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