Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
53-01 RESOLUTION
••• RESOLUTION NO, 53-01 A RESOLUTION TO APPROVE THE 20% COST SHARING OF THE DOUBLE SPRINGS ROAD BRIDGE OVER OWL CREEK AND TO APPROVE A BUDGE ADJUSTMENT OF $72,037.00 WHEREAS, the Board of Directors of Fayetteville agreed to pay its 20% share of the cost of construction of the Double Springs Road bridge over Owl Creek and designated this as its top priority bridge project by Resolution #138-92 on September 15, 1992; and WHEREAS, the State Highway Department is now prepared to move forward and let contracts for the bridge at an estimated cost to the City of Fayetteville of $229,537. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby reaffirms its agreement to pay 20% of the construction costs for the Double Springs Road bridge over Owl Creek and authorizes the Mayor to pay such cost share to the Arkansas Highway Department. Section 2. The City Council hereby approves the Budget Adjustment in the amount of $72,037.00 for this project. The Budget Adjustment is attached hereto as Exhibit A. t ATTEST. By AND APPROVED this /7 day of April, 2001. XirAdy Heather Woodruff, City erk APPROVED: By 4 ea. DAN COODY, dor City of Fayetteville, Arkansas Budget Adjustment Form • EXHIBIT A Budget Year 2001 Department: Division: Program: Public Works Engineering Sales Tax Capital Date Requested March 19, 2001 Adjustment # Project or Item Requested: $72,037 is requested in the Double Springs Road Bridge capital project. Project or Item Deleted: $72,037 from the Miscellaneous Drainage Improvements Project. Justification of this Increase: The additional funding is to cover the City's 20% cost share match of the revised estimates of the project. Justification of this Decrease: Sufficient funding remains in project to meet objectives. Increase Expen e (Decrease Revenue) Account Name Amount Account Number Project Number Bridge & Drainage Imprvs 72,037 4470 9470 5817 00 98036 20 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Bridge & Drainage Imprvs 72,037 4470 9470 5817 00 97041 40 Approval Signatures Nez_.;„ )271.6.n.dui Requested By Budget Ma ager Date SO 3-19 -2001 Date Department Director Date Budget Office Use Only Type: A B C (o) Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue opy: Budget & Research / Yellow Copy: Requester C:IDATA'FORMS.8.1-4a1.11A 01007.WK4 • NAME OF FILE: Resolution No. 53-01 • CROSS REFERENCE: Res. 93-01; Res. 138-92 04/17/01 Resolution No. 53-01 03/19/01 Exhibit "A" (Budget Adjustment) 03/27/01 Departmental Correspondence to Fayetteville City Council thru Dan Coody, Mayor, Don Bunn, PWD, Jim Beavers, City Engineer from Sid Norbash, Staff Engineer regarding Double Springs Road Bridge (AHTD Project) 20% Cost Sharing with the Highway Department 07/03/01 Copy of Resolution 93-01 03/27/01 Copy of Departmental Correspondence to Fayetteville City Council thru Dan Coody, Mayor, Greg Boettcher, PWD, Jim Beavers, City Engineer, from Sid Norbash, Staff Engineer, regarding Double Springs Road Bridge (AHTD Project) Owl Creek Sewer Relocation Project Feb, 2001 Copy of Water & Sanitary Sewer Improvements Garland Avenue and Sanitary Sewer Improvements Owl Creek Lift Station Double Springs Road (COPY OF CONTRACT AGREEMENT) 09/15/92 Copy of Resolution 138-92 04/17/01 Staff Review Form 04/24/01 Departmental Correspondence to Sid Norbash, Engineering, from Heather Woodruff, City Clerk NOTES: RESOLUTION NO. A RESOLUTION TO APPROVE THE 20% COST SHARING OF THE DOUBLE SPRINGS ROAD BRIDGE OVER OWL CREEK AND TO APPROVE A BUDGE ADJUSTMENT OF $72,037.00 WHEREAS, the Board of Directors of Fayetteville agreed to pay its 20% share of the cost of construction of the Double Springs Road bridge over Owl Creek and designated this as its top priority bridge project by Resolution #138-92 on September 15, 1992; and WHEREAS, the State Highway Department is now prepared to move forward and let contracts for the bridge at an estimated cost to the City of Fayetteville of $229,537. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby reaffirms its agreement to pay 20% of the construction costs for the Double Springs Road bridge over Owl Creek and authorizes the Mayor to pay such cost share to the Arkansas High Department. Section 2. The City Council hereby approves the Budget Adjustment in the amount of $72,037.00 for this project. The Budget Adjustment is attached hereto as Exhibit A. • PASSED AND APPROVED this day of April, 2001. APPROVED: By: DAN COODY, Mayor ATTEST: By: Heather Woodruff, City Clerk FAYETTEVIrLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Fayetteville City Council Thru: Dan coody, Mayor Don Bunn, Assistant PWD Jim Beavers, City EngineerA 3. From: Sid Norbash, Staff Engineer AM/ Date: March 27, 2001 Re: Double Springs Rd. Bridge (AHTD Project) 20% Cost Sharing with the Highway Department Per attached Resolution 138-92, the above referenced project is a Highway Department Project with 80%-20% cost share with the City of Fayetteville, This project includes a new bridge to replace the existing bridge over the Owl Creek, and some street improvements as well. On 10-19-2000, based on interim estimates, the Highway Department estimated the City's share for 20% to be $180,811 (see attached documents). Recently (2-27-2001) the Highway Department prepared the attached revised cost estimate, which estimates the City's share to be $229,537 or $48,726 higher than the previous estimate. The Staff is requesting that the Council approve the following: (a) funding of this project in the estimated amount of $229,537. (b) the related budget adjustment. Please be advised that the actual final cost to the City could be slightly higher or lower, depending on the actual bids and construction costs. SN/sn attachments • RESOLUTION NO. 93-01 • A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO GRAY CONSTRUCTION, INC. IN THE AMOUNT OF FORTY- ONE THOUSAND FIVE HUNDRED SEVENTY-SEVEN DOLLARS AND NINETY-FIVE CENTS ($41,577.95) FOR SEWER RELOCATION IN CONJUNCTION WITH THE DOUBLE SPRINGS BRIDGE OVER OWL CREEK, AND APPROVING A FIFTEEN PERCENT (15%) PROJECT CONTINGENCY OF SIX THOUSAND TWO HUNDRED THIRTY-SIX DOLLARS ($6,236.00). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby Awards a construction contract to Gray Construction, Inc. in the amount of Forty -One Thousand Five Hundred Seventy -Seven Dollars and Ninety -Five Cents ($41,577.95) for sewer relocation in conjunction with the Double Springs Bridge over Owl Creek, and approving a fifteen percent (15%) project contingency of Six Thousand Two Hundred Thirty -Six Dollars ($6,236.00). Section 2. That the City Council hereby Approves a fifteen percent (15%) project contingency of Six Thousand Two Hundred Thirty -Six Dollars ($6,236.00). Section 3. That the City Council hereby Authorizes the Mayor to sign such a contract with Gray Construction, Inc. PASSED AND APPROVED this 3rd day of July, 2001. ATTEST: By: ee ATHER ODRUFF, Ci Clerk APPROVED: By 0,0 DAN COODY, Mayo • FAYETTEVIPLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Fayetteville City Council Thru: Dan coody, Mayor Greg Boettcher, PWD Jim Beavers, City Engineer From: Sid Norbash, Staff Engineer Date: March 27, 2001 Re: Double Springs Rd. Bridge (AHTD Project) Owl Creek Sewer Relocation Project On June 7, 2001, bids were received for the above referenced project and the results are as follows: Red Deer Construction Co., Inc. Fayette Tree & Trench, Inc. Gray Construction, Inc. $49,890.00 $41,852.50 $41,577.95 The Staff is requesting that the Council approve the following: (a) Award of the construction contract to Gray Construction, Inc. Of Siloam Springs, Arkansas in the amount of $41,577.95. (b) A project Contingency amount of $6,236.00 SN/sn attachments .1 1 1 1 1 • City of Fayetteville Fayetteville, Arkansas Water and Sanitary Sewer Improvements Garland Avenue And Sanitary Sewer Improvements Owl Creek Lift Station Double Springs Road HWEI Job No. 00078A & 00078B February, 2001 HAWKINS-WEIR ENGINEERS, INC. ENGINEERS • SURVEYORS • CONSULTANTS 110 SOUTH SEVENTH STREET • P.O. BOX 648 • VAN BUREN, ARKANSAS 72957-0648 PHONE: (501) 474-1227 • FAX: (501) 474-8531 • E -Mail: hwei©hawkweir.com • ADDENDUM NO. 2 SANITARY SEWER IMPROVEMENTS OWL CREEK LIFT STATION DOUBLE SPRINGS ROAD CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS HWEI JOB NO. 00078B The following is a change to the Construction Plans, Detailed Specifications, and Contract Documents, HWEI Job No. 00078B, prepared by Hawkins -Weir Engineers, Inc., for the Sanitary Sewer Improvements at the Owl Creek Lift Station on Double Springs Road, dated February, 2001. 1. This Addendum applies to the Sanitary Sewer Improvements at the Owl Creek Lift Station and does not apply to improvements designated along Garland Avenue. 2. Testing of the sewer lines and the manholes shall be made prior to placing the improvements into service. Testing of the sewer lines and manholes may be done once they are completed and the CONTRACTOR is prepared to test them. The sewer line trenches shall be backfilled prior to testing. The CONTRACTOR shall provide the inspector with at least a 24-hour notice before testing. 3. Under SECTION 01010, SPECIAL CONDITIONS, PART 1.01, GENERAL, Delete Paragraph J. "Rock excavation and rock boring shall be considered incidental to construction. No separate or extra payment will be made where rock is excavated or bored". 4. A. Bidders shall submit with their bids a unit price for rock excavation. Rock excavation shall be measured by the cubic yard of rock excavated. B. The measured rock quantity shall be based on the following: 1. The average excavated rock depth between connecting manholes or structures. 2. The rock excavated in order to construct a manhole or structure up to one foot outside of the manhole or structure. The linear distance of excavated rock between the outside face of each connecting manhole or structure. 4. The width of the rock excavation, up to a maximum width of the outside diameter of the pipe bell plus two foot. \00078MADDENDUM NO 2.doc 1 1 ADDENDUM NO. 2 • CITY OF FAYETTEVILLE 1 HWEI JOB NO. 00078B 1 C. The unit price for rock excavation includes all costs, equipment, materials, labor, and work necessary for rock excavation. 1 5. The following changes shall be made to SECTION 02315, EXCAVATION, TRENCHING AND BACKFILLING: 1 A. Red clay gravel or "Hillside" may be used to backfill trenches instead of Class 7 Aggregate Base on Lateral #1 and Lateral #2 1 B. Red clay gravel or "Hillside", or, native materials may be used to backfill trenches instead of Class 7 Aggregate Base on Main #1. The native material must be suitable and can be compacted. C. All trench backfill shall be compacted in 6 to 8 -inch lifts. Red clay gravel or "Hillside" backfill shall be compacted to a minimum of 95 percent standard proctor density. D. Proctors shall be established on the backfill material. The CONTRACTOR is responsible for density testing and all costs associated with density testing. 1 E. At a minimum, one density test shall be made on each of the completed trenches, Main #1, Lateral #1 and Lateral #2. 1 F. Under PART 2.01, BEDDING MATERIALS, Paragraph A 1 and A2, Delete the words "(Not allowed for sanitary sewer)". 6. The following changes shall be made to SECTION 02119, SITE RESTORATION: 1 A. The requirement for lime and four -inches of topsoil may be deleted. However, the seedbeds shall be raked free of sticks, clods, rocks, and 1 debns. B. Grass seed may consist of the following: Lawn Fescue 50 pounds/acre Annual Rye Grass 50 pounds/acre 7. Replace SECTION 00400, BID FORM with the attached BID FORM: 1 1 \00078MADDENDUM NO 2.doc 2 PROJECT NAME: PROJECT NO. BID TO (OWNER). BID FROM (BIDDER): • SECTION 00400 BID FORM Sanitary Sewer Improvements Owl Creek Lift Station 00078B 1 The City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 Grtk v Cons rrt-te_k i'o Pi I Po ermi-/57(Si, W Mho, 54:1-e.. Ion loct if° l'Ass, Art 7.2761 ARTICLE 1. The undersigned Bidder here by proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents and to furnish all materials, equipment, and labor required to perform the work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2. Bidder accepts all of the terms and conditions of the Invitation to Bid and Instruction to Bidders. This Bid will remain subject to acceptance for 60 calendar days following the date of the Bid Opening. Bidder will sign and deliver the required number of counterparts of the Agreement with all Bonds and other documents required by the Bidding Requirements within 10 days after the date of the receipt of OWNER's Notice of Award. ARTICLE 3. Bidder acknowledges receipt of the following Addenda: Number Aniolcia. et $4 Adolf* beta I &tn.!' 2 - Date eleb ft..4 of y .2001 I" tin etAckr v ADO( ARTICLE 4. The undersigned affirms that Bidder has examined the plans and specifications with the related documents and the site of the proposed work and is familiar with all local conditions surrounding construction of the proposed project, including availability of materials, equipment, labor and supplies Furthermore, the Bidder affirms that the following unit prices shall include all labor, materials, overhead, profit, insurance, bonds, etc., to cover all expenses \00078MADDENDUM NO 2.doc 3 incurred in performing the work required under the Contract Documents, of which this Bid is a part. The unbalancing of Bid Items may be considered to be non-responsive and cause for rejection. For changing quantities of work items from those indicated by the Contract Document, and upon written instruction from the ENGINEER, the unit prices as given in the Bid Form shall prevail. ARTICLE 5. The undersigned agrees, if awarded the Contract to begin work within 10 calendar days or upon receipt of a written Notice to Proceed from OWNER and to fully complete all work within 30 consecutive calendar days after the date specified to begin work in the Notice to Proceed, should the CONTRACTOR fail to complete the work within the stated time, the CONTRACTOR shall pay OWNER as fixed, agreed, and liquidated damages, the sum of $500.00 per each calendar day of delay until the work is completed or accepted by OWNER Additional time is allowed only for documented delays as stipulated in the Contract Documents. ARTICLE 6. The undersigned submits the following subcontractors for use if the contract is awarded. The OWNER shall have the authority to reject the use of any subcontractor. Additional supporting information may be required by OWNER prior to approval or rejection of a subcontractor which has been proposed. Name Address Description of Work Co r:b, a- (Galin ---;"_,53oV 5.1Altrit Oen fonvikAk Core. Qra limy • Modern Fence— El.. Z2 Vil. A7e/let/31,4A rente- letefear No subcontractor doing work in excess of five (5) percent of the total Bid amount and who is not listed above shall be used without the written approval of the OWNER. ARTICLE 7. The undersigned hereby acknowledges that this Contract is governed by the provision of the Arkansas State Prevailing Wage Law. CONTRACTOR'S bonds shall include a provision, which will guarantee the faithful performance in accordance with the prevailing hourly wage requirements. ARTICLE 8. The Bidder agrees to perform all of the work described in the specifications and as shown on the drawings and in accordance with the attached Contract Documents for the following unit and lump sum price(s): \00078MADDENDUM NO 2.doc 4 Item Quantity No. and Unit *SCHEDULE OF BID ITEMS SCHEDULE I, SECTION! IS DELETED SCHEDULE, I SECTION II SANITARY SEWER IMPROVEMENTS OWL CREEK LIFT STATION Description • Unit Price Amount of Bid 1. 2. 3. 4. 1 LS ILS ILS ILS Traffic Control and Maintenance 1,9 ti -halo Minrcre-r-o) fa% Dollars!lier lump sum Excavation and Trench Safety System ao 470 Me% #404/Ortra7 ev&04., fitet$ 5.7 57-$ (75. Dollars - per lump sum Site Preparation to Include Clearing and Grubbing Mgt re.c.reid Haw ortar9 $ / 3 z 5-1 rweivrii AVG_ Dollars - per lump sum Site Restoration 771 0 I., p d Hue@ An\ Dollars - pef each 5. 15 LF Remove and Dispose of Fence 6. 15 LF ato pc,,,+4 4 rwths, re -di $ if.- $ Dollars - per linear foot Remove and Reinstall Fence / 325:1-2 00 3 oo $ 1610 $ 6661 Dollars - per linear foot 7. 1 EA Remove and Dispose of Existing Sanitary Sewer Manhole, Including Backfill TA, elitCns)tlut,,cfrp 8. 5 EA 00078MBID-ADDENDUM NO. 2.XLS Dollars - per each Furnish and Install 0-6' Standard Sanitary Sewer Manhole 6, A- ill Dollars - per ehch H14 g",014 -1..--C7 5 00 $ /3" $ / co $ lefo,e$ y aao, 1 Item Quantity • UP Amount No. and Unit Description Price of Bid I9. 15 VF Furnish and Install Additional Sanitary Sewer Manhole Depth 00 Sevcen-r,00 $ 75—•—$ Dollars - per vertical foot 1 10. 14 LF Furnish and Install 12" DI, Push -on Joint, Cement Lined, Sanitary Sewer Pipe to 1 Include Bedding 71 it sit-ini $ 3 0 , $ 1 Dollars - per linear foot 11. 121 LF Furnish and Install 12" PVC, SDR 26, 1 Sanitary Sewer Pipe to Include Bedding CC% Po 144-vt El ?a' -7v 5.1e0.e..1 1—c $ iht • $ 2 op. 0 .--- Dollars - per linear foot 12. 120 LF Furnish and Install 8" PVC, SDR 26, Sanitary Sewer Pipe to Include Bedding 1 Ets.-1,-4--1 fig,- ct 70 c -5 $ • --- $ 410 Dollars - per linear foot 13. 0 LF Fumish and Install 6" PVC, SDR 26, Sanitary Sewer Pipe to Include Bedding 1 00 1 14. 0 LF Excavate and Backfill Sanitary Sewer Trench, 0-6' Deep s( 97_ s 4r...e7 AT i $ 02 e el- . I ...ri.,,,,A7 77.,..ea t»4-"5 pc ty„..c. $ 0. Dollars - per linear foot I15. 255 LF Excavate and Backfill Sanitary Sewer Trench, 6'+ Deep I...nic.„7-1.7 & 14,4_ re r b -4-v 5 s,1 V 2. C Dol - per linear 'foot i 1 16. 1 LS Connect to Existing 8" PVC Sewer Line to Include Concrete Encasement Dollars - per linear foot 1/4/-11.14dpv‘-f--0/ 00 - DO,' $ Dollars - per lump sum 1 00078MBID-ADDENDUM NO. 2.XLS 6 5'-00, °27-- Item Quantity No. and Unit • Description U. Price Amount of Bid 17. 1 LS 18. 2 EA 19. 20. 1 LS IEA Connect 12" Sewer Line to Existing Lift Station to Include Core Drilling and Sealing Around Pipe Penetration Omit 7-4 IP St ier). 5,5c 41n#"P ,601/22... Dollars - per lump sum Cover Designated Sanitary Sewer Manholes with Polyethylene and Gravel a )67 ,41-A Aii>a44 510IC h.7 dog•-•••"‘ Dollars - per each Cut the Existing 12" Sewer Pipe and Seal the Existing Pipe Entrance into the Lift Station 16-1/.12- rs Dollars - it lump sum Furnish and Install 8" x 4" Sewer Service Wye and 4" PVC, Schedule 40, Pipe to Connect Existing Sewer Service Stubout to the New 8" Sewer Line sie Hz' Prta-`) fa/ Dollars - per each 21. 90 CY Rock Excavation 00 $ • 4i -C I an • $ 334.7 1 4 25c? co ov co $ 5 5 53-e 7s:d•ta4 hrta_ct- $ Dollars - per cubic yard TOTAL BASIC CONTRACT PRICE - SCHEDULE I, SECTION II 00078MBID-ADDENDUM NO. 2.XLS 7 oo f P rs ico • $ I e /5-1- • • 1 GRAY CONSTRUCTION, INC. P a Box 457 Siloam Springs, AR 72781 1 Bidder 1 By 1 t: sr; retc7 foyerve c ,41.4frtare. •Tit e 1 511 -rmisaf /oz. 1 Business Address .5; iocty-L 5 o obis 72741 1 1 (501) Sall-it/99 Telephone 1 (So 1 ) SZ'/ -85°t Fax Number 1 006 / 000302... Arkansas Contractor's License No. Seal: If Bidder is a Corporation 1 END OF SECTION 1 1 1 1 1 00078MADDENDUM NO 2.doc 8 ADDENDUM NO. 2 • CITY OF FAYETTEVILLE HWEI JOB NO. 00078B This Addendum No. 2 shall be a part of the Construction Plans, Detail Specifications, and Contract Documents as if originally bound with the documents. All provisions of the documents, unless stated otherwise by this Addendum No. 2, shall apply equally to Addendum No. 2. Bidders must acknowledge receipt of this Addendum No. 2 when submitting a bid for this project. • KWK/jeh W0078MADDENDUM NO 2.doc 9 HAW1UNS-WEIR ENGINNERS, INC. Keith W. Kestner, P.E. May 18, 2001 • • ADDENDUM NO. I WATER AND SANITARY SEWER IMPROVEMENTS GARLAND AVENUE AND SANITARY SEWER IMPROVEMENTS OWL CREEK LIFT STATION DOUBLE SPRINGS ROAD CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS HWEI JOB NO. 00078A & 00078B The following is a change to the Construction Plan, Detailed Specifications, and Contract 1 Documents, HWEI Job No. 00078A and 00078B, prepared by Hawkins -Weir Engineers, Inc., for improvements along Garland Avenue and at the Owl Creek Lift Station, dated February 2001. 1 1. Improvements along Garland Avenue, for the City of Fayetteville, will NOT be part of this Bid process or constructed at this time. Improvements designated for 1 the Owl Creek Lift Station, on Double Springs Road, shall be the ONLY portion of the Plans, Specifications, and Contract Documents considered for construction. 1 2. New plan sheets are issued, as part of this Addendum, for the improvements at the Owl Creek Lift Station. These plans consist of four (4) sheets dated April 2001. Only these Addendum No. I plan sheets shall be used for Bid, Contract Agreement, and for Construction, unless other plan sheets or drawings are issued as a New Addendum. 1 3. Delete SECTION 00015 -DRAWINGS from the Specifications. 4. Replace SECTION 00120 -SUMMARY OF CONTRACTS, PART I.02 -BASE 1 BID with the following: 1.02 BASE BID A. The base bid and unit prices shall include all work, labor, materials, and equipment required to fully complete the 1 construction of sanitary sewer improvements at the Owl Creek Lift Station, located on Double Springs Road, as shown on the Addendum No. 1 plans and as described in the specifications. The base bid shall include all costs associated with profit, overhead, insurance, bonds, permits, and licensing. 1 1 \00078MADDENDUM NO I.doc ADDENDUM NO. 1 • CITY OF FAYETTEVILLE HWEI JOB NO. 00078A & 00078B 5. SPECIFICATIONS SECTION 00200 -INSTRUCTIONS TO BIDDERS Insert copy of the Arkansas Department of Labor Prevailing Wage Determination for this project at the end of SECTION 00200. 6. SPECIFICATION SECTION 00400 -BID FORM: a. Under PROJECT NAME: Delete the words "Water and Sanitary Sewer Improvements Garland Avenue" b. Under PROJECT NO: Delete "00078A/" c. Under ARTICLE 5, line 3, replace the words "within 120 consecutive calendar days" with the words "within 30 consecutive calendar days". d. Under the SCHEDULE OF BID ITEMS, Delete SCHEDULE 1, SECTION 1, WATER AND SANITARY SEWER IMPROVEMENTS GARLAND AVENUE. e. Under SCHEDULE I, SECTION II, Item No. 12, Change the Quantity and Unit from "45 LF" to "120 LF". f. Under SCHEDULE I, SECTION II, Item No. 13, Change the Quantity and Unit from "75 LF" to "0 LF". 7. SPECIFICATIONS SECTION 01010 -SPECIAL CONDITIONS: a. Add Paragraph K under PART 1.01 -GENERAL to read as follows: The City of Fayetteville will normally process and make payment on pay requests within 30 calendar days after the receipt of the pay request. The City, however, does not guarantee such payments will be made within 30 calendar days. b. Add Paragraph L under PART 1.0I -GENERAL to read as follows: \00078MADDENDUM NO I.doc Subsurface investigation of the soil was not conducted in the preparation of these plans and specifications. Subsurface investigation reports are not included 2 ADDENDUM NO. 1 • • CITY OF FAYETTEVILLE 1 HWEI JOB NO. 00078A & 00078B 1 8. SPECIFICATIONS SECTION 01011 -SITE CONDITIONS: a. Replace PART I.02 -SITE INFORMATION Paragraph A., with the 1 following: 1 The construction site is located at the Owl Creek Lift Station on Double Springs Road. The Contractor shall confine all activities within public right of way and public utility easements unless 1 specific authorization is granted to use other property. 9. SPECIFICATIONS SECTION 01100 -SUMMARY OF WORK: 1 a. Replace PART 1.01 -LOCATION OF WORK, Paragraph A., with the following: 1 The work is located at the Owl Creek Lift Station on Double Springs Road within public right of way and public utility 1 easements. b. Replace PART 1.02 -SCOPE OF WORK, Paragraph A., with the 1 following: Furnish all labors, materials, equipment, and incidentals required 1 to construct 12 -inch, and 8 -inch sanitary sewer lines with associated manholes, piping connections and other appurtenances as identified herein and as described by the detail plans of 1 Addendum No 1. c. Delete PART 1.03 -WORK SEQUENCE, Paragraph A, Item No.5- 1 Construction of Water Lines and Connections. This Addendum No. 1 shall be a part of the Construction Plans, Detail Specifications, and 1 Contract Documents as if originally bound with the documents. All previsions of the documents, unless stated otherwise by this Addendum No. 1, shall apply equally to Addendum No. 1. 1 This Addendum No. 1 includes four (4) plan sheets dated April 2001. The original plan sheets consisting of seventeen (17) sheets, dated February 2001, shall not be used for the Owl 1 Creek Lift Station project site. The original plan sheets will not be issued for this bid. 1 1 1 \00078MADDENDUM NO I.doc 3