_:. - •'!:• +r:i: ... •}: i..•
•
^. • •{l••• 1:..• .[ •:. f•M1' •I: Y •' _ I.
.L•i _ ••• ......•^ !....j.•• _ r• 'i.. a..• :CV' Y• +
•
tier'•+ ;R _
•'.r •v •.? SQA •. 't`•� �i. •....' :..• Af • • .'!• i• •. �} n • •. . •. 9 • t••!
•
• iq' •. • • .4• ••.' r •1 •••Y '4•
1„5.4
1.
•* • •i•.ti. •} •. ��.• ; q:• ..: . _• + •. .• •'.r.•.• - • ••_�•• • •, •�
:•.t... 3!" .11.••• i • 1 S• .. .. •• x • .
•.••..••t•
•>1•52..1%•:e•••1.I lir}•. ;ra ti .i. 'c. ,,. •.r. (... •.• +:;
a•.•;... .: •• �. •. •-i'1' '•w•• •f• r•
••••
J • ' ‘• ; • 1 , . . . .'1
.1: . i :• .1
• ••; •• •• • 6. • •-r
• i • • • • • •
1• •:• `
i�•x : L i M1Y 1• •Gr F . .... ",l4-• ..• ••%• r • r f ••. _i.'.. {• r 7'. •• . r
• of .
.T • a :y. ,n• s'•#,
1
.:1
••.esti . ...
;.•
• ti•.:=tii:r.y•'. •'.l-_ sti.iq•.•. • ... .rSr++
•
•.i nti. . ,•••:' %•:rM. • '.r• • • e. ` N •. • i • !. • 1 r •4+•
..
•
•
1 m
a .i la rr:. ••+ •
.:r mak:::.,::•^. r.. ='�• .:• •1 • • •1.
•
1.
.. • f• •1•M1 . rJ••.. . • _ ?
i? •
.4. o •.
7• •• :'i• 7 4_• .. •7• .t. _ •••ir•
•+'ti:%n r• ';•ai•} p• •F •'Liy .:�i Y •r .� . •..a 'r.:4. -•-
•r: ••• ...et. i+' %.1 4 are]i-'f "•+r .. •r:;. T.:• :FL
1/4 :'.:~ '1',,'�.r_{.dl'rr:.: iL �`•' • is •_;Y::rpc: ..•.•y _ r -
dm •{. •ti: �tiy 4•.••if _^r• • M1.y. 4•�••}f % 1t•!•i• ir�,• '
• Yy ,�•
•YL•11.4.1.m.......s•i• :6 :.•+•: L: r '•i J•. - I. ••,'i` } �._C'• it i• .'. :A •..• .. _
• .1.
14 1!
ita-
%.1
ref:y•r
••. f
ti ,+
-e• •
• i
• •fC-F.
•
.l •ie.' 1171'.
l•riA
S
ref
• •.••• ..
•
•.•..0
••i: ji
•
:•1
..1 t•' r
-M •••'
• .•i
• * m
• ..1
•�
ratan h
• •• •4••
ti•i
' • i ,
•
r[.
fir.
• ::•
• me. s1
• i•
•
• 11
•
•
• ti
a
•
' •••1
•
1
SE.CTICN 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.:
FY902]03Contract Section II
The City of Fayetteville will receive sealed bids for construction
of two (2) 6-mil]—ion gallon ground storage reservoirs, related yard
piping, access road and related work.
Bids shall be on a lump sum and unit price basis.
The City of Fayetteville will receive bids until 1:00 P.M. local
time on Thursday , August 4 , 1994 at the office of the
Purchasing Officer. Bids received after this tine will not be
accepted. Bids will be opened and publicly read aloud immediately
after specified closing tine. All interested parties are invited
to attend.
Bidding Documents nay be examined at the Fayetteville and Little
Rock offices of the Engineer and at:
ABC Plans Room
Ozark Floor Co.
928 N. College
Fayetteville, AR
Construction Market Data
P.O. Box 1109 (72203)
15C1 N. Pierce, Ste 101
Little Rock, AR 72207
F.W. Dodge Reports
5100 E. Skelly
Suite 1010
Tulsa, OK 74135
Copies of the Bidding Documents may be obtained through the
Engineer's 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 cn the prescribed form and accompanied
by a certified check or bid bond executed on the prescribed form,
payable to the City of FavetteviIle, 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
day of _._ 1994.
City of Fayetteville, Arkansas Publish:
Purchasing Officer
P.C. #
Section 00030 -2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 00100
INSTRUCTIONS TO BIDDER
PARAGRAPH NO./TITLE PAGE NO.
1. FORMAT 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
2
2
3
3
3
4
4
4
5
5
5
5
6
6
6
7
7
7. PROJECT MANUAL & DRAWINGS
8. TYPE OF BID
9. PREPARATION OF BIDS
10. STATE AND LOCAL SALES AND USE TAXES
11. SUBMISSION OF BIDS
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS
13. WITHDRAWAL OF BID
14. BID SECURITY
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
Mane land
Q :or pll f Ong
Engmn.e•s
Inpprpo•Wird
sayelarIF. Arhonsau
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 :natter 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 FOR BIDS. 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
ntnM
[count.
cou
it c M CanWlf.n
Eng i
nccv par cited
Foyeff1 •inc A/Yc naaa
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. BIDDER'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 naps, 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
MCCMIland
Consult. ng
a -Pm, Enamors
'mea aerated
Fayette vrW, A r kamaa
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
noWend
Corso �fi'p
Eo n.r,
Iroorpu•a•.0
FaralMva.a. Araoisas
BIDS. Bids must be made cn the Bid forms provided herein. Each
Bid must be submitted in a sealed envelope, so marked as to
indicate its contents without being opened, and addressed in
conformance with the instructions in the ADVERTISEMENT FOR BIDS.
Bids may not be submitted by FAX machines.
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID
Any Bidder may modify his bid by telegraphic or written
communication at any time prior to the scheduled closing time for
receipt of bids, provided such communication is received by the
Owner prior to the closing time. The telegraphic or written
communication should not reveal the bid price; it shall, however,
state the addition or subtraction or other modification so that the
final prices or terms will not be known by the Owner until the
sealed bid is opened.
13. WITHDRAWAL OF BID
Any Bid may be withdrawn prior to the scheduled time for the
opening of Bid either by telegraphic or written request, or in
person. No Bid may be withdrawn after the time scheduled for
opening of Bids, unless the time specified in Item, AWARD OF
CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed.
14. BID SECURITY
Bids must be accompanied by cash, a certified check, or cashier's
check drawn on a bank in good standing, or a bid bond issued by a
Surety authorized to issue such bonds in the State where the Work
is located, in the amount of 5 percent of the total amount of the
Bids submitted. This bid security shall be given as a guarantee
that the Bidder will not withdraw his Bid for a period of 90 days
after bid opening, and that if awarded the Contract, the successful
Bidder will execute the attached Contract and furnish properly
executed Performance and Payment Bonds, each in the full amount of
the Contract price within the time specified.
The Attorney -in -Fact (Resident Agent) who executes this bond in
behalf of the Surety must attach a notarized copy of his
power-of-attorney as evidence cf his authority to bind the Surety
on the date of execution of the bond.
All bid bonds and Contract bonds shall be executed by a licensed
resident agent of the surety having his place of business in the
State of Arkansas and in all ways complying with the laws of the
State of Arkansas. The mere countersigning of a bond will not be
sufficient.
Section 00100 - 4
Engineers w
CannPnp
Eo&joroa
InaaGoraleJ
soys.?evOm, Arxoneas