No preview available
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