Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout35-04 RESOLUTION•
RESOLUTION NO. 35-04
A RESOLUTION TO APPROVE THE CONSTRUCTION CONTRACT
FOR THE NEW WATER AND SEWER OPERATIONS CENTER WITH
MARINONI CONSTRUCTION, INC. IN THE AMOUNT OF $3,403,199.00,
PLUS A CONTINGENCY OF $225,159.00 AND A BUDGET ADJUSTMENT
OF $128,235.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby
approves a construction contract for the low bidder, Marinoni Construction, Inc. to build
the new Water and Sewer Operations Center in the amount of $3,403,199.00, plus a
contingency amount of $225,159.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby
approves a budget adjustment of $128,235.00 as required for this project.
PASSED and APPROVED this the 2nd day of March, 2004.
itUir
TS
1•
B
•
SONDRA SMITH, City Clerk
By:
APPROVED -
DAN COODY, Mayor
• •
-.0�
s!1 Document A101' —1997
Standard Form of Agreement Between Owner and Contractor
where the basis of payment is a STIPULATED SUM
AGREEMENT made as of the Second (2nd) day of March in the year of Two Thousand Four (2004)
(In words, indicate day, month and year)
BETWEEN the OtCity;
(Name, address and other information)
The City of Fayetteville
113 W. Mountain
Fayetteville, Arkansas
and the Contractor.
(Name, address and other information)
John P, Marinoni Construction Co.. Inc.
1142 N. Futrall Drive
Fayetteville, Arkansas 72703
The Project is:
(Name and location)
City of Fayetteville Water and Sewer Operations Center
Architect Engineer Project No. 2003-035
The Architect is:
(Name, address and other information)
Cromwell Architects Engineers. Inc.
101 S. Spring Street
Little Rock. Arkansas 72201
The Owner -City and Contractor agree as follows.
This document has important
legal consequences.
Consultation with an attomey
is encouraged with respect to
its completion or modification.
AIA Document A201-1997,
General Conditions of the
Contract for Construction, is
adopted in this document by
reference. Do not use with other
general conditions unless this
document is modified.
This document has been
approved and endorsed by The
Associated General Contractors
of America
AIA Document A101nr — 1997. Copyright 01915, 1918, 1925, 1937. 1951, 1958, 1961, 1963, 1967, 1974. 1977, 1980, 1987, 1991 and 1997 by The
American Institute of Architects. All rights reserved. WARNING: This AIAe Document Is protected by U.S. Copyright Law and International Treaties.
Unauthorized reproduction or distribution of this AIA' Document, or any portion of it, may result in severe civil and criminal penalties, and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:29:04 on 02/20/2004 under Order
No.1000098206_2 which expires on 2/13/2005, and is not for resale.
User Notes: (4046534462)
1
•
• •
ARTICLE 1 THE CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other
Conditions), Drawings, Specifications. Addenda issued prior to execution of this Agreement, other documents listed
in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as
fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire
and integrated agreement between the parties hereto and supersedes prior negotiations, representations or
agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in
Article 8.
ARTICLE 2 THE WORK OF THIS CONTRACT
The Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically
indicated in the Contract Documents to be the responsibility of others.
ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
§ 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated
below or provision is made for the date to be fixed in a notice to proceed issued by the Owner -City.
(Insert the date of commencement if it differs from the date of this Agreement or, if applicable. state that the date
will be fixed in a notice to proceed.)
The date of commencement to be established in a written Notice to Proceed issued by the Architect Engineer.
If, prior to the commencement of the Work. the Owner -City requires time to file mortgages, mechanic's liens and
other security interests, the Ownor B Citv's time requirement shall be as follows:
Not Applicable
§ 3.2 The Contract Time shall be measured from the date of commencement.
§ 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than 365 days from the date
of commencement, or as follows:
(Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of
commencement. Unless stated elsewhere in the Contract Documents, insert any requirements for earlier Substantial
Completion of certain portions of the Work)
Portiott-of ck
, subject to adjustments of this Contract Time as provided in the Contract Documents.
(Insert provisions, if any. for liquidated damages relating to failure to complete on time or for bonus payments for
early completion of the Work)
$179.00 per calendar day for each day of delay until the Work is Substantially Complete
ARTICLE 4 CONTRACT SUM
§ 4.1 The Owner -City shall pay the Contractor the Contract Sum in current funds for the Contractor's performance
of the Contract. The Contract Sum shall be Three Million Four Hundred Three Thousand One Hundred Ninety -
Nine ($ 3.403,199.00 ) subject to additions and deductions as provided in the Contract Documents.
§ 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract
Documents and are hereby accepted by the Owner -Cmc.
(State the numbers or other identification of accepted alternates. 1f decisions on other alternates are to be made by
the Dwner-cli subsequent to the execution of this Agreement, attach a schedule of such other alternates showing
the amount for each and the date when that amount expires)
Deductive Alternate No. One (1) Complete Fire Alarm System -($10.200.00)
AIA Document A101 ar -1997. Copyright 01915. 1918. 1925, 1937, 1951. 1958, 1961, 1963, 1967, 1974, 1977, 1980, 1987, 1991 and 1997 by The
American Institute of Architects. All rights reserved WARNING: This AIA' Document Is protected by U.S. Copyright Law and International Treaties.
Unauthorized reproduction or distribution of this AIA' Document, or any ponlon of IL may result in severe civil and criminal penalties, and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:29:04 on 02/20/2004 under Order
No.1000098206_2 which expires on 2/132005, and is not for resale.
User Notes: (4046534462)
2
•
Deductive Alternate No. Two (2) Pipe Rack
1, Undercutting allowance
• Undercut below finished subgrade 3.000 cv at the unit price
• Undercut below bottom offootings 30 cv at the unit price
§ 4.3 Unit prices. if any, are as follows:
Description
Undercutting unit price:
• Below finished subgrade
• Below bottom of footing elevations
Units
•
-($46,000.00)
-($39.000.00)
-($600.00)
Price ($ 0.00)
$13.00
$20.00
ARTICLE 5 PAYMENTS
§ 5.1 PROGRESS PAYMENTS
§ 5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for
Payment issued by the Architect, the Goner City shall make progress payments on account of the Contract Sum to
the Contractor as provided below and elsewhere in the Contract Documents.
§ 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the km -day -of
twenty-fifth (25th) day of the month.
§ 5.1.3 Provided that an Application for Payment is received by the Architect not later than the twenty-fifth (25th)
day of a month, the Owner-Citv shall make payment to the Contractor not later than the twenty-fifth (25th) day
of the following month. If an Application for Payment is received by the Architect after the application date fixed
above, payment shall be made by the Owner -City not later than thirty ( 30 ) days after the Architect
receives the Application for Payment.
§ 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the
Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract
Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported
by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the
Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment.
§ 5.1.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the
end of the period covered by the Application for Payment.
§ 5.1.6 Subject to other provisions of the Contract Documents. the amount of each progress payment shall be
computed as follows:
. 1 Take that portion of the Contract Sum properly allocable to completed Work as determined by
multiplying the percentage completion of each portion of the Work by the share of the Contract Sum
allocated to that portion of the Work in the schedule of values, less retainage of ten percent (
)-10%). Pending final determination of cost to the Owner -City of changes in the Work. amounts not
in dispute shall be included as provided in Section 7.3.8 of AIA Document A201-1997;
.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and
suitably stored at the site for subsequent incorporation in the completed construction (or. if approved
in advance by the Geo -City suitably stored off the site at a location agreed upon in writing), Less
retainage of ten percent ( 10% )•
. 3 Subtract the aggregate of previous payments made by the Owner; Cityt and
AIA Document A101 n/ -1997. Copyright C 1915. 1918. 1925. 1937. 1951. 1958, 1961, 1963, 1967. 1974, 1977, 1980, 1987, 1991 and 1997 by The
American Institute of Architects. All rights reserved WARNING: This AIA° Document is protected by U.S. Copyright Law and International Treaties.
Unauthorized reproduction or distribution of this AIA. Document, or any portion of it. may result in severe civil and criminal penalties, and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:29:04 on 02/20/2004 under Order
No.1000098206 2 which expires on 2/13/2005. and is not for resale.
User Notes:
(4048534462)
3
i
• .
.4 Subtract amounts. if any, for which the Architect has withheld or nullified a Certificate for Payment
as provided in Section 9.5 of AIA Document A201-1997.
§ 5.1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be further modified under
the following circumstances:
.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to the
full amount -ninety-five percent (95%1 of the Contract Sum, less such amounts as the Architect shall
determine for incomplete Work, retainage applicable to such work and unsettled claims; and
(Section 9.8.5 of A!A Document A201-1997 requires release of applicable retainage upon Substantial
Completion of Work with consent of surety, if any.)
.2 Add, if final completion of the Work is thereafter materially delayed through no fault of the
Contractor, any additional amounts payable in accordance with Section 9.10.3 of AIA Document
A201-1997.
§ 5.1.8 Reduction or limitation of retainage, if any, shall be as follows:
(If it is intended. prior to Substantia! Completion of the entire Work, to reduce or limit the retainage resulting from
the percentages inserted in Sections 5.1.6.1 and 5.1.6.2 above. and this is not explained elsewhere in the Contract
Documents, insert here provisions for such reduction or limitation.)
Reference Section 9.3.2 of General Conditions
§ 5.1.9 Except with the Oo,.ner-.^'^ Citv's prior approval, the Contractor shall not make advance payments to suppliers
for materials or equipment which have not been delivered and stored at the site.
§ 5.2 FINAL PAYMENT
§ 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner -City
to the Contractor when:
.1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct
Work as provided in Section 12.2.2 of AIA Document A20!-1997, and to satisfy other requirements,
if any, which extend beyond final payment: and
.2 a final Certificate for Payment has been issued by the Architect.
§ 5.2.2 The Owner's City's final payment to the Contractor shall be made no later than 30 days after the issuance of
the Architect's final Certificate for wsiPayment
ARTICLE 6 TERMINATION OR SUSPENSION
§ 6.1 The Contract may be terminated by the Owner -City or the Contractor as provided in Article 14 of AIA
Document A201-1997.
§ 6.2 The Work may be suspended by the Owner City as provided in Article 14 of AIA Document A201-1997.
ARTICLE 7 MISCELLANEOUS PROVISIONS
§ 7.1 Where reference is made in this Agreement to a provision of AIA Document A201-1997 or another Contract
Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract
Documents.
§ 7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated
below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is
located.
(Insert rate of interest agreed upon, if any.)
AIA Document A101/11— 1997. Copyright t 1915. 1918. 1925. 1937. 1951, 1958, 1961, 1963. 1967, 1974, 1977, 1980, 1987, 1991 and 1997 by The
American Institute of Architects. All rights reserved WARNING: This AIAe Document is protected by U.S. Copyright Law and International Treaties
Unauthorized reproduction or distribution of this AIAe Document, or any portion of 11. may result In severe civil and criminal penalties. and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:2994 on 02/20/2004 under Omer
No.1000098206_2 which expires on 2/13/2005. and is not for resale.
User Notes: (4046534462)
4
No interest shall be paid on late payments.
•
(Usury laws and requirements under the Federal Truth in Lending Act, similar state and local consumer credit
laws and other regulations at the Owners City's and Contractor's principal places of business, the location of the
Project and elsewhere may affect the validity of this provision. Legal advice should be obtained with respect to
deletions or modifications, and also regarding requirements such as written disclosures or waivers.)
§ 7.3 The Owner's ciryls representative is:
(Name, address and other information)
The Honorable Dan Coodv
City of Fayetteville
113 W. Mountain Street
Fayetteville. Arkansas 72701
§ 7.4 The Contractor's representative is:
(Name, address and other information)
John P. Marinoni
John P. Marinoni Construction Company. Inc.
1142 N. Futrell Drive
Fayetteville, Arkansas 72703
§ 7.5 Neither the to nerLs City's nor the Contractor's representative shall be changed without ten days written
notice to the other party.
§ 7.6 Other provisions:
None
ARTICLE 8 ENUMERATION OF CONTRACT DOCUMENTS
§ 8.1 The Contract Documents. except for Modifications issued after execution of this Agreement, are enumerated as
follows:
§ 8.1.1 The Agreement is this executed 1997 edition of the Standard Form of Agreement Between 94 wer City and
Contractor, AIA Document A101-1997.
§ 8.1.2 The General Conditions are the 1997 edition of the General Conditions of the Contract for Construction. AIA
Document A201-1997.
§ 8.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated
—December 31. 2003 and are as follows
Document Title Pages
Section 00800 Supplementary Conditions 1
§ 8.1.4 The Specifications are those contained in the Project Manual dated as in Section 8.1.3, and are as follows:
(Either list the Specifications here or refer to an exhibit attached to this Agreement.)
Sootier Title Pages
Title of Specifications exhibit: Reference Exhibit "A", attached
§ 8.1.5 The Drawings are as follows, and are dated December 31, 2003 unless a different date is shown below:
(Either list the Drawings here or refer to an exhibit attached to this Agreement.)
Number Title Date
Title of Drawings exhibit: Reference Exhibit "B", attached
AIA Document A1011a — 1997. Copyright 01915 1918 1925 1937 1951 1958 1961 1963 1967 1974 1977 1980, 1987, 1991 and 1997 by The
American Institute of Architects. All rights reserved. WARNING: This AIA. Document is protected by U.S. Copyright Law and International Treaties.
Unauthorized reproduction or distribution of this Mg Document, or any portion of 11, may result In severe civil and criminal penalties. and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:2994 on 02/20/2004 under Order
Nc.1000098206 2 which expires on 2/13/2005, and is not for resale.
User Notes: (4046534462)
5
•
§ 8.1.6 The Addenda, if any, are as follows:
Number Date Pages
Addenda No. One (11 February 5. 2004 284
Addenda No. Two (2) February 6, 2004 34
Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding
requirements are also enumerated in this Article 8.
§ 8.1.7 Other documents, if any, forming part of the Contract Documents are as follows:
(List here any additional documents that are intended to form part of the Contract Documents. AIA Document A201-
1997 provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders. sample
forms and the Contractor's bid are not pan of the Contract Documents unless enumerated in this Agreement. They
should be listed here only if intended to be part of the Contract Documents.)
Exhibit "A"
Exhibit "B"
Exhibit "C"
Table fo Contents
Index of Drawings
Contractor's Bid Proposal
This Agreement is entered into as of the day and year first written above and is executed in at least three original
copies, of which one is to be delivered to the Contractor, one to the Architect for use in the administration of the
Contract, and the remainder to the Owner -City.
C/oloy t /"e/4 1pn•—•...
LL
CITY (Signature) OI
ER-(Siguaim e / CONTRACTOR (Signature)
NNrp;14/4 th4It /' 47112.r7amAl; i CEb
(Printed nam • - _ (Printed name and title)
4 4- 4 ii„,,...,/ Ad,
CITY nature
:• _A..,.. /I /
1 (Printed name and title)
JondrQ /reasrrer
AIA Document A101111— 1997. Copyright 431915 1918 1925 1937 1951 1958 1961 1963 1967 1974 1977 1980, 1987, 1991 and 1997 by The
American Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected by U.S. Copyright Law and International Treaties.
Unauthorized reproduction or distribution of this AIA Document, or any portion of it. may result in severe civil end criminal penalties. and will be
prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 1029U4 on 02/20/2004 Tatler Order
No.1000098206_2 which expires on 2/132005. and is not for resale.
User Notes: (4046534462)
6
Exhibit "A", Refece AIA Document A101-1997, par1raph 8.1.4
CITY OF FAYETTEVILLE
WATER AND SEWER OPERATIONS CENTER
Fayetteville, Arkansas
TABLE OF CONTENTS
Certifications
Table of Contents
BIDDING REQUIREMENTS AND CONTRACT FORMS
00100 Bid Solicitation
00200 Instructions to Bidders
AIA Document A701-1997, Instructions To Bidders
00300 Information Available To Bidders
Geotechnical Report
00410 Bid Proposal Form
00700 General Conditions
AIA Document A201-1997, General Conditions Of The Contract For Construction
00800 Supplementary Conditions
00860 Wage Rates Requirements
Prevailing Wage Determination
ARK FORM PW -2 Request For Determination of Prevailing Wage Rates Omitted
Classifications
DIVISION
01100
01210
01230
01250
01270
01290
01310
01320
01322
01330
01390
1 - GENERAL REQUIREIdENTS
Summary
Allowances
Alternates
Contract Modification Procedures
Unit Prices
Payment Procedures
Project Management And Coordination
Construction Progress Documentation
Photographic Documentation
Submittal Procedures
Project Forms
AIA A310 Bid Bond (1970)
•
AIA A312 Performance Bond and Labor and Materials Payment Bond (1984)
CSI 1.5A Subcontractors and Major Material Suppliers List (1994)
CSI 12.1A Submittal Transmittal (1996)
CSI 13.IA Substitution Request (1996)
CSI I3.2A Request For Interpretation (1994)
CSI 14.1A Punch List (1996)
01400 Quality Requirements
01420 References
01425 Definitions
01500 Temporary Facilities And Controls
01600 Product Requirements
01700 Execution Requirements
01731 Cutting And Patching
01770 Closeout Procedures
01781 Project Record Documents
01782 Operation And Maintenance Data
2003-035
Dec 2003
Page - 1 TABLE OF CONTENTS
•
CITY OF FAYETTEVILLE
WATER AND SEWER OPERATIONS CENTER
Fayetteville, Arkansas
01810 General Commissioning Requirements
01815 HVAC Commissioning Requirements
01820 Demonstration And Training
DIVISION
02080
02230
02231
02240
02260
02281
02300
02510
02553
02630
02741
02751
02764
02821
02920
02930
2 - SITE CONSTRUCTION
Piped Utilities - Basic Materials And Methods
Site Clearing
Tree Protection And Trimming
Dewatering
Excavation Support And Protection
Termite Control
Earthwork
Water Distribution
Natural Gas Distribution
Storm Drainage
Hot -Mix Asphalt Paving
Cement Concrete Pavement
Pavement Joint Sealants
Chain-link Fences And Gates
Lawns And Grasses
Exterior Plants
DIVISION 3 - CONCRETE
03310 Concrete Work
DIVISION 4 - MASONRY
04200 Unit Masonry
DIVISION 5 - METALS
05320 Metal Decking - Floor (Composite)
05400 Light Gage Metal Framing
05500 Miscellaneous Metals
DIVISION 6 - WOOD AND PLASTICS
06100 Rough Carpentry
06400 Architectural Woodwork
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07200
07270
07411
07412
07600
07920
Building Insulation
Firestopping
Metal Roof Panels
Metal Wall Panels
Flashing And Sheet Metal
Joint Sealants
DIVISION 8 - DOORS AND WINDOWS
08100 Steel Doors And Frames
08331 Overhead Coiling Doors
08361 Sectional Overhead Doors
08411 Aluminum -Framed Entrances And Storefront
•
2003-035
Dec 2003
Page - 2 TABLE OF CONTENTS
CITY OF FAYETTEVILLE
WATER AND SEWER OPERATIONS CENTER
Fayetteville, Arkansas
08710 Door Hardware
08800 Glass And Glazing
08952 Fiberglass -Sandwich -Panel Assemblies
DIVISION 9 - FINISHES
09253 Gypsum Sheathing
09260 Gypsum Board Assemblies
09510 Acoustical Ceilings
09653 Rubber Wall Base
09672 Seamless Monolithic Aggregate Polymer Flooring (SMAP)
09900 Painting
DMSION 10 - SPECIALTIES
10200 Louvers And Vents
10155 Toilet Compartments
10522 Fire Extinguishers And Cabinets
10800 Toilet Accessories
DIVISION 11- EQUIPMENT
NOT APPLICABLE
DIVISION 12 - FURNISHINGS
12491 Horizontal Louver Blinds
DIVISION 13 - SPECIAL CONSTRUCTION
13120 Metal Building System
13851 Fire Alarm
13930 Sprinkler Systems
DIVISION 14 - CONVEYING SYSTEMS
NOT APPLICABLE
DIVISION
15010
15060
15070
15071
15075
15080
15105
15110
15120
15140
15150
15160
15180
15185
15190
15410
15425
15 - MECHANICAL
Basic Mechanical Requirements
Hangers And Supports
Mechanical Vibration Control
Seismic Protection
Mechanical Identification
Mechanical Insulation
Basic Piping
Valves
Piping Specialties
Domestic Water Piping
Sanitary Waste And Vent Piping
Storm Drainage Piping
Hydronic Piping
Equipment Vents & Drains
Natural Gas
Plumbing Fixtures
Plumbing Specialties
Page - 3
•
2003-035
Dec 2003
TABLE OF CONTENTS
•
CITY OF FAYETTEVILLE
WATER AND SEWER OPERATIONS CENTER
Fayetteville, Arkansas
15546 Water Treatment
15550 Breechings, Chimneys, And Stacks
15700 HVAC Equipment
15811 Ductwork
15840 Air Terminals
15850 Diffusers, Registers, And Grilles
15910 Direct Digital Control Systems
15950 Testing, Adjusting, & Balancing
DIVISION
16000
16010
16100
16130
16140
16150
16160
16170
16190
16191
16192
16200
16400
16410
16420
16421
16440
16500
16722
16 - ELECTRICAL
Electrical - General Provisions
Electrical
Basic Materials And Methods - Identification
Conduits
Outlet Boxes
Pull Boxes & Junction Boxes
Pulling Cables
Wire And Cables
Equipment Disconnect
Overcurrent Protective Devices
Wiring Devices
Power Generation
Service And Distribution - Metering
Grounding
Service Disconnects
Transient Voltage Surge Suppressor
Panelboards
Lighting
Cable Television
END TABLE OF CONTENTS
Page - 4
•
2003-035
Dec 2003
TABLE OF CONTENTS
Exhibit "B", Refer. AIA Document A101-1997, paraeph 8.1.5
Exhibit B
Index of Drawings
12/31/2003 G001 TITLE SHEET
2/5/2004 G002 INDEX. SYMBOLS AND ABBREVIATIONS
12/31/2003 C001 SITE SURVEY
2/5/2004 C002 SITE PLAN
12/31/2003 C003 OVERALL SITE PLAN
12/31/2003 C004 TREE PRESERVATION PLAN
2/5/2004 C005 UTILITY PLAN
2/5/2004 C006 GRADING AND EROSION CONTROL PLAN
2/5/2004 C007 PLANTING PLAN
2/5/2004 C008 DETAIL SHEET
2/5/2004 C009 DETAIL SHEET
2/5/2004 A101 FIRST FLOOR PLAN
2/5/2004 AlOID FIRST FLOOR DIMENSION PLAN
2/5/2004 A102 MEZZANINE FLOOR PLAN
12/31/2003 A103 REFI.tCTED CEILING PLAN
2/5/2004 A104 ROOF PLAN
12/31/2003 A105 ENLARGED TOILET PLANS AND DETAILS
12/31/2003 A106 VEHICILE STORAGE BUILDING
12/31/2003 A107 PIPE STORAGE PLAN FT FVATION AND SECTION
12/31/2003 A201 DOOR SCHEDULE AND DETAILS
12/31/2003 A202 FINISH SCHEDULE
2/5/2004 A203 ALIJ IINUM STOREFRONT FRAME ELEVATIONS
2/5/2004 A301 EXTERIOR ELEVATIONS
2/5/2004 A302 EXTERIOR ELEVATIONS / BUILDING SECTIONS
12/31/2003 A303 BUILDING SECTIONS
12/31/2003 A304 BLILDING SECTIONS
12/31/2003 A401 WALL SECTIONS
12/31/2003 A402 W ALL SECTIONS
2/5/2004 A403 W ALL SECTIONS
2/5/2004 A404 WALL SECTIONS
2/5/2004 A501 PLAN DETAILS
2/5/2004 A502 PLAN DETAILS
2/5/2004 A503 VERTICAL DETAILS
2/5/2004 A504 VERTICAL DETAILS
12/31/2003 A505 ROOF DETAILS
12/31/2003 A601
12/31/2003 A602
PARTITION TYPES / DETAILS
INTERIOR DETAILS
2/5/2004 S001 STRUCTURAL GENERAL NOTES & QUALITY CONTROL
12/31/2003 5101 FOL?IDATION AND SLAB PLAN
2/5/2004 S102 FOUNDATION AND SLAB PLAN
2/5/2004 S103 SCHEMATIC ROOF PLAN
12/31/2003 S 104 SCHEMATIC ROOF PLAN. ROOF UPLIFT PLAN AND
MF77ANINE PLAN
2/5/2004 S201 FOUNDATION DETAILS
2/5/2004 S301
2/5/2004 S302
• •
FRAMING DETAILS
FRAMING DETAILS
2/5/2004 FA10I FIRE ALARM PLAN
2/5/2004 FS 101 FIRE SPRINKLER PLAN
2/5/2004 FS20I FIRE SPRINKLER DETAILS
12/31/2003 MPO01 HVAC & PLUMBING LEGEND
2/5/2004 M101 FIRST FLOOR HVAC PLAN
12/31/2003 M102 FIRST FLOOR HVAC PIPING PLAN
12/31/2003 M103 VECHICLE STORAGE BUILDING HVAC & PLUMBING PLAN
2/5/2004 M501 HVAC DETAILS
2/5/2004 M601 HVAC SCHEDULES
2/5/2004 M701 HVAC CONTROLS
12/31/2003 M702 HVAC CONTROLS
12/31/2003 P101
12/31/2003 P501
12/31/2003 P601
12/31/2003 P901
FIRST FLOOR PLUMBING PLAN
PLUMBING DETAILS
PLUMBING SCHEDULES AND NOTES
PLUMBING RISERS
2/5/2004 E001 ELECTRICAL SYMBOL AND LIGHT FIXTURE SCHEDULE
2/5/2004 E101 -L. FIRST FLOOR LIGHTING PLAN
2/5/2004 E101 -P FIRST FLOOR POWER PLAN
2/5/2004 E101 -S FIRST FLOOR SYSTEMS PLAN
2/5/2004 E501 ELECTRICAL DETAILS
2/5/2004 E502 ELECTIRCAL DETAILS
2/5/2004 E601 FT FCTRICAL SINGLE LINE DIAGRAM
2/5/2004 E701 ELECTRICAL PANEL BOARD SCHEDULE
2/5/2004 E702 ELECTRICAL PANEL BOARD SCHEDULE
2/5/2004 ES101 ELECTRICAL SITE PLAN
Exhibit "C", Retnce AIA Document A101-1997, •agraph 8.1.7
CITY OF FAYETTEVILLE 2003-035
WATER AND SEWER OPERATIONS CENTER Dee 2003
Fayetteville, Arkansas
DOCUMENT 00410 - BID PROPOSAL FORM
FROM: JOHN P. MARINONI CONSTRUCTION CO., INC.
1142 N. Futrell Ur.
Fayetteville, Ar. /1/US
Contractor License No. 003 3 5 00 40 4 (hereinafter called "Bidder")
TO: City of Fayemcvillc, Arkansas (hereinafter called "Owctt
RE: WATER AND SEWER OPERATIONS CENTER
Architect Engineer Project No. 2003-035
The Undersigned, having received and examined the Project. Manual and the Drawings for the
above -referenced Project proposes to ftuaish all labor, materials, equipment, supervision and all
associated and related items required for the Work, as required by and in strict accordance with the
above-named documents for the following sum:
1.1 BASE PROPOSAI
Bidder agrees to perform all of the Work necessary to complete the Total Project as described in the
Project Manual and indicated on the Drawings for the sum of
,Ge.e.+w?_f. Xi.od',• . S -? tfC Cr 79
(Amount Shall be indicated in oath words and figurer. In case of crepanev, the amount indicated in
words shall govern.)
ID conformance with Arkansas Act 291 of 1993 (A*k"^sas Statutes § 22-9-212 et seq.) included is the
above base proposal is the following line item amount (exclusive of prime bidder's overhead and profit
which is in the base bid) for the casts of compliance with requirements of OSHA "Standard Mr
Excavation and Trenches Safety System. 29 CFR t926, Subpart P:"
7,e Md. ndon Jfrfl>,Se err S 45V'=
(1f trenching and excavation is not rimed indicate the amount of51.00.)
00410-1 BID PROPOSAL FORM
ADDENDUM NUMBER
•
CITY OF FAYETTEVILLE
WATER AND SEWER OPERATIONS CENTER
Fayetteville, Arkansas
1.2 ALTERNATE PROPOSAL S
Bidder agrees to perform all of the Work necessary to complete the
Project Manual and indicated on the Drawings for the following amour
Bidder tmderstands that the Owner reserves the right to accept or reject
if accepted, will be taken in reverse eider as listed.
ALTERNATE No. 1; COMPLETE. FIRE ALARM SYSTEM:
DEDUCT:
•
2003-035
Dec 2003
Altemate(s) as describedis the
Ks).
Alternate Proposals. Alternates,
ALTERNATE No. 2; PIPE RACK;
DEDUCT:
1.3 UNIT PRICES
The Undersigned agrees that the following UNIT PRICES shall govern chances in the Work,
whether they be ADDITIONS or DEDUCTIONS to the Contract Sum required during the course
of the Work. Unit Prices shall be the same for Additions or Deductions. AU Unit Prices ;hall be
total installed costs including overhead, profit, geotechnical engineering and aU other necessary
cosh. Proposing separate add and deduct unit prices shall subject this Bid Proposal to being
rejected as "non-responsive."
ITEM & UNIT OF MEASUM ADDITION or DEDUCTION
(Enter one price only)
A. GENERAL EXCAVATIOY:
1. UNDERCUTTING:
a Unsuitable material below finished subgrade removed
specified fill material per cm yd. in place.
and backfUltd with
S aL •a
b. Unsuitable material below the bottom of footing elevations indicated no the
Drnwiags; removed and baesdiiled with specified material per cu. yd. in place.
S10
2. UNDERCU 1 iLVG ALLOWANCE: The Contractor shall include in the base bid
contract amount an allowance for undercutting of existing unsuitable material and
replacement with suitable 1111 material at the above contract unit price far following:
(Use the sante unit prices inetteated above in the following allowances to the haw
bill contract amount)
00410-2 BID PROPOSAL FORM
ADDENDUM NUMBER 2
• 1
CITY OF FAYETTEVILLE
WATER AND SEWER OPERATIONS CENTER
Fayetteville, Arkansas
a. Undercutting below finished win/nide.'
3,000 CY at the unit price indicated in paragraph
1.3A.I.a above -
h. Undercutting below bottom of footing elevations.
30 CY at the unit price indicated in paragraph
1.3A.1.b above=
4.31.4 ADDENDA
2003-035
Dec 2003
5 j9 apo
5
400
2 e / Undersigned has received sad examined the following addenda numbered 1(2 / 5 / 04)
and has iaccrpornted the provisions in this Bid.
4-41.5 FURTHER CONDITIONS
The Undersigned, by submitting this Bid, farther agrees:
A. That this Bid shall be valid and may not be withdrawn within 30 days after the scheduled
closing time for receiving bids
B. To accept the provisions of :he "D4STRUCTIONS TO BIDDERS."
C. To enter into and execute a Contact, if awarded on the basis of this Proposal, and to 5.11- sh the
Performance Bond and Labor and Material Payment Bond in accordance with the General
Conditions of the Contract.
THE CONTRACTOR shall ensure that the CITY OF FAYETTEVII,LE receives lien waivers
from all subcontractors, sub subcontractors and material suppliers before WORK begins on the
PROJECT. THE CONTRACTOR shall give WRITTEN NOTICE to the subcontractors, sub -
subcontractors and material suppliers providing WORK on the PROJECT that stain the
following: "According to Arkansas law, it is understood that no liens can be filed against public
property if valid and enforceable payment and performance bond is in place.
regarding this Project and agreement, the valid and enforceable bonds are with (name of
surety)Wes tfield inst_rance Co . ." The CONTRACTOR shall have each
subcontractor, sub -subcontractor and material supplier execute a written receipt evidencing
acknowledgement of this statement.
E. To accomplish the Work in accordance with the Contract Documents, of which this Proposal is
made a pan.
F. To allow any Federal, Stare or Local inspector, acting in their official capacity, access to the
project site.
That Bidder has included all costs for complying with requirements for paying prevailing wages
as determined by Arkansas Deparmunt of Labor and for compliance with Arkansas Code
Section 22-9-301 et seq.
00410-3 BID PROPOSAL FORM
ADDENDUM NUMBER 2
• 1
CITY OF FAYETTEVILLE.
WATER AND SEWER OPERATIONS CENTER
Fayetteville, Arkansas
2003-035
Dec 2003
H. Upon receipt of a Notice to Proceed to perform the designated Work expeditiously and with
adequate forces to compktion within 365 calendar days, including anticipated weather delay
days.
L That the Owner will suffer faaacial damage if the Project is tat Substantially Complete on the
date mutually agreed upon ss set forth in the Contract Documents. The Undersigned shall pay
to the Owner the sum indicted below u mutually agreed upon fixed, agreed, and liquidated
damages:
S 179.00 per calendar day for each day of delay until the Work is Substantially Compice.
J. To coordinate and schedule ail Work with Owner.
K. That it is understood that the Owner may reject any or all bids and waive any informalities or
irregularities.
4141.6 SUBCONTRACTORS
In accordance with Arkansas t:od:, §§ 22-9-204, et sect, of the State of Arkansas, I (We) submit the
narnes of the following subcommittees, we propose to use, and their State Contractor License Nos
Nuune
A. MECHANICAL WORK • HVAC (indicative of beating. air conditioning, and ventilating)
'4 7 / C"'F.7y"
B. PLUMBLNG WORK
C. ELECTRICAL WORK
ROOF!'PIG WORK
, 'Is,r0 42-0171
( Include Prime Bidders =TS and license number if Prime Bidder is doing this work itself cold
the Prune Bidder's contractor license it quahfledfor this specialty.)
4.61.7 ATTACHMENTS
Enclosed with this bid proposal are the following: (Mark all that apply.)
LA Bid Security
U Power of Attorney for bid bond for the bid. security.
00410-4 BID PROPOSAL FORM
ADDENDUM NUMMI.2
• .
CITY OF FAYETTEVILLE
WATER. AND SEWER OPERATIONS CENTER
Fayetteville, Arkansas
2003435
Dec 2003
RespecttWly submitted:
Bidder-. JOHN P . MARINONI CONSTRUCTION COMPANY , INC .
Ey:( / A ` j—Date: 2/10/2004
Joan r . rrarinotif
Tide: C.E.O.
at= Address: 1142 N. Futrall Dr.
Fayetteville, Ar. 72703
Telephone Number (479) 442-8049
END OF DOCUMENT
(SEAL) _
l'IfBid irby)
(a Caar :semi
00410-5 SID PROPOSAL FORM
ADDENDUM NUMBER2
•
•
B-H- C
• •
Bacww • Mile • Cram d• Arnica=
5500 Super Lane. Fon Smith, AR 72903 (501) 452-4000
KNOW ALL MEN BY THESE PRESENTS:
That we,
and the
BID BOND
John P. Marinoni Coastrucdon Company, Inc.
1142 North Futrell Drive
Fayetteville, AR 72703-1101
Westfield Ioannina Company
P. O. Box 5001
Westfield Center, Ohio 44251-5001
duly organized under the laws of the State of Ohio ,
Salad unto City of Fayetteville. P.O. Box F, Fayetteville. AR 72701
, as Principal, (hereinafter called the "Prtth ),
, 1 mtpandm
as Surety. (hereinafter called the 'Surety), an held and firmly
as Obligee, (hereinafter called the "Obligee", in the sum
of FIVE PERCENT (5%) TOTAL AMOUNT BID Dolled (5 (S%) ), for the
payment of which sum weft and my to be made, the said Principal and the said Surety. bind ourselves, our heirs, executors, edmth suuota successors and
assign, jointly and severally, firmly by these presents.
WHEREAS. the Principal has submitted a bid for City of Fayetteville Water & Sewer Operadons Center, in accordance with plana •
and specifications prepared by Cromwell Architects & Engineers.
NOW. THEREFORE, if the Obligee stall accept the bid of the Principal end the Principal shall enter into a contract with tie Obligee in
accordance with the tenni of such bid and give such bond ar bonds as may be specified in the bidding or contract documents with goad and sufficient
suety for the faithful performance of such connect and for the proitpt payment of labor and material &uniehed in the pmseo ire thereof. or in the
event of the failure of the Principal to enter into such canect and give such bond or bonds, if the Principal shell pay to the Obligee the difference not to
exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good Sit contrast with
another parry to perform the work covered by said bid, that this obligation shall be null and void, otherwise to remain in MI tome and effect.
Signed and soiled this 'Ott' day of February A.D.. 2004.
Contonns to Amen= Institute of Architects Document A-310,
February 1970 Edition
I — John P. Marinoni Coestrucdon Cotdpaoy,Jee.
Principal .
.. ' .(SFA. L)
Tide
Westfield Insurance Company
Suety
Scott R. ClarkAttorney-in-Pact
(SEAL)
•
•
RIDER
WESTFIELD
INSURANCE
A member etWeraleld amble'
Policyholder and/or Bondholder Disclosure:
NOTICE OF TERRORISM INSURANCE COVERAGE
On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the `Acte').
The Act became effective immediately and establishes a temporary Federal program that provides for a system of
shared public and private compensation for an "insured loss" resulting from certified acts of foreign "terrorism",
as defined under the Act. The Act flrthe:requires that all in -force exclusions for acts of terrorism, as defined in .
the Act, already contained in a policy/bond or included as an endorsement in a policy/bond, became nullified as of
November 26, 2002.
Coverage for acts of terrorism is included in your current policy/bond and/or in any policy/bond quoted far you_
You should Irnow that, effective November 26, 2002, under your existing coverage, any losses caused by certified
acts of terrorism would be partially reimbursed by the United States under a formula established by federal law.
Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established
deductible paid by the insurance company providing the coverage.
The actual coverage provided by your poiicy/bond for acts of terrorism, as is true for all coverages, is limited by
the terms, conditions, exclusions, limits, other provisions of your policy/bond, any endorsements to the
policy/bond and generally applicable rules of law.
During your current policy/bond period, the portion of your premium that is attributable to coverage for acts of
terrorism is 50.00. If it becomes necessary to include a premium for terrorism coverage in a future renewal of
your policy/bond, you will receive notification of that premium through a separate line in your policy/bond.
Should you have any question re "ng this notice, please contact your insurance agent.
One Park Cede • P.O. Sox 5001 • Westleld Cern OH 44251-5001 • 1.300.263.0210 • fax 330.887.0840 •.wwrawent elecot.cm
AD 8529A 11 02