Loading...
HomeMy WebLinkAbout93-01 RESOLUTION• • 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: ATHER WOODRUFF, CiClerk APPROVED: By OM DAN COODY, Mayor • NAME OF FILE: CROSS REFERENCE: • Resolution No. 93-01 • 07/03/01 Resolution No. 93-01 07/03/01 Construction Contract with Gray Construction, Inc. for sewer relocation in conjunction with the Double Springs Bridge over Owl Creek and approving a 15% project contingency of $6,236.00 03/27/01 Departmental Correspondence to Fayetteville City Council thru Dan Coody, Mayor, Greg Boettcher, Public Works Director, Jim Beavers, City Engineer, from Sid Norbash, Staff Engineer, regarding Double Spnngs Road Bridge (AHTD Project) Owl Creek Sewer Relocation Project 04/07/01 Copy of Res. 53-01 (cross-reference) Exhibit "A" (Budget Adjustment) (Res. 53-01) 09/15/92 Copy of Res. 138-92 (cross-reference) Estimates on Job 040152, owl Creek Str. & Apprs. (Res. 138-92) 07/03/01 Staff Review Form 08/29/01 Departmental Correspondence to Fayetteville City Council thru Dan Coody, Mayor, Greg Boettcher, Public Works Director, Jim Beavers, City Engineer, from Side Norbash, Staff Engineer, regarding Double Springs Road Bridge (AHTD Project) Owl Creek Water & Sewer Relocation Project 08/29/01 Copy of Purchase Requisition Bid Information NOTES: • • 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. ATTEST: By: PASSED AND APPROVED this 3rd day of July, 2001. T�)6 n4 e ATHER ODRUFF, CiClerk APPROVED: By DAN COODY, Mayor • cc • • Cr Res. No. 93-01 a SECTION 00520 CONTRACT AGREEMENT 1. THIS CONTRACT AND AGREEMENT, made and entered into this J day , 20 0/ , by and between the City of Fayetteville as Party of the First Part, atii ng through its duly authorized representative, and Gray Construction. Inc Party of the Second Part. WITNESSETH: That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials and supplies required to be furnished and to perform the work for Sanitary Sewer Improvements. Owl Creek Lift Station. Double Springs Road. City of Fayetteville. Arkansas, in exact accordance with the Plans on file at the office of said Party of the First Part and Specifications, Proposals, Stipulations and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direct supervision and to the enttre satisfaction of the Party of the First Part and in accordance with the laws of the State of Arkansas. 2. It is further agreed and understood by and between the Parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done or materials furnished under this agreement, the lump sum amount adjusted for variation of quantities at the unit prices named in the Bid which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. If the Party of the Second Part shall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the sums set forth in the Proposal, which shall be deducted from the final amount to be paid under this contract, provided that extensions of time with waiver of liquidated damages, may be granted as provided for in the Specifications. 4. The Party of the Second Part agrees to be responsible for repairs on any of the improvements covered herein due to faulty workmanship and/or materials for a period of one year beginning at the time of acceptance of the improvements by the City of Fayetteville Arkansas All improvements shall be made in conformance with Specifications and are subject to the approval of the City of Fayetteville Arkansas 5. The Party of the Second Part agrees, also to carry Public Liability Insurance, Property Damage Insurance and Workman's Compensation Insurance in amounts as required in these Specifications. 00078B\00520 Contract Agreement 00520-1 WITNESS OUR •NDS THIS 3 DAY OF A WITNESS: WITNESS: Affix Corporate Seal here (if any) 00078B\00520 ,20d1 City of Fayetteville. Arkansas (OwIier) By: (Title) 113 West Mountain Street (Address) Fayetteville. Arkansas 72701 (Title) P.O. Box 457 (Address) Siloam Springs. Arkansas 72761 END OF SECTION 00520-2 Contract Agreement • Or;4t&eY.al Czt-( ecov Citi CAelk C. 93-0p 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. 00078A ADDENDUM N0 2.doc 1 ADDENDUM NO. 2 • CITY OF FAYETTEVILLE HWEI JOB NO. 00078B • C. The unit price for rock excavation includes all costs, equipment, materials, labor, and work necessary for rock excavation. 5. The following changes shall be made to SECTION 02315, EXCAVATION, TRENCHING AND BACKFILLING: A. Red clay gravel or "Hillside" may be used to backfill trenches instead of Class 7 Aggregate Base on Lateral #1 and Lateral #2. 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. E At a minimum, one density test shall be made on each of the completed trenches, Main #1, Lateral #1 and Lateral #2. F. Under PART 2.01, BEDDING MATERIALS, Paragraph Al and A2, Delete the words "(Not allowed for sanitary sewer)". 6. The following changes shall be made to SECTION 02119, SITE RESTORATION: 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 debris. B. Grass seed may consist of the following: Lawn Fescue Annual Rye Grass 50 pounds/acre 50 pounds/acre 7. Replace SECTION 00400, BID FORM with the attached BID FORM: \00078AWDDENDUM NO 2.doc 2 • • SECTION 00400 BID FORM PROJECT NAME: Sanitary Sewer Improvements Owl Creek Lift Station PROJECT NO. 00078B BID TO (OWNER): The City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM (BIDDER): Glett r Lonst•r�a!-;o t ln�. P.v Cjnx y57 ( .Till W -mho. 5..; to lot ) loan, ifor;nss Ar. 72.761 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 ,ASIdenotset#7. Aol of en ot'Ar e2 - Date February gaol I'thruar shot 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 \00078AWDDCNDUM NO 2.doc 3 • • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 Cor:beva4-CuH;n :2-mt 33o15.6kIttn 16en+cnv;l/4Q Core_ Qr;II"ny ' rlodern. Fence.- liurl2trl. Ayegev;(lc,f(r. Fend ReN:r 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): \00078A\ADDENDUM NO 2.doc 4 Item Quantity No. and Unit • SCHEDULE OF BID ITEMS SCHEDULE I, SECTION I IS DELETED SCHEDULE I SECTION II SANITARY SEWER IMPROVEMENTS DWI, CREEK LIFT STATION Description • Unit Price Amount of Bid 1 LS Traffic Control and Maintenance E19t, fiee.0 Hzr.rortcd ft•r Dollarss-'der lump sum 2. I LS Excavation and Trench Safety System 3. I LS a °P "° gs $ $ / f85o, �° Gn �vlr F% t'n-ftv 5evet4, niAt$ 5705 575; Dollars - per lump sum Site Preparation to Include Clearing and Grubbing Tfrt2Tc&^" Hurl 0KC=9 nive rsj P5 ✓t Dollars - per lump sum 00 $ /3zs:$ /�32? 4. 1 LS Site Restoration 1i -"a -PI ot..SA'+O -7.1-1 /-%NdoR&tS 00 slvt� �,ve. $ X -75-.$ A 2-7S, Dollars - pei each 15 LF Remove and Dispose of Fence 4 A° Gina Po I A-4 '� enti Curl? $ � • $ Dollars - per linear foot 6. 15 LF Remove and Reinstall Fence 7. l EA 6 3 00 �"K e $ Ifo•, $ (OO Dollars - per linear foot Remove and Dispose of Existing Sanitary Sewer Manhole, Including Backfill tr*.a-CCS f'l'u.''p12&D Dollars - per each 8. 5 EA Furnish and Install 0-6' Standard Sanitary Sewer Manhole pa4. -r ; fawvin-G-l7 tib Dollars - per each \00078A\B ID -ADDENDUM NO. 2.XLS 5 � o0 $ 1 3". $ / $1 6.$ 3adO• Item Quantity No. and Unit • Description • Unit Amount Price of Bid 9. 15 VF Furnish and Install Additional Sanitary Sewer Manhole Depth Dollars - per vertical foot $ 7S,-$ " -5 / 10. 14 LF Furnish and Install 12" DI, Push -on Joint, Cement Lined, Sanitary Sewer Pipe to Include Bedding 400r ?7.teg-fni $ 3a,— $ 44. , Dollars - per linear foot 121 LF Furnish and Install 12" PVC, SDR 26, Sanitary Sewer Pipe to Include Bedding 577. fec--ev Do r/4-,..5 c( s.el4.4 f -L, C fs Dollars - per linear foot $ $ 20,2,0.r 12. 120 LF Furnish and Install 8" PVC, SDR 26, Sanitary Sewer Pipe to Include Bedding E/.ev.e--t P0 it rS 70 00 Se%o., Cents $ �r, $ 1 gatf,-- Dollars - per linear foot 13. 0 LF 14. 0 LF Fumish and Install 6" PVC, SDR 26, Sanitary Sewer Pipe to Include Bedding 7Z Dollars - per linear foot Excavate and Backfill Sanitary Sewer Trench, 0-6' Deep Se rater Dollars - per linear foot 00 $ 2r $ D. 00 15. 255 LF Excavate and Backfill Sanitary Sewer Trench, 6'+ Deep -rt.,) EAT {p 4ust_ PO//ars?i 2 S 52...a.,>PI i...G anis $ 2t - $ 4 3 // Dol ars - per linear Toot 16. 1 LS Connect to Existing 8" PVC Sewer Line to Include Concrete Encasement Fl ✓� /N vp/'LOJ \00078A\HID-ADDENDUM NO. 2.XLS Dollars - per lump sum 6 DO $ coo,- $ TOO, oa Item Quantity No. and Unit • Description • Unit Price Amount of Bid 17. ILS 18. 2 EA 19. ILS 20. IEA Connect 12" Sewer Line to Existing Lift Station to Include Core Drilling and Sealing Around Pipe Penetration Dive- Dive- / oui). sera c) 5,55 44tn P 14,-"d �W.L41 y Y7 VR Dollars - per lump sum Cover Designated Sanitary Sewer Manholes with Polyethylene and Gravel paG- ataa-r) 5.ic 7 Dollars - per each Cut the Existing 12" Sewer Pipe and Seal the Existing Pipe Entrance into the Lift Station -6-1v :7— ash ow i "- J ,SF Dollars - pbr 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 CAgy f cr 42ru- C) G Dollars - per each 21. 90 CY Rock Excavation �!✓C�fjL�rr�it�-.� Tw.4i7Lj Dollars - per cubic yard 00 $ /bar• $ /-b25 r A' $ /enr$ 3347 Ov pD $ 55 -Pr$ 55O. co $ f(0. 55-0. r.� w $ /25'r$ // .2.30•' TOTAL BASIC CONTRACT PRICE - SCHEDULE I, SECTION II \0007SA\BID-ADDENDUM NO. 2.XLS 7 $ 715%'7. • • GRAY CONSTRUCTION, INC. P.O. Box 457 Siloam Springs, AR 72761 Bidder By its h ✓Vt or for/nitj'et l&- ./14K�a G/^ Tit for/ 51 I 1AI TH154, 1/45...414-e- fin - Business Address s. loa,-t. Serir.35,,1r. 77741 (501) 5.2.4I -?t/99 Telephone (5o I) 5z`I- 859 5 Fax Number Ooh 100030,2 Arkansas Contractor's License No. Seal: If Bidder is a Corporation \00078A\ADDENDUM NO 2.doc END OF SECTION 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 \00078AWDDENDUM NO 2.doc 9 HAWKINS-WEIR ENGINNERS, INC. by Keith W. Kestner, P.E. May 18, 2001 1 • • ADDENDUM NO. I WATER AND SANITARY 1 SEWER IMPROVEMENTS GARLAND AVENUE AND ' SANITARY SEWER IMPROVEMENTS OWL CREEK LIFT STATION DOUBLE SPRINGS ROAD 1 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS HWEI JOB NO. 00078A & 00078B The following is a change to the Construction Plan, Detailed Specifications, and Contract 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. 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 ' the Owl Creek Lift Station, on Double Springs Road, shall be the ONLY portion of the Plans, Specifications, and Contract Documents considered for construction. ' 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. 1 plan sheets shall be used for Bid, Contract Agreement, and for Construction, unless other plan sheets or drawings are issued as a New Addendum. ' 3. Delete SECTION 00015 -DRAWINGS from the Specifications. 4. Replace SECTION 00120 -SUMMARY OF CONTRACTS, PART 1.02 -BASE 1 BID with the following: 1.02 BASE BID 1 A. The base bid and unit prices shall include all work, labor, materials, and equipment required to fully complete the 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 \00078A\ADDENDUM NO I.doc 1 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 11, Item No. 12, Change the Quantity and Unit from "45 LF" to "120 LF". Under SCHEDULE 1, SECTION I1, 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 1.01 -GENERAL to read as follows: \00078A\ADDENDUM 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. l CITY OF FAYETTEVILLE HWEI JOB NO. 00078A & 00078B • • 8. SPECIFICATIONS SECTION 01011 -SITE CONDITIONS: Replace PART 1.02 -SITE INFORMATION Paragraph A., with the following: 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 specific authorization is granted to use other property. 9. SPECIFICATIONS SECTION 01100 -SUMMARY OF WORK: a. Replace PART 1.01 -LOCATION OF WORK, Paragraph A., with the following: The work is located at the Owl Creek Lift Station on Double Springs Road within public right of way and public utility easements. b. Replace PART I.02 -SCOPE OF WORK, Paragraph A., with the following: Furnish all labors, materials, equipment, and incidentals required 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 Addendum No. 1. Delete PART 1.03 -WORK SEQUENCE, Paragraph A, Item No.5- Construction of Water Lines and Connections. This Addendum No. 1 shall be a part of the Construction Plans, Detail Specifications, and 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. This Addendum No. l 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 Creek Lift Station project site. The original plan sheets will not be issued for this bid. \00078A\ADDENDUM NO I.doc 3 SECTION 00520 • 4 CONTRACT AGREEMENT 4 1. THIS CONTRACT AND AGREEMENT, made and entered into this 3RD day of July , 201a, by and between thecity of Faye ttevirarty ,l,le of the First Part, 4 acting through its duly authorized representative, and Gray Construpt<ion oIb Second Part. M WITNESSETH: arty 4 1 1 That for and m consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, matenals and supplies required to be furnished and to perform the work for Double Springs Bridge/ Owl Creek Sewer Relocation Proj . , m exact accordance with the Plans on file at the office of said Party of the First Part and Specifications, Proposals, Stipulations and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direct supervision and to the entire sahsfachon of the Party of the First Part and m accordance with the laws of the State of Arkansas . 1/1 2. It is further agreed and understood by and between the Parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done or matenals finished under this agreement, the lump sum amount 11 adjusted for variation of quantities at the unit prices named in the Bid which is hereto attached, such payment to be made m lawful money of the United States, at the time and in the manner set forth in 11 the Specifications. Contract Amount $41,577.95 3. The Party of the Second Part agrees for the consideration above expressed, to begin 111 and complete the work within the time specified in the Proposal. If the Party of the Second Part shall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertatned and agreed, and not in the nature of a penalty, the sums set forth m the Proposal, which shall be deducted from the final amount to be paid under this contract, provided that extensions of time with waiver of liquidated damages, may be granted as provided for in the Specifications. 1 11 4. The Party of the Second Part agrees to be responsible for repairs on any of the improvements covered herein due to faulty workmanship and/or matenals for a period of one year beginning at the time of acceptance of the improvements by the City of Fayettevillm improvements shall be made in conformance with Specifications and are subject to the approval of 11 the City of Fayettevi].le. 5. The Party of the Second Part agrees, also to cavy Public Liability Insurance, Property Damage Insurance and Workman's Compensation Insurance in amounts as required in these Specifications. 1 00078A\00520 Contract Agreement 00520-1 • • • JUN -15-2001 09:57 AM 56/15/2081 59:28 set- 282 ENGINEERING C.U.• • i WITNESS OUR HANDS THIS WITNESS: - vitiTNESS: Affix Corporate Seal hero (if any) DAY OF (Owner) (Title) (Address) P.02 PACE 53 20� Civic v Opt s rr t; o.., Sas- ( (Contractor) as- (ConEacwr) 5!,idi ZJs4 gis to (Address) 4; b 5-1fri'irS221(4 END OF SECTION 000MAO xio 0e11D2 • • OteumeAtmismal