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
Vt
THIS POWER OF ATTORNEY SUPERCEDES ANYICUS POWER BEARING THIS SAME •
DOWER m AND ISSUED PRIOR TO 09129103, FOR ANY PERSON OR PERSONS NAMED BELOW.
POWER NO. 032O052 O4
General
Power
of Attorney
CERTIFIED COPY
Westfield Insurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co.
Wes field Center, Ohio
Know All Man oy These Presents, That WE-TFI=O INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARD.t ERS INSURANCE COMPANY, corporations. nereinaner reterree to Individually as a Companyand collets[vely as 'Companies,' duly
organized and existing under the laws of the state of Cnio, and having its principal office in Westfield Center, :Aealna County, Ohio, do by these
presents make, constitute and aopdint
SAM B. HILLER. LARRY R. CLARK. THOMAS L COOLEY, JANICE A. BUTLER. SCOTT R. CLARK MARTY C. CLARK
VICCI L HILLER, SHANNON C. SCHMIDLY, BECKY S. TIPTON, JOINTLY OR SEVERALLY
of FORT SMITH and State of AR its true and lawful attcney(s)-in-Fact, with full power and authority hereby ,referred in its name,
place and stead, :0 execute, acknowledge and ceiver any and all bends, recognizanees, undertakings, or other in thrwt or conoaets of
sunstysntp- - - - - - - - - - - - - - - - ' - . -- - . - - . - - - - - - - - • •- • . - - . • . - . . - -
LIMITATION: THIS POWER OF ATTORNEY CANNOT 3E USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTTS. OR BANK DEPOSITORY BONDS.
and to bind any of the Companies :hereby as fully and to tile same e#ent as it such bonds were signed by the President, sealed with me corporate
seal of the appllcaole Company and duly attestec ay its Seaetary, hereoy ratifying and confirming all that the said Attomeyls)-In-Fact may do In
the 3remises. Said appointment is made undr and av authcr:ty Of the following resolution adopted by the Board at Directors of each of the
WES T FIEL O INSURANCE COMPANY, WESTFIE! J NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
'3e it Resolved, that the President, any Senior Exec tive, any Secretary or any Fidelity & Surety Operations Executive or Linter Executive shall
be and is hereby vested with full power and aut.:rn:/ :o a000int any cne or more suitaele persons as Attorney(3)tin-an:; represent and ac vfor
and on benalt or me Company subjeC to the following crovistcns:
The ACorney-in-Fact may be given full power one aumorty tr and In the name of and on behalf of the Ccmoany, :o exeom, acknowledge and
diver, any and all bands, recogmzances, cdnr?3=. agreements of Indemnity and other conditional or obligator) underakings and any and all
notices and adcuments canceling or terminating Te Company's Ilaoillty :hereunder, and any such instruments so a. -utad by any such
Attorney -fn -Fact snail he as binding uaon the Company as it signed by One President and sealed and attested by the Corporate Secretary.'
-Se it Further Resolved, that the signature of any ZLG.i designated aerson and the seal of the Company neretotore or nereafer affixed to any
power of attorney or any certiticate relating thrC= 3y :aaimile, and any power of attorney or certificate bearing facsimile signatures or faesimUe'
seal snail oe valid and binding upon the Company Own respect to any bond or Undertaking to which it is attaCled. ;Earn adopted at a meeting
held on Feoruary 8. 2000).
In Witness Whereof, WESTFiELD INSURANCE CCM?ANY, WESTF!E! D NATIONAL INSURANCE COMPANY and CHIC FARMERS INSURANCE
COMPANY have caused these presents to be signed cy ]heir Senior Executive and their corporate seals to be hereto arzec this 29th day of
SEPTEMBER A.C., 2003 . .
—It...
Wrparata +' gR r, '•••IONA�1 WESTFIELD INSURANCE COMPANY
Seals
'�\M.---•.qC +. ' "";'+. !r ----.'.'v' WESTFIELD NATIONAL INSURANCE COMPANY
Amxaa•=.,; +. .o.• _•G\ `?•' •• ' OHIO FARMERS INSURANCE COMPANY
SEAL)) _ �; SERI,: -n: c�uxr�F ;-
- °t: a
. ti;
;v+4 l: ;'^= 1848 :�:
'4SLa49z.
1-rJ-'•.�- Wit% t j 'l ... :.�'7_ -�'. - �- ems•
O ii •ry
State of Chid ••••""•••••I•••`• By.
County at .Medina ss.: Richard L, Kinnaird, Jr., Senior cr_rtdve
On this 29th day of SEPTEMBER A.C., 2003 , before me personally came Richard L. Kinnatrd, Jr. to me nown, who, being by me duty
sworn, aid aeoOSe and say, that he restates in Medina. Ohio: that he Is Senior Executive et WESTFIELD INSURANCE COMPANY, WESTFIELD
NATICNAL INSURANCE COMPANY and CHIC FARMERS INSURANCE COMPANY, the companies described in and wnic, executed the above
instrjment: that ne knows the seals of said Companies: tat :he seals affixed :0 said Instrument are such corporate seals; Tat they were so affixed
by order at the boards of Directors of said Ccmcanlrs: and tat tie signed his name thereto
by like order.
seal .•�`pt A.L .\
• William J. Kahelin. A may at Law. Notary Public
State of Ohio '- ut !.{a My Commission Does Not Expire (Sec 1a7.C3 Ohio Revised Code)
County at Medina ss.:
cc �r
1, M. Brooks Rorapaugh, Secretary of wESTFIEL
NSURANCE COMPANY,
WESTFIELD NATIONAL ! NSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, do hereby
cry hat the
above and toregoing is
a true and correct copy of a Power at AComey, executed by
said Corrioanies, which is stilt !n full torte and
ettea and :urhermore,
:he resolutions
of the Boards of Directors, set Cu::n the Power of Attorney
are in SiU force one effect.
In Witness Whereof, I have hereunto set
my na.C and
affixed :he seals of said Companies at Wearfod Camel. Chia, tills 10thday of
February A.D., 2OO4
`"- ,5LM�'•o SF.Ai, WTEgE
�: OtE
WS, ja , : m:, :m: act s3
:F? t. y•. :1 ,�:, 1848 . ate: M. Brooks Rorapaugh, Secreaary
L9/'•.` err `, :J: .. !c
3POAC2 (combined) (06-02)
WESTFIELD INSURANCE COMPANY D06 ID> 007051580010 TVDe• LIE
Westfield Center, Ohio 44251-5001 FeeoAmt: $8.001Pace4 lat of 10 03:35:52 PM
Washinaton County. AR
Bette Stamps Circuit Clerk
AIA Document A312 FileB026-00000574
Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
John P. Marinoni Construction Company, Inc.
1142 North Futrall Drive
Fayetteville, Arkansas 72703
OWNER (Name and Address):
The City of Fayetteville
113 W. Mountain
SURETY (Name and Principal Place of Business):
WESTFIELD INSURANCE COMPANY
Westfield Center, Ohio 44251-5001
Fayetteville, Arkansas 72701
CONSTRUCTION CONTRACT
Date: March 2, 2004
Amount: Three Million Four Hundred Three Thousand One Hundred Ninety -Nine and 00/100 Dollars ($3,403,199.00)
Description (Name and Location):
City of Fayetteville Water and Sewer Operations Center
BA�cNgtect Engineer Protect No. 2003-035
Date (Not earlier than Construction Contract Date): March 2, 2004
Amount: Three Million Four Hundred Three Thousand One Hundred Ninety -Nine and 00/100 Dollars ($3,403,199.00)
Modifications to this Bond: W None [ See Page 6
CONTRACTOR AS PRINCIPAL SURETY
Company: John P. Marinoni Construction Company, Inc. Company: WESTFIELD INSURANCE COMPANY
(Corporate Seal) (Corporate Seal)
Signature: V
Name and Title: John P. Marinoni 60 Name an itle: Scott R. Clark Attomey-in-Fact
(Any additional signatures appear on page 6)
(FOR INFORMATION ONLY — Name, Address and Telephone)
AGENT or BROKER: Owner's Representative (Architect, Engineer or other party):
Brown -Hiller -Clark & Associates Cromwell Architects Engineers, Inc.
P.O. Box 3529 101 S. Spring Street
Fort Smith, AR 72913 Little Rock, AR 72201
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1980 ED. • NA®
PRINTED IN COOPERATION WITH THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., NW., WASHINGTON, D.C. 20006 • A312-1984 4
BD 5971 (07-2003)
J • •
I The Contractor and the Surety, jointly and severally,
bind themselves, their heirs, executors, administrators,
successors and assigns to the Owner to pay for labor,
materials and equipment furnished for use in the
performance of the Construction Contract, which is
incorporated herein by reference.
2 With respect to the Owner, this obligation shall be null
and void if the Contractor:
2.1 Promptly makes payment, directly or indirectly,
for all sums due Claimants, and
2.2 Defends, indemnifies and holds harmless the
Owner from claims, demands, liens or suits by
any person or entity whose claim, demand, lien
or suit is for the payment for labor, materials or
equipment furnished for use in the performance
of the Construction Contract, provided the Owner
has promptly notified the Contractor and the
Surety (at the address described in Paragraph
12) of any claims, demands, liens or suits and
tendered defense of such claims, demands, liens
or suits to the Contractor and the Surety, and
provided there is no Owner Default.
3. With respect to Claimants, this obligation shall be null
and void if the Contractor promptly makes payment, directly
or indirectly, for all sums due.
4. The Surety shall have no obligation to Claimants under
this Bond until:
4.1 Claimants who are employed by or have a direct
contract with the Contractor have given notice to
the Surety (at the address described in
Paragraph 12) and sent a copy, or notice thereof,
to the Owner, stating that a claim is being made
under this Bond and, with substantial accuracy,
the amount of the claim.
4.2 Claimants who do not have a direct contract with
the Contractor:
.1 Have furnished written notice to the
Contractor and sent a copy, or notice thereof,
to the Owner, within 90 days after having last
performed labor or last furnished materials or
equipment included in the claim stating, with
substantial accuracy, the amount of the claim
and the name of the party to whom the
materials were furnished or supplied or for
whom the labor was done or performed; and
.2 Have either received a rejection in whole or in
part from the Contractor, or not received
within 30 days of furnishing the above notice
any communication from the Contractor by
which the Contractor has indicated the claim
will be paid directly or indirectly; and
.3 Not having been paid within the above 30
days, have sent a written notice to the Surety
(at the address described in Paragraph 12)
and sent a copy, or notice thereof, to the
Owner, stating that a claim is being made
under this Bond and enclosing a copy of the
previous written notice furnished to the
Contractor
5 If a notice required by Paragraph 4 is given by the
Owner to the Contractor or to the Surety, that is
sufficient compliance.
6 When the Claimant has satisfied the conditions of
Paragraph 4, the Surety shall promptly and at the Surety's
expense take the following actions:
6.1 Send an answer to the Claimant, with a copy to
the Owner, within 45 days after receipt of the
claim, stating the amounts that are undisputed
and the basis for challenging any amounts that
are disputed.
6.2 Pay or arrange for payment of any undisputed
amounts.
7 The Surety's total obligation shall not exceed the
amount of this Bond, and the amount of this Bond shall
be credited for any payments made in good faith by the
Surety.
8 Amounts owed by the Owner to the Contractor under
the Construction Contract shall be used for the
performance of the Construction Contract and to satisfy
claims, if any, under any Construction Performance Bond.
By the Contractor furnishing and the Owner accepting this
Bond, they agree that all funds earned by the Contractor in
the performance of the Construction Contract are dedicated
to satisfy obligations of the Contractor and the Surety under
this Bond, subject to the Owner's priority to use the funds
for the completion of the work.
9 The Surety shall not be liable to the Owner, Claimants
or others for obligations of the Contractor that are unrelated
to the Construction Contract. The Owner shall not be liable
for payment of any costs or expenses of any Claimant
under this Bond, and shall have under this Bond no
obligations to make payments to, give notices on behalf of,
or otherwise have obligations to Claimants under this Bond.
10 The Surety hereby waives notice of any change,
including changes of time, to the Construction Contract or
to related subcontracts, purchase orders and other
obligations.
11 No suit or action shall be commenced by a Claimant
under this Bond other than in a court of competent
jurisdiction in the location in which the work or part of the
work is located or after the expiration of one year from the
date (1) on which the Claimant gave the notice required by
Subparagraph 4.1 or Clause 4.2 (iii), or (2) on which the
last labor or service was performed by anyone or the last
materials or equipment were furnished by anyone under
the Construction Contract, whichever of (1) or (2) first
occurs. If the provisions of this Paragraph are void or
prohibited by law, the minimum period of limitation
available to sureties as a defense in the jurisdiction of the
suit shall be applicable.
12 Notice to the Surety, the Owner or the Contractor shall
be mailed or delivered to the address shown on the
signature page. Actual receipt of notice by Surety, the
Owner or the Contractor, however accomplished, shall be
sufficient compliance as of the date received at the address
shown on the signature page.
13 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed, any provision in this
Bond conflicting with said statutory or legal requirement
AB1 DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED. • AIA ®
PRINTED IN COOPERATION WITH THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW., WASHINGTON, D.C. 20008- A312-1984 5
BD 5971 (07-2003)
•
S
shall be deemed deleted herefrom and provisions or rental equipment used in the Construction Contract,
conforming to such statutory or other legal requirement architectural and engineering services required for
shall be deemed incorporated herein. The intent is that this performance of the work of the Contractor and the
Bond shall be construed as a statutory bond and not as a Contractor's subcontractors, and all other items for
common law bond. which a mechanic's lien may be asserted in the
14 Upon request by any person or entity appearing to be jurisdiction where the labor, materials or equipment
a potential beneficiary of this Bond, the Contractor shall were furnished.
promptly furnish a copy of this Bond or shall permit a copy 15.2 Construction Contract: The agreement between
to be made. the Owner and the Contractor identified on the
signature page, including all Contract Documents and
15 DEFINITIONS changes thereto.
15.1 Claimant: An individual or entity having a direct 15.3 Owner Default: Failure of the Owner, which has
contract with the Contractor or with a subcontractor of neither been remedied nor waived, to pay the
the Contractor to furnish labor, materials or equipment Contractor as required by the Construction Contract or
for use in the performance of the Contract. The intent to perform and complete or comply with the other terms
of this Bond shall be to include without limitation in the thereof.
terms "labor, materials or equipment" that part of water,
gas, power, light, heat, oil, gasoline, telephone service
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL
Company:
Signature:
Name and Title:
Address:
SURETY
(Corporate Seal) Company:
Signature:
Name and Title:
Address:
(Corporate Seal)
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA a
PRINTED IN COOPERATION WITH THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE„ NW., WASHINGTON. D.C. 20008• A312-1984 6
THIRD PRINTING' MARCH 1987
BD 5971 (07-2003)
•
• Id
WESTFIELD
INSURANCE
A member of Westfield Group"'
RIDER
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 "Act").
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 further 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, become 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 for you.
You should know 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 policy/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 $0.00. 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 regarding this notice, please contact your insurance agent.
One Park Cirde • P.O. Box 5001 • Westfield Centet OH 44251.5001 •1.800243.0210 • fax 330.887.0840 • wwwwesdleldgtpsom
AD 8529A 1102
TPJS POWER OF ATTORNEY SUPERCEDES AHLPREVIOUs POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 0929/03, 'NY PERSON OR PERSONS NAMED BELOW.
General
Power
of Attorney
CERTIFIED COPY
• POWER NO. 0320052 04
Westfield. Insurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
SAM B. HILLER, LARRY R. CLARK, THOMAS L COOLEY, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK,
VICCI L HILLER, SHANNON C. SCHMIDLY, BECKY S. TIPTON, JOINTLY OR SEVERALLY
of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship- - - - - - - - - - - - - - - - - - - - • - - - . . . - - • - - - - - • - - - - - . . . - - - - - . . . - - - - - - - - -
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 29th day of
SEPTEMBER A.D., 2003
Corporate
\a�'..WRA•VC%' nooNAL/N•'• ,r \N_SUIP ;'•o WESTFIELD INSURANCE COMPANY
44 6 •- 2;•'' s + WESTFIELD NATIONAL INSURANCE COMPANY
Affixed ;f .Y. ?Fp O: '.,p?; a+ �1}�. _ .'• ;Cry.",
j-•,'. ne s� OHIO FARMERS INSURANCE COMPANY
5 Mi SEAi. ry 2�- : SEAL :m_' :o: eee
f 5, fp %3. 1848
1846•
,y
State of Ohio ,.• By:
County of Medina ss.: Richard L. Kinnaird, Jr., Senior Executive
On this 29th day of SEPTEMBER A.D., 2003 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly
sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD
NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above
instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed
by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial ••„,„W,Wrrr,•. �� /� • ��,�� / f / / .
Seal at A L. $'4�' ////n/V///'t//I '/�/////)vcl(//{///✓'a.
Affixed ,�P-. S
2
• William J. Kahelin, A rney at Law, Notary Public
State of Ohio : N o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
County of Medina ss.:
I, M. Brooks Rorapaugh, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney
are in full force and effect.
In Witness Whereof, I have hereunto set my I
March A.D., 20041
aM arrrm•WT ,V,anuurrry„
URA4d•'t "P4oNAi, /N
�i �t� tOi =iy: p
1 SEAL n _ N SEAL gym_
-.•r Y .. .
land and affixed the seals of said Companies at Westfield Center, Ohio, this 2nd day 01
„nr,»,rvie,
, r
r��e 1NSU$G ,
vWMTERfO`t3ca
act
%\ 184a $ ' M. Brooks Rorapaugh, Secre ry
•no .... �•j
BPOAC2 (combined) (06.02)
C�
C
WESTFIELD INSURANCE COMPANY
Westfield Center, Ohio 44251-5001
Bond No.5956028
AIA Document A312
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
John P. Marinoni Construction Company, Inc.
1142 N. Futrall Drive
Fayetteville, Arkansas 72703
OWNER (Name and Address):
The City of Fayetteville
113 W. Mountain
Fayetteville, Arkansas 72701
CONSTRUCTION CONTRACT
Date: March 2, 2004
Amount:%m Millim Fow IuodtedThrteTFnjund One Ilun,d Ninety Nine•M 00/U]IbIWg5].a1q,199.W)
Description (Name and Location):
City of Fayetteville Water and Sewer Operations Center
Architect Engineer Project No. 2003-035
SURETY (Name and Principal Place of Business):
WESTFIELD INSURANCE COMPANY
Westfield Center, Ohio 44251-5001
BOND
Date (Not earlier than Construction Contract Date): March 2, 2004
Amount: Three Million Four Hundred Three Thousand One Hundred Ninety -Nine and 00/100 Dollars ($3,403,199.00)
Modifications to this Bond: [ii] None [ See Page 3
CONTRACTOR AS PRINCIPAL
Company: John P. Marinoni Construction Company, Inc.
(Corporate Seal)
Signature: VC /*e, C4tO ^--+,
Name and Title: John P. Marinoni CGo
(Any additional signatures appear on page 3)
(FOR INFORMATION ONLY — Name, Address and Telephone)
AGENT or BROKER:
Brown -Hiller -Clark & Associates
P.O. Box 3529
Fort Smith, AR 72913
SURETY
Company: WESTFIELD INSURANCE COMPANY
(Corporate Seal)
Signature:
Name an t e: Scott R, Clark Attorney -in -Fact
Owners Representative (Architect, Engineer or other party):
Cromwell Architects Engineers, Inc.
101 S. Spring Street
Little Rock, AR 72201
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA 6
PRINTED IN COOPERATION WITH THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 • A312-1984 1
THIRD PRINTING • MARCH 1887
BD 5971 (07-2003)
1 The Contractor and the Surety, jointly and severally,
bind themselves, their heirs, executors, administrators,
successors and assigns to the Owner for the performance
of the Construction Contract, which is incorporated herein
by reference.
2 If the Contractor performs the Construction Contract,
the Surety and the Contractor shall have no obligation
under this Bond, except to participate in conferences as
provided in Subparagraph 3.1.
3 If there is no Owner Default, the Surety's obligation
under this Bond shall arise after:
3.1 The Owner has notified the Contractor and the
Surety at its address described in Paragraph 10 below
that the Owner is considering declaring a Contractor
Default and has requested and attempted to arrange a
conference with the Contractor and the Surety to be
held not later than fifteen days after receipt of such
notice to discuss methods of performing the
Construction Contract. If the Owner, the Contractor and
the Surety agree, the Contractor shall be allowed a
reasonable time to perform the Construction Contract,
but such an agreement shall not waive the Owner's
right, if any, subsequently to declare a Contractor
Default; and
3.2 The Owner has declared a Contractor Default and
formally terminated the Contractor's right to complete
the contract. Such Contractor Default shall not be
declared earlier than twenty days after the Contractor
and the Surety have received notice as provided in
Subparagraph 3.1; and
3.3 The Owner has agreed to pay the Balance of the
Contract Price to the Surety in accordance with the
terms of the Construction Contract or to a contractor
selected to perform the Construction Contract in
accordance with the terms of the contract with the
Owner.
4 When the Owner has satisfied the conditions of
Paragraph 3, the Surety shall promptly and at the Surety's
expense take one of the following actions:
4.1 Arrange for the Contractor, with consent of the
Owner, to perform and complete the Construction
Contract; or
4.2 Undertake to perform and complete the
Construction Contract itself, through its agents or
through independent contractors; or
4.3 Obtain bids or negotiated proposals from qualified
contractors acceptable to the Owner for a contract for
performance and completion of the Construction
Contract, arrange for a contract to be prepared for
execution by the Owner and the contractor selected
with the Owner's concurrence, to be secured with
performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the
amount of damages as described in Paragraph 6 in
excess of the Balance of the Contract Price incurred by
the Owner resulting from the Contractor's default; or
4.4 Waive its right to perform and complete, arrange
for completion, or obtain a new contractor and with
reasonable promptness under the circumstances:
.1 After investigation, determine the amount for
which it may be liable to the Owner and, as
soon as practicable after the amount is
determined, tender payment therefor to the
Owner; or
.2 Deny liability in whole or in part and notify the
Owner citing reasons therefor.
5 If the Surety does not proceed as provided in
Paragraph 4 with reasonable promptness, the Surety shall
be deemed to be in default on this Bond fifteen days after
receipt of an additional written notice from the Owner to the
Surety demanding that the Surety perform its obligations
under this Bond, and the Owner shall be entitled to enforce
any remedy available to the Owner. If the Surety proceeds
as provided in Subparagraph 4.4, and the Owner refuses
the payment tendered or the Surety has denied liability, in
whole or in part, without further notice the Owner shall be
entitled to enforce any remedy available to the Owner.
6 After the Owner has terminated the Contractor's right
to complete the Construction Contract, and if the Surety
elects to act under Subparagraph 4.1, 4.2, or 4.3 above,
then the responsibilities of the Surety to the Owner shall
not be greater than those of the Contractor under the
Construction Contract, and the responsibilities of the
Owner to the Surety shall not be greater than those of the
Owner under the Construction Contract. To the limit of the
amount of this Bond, but subject to commitment by the
Owner of the Balance of the Contract Price to mitigation of
costs and damages on the Construction Contract, the
Surety is obligated without duplication for:
6.1 The responsibilities of the Contractor for correction
of defective work and completion of the Construction
Contract;
6.2 Additional legal, design professional and delay
costs resulting from the Contractors Default, and
resulting from the actions or failure to act of the Surety
under Paragraph 4; and
6.3 Liquidated damages, or if no liquidated damages
are specified in the Construction Contract, actual
damages caused by delayed performance or
nonperformance of the Contractor.
7 The Surety shall not be liable to the Owner or others
for obligations of the Contractor that are unrelated to the
Construction Contract, and the Balance of the Contract
Price shall not be reduced or set off on account of any such
unrelated obligations. No right of action shall accrue on
this Bond to any person or entity other than the Owner or
its heirs, executors, administrators or successors.
8 The Surety hereby waives notice of any change,
including changes of time, to the Construction Contract or
to related subcontracts, purchase orders and other
obligations.
9 Any proceeding, legal or equitable, under this Bond
may be instituted in any court of competent jurisdiction in
the location in which the work or part of the work is located
and shall be instituted within two years after Contractor
Default or within two years after the Contractor ceased
working or within two years after the Surety refuses or fails
to perform its obligations under this Bond, whichever
occurs first. If the provisions of this Paragraph are void or
prohibited by law, the minimum period of limitation
available to sureties as a defense in the jurisdiction of the
suit shall be applicable.
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA
PRINTED IN COOPERATION WITH THE AMERICAN INSTITUTE OF ARCHITECTS, 1705 NEW YORK AVE., NW,, WASHINGTON, D.C. 20008. A312-1984 2
THIRD PRINTING' MARCH 1887
BD 5971 (07-2003)
10 Notice to the Surety, the Owner or the Contractor shall
be mailed or delivered to the address shown on the
signature page.
11 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed, any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions
conforming to such statutory or other legal requirement
shall be deemed incorporated herein. The intent is that this
Bond shall be construed as a statutory bond and not as a
common law bond.
12 DEFINITIONS
12.1 Balance of the Contract Price: The total amount
payable by the Owner to the Contractor under the
Construction Contract after all proper adjustments
have been made, including allowance to the
Contractor of any amounts received or to be received
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
by the Owner in settlement of insurance or other
claims for damages to which the Contractor is entitled,
reduced by all valid and proper payments made to or
on behalf of the Contractor under the Construction
Contract.
12.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the
signature page, including all Contract Documents and
changes thereto.
12.3 Contractor Default: Failure of the Contractor,
which has neither been remedied nor waived, to
perform or otherwise to comply with the terms of the
Construction Contract.
12.4 Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the
Contractor as required by the Construction Contract or
to perform and complete or comply with the other
terms thereof.
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL
Company:
(Corporate Seal)
Signature:
Name and Title:
Address:
SURETY
Company:
(Corporate Seal)
Signature:
Name and Title:
Address
AU\ DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED.. AIA
PRINTED IN COOPERATION WITH THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEWYORK AVE., NW. WASHINGTON, D.C. 200%• A312-1984 3
THIRD PRINTING MARCH 1987
BD 5971 (07-2003)
S �.
WESTFIELD
INSURANCE
A member of Westfield Group"'
RIDER
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 "Act").
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 further 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, become 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 for you.
You should know 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 policy/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 $0.00. 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 regarding this notice, please contact your insurance agent.
One Part Circle • P.O. Box 5001 • Westfleld Center 0)144251-5001 •1,800143,0210 • fax 330.887.0840 • www.westfkidgrysom
AD 8529A 1102
THIS POWER OF ATTORNEY SUPERCEDES I1M PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 09/29/03, ANY PERSON OR PERSONS NAMED BELOW.
I
General
Power
of Attorney
CERTIFIED COPY
• POWER NO. 0320052 04
Westfield Insurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
SAM B. HILLER, LARRY R. CLARK, THOMAS L COOLEY, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK,
VICCI L. HILLER, SHANNON C. SCHMIDLV, BECKY S. TIPTON, JOINTLY OR SEVERALLY
of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship- - - - - - - - --
- - - - - - - - - - - - - - - - .- - - - - - - - - - - - - - -- - - -
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney -in -Fact, may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional "or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary?
wBe it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached? (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 29th day of
SEPTEMBER A.D., 2003
Corporate ..SY RAp *t, ;`••Z\ON�It/°',
Seals O'., C P.......,,Ny:
Affixed .......�i . �•!FQ •L9
'tr tpYl =�: '':Z,
3<.SEt�I. N L
Mrr•IJ,,t Jt
• .!•
State of Oh •'••'••,•„,•„•".•.�.:
County of Medina ss.:
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
=Q��p�� OHIO FARMERS INSURANCE COMPANY
1 t Mrti1Q SO ;Vr
•:fi3
'3'. - 1848 - ( /1
Richard L. Kinnaird, Jr., Senior Executive
On this 29th day of SEPTEMBER A.D., 2003 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly
sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD
NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above
instrument: that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed
by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial . ••,yrxw,yS C��
Seal
William J.
Kahelin, A rney at Law, Notary Public
State of Ohio : Nraw^�4ilz)
My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
County of Medina ss.: `•.y
I, M. Broo
ks Rorapaugh, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney
are in full force and effect.
In Witness Whereof I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 2nd day of
March A.D., 7004.
SEAL 'b1 N; SEAL
a'.#� :y• I' 3•.• 1848 •:� M. Brooks Rorapaugh,•
Secre ry
JJ
BPOAC2 (combined) (06.02)
T DATE(MMIDD/1'YYY)
ACORD_ CERTIFICAT F LIABILITY INSURAN•
MAOPID
RIN-1 I 03/10/04
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Brown -Hiller -Clark S. Assoc.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
5500 Euper Lane
P. O. Box 3529
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fort Smith AR 72913-3529
Phone:479-452-4000 Fax:479-484-5185
INSURERS AFFORDING COVERAGE
NAIC#
INSURED
INSURERA Cincinnati insurance COW,any
10677
INSURER B: American ema Insurance Co.
John P. Marinoni Construction
Company Inc.
1142 North Futrall Drive
Fayetteville AR 72703-1101
INSURER c: Fireman's Fund McGee
INSURERD:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INK
LTR
UUL
NSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTTVE
DATE MM/DD/YY
POLICY EXPIRATION
DATE MM/DD/YY
LIMITS
GENERAL
LIABILITY
EACH OCCURRENCE
$ 1, 000, 000
A
COMMERCIAL GENERAL LIABILITY
CPP0738668
11/01/03
11/01/04
X
PREMISES(Eaocarence)
$ 500,000
CLAIMS MADE X� OCCUR
MED EXP (Any ane person)
$10,000
X
PERSONALSADV INJURY
$1,000,000
PER PROJECT
GENERAL AGGREGATE
$2,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$2,000,000
POLICY CT PRO LOC
JE
A-
AUTOMOBILE
LIABILITY
ANY AUTO
CPP0738668
11/01/03
11/01/04
COMBINED
(Ea B EO SINGLE LIMIT
aBDl)
$1,000,000
X
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
X
PROPERTY DAMAGE_
(Per accident)
$
GARAGE LIABILITY
`"'
AUTO ONLY- EA ACCIDENT
$
OTHER THAN EAACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESS/UMBRELLA
LIABILITY
EACH OCCURRENCE—
$
OCCUR CLAIMS MADE
AGGREGATE
$
S
$
DEDUCTIBLE
$
RETENTION $
B
WORKERS COMPENSATION AND
EMPLOYERS'ILITY
ANVPROPROPRIETORIETOR/PARTNER/EXECUTIVE
WC3112642
11/01/03
11/01/04
WCSTATU-
ITORY LIMITS
UIH-
ER
E.L. EACH ACCIDENT
$500000
E.L. DISEASE - EA EMPLOYEE
$500000
OFFICER/MEMBER EXCLUDED?
It yes, describe under
SPECIAL PROVISIONS below
E.L. DISEASE - POLICY LIMIT
$500000
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS (VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
PROJECT: City of Fayetteville Water and Sewer Operations Center
CERTIFICATE HOLDER CANCELLATION
CITY -12 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
City of Fayetteville
113 West Mountain Street
Fayetteville AR 72701
IMPOSE NO OBLIGATION OR LIABI QF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES. / n
ACORD
• City of Fayetteville, Arkansas •
Budget Adjustment Form
Budget Year Department: Water & Wastewater Date Requested Adjustment Number
2004 Division: Water & Sewer Maintenance
Program: Capital Water Mains 3/2/2004
Project or Item Requested: Project or Item Deleted:
$128,235 is requested in the Water & Wastewater None. $128,235 from the Water & Sewer Use of Fund
Operations Center. Balance account.
Justification of this Increase:
The increased funded is needed for the construction
contract with Marinoni Construction, Inc.
Justification of this Decrease:
There is sufficient funding available to comply with City
policy.
Increase Budget (Decrease Revenue)
Account Name Account Number Amount Project Number
Building costs 5400 5600 5804 00 128,235 98076 1
Decrease Budget (Increase Revenue)
Account Name Account Number Amount
Use of fund balance
Approval Signatures
5400 0940 4999 99 128,235
Type: A
Project Number
Budget Office Use Only
B C EIII E
Date
i)24'.Y Date of Approval
Dat
2.—' 7-t? f Posted to General Ledger
Date
Posted to Project Accounting
/7/Dy�3 Entered in Category Log
Date
Initial Date
Initial Date
Initial Date
Initial Date
NAME OF FILE: Resolution No. 35-04
CROSS REFERENCE:
Item # Date Document
1
02/18/04
memo to mayor and city council
2
02/25/04
letter from Cromwell
copy of proposed agreement
02/10/04
memo to Subdvision Committee
03/01/04
copy of Water & Wastewater Operations Center project
budget
02/10/04
copy of bid tabulation
draft resolution
02/19/04
Staff Review Form
03/03/04
email to Gregg Boettcher
03/12/04
fax to Thad Kelly
03/22/04
memo to Greg Boettcher
NOTES:
City Council Meetg of February 17, 2004
Agenda Item Number
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council
Thru: Hugh Earnest, Chief Administrative Officer
From: Greg Boettcher, Water/Wastewater Director N�
Date: February 18, 2004
Subject: Resolution approving a contract with Marinoni Construction, Inc. for Water
and Wastewater Operations Center at Industrial Drive
RECOMMENDATION
Fayetteville City Administration recommends approval of an authorization totalling
$3,628,358.00, said amount including a contract with Marinoni Construction, Inc. of Fayetteville,
Arkansas in the amount of $3,403,199.00 with $225,159.00 for contingent needs as detailed in
the March 2004 project budget.
BACKGROUND
On April 23, 2003 the Fayetteville City Council approved a $237,490.00 contract with Cromwell
Architects Engineers, Inc. for architectural services related to the design and construction of a
new Fayetteville Water and Wastewater Operations Center. This approval included a 9.5%
contingency of $22,510.00 bringing the total funding to $260,000.00. As of this date, the services
have not utilized any of the contingency funds, the work underrunning predicted reimbursable
expenses by $17,000.00. Through the bidding phase of this project the professional services
component of this project is below the approved contract amount; the consultant also meeting the
contract's schedule requirements.
This design relates to a new operations center on approximately 61 acres, said land being located
at the end of Industrial Drive in the South Industrial Park. The architect submitted this
development plan under a large scale development review process, securing approval from the
Planning Division on November 13, 2003. Final costruction drawings, contract documents and
specifications were furnished to the City of Fayetteville on January 5, 2004 in conformance with
the schedule in the architectural services agreement. The project has been released for
competitive sealed construction bids with a bid opening date of February 10, 2004.
The City of Fayetteville received six bids for the construction of the Water and Wastewater
Operations Center, a copy of the architect's bid tabulation being attached hereto. Review of the
bids, bidder qualifications, bid alternatives and bid prices, has been performed by Cromwell
Architects Engineers Inc, with the firm providing a formal contract award recommedation, a copy
of which is attached hereto.
• City Council Meet' of February 17, 2004
Agenda Item Number
It is recommended that the contract be awarded to Marioni Construction, Inc. of Fayetteville,
Arkansas in the amount of $3,403,199.00. The time for completion of the work is 365 calendar
days after the Notice to proceed with liquidated damages set at $176.00 per day.
BUDGET IMPACT
The $3,628,358.00 fiancial commitment for the new Water and Wastewater Operations Center is
has been reconciled with the 2003 preliminary cost predictions of $3 million, the difference in
cost being attributed to refinement of the building program to meet actual needs, unforseen costs
associated with subsurface conditions, fire sprinkler requirements and current pricing factors. The
recommended budget for this project requires a budget adjustment of $128,235.00 from the water
and wastewater fund balance. The water and wastwater department budgets for 2004 include
separate allowances for office furnishing costs, warehouse shelving and other related expenses to
render the building fully functional.
02/25/2004 11:28 FAX 501 372 29OO CR0MWELL A/E 1a 002
•
CROMWELL
AJKTIECTS ENGINEERS
February 25, 2004
Mr. Greg Boettcher
City of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
Re: Water & Sewer Operations Center
A/E Project No. 2003.035
Dear Mr. Boettcher:
We recommend that the City of Fayetteville award a construction contract on the Water
& Sewer Operations Center to John P. Marinoni Construction Co., Inc., 1142 N. Futrall
Drive, Fayetteville, AR 72703. Marinoni was the certified low bidder on the project that
bid on February 10, 2004.
After checking references and the prior experience of this contractor, we have every
reason to believe that Marinoni will construct the project in accordance with the contract.
While this recommendation is no guarantee that the contractor will perform, we have no
reason to believe otherwise. This letter confirms Marinoni's qualifications to perform the
work.
Sincerely,
Lu
Charles J.
President
c. Thad Kelly
CROMWELL ARCHITECTS ENGINEERS
101 S. SPRING STREET LITTLE ROCK. ARKANSAS 72201-2490 (501) 372.2900 FAX (501) 372-04R2
I
— T a
°•A1 Document A101'" —1997
Standard Form of Agreement Between Owner and Contractor
where the basis of payment is a STIPULATED SUM
I 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)
I. BETWEEN;the Owner:City:
(Name, address and other information)
The City -of Fayetteville
• - 113W: Mountain
:'Fayetteville. Arkansas
• and the Contractor.
(Name, address and other information)
John P-Marinoni Construction Co.. Inc
1142Nf Futrall Drive
:Fayetteville: Arkansas 72703
•- The Project is:
.. ; (Nameandlocation)
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. Sprin g Sg treet
Little Rock..Arkansas 72201
The l3wner-Cily and Contractor agree as follows.
This document has important
legal consequences.
Consultation with an attorney
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.
AjA Document A1101ra -1997. Copyright 01915,1918.1925,1937.1951,1958, 1961, 1963, 1967. 1974, 1977, 1980, 1987, 1991 and 1997 by Tire
American Institute of Architects. All rights reserved WARNING: This AlA° Document Is protected by U.S. Copyright Lew and International Treaties.
Unauthorized reproduction or distribution of this Ale Document, or any portion of It, may result in severe civil and criminal penalties, and will be
prosecuted to the maxbnum extent possible under the law. This document was produced by AIA software at 10:29:04 on 02/2012004 under Order
No.1000098206_2 which expires on 21132005, and is not for resale.
Ur Notes: (4046534462)
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
inthis 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 inthe.Contract Documents to be the responsibility of others.
ARTICLE 3,: DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
§ 3.1 The dateof 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 9wnor.City.
;(IA serf 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
otheosecurity interests, the Owner's City's time requirement shall be as follows:
ADolicable
§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)
FoRf9N of Work Substantial- Completion Date
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 orfor bonus payments for
early completion of the Work.)
$1_ 7900 per calendar day for each day of delay until the Work is Substantially Complete
ARTICLE 4.L CONTRACT SUM
§41 The it shall pay the Contractor the Contract Sum in current funds for the Contractor's performance
of the Contract. The Contract Sum shall be Three Million Four Hundred Three Thousand One Hundred Ninety -
Nine ($ 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 Owuer:City;
(State the numbers or other identification of accepted alternates. If decisions on other alternates are to be made by
the Owner City 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 -($10200.00)
AIA Document A101nr -1997. Copyright @1915.1918.1925.1937.1951 4 1958,1961.1963, 1967, 1974, 1977, 1980, 1987. 1991 and 1997 by The
American Institute of Architects. All rights reserved. WARNING: This A1A Document Is protected by U.S. Copyright Lew and International Treaties.
Unauthorized reproduction or distribution of this AIAA 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 10:29:04 on 02/20/2004 under Order
No.' 000098206_2 which expires on 2/1342005, and is not for resale.
User Notes: (4046534462)
I
Deductive Alternate No. Two (2) Pipe Rack -($46.000.00)
1. Undercutting allowance
• • Undercut below finished subgrade 3.000 cv at the unit price -($39.000.00)
• Undercut below bottom of footin sg 30 cy at the unit price -($600 00)
'§ 4.3 Unit prices, if any, are as follows:
Description Units Price ($ 0.00)
Undercutting unit price:
• Below finished subgrade 1$300
• Below bottom of footing elevations $20.00
ARTICLES PAYMENTS
§'5.1 PROGRESSPAYMENTS
§ 5.1.1Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for
Payment issuedby the Architect, the OwnecCity shall make progress payments on account of the Contract Sum to
theContractor as provided below and elsewhere in the Contract Documents.
§ 5111 Theperiod covered by each Application for Payment shall be one calendar month ending on the lost day e
tho Month; or agfollowm
- -I twenty-fif)h(25t°) day of the month.
• § 5:1.3 Provided that an Application for Payment is received by the Architect not later than the twenty-fifth (25°)
day :dla month, the 9wnerl-,itv 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
§ 5.1.5Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the
endof 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 Ownef-City of changes in the Work, amounts not
indispute 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 Owner, City, suitably stored off the site at a location agreed upon in writing), less
retainage of ten cercent ( 10% );
3 Subtract the aggregate of previous payments made by the Owner; City: and
AIA Document AlOlnr -1997. COPyrighl 01915,1918.1925, 1937, 195 d '958,1961, 1963, 1967, 1974, 1977. 1980, 1987, 1991 and 1997 by The
American institute of Architects. All rights reserved. WAHNING: 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 tolhe maximum extent possible under the low. This document was produced by AtA 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)
.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%) 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 ofAJA 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'Reductionor limitation: of retainage, if any, shall be as follows:
(If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting front
the percentagesinserted 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 Owner's City'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
5.21 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owne.-City
to!thc: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 A201-1997, 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.
§ 52.2 The Owner'c 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 Poymont, or as follow�:Pa m
ARTICLE 6 TERMINATION OR SUSPENSION
§ 6.1rThe Contract may be terminated by the Qwner-City or the Contractor as provided in Article 14 of AIA
Document A201-1997.
§ 6.2 The Work may be suspended by the Qw.eeCity 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 A701r' -1997. Copyright O1915, 1918,1925,1937,1951,1958.1961, 1963, 1967.1974,1977,1980.1987,1991 and 1997 by The
American institute of kchllects. All rights reserved. WARNING: This AlA' 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 10:2904 on 02/20/2004 under Order
No. 1000098206_2 which expires on 2113r2U05, and is net for resale.
User Notes: (4046534462)
I
-Nointerest 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 Awner Citv'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.)
§13 The Owner City's representative is:
(Name, address and other information)
The Honorable.Dan Coody
City of Fayetteville
113 W Mountain Street
FFayetteville., Arkansas 72701
§ The Contractor's representative is:
(Name,: address and other information)
John P. Marinoni
• JohmP. Marinoni Construction Company, Inc.
1142N: Futrell Drive
Fayetteville, Arkansas 72703
§ 7.5 Neither the Owners -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:
§8.11 -The Agreement is this executed 1997 edition of the Standard Form of Agreement Between Owner City and
Contractor; AIA Document A101-1997.
§ 8.12 The General Conditions are the 1997 edition of the General Conditions of the Contract for Construction, AIA
Document A201-1997.
I§ 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 S
• § 8.1.4 The. Specifications are those contained in the Project Manual dated as in Section 8.1.3, and are as follows:
(Either"istthe Specifications here or refer to an exhibit attached to this Agreement)
Sections 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 Docunwnt AWla-1997. Copyright 01915,1918. 1925, 1937, 1951 l95a, 1961, 19a3, 19e,', 1ar4, lair, lllau, lash Ivy' ama rear oy i no
America, Institute of Amhilec s. All rights reserved. WARNING: This AIA Document Is protected by U.S. Copyright Lew and International Treaties.
Unauthorized reproduction or distribution of this AIAe 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 102994 on 0220/2004 under Order
No.1000098206 2 which expires on 213/2005, and is not for resale.
User Notes: (4046534462)
§ 8.1.6 The Addenda, if any, are as follows:
Number Date Pages
Addenda No. One (1) Febntary 5.2004 284
Addenda No. Two (2) February 6. 2004 34
Portions of Addenda relating to bidding requirements arc 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 Table fo Contents
Exhibit"W Index of Drawings
Exhibit "C" (2ontractor'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.
A M4-nrara _
_CITY (SignatureL
(Printed name and title)
. I CITY (Signature)
(Printed name and title)
(Printed name and title)
AlA Document A101 ar -1997. Copyright O 1915, 1918. 1925, 1937, 1951, 1958, 1961, 1963.1967,1974, 1977. 1980. 1987, 1991 and 1997 by The
American Institute of ArcNtects. All rights reserved. WANMNG: This AIA' Document is protected by U.S. Copyright Law and International Treaties. 6
Unauthorized reproduction or distribution at this AlAA Document, or any portion 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 0212072004 under Order
No.1000098206 2 which expires on 2/132005, and Is not for resale.
User Notes: (4046534462)
Exhibit "A", ReIence AIA Document A101-1997, paripaph 8.1.4
CITY OF FAYETTEVILLE 2003-035
WATER AND SEWER OPERATIONS CENTER Dec 2003
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
1- GENERAL REQUIREMENTS
01100
Summary
01210
Allowances
01230
Alternates
01250
Contract Modification Procedures
01270
Unit Prices
01290
Payment Procedures
01310
Project Management And Coordination
01320
Construction Progress Documentation
01322
Photographic Documentation
01330
Submittal Procedures
01390
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 13.1A Substitution Request (1996)
CSI 13.2A Request For Interpretation (1994)
CSI 14.1 A 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
Page - I 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 2- SITE CONSTRUCTION
02080
Piped Utilities - Basic Materials And Methods
02230
Site Clearing
02231
Tree Protection And Trimming
02240
Dewatering
02260
Excavation Support And Protection
02281
Termite Control
02300
Earthwork
02510
Water Distribution
02553
Natural Gas Distribution
02630
Storm Drainage
02741
Hot -Mix Asphalt Paving
02751
Cement Concrete Pavement
02764
Pavement Joint Sealants
02821
Chain -link Fences And Gates
02920
Lawns And Grasses
02930
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 Building Insulation
07270 Firestopping
07411 Metal Roof Panels
07412 Metal Wall Panels
07600 Flashing And Sheet Metal
07920 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
C1
•
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
DIVISION 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
DMSION 13 - SPECIAL CONSTRUCTION
13120 Metal Building System
13851 Fire Alarm
13930 Sprinkler Systems
DIVISION 14- CONVEYING SYSTEMS
NOT APPLICABLE
DIVISION
15 - MECHANICAL
15010
Basic Mechanical Requirements
15060
Hangers And Supports
15070
Mechanical Vibration Control
15071
Seismic Protection
15075
Mechanical Identification
15080
Mechanical Insulation
15105
Basic Piping
15110
Valves
15120
Piping Specialties
15140
Domestic Water Piping
15150
Sanitary Waste And Vent Piping
15160
Storm Drainage Piping
15180
Hydronic Piping
15185
Equipment Vents & Drains
15190
Natural Gas
15410
Plumbing Fixtures
15425
Plumbing Specialties
2003-035
Dec 2003
Page -3 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
16 - ELECTRICAL
16000
Electrical - General Provisions
16010
Electrical
16100
Basic Materials And Methods - Identification
16130
Conduits
16140
Outlet Boxes
16150
Pull Boxes & Junction Boxes
16160
Pulling Cables
16170
Wire And Cables
16190
Equipment Disconnect
16191
Overcurrent Protective Devices
16192
Wiring Devices
16200
Power Generation
16400
Service And Distribution - Metering
16410
Grounding
16420
Service Disconnects
16421
Transient Voltage Surge Suppressor
16440
Panelboards
16500
Lighting
16722
Cable Television
END TABLE OF CONTENTS
2003-035
Dec 2003
Page -4 TABLE OF CONTENTS
Exhibit "B", Refece AIA Document A101-1997, para_ph 8.1.5
Exhibit B
Index of Drawings
12/3112003
G001
TITLE SHEET
2/5/2004
G002
INDEX, SYMBOLS AND ABBREVIATIONS
12/3 [/2003
COOI
SITE SURVEY
2/52004
C002
SITE PLAN
12/312003
C003
OVERALL SITE PLAN
12/3112003
C004
TREE PRESERVATION PLAN
2/52004
C005
UTILITY PLAN .
2/52004
C006
GRADING AND EROSION CONTROL PLAN
2/5/2004
C007
PLANTING PLAN
2/52004
coos
DETAIL SHEET
2/52004
C009
DETAIL SHEET
2/52004
A101
FIRST FLOOR PLAN
2/5/2004
AIO1D
FIRST FLOOR DIMENSION PLAN
2/52004
A102
MEZZANINE FLOOR PLAN
12/312003
A103
REFLECTED CEILING PLAN
2/5/2004
A104
ROOF PLAN
12/312003
A105
ENLARGED TOILET PLANS AND DETAILS
12/312003
A106
VEHICILE STORAGE BUILDING
12/312003
A107
PIPE STORAGE PLAN, ELEVATION AND SECTION
12/31/2003
A201
DOOR SCHEDULE AND DETAILS
12/312003
A202
FINISH SCHEDULE
2/52004
A203
ALUMINUM STOREFRONT FRAME ELEVATIONS
2/52004
A301
EXTERIOR ELEVATIONS
2/52004
A302
EXTERIOR ELEVATIONS / BUILDING SECTIONS
12/31/2003
A303
BUILDING SECTIONS
12/312003
A304
BUILDING SECTIONS
12/312003
A401
WALL SECTIONS
12/312003
A402
WALL SECTIONS
2/5/2004
A403
WALL SECTIONS
2/52004
A404
WALL SECTIONS
2/52004
A501
PLAN DETAILS
2/512004
A502
PLAN DETAILS
2/5/2004
A503
VERTICAL DETAILS
2/52004
A504
VERTICAL DETAILS
12/312003
A505
ROOF DETAILS
12/312003
A601
PARTITION TYPES / DETAILS
12/312003
A602
INTERIOR DETAILS
2/52004
S001
STRUCTURAL GENERAL NOTES & QUALITY CONTROL
12/31/2003
SW!
FOUNDATION AND SLAB PLAN
2/5/2004 -
S 102
FOUNDATION AND SLAB PLAN
2/5/2004
5103
SCHEMATIC ROOF PLAN
12/3112003
S 104
SCHEMATIC ROOF PLAN, ROOF UPLIFT PLAN AND
MEZZANINE PLAN
2/5/2004
5201
FOUNDATION DETAILS
2/5/2004
5301
FRAMING DETAILS
2/5/2004
S302
FRAMING DETAILS
2/5/2004
FAIOI
FIRE ALARM PLAN
2/5/2004
P5101
FIRE SPRINKLER PLAN
2/5/2004
FS201
FIRE SPRINKLER DETAILS
12/31/2003
MP00I
HVAC & PLUMBING LEGEND
2/5/2004
MI01
FIRST FLOOR 1-IVAC 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
FIRST FLOOR PLUMBING PLAN
12/31/2003
P501
PLUMBING DETAILS
12/31/2003
P601
PLUMBING SCHEDULES AND NOTES
12/31/2003
P901
PLUMBING RISERS
2/5/2004
E00I
ELECTRICAL SYMBOL AND LIGHT FIXTURE SCHEDULE
2/5/2004
EI0I-L
FIRST FLOOR LIGHTING PLAN
2/5/2004
EIOI-P
FIRST FLOOR POWER PLAN
2/5/2004
EI01-S
FIRST FLOOR SYSTEMS PLAN
2/5/2004
E501
ELECTRICAL DETAILS
2/5/2004
E502
ELECTIRCAL DETAILS
2/5/2004
E601
ELECTRICAL SINGLE LINE DIAGRAM
2/5/2004
E701
ELECTRICAL PANEL BOARD SCHEDULE
2/5/2004
E702
FT ECTRICAL PANEL BOARD SCHEDULE
2/5/2004
ES 101
ELECTRICAL SITE PLAN
Exhibit "C". Deference AIA Document A101-1997,paragraph 8.1.7
Crry OF FAYETTEVILLE 2003.035
D WATER ANSEWER OPERATIONS CENTER Dec 2003
Fayetteville, Arkansas
DOCUMENT (10410- BID PROPOSAL FORM
FROM: JOHN P. MARINONI CONSTRUCTION CO., INC.
1142 N. u ra Dr.
Favet ev> e, Ar.
ContractorLiccnseNo. 0033500 0 (hereinafter called "Bidder'?
TO: City of Fayetteville, Arkansas (hereinafter called "Owner")
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 propose$ to Nmish all labor, materialls, equipment, supervision and all
associated and related items required for the Work, as required by and in strict accordance with the
abovc•named documents for the following sum:
a7:b3laTi7ZaIY:1s
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 stmt of:
(Amount .flwll be in
words shall govern.)
In conformance with Arkansas Act 291 of 1993 (Arkansas Statutes § 22-9-212 et seq.) included in 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 costs of compliance with requirements of OSHA "Standard for
Excavation and Trenches Safety System, 29 CFR 1926, Subpart P:' e,
7w• 1✓..ao/iea/F/ftv Detcrc $ g5a —
(Jjtrenehing and excavation 1s not required indicate the amount of 8).00.)
00410-1
BID PROPOSAL FORM
ADDENDUM NUMBER 2
CITY OF FAYETTEVILLE 2003-O35
WATER AND SEWER OPERATIONS CENTER Dec 2003
Fayetteville, Arkansas
1.2 ALTERNATE PROPOSALS
Bidder agrees to perform all of the Work necessary to complete the Aitemate(s) as described in the
Project Manual and indicated on the Drawings for the following amount(s).
Bidder understands that the Owner reserves the right to accept or reject Alternate Proposals. Alternates,
if accepted, will be taken in reverse order as listed.
ALTERNATE No. 1; COMPLETE FIRE ALARM SYSTEM:
ALTERNATE No. 2; PIPE RACK;
1.3 UNIT PRICES
The Undersigned agrees that the following UNIT PRICES shall govern changes 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_ All Unit Prices shall be
total Installed costs including overhead, profit, geotechnical engineering and all other necessary
costs. Proposing separate add and deduct unit prices shall subject this Bid Proposal to being
rejected as "non -responsive."
ITEM & UNIT OF MEASURE Dill N r DEDUCFI N
refer one prtee orr y
A, GENERAL EXCAVATION:
a. Unsuitable material below finished subgrade removed and backfdled with
specified fill material per cu. yd. In place. d
a /3°—
b. Unsuitable material below the bottom of fouling elevations indicated an the
Drawings; removed and baekfdled with specified material per cu. yd. in place.
2. UNDERCUTTING ALLOWANCE: The Contractor shall include in the base hid
contract amount an allowance for undercutting of existing unsuitable material and
replacement with suitable fill material at the above contract unit price for following:
(Use the seine unit pricer indicated above in the fallowing allowances to the base
bid contract amount.)
00410-2 HID PROPOSAL FORM
ADDENDUM NUMBER 2
CITY OF FAYETTEVILLE 2003-035
WATER AND SEWER OPERATIONS CEN?ER Dec 2003
Fayetteville, Arkansas
a. Undercutting below finished subgrode.
3,000 CY at the unit price ludicated In paragraph
13A,I .a above = S 000
b. Undercutting below bottom of footing elevations.
30 CY at the unit price indicated in paragraph
I.3A.1.h above = S 400
2 jt5 5t9igned has received and examined the following addenda numbered 1(2/5/04)
/Und
( 6 0 J and has incorporated the provisions in this Bid.
1"4t.5 FURTHER CONDITIONS
The Undersigned, by submitting this Bid, fiuther 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 the "INSTRUCTIONS TO BIDDERS."
C. To enter into and execute a Contract, if awarded on the basis of this Proposal, and to furnish the
Performance Bond and Labor and Material Payment Bond in accordance with the General
Conditions of the Contract.
D. THE CONTRACTOR shall ensure that the CITY OF FAYETTEVILLE receives lien waivers
from all subcontractors, sub -subcontractors and matenal suppliers before WORK begins on the
PROJECT. THE CONTRACTOR shall give WRITTEN NOTICE to the subcontractors, sub-
subconnttactore and materiel suppliers providing WORK on the PROJECT that states 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 arc with _(name of
suety)Westfield Insurance Co. " The CONTRACTOR shall have each
subcontractor, sub -subcontractor and' material supplier execute a writtca receipt evidencing
acknowledgement of this statement,
E. To accomplish the Work in accordance with the Contract Documents, of which this Proposal is
made a part.
F. To allow any Federal, State or Local inspector, acting in their official capacity, access to the
project site.
O. That Bidder has included all costs for complying with requirements for paying prevailing wages
as determined by Arkansas Department of Labor and for compliance with Arkansas Code
Section 22-9-301 d seq.
00410-3 BID PROPOSAL FORM
ADDENDUM NUMBER 2
CITY OF FAYETTEVILLE 2003-035
WATER AND SEWER OPERATIONS CENTER Dee 2003
Fayetteville. Arkansas
H. Upon receipt of a Notice to Proceed to perform the designated Work expeditiously and with
adequate forces to completion within 365 calendar days, including anticipated weather delay
days.
I. That the Owner will suffer financial damage lithe Project is not Substantially Complete on the
date mutually agreed upon as set forth in the Contract Documents. The Undersigned shall pay
to the Owner the sum indicted below as mutually agreed upon fixed, agreed, and liquidated
damages:
S 179.00 per calendar day for each day of delay until the Work is Substantially Complete.
J. To coordinate and schedule all Work with Owner.
K. That it is understood that the Owner may reject any or all bids and waive any informalities or
irregularities.
In accordance with Arkansas Code, §§ 22-9-204, et seq, of the State of Arkansas, I (We) submit the
names of the following subcontractors, we propose to use, and their State Contractor License Nos.
NM list.
A. MECHANICAL WORK - UV AC (indicative of beating, air conditioning, and ventilating)
B. PLUMBING WORK
:i
C. ELECTRICAL WORK
D. ROOFING WORK
(Include Prime Bidder's name and license number if Prime Bidder is doing thir work itself and
the Prime Bidder's contractor license ir'qualifledfor this specialty)
"1.7 . ATTACHMENTS
Enclosed with this bid proposal are the following: (Mark all that apply.)
U Bid Security
LI Power of Attorney for bid bond for the bid security.
00410A BID PROPOSAL FORM
ADDENDUM NUMBER 2
CITY OF FAYETTEVILLE
WATER AND SEWER OPERATIONS CENTER
Fayettevillq Arkansas
Respectt4Ay submitted:
Bidder: JOHN P. MARINONI CONSTRUCTION COMPANY, INC
By: c /rJwa^ / ' v R^ .-.... •--^► Date: 2 / 10 / 2004
oHn" p. maririgni.
Title: C.E.O. _
Business Address: 1142 N. Futrall Dr.
Fayetteville, Ar. 72703
2003-035
Dec 2003
Tdcphone Number: 479) 442-8049
•(SEAL)
(If Bid is by)
(a Corporation)
END OF DOCUMENT
00410.5 BID PROPOSAL FORM
ADDENDUM NUMBER 2
S
B•H• C
&won • M&r v CIai* d-Antt
5500 Euper Lme, Fort Smith, AR 72903 (501)452-4000 f,
BID BOND _.
KNOW ALL MEN BY THESE PRESENTS: ( .... i'
That we, John P. Marinonl Construction Company, Inc.
1142 North Futrall Drive
Fayetteville, AR 72703-1101
as Principal, (hereinafter called the Principal"),
and the Westfield Insurance Company
P.O. Box S001
Westfield Center, Ohio 44251-5001 .
a corporation
duly organized under the laws of the State of Ohio as Sorely, (hereinafter celled the "Surety"). we held and firmly
bound unto City of Fayetteville, P.O. Box F, Payettevlllet AR 72701
as Obligee, (herainaIter called the "Obligee"), in the cow
of FIVE PERCENT (5%) TOTAL AMOUNT HID-- Dollars (S (5%) ), for the
payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves. our heirs, executors, administrators, muccenon and
assign., Jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for City of Fayetteville Water & Sewer Operations Center, in accordance with plans
and specifications prepared by Cromwell Architects & Engineers.
NOW, THEREFORE, if the Obligee shall aeccpt the bid of the Principal and the Principal shall enter into a contract with the Obligee in
accordance with the terms of such bid and give such bond or bonds is may be specified in the bidding or contract documents with good and sufficient
surety for the faithful pefomnnces of such contract and for the prompt payment of labor and material fiunished in the prosecution thereof, or in the
event of the f allure of the Principal to enter into such contract aM give much bond or bonds, if the Principal Shall pay to the Obligee the diff nenco not to
exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contact with
another party to perform the work coveted by said bid, then this obligation shell be null and void, otherwise to remain in full force and effect.
Signed and sealed this 10th day of February A.D., 2004.
---- John P. Marinoni Construction Cotsipanys.Inc.
Principal :
�JSBA1)
Title
Westfield Insurance Company
(SEA).)
Scott R. Clark, Attomry-in-Fact
Conform to American Institute of Architects Document A-310.
February 1970 Edition
WESTYIELD
INSURAANCh
A member ufwestfleld GtOupw
RIDER
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 "Act").
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 further 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, become 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 for you.
You should know 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 policy/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 poron of your premium that is attributable to coverage for acts of
terrorism is 50.00. If it becomes necessary to ixl�lude 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 regdMng this notice, please contact your insurance agent
one Park Grde • P.O. Box 5001 • Westfield Cenee OH 441514001 •1.800.20.3.0210.19x 330.887.0800 - wwwmesMe1dgmx=
AD 8529A 11 02
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME •
POWER # AND ISSUED PRIOR TO 09129107• FOR ANY PERSON OR PERSONS NAMED BELOW.
r
General
Power
of Attorney
CERTIFIED COPY
POWER NO. 032005214
Westfield Insurance Co.
Westfield National. Insurance Co.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to Individually as a -Companyand collectively as "Companies,• duly
organized and existing under the laws of the State of Ohio, and having its principal office In Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint .
SAM B. HILLER, LARRY R. CLARK THOMAS L COOLEY, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK,
VICCI L. HILLER, SHANNON C. SCHMIDLY, BECKY S. TIPTON, JOINTLY OR SEVERALLY
of FORT SMITH and State of AR its true and lawful Attomey(s)-in-Fact. with lull power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizaneaa, undertakings, or other instruments or contracts of
suretyship- . - - - . . ` - - . , -' . - .._ .. .. _
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as it such bonds were signed by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-In-Fact may do In
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board at Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
Be it Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and Is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fad to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney -in -Fact. may be given full power and authority for and In the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognlzances, contracts, agreements of Indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such
Attorney -In -Fact shall be as binding upon the Company as If signed by the President and sealed and attested by the Corporate Secretary.'
*Be N Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to Which It is attached' (Each adopted at a meeting
held on February S. 2000).
in Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 29th day of
SEPTEMBER AD., 2003.
� •'•""""'• �•"""" WESTFIELD INSURANCE COMPANY
r„rearnta j.+�yy " 1 ••"2t1ONA.... , �J_.9S -•^• y1 WESTFIELD NATIONAL INSURANCE COMPANY
Affixed v: .rv. o = a: ''p ' ' OHIO FARMERS INSURANCE COMPANY
t4'f ii PLLi ' ca: :zc
�t5Ai. sEAL . t 3= Iro :m5 e :aTJ
-y; 'ne §�•: 1948; s.
%•�` yeti =Tx'• :::oa }.+..:.:'•!�
S ,£
•,, "pyYnlp nVPP,`, ya'••YI,,,WY•1'•' By:
Coup yf of Richard L Klnnaird, Jr., Senior Executive
County Medina ss.:
On this 29th day of SEPTEMBER A.D., 2003 , before me personally came Richard L. Klnnalyd, Jr. to me known, who, being by me duly
sworn, did depose and say, that he resides In Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD
NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above
instrument that he knows the seals of said companies; that the seals affixed to said Instrument are such corporate seals; that they were so affixed
by order of the Boards of Directors of said Companies: and that he signed his name thereto by like order.
Notarial 1AL� (/ ✓ ��
Seal PP,,.
I William J. Kahelin, A rney at Law, Notary Public
State of Ohio N " o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
County of Medina as.: \'.q 01'
♦,r E O r
•r1..lYW.~
it M. Brooks Rorapaugh, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY end OHIO
FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still In full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney
are in full force and effect. 10thda
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this y of
February ;,o , 2004
...1.,.,1,.,,1.......
1,,.,1.....1„
s.'�SYA4yc,"`t•
• ,p<1DIt.K �,ys :• .�.•VS�MSURi. /
I.
nnrr xj II o : ':Y _ ?a4 GNIJiTFgEpi�b�ai
%3kSEAL rro� :�: sFar. :m re• ts=
a.� .rin;: .a2
s Ak :0: 4 :. 1948 •' M. Brooks Rorapaugh, Sege• ry
1 . .• • • •.MM./ . }
BPOAC2 (combined) (06-02)
WATER AND WASTEWATER OPERATIONS CENTER
Proposed Project Budget
March 2004
COST CATEGORY REQUESTED FUNDS
Low Base Bid $3,498,999.00
Deductive Alt. No. 1 (10,200.00)
Deductive Alt. No. 2 (46,000.00)
Undercut Allowance (39.600.00)
Base Contract Award Value ......................
Construction Contingency (5%).....
............. $3,403,199.00
.......... 170,159.00
Telecommunications Wiring and Devices .................... 25,000.00
Demolition of Abandoned Structures........................... 30,000.00
TOTAL PROJECT CONSTRUCTION BUDGET $3,628,358.00
TOTAL PROJECT COSTS $3,628,358.00
2004 BUDGETED FUNDS $3.500,123.00
BUDGET ADJUSTMENT $ 128,235.00*
*BUDGET ADJUSTMENT TO TRANSFER FUNDS FROM WATER/SEWER
FUND'S ACCOUNT BALANCE (RETAINED EARNINGS)
FEW
t g y N c y rc n m
s�
dgmRs ?WCo m Cs�
m a m f lfl
> > > > > Wc E
C p p �_ S a a N+ a s r pg k 7 N D
R m N N 9 fi N.
n, ^ s�0 'a A3 CCCA o� K z °a
<
m
O
y z
A c
Si D
(A
O 25 S,
WN,
F 1
�(jnl
m I �, 1pW1ppp f j pfd Wag
2
n 41� N �i
N N O Ol
g $ 88 $ 8 $8
�8 o 5 p8g � s
W N mSmS A J + N W
02
nS K K n 9 pp
• $ 8 88 8888
• XI
o
S o e m 8 8 8 a
m a & mmq� mq y
N NW +:A
8a Y T
oq 8 8 8 88 8 H
- p a G
m n p 3 p N 8O NO ++Q Q
88 88 88
go
s d
A H H H N 88 HO p
'1 -Jo
Z A
rFO Ce
$ +m w 25 `S 25 O � x
H H e o H o HH
J n
V �
O W
tm
OZr G)
_ m
W
C1
•
RESOLUTION NO.
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 2"d day of March, 2004.
ATTEST:
By:
SONDRA SMITH, City Clerk
APPROVED:
STANOREVIEW FORM - FINANCIAL OBLIGATION
X AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
UJ f &atLLothV QMd(M4
—Maj ;n01 &'%c!-.
5IX16Y
For the Fayetteville City Council Meeting of: March 2, 2004
FROM: j
7%?ai'/�'!i thr
Greg Boettcher Water/Sewer/Meter Water and Wastwater �i9e'5
Name Division Department
ACTION REQUIRED: Resolution approving award of the Water and Sewer Operations Center
construction contract to Marion Construction, Inc. of Fayetteville, Arkansas in the
amount of $3,403,199.00. Action includes the acceptance of the deductive bid alternates
N. 1 and No. 2 plus the removal of the allowance for subgrade undercut. The proposed
project budget includes $225,159.00 for contingent needs. A budget adjustment to
transfer $128,235.00 from the Water and Wastewater fund balance is also requested to
fully fund the project budget.
COST TO CITY: A net financial authorization of $3,628,358.00.
$3,628,358.00
Cost of this request
5400.5600.5804.00
Account Number
98076
$3,610,441.00 Water and Sewer Operations Center
Category/Project Budget
$110.318.00
Funds Used to Date
$3,500,123.00
Program Category / Project Name
Water and Wastewater Improvements
Program / Project Category Name
Water and Sewer
Project Number Remaining Balance Fund Name
BUDGET REVIEW: X Budgeted Item X Budget Adjustment Attached
—l�l'osl
udget Manager Date
CONTRACT/GRANT/T.waaw REVIEW:
A counting Man g r Date Internal A itor Date
z 11/0L_ ala31o4
City At orrneeyy Date Purchasing Manager Date
d/ Z`/ 7 -Cy Received in Mayor's 0£fice OC /Tp
Divis on Head Date Date
Z -(7- 0 cross Reference:
Depar ent D' ector Date
Previous Ord/Res#:
2-(f.aif
Finance & Internal Services Dir. Date Orig. Contract Date:
LI
Date
/ U
Date
Orig. Contract Number:
New Item:
Yes
I
Description
Comments:
Budget Manager
Accounting Manager
City Attorney
Purchasing Manager
ADA Coordinator
Internal Auditor
Grants Coordinator
Staff Review Form - Page 2
Meeting Date March 2, 2004
Reference Comments:
From: Clarice Pearman
To: Boettcher, Greg
Date: 3/3/04 12:31 PM
Subject: Marinoni Construction
The city council passed a
resolution March 2, 2004 approving a
construction
contract with Marinoni
Construction. Please see
that I get a signed original contract to
continue the
resolution process.
Thanks.
JOHN P MARINONI SSTROCTION CO. INC.
(501)251-1316 251-1319 Fax
Mr. Thad Kelly III, AIA
Cromwell Architects & Engineers
Fax 582-2929
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 72703
E-mail marinoniconstu aol.corn
March 12, 2004
Re: Fayetteville Water & Sewer Operations Center
Dear Mr. Kelly:
Attached is the original plus two copies of the contract, two recorded copies of the
Payment and Performance Bonds and three copies of the certificates of insurance.
Sincerely,
John P. Marinoni
CEO
�`��csEN��c�EEe
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDEN
To: Greg Boettcher
Administration
From: Clarice Buffalohead-Pearman
City Clerk Division
Date: March 22, 2004
Re: Resolution 35-04
Attached is a copy of the above resolution passed by the City Council, March 16, 2004, approving
a contract with Marinoni Construction, Inc. for the new water and sewer operations center and
authorizing a budget adjustment. I have attached two originals and a copy of the budget
adjustment.
This resolution will be recorded in the city clerk's office and microfilmed. If anything else is
needed please let the clerk's office know.
/cbp
attachments
cc: Nancy Smith, Internal Auditor
be bar4 1zll I aEd F
Coy Hurd
Submitted By
City of Fayetteville
Staff Review Form
N/A
City Council Meeting Date
Building Services
Division
Action
action required in this matter is for the Mayor to sign
$12,487.52
Cost of this request
5400.5600.5804.00
Account Number
98076-20
Project Number
Budgeted Item
City Attome
$ 1,631,832.00
Category/Project Budget
$ 1,411,891.00
Funds Used to Date
$ 219,941.00
Remaining Balance
Budget Adjustment Attached
Finance an Internal Service Director Date
Mayor
Financial and Internal Services
Department
Water and Sewer Operations Building
Program Category! Project Name
Water and Sewer Improvements
Program! Project Category Name
Water and Sewer Fund
Fund Name
Previous Ordinance or Resolution >x 35O 5L
Original Contract Date:
Original Contract Number.
Received in City Clerk's Office
I
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Dan Coody, Mayor
FROM: Coy Hurd, Project Manager
VP
THROUGH: Stephen Davis, Director of Financial and Internal Servic
RE: Water and Sewer Operations Center, Change Order Number One
DATE: May 3, 2005
Attached please find Change Order Number One for the Water and Sewer Operations
Center. Although this work stands at seventy-five percent complete, I submit the first
change. Most of these items listed are tweaks to the design, as the work progresses, to
better address the needs of the users of this facility. Notice that items 8 and 14 are
credits.
Item 8 represents an allowance that was initially inserted into the contract to address any
needed security for the building. As this work progressed, the preserved need for an
elaborate security system has diminished. We will (in all probability) include magnetic
locks on some of the doors and automatic sliding gates in the work instead of such an
elaborate security system.
With these changes, the value of Marinoni's contract increases by $12,488, to a total of
$3,415,687. This is the only draw from our original contingency amount of $225,159
(leaving $212,671 in the contingency). We will use some of this contingency for the
purchase of furniture for the building.
In addition, this Change Order authorizes the addition of 86 days to the construction
contract, making the completion date June 23, 2005. It is my opinion that Mr. Marinoni
is entitled to these days through clauses in our signed contract.
Please note that the City Council authorized the use of this contingency fund (by
Resolution No. 35-04, attached). Further action by the Council is then not indicated. I
remain available to answer any questions regarding Change Order Number One, and
recommend that you sign it at your earliest convenience.
l
RESOLUTION NO. 35-04 MICROFILMED
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 2"° day of March, 2004.
By:
By: ?
SONDRA SMITH, City Clerk
APPROVED:
CHANGE O`VNER ❑
ARCHITECT O
ORDER CONTRACTOR ❑
FIELD ❑
AIA DOCUMENT G701 OTHER C]
PROJECT: City of Fayetteville CHANGE ORDER NUMBER: One (1)
Water Operations Center
Blvd DATE:
April 28, 2005
Fayetteville, AR 72703
TO CONTRACTOR: ARCHITECT'S PROJECT NO: 2003-035
John P. Marinoni Construction, Co.
1142 Futnll Drive CONTRACT DATE:
March
2, 2004
to
Fayetteville, Arluosu 72703
The Contract is changed as follows:
Item Na 1: Provide temporary transformer by SWEPCO
$702.11
Item No. 2: Provide work to existing water utility line for connection
$2,032.79
Item No.3: Provide undercut for dirt work per unit prices 233 cy @ S13.00/cy
$3,029.00
Item No. 4: Provide Post Indicator Valve on fire sprinkler line
$3,031.38
Item No. 5: Provide new route for water loop at cul-de-sac
$5,068.20
Item No.6: Provide rework to meter testing trench drains
$6,309.76
Item No. 7: Increase exterior building sewer main from 4 inch to 6 inch
$1,716.36
Item No.8: Delete Security System allowance from contract
($20,000.00)
Item Na 9: Divide Office 151 into 2 offices
$5,617.53
Item No. 10: Provide control room at SE corner of classroom 116
$5,500.72
Item No. 11: Provide 3 -way switch at east end of concourse 131
$205.64
Item No. 12: Provide a switch for future garbage disposal Breakroom 122
$227.99
Item Na 13: Provide 1" medium pressure gas line to Vehicle Storage Building
$2,046.04
Item No. 14: Decrease sign allowance
($3,000)
Not valid until signed by the Owner, Architect and Contractor.
The Original (Contract Sum) ( ) was...... _ ............................_._..........
$3,403,199.00
Net change by previously authorized Change Orders............_............................................._.__...
0.00
The (Contract Sum) ( ' ) prior to this Change Order was.......................$3,403,199.00
The (Contract Sum) ( ) will be (increased) (decrease&)
(nnahangad) by this Change Order in the amount of_............................................._.............
$12,487.52
The new (Contract Stun) ( ) including this Change Order will be........
$3,415,686.52
The Contract Time will be (increased)(deereesed) (va ed) awe
(86) days.
The date of Substantial Completion as of the date of this Change Order therefore is
June 23, 2005.
NOTE: This sunmwy does not reflect changes in the Contract Suu4 Caanka Time or Guararaeed
Maainnun Price which have been aulhaired by
Coamu>«ar Charge ITa ivc.
• . ., aY
r •.:
-
•.
CONTRACTOR
1142 N. Futrell Drive
At
Fayad�tcvil//b Arlen 7277003
BY C/ ifla- ---..,�
DATE 4 -29 -or
City of Favctievillc
AIA DOCUMENT 6701 • CHANGE ORDER • 1987 EDITION • AIA® • 01987 • THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE. N.W., WASHINGTON, D.C. 20006 6701-1987
JOHN P. MARINONI CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 72703
(501) 251-1316 FAX 251-1319
December 9, 2004
Cromwell Architects A Engineers
Fax 582-2929
Ann: Mr. Thad Kelly III. AlA
Fib Reference: 1 rev 2
Re: City of FayenevlQe Vyeter & Sewer Operations Center
Dear Mr. Kelly:
We request an extra 702.11 for the following additional work:
Installation of a temporary pole -mounted transtonner. The power company is bringing
the 12,000 volt line to the property line and will be pulling the cable thnr the electrician's underground
oondult over to the permanent transformer. SWEPCO Is supplying the permanent transformer, but It
will be a while before that gets sat. In the mean time, a temporary transformer has to be set to get
the power down to 1201240 votts. They are not charging for any of this work except the 'UP and Down'
charge for the temporary transformer.
Floyd Homaday at 479-973.2301 Is the Swepco person that gave me the price on this transformer.
Sinatey,
John P. Marinonl
Note: the extension Includes Labor plus 50% for payroll burden, vehicles and small tool use
Materials plus 13.5% for sales tax and Incidental items
DESCRIPTION
GENERAL CONTRACTOR'S WORK:
SUBCONTRACTED WORK:
Mounting and later dismounting a temporary transoorme
UNIT Labor Materials Subs
I LS 628.22
5.000% Markup on Subcontractors
6.440% Bonds 8 Insurance
Equipment Total
0.00
0.00
0.00
628.22
0.00
0.00
31.41
42.48
Total 702.11
JOHN P. MARINONI CONSTRUCTION COMPANY, INC.
6/4/2004
SWEPCO $628.22
Re: Water & Sewer Operation Center -Fayetteville, Ar.
For a Temporary Transformer st the above referenced project.
041233
ORIGINAL CHECK HAS A COLORED BACKGROUND PRINTED ON CHEMICAL REACTIVE PAPER. SEE RACK FOR DETAILS
I. j" i r
I .
.. • ..t.
. .. a. -1 ..
1<
DATE AMOUNT
6/4/2003 $628.22
Six Hundred Twenty Eight Dollars and 22/100
PAY
TOTME SWEPCO
ORDER
OF
u"UY.CJ]II:
4U44000oU4.•
U4000CUa]bi6N'"
/hone Q�t,Te
!`loin J/°'^° d4Y
S W e,QC°
e & /JA otl�t `4Q&!
97.7-2701
Foe T/►n/Ic'. —Fe
fe,ti ( '4:
SWVPCa
/o/ West 7e..Jnl'"p
Fes. 72703
S-/3-aIV
A [ P E7ee"i:( %IaWQ 'CO.
WIlLY St $5 -Joe o. 7EM?0rQ7 rians1 e.ner
o f 'flit Fayer /t 0: 11r
I
JOHN P. MARINONI CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 727Q
(501) 251-1316 FAX 251-1319
January 14, 2005
Cromwell Architects & Engineers
Fax 582-2929
Attn: Mr. Thad Kelly III, AIA
File Reference: 3 rev I
Re: City of Fayetteville Water & Sewer Operations Center
Dear Mr. Kelly:
We request an extra as followl for unsuitable material below the finished subgrade that was removed and
replaced with the specified fill materiak.
West Parking area 30 x 40 x 1 = 44 cy
Storage area 130 x 20 x 1 = 96 cy
Storage area 75 x 50 x 8" = 93 cy
233 cy @ contract unit price of $13.00/cy = $3,029 it
We also request an additional 7 days to be added to the contract for this. 4
Sincerely,
A/w
John P. Marinoni
Les Rogers Sand & Gravel
3151 Ed I dwatds Read
Fayetteville. AR 77701
Bill To
John P: Alarinoni Const.
1 142 Futrall Drive
Fayetteville, AR 72704
City of Fay. Water & Sewer Ops. Center
PAY REQUEST #3
Date
8/30/2004 1187
Job Number
.2164
Description Amount
I.) Northwest parking: Cut
3,275 cu. yds.
@ $3.45 p/cu.yd.
Fill 4;275 cu. yds. @ $7.00
p/cu.
yd.
2.) Storage Area and Storage Building:
a. Cut 6,800 cu. yds. (a3 $3.45 p/cu. yd.
b. Fill 5,460 cu. yds. 4J $7.00 p/cu. yd.
3.) North Dctcntion Pond. Lump sum. 1,600 cu. yds.
South Detention Pond. Lump sum. 6,000 cu. yds.
CHANGE ORDER:
Extra cut and
till on Parking Areas.
Storage Arru.
130' x 20' x
l' e 96 cu.
yds.
75'x50'xK"=93
cu.
yds,
West Parking:
30' x 40' x
1 = 44 cu.
yds.
Total: 233 cu.
yds. a, $10.45
p/cu. yd.
Sales Tax (0.0%)
Total
11,298.75
29,925.00
23,460.00
38,220.00
5,520.00
20,700,00
2,434.85
$0.00
$131,558.60
August 30, 2004
Marinoni Construction Company
1142 North Futral Drive
Fayetteville, Arkansas 72703
Attention: Mr. John Marinoni
1rerracon
5479 Halley Avenue
Springdale. Arkamas 72762
(479) 7509775 Fax: (479) 750-9783
Re: Subgrade Soil Evaluation and Proofroll Observations
Water and Sewer Operations Center
Fayetteville, Arkansas
Job No: 39041145
Dear Mr. Marinoni,
As requested, Terracon personnel provided testing and evaluation services for the
above referenced project on August 16, 2004. The services provided included
observation of the north entrance to the west parking lot.
The north driveway entrance to the west parking lot was proofrolled with a loaded
tandem -axle dump truck. An approximate 50 -foot by 50 -foot area appeared to be
unstable and was unsuitable to place fill on. Terracon recommended that the unstable
soil be excavated an additional 12 inches and be replaced with a bridge lift of suitable fill
material to stabilize the area prior to constructing the minimum required thickness of
select fill.
If you have any questions or if we can be of further service, please do not hesitate to
call.
Sincerely,
TERRACON
o�\
David Berry E.I.
Project Manager
DAB:KLM:
Copies to: Addressee (2)
Kenneth L. McCurdy'
Geotechnical De. rtment Manager
Y I'�
lVr,�
•cVP 1 0 ?riot
J -;
Arizona ■ Arkansas ■ Cahlurnia ■ Colorado ■ Georgia ■ Idaho ■ Il:irgis ■ Iowa ■ Kansas ■ Kentucky ■ Mirvursola ■ Missouri
Montana ■ Nebraska ■ Nevada ■ Now Mexrco ■ North Carolina ■ Oklahoma ■ lonrwssee ■ Texas ■ Utah ■ Wueonsm ■ Wyoming
Consulting Engineers 8 Scientists Since 1965
www.terr acon.Corn
7
August 30, 2004
Marinoni Construction Company
1142 North Futral Drive
Fayetteville, Arkansas 72703
Attention: Mr. John Marinoni
Irerracon
5479 Malley Awnuo
Springdab, Arkansas 72762
(479) 75O-9775 Fax: (479) 750.9767
Re: Subgrade Soil Evaluation and Proofroll Observations
Water and Sewer Operations Center
Fayetteville, Arkansas
Job No: 39041145
Dear Mr. Marinoni,
As requested, Terracon personnel provided testing and evaluation services for the.
above referenced project on August 19, 2004. The services provided included
observation of the gravel turn around area.
The area of the proposed gravel turn around area was proof rolled with a loaded tandem -
axle dump truck. The area in the west one-third of the turn around area appeared to be
unstable and was unsuitable to place fill on. The unstable soils were recommended to
be removed to enable placement of a bridge lift with suitable fill material to stabilize the
area prior to constructing the minimum required thickness of select fill.
If you have any questions or if we can be of further service, please do not hesitate to
call.
TER
David Berry E.I.1
Project Manager
DAB: KLM:
Copies to: Addressee (2)
K" enneth L/. McCurdy
Geotechnical Depart,7�fit Manager
a ) ceo 1 f) �mL
Arizona ■ Arkansas ■ California ■ Colorado ■ Georgia ■ Idaho ■ Illinois ■ Iowa ■ Kansas ■ Kentucky ■ Minnesota ■ Missouri
Montana ■ Nebraska ■ Nevada ■ New Mexico ■ North Cwolma ■ Oklahoma ■ Tennessee ■ Texas ■ Utah ■ Wisconsin ■ Wyoming
Consulting Engineers & Scientists Since 1965
www.lerracon.cum
JOHN P. MARINONI CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 72703
(501) 251-1316 FAX 251-1319
January 14, 2005
Cromwell Architects & Engineers
Fax 582-2028
Aft Mr. Thad Kelly Ht, AIA
File Reference: 5 rev 3
Dear Mr. Keay:
We request an extra of $3.031.38 for the following work:
Adding a Post Indicator Valve on the sprinkler fine where it tee's off the B' main fine.
Smco.c17,
John P. Marino n
Note: the extension intrudes Labor plus 50% for payroll burden, vehicles and small toot use
Materials plus 13.5% for sales tax and Incidental Items
DESCRIPTION UNIT Labor Materials Subs Equipmen Total
GENERAL CONTRACTOR'S WORK:
Supervision 1 Day 250.00 187.50
0.00
15% Mark up on GC's work - 28.13
SUBCONTRACTED WORK:
Post Indicator Valve 1 LS 2.430 2,430.00
Mega Lugs 1 LS 77 77.00
0.00
r
125.35
183.41
Total 3,031.38
anr-GJ—G✓J04
ttgcc
Fire &
Security
is
September 9, 2004
SIMP�EXC?III\INELL ION 479 751 8479
Jfl q.JTLW a Pao✓
5191 N. G.k Svoor
Sprrpd,ic AR 72764
lwr 479.751-8453
for. 470.751.8479
14nwthnJpJ843f,nnV coin
Mr. John Marinoni
John P. Marinoni Construction Co., Inc.
1142 N. Futrell Drive
Fayetteville, Arkansas 72703
RE: 8" Valve & PIV Change Order
Fayetteville Water and Sewer Project
Fayetteville, Arkansas
Dear John:
In reference to the above change order per your request to install an 8" PIV valve & post is
$2,430.00 to install. This price includes labor, material, delivery, and taxes.
Below is our scope of work.
I. Install an 8" PIV valve
2. Install a PIV post and handle
3. lmtalla tamper swkch
.r.,
.. ".I ....... . . .- . . .
Sincerely,
Lee Dunk
k
Sprinkler Manager
r',cjru,•
P.01/d1
TOT PL P.01
JOHN P. MARiNONt CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 72703
(501) 251-1316 FAX 251-1319
January 14, 2005
Cromwell Architects & Engineers
Fax 582-2929
Mn: Mr. Thad Kelly III, AIA
z:r: ;it �:�:r-x,
Dear Mr. Kelly.
We request en extra of $5,068.20 for the following work:
Changing the water loop around the cut -de -sac.
Sincerely, #,44"____:
John P. Marinoni
Nate: the extension laciudes Labor plus 50°.6 for payro6 burden, vehicles end smog toot use
Materials plus 13.5% for sales tax and incidental items
T
DESCRIPTION UNIT Labor Materials Subs Equipmen Total
GENERAL CONTRACTOR'S WORK:
Supervision 2.00 Days 250.00 750.00
0.00
15% Mark upon GC's work 112.50
SUBCONTRACTED WORK:
S & G Plumbing Company
1 LS 3,713.39 3,713.39
0.00
0.00
5.000% Mark -Up on Subcontractors 185.67
6.440% Bonds & Insurance 306.64
Total 5,068.20
Sep -24-04 10:17A
P.04
S & G PLUMBING COMPANY
479-521-7906 1752 BARRINGTON DRIVE
FAYETTEVILLE, AR 72703
9/24/04
TO: MARINONI CONSTRUCTION
ATTN; JOHN MARINONI (- d - rQ c
7414�I UJdTtr /eop t� �I (".J-
ap 4�
RE' EXTRA MAT. ADDED u tm1co
1. 8" VALVE 746.52
2- VALVE BOX'S 108.90 217.80
5- ANCHOR COUPLINS 110.00 550.00
12- B" MEGA LUGS 42.71 726.07
2- 8"45 118.00 236.00
2- 8" 22 118.00 236.00
2- 8" 1 I 118.00 236.00
3- KICKERS 120.00 360.00
LABOR 9 MAN HR. X 45.00 405.00
TOTAL DUE THIS INVOICE 3,713.39
IF YOU HAVE ANY QUESTIONS PLEASE CALL.
THANK YOU
GEORGE D.CLEGG
JOHN P. MARINON1 CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVtLLE, ARKANSAS 72703
(501) 251-1316 FAX 251-1319
January 14, 2005
Cromwell Architects & Engineers
Fax 582-2929
Attrt: Mr. Thad Kelly III, AIA
File Reference: 4 rev 3
Dear Mr. Kelly
We request an extra of $6,309.76 for the following work:
Additional trench drain and revised layout around the city supplied storage tanks.
Sincerely,
John P. Marinoni
Nott the extension includes
DESCRIPTION
Labor plus 50% for payroll burden.. vehicles and small tool use
Materials plus 13.5% for sales tax and incidental items
UNIT Labor Materials Subs Equipmer. Total
GENERAL CONTRACTOR'S WORK:
Supervision 1 Day
SUBCONTRACTED WORK:
Extra Trench Drain 1 LS
Extra Labor & Concrete 1 LS
250.00 375.00
000
15% Mark up on GC's work 56.25
4.172 4,172.00
1,063 1.063.00
0.00
5003%
Mark -Up
on Subcontraciors
201.75
6.440%
Bonds &
Insurance
381.76
Total 6,309.76
.JCHNSON MECHANICAL CONTRACtO , INC.
Total Add $4,172
513 Pr•Yfa Shut. Fsys"woft. AAmpas 77701
T•Mphon• 479 412QB7
FAX 479444-7572
FFtZM ; SJBC1N ENTERPRISE, IC. P -&E ND. : 479 361 5788 SEP. 14 2a04 12:42PM P1
CRETEWORKS
A Division of SubCon Enterprises, Inc.
P.O. Box 488 TonMown, AR
Phone: (479) 361.1148
Fax: (479) 361-6788
CHANGE ORDER
c.0.# DATE 7 n
—O
CUSTOMER INFORMATION
JOB SITE INFORMATION
NAME PpJOB
NUMBER D
ADDRESS
JOB NAME JctA 1
£.tMW
CITY,ST. & ZIP
JOB MANAGER
We hereby agree to the changes in price as follows:
/O 6
C(L
(?
We agree to make chang(s)
Contra tOr ignature
Specified above at this price:
o
Previous contract amount,
Date
Revised contract amount:
ACCEPTED - The above prices and spocW.cations of t'us change order are satisfactory and are
hereby accepted. All work is
to be performed under the same terms and conditions
as specified in the original contract.
Signature
Date
JOHN P. MARINONI CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVtLLE, ARKANSAS 72703
(501) 251-1316 FAX 251-1319
January 14, 2005
Cromwell Architects & Engineers
Fax 582-2929
Attn: Mr. Thad Kelly III, ALA
Dear Mr. Kelly:
We request an extra of $1,716.36 for the following work:
Increasing the building sewer fine from 4" to 6".
Sincerely. �
John P. Marl
[:];I _y ,
Note: the extension includes Labor plus 50% for payro8 burden, vehicles and small tool use
Materials plus 13.5% for sales tax and incidental items
DESCRIPTION UNIT Labor Materials Subs Equipment Total
GENERAL CONTRACTOR'S WORK:
SUBCONTRACTED WORK:
UTILITY WORK
15% Mark up on GC's work
1 S & G PLUMBING 1.535.73
5.000% Mark -Up on Subcontractors
6 440% Performance and Payment Bonds
Total
0.00
0.00
0.00
nor)
0.00
1,535.73
0.00
0.00
76.79
103.65
1,716.36
• S & G PLUMBING COMPANY p E
479-521-7906 I I TPAR703
November 11, 2004
LETTER OF TRANSMITTAL
TO: MARINONI CONSTRUCTION
ATTN; JOHN MARINONI
RE: FAYETTEVILLE MAINTANCE BUILDING
NOTE; INCREASE BUILDING SEWER TO 6" FROM 4"
INSTALLED 4" SEWER INSPECTOR HAD US STOP & CHANGE TO6"
REMOVED 4" REDUG DITCH TO NEW ELEVATION.
9/10/04 MATT & JOSH 7;00 TO 11;00 = 8 M.H. X 45.00 = 360.00
9/10/04 TRACKHOE 2 HR. X 75.00 = 150.00
SERVICE SUPPLY # 1079530-01 = 1,025.73
TOTAL DUE THIS INVOICE 1,535.73
IF YOU HAVE ANY QUESTIONS PLEASE CALL.
THANK YOU
GEORGE D. CLEGG
JOHN P. MARINONt CONSTRUCTION COMPANY, tNC•
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 72703
(501) 251-1316 FAX 251-1319
Cromwell Architects & Engineers
Fax 582-2929
Attn: Mr. Thad Kelly III, AlA
Re: City of Fayetteville Water & Sewer Operations Center
tij Ift an •1
Ii::••:.• • •• •.
smcerey,
John P. Marinoni
Note: the extension includes
DESCRIPTION
GENERAL CONTRACTORS WORK
upevvtsion
I
Day
250.00
375.00
Hollow metal door frames
2
ea
25.00 160
438,20
Hollow metal door leafs
2
ea
25.00 240
619.80
Door hardware set 10
1
set
50.00 135
228.23
Door hardware set 12
1
set
75.00 210
350.85
Masonry Rebars
115
LIDS
040
52.20
Drilling & setting dowells in the slab
3
ea
5.00 2.00 2.50
38.81
Clean up & dumpster fees
1
LS
25.00 25.00
65.88
15%
Mark up on GC's work
325.04
SUBCONTRACTED WORK:
Electrical
1
LS
500
500.00
Masonry
1
LS
1,300
1,300.00
Drywall
1
LS
480
480.00
Painting
1
LS
325
325.00
Vnyf Base
1
LS
48
48.00
5.000%
Mark -Up on Subcontractors
132.65
6.440%
Performance and Payment Bonds
339.88
Total
5,617.53
Labor plus 50% for payroll burden, vehicles and small tool use
Materials plus t3.SO/a for sales tax and inddental Items
UNIT Labor Materials Subs Equipmen Total
G� A4FrANY
m flue
wflu L na i ADPAZ O
anaeteote
d7N6tap
.• r • . .r.
John Mt noni
QUOTATION
DATE: 01n4a005
Add hollow metal frames for openings 1514 and 144C (2 ea @ 160 each = $320)
Add hollow metal door leafs for openings 151A and 144C (2 ea @ 240 each = $480)
Add an extra door hardware set 10 $135
Add an extra door hardware set 12 $210
TOTAL 1,145
". ...,
-, 1. ., ...
..:.,
COMPANY:
BY: OMPANY
flux:at
ALAN THVJ BEA
DATE•
ant F ru...a THANK YOU FOR THE OPPoRTUNI/Y TO QUOTE 71141 HATERIALO!!
P.O. 1803 1370
701 KswnerDv$vt
MT Sprbadaie, AR 72765
OCTRIC P8 4796 756.6777
PAX 479-7%. 6"1
January 10, 2005
Mor noai Coaatrue6on Company
1142 Ftttnll Drive
Fayetteville, AR 72761
Alta: Jobs P. Marinonl
RE: Payettevfpe Water & Sewer
We are asking for a change order on the following items.
Item #1- Room # 116 S.E. corner, add, (9)1G receptacles, (1) siagfe pole Dimmer and (1)
incandescent 10" drum two lamps, light fixture. We am providing two 120 -volt, 20amp
circuits from panel E2 to power these receptacles. ADD $ 1,391
Item K2. Room #151, divide into two offices , ,- av switches, one fixture type 82
$
and one 120 -volt 20 amp receptacle. DD S00
item #3 Concourse 131, add one 3 -way switch. ADD $ 184
Item #4 Break room 122, add 120 -volt connection and switch for garbage disposal,
ADD S 204
•
CB MASONRY, INC.
BRICK - CONCRETE BLOCK - STONE
P.O. Box 46140
Little Rock, Arkansas 72214
(501) 455-5959
State contractor License No. 0012310204
January 5, 2005
Marinoni Construction
Fax 479-251-1319
Dear Mr. Marinoni:
We request an add of $1,300 for adding an 8" block wall dividing room 151. This
wall will get the vertical and horizontal reinforcement in grouted cells per the
standard detail for this job.
Sincerely,
Mark Corbitt
Estimator
••.. ...:......,a —man AL STUDS&DRYWALL
BUILT - WELL CONSTRUCTION CO.
PbiUip Pbtchcr
Past Ohio. Boa 1216
Beotonvlje, Ar 72712
Office (479) — 787-9820 -- Fax (479) - 797.602,7
Centractors Lange 00803101109
DATE: January 13, 2005
TO: Marinonl Constrotdon
Ann: John
JOB: Fayetteville Water alk Serer
RE: Addiltonal Worst
Materiel, labor, taxes and insurance to install the following:
1. Approximately 12 LF of wall at classroom #1 16 to be 3 5/8" 20 gauge metal studs 16" on
center to bottom of purlin and I layer of 5/8" sheet rock on each side of wall full height, no
iasuiation - ADD: $ 964
2. Add furring on block walls at office area 19' high with 7/8" 25 Range DWC and 5/8" sheet
rock- ADD: $ 480
NOTE: Temporary power, lights and dumpster supplied by General Cuutr>actor.
RogenAhanew, Phone (501) 621.9800: Fax (501) 621-9895
I I 1rI) I1 1Nit) I
PROJECT: City of flyettrville($ewer and water operations center)
ATTM: John Marinoni
Extra painting on the block wall added which divides room 151
Add $325
QUOTE SUBMITTAL
Date: January 4, 2005
Project Name: City of Fayetteville, Water & Sewer Operations Center
From: Dave Jones
Bidder Commercial Coverings, Inc. (CCI)
2660 W. Walnut, Rogers, AR 72756 Phone 479-631-2500 Fax 479-631-2233
To Marinoni Construction Co.
We request a change order in the amount of $48 to run the base on the wall being added to divide room 151
JOHN P. MARINONt CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYE►TEVILLE, ARKANSAS 72703
(501) 251-1316 FAX 251-1319
January 14, 2005
Cromwell Architects & Engineers
Fax 582-2929
Attn: Mr. Thad Kelly III, AIA
File Reference, 11
Re: City of Fayetteville Water & Sewer Operations Center
I •1 hl9fb.ii'N9
t,; .
n♦ •.. • •--•. II
• 1• 1 u • 111L• • r. door• ••• •• Ifacing • • 1 ♦ ••
'••. •l .•• .• .� _ •� • • *4'L. be : 1••jd
• �1 M
'i Lk. J JII..i I
Sincerey.
John P. Marinoni
Note: the extension includes
DESCRIPTION
Labor plus 50% for payroll burden, vehicles and small tool use
Materials plus 13.5% for sales tax and incidental items
UNIT Labor Materials Subs Equipmen Total
GENERAL CONTRACTOR'S WORK
Supervision 1 Day 250.00 375.00
Hollow metal door frame 1 ea 25.00 160 219.10
Hollow metal door leaf 1 ea 25.00 240 309.90
Door hardware set 10 1 set 50.00 135 228.23
Hoilow window frame 1 ea 25.00 175 236.13
Clean UP and Dumpsler Fees 1 IS
25.00 25 65.88
SUBCONTRACTED WORK 15% Mark up on GC's work 215.13
Electrical 1 LS 1,391 1,391.00
Glass 1 LS 348 348.00
Painting
Drywall 1 LS 648 648.00
1764 964.00
5.000% Mark -Up on Subcontractors 167.55
6.440% Performance and Payment Bonds 332.81
Total 5.500.72
ESCHE
COMPANY
QUOTATION
flat Sara
rDR
flflMs
*z nasa
ATilk JOMA acri
NENp106�'OAn
Add a hollow metal frame for opening 1064 $160
Add another FE -I hollow mewl window frame $175
Add a hollow metal door leaf for opening 106A $240
Add an extra door hardware set 10 $135
TOTAL $710
ft our 0tllotsee bpbnod N Mbsionpfle.wdosSc.
IbraaMasaCA0OIMslevew cs
ar • T
COMPANY:
• ar
P.O. 8os 1370
7O1Ka_
RS SpSgdaiAR 72e. AR 72765
tC1R1C P& 4S?5S 6177
VAX 479.756- 6931
January 10, 2005
MarinoW C.oaatrut on Company
1142 Futmll Drive
Fayetteville, AR 72761
Mtn: Joibn P. MarivaW
RE: Payetsn@e Water & Sewer
We are asking for a change order on the following items.
Item #1. Room (1116 S.E. Comer, add. (8) IG receptacles, (1) sirrgk pole Dimmer and (1)
incaodnccat 10" dnun two lamps, light fixture. We am etc • 120 -volt, 20amp
circuits from panel E2 to power these receptacles. D $ 1,391
Item C. Room #151, divide into two offices. Add rwn 3 -way switches, one fixture type 82
and one 120 -volt 20 amp receptacle. ADD S 500
Item #r3 Concourse 131. add one 3 -way switch. ADD $ 184
Item #4 Break room 122, add 120 -volt connection and switch for garbage disposal.
ADD $ 204
Tim White
Project Manager
iMam Electric In. of Arkansas
Bsager Gass
1766 N. Colleege Ave.• Fayettevv lle. AR 72703
479-443-4373 - FAX 479.443-3331
Quote Con$rrnation
To: John P. Marinoni Conshvction Job Name: Water Treatment Plant Ch Inge Request I
1142 Ftma11 Dr.
FayetteWpe, AR 72703 Quote # : 200301064
Attu: John Marinoui Fax:251-1319 251-1319
From :phone
'Ibisquote covers onb' the materia s Iist d below. Price quoted is fstn fm 30 days temp below date and is so rjat to our
terns and conditions of sale as defined herein. TERMS OF THIS SALE
2✓Zsraash and install:ARE: eatJO.
1) lJa" eloar —"�--
LaAPered glass Sn new hollotr metal frame. approx. 10 aq. ft.
Class No. Finish T�
Clear ' Total Net Prl a (All Prices Include $..les
Dark Bronze $340.20
Black
Etter:or Paint
Interior Paint Approxir^atc abipping
Mill pis -cheat order an�o app �ed week after receipt of
Othcr FOB. shipping ht. drawings.
Dp s point, freight.
General Notes: All°wed Collect
NOTE
This proposal is qualified by
Design and/or Quantities listed
READ CAREFULLY_
BY tack Barnhart
Title: Branch Manager
Date: 01-14_2005
icr Adwses, PNone (301) 621.9800: Pss (301) 621.9893
rfl-
PROIECTt Crty of Payettevlla{Sewer and water operations csater)
ATTV: John Marinoai
Extra sheetrock finishing and painting on the new walls making up
these rel roo in the southeast corner of classroom 116
Add
ALUUSr1CALCEILINGS -METAL STUDS & DRYWALL
BUILT - WELL CONSTRUCTION CO.
Pholip rhufter
Pact O1Croe Box 1216
Beaton,( , Ar 727)2
Office (479)— 787_ 0 -- Paz (479) — 797-6025
Contrncton Ucease 06003601?85
DATE: January 13, 2005
TO: Marinoni Construed"
Attn: John
JOB: Fayetteville Water & Seger
RE: Additional Work
hllattrial, labor, taxes and insurance to install the following!
1. Approximately 12 LE of wall at classroom #116 to be 35/8"
center to bottom of porlin and I 1 ° metal studs 16" on
insulation - aS�T of 5!8" sheet cxt each side o 1 full height, no
ADD: $ 964
2. Add furring on block wails at office area 19' hi 718" 2 ¶ gauge DWC and 5/8" shat
rock -
ADD: S480
NOTE: Temporary power, tights and dnmpster suppled by General Contrsetor.
Submitted by:
im Galytaa
JOHN P. MARINONt CONSTRt1CTtON COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 72703
(501) 251-1316 FAX 251-1319
January 14, 2005
Cromwell Architects & Engineers
Fax 582-2929
Mn: Mr. Thad Kelly III, AIA
File Reference: 12
s-sIL.sAp,L I
Dear Mr. Kelly:
We request an extra of $205.84 for the following work:
Adding a 3 -way switch In the East end of Concourse 131.
Smcererj ,
At
John P. Marhwni
Note: the extension includes Labor plus 50% for payroll burden, vehicles and small tool use
Materials plus 13.5% for sales tax and Incidental items
DESCRIPTION UNIT Labor Materials Subs Equipmen Total
GENERAL CONTRACTOR'S WORK:
0.00
0.00
0.00
0.00
0.00
0.00
SUBCONTRACTED WORK:
Electrical
15% Mark upon GC's work 0.00
1 LS 184 18400
0.00
0.00
000
5.000% Mark -Up on Subcontractors 9.20
6.440% Performance and Payment Bonds 12.44
Total 205.64
P.Q. Bos 1370
702 d leese rt
Sprfajngdaq ARAR 72765
FCIR/C P8 179.736.6777
FAX 479-756-031
January 10, 2005
Marina( Construction Company
1142 Futrall Drive
Fayetteville, AR 72761
Alta: John P. Marimoni
PT: PaycKevila. Water & Sewer
We art asking for a change order on the following items.
item #1. Room #116 S.E. corner, add, (8) IG receptacles, (1) single pole Dimmer and (1)
incandescent 10" drum two lamps. light fixture. We are providing two 120 -volt, 20amp
circuits from panel E2 to power these receptecla, ADD $ 1,391
Iran #2. Room #151, divide into two offices. Add fwo 3-wav switches, one flxtWe type 82
and one 120 -volt 20 amp receptacle. ADD $ 500
Iaso #Y3 Concourse 131, add one 3 -way switch. ADD $ 18
Itrrm #4 Break room 122, add 120 -volt connection and switch foe garbage disposal.
ADD $ 204
1
JOHN P. MARINONt CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 72703
(501) 251-1316 FAX 251-1319
January 14, 2005
Cromwell Architects & Engineers
Fax 582-2928
Attn: Mr. Thad Kelly Ill. ALA
*ahk
Sineercfy,
John P. Marinorn
Note: the extension includes Labor plus 5G% for payroll burden, vet»des and sma6 tooi use
Materials plus 13.5% for sales tax and Incidental Items
DESCRIPTION UNIT Labor Materials Subs Equipmen Total
GENERAL CONTRACTOR'S WORK:
0.00
0.00
0.00
0.00
o.00
0.00
15% Mark upon GC's work
SUBCONTRACTED WORK:
Electrical 1 LS
JII
5.000% Mark -Up on Subcontractors
6.440% Performance and Payment Bonds
Total
10.20
13.79
rtu=sA
PAa Box 1370
7011 daleerRrire
SpHajdak, AR 72765
F�TMC Pa 479.736.677/
FAX 479.756 -6th
Januazy 10, 2005
MarboW Goaetruc ion Company
1142 Futrall Drive
Fayetteville, AR 72761
Atta: Iobn P. MariaoW
RE: Fryettevipo Water & Sewer
Dear, john
We are asking for a change order on the following items.
Item #1- Room *116 S.E. corner, add, (g) IG receptacles, (1) single Dole Dimmer and (1)
incandescent 10" drum two lamps, light fixture. We are providing two 120 -volt, 20amp
circuits from panel E2 to power tbese receptacles. ADD $ 1,391
Item C. Room #151, divide into two offices. Add two :-wav switches, one fixhre type B2
and one 120 -volt 20 amp receptacle. ADD $ 500
Item #3 Concourse 131, add one 3 -way switch. ADD $ 184
Ibm #4 Break room 122, add 120 -volt cotrnectioa tch for gasbag disposal.
Sincerely,
Tim White
Project Manager
Marrs Electric Inc. of Arkansas
JOHN P. MARINONI CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 72703
(501) 251-1316 FAX 251-1319
January 14, 2005
Cromwell Architects & Engineers
Fax 582-2929
Attn: Mr. Thad Kelly III, ALA
s..jJff,q
I.
//%
Since ely,
J% / �% i�
John P. Marinoni
JsIAIis
Note: the extension includes Labor plus 50%6 for payroll burden, vehicles and small toot use
Materials plus 13.5% for sales tax and Incidental Items
DESCRIPTION - UNIT Labor Materials Subs Equipmen Total
GENERAL CONTRACTOR'S WORK:
Supervision 1 Day 250.00 375.00
0.00
0.00
0.00
0.00
0.00
15% Mark up on GC's work 56.25
SUBCONTRACTED WORK:
Plumbing 1 LS 1.420 1.420.00
0.00
0.00
0.00
5.000% Mark -Up on Subcontractors 71.00
6.440% Performance and Payment Bonds 123.79
Total 2.046.04
JOHNSON MECHANICAL CONTRACTORS, INC.
REQUEST FOR CHANGE ORDER
TO: Marinonl Construction
Mn: John Marinoni
Date: January 14, 2005
WATERSEWERCO4
Re: Fayetteville Water and Sewer- Fayetteville, Ar.
Gas line for warehouse
Furnish and install 1" medium pressure gas line from main building underground
to warehouse.
TOTAL ADD FOR CHAP�ES $1,420
Respectfully,
Steve SheIley
513 Prairie Street . Fayetteville, Arkansas 72701
Telephone 479-442-5287
FAX 479-444-7572
I Clarice Pearman - Marinoni COI Page 1
From: Clarice Pearman
To: Hurd, Coy
Subject: Marinoni CO1
Coy.
Attached is a copy of the change order for Marinoni Construction. I am returning signed originals via
interoffice.
Thanks.
Clarice
CC: Deaton, Vicki
LW
City of Fayetteville q /z-'7 ft$
Staff Review Form Co
Ibn1 tb4r
For Staff Review Onty
City Council Meeting Date
Coy Hurd Building Services Finance and Internal Services
Submitted By Division Department
Action Required:
The action required is for the Mayor to sign the attached Change Order Two (to the Water and Sewer Operations
Center Project), John P. Marinoni Construction Company's contract (Number 946). The City Council has approved
the contingency fund in the amount of $225,159 (Resolution Number 35-04, dated March 2, 2004 and attached).
This request does not require Council action.
$20,349.78
Cost of this request
5400 5600 5804 00
Account Number
98076.20
Project Number
$ 1,891,675.00
Cate o /Pro ed Budget
$ 1,668,032.40
Funds Used to Date
'$223,642.60
Remaining Balance
FWIS Operations Center Building
Program Category! Project Name
Water and Sewer improvement
Program / Project Category Name
Water and Sewer
Fund Name
Budgeted Item Budget Adjustment Attached EJ
Previous Ordinance or Resolution # \
e �
r
Department rector Date Original Contract Date:
n w Original Contract Number.
(/ OS
City Attorney
Received in City Clerk's Office
� _ Zl•
Finance a d In maI Service Director Date
t. k
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
MEMORANDUM
TO: Mayor Dan Coody
THROUGH: Stephen Davis, Financial and Internal Services Director}
FROM: Coy Hurd, Project Manageq I _
DATE: September 22, 2005 111777 "'
SUBJECT: Change Order Two, Sewer and Water Operations Center
Recommendation:
I recommend that the City accept these prices for the change in scope and that the Mayor
sign the Change Order form.
Background:
Attached is the proposed Change Order Two for the Sewer and Water Operations Center;
this project is ninety-eight percent complete. Change Order Two contains eight items
that are essential to the function of the building and are deemed to be offered at a fair
price by the Contractor.
Discussion:
The cost of these items is $20,349.78. This cost is within the budget of the contingency
fund that was previously approved by the City Council. In addition to extra cost for these
items, the Contractor has requested 44 days be added to his contract (making the last day
of the contract as August 31, 2005). Most of these extra days are requested for the
installation of a security system which has been added to his scope of work. I believe this
extension of time to be equitable for the work. I remain available at your convenience
to answer any questions regarding Change Order Number Two.
/1
RESOLUTION NO. 35-04 MICROFILMED
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
FAYETTEVII.I,E, 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 S 128,235.00 as required for this project.
PASSED and APPROVED this the 2Id day of March, 2004.
By:
By: a/Yt
SONDRA SMITH, City Clerk
APPROVED:
CHANGE
O` NER
❑
ARCHFIECT
❑
ORDER
CONTRACTOR
❑
FIELD
❑
AJA DOCUMENT G70/
OTHER
❑
PROJECT:
TO CONTRACTOR:
City of Fayetteville
Water Operations Center
2435 Industrial Drive
Fayetteville, AR 72703
John P. Marinoni Construction, Co.
1142 N. Futrall Drive
Fayetteville, Arkansas 72703
The Contract is changed as follows
Item No.
I Elimination of the wall above the warehouse
f
(9,075.07)
Item No.
2 Provide New Security system from Mid -South Security Systems
$
19,357.65
Item No.
3 Provide for the install of three runs of 2 x4 in Rms
$
1,003.92
Item No.
4 Provide for wing wall l 14 and 1 l5
$1,505.11
Item No.
5 Provide for a new 50 amp range receptacle, conduit wirc and breaker
$
2,362.20
Item No.
6 Provide for Type nine DI Fixtures to Bronze w/HPS lamps and visors
$
1,764.40
Item No.
7 Change II Exit Lights
$
1,809.11
Item No.
8 Provide time clock and two pole lighting contactors to control
$
1,622.46
CHANGE ORDER NUMBER:
DATE:
ARCHITECT'S PROJECT NO:
CONTRACT DATE:
S 20,349,78
Two (2)
August 31, 2005
2003035
March 2, 2004
Not valid until signed by the Owner, Architect and Contractor.
The Original (Contract Sum) ( ) was ................................................... $3,403,199.00
Net change by previously authorized Change Ordens..................................................................... S 12,487.52
The (Contract Sum) ( ) prior to this Change Order was .......................$3,415,686.52
$3,415,686.52
The (Contract Sum) ( ) will be (increased) (deereesed)
(wrehanged) by this Change Order in the amount of.............................................................. $20,349.78
The new (Contract San) ( ) including this Change Order will be........ $3,436,036.30
The Contract Time will be (increased)44eaed) (uns ed) a (44) days.
The date of Substantial Completion as of the date of this Change Order therefore is August 31, 2005.
NOTE: This summary does not reflect changes in the Contract Sum, Contract Tune or Guaranteed Maximum Price which have been
authorized by Construction Change Directive.
Crmrwell Architects Fnttmrre.R tw.
ARCHITECT
101 Sautb Sarnia Suoet / 7 N. Block Ave
CONfRACFOR
1142 N. Futrell Drive
Adrbw
Fa teeville Arlunw 72703
DATE O "3C 7d f
City of Fayaseville
OWNER
ALA DOCUMENT 6701 • CHANGE ORDER • 1987 EDITION • AIA® • 01987 • THE
AMERICAN INSTTIUFE OF ARCHrIECrS, 1735 NEW YORK AVE, N.W., WASHINGTON, D.C. 20006 G701-1987
Fkxi-1 (-c'% 5 08:3441 FROM:
TO: Thad
JOHN P. MARINONI CONSTRUCTION COMPANY, INC,
1142 N. FUTRALL DRIVE
FAYETTEVILLE,ARKANSAS 72703
(501) 251-1316 FAX 251-1319
Aupust17,2005
Cromwell Asthiteda 8 Engineers
Fax 582-2929
Alln: Mr. Thad Kelly III. AIA
File Reference: 21 rev 2
Re: City of Fayetteville Water & Sewer Opera&ons Coker
Dear Mr. Kely
We request an extra ($19,357.85
for a scanty system as follows from Mid -South Scanty Systems:
1EA DSX1045PKG
I FA DSX AS150-27 Pown Supply
1 EA WInDSX Sortware
6 EA Proldm tj Card Readers (Mulfion Mount)
3 EA 12 Volt DC Baaenes
10 EA Dyndock Magnetic Locks
8 EA Requsat to Exit Motions
500 LF Cable
2 EA Mounting Hardware fm Gates
115 Labor
A monthly maintenance agreement is available at some additional oosl and Ural would be between
the City and Mid South Security.
An eddriorW 30 days Is requested for this Uunge order.
rn
Joan P. Mannoni
BREAKDOWN:
Note: the extension Includes
DESCRIPTION
GENERAL CONTRACTORS WORK:
Supervision
SUBCONTRACTED WORK:
Scvaay System
Labor Plus 50% for Payroll burdon, vchidae and small too' use
Materials qua 13.5% for sales tax and Inddentet items
UNIT LaborMateria Subs Total
Tod Rental
5 Days 250.00 1.875.00
0.00
0.00
15% Mark up on GC's work 281.25
1 IS 15,288.85 15.266.85
5000% Mark -Up on Subcontractors 763.34
6.440% Performance and Paymeni Bor 1,17121
Total 19,357.65
JOHN P. MAMMON CONSTRR tJCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYE7TEvzu ,ARKANSAS 72703
(501) 251-1316 FAX 251-1319
b sy 7.2005
Cromwell NM4ecty & Enpinaers
Far SR, -2B29
Ath W. Thad K@4 eL AIA
OtF FileRefervrwe:24
Re G4' Ayemmat War a Steer gyera sons Cartier
Jdbrt P. Ms%t0rs
BREAKDOWN
Nate: the eleansion indutlee Labor plus 50% for payroll burden, vehicles and smog tool use
t puts 1135% tr sales lst yfd lnCideraatwo
-\w rru-
UESCRIPTION UNIT t.aborMaterial, a Subs Total
l3893M CnRWtCTORs M40W
Superviaian Day 250.00 37500
000
Mark
1591, 0.00
SUBCOWM4 TEDW W up on GC's work 56.25
. . .
/
D. Gp
5.000% Mark -Up on Suboonfrran015 52.05
6.440% Performance and Payment Bonds 08.18
TOW 1,22.46
9,t:d Pe41:01 :W0ej d5T:b0 S0@2-0I-9flt
JOHN P. MARiNQW CONSTRIJCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 72703
(501) 261-1316 FAX 251-1319
'MY 7, zr
Fib Reference 22
r
it
JoM P. flatinatt
BREAKDOWN:
Note: Me extension includes Labor phis 50% for payroll burden. vehiUes and small cool use
Ma sAs-13-0%fOr seen tai end Yiddetdat hula
DESCRIPTION UNIT LaborMaleriass tl Subs Total
Txt P:ar4.el
. .
1.00 Days
1 LS
1LS
1 11
15% Markup on GC's work
375.00
0.00
0170
56.25
(622) (622.00)
5,790 1,79000
nt 4Jp an Saba•
b 44(Ph retratrnance and I'aynerd Sodas
1.704 40
9'£'d
PQ41:01
:W021J ds1 :ts0 S002 -01-90t$
JOHN P. MARINONI CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE,ARKANSAS 72703
(501) 251-1316 FAX 251-1319
July 8. 2005
Cromwell Architects & Enpineers
Fax 582.2929
Attrr Mr. Thad Katy 91, AIA
Flia Reference 28
Re: City of F3yetteW le Water & Sewer Operations Cenler
r..
Fa
Ii
tiiq ..'J..,. ___
... .- 1-. 1 j.7'
. 1...- . .. . . I 4:q•..1: ill. I t%%! 14W I!.w11! A
J.•
Ii
u• • 11-. . I . 11 • ••1 . 1 1_
I
CAL
Joan P. Manndnl
BREAKDOWN:
Not the aMerpwn includes
�T.T—AT•— — V_ -- — —A.. yy..y.- --
DESCRIPTION
Labor On 50% tar pavrop burden. vanes and smal tool use
Matari is - 13.5% for sales tar and incidentrd kerns
s. .a. \Y •
UNR LabaMaterpls I Subs Total
Tool Rental
GENERAL CONTRACTORS WORK:
Supt:rvlsion
3 Days
250.00
1,125.00
Range Hood
I Ea
60.00 100.00
188.50
0.00
i5%Markuvcl,v0.work
1ur.w
JVVV1..IVNII L./ IVI\I\
Etetiool
I LS
375
375.W
Ductwork
1 LS
200
200 W
Paln&g Ductwork
I LS
100
100.00
000
5.000%
Mark -Up on Sutconueclas
33.75
6.401E
PMdmance and Payment Bonds
142.92
Total
2.362.20
1/1:d Po41:01 :WO83 dt70:10 S002-8--nf
J0s.A P. MARJN0M CO STRL CTI0N COMPANY. INC.
1142 N. FUTRALL DRIVE
FAYETTEVUE, ARKANSAS 727O3
(501) 251-1316 FAX 251-1319
1M4 T, 2006
Crvmw_B NUS d EVnem
Fox 682,2929
Aaw Yr. ThW Kidy, IIL AIA
D€SCAIPTI0N
UNIT LabodlawMsls t subs TOW
TQI*VWS.i
JOHN P. MARINONI CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
PAVE TTEVILLE,ARKANSAS 72703
(501) 251-1316 FAX 251-1319
March 3, 2005
Cromwea Architects & Engineers
Fax G82-2029
AWL Mr Thad Kelly Ill, AtA
FOe Re%mra 18
Re: City of Fayetteville Watsr 8 Sower OperatiOns Center
Dew Mr. Kelly
We request an eta of $1,003.02
for instaling three runs of 2x4 wood docking in the walla in the 10ggons a9 drew In mom 128, 129, 123 end 125.
fhe blocking Is it 84'. 68` and 57 for the record.
An extra day is requested for this od6tional work.
socerety,
A& ,ae4esse.bn
John P. Merinoni
BREAKDOWN: l Iwden, vehicles and amen cod use
Nee. ms enenswn tndudes tabor plus 50% ran pays
MatMab plot 13.5% 1W Saks lac and wKidenbl rroms
�..«
DESCRIPTION UNIT LaporMeted0lsb Subs To18r
Tool Rental
GENERAL CONTRACTOR'S WORK 0.30 Deya 250.00187 50
s permston632.66
2k4 wood blocWng th ire well 306 IS 1.00 0.50
0.00
0.00
000
000
15% Monk up on GCs work i2302
Ct 3CF "JVgA^-Tcn WO RK Ann
5.000% Mark -Up on Subcontractor$ 0.00
8.410% Performance and PcTyment Bonds 60.74
Total 1,003 92
T/T:d
Pe41:01
:WOad d2O:20 5002-£-ddW
JOHN P. MARINONI CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 72703
(501)251-1316 FAX251-1319
August 17, 2005
Cromwell Architects 6 Engineem
Fax 582-2929
Att1: Mr. Thad Kelly III, AIA
File Rele . 23 ru
Re: City of Fayettewlle Water & Sewer Operations Center
V c.< , •a \
John P. Marinoni
•REAKDOWN:
Note: the extension incluLabor plus 50% for payroll burden. vehicles and small tool use
Materials plus 13.5% for sales tax and Irlciderttal items
-
DESCRIPTION
UNIT
LaborMaterials S Subs
Total
Tool Rental
-.Y M1Y\--- —M1 M11
GENERAL CONTRACTOR'S WORK
-- —w —M1w_- ---
M1Mr1M1Mn
SupervSon 1.00
Days
25000
375.00
0.00
0.00
15%
Markup on GCs work
56.25
SUBCONTRACTED WORK:
Credit for originallyspecific 1
LS
(1,482)
(1,48200)
Add for new fixtures I
LS
Z690
2,690.00
5.000%
Mark -Up on Subcontractors
60.40
6.440%
Performance and Payment Bonds
109.46
Total 1.809.11
JOHN P. MARJNONI CONSTRUCTION COMPANY, INC.
1142 N. FUTRALL DRIVE
FAYETTEVILLE, ARKANSAS 727O3
(501) 251-1316 FAX 251-1319
par T3, zl
ccomwe0 Arch S & Engineom
Fax 582-2929
WI; Mr. Thad k&y N1, AIA
F de Reference: 20
.' jflrij
9"r' • 'oh
. _'iii
ioU
John P. Mwinat
♦.1
'SLid
r
DESCRIPTION
dcl
SUBCONTRACTED WORK
MeW BWdilq Ese rs4 men X 10 days
(320)Man His
23.50
(7.520.00)
Weld ft Madina welmnp rods & wadies
(1) Lump Sum
50.00 250.00
(300.00)
Pairibn the Structure
(1)Lump Sum
200.00
(200.00)
Misc Maknals. Calking. Eta
(1)Lump Sum
100.00
(100.00)
5.000%
Mark -Up on Sutcoiltaciors
(400.00)
8.440%
Performance and Payment Bonds
(549.07)
Trial (9,075.07)
Clarice Pearman - CO#2 Page 1
From: Clarice Pearman
To: Hurd, Coy
Date: 10/25/05 4:17PM
Subject: CO#2
Coy,
Attached is the change order for Marinoni Construction.
Thanks.
Clarice
CC: Bell, Peggy: Deaton, Vicki
CHANGE D°'Hard, Ph° d5
ARCHrrECT ❑ Cromwell Architects Engineen 5/1 q /a ie
ORDER CONTRACTOR ❑ Steve Smith co #3
FIELD ❑ Thad Kelly, MA 1
AM DOCUMENT G701 OTHER O p7 rI,'1OJ1/ /added
PROJECT: City of Fayeltevlk CHANGE ORDER NUMBER: Three (3)
Water Operations Center
2435 Industrial Drive DATE: May 24, 2006
Faydhvlll AR 72703
TO CONTRACTOR ARCHITECT'S PROJECT NO: 2003-063
John P. Marinonf Construction, Ca
1142 N. Futrall Drive CONTRACT DATE: March 2, 2004
Fayetteville, Arkansas 72703
The Contract is changed as follows
Item No.I Relocating traffic gates, adding boxes, wire and conduit
$1,652.32
Item No.2 Excavation, conduit, wire, devices and owner's floor boxes
$4,528.44
Item No.3 Liquidated damages, $179.00 per calendar day (10 Days)
Q1,790.00>
Item No.4 Sales Tax Increase:
$6,977.00
Item No.5 Builder's Risk Insurance Coverage:
$17,137.05
Item No.6 Relocate cable tray and communications boxes to tray
$3,972.82
Item No.7 Add circuit for security in Communication room
$160.94
Item No.8 Install 1" low E tempered insulated glass at exterior doors.
$2,148.49
Item No.9 Provide 100 amp service to Owner supplied meter cleaning machine.
$3,057.49
Total: $37,844.55
Not valid until signed by the Owner, Archibct and Contractor.
The Original (Contract Sum) ( ) Was ................................................... 53,403,199.00
Net cJlmge by previously authorized Change Orders..................................................................... $32,837.30
The (Contract Son) ( ) ixia to this Change Order was ....................... $3,436,036.30
The (Contract Sum) ( ) will be (increased) (dasnaaad)
(aeshmgsd) by this Change Order in the amount of.............................................................. $37,844.55
The new (Contract Sum) ( ) including this Change Order will be........ $3,473,880.85
The Contract Tile will be (iocreaaed)(dsrwad) (-- '.—g (27) days.
, .0 ,•-, n• _I -r ri .n.'. a •ryrac ini •no r u • r� nl--. .ximu • • u.•n 1. •--�
Cromwell AS lr•m Foplea- Iee
AReHf ECT
101 South sinter sunk / 7 N. Block Ave
it P. M.ecr Coo•truaim Co.
DATE
I,
I..
i
dAa
AU DOCVMENr C701 • CHANGE ORDER • 1917 EDITION • AIM • O1987 • THE
AMERICAN INSTRlTIE OF ARCIITECI9, 1735 NEW YORK AVE, N.W., WASHINGTON, D.C. 20006
Cayo&FridW li
OWNER
6701-7:67
CHANGE OWNER ❑ Coy Hord, PhD
ARCHITECT 0 Cromwell Architects Engineers
ORDER CONTRACTOR ❑ Steve Smith
FIELD ❑ Thad Kelly, AIA
AIA'DOCUMENT G701 OTHER 0
PROJECT: City of Fayetteville
Water Operations Center
2435 Industrial Drive
Fayetteville, AR 72703
TO CONTRACTOR:
John P. Marinoni Construction, Co.
1142 N. Futrell Drive
Fayetteville, Arkansas 72703
(y:r_\:CeiAre);Tf)aiWaIISI:)a:�rT." O
DATE: May 24, 2006
ARCHITECT'S PROJECT NO: 2003-035
CONTRACT DATE: March 2, 2004
11
TI
1 Relocating1 i111 I 11 n 11 •M ITI
TtT
I 1 ✓. 11 if','?,
•1 I. 1 •w. . 1.1 1
.lu 1 1 I1 .1 r 11:'� ' 11 1- r: -11 1 1 • 11 11
II
+111 , w Increase:1 ' 11
I I 1 1 ' I ✓.11 r: l 1 andcommunicationsboxes, 1 1
I I I 1 I • 1 I 1 11 III 1 r: 1 1 1 , I I I , I I.
1 1 1- Y 1 1 :I :`
u I ` Provide11 m1 •- 1 • v 1!j.! Y1 meter., .:iiii;rr.iflit 1
Total: $37,844.55
Not valid until signed by the Owner, Architect and Contractor.
The Original (Caetmet Sum) ( ...................................................... ................................................... $3,403,199.00
Net clump by previously authorized Change Orders..................................................................... $32,837.30
The (Contract Seen) ( ) prior to this Change Order was, ...................... $3,436,036.30
The (Contract Sum) ( ) will be (increased) (4s•reaaed)
(.sad) by this Change Order in the ammut of............................................................... $37,844.55
The new (Contract Sum) ( ) including this Change Order will be........ $3,473,880.85
The Contract Time will be (immved)(deeeasesd)
(27) days.
lie1 - r d
Is :IIr rurr o r t r - ,,)tvTsI I:n eOrde 1e r • r -n r -I 11
• r - nllrlu oe
authorized1 Inst x ♦1Change•re 1
J.
• ,I. P I I
1
BYq
DATE
M
AIA DOCUMENTG701 • CHANGE ORDER • 1987 EDITION • MAC • O1987 • THE
AMERICAN INSTITUTE OF ARciirrE(.'T8, 1735 NEW YORK AVE, N.W., WASHINGTON, D.C. 20006
City ofFrAsevi le
OWNER
113W Mr-® Street
BY
DATE
G701-1987
Ccc/-
£h7S1TUC$7ft7? `S.
Certification of
Substantial
Completion
ALA Document G704
Distribution to:
OWNER
ARCHITECT
CONTRACTOR[
FIELD[
OTHER
PROJECT NO.: 2003-035
PROJECT: City of Fayetteville
(Namle and mare:,) Water and Sewer Operations Center CONTRACT FOR General Contraction
Industrial Drive
Fayetteville, AR 72701 CONTRACT DATE: March 2,2004
TO OWNER City of Fayetteville TO CONTRACTOR Mariooni Construction Co Inc
(Name and ad*ws) 113 West Mountain Street (N°"" and address) 1142 North FutriO Drive
Fayetteville, AR 72701 Fayetteville, AR 72701
DATE OF ISSUANCE: May 24, 2006
PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Water and Sewer Operations Center
• II -1 III1.. 1 •11 M I: 1.-I •-'I .II• 1 n\ • 11 -V -. •I•' -•i♦ II • 11'.11.11 ,III I--
__, - 1 1
1'1.111. .I IIY- Lul\ 11111:11'1 1. 1 1 Ilye. •. 1 \•. -I 11 1 \ 1_,'11':-1 ••\,1, L:-1
11 X9 Y111I -.rl 1-qY 1 11 Ills ►•VIIII_16 111 ►' 1- Y11 Irr 11 1 11 11 • 1 1 A 1' -II -1 C I.
• 1.x..11., luv -11'1.11'11\11.11--11_.•_ I I.I.1 11 1-1-.1.1-1..1111 11'11
111
.11-1:11r114,11_1 Y_n 411.4,11.•'.1 :11.n1_.111 .11n 1111 Y►1VN-11._._1-11 r'
II r r •1114, :LLr \ • •r .1 .1 :4,c 1 .r ' - , I .III. 11 11.E 11 I
1 .'. • I r l :1 1 r I r ► I r I I 11.
ARCHITECT Crowell Architects Ergheen
101 S. Spring Street 7 N. Block Ave.
Little Rock, AR 72201 Fayetteville, AR 72701
DATE: t by
1- 11 1pyIlI..1111 , 1 .Y I 11 • II 1 I -I IL YI :1 --1 1111 P:
111.1 8LIIU4c'flL.l.I)
41 , „ .LY I'
1 rI .114"
• X41 1 11 .nl. 1 •I.n1 .11i. ..1 nl.. r 11�- 1 111 a •4 • �11.,.-1
Fit' 11 1 1.1 •. 1.. \ 1:.1:11 \ Iln, 5r,
CONTRACTOR Mariaooi Comaraction Company, Inc,
1142 North htrall Drive
Fayetteville, AR 72701
DATE: f,4 V/D4
1 . 1_ ._Il 11 1 1 1 1 .., r_11 _111 111 11__1 .11.'1911. .11111.. :111 ,.. 11 11I 11 --..\I
__ I l u \ 1 11 1 I w n l ,1 1 I n
al11 11
BY
DATE:
1 .+'1\L,rl •• 6_ .III 111Y1 1 -41 11111 spar 1�:1 1 1-. ,.1. \ 1 \ .11 1 .IIY 1-.
ILt
1 1 1 -1 r 1 .Ir ,r ♦r
\. -V 1 II 1-. 1.1111 1 1 1 .111 1.11- 11-.11Y r111I \
III III 111J..IIr rl -1 II I 1. 1 YYIIII -111 1 11 1
C
MA DOCUMENT 0704 - CERTD'1CA17ON OF SUBSTAN IAL COMPIfON - 1992 EDMON - AIA - COPYRIGHT 1992 - THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C., 20006-5292. WARNING_ Udcrsed photocopying vi lat1.
U.S. mp7ndd Ins and i n4jea to ..1 prol/omiot lire doaweol wn aecimi -"y pro8aoed eider Scene m rie 1094999534 end an be mpodemd
wSa4 to aotl 10/30194.
Electronic Document Service O704-1992 2