HomeMy WebLinkAbout160-98 RESOLUTIONRESOLUTION Nal 6 0- 9 8
A RESOLUTION APPROVING A CONTRACT AMENDMENT
WITH GREEN -ANDERSON ENGINEERS IN THE AMOUNT
NOT TO EXCEED $25,029 FOR ADDITIONAL SERVICES DUE
TO CONSTRUCTION COSTS FOR THE HVAC RENOVATION
OF THE CITY ADMINISTRATION BUILDING.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby approves a contract amendment with Green -
Anderson Engineers in the amount not to exceed $25,029 for additional services due to construction
costs for the HVAC renovation of the city administration building; and authorizes the Mayor and
City Clerk to execute said contract. A copy of the contract amendment is attached hereto marked
Exhibit "A" and made a part hereof.
-PASSED AND APPROVED this day of December , 1998.
AYEr1.,Nr
i
yr`�,
ATTEST:
By
Heather Woodruff, City Clerk
APPROVED:
By
red Hanna, Mayor
•
EXHIBIT A
AMENDMENT TO THE
AGREEMENT WITH Green -Anderson Eng. Inc.
AMENDMENT ,1_
This is an amendment to the Agreement for Engineering Services
executed on the 6th day of January 1998 between the City of
Fayetteville, Arkansas and Green -Anderson Eng. Inc.
Additional services required due to increase in construction costs.
Work involved is more extensive than orginally planned.
The charge for the additional services shall not exceed
$25,029.00.
CITY OF FAYETTEVILLE:
Cretin /%Mal
Company
T(tle�`
frAki
•
•
Date P'/ J/%
Date 1/- /0-9
M
1
•
PROJECT MANUAL
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
Green
Anderson
ENGINEERS, Inc.
2233 N. Green Acres Road
Fayetteville, Ar 72703
Phone- 501-4424682
Fax - 501-442-0413
alGreen
Anderson
ENGINEERS, Inc.
2233 N Green Aces Rd. Fayetteville, Arkansas 72703, Phone (501)442-4682 / FAX: (501)442-0413
MECHANICAL & ELECTRICAL
Addendum No.1
PROJECT: Fayetteville City Administration HVAC Renovation
PROJ # : 98013
DATE: Sept. 21, 1998
The following addenda and attached schedules as referenced herein shall become a part of the contract
documents dated September 9, 1998, and entitled HVAC Renovation Administration Building, City of
Fayetteville.
CHANGES TO SPECIFICATIONS
1. REFER TO GENERAL REQUIREMENTS SECTION 01010
1.1 In Advertisement for Bids on page 01010-1, change the Bid Date from September 23, 1998, to
OtLi September 30, 1998. Change the Room Number for receipt of bids from Room 326 to Room 306 in
the City Administration Building. The Bid Time of 2:00 PM local time will remain.
1.2 In last paragraph, change to read " No bid may be withdrawn after the scheduled closing time for at
least sixty (60) days. The City reserves the right to waive any formalities and to reject any and all
bids."
2. REFER TO SECTION 01100 — BID FORM
.1 In last paragraph on Sheet 01100-1, change 150 calendar days to 210 calendar days to
(9�� substantially complete work from Notice to Proceed.
3. REFER TO SECTION 01400 - SUPPLEMENTARY GENERAL CONDITIONS
3.1 On page 01400-6 in paragraph part 5.0, change the substantial completion time to Two Hundred
SA' Ten (210) calendar days from receipt of Notice to Proceed.
3 2 On Sheet 01400-6 in paragraph part 6.0, add the following, " The contractor should plan his work
t) ` so that the change ver from the existing system to new system will be least disruptive to the
Owner's operation. This may be best accomplished by performing changeover during the milder
season in the spring so that only cooling will be required for both systems. That will allow the
existing condenser water loop to be used for both systems without the requirement for
simultaneous heating from the new boiler loop."
4. REFER TO SECTION 15949 - BUILDING AUTOMATION AND AUTOMATIC TEMPERATURE
SYSTEM
4.1 In paragraph 2.03 for clarification, One complete PC based work station shall be provided in the
VV�n ground floor mechanical room where labeled
f�oit\Sv " BAS" this work station shall include all hardware and software for a complete work station as
l specified. In addition, provide a complete system software package including installation for one of
Owner fumished PC station at a remote location and provide all necessary set up programs etc
including modern connection.
II. CHANGES TO DRAWINGS
A. MECHANICAL
1. REFER TO SHEET M1
1.1 In Demolition Note #4, only the ceiling tile and grid damaged by the contractor during his
installation will be required to be replaced. Any existing damaged or discolored tile and grid will be
replaced by the Owner.
1.2 On Ground Floor Demolition Plan, remove console heat pump unit in room B03.
2. REFER TO SHEET M2
2.1 Above the third floor ceiling contractor shall remove several approximately 4' x 4' section of the
visqueen/insulation system to allow air movement between ceiling cavity and attic space
throughout the third floor. This can best be accomplished by making these openings above each of
the new mixing box locations. The Owner will seal the existing attic vents.
3. REFER TO SHEET M3
3.1 Coordinate the removal and installation of roof -mounted equipment with the Owner and the
Owner's roofing contractor. The Owner will re -roof with the addition of 4" insulation above the roof
deck. Owner will also seal the existing attic vents around the perimeter walls.
4. REFER TO SHEET M4
4.1 Delete Mechanical Notes 11, 12, 14 and 16.
4.2 On Ground Floor Mechanical Duct Plan, provide RG -1 in Room B39.
4.3 On Ground Floor Mechanical, add heat pump H P-18 to Room B03 and locate on west wall where
existing was located.
4.4 Add heat pump HP -19 in Room B07 and locate in southeast corner on south wall.
4.5 Move HP -17 to northeast corner of Room B24 on east wall.
4.6 Move HP -14 to southeast corner of Room B25 on east wall. Install a finished wood -furring base
along east wall of Room B25 for the piping and conduit required to serve HP -14 and HP -17. The
furred out shelf shall be sized to accommodate the HP -14 with room for all the required services for
those two heat pumps.
4.7 On First Floor Mechanical Duct Plan, provide an RG -1 in Room 137.
4.8 Add Mechanical Note #22 to read as follows: " Heat pumps, HP -5, 14, 15, 16, 17, and 19 are new
installations requiring extension of condenser water supply and return piping, condensate drain
piping, power wiring and new thermostat. All other heat pumps shown on ground floor are direct
replacements of existing console heat pumps with connection to existing services.
5. REFER TO SHEET M5
5.1 On Third Floor Mechanical Duct Plan in Office 308, replace the two existing air diffusers with type
CD -4. Delete the new RG -1 indicated in Room 308.
6. REFER TO SHEET M6
6.1 Repair wooden screen around cooling tower after cooling tower is replaced.
6.2 At Plan A, add the following note:" Provide self regulating heat tape at all water lines located
outdoors.
7. REFER TO SHEET M7
7.1 On Ground Floor Piping Plan, provide %' CWR , %z" CWS and Y." condensate drain from HP -5 to
existing horizontal pipes below location shown. Existing piping is in furred out base above the floor.
7.2 On Ground Floor Piping Plan In Room 307, provide A" CWR, IA" CWS and %" condensate drain
from new HP -19 to existing horizontal piping in furred out base under new HP -5 locations.
7.3 On Ground Floor Piping Plan extend 34" CWS, VA" CWR and 1" condensate drain along floor of
Room B25 and connect %:" runouts to HP -14 and HP -17 respectively along with %" condensate
drain runouts. This piping shall be enclosed in a finish wooden base back to the north wall of
Room B25 and piping extended into Mechanical Room to connect to piping services.
7.4 On Ground Floor Piping Plan ,extend 1" CWS and 1" CWR from those services in Ground Floor
Mechanical Room to HP -15. This may run over the ceilings in Rooms B34 and B35. Extend new 1"
condensate drain for HP -15 to existing floor drain in that room.
7.5 On First Floor Piping Plan, extend 1" CWR and 1" CWS from first floor main Mechanical Room
condenser water headers to HP -16 which will be located in Room 134. Label HP -16 in Room 134.
Extend 1" condensate drain from HP -16 to existing floor drain in that room.
7.6 on First Floor Piping Plan, 2" condensate drain with trap from new AC -1 to existing condensate
drain stack in the same room.
8. REFER TO SHEET M8
8.1 On Second Floor Piping Plan and Third Floor Piping Plan, provide 2" condensate drain with traps
from AC -2 and AC -3 respectively to the condensate drain stack located in their respective
mechanical rooms.
9. REFER TO SHEET M11
9.1 In Mechanical Equipment Schedule under comments for AC -1, 2, and 3, change first floor to first,
second and third floor ,respectively.
9.2 In Mechanical Equipment Schedule, Cooling Tower CT -1, should have a single point connection of
electrical power .Under capacities, change 80° wet bulb to 78° wet bulb.
9.3 In Mechanical Equipment Schedule add heat exchanger HX -1 as follows: HX -1, Polaris, model
SL140TL-140, plate heat exchanger, GPM 49, EWT 180°, LWT 168°.
9.4 in Air Device Schedule, add retum grille RG -1 described as follows RG -1, retum grille, IA" x %" x'/2'
egg crate, E.H. Price, model C80, 24 x 24 frame, 22 x 22 face, alum, white, lay -in, up to 1600 CFM.
9.5 In Water Source Heat Pump Schedule, change heat pump HP -4 to as follows: Trane, model
WPCD040, 1200 CFM, 1/10 horsepower fan, 40 MBH cooling cap, 52 MBH heating cap 54 07
mbh heat rejection, 37.14 MBH heat absorption, 10 82 GPM, 230 volt/1 phase, 21.3 FLA, 26.2
MCA, 45 MOCP.
9.6 in Water Source Heat Pump Schedule, add heat pump HP -18 and HP -19 each with model number
and specifications the same as for heat pump HP -5 listed in schedule.
2
98011.DOENDUM 1`SEPlt0.doc
•
ciGreen
Anderson
ENGINEERS, Inc.
2233 N Green Acres Rd. Fayetteville, Arkansas 72703, Phone (501)442-46821 FAX: (501) 442-0413
MECHANICAL & ELECTRICAL
Addendum No.2
PROJECT: Fayetteville City Administration HVAC Renovation
PROJ # : 98013
DATE: Sept. 25, 1998
The following addenda shall become a part of the contract documents dated September 9, 1998, and
entitled HVAC Renovation Administration Building, City of Fayetteville.
CHANGES TO DRAWINGS
1. REFER TO SHEET M11, MECHANICAL SCHEDULES
1.1 At the mechanical insulation schedule: Condenser water piping indoors shall not be insulated. All
water piping outdoors shall be insulated with 1 inch fiberglass with .016 embossed aluminum
jacket. The high-pressure spiral ducts between the ac units and the vav boxes shall be spiral pipe.
The pipe for the first 20 feet from the ac units shall be double wall equal to united mcgill acousti k27
with 1 -inch insulation and perforated metal liner. The remainder of the spiral duct shall be single
wall wrapped with 1 inch duct wrap.
2. REFER TO SHEET M10, MECHANICAL SYSTEM POINT LIST PLAN
2.1 At the heat pumps, delete the signal to the bas for condenser water supply and return temperature
and return air temperature. Provide one signal to the BAS to alarm compressor lockout .
2.2 At the ac units delete the high and low pressure alarms to bas. Unit will still have high and low
pressure cutout. Signal the BAS in the event of any kind of compressor lockout.
END OF ADDENDUM
Green
CI Anderson
ENGINEERS, Inc.
2913 N Green Acres Rd. Fayetteville, Arkansas 72703, Phone (501)442-4682 / FAX: (501)442-0413
MECHANICAL
Addendum No.3
PROJECT: Fayetteville City Administration HVAC Renovation
PROJ #: 98013
DATE: October 14, 1998
The following addenda shall become a part of the contract documents dated September
9, 1998, and entitled HVAC Renovation Administration Building, City of Fayetteville.
These addenda shall supercede any previous contract documents with which they may
conflict.
I. CHANGES TO DRAWINGS
A. MECHANICAL
1. REFER TO SHEET M11, WATER SOURCE HEAT PUMP SCHEDULE
1.1 The following heat pumps shall be changed to a Trane Model WPCE006 equal to
HP -5:
HP -3
HP -6 through HP -10
HP -13
HP -14
HP -17
1.2 Heat pumps 15 and 16 shall be vertical units.
II. CHANGES TO SPECIFICATIONS
A. BIDDING AND CONTRACT DOCUMENTS
1. REFER TO SECTION 01010 — GENERAL REQUIREMENTS
1.1 First paragraph, the Bid Date and Time will be November 3, 1998 at 3:00 PM at
Room 326 in City Administration Building.. A Pre -Bid Conference and walk-
through will be held on October 27, 1998 at 3:00 PM at the same location.
2. REFER TO SECTION 01100 — BID FORM
2.1 Add the following line below the base Bid Amount: A Deductive Alternate amount
for the Owner to provide clean up and housekeeping services each morning
before business hours. Contractor will still be required to clear the occupied
spaces of equipment and large construction debris. However, the Owner shall
provide the final clean up and housekeeping each day. A new Bid Form is
attached for contractor s use.
3. REFER TO ADDENDUM NO. 1
3.1 Paragraph 1.4.1 on the first page, Contractor shall omit the second operator
interface at remote location. The one and only operator interface shall be located
in Room 215 on the Second Floor.
END OF ADDENDUM
9.7 Add to Mechanical Equipment Schedule, AS -1 Amtrol model 3AS with 3" connection, AS -2 Amtrol
model 4AS with 4" connection.
9.8 Add to Mechanical Equipment Schedule, ET -1, Amtrol AX -20, 10.9 gallon, 2.4 -gallon maximum
acceptance.
B. ELECTRICAL
1. REFER TO DRAWING El
1.1 On Ground Floor Electrical Power Plan, existing panels 1000 and 100 are located on north wall of
Mechanical Room in lieu of south wall where shown. Provide a 100 amp, 3 pole circuit breaker in
existing panel 1000 which is Square D type NQOD and feed new panel 1000A to be located
across the mechanical room entry near the new BAS location. New panel shall have circuit
breakers in accordance with the attached Panel Schedule. Extend all of the new 240 volt circuits to
new panel 1000A in lieu of 1000 as shown except HP -15 and HP -16.-19.
1.2 On Ground Floor Electrical Power Plan, change homerun designation for HP -15 from 1000-X to
MDP. MDP is located in same room as HP -15 and is a Cutler Hammer panel. Provide 70 amp 2
pole circuit breaker in existing MDP.
1.3 On First Floor Electrical Power Plan, change homerun designation for HP -16 from 1000-X to MDP.
MDP is located below HP -16 on the ground floor. Provide an additional 70 amp 2 pole circuit
breaker in existing Cutler Hammer MDP for HP -16.
1.4 On Note 7, add the following: " Connect duct detectors in air conditioning units to the respective
fire alarm zone for each floor. Provide any necessary relays for this interface.".
2. REFER TO SHEET S-1
2.1 Add Note #3 : Steel frame is to be installed under AC -1, 2 and 3 at first floor, second floor, and third
floor, respectively. Coordinate location of columns with existing conditions. Some piping, conduit,
etc may require relocation in order to set columns at ground floor.
2.2 Add Note #4 to read as follows in mechanical room to provide one hour fire rating. The duct chases
involved are located in the stacked mechanical rooms. Duct systems are exhaust stack and outside
air stack from roof to ground floor and the outside air ducts serving the new air conditioners AC -1,
2, and 3. Provide metal stud frame and 5/8" type "X" gyp board around ducts continuously from top
to bottom. Seal around duct runouts at each floor with approved fire sealant. Fire dampers in
runouts will not be required but must be sealed at the gyp board around new and existing floor
penetrations in mechanical rooms to prevent the passage of smoke. This includes existing
penetrations for ducts, piping and conduit that penetrates the mechanical room floors.
END OF ADDENDUM
3
OOO13.ADDENDUM 1-SEPT100oc
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
BID FORM
SECTION 01100
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
TO: City of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
The undersigned, in compliance with Notice to Bidders, and having examined the Instructions to
Bidders, other General Requirements, Drawings, Specifications and related documents for the
above referenced job, and having examined the site, and being familiar with all of the conditions
surrounding the proposed project, including the availability of material, equipment and labor,
hereby proposes to furnish all labor, materials, equipment and services to construct the project in
accordance with the contract documents, within the time herein state, and at the pnce stated
below. This price is to cover all expenses incurred in performing the work required under the
contract documents, of which this proposal is a part.
Bidders acknowledges receipt of the following addenda:
Base Bid Amount
Deductive Alternate:
#1(Owner to provide clean up and housekeeping services each morning).
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any
formalities in the bidding and that this bid shall be good and may not be withdrawn for a period of
sixty (60) calendar days after the scheduled closing time for receiving bids.
Upon receipt of Notice of Acceptance of Bid, Bidder will execute the formal contract and will,
within the (10) days, deliver a surety bond or bonds for the faithful performance of the contract
and agrees to substantially complete all work within :tom calendar days from Notice to Proceed.
210
01100-1
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
The bidder further agrees to furnish to the Owner, prior to commencing work, certificate of
insurance, as specified in these documents
The bid security attached in the sum of
($
is to become property of the owner in the event the contract and bond are not executed within the
time above set forth, as liquidated damages for the delay and additional work caused thereby.
SUBCONTRACTORS:
The undersigned designated successful subcontractor to whom subcontract will be awarded if the
proposal is accepted: ( If same as Prime Contractor, state such.)
Mechanical:
Electncal:
(Seal, if by Corporation) Respectfully Submitted,
Prime Contractor.
BY:
TITLE:
Contractor License NO:
Business Address:
Date:
01100-2
TABLE OF CONTENTS
HVAC RENOVATION
ADMINISTRATION BUIDLING
CITY OF FAYETTEVILLE
BIDDING AND CONTRACT DOCUMENTS
DOCUMENT NO.
TITLE
01010 General Requirements
01050 Instructions to Bidders
01100 Bid Form
01200 General Conditions
01400 Supplementary General Conditions
01500 Wage Rates
•
DIVISION 05 — STRUCTURAL
Section 05120
DIVISION 15 - MECHANICAL
Section 15010
Section 15240
Section 15250
Section 15412
Section 15413
Section 15510
Section 15553
Section 15711
Section 15780
Section 15790
Section 15791
Section 15891
Section 15933
Section 15949
DIVISION 16 - ELECTRICAL
Section 16010
Section 16110
Section 16120
Section 16130
Section 16140
Section 16170
Section 16190
Section 16195
Section 16450
Section 16481
Structural Steel
General Mechanical Requirements
Vibration Isolation
Mechanical Insulation
Domestic Water Piping System
Natural Gas Piping System
Hydronic System with Water Treatment (15510.wtx)
Horizontal Inclined Watertube Hot Water Boiler
Mechanical Draft Closed Circuit Industrial Coolers
Hydronic Heat Pump Units
100% Outside Air Heating/Cooling Units
Packaged Self Contained Air Conditioning - Water Cooled.
Low and Medium Pressure Ductwork and Accessories
Fan Powered VAV Box with Hot Water Heat
BAS System for VAV Roof -Top Units
General Electrical Requirements
Raceways
Wires and Cables
Boxes and Enclosures
Wiring Devices
Disconnect Switches
Supporting Devices
Electrical Identification
Grounding
Motor Starters, Full Voltage
LIST OF DRAWINGS
M1
M2
M3
M4
M5
M6
M7
M8
M9
M10
M11
Mechanical
Mechanical
Mechanical
Mechanical
Mechanical
Mechanical
Mechanical
Mechanical
Mechanical
Mechanical
Mechanical
Demo Plans Ground and First floors
Demo Plans Second and Third Floors
Demolition Roof Plan
Plans Ground and First Floors
Plans Second and Third floors
Roof Plan
Piping Plans Ground and First Floors
Piping Plans Second and Third Floors
Details
System Point List
Schedules
•
El Electrical Plans Ground and First Floors
E2 Electrical Plans Second and Third Floors
E3 Electrical Roof Plans and Schedules
S1 Structural Framing
•
END OF TABLE OF CONTENTS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Project 98013
HVAC System Renovation
City of Fayetteville Administration Buidling
GENERAL REQUIREMENTS
SECTION 01010
PART 1 - ADVERTISEMENT FOR BIDS — BID # 98-77
Sealed bids will be received by the City of Fayetteville in Room 326 of City Administration at 113
W. Mountain, Fayetteville, Arkansas until 2:00 p.m., local time September 23, 1998. Immediately
after the specified closing time, the bids will be publicly opened in the Administration Building at
113 W. Mountain, Fayetteville, Arkansas. Bidding documents may be examined at the office of
the Engineer:
Green Anderson Engineers, Inc
2233 North Green Acres Road
Fayetteville, AR 72703
(501) 442-4682
and also at: ABC Plan Room ( Triangle) 1216 N. Garland, Fayetteville, Arkansas, 72703. Copies
of the bidding documents may be obtained from the Engineer upon deposit of $50.00 for each set
of documents. Upon returning such set in good condition within seven (7) days after bid opening
date, the deposit will be refunded 100%.
The contractors bid must be submitted on the prescribed bid form and accompanied by a
certified check or bid bond payable to the Owner in an amount not less than 5% of the base bid.
Prevailing wage rates will apply in accordance with Act 74 of 1969 of the General Assembly of the
State of Arkansas.
In accordance with Act 150 of 1965, as amended, all bidders shall conform to the requirements of
the Arkansas State Licensing Law for Contractors There shall be only one (1) bid submitted per
State Contractor's License Each bid received shall have the license number for that bidder.
No bid may be withdrawn after the scheduled closing time for at least thirty (30) days. The City
reserves the right to waive any formalities and to reject any or all bids.
END OF SECTION
01010-1
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
INSTRUCTIONS TO BIDDERS
SECTION 01050
PART 1 - DEFINITIONS:
A. All definitions set forth in the Standard General Conditions of the Construction
Contract, EJCDC Document 1910-8 1990 Edition are applicable to these
Instructions to Bidders.
B. Bidding documents include the Notice to Bidders, Instructions to Bidders, the Form
of Bid, Drawings and Specifications, including any Addenda issued prior to receipt
of bids.
C. Addenda are written or graphic instruments issued prior to the execution of the
Contract which modify or interpret the Bidding Documents, including drawings and
specifications, by additions, deletions, clarifications, or correction. Addenda will
become part of the Contract Documents when the Construction Contract is
executed.
PART 2 - BIDDER'S REPRESENTATION:
A. Each bidder, by making his bid, represents that he has read and understands the
Bidding Documents.
B. Each bidder, by making his bid, represents that he has visited the site and
familiarized himself with the local conditions under which the work is to be
performed.
PART 3 - BIDDING PROCEDURES:
A. Bids shall be made upon the Bid Form issued by the Engineer and signed by an
individual authorized to bind the bidder. The signature shall be in longhand; no oral,
telegraphic, facsimile or telephonic bids will be considered, but modifications by
telegraph or facsimile of bid already submitted will be considered, if received pnor
to the time set for opening.
B. Bids shall be addressed to and delivered to the place designated for opening of
bids before time for opening the bids as set forth in the Notice to Bidders, enclosed
in an opaque, sealed envelope addressed as stated in the Notice to Bidders,
marked "Bid" and bearing the title work and the name and address of the bidder.
01050-1
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
C. Bids received prior to the time of opening will be kept, unopened. No bid received
after the hour set for their opening will be considered. No responsibility will be
assumed by any person for the premature opening of a bid not properly addressed
and identified.
PART 4 - EXAMINATION OF BIDDING DOCUMENTS:
A. Should the Bidder find discrepancies in or omissions from the drawings or other
bidding documents, or should he be in doubt as to their meaning, he should, at
once, notify the Engineer, who will send a written addendum to all bidders. Neither
the Owner nor the Engineer will be responsible for any oral instructions. Any
addenda issued during the time of bidding are to be acknowledged in the proposal
and in executing a contract, they will become a part thereof.
PART 5 - QUALIFICATIONS OF BIDDERS:
A. The Prime Bidder shall be a Contractor with a current license complying with the
Arkansas State Licensing law for Contractors. The Contractor shall indicate on his
bid, his current license number
B. The Bidder will not be acceptable if he is engaged on any other work which impairs
his ability to finance this contract or provide proper equipment for the proper
execution of same.
C. The Bidder must be prepared to furnish a Performance and Payment Bond in
accordance with the Arkansas Statutory requirements written by a surety company
authorized to do business in the State of Arkansas.
PART 6 - REJECTION OF BIDS:
A. The Bidder acknowledges the right of the Owner to reject any or all bids and to
waive any formality or irregularity in any bid received. in addition, the bidder
recognizes the right of the Owner to reject a bid if the Bidder faded to furnish the
required bid security, or to submit the data required by the Bidding Documents, or if
the bid is in any way incomplete or irregular.
PART 7 - SUBMISSION OF POST -BID INFORMATION:
A. Upon receipt of written notice of the acceptance of his bid, the successful
Contractor shall execute a contract, in accordance with good and sufficient surety
or sureties, within ten (10) calendar days after the prescribed forms are presented
for signature. Required bond and insurance documents shall be furnished before
the work is started.
01050-2
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
B. Within seven (7) days after execution of the contract, the Contractor shall furnish to
the Engineer a statement of costs or each major item of the work included in his bid
and a list of the subcontractors proposed for the principal portions of the work The
bidder will be required to establish to the satisfaction of the Engineer and the
Owner the reliability and responsibility of the proposed subcontractors to furnish
and perform the required work.
C. The Contractor will be required to keep an accurate accounting of all labor and
materials entering into the job. It will be required that this be kept up to date.
PART 8 - FORM OF CONTRACT
A. The Contract shall be the Standard Form of Agreement Between Owner and
Contractor on the Basis of a Stipulated Price, EJCDC Document 1910-8-A-1, 1990
Edition. I his document is on file at the Engineer's office and may be inspected by
Bidders.
END OF SECTION
01050-3
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
BID FORM
SECTION 01100
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
TO: City of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
The undersigned, in compliance with Notice to Bidders, and having examined the Instructions to
Bidders, other General Requirements, Drawings, Specifications and related documents for the
above referenced job, and having examined the site, and being familiar with all of the conditions
surrounding the proposed project, including the availability of material, equipment and labor,
hereby proposes to furnish all labor, materials, equipment and services to construct the project in
accordance with the contract documents, within the time herein state, and at the price stated
below. This price is to cover all expenses incurred in performing the work required under the
contract documents, of which this proposal is a part.
Bidders acknowledges receipt of the following addenda:
Base Bid Amount
($
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any
formalities in the bidding and that this bid shall be good and may not be withdrawn for a period of
sixty (60) calendar days after the scheduled closing time for receiving bids.
Upon receipt of Notice of Acceptance of Bid, Bidder will execute the formal contract and will,
within the (10) days, deliver a surety bond or bonds for the faithful performance of the contract
and agrees to substantially complete all work within 150 calendar days from Notice to Proceed.
The bidder further agrees to furnish to the Owner, prior to commencing work, certificate of
.insurance, as specified in these documents.
01100-1
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
The bid security attached in the sum of
($
is to become property of the owner in the event the contract and bond are not executed within the
time above set forth, as liquidated damages for the delay and additional work caused thereby.
SUBCONTRACTORS:
The undersigned designated successful subcontractor to whom subcontract will be awarded if the
proposal is accepted: ( If same as Prime Contractor, state such.)
Mechanical:
Electrical:
(Seal, if by Corporation) Respectfully Submitted,
Prime Contractor:
BY:
TITLE:
Contractor License NO:
Business Address:
Date:
01100-2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
General Conditions
Section 01200
The Standard General Conditions of the Construction Contract NSPE/ACEC Document 1910-8,
1978 Edition, Articles 1 through 17, shall be a part of this specification as through it were
attached hereto. This document is on file at the Engineer's office and may be inspected by the
Contractor and others.
The Standard General Conditions of the Construction Contract, shall be supplemental as
follows:
Inspection: The Contractor awarded this project agrees to allow any Federal or State Inspector,
acting in their official capacity, to have access to the job site.
END OF SECTION
01200-1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
HVAC RENOVATION
ADMINISTRATION BUILDING
CITY OF FAYETTEVILLE
Supplementary General Conditions
Section 01400
PART 1.01 - PERFORMANCE AND PAYMENT BOND:
The successful bidder shall furnish to the Owner an executed Statutory Performance Bond
and an executed Labor and Material Payment Bond, each in an amount at least equal to
One Hundred percent (100%) of the accepted proposal as security of the faithful
performance of the contract, and as security for the payment of all persons performing
labor and furnishing matenals in connection with his contract. The surety shall be a surety
company authorized to do business in the State of Arkansas. The bonds must be
executed by a licensed Resident Local Agent of Arkansas and the bonds shall be a
statutory performance and payment bond conforming to the requirements of the State of
Arkansas. Performance and payment bond shall be filed in the Circuit Court of Washington
County.
PART 2.01 - INSURANCE:
A. The Owner and the Engineer shall be named as additional named insured in all
policies of insurance protecting the type of claims for which the Owner or the
Engineer could be held jointly liable.
B. Add the following requirements to apply to all insurance required under Article 5 of
the GENERAL CONDITIONS:
1. Insurance shall be with a reliable company having at least an "A" or better
financial rating or a "B" or better General Policy Holders Rating (according to
the latest A.M. Best Report) of the Contractor's choice, acceptable to and
approved by the Owner and authorized to do business in the state where the
project is located.
2. The Contractor shall have the policies endorsed to reflect and insure any
occupancy by Owner at the time of such occupancy.
3. All liability policies referred to in the Article shall be maintained in the same
company.
4. The Owner's right to approve policies or certificates of insurance shall not be
construed as imposing a duty on the Owner or the Engineer to ascertain the
Contractor has effected the required insurance. Failure of the Owner or the
Engineer to signify approval or acknowledge receipt of policies or certificates
of insurance shall in no way relieve the Contractor of his obligation to
purchase and maintain the required insurance. Approval by the Owner
01400-1