HomeMy WebLinkAbout196-05 RESOLUTION• •
RESOLUTION NO. 196-05
A RESOLUTION APPROVING A CONSTRUCTION CONTRACT
WITH C-2 PROJECIS, LLC IN THE AMOUNT OF $1,287,211.25
FOR THE NORTH COLLEGE WATERLINE REPLACEMENT
PROJECT; APPROVING A 10% PROJECT CONTINGENCY IN
THE AMOUNT OF $128,000.00; AND APPROVING A BUDGET
ADJUSTMENT IN THE AMOUNT OF $444, 941.25 FOR SAME.
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 with C-2 Projects, LLC in the amount of
$1,287,211 25 for the North College Waterline Replacement Project. A copy of the
contract marked Exhibit "A" is attached hereto and made a part hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a 10% project contingency in the amount of 9128,000.00.
Section 3. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a budget adjustment in the amount of $444, 941.25 for same.
PASSED and APPROVED this 20th day of September, 2005.
ATTEST.
�G��RK/TR�SG
--- •01YOF.? •,
•
_(j• •73-
:FAYETTEVILLE:
-.:• • -
;,ys.9,9KANS:*.t
By: C�O 4L c= 1<
SONDRA SMITH, City Clerk
• •
DOCUMENT 00500
CONTRACT
THIS AGREEMENT, made and entered into on the 20th day of September, 2005, by and between
C-2 Protects, LLC Springfield, Missouri, herein called the Contractor, and the City of Fayetteville,
Arkansas, Owner:
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the City of
Fayetteville as follows:
I. That the Contractor shall furnish all the materials, and perform all of the work in manner and
form as provided by the following enumerated Drawings, Specifications, and Documents, which
are attached hereto and made a part hereof, as if fully contained herein and are entitled North
College Water Main Replacement, dated June, 2005.
Advertisement for Bids
Instructions to Bidders
Bid and acceptance thereof
Performance Bond
Payment Bond
Maintenance Bond
General Conditions
Supplemental Conditions
Specifications
Drawings (See Sheet Index below)
HEET INDEX
2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful
performance of this Agreement, subject to additions and deductions as provided in the
Specifications or Bid, in lawful money of the United States, the amount of:
One Million Three Hundred Seventy Seven Thousand One Hundred Forty One Dollars
($1377 141.00)
FY032142 Fayetteville North College Water
Section 00500 - 1
SHEET NO.
SHEET DESCRIPTION
1
Cover
2
Sheet Index
3
Line 81, Line 83, Line 21, and Line 22
4
Line 81, Line 82, and Line 22
5
Line 82 and Line 83
6
Line 85, Linc 23, Line 24, and Linc 25
7
Line 84 and Line 85
8
Line 86 and Line 61
9
Line 121, Highway Bore Profiles for Line 82 and Linc 121
10
Baxter Lane Fire Hydrant, and Details
11
Details
2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful
performance of this Agreement, subject to additions and deductions as provided in the
Specifications or Bid, in lawful money of the United States, the amount of:
One Million Three Hundred Seventy Seven Thousand One Hundred Forty One Dollars
($1377 141.00)
FY032142 Fayetteville North College Water
Section 00500 - 1
3. The Work will be completed and ready for final payment in accordance with the General
Conditions within 165 calendar days after the date when the Contract Time commences to run, as
provided in the Notice to Proceed.
3. Liquidated Damages: The City of Fayetteville and Contractor recognize that time is of the
essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not
completed within the times specified in above, plus any extensions thereof allowed in accordance
with the General Conditions. Thcy also recognize the delays, expense, and difficulties involved
in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on
time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Contractor
agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay the City of
Fayetteville Five Hundred Dollars ($500.00) for each day that expires after the time specified in
Paragraph 3 for completion and readiness for final payment.
5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall
make partial payments to the Contractor on the basis of a duly certified and approved estimate of
work performed during the preceding calendar month by the Contractor, LESS the retainage
provided in the General Conditions, which is to be withheld by the City of Fayetteville until all
work within a particular part has hecn performed strictly in accordance with this Agreement and
until such work has been accepted by the City of Fayetteville.
6. That upon submission by the Contractor of evidence satisfactory to the City of Fayetteville that
all payrolls, material bills, and other costs incurred by the Contractor in connection with the
construction of the work have been paid in full, final payment on account of this Agreement shall
be made within 60 days after the completion by the Contractor of all work covered by this
Agreement and the acceptance of such work by the City of Fayetteville.
7. It is further mutually agreed between the parties hereto that if, at any time after the execution of
this Agrcement and the Surety Bond hcreto attached for its faithful performance and payment,
the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or
if, for any reason such bond ceases to be adequate to cover the performance of the work, the
Contractor shall, at his expense, within 5 days after the receipt of notice from the City of
Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety
or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment
to the Contractor shall be deemed to he due under this Agreement until such new or additional
security for the faithful performance of the work shall be furnished in manner and form
satisfactory to the City of Fayetteville.
8. No additional work or extras shall be done unless the same shall be duly authorized by
appropriate action by the City of Fayetteville in writing.
FY032142 Fayetteville North College Water
Section 00500 - 2
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
above written, in three (3) counterparts, each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
SEAL:
C-2 Projects, LLC
CONTRACT OR
Owner
Title
1
CITY OF AYETTEVILLE, ARKANSAS
ATTEST: �! OWNS. /
QQ,�,�+�o,. By 1/ t4
Cityk Mayor
%%%%%%%%%% %%%%%%
SE.... .
;�G: G\TY Oe.c'
U• .13
:FAYETTEVILLE:
t -C .9,QkA NSitc J�'o:
"%y;NcroN �°
1
1
1
1
1
FY032142 Fayetteville North College Water Section 00500 - 3
• •
CHANGE ORDER NO. 1
PROJECT: North College Water Main Replacement
City of Fayetteville
PROJECT NUMBER: FY032142 CONTRACT DATE: September 20. 2005
DATE OF ISSUANCE: October 4, 2005 EFFECTIVE ON DATE APPROVED BY OWNER
OWNER: City of Fayetteville CONTRACTOR: C-2 Projects. LLC
Change:
Delete Deductive Alternate No.1, Line 86 along Washington Avenue, as listed in the Bid Schedule.
Reason for Change:
To reduce project costs.
CHANGE IN CONTRACT PRICE
CHANGE IN CONTRACT TIMES
Original Price:
$1,377,141.00
Original Contract Time: 165 days
Net Changes from previous Amendments or Changes
0
Net Changes from previous Amendments or Changes:
None
Net Decrease for this Change:
$89,929.75
Net Increase for this Change: 0 Days
Revised Contract Price:
$1,287.211 25
Revise Contract Time: 165 days
RECOMjI_.
By: ,'�.f hizt,l. -
Robert W. White, P.E.
McClell�ajnd Consulting Engineers, Inc.
Date: /!/f 05—
BY:
DATE:
City of Fayetteville
0 ner
APPROVED:
ACCEPTED
By_
-2 Pr as, LLC
Contractor
/i- /L yr
Date
W:12003\0321421Chango OrdeACHANGE ORDER NO 1 doc
CORD,,, INSURANCE BI
NOE
R
BINDER IS A TEMPORARY INSURANCE CONTRACT. SUBJECT T
ICER PHONE
IMC.NB.EALL
BARKER PHILLIPS JACKSON INC
P 0 BOX 4207
SPRINGFIELD, MO 65808-4207
SUB CODE
DATE
•
O THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM.
COMPANY I BINDER B
UNITED PERE &. rAS f oZIS800000B6B
EFFECTIVE EXPIRATI•
DAIS 1 TI 1 DALE TIME -
1201 AM
_1.0 .13/_2005 19.01 I PM ..1_22/13/20135 MOON
THIS BINDER IS SSUED TO EXTEND COVERAGE W THE ABOVE NAMED COMPANY
PER EXPIRING POLICY F.
70/71/2005
)MDIID
ED
CITY OF FAYETTEVILLE, ARKANSAS
113 W. MOUNTAIN
FAYETTEVILLE, AR. 72701
DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY Bncludtg Location)
CONTRACT: FAYETTEVILLE NORTH COLLEGE
WATER MAIN REPLACEMENT, FAYETTEVILLE,
AR. CONTRACT AMOUNT: $1,377,141.
LIMITS
TYPE OF INSURANCE
COVERAGE/FORMS
DEDUCTIBLE
COINS% _
AMOUNT
'RTM
BASIC
CAUSES
OF LOSS
BROAD
SPEC
Nl UAMU TY
COMMERCIAL GENERAL
—1 CLAIMS MADE
OWNERSJCONTRS
PROTRCTIVR
LIABILITY
OCCUR
RETRO DATE FOR CLAIMS MADE.
EACH OCCURRENCE
$
lOAQQOQ_
FIRE DAMAGE
MED
PERSONAL
(Any one luel
1
EXP (Any one
6 ADV
per Bent
$
INJURY
1
GENERAL AGGREGATE
$
2000000
PRODUCTS • COMP/OP AGO
$
MOBILEUABIU TY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON•OWNED AUTOS
COMBINED
BODILY
SINGLE LIMIT
B
INJURY IPer pH son)
1
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
$
MEDICALPAYMENTS
1
_
PERSONAL INJURY PROT
$
UNINSURED MOTORIST
1
1
I PHYSICAL DAMAGE
COLLISION'
OTHER THAN
DEDUCTIBLE
1 ALL VEHICLES
1
I SCHEDULED VEHICLES
ACTUAL CASIIVALUE
1
STATEDAMOUNT
COL:
1 OTHER
IDE LJABIUTY
ANY AUTO
AUTO ONLY • EA ACCIDENT
1
OTHER THANAUTO ONLY:
EACH ACCIDENT
$
AGGREGATE
1
SS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
RETRO DATE FOR CLAIMS MADE:
EACH OCCURRENCE
1
AGGREGATE
$
SELF INSURED RETENTION
$
WORKER'S COMPENSATION
AND
EMPLOYER'S LIABILITY
WC STATUTORY LIMITS
E L. EACH ACCIDENT
1
E L. DISEASE • EA EMPLOYEE
$
( L. DISEASE • POLICY LIMIT
1
1AL ADDITIONAL INSURED: MCCLELLAND CONSULTING ENGINEERS,
DITIONS/
ERR INC.-P.O. BOX 1229, FAYETTEVILLE, AR. 72702-1229.
FEES
1
TAXES
1
FSTIMATED TOTAL PREMIUM
1
VIE & ADDRESS
C-2 PROJECTS, LLC.%N
4903 S. STANTON
SPRINGFIELD, MO 65810
MORTGAGEE
LOSS PAYEE X
LOANF
rnNTRACTOR
ADDITIONAL INSURED
AUTHORIZED REPRESENT A TIV
ORO 75-S(1/981 NOTE: IMPORTANT STATE INFORMATION ON ERSE
° ACORD CORPORATION 1993
1
1
CONDITIONS
This Company binds the kindls) of insurance stipulated on the reverse side. The Insurance is subject to the
terms, conditions and limitations of the policy lies) in current use by the Company.
This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company
stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the
Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this
binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the
Rules and Rates in use by the Company.
Applicable in California
When this form is used to provide insurance in the amount of one million dollars (51,000,000) or more, the title
of the form is changed from' Insurance Binder' to' Cover Note".
Applicable in Delaware
The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real
property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if
the binder includes or is accompanied by: the name and address of the borrower; the name and address of the
lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled
within the term of the binder unless the lender and the insured borrower receive written notice of the cancel-
lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to
the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of
insurance coverage.
Chapter 21 Title 25 Paragraph 21 19
Applicable in Florida
Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the
duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless
the binder is replaced by a policy or another binder in the same company.
Applicable in Nevada
Any person who refuses to accept a binder which provides coverage of less than S 1.000,000.00 when proof is
required: (A) Shall be fined not more than $500.00. and (B) is liable to the party presenting the binder as proof
of insurance for actual damages sustained therefrom.
CORD 75-S (1 /98)
ACORD,V CERTIFICATE CO LIABILI
TY INSURANCE
)DIJCER
ARKER PHILLIPS JACKSON INC
0 BOX 4207
PRINGFIELD, MO 65808-4207
1
DATE IMMIDO/YYVYI
1D/11/0005
THIS CERTIFICATE IS ISSUED AS A MATTER OF NFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC #
URED
C-2 PROJECTS LLC
4903 S STANTON AVE
SPRINGFIELD, MO 65810-2448
C2 PRO
INSURER A UNITED FIRE & CAS CO
13021
INSURER B. COMMERCE & INDUSTRY INSURANCE
INSURER C
INSURER D
19410
INSURER E
H
)VERAGES
EHE
ANY
NAY
'OLICIES.
RADO'L
1
POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NER D
TYPE OF INSURANCE
POUCY NUMBER
POLICY EFFECTIVEPOUCY EXPIRATION
DATEIMM/DDNYI I DATELMMIDONYI
LIMITS
GENERAL
COMMERCIAL
LIABILITY
GENERAL
CLAIMSMADE
LIABBJTY
OCCUR
60338535
09/01/2005
09/01/2006
EACH OCCURRENCE
1 1000000
K
DAMGE RENT
PR MISESTEa Ocorcncel
S 100000
IX
MED EXPIMy one linen)
$ 5000
PERSONAL & ADV INJURY
1 1000000
GENERAL AGGREGATE
S 2000000
&N'. AGGREGATE
LIMIT APPLIES PER
PRODUCTS -COMP/OPAGG
S 2000000
�POUCY n OCT I /LOC
AUTOMOBILEUABIUTY
ANY Auto
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON.OWNED AUTOS
60338535
09/01/2005
09/01/2006
COMBINED SINGLE OMIT
(Ea occident!
S
1000000
K
BODILY INJURY
/Per person)
1
X
BODILY INJURY
IPdr accident)
S
X
PROPERTY DAMAGE
(PC, modenll
S
GARAGE
UABIUTY
ANY AUTOOTHER
AUTO ONLY • EA ACCIDENT
S
THAN
AUTOONLY.
EAACC
S
AGG
S
EXCESS/UMBRELLA
OCCUR
DEDUCTIBLE
LIABIUTY
CLAIMSMADE
603385350
09/01/2005
09/01/2006
EACH OCCURRENCE
1 2000000
AGGREGATE
1 2000000
$10000
1
S
X
RETENTION
S
1
WORKERS COMPENSATION AND
EMPLOYERS' 11ABIUTY
ANY PROPEOEIOR /E
ERXECUTIVE
OfFICERMEMBER EXCLUDED/
EXCLUDED/
Ryes. describe olds/
SPECIAL PROVISIONSOelow
NC1886071
10/05/2005
10/05/2006
X
E .
I WCST ATU
LOPY LIMITS
EACH ACCIDENT
1
rm
ER
ER.
$ 1000000
E L. DISEASE • EA EMROYEE
S 1000000
E . DISEASE • POLICY LIMIT
S 1000000
OTHER
SCPoPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES / EXCLUSIONS ADOEO BY ENDORSEMENT /SPECIAL PROVISIONS
!EP: FAYETTEVILLE NORTH COLLEGE WATER MAIN REPLACEMENT, FAYETTEVILLE, AR. GENERAL LIABILITY
"NCLUDES BLANKET ADDITIONAL INSURED ENDORSEMENT WHEN REQUIRED BY WRITTEN CONTRACT.
ERTIFICATE HOLDER
CANCELLATION
CITY OF FAYETTEVILLE, ARKANSAS
113 W. MOUNTAIN
FAYETTEVILLE, AR 72701
CORD 2512001 /081
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TIE EXPIRATION
OATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIRCATE HOLDER NAMED 10 THE LEFT. BUT FMURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR UABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR
REPRESENTATIVES.
MITI Po7EO REPRESENI'A lVE .
CJD
ACORD CORPORATION 1988
Any singular reference
"'PERFORMANCE BOND •Bond 58620154
to Contractor, Surety, Owner or other party shall be considered plural where applicablo
CONTRACTOR (Name and Address):
C-2 Projects, LLC.
4903 S. Stanton
Springfield, MO. 65810
OWNER (Name and Address):
City of Fayetteville, Arkansas
113 W. Mountain
Fayetteville, AR. 72701
SURETY (Name and Principal Place of Business)
Western Surety Company
7400 College Blvd.
Overland Park, KS. 66210
(800)888-3269
CONSTRUCTION CONTRACT
Date: September 20 2005
Amount: (51,377,141.00) One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and no/100 •••
Description (Name and Location):
Fayetteville Norah College Water Main Replacement, Fayetteville, AR.
BOND
Date (Not earlier than Construction Contract Date): October 12 2005
Amount: (S1,377,141.00) One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and no/100 •••
Modifications to this Bond Form:
Terrorism Disclosure Included.
Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof,
do each cause this Performance Bond to be duly execut on its behalf by its authorized officer, agent or
representative. /
CONTRACTOR AS PRINCIPAL AV drifrescli SURETY
Company: (Corp. Seal) Company: (Corp. Seal)
C-2 Projects, LLC. 1 Western Surety C pany
Signaturez-
Name and ale:
Signature
Name and ttle: raham Venable
(Attach Power o Attorney-in-FAct
Attorney)
(Space is provided below for signatures of additional parties, if required.)
CONTRACTOR AS PRINCIPAL
Company:
(Corp. Seal)
Signature:
Name and Title :
SURETY
Company:
(Corp. Seal)
Signature
Name and Title:
EJCOC No. 1910-28-A (1996 Edaion)
Originally prepared through th joint efforts of th Surety Association of America, Engineers' Joint Contract Documents Committee. the ?nog -late] General
Contractors of America. and the American institute of Architects
SJISWGEEF 7100
1
P--\/ /9 .) /(1
IYU K11 10113 1111 11 11h14
D c ID 00923 970007 Tvoe L E
Rec rded 0 8 2005 et 10 51 45 AM
Foe Amt: 88.00 Pao@ 1 0 7
W shlnaton Coun v. AR
8 tto Stamps C1 cult C1 k
F 1m8027-00000462
Page 1 of 2
1. The Contractor and the Surety. jointly and ay, bind themselves,
their heirs, executors, administrators, success* assigns to the Owner
for the performance of the Construction Conti which is incorporated
herein by reference.
2. If the Contractor performs be Construction Contract the Surety end the
Contractor shall have no obligation under this Bond, except to participate
in conferences as provided in Subparagraph 3.1.
3. If gore 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 alter receipt of such notice 10
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 Owners right, it any.
subsequently to declare a Contractor Default; and
3.2. The Owner has declared a Contractor Oefaub and formally
terminated the Contractors right to complete the contact Such
Contractor Default shall not be dedared 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 terns of the Construction Contract or
to a contractor selected to perform the Construction Contrad in
accordance with the terms of the contract with the Owner.
4. Ween 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 perforin
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. Obtaln bids or negotiated proposals from qualified conladors
acceptable to the Owner for a contract for performance and completion
of the Construction Contract, arrange for a contract t0 be prepared for
execution by the Owner and the contractor selected with the Owners
concurrence, 10 be sensed with performance and payment bonds
executed by a qualified surety equivalent to the bonds issued on the
Constnrction Contract, and pay to the Owner the amount of damages
as described in Paragraph 6 In excess of the Balance of IM Contract
Price Incurred by the Owner resulting from the Contractor's default;
or
4.4. Waive its right to perform and complete, arrange fon completion, or
obtain a new contractor and with reasonable promptness under the
drcumstances:
1. After investigation, determine the amount for which it may
be Gable to the Owner and, as won as practicable after
the amount is determined, tender payment therefor to the
Owner; or
2. Deny Iabtfity 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 alter receipt of an additional written notice from the Owner
to the Surety demanding that the Surely pedomt 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 pan, without further notice the Owner shall be entitled to enforce
any remedy evadable to the Owner.
6. After the Ownar has noted the Contractors right to complete the
Construction Contract, the Surety elects to act under Subparagraph
4.1, 4.2. or 4.3 above, the the responsihiGbes of the Surety to the Owner
shall not be greater than those of the Contractor under the Construction
Contract. and the responsib4dles of the Owner to the Surety Wall not be
greater than those of the Owner under the Construction Contract. To the
Imlt 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 coats 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 11 no liquidated damages are specs led In
the Construction Contract, actual damages caused by dolayed
performance or non-performance of the Contractor.
7. The Surety shall not be Gable to lie Owner or others for obligations of the
Contractor that are unrelated to the Construction Contract and the Balance
of the Contract Price shag not be reduced or set orf 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.
6. The Surety hereby waives notice of any change, induaing 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 Contndor ceased working or within two
years after the Surety refuses or falls to perform its obligations under this
Bond. whichever occur. fist. 11 the proviskms of This Paragraph are void or
prohibited by law, the minimum period of Imitation available to sureties as a
defense in the jurisdiction of the wit shall be applicable.
10. Notice to the Surety. the Owner or the Contractor shall be mailed or
delivered 10 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 mnstnldion was to be
performed, any provision N 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 he deemed incorporated
herein. The Intern 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 Ccnstrudgn Contract after all
proper adjustments have been made, including allowance to the
Contactor of any amounts received or to be received by the Owner N
settlement of kuurance or other dams for damages to which the
Contractor is entitled, reduced by an 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 Contndor klentdied on the signature page. including all Contract
Documents and changes thereto.
12.3. Contractor Default: Failure of the Contractor, venial has neither
been remedied nor waived, to pertorm of otherwise to comply with
the terms of the Construction Contract.
12.4. Owner Default: Faikse 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.
(FOR INFORMATION ONLY - Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party):
McClelland Consulting Engineers, Inc.
P.O. Box 1229, Fayeneville, Alt 72702-1229
(479) 443-2377
Any singular reference
CONTRACTOR (Name
C-2 Projects, LLC.
4903 S. Stanton
Springfield, MO. 65810
• PAYMENT BOND •
Bond 58620154
to Contractor, Surety, Owner or other party shall be considered plural where applicable.
and Address): SURETY (Name and Address of Principal Place of Business):
Western Surety Company
7400 College Blvd.
Overland Park, KS. 66210
(800) 888-3269
OWNER (Name and Address):
City of Fayetteville, Arkansas
113 W. Mountain
Fayetteville, AR. 72701
CONSTRUCTION CONTRACT
Date: September 20 2005
Amount: (51,377,141.00) One Million Three Hundred Seventy -Seven Thousand One Hundred Forty -One Dollars and no/l00 •••
Description (Name and Location):
Fayetteville North College Water Main Replacement, Fayetteville, AR.
BOND
Date (Not earlier than Contract Date): October 12 2005
Amount: (51,377,141.00) One Million Thee Hundred Seventy -Seven Thousand One Hundred
Modifications to this Bond Form:
Surety and Contractor, intending to be legally bound hereby, subject to the
hereof, do each cause this Payment Bond to be duly executed on its behalf
representative.
Terrorism Disclosure Included.
CONTRACTOR AS PRINCIPAL
Company:
C-2 Projects, LLC.
Signature:`)"
Name and Title:
/itarAa SURETY
(Corp. Seal) Company:
Western Surety
r/L
Signature
Name and Title: Graham
Attorney -in -Fact
(Attach Power of Attorney)
Forty -One Dollars and no/I00 •••
terms printed on the reverse side
by its authorized officer, agent, or
mpany
Venable
(Corp. Seal
(Space is provided for signatures of additional parties, if required.)
CONTRACTOR AS PRINCIPAL
Company:
(Corp. Seal)
SURETY
Company:
(Corp. Sea
Signature. Signature:
Name and Title:
Name and Title:
EJCDC No. 1910-28-B (1996 Edition)
Originally prepared through the joint efforts of the Surety Association of AmeriCa. Engineers Joint Ccntwt Dotuments Committee. the Associated Gene
Contractors of America, American Institute al Architects. the American Subcontractors Association, and the Assocatad Specialty Contractors.
P•na cif
1
1
1
1
1
1
1
1
1
r
1
•
1
1
1
1
1
1
1. The Comrador and the Surety. )olnty and Ally, bind themselves
their heirs, executors, administrators, suocesson and assigns to the Owner
to pay for labor, materials and equipment fumished for use In the
performance of the Construction Contract, which is incorporated herein by
reference.
2. lath respect to the OWNER this obligation shall be null and void if the
CONTRACTOR:
2.1. Promptly makes payment. direly or Indirectly, for al sums due
Claimants, and
2.2. Defends, Indemnifies arta holds harmless the OWNER from all
deans, demands. liens w suits by any person or entity who famished
labor. materials or equipment for use In the performance of the
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 end tendered defense of
such daims. demands. fens or suds to the CONTRACTOR and the
Surety, and provide! there b no OWNER Default.
3. WM respect to Claimants, this obligation shad be null and void if the
CONTRACTOR promptly makes payment, direly or indiuedy, for all sums
due.
4. The Surety shag have no obligation to Claimants under this Bond until:
4.1. Claimants who are employed by or have a direct Centred wpm 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 lumohed 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 dam stating, with
substantial accuracy, the amount of the dawn 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 N part from the
CONTRACTOR, w not received within 30 days of fumishing
the above notice any communication from the
CONTRACTOR by which the CONTRACTOR has Indicated
the claim wgl be paid directly or Miredty, and
3. Not having been paid within the above 30 days, have sem a
written notice to the Surety and sent a copy, or notice
thereof, to the Owner, staling that a dein is being made
under this Bond and enclosing • copy of the previous written
notice punished to the CONTRACTOR,
5. 11 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 al the Surety's expense take the following actions:
6.1. Send an answer to the Clamant, with a copy to the OWNER,
within 45 days after receipt of the dein, stating the amounts that are
undisputed and the basis for challenging any amounts Nat are
disputed.
6.2. Pay or arrange for payment of any undisputed amounts.
7. The Suretys total obligation shag not exceed the amount of this Bond,
and the amount of this Bond shag be credited for any payments made in
good faith by the Surety.
I(FOR INFORMATION ONLY - Name, Address and Telephone)
GENCY or BROKER: OWNER'S REPRESENTATIVE (Engineer or otherart
McClelland Consulting Engineers, Inc, p y)�
P.O. Box 1229, Fayetteville, AR. 72702-1229
(479)443-2377
8. Amounts owed by the AR to the CONTRACTOR under the Contract
shall be used for the performance of the Contract and to satisfy dams, i1
any, under any Pedomnance Bond. By the CONTRACTOR furnishing and
the OWNER accepting this Bond, they agree that al funds earned by the
o COfy
pMatio f s of the CONTRACTOR and the SuCTOR in the performance of the rety underadeN Bond, subjectdedicated to s to
the OWNER's priority to use the funds or the oompleuon of the work,
9. The Surety shag not be table to the OWNER Claimants or other for
obligations of the CONTRACTOR that are unrelated to the Contract, The
OWNER shall not be liable for payment of any costs or expenses o1 any
Claimant under this Bond, and shag have under this Bond no obligations to
make payments to, give notices on behalf of, or otherwise have obfgalions
to Claimants under this Bond.
10. The Surety hereby waives notice of any change, including changes of
time, to the Contract or to related Subcontracts, purchase orders and other
obligations.
11. No suit or action shall be canmenced by a Claimant under this Bond
other than In a court of competent jurisdiction in the bcation in which the
work or part of the work o located or after the expiration of one year from the
date (1) on which the Claimant gave the notice required by paragraph 4.1 or
paragraph 4.2 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) tint occurs. If the
provisions of this Paragraph are void or pmhbeed 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, shag 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 Incaton where the contract 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 shag be deemed Incorporated herein.
The Intent Is, that this Bond shag be construed as a statutory Bond and not
as a common law bond,
14. Upon request by any person or entity appearing to be a potential
beneficiary of this Bond, the CONTRACTOR shall promptly furnish a copy of
this Bond or shag permit a copy to be made.
15. DEFINITIONS
15.1. Claimant An individual or entity having a direct contract with the
CONTRACTOR or with a Subcontractor of the CONTRACTOR to
furnish tabor, materials w equipment for use in the performance of the
Contract. The Intent of this Bond shag be to Include without Imitation
In the terms 'labor, materials or equipment that part of water, gas.
power, light, heat. dl, gasoline, telephone seMoe or rental equipment
used in the Contract, architectural and engineering services required
for performance of the Work of the CONTRACTOR and the
CONTRACTORS Subcontradors, and an other items for which a
mechanic's lien may be asserted In the jurisdiction where the labor,
materials or equipment were furnished.
15.2. Conned: The agreement between the OWNER and the
CONTRACTOR identified on the signature page. Including all Contract
Documents and changes thereto.
15.3. Owner Default Failure o1 the OWNER, which has neither been
remedied nor waived. to pay the CONTRACTOR as required by the
Contract or to perform and complete or oornpy with the other temps
thereof,
1
1
1
1
1
1
1
1
gi
•
• •
MAINTENANCE BOND
Bond No. 586201 54
Any savour reference to Contractor. Principal. Surety. Owner or other party shall be cnWeered plural where makable.
KNOW ALL MEN BY THESE PRESENTS:
That C-2 Projects, LLC -4903 S. Stanton, Springfield, MO. 65810
as Principal. hereinafter called Contractor, and
Western Surety Company -7400 College Blvd., Overland Park, KS. 66210 (800) 888-3269
as Surety, hereinafter called Surety, we firmly bound unto
City of Faycticvillc, Arkansas -113 W. Mountain, Fayetteville, AR. 72701
(Name and address of Owner)
hereinafter called Obligee, in the sum of Onc Million Three Hundred Seventy -Seven Thousand Onc Hundred Forty -One Dollars and
no/I00••• (SI,377,I41.00 •••) DOLLARS.
lawful money of the United States of America, to be paid to the said Obligee or its successors or assigns to the payment of
which sum well and truly to be made. we do bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, Contractor entered into a contract with the said Obligee dated September 20 2005
for Fayetteville North College Water Main Replacement, Fayetteville, AR.
NOW, THEREFORE, the condition of this obligation Is such that. if Contractor shall remedy any defects due to faulty materials
or workmanship and pay for any damage to other work resulting therefrom which shall appear within a period of
TWO year(s) from the date of acceptance of the work provided for in the Contract, then this obligation shall be void;
otherwise it shall be and remain in full force and effect.
ATTEST:
Zye
(SEAL)
ATTEST:
(SEAL)
S4e5r1/GEEF 519a
C-2 Projects, LLC.
(Signet ufe)
Name of Contractor/Principal
Western Surety Company
Principal
By:
Name of Surety
(Signature,
Graham Venable
Attorney -in -Fact
Mach Properly Executed Poser or Attorney
Surety
j'Vestern Surety Cqppany
POWER OF ATTORNEY APPOWrING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
nuke, constiwte and appoint
Dennis Breckenridge, Edwin Crawford, Pamela Crawford, David Duncan, Graham Venable,
Individually
of Springfield, MO, its true and lawful Anoney(s)-in-Fact with full power and authority hereby conferred to sign seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby u fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Anomey, pursuant to the authority hertby given, ase hereby ratified and confirmed.
This Power of Attorney is nude and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto axed on this 9th day of March, 2004. .
State of South Dakota
County of Mmnehaha
J
Ss
WESTERN SURETY COMPANY
Paul . BwOat, Senior Vice President
On this 9th day of March, 2004, before me personally came Paul T. Bmflat, to me known, who, bcing by me duly sworn, did depose and say; that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which
executed the above instrument; that he knows the seal of said corporation; that thc seal affixed to the said instrument is such corporate seal; that it was so
affixed pursuant to authority given by the Board of Directors of said corporanon and taut he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said coryoration.
My commission expires
November 30, 2006
..... NN....... ........♦
D. KRELL ••
•
• NOTARY PUBLIC
S c` SOUTH DAKOTA 8 2s s
CERTIFICATE
D. Krell, NoTiry Public
1, L Nelson, Assistant Seeelar/ of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By-law of thc corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name andaffixed the seal of the said contortion this 13th day of October , 2005
Fain F421001-02
WESTERN SURETY COMPANY
L Nelson, Auisunt Secretary
i
i
1
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by any one or
more of the following companies (collectively the "Writing Companies") as surety or
insurer: Westem Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance Company
of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance
Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was Zero
Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF
TERRORISM LOSSES
The United States will pay ninety percent (90%) of covered terrorism losses exceeding
the applicable surety/insurer deductible.
Form F7310
1
I
1
1
1
1
1
•
•
NOTICE TO PROCEED
TO: DATE:
PROJECT: City of Fayetteville, North College Water Main Replacement
You arc hereby notified to commence WORK in accordance with the Contract dated
on or before , and you are to complete the WORK within
165 consecutive calendar days thereafter. The date of completion of all WORK is therefore
,20 .
Owner
By
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is hereby acknowledged by
this the day of , 20_
By
Title
FY032142 Fayetteville North College Water Notice to Proceed
:1
• City of Fayetteville, Arkansas
Budget Adjustment Form
•
Budget Year
2005
Department: Water & Wastewater
Division: Water 8 Sewer Maintenance
Program: Capital Water Mains
Date Requested
9/20/2005
Adjustment Number
Project or Item Added/Increased:
$500,000 Is requested in the North College Waterline
Replacement project.
Project or Item Deleted/Reduced:
3500,000 from the Use of Fund Balance.
Justification of this Increase.
The funds are to cover the approval of a contract with C-
2 Projects.
Justification of this Decrease:
There is sufficient fund balance remaining to meet 2005
objectives.
Account Name
Water line improvements
Increase Expense Budget (Decrease Revenue Budget)
Account Number Amount
Account Name
Project Number
5400 5600 5808 00 500,000 02030
Decrease Expense Budget (Increase Revenue Budget)
Account Number Amount
Use of fund balance 5400 0940 4999 99 500,000
Request
4
Approval Signatures
udget'M nager
Department Director
Finance & In c ces Director
Aer
Mayor
4
D'etb
7,1 of
Date
Date
Date
Date
Budget Office Use Only
Project Number
Type. A
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
Initial - Date
Initial Date
Initial Date
Initial Date
%_6tivii0ti4%q6icS
NORTH COLLEGE WATER
MAIN REPLACEMENT
FAYETTEVILLE WATER DEPARTMENT
CITY OF FAYETTEVILLE, ARKANSAS
MCE PROJECT NO. FY032142
June, 2005
Prepared By:
Mcgdkad GasdNng Engineers, Inc.
1810 North Canna, P.O. lox 1229
FannerIOn, Arkansas 72702-1229
(479) 443-2377
ooitt IIOFII"'o.
r,COMA" •• •
c U: CONS'JETIN644; e
i
ENGINEERS,
:
I.
▪ C-
•• C
,''gNSAS - EN`'
.. ......
/•
(1
NORTH COLLEGE WATER
MAIN REPLACEMENT
FAYETTEVILLE WATER DEPARTMENT
CITY OF FAYETTEVILLE, ARKANSAS
MCE PROJECT NO. FY032142
June, 2005
Prepared By:
on.io... ar
McClelland Consulting Engineers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72702-1229
(479) 443-2377
PART/SECTION N2
TABLE OF CONTENTS
SUBJECT
PAGE N°
PART I
00030
00100
00200
00300
00350
00360
BIDDING REQUIREMENTS
Advertisement for Bids 1-2
Instructions to Bidder 1-7
Information Available to Bidders 1
Bid Form Unit Price 1.14
Bid Bond 1-2
Notice of Award 1
PART II CONTRACT FORMS
00500 Contract 1-3
00600-1 Performance Bond 1-2
00600-2 Payment Bond 1-2
Maintenance Bond 1
Contractor's Affidavit 1
Notice to Proceed 1
PART III CONDITIONS OF THE CONTRACT
00700 General Conditions
00800 Supplementary Conditions
PART IV
DIVISION 1
01000
01009
01011
01014
01016
01027
01028
01070
01210
01300
01311
01400
01500
01600
01700
01710
01720
DIVISION 2
02102
02150
1-27
1
SPECIFICATIONS
GENERAL REQUIREMENTS
Abbreviations 1-2
Summary of Work 1-2
Site Conditions 1-4
Protection of the Environment 1-2
Safety Requirements and
Protection of Property 1-5
Application for Payment 1-2
Change Order Procedures 1-3
Cutting and Patching 1-3
Preconstruction Conferences 1-2
Submittals During Construction 1-5
Schedule & Sequence of Operations 1-2
Quality Control 1-3
Temporary Construction Facilities
and Utilities 1-3
Material and Equipment Shipment,
Handling, Storage, and Protection 1-3
Contract Closeout 1-2
Clean -Up 1-2
Project Record Documents 1-3
SITE WORK
Clearing, Grubbing, and Stripping 1-3
Storm Water Pollution Prevention 1-4
FY032142 Fayetteville North College Watcr
TOC -1
PART/SECTION N°
TABLE OF CONTENTS
SUBJECT
PAGE N°
DIVISION 2 CONTINUED
02200
02218
02223
02444
02485
02601
DIVISION 3
03210
03300
DIVISION 15
15001
15001-2
15001-14
15012
15013
15014
15080
Earthwork, Trench Excavation
and Backfill 1-9
Landscape Grading 1-2
Bored Highway Undercrossings 1-5
Fencing 1-4
Finish Grading and Grass 1-3
Asphalt and Concrete Restoration 1-9
CONCRETE
Reinforcing Steel 1-3
Concrete 1-12
MECHANICAL
Plant Piping - General 1-10
Cement -Lined Ductile
Iron Pipe & Fittings 1-4
Polyvinyl Chloride (PVC) Pipe and Fittings 1-3
Miscellaneous Tubing 1-2
Miscellaneous Piping Specialities 1-3
Miscellaneous Metering and Measuring Devices 1-3
Manually Operated Valves 1-4
APPENDIX A
Standard Water Line Specifications
City of Fayetteville
APPENDIX B
Special Provisions
APPENDIX C
Water Shut Down and Boil Orders
City of Fayetteville
APPENDIX D
Occupational Safety Health Administration (OSHA)
Standard for Excavation and Trenches
Safety System, 29 CFR 1926, Subpart P
APPENDIX E
Arkansas State Licensing Law for Contractors
APPENDIX F
Chapter 5 Tree and Landscape Manual
City of Fayetteville
FY032142 Fayetteville North College Water
TOC -2
PART I
BIDDING REQUIREMENTS
ADVERTISEMENT FOR BIDS
Bid: 05-59
PROJECT: Fayetteville North College Water Main Replacement
MCE Project No.: FY032142
McClelland Consulting Engineers Inc.
1810 North College
P.O. Box 1229
Fayetteville, Arkansas 72701
Phone: (479) 443-2377
The City of Fayetteville will receive scaled bids for the construction of water mains in the vicinity of
North College Avenue (Hwy 71-B) between Maple Street and North Street, including approximately
377 feet of 12 -inch PVC water main, approximately 4,450 feet of 8 -inch PVC water main,
approximately 3,500 feet of 2 -inch and 1 -inch waterline, two highway bores, fire hydrants, valves,
fittings, and related facilities.
Bids shall be on a unit price basis.
The City of Fayetteville, Arkansas will receive Bids until 2:00 PM. Local Time on
August 16th , 2005 at the Office of the Purchasing Manager located in Room 306, 113 W. Mountain,
Fayetteville, Arkansas. Bids received after this time will not be accepted Bids will be opened and
publicly read aloud immediately after specified closing time. All interested parties are invited to
attend.
Bidding Documents may be examined at the offices of the Engineer and at:
ABC Plans Room
%Southern Reprographics
2905 Point Circle
Fayetteville, AR 72704
•
NW Ark. Planning Room
103A Apple Blossom Rd.
Bethel Heights, AR 72764
Copies of the Bidding documents may be obtained at the Engineer's office in accordance with the
Instructions to Bidders upon paying the sum of $80.00 for each set of documents. Return of
documents is not required, and amount paid for documents is not refundable. Partial sets are not
avai lable.
Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid
bond executed on the prescribed form, payable to the City of Fayetteville, Arkansas in an amount not
Tess than 5 percent of the amount bid.
FY032142 Fayetteville North College Water 00030 - I
For information concerning the proposed work, contact Robert W. White, P E at the Engineers
office.
The attention of the Bidder is directed to the applicable federal and state requirements and conditions
of employment to be observed and minimum wage rates to be paid under this contract.
"Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas encourages all
qualified small, minority and women business enterprises to bid on and receive contracts for goods,
services, and construction. Also, the City of Fayetteville, Arkansas encourages all general
contractors to subcontract portions of their contract to qualified small, minority, and women business
enterprises."
The Owner reserves the right to waive irregularities and to reject bids and to postpone the award of
the Contract for a period of time which shall not exceed beyond 90 days from the bid opening date.
CITY OF FAYETTEVILLE, ARKANSAS
Peggy Vice, Purchasing Manager
FY032142 Fayetteville North College Water 00030 - 2
DOCUMENT 00100
INSTRUCTIONS TO BIDDERS
PARAGRAPH NO/TITLE PAGE NO.
1. FORMAT 1
2. SPECIFICATION LANGUAGE
3. GENERAL DESCRIPTION OF THE PROJECT 1
QUALIFICATION OF CONTRACTORS
DOCUMENT INTERPRETATION 1
BIDDER'S UNDERSTANDING 2
PROJECT MANUAL AND DRAWINGS 2
TYPE OF BID 2
TRENCH AND EXCAVATION SAFETY SYSTEM 3
ALTERNATES 3
PREPARATION OF BIDS 3
STATE AND LOCAL SALES AND USE TAXES 3
SUBMISSION OF BIDS 4
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID 4
15. WITHDRAWAL OF BID 4
16. BID SECURITY 4
17. RETURN OF BID SECURITY 5
18. AWARD OF CONTRACT 5
19. BASIS OF AWARD 5
20. EXECUTION OF CONTRACT 5
21. PERFORMANCE AND PAYMENT BONDS, MAINTENANCE BOND 5
22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 6
23. PERFORMANCE OF WORK BY CONTRACTOR 6
24. TIME OF COMPLETION 7
25. PROVIDING REQUIRED INSURANCE 7
DOCUMENT 00100
INSTRUCTIONS TO BIDDERS
1. FORMAT
The Contract Documents arc divided into Parts, Divisions, and Sections in keeping with
accepted industry practice in order to separate categories of subject matter for convenient
reference thereto. Generally, there has been no attempt to divide the Specification Sections
into work performed by the various building trades, work by separate subcontractors, or work
required for separate facilities in the Project.
2. SPECIFICATION LANGUAGE
"Command" type sentences are used in Contract Documents. These refer to and are directed to
the Contractor.
3. GENERAL DESCRIPTION OF THE PROJECT
A general description of the Work to be done is contained in the ADVERTISEMENT FOR
BIDS. The scope is indicated on the accompanying Drawings and specified in applicable parts
of these Contract Documents.
4. QUALIFICATION OF CONTRACTORS
The prospective bidders must meet the statutorily prescribed requirements before Award of
Contract by the Owner.
Before a Contract will be awarded for the work contemplated herein, the Owner will conduct
such investigation as is necessary to determine the performance record and ability of the
apparent low Bidder to perform the size and type of work specified under this Contract. Upon
request, the Bidder shall submit such information as deemed necessary by the Owner to
evaluate the Bidder's qualifications.
5. DOCUMENT INTERPRETATION
The Contract Documents governing the Work proposed herein consist of the Drawings and all
material bound herewith. These Contract Documents are intended to be mutually cooperative
and to provide all details reasonably required for the execution of the proposed Work. Any
person contemplating the submission of a Bid shall have thoroughly examined all of the
various parts of these Documents, and should there be any doubt as to the meaning or intent of
said Contract Documents, the Bidder should request of the Engineer, in writing (received by
the Engineer at least 5 working days prior to bid opening) an interpretation thereof.
FY032142 Fayetteville North College Water Section 00100-1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
9. TRENCH AND EXCAVATION SAFETY SYSTEM
IN ACCORDANCE WITH ACT 291 OF 1993, BIDDERS MUST PROVIDE A SEPARATE
PRICE FOR TRENCH AND EXCAVATION SAFETY PROGRAMS IN THE SPACE
PROVIDED ON THE BID FORM. FAILURE TO DO SO WILL SUBJECT THE BIDDER
TO DISQUALIFICATION.
10. ALTERNATES
Not used.
11. PREPARATION OF BIDS
All blank spaces on the Bid Form must be filled in, preferably in BLACK ink, in both words
and figures where required. No changes shall be made in the phraseology of the forms.
Written amounts shall govern in cases of discrepancy between the amounts stated in writing
and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit
prices will prevail.
Any Bid shall be deemed informal which contains material omissions, or irregularities, or in
which any of the prices are obviously unbalanced, or which in any manner shall fail to
conform to the conditions of the published ADVERTISEMENT FOR BIDS.
Only one bid from any individual, firm, partnership, or corporation, under the same or
different names, will be considered. Should it appear to the Owner that any Bidder is
interested in more than one bid for Work contemplated, all bids in which such Bidder is
interested will be rejected. The Bidder shall sign his Bid Form on the blank space provided
therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above,
together with the signature of the officer or officers authorized to sign Contracts on behalf of
the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm
shall be set forth above, together with the signature of the sole proprietor, partner or partners
authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an
officer of a corporation or a member of a partnership or sole proprietor, a notarized power-of-
attorney must be on file with the Owner prior to opening of bids or submitted with the Bid.
12. STATE AND LOCAL SALES AND USE TAXES
Unless the Supplementary Conditions contains a statement that the Owner is exempt from
state sales tax on materials incorporated into the Work due to the qualification of the Work
under this Contract, all state and local sales and use taxes, as required by the laws and statutes
of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the
Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid Form
to separately itemize the tax.
FY032142 Fayetteville North College Water Section 00100-3
1
17. RETURN OF BID SECURITY
Within 15 days after the award of the Contract, the Owner will return the bid securities to all
Bidders whose Bids are not to be further considered in awarding the Contract. Retained bid
securities will be held until the Contract has been finally executed, after which all bid
securities, other than Bidders' bonds and any guarantees which have been forfeited, will be
returned to the respective Bidders whose Bids they accompanied.
' 18. AWARD OF CONTRACT
1
1
1
1 19. BASIS OF AWARD
Within 90 calendar days after the opening of Bids, unless otherwise stated in the
ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents,
the Owner will accept one of the Bids or will act in accordance with BASIS OF AWARD,
below. The acceptance of the Bid will be by written notice of award, mailed or delivered to
the office designated on the Bid Form. In the event of failure of the lowest responsible and
responsive qualified Bidder to sign and return the Contract with acceptable Performance and
Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest
responsible and responsive qualified Bidder. Such award, if made, will be made within 90
days after the opening of Bids.
If, at the time this Contract is to be awarded, the Total Base Bid of the lowest acceptable Bid
' exceeds the funds then estimated by the Owner as available, the Owner may reject all bids or
take such other action as best serves the Owner's interests.
1 20. EXECUTION OF CONTRACT
The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign
1 and deliver to the Owner the Contract hereto attached together with the acceptable bonds as
required in these Documents. Within 15 consecutive days after receiving the signed Contract
' with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the
Contract. Signature by both parties constitutes execution of the Contract.
' The successful bidder shall conform to the Rules and Regulations of Arkansas Department of
Finance and Administration concerning nonresident contractor's notice and bond
requirements.
1 21. PERFORMANCE AND PAYMENT BONDS, MAINTENANCE BOND
' The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on
the form bound herewith, each in the full amount of the Contract Price in accordance with the
requirements of the State of Arkansas as applicable, as security for the faithful performance of
' the Contract and the payment of all persons supplying labor and materials for the construction
of the Work, and to cover all guarantees against defective workmanship or materials, or both,
I
for a period of 1 year after the date of final acceptance of the Work by the Owner.
The Surety furnishing this bond shall have a sound financial standing and a record of service
' FY032142 Fayetteville North College Water Section 00100-5
24. TIME OF COMPLETION
The time of completion of the Work to be performed under this Contract is of the essence of
the Contract. Delays and extensions of time may be allowed in accordance with the
provisions stated in Document 00700 - GENERAL CONDITIONS. The time allowed for the
completion of the Work is stated in Document 00500 - Contract.
25. PROVIDING REQUIRED INSURANCE
The Bidder's attention is directed to the insurance requirements set forth in the General
Conditions (amended in the Supplementary Conditions, if appropriate). Submittal of a bid
indicates full understanding and intent to comply with the insurance requirements which are a
condition of the contract.
FY032142 Fayetteville North College Water Section 00100-7
DOCUMENT 00200
INFORMATION AVAILABLE TO BIDDERS
PART I. GENERAL
1.1 SECTION INCLUDES
1-1. Arkansas Prevailing Wage Determination Number 04-346.
PART 2. PRODUCTS
Not Used.
PART 3. EXECUTION
Not Used.
END OF SECTION
FY032142 Fayetteville North College Water Section 00200 - 1