Loading...
HomeMy WebLinkAbout95-07 RESOLUTIONRESOLUTION NO. 95-07 A RESOLUTION AWARDING BID # 07-38 AND APPROVING A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT OF $1,527,000.00 FOR THE RENOVATION OF THE GREGG AVENUE SEWER LIFT STATION, WSIP SUBPROJECT WL -7; AND APPROVING A 5% PROJECT CONTINGENCY IN THE AMOUNT OF $76,000.00. 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 awards Bid # 07-38 and approves a Contract with Crossland Heavy Contractors, Inc. in the amount of $1,527,000.00 for the renovation of the Gregg Avenue Sewer Lift Station, WSIP Subproject WL -7. 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 5% project contingency in the amount of $76,000.00. PASSED and APPROVED this 5th day of June, 2007. APPROVED: By: - DA COODY, Mayo ATTEST: By: E o. .co • A FAYETTEVILLE: \5C,";1?)/(4 NStfPW ite 'NcroN .�°.'. SONDRA E. SMITH, City Clerk/Treasurer r DOCUMENT 00500 — AGREEMENT BETWEEN THE CITY OF FAYETTEVILLE AND CONTRACTOR Project Name: Wastewater System Improvement Project Contract Name: Gregg Avenue Lift Station Renovation Contract No.: WL -7 RLF Project No.: CS -050803-03 THIS AGREEMENT is dated as of the day of s((fL' in the year 2007 by and between the CITY OF FAYETTEVILLE (hereinafter called the CITY OF FAYETTEVILLE) and CROSSLAND HEAVY CONTRACTORS, INC. (hereinafter called CROSSLAND HEAVY CONTRACTORS, INC.). ARTICLE 1 - WORK 1.01 CROSSLAND HEAVY CONTRACTORS, INC. shall complete all Work as specified or indicated in the Contract Documents. The Work under this Contract is generally described as follows: Renovation of the Gregg Avenue Lift Station, consisting of removing three 100 Hp dry pit pumps, modifying the station to a submersible pump station and installing four submersible pumps with related facilities. 1.02 The Contract for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: The CITY OF FAYETTEVILLE, Arkansas is undertaking a project to redirect sewer flows from portions of the City in the Illinois River drainage basin to a new wastewater treatment plant on the west side of the City and upgrade sewers in the City which are in the White River drainage basin and upgrade the existing wastewater treatment plant on the east side of the City. The project is known as the Wastewater System Improvement Project and includes, but may not be limited to, four areas of improvements as follows: 1. Westside Wastewater Treatment Plant. 2. Westside Collection System Improvements. 00500 -WL -7 Agreement 00500 — 1 DOCUMENT 00500 — AGREEMENT (continued) 3. Paul R. Noland Wastewater Treatment Plant Improvements. 4. Eastside Collection System Improvements. ARTICLE 2 - ENGINEER 2.01 The Contract has been designed by RJN GROUP, INC. RJN GROUP, INC., assumes all duties and responsibilities, and has the rights and authority assigned to RJN GROUP, INC. in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. L ? ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: The Work will be Substantially Completed within Two Hundred Ten (210) consecutive calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. Substantial completion shall mean the new pumps and associated equipment are ready for startup. The project shall be completed and ready for final payment in accordance with the GENERAL CONDITIONS within Two Hundred Fifty -Five (255) consecutive calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. The CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC. recognize that time is of the essence of this Agreement and that the CITY OF FAYETTEVILLE will suffer financial Toss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL 00500 -WL -7 Agreement 00500 — 2 DOCUMENT 00500 — AGREEMENT (continued) CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by the CITY OF FAYETTEVILLE if the Work is not substantially Completed on time. Accordingly, instead of requiring any such proof, the CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC. agree that as liquidated damages for delay (but not as a penalty) CROSSLAND HEAVY CONTRACTORS, INC. shall pay the CITY OF FAYETTEVILLE One Thousand Dollars ($1,000.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantially Complete, if CROSSLAND HEAVY CONTRACTORS, INC. shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by the CITY OF FAYETTEVILLE, CROSSLAND HEAVY CONTRACTORS, INC. shall pay the CITY OF FAYETTEVILLE One Thousand Dollars ($1,000.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and CROSSLAND HEAVY CONTRACTORS, INC. agrees to accept, as full and final compensation for all work done under this agreement, in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs below: A. LUMP SUM CONTRACT PRICE: For all Work a Lump Sum of: One million five hundred twenty-seven thousand Dollars ($ 1,527 000 00). 4.02 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. 00500 -WL -7 Agreement 00500 — 3 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. CROSSLAND HEAVY CONTRACTORS, INC. shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by the CITY OF FAYETTEVILLE as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The CITY OF FAYETTEVILLE shall make progress payments on account of the Contract Price on the basis of CROSSLAND HEAVY CONTRACTORS, INC.'S Applications for Payment as recommended by RJN GROUP, INC., on or about the 20th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, Tess the aggregate of payments previously made and Tess such amounts as RJN GROUP, INC. shall determine, or the CITY OF FAYETTEVILLE may withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by RJN GROUP, INC., and if the character and progress of the Work have been satisfactory to the CITY OF FAYETTEVILLE and RJN GROUP, INC., the CITY OF FAYETTEVILLE on recommendation of RJN GROUP, INC., may determine that as long as the character and progress of the Work subsequently remain satisfactory to them a 5 percent retainage will be 00500 -WL -7 Agreement 00500 — 4 DOCUMENT 00500 - AGREEMENT (continued) rir withheld on the remaining progress payments prior to Substantial Completion; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to the CITY OF FAYETTEVILLE as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, the CITY OF FAYETTEVILLE shall pay an amount sufficient to increase total payments to CROSSLAND HEAVY CONTRACTORS, INC. to 95% of the Contract Price (with the balance being retainage), less such amounts as RJN GROUP, INC. shall determine, or the CITY OF FAYETTEVILLE may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, the CITY OF FAYETTEVILLE shall pay the remainder of the Contract Price as recommended by MN GROUP, INC. and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce the CITY OF FAYETTEVILLE to enter into this Agreement, CROSSLAND HEAVY CONTRACTORS, INC. makes the following representations: A. CROSSLAND HEAVY CONTRACTORS, INC. has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. CROSSLAND HEAVY CONTRACTORS, INC. has visited the Site and become familiar with and is satisfied as to the general, local, and Site 00500 -WL -7 Agreement 00500 — 5 DOCUMENT 00500 — AGREEMENT (continued) conditions that may affect cost, progress, performance, and furnishing of the Work. C. CROSSLAND HEAVY CONTRACTORS, INC. is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. CROSSLAND HEAVY CONTRACTORS, INC. has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. CROSSLAND HEAVY CONTRACTORS, INC. acknowledges that the CITY OF FAYETTEVILLE, and RJN GROUP, INC. do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. CROSSLAND HEAVY CONTRACTORS, INC. has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CROSSLAND HEAVY CONTRACTORS, INC. and safety precautions and programs incident thereto. F. CROSSLAND HEAVY CONTRACTORS, INC. does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract 00500 -WL -7 Agreement 00500 — 6 DOCUMENT 00500 — AGREEMENT (continued) Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CROSSLAND HEAVY CONTRACTORS; INC. is aware of the general nature of work to be performed by the CITY OF FAYETTEVILLE and others at the Site that relates to the Work as indicated in the Contract Documents. H. CROSSLAND HEAVY CONTRACTORS, INC. has correlated the information known to CROSSLAND HEAVY CONTRACTORS, INC., information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. CROSSLAND HEAVY CONTRACTORS, INC. has given RJN GROUP, INC. written notice of all conflicts, errors, ambiguities, or discrepancies that CROSSLAND HEAVY CONTRACTORS, INC. has discovered in the Contract Documents and the written resolution thereof by RJN GROUP, INC. is acceptable to CROSSLAND HEAVY CONTRACTORS, INC. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and fumishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between the CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC. concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 00500 -WL -7 Agreement 00500 — 7 DOCUMENT 00500 — AGREEMENT (continued) 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. CROSSLAND HEAVY CONTRACTORS, INC. Bid. c. Documentation submitted by CROSSLAND HEAVY CONTRACTORS, INC. prior to Notice of Award. d. CROSSLAND HEAVY CONTRACTORS, INC. Act of Assurance Form. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. MBE / WBE Compliance Evaluation Form. 6. Supplementary Conditions. 7. Labor -Related Regulations. 8. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 9. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: Gregg Avenue Lift Station Renovation 10. Addenda number one. 11. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or 00500 -WL -7 Agreement 00500 — 8 0 DOCUMENT 00500 — AGREEMENT (continued) supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8- MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The CITY OF FAYE I l EVILLE and CROSSLAND HEAVY CONTRACTORS, INC. each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon the CITY 00500 -WL -7 Agreement 00500 — 9 DOCUMENT 00500 — AGREEMENT (continued) OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC., who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 OTHER PROVISIONS: Not Applicable. 8.06 CONTROLLING LAW: A. This Agreement shall be subject to, interpreted and envorced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 8.07 ARKANSAS FREEDOM OF INFORMATION ACT A. City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the CITY OF FAYETTEVILLE, CROSSLAND HEAVY CONTRACTORS, INC. will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-10I et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, the CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC. have signed this Agreement in quadruplicate. One counterpart each has been delivered to the CITY OF FAYETTEVILLE, CROSSLAND HEAVY CONTRACTORS, INC., and RJN GROUP, INC. All portions of the Contract Documents have been signed, initialed, or identified by the CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, INC. 00500 -WL -7 Agreement 00500 — 10 DOCUMENT 00500 — AGREEMENT (continued) This Agreement will be effective on the Effective Date of the Agreement. knit, 6 CROSSLAND HEAVY CONTRACTORS, INC. City of Fayetteville By: a_A.cI % .t irnarn Title: V/G.e 1'r'e5et oma. Attest Address for giving notic (SEAL) , 2007, which is Fa ettevil By: Arkansas AlararI or1 Title: Ma Twist, O}< 741(G' License No. OO (.7 .b 1 1 07 Agent for Service of process \ CROSSLAND HEAVY CONTRACTORS, INC. is a corporation, attach evidence of authority to sign. By. Attorney For: City o Fayetteville END OF DOCUMENT 00500 00500 -WL -7 Agreement 00500 — 11 (SEAL) yz,,9gkANS:O'. t�R,a- �d�n .. ��;NGTONiiiii •• p�• c,\TY SC . ' :FAYETTEVILLE • Address for giving notices 113 W. R01-41-64/1 Batt+..o►Itt � 114 -70_7171 (If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) proved As to CROSSLAND HEAVY CONTRACTORS 833 S. East Avenue • P.O. Box 350 Columbus, Kansas 66725 fel 620.429.1410 fax 620.429.2977 CROSSLAND HEAVY CONTRACTORS, INC. SECRETARY'S CERTIFCATE OF CORPORATE RESOLUTION AND AUTHORIZED SIGNATURES 1, Ivan E. Crossland, Jr., do herby certify that I am the duly elected and qualified secretary of Crossland Heavy Contractors, Inc., a corporation duly organized and validly existing under and by virtue of the laws of the State of Kansas (the "Corporation"), that the following resolution was duly adopted by the Board of Directors of the Corporation at a meeting of the members thereof, called and held in accordance with rhe requirements of the bylaws of the Corporation, on usi 2.006 , and that such resolution has not been modified, repealed, or rescinded an is in fu force and effect as of the date of this certification. Be it resolved that the Board of Directors of Crossland Heavy Contractors, Inc. hereby authorizes and empowers Darrell Moorman in the name of and on behalf of the Corporation, to execute bid forms, construction agreements, change orders and other associated construction documents between the Corporation and the City of Tulsa (ATIMA) and Tulsa Metropolitan Utility Authority (TMUA). further certify that the persons named below are the duly acting Board of Directors and they are serving on this date as officers of the Corporation in their respective capacities set forth opposite jlwir name and the manual signatures set forth opposite their names are the true manual signatures ?e sucji p son. Name of Director Darrell W. Moorman Name of Director Vice -President Title Ivan E. Crossland, Jr. Secretary Name of Director Title Bennie L. Crossland Name of Director PALA Signature Signatu Treasurer DwrwG (24arS Title Signature In witness whereof, the undersigned has executed this certificate and impressed the seal of the Corporation thereon on this day of May , 20 (J% . (Cor6or4faW ti yc • • ''‘ ecretary www.heavycontractors.com • • • • y. • • A FAYETTEVIL THE CITY OF FAYETTEVILLE. ARKANSAS ... . • • • • • • • I • G . i • City.. of,Fayetteville; 'Arkansas" .Water & Wastewater Departinent - : David Jurgens RE , Director .' • 5 1. n PROJECT MANUAL CONTRACT, NO: WL 7. WESTSIDE WASTEWATER COLLECTION SYSTEM IMPROVEMENTS _ • • • • • • GREGGAVENUE LIFT STATION RENOVATION • RLE" PROJECT NUMBER CS 050803-03 • • • FAYETTEVILLE WASTEWATER SYSTEM iMPROVE1VIENT`P4OJECT` • ENGINEER , RJN'Group, Inc. •.12160 Abrams, Ste'400 •' Dallas, TX 75243 In Association With McClelland Consulting Eng Inc. P.O: Box 1229' Fayetteville, AR 72702 , • MCE Project No. FY01.2133 • • July`2005 • Revised Jainiary 2007 ;1; • • • • • , • • • • • I OWNER..."" • •CITY OF' 4 FAYETTEV,ILLE Water and. Wastewater • Department, • , 113West Mountain Street . • - Fayetteville; Arkansas'72701', • • • • • • • • DOCUMENT 00900 — ADDENDUM NO. 1: Issued to All Bid Document Holders of Record • Date: March 6, 2007 Project Name: Fayetteville Wastewater System Improvement Project Contract Name: Gregg Avenue Lift Station Renovation Contract No.: WL -7 RLF Project No.: CS -0500803-03 This Addendum forms a part of the Contract described above. The original Contract Documents and any prior Addenda remain in full force and effect except as modified by the following which shall take precedence over any contrary provisions in the prior documents. ADDENDUM NO. 1. SPECIFICATIONS: SECTION 01110 — SUMMARY OF WORK Under Paragraph 1.07, C.2., for the Phase 2 work, the flow will not be directed to the north wetwell. The pumps connected to this wetwell are not functioning properly (these are the pumps to be removed). Instead the flow will be routed to the south wetwell, as Listed under the Phase 3 work, and the Owner will operate the south wetwell pumps as necessary to keep the water level down, to allow the slide gates to be removed and the cover plates installed, as required under the Phase 2 work. SECTION 15080 — MANUALLY OPERATED VALVES AND CHECK VALVES Approved check valves, as listed under Paragraph 2.08, shall also include the Val -Matic surge buster swing flex check valve, which basically consists of the specified'check valve with. spring assist closure SECTION 15082 — SELF-CONTAINED AUTOMATIC PROCESS VALVES Approved sewage air release valves, as listed in Paragraph 2.02, shall also include Val - Matic Model No. 304 BW, or approved equals. DRAWINGS: SHEET 3, CHAIN LINK FENCE MODIFICATIONS New chain link fencing, including an 8 -ft. gate and a 3 -ft. gate, shall be extended around the new electrical building as shown on the attached partial plan from revised Sheet 3. A segment of barbed wire fence with gate is required for a closure between the existing barbed wire fence and the new chain link fence. SHEET 3 AND 11, NEW CUT -IN VALVE These plans sheets require installation of a new valve on the existing 18 -inch force main yard piping. The purpose of this valve is to allow abandonment of a segment of force main pipe connecting to the dry well pumps. This pipe is under continuous pressure, ranging from approximately 40 psi when the pumps are off to approximately 100 psi when multiple pumps are on. Higher pressure surges occur when the pumps cycle off and on. Without this valve in place, ADDENDUM NO. 1-00900 & MODIFICATIONS.doc 00900-1 approximately 3 miles of 18 -inch force main will drain back to this location if the force main is cut or is broken A permanent valve is not required at this location, provided that a permanent cut and cap is completed between the pump station wall and the cut -in valve location. Consequently, a temporary line -stop type valve is acceptable if the permanent cut and cap is installed while the temporary valve is in place. The existing 18 -inch ductile iron force main does not have restrained joints. The nearby 18 -inch valve on the other leg of 18 -inch yard piping is a tapping sleeve and valve that must remain open and in service. In order to cut and cap the existing pipe, some form of thrust restraint that will insure that the pipe does not come apart while it is being cut and capped must be used if a temporary valve is to be used. If the Contractor proposes to use a temporary line -stop type valve, he shall provide a submittal on his proposed method of thrust restraining the pipe while it is being cut and capped. This submittal will require approval by the Engineer and Owner before work is started on the abandonment of this yard piping. SHEET 8 AND 13, VALVE VAULT VENT GOOSENECKS Two 12 -inch valve vault vents are required. The plan sheets indicate these gooseneck vents shall be of PVC or fiberglass material. Flanged ductile iron fittings may also be used, provided that they are lined with the specified corrosion resistant linings designed for sewer applications. Each Bidder shall acknowledge receipt of this Addendum by affixing his signature below, by noting this Addendum on his Bid Form, and by attaching this Addendum to his Bid Robert W. White, P.E. (Engineer) ?Al Pr2 3/6/07 ACKNOWLEDGEMENT The undersigned acknowledges receipt of this Addendum and the Bid submitted is in accordance with information, instructions and stipulations set forth herein. Bidder: ernsrhol Heavy eenkathets, T„c By: ibSiavnnw Date: /Vfizy $ 2007 ATTACHMENT REVISED FENCING PLAN END OF DOCUMENT 00900 ADDENDUM NO. 1-00900 & MODIFICATIONS.doc 00900-2 NEW /782 ELECTRICAL BLDG CHAIN UNK FENCE W/ N TE AND EW3'GA WATER\ W PROJECT MANUAL Gregg Avenue Lift Station Renovation Wastewater System Improvement Project Fayetteville, Arkansas Water and Wastewater Department Contract No. WL -7 RLF Project No. CS -050803 -03 Engineer's Project No. FY012166 Engineer: RJN Group, Inc. 12160 Abrams, Ste. 400 Dallas, TX 75243 Telephone 972-437-4300 Fax 972-437-2707 In Association With McClelland Consulting Engineers, Inc. P.O. Box 1229, 72702 1810 N. College, 72703 Fayetteville, AR 72702 Telephone 479-443-2377 Fax -479-443-9241 00001b Project Title Page 00001-1 City of Fayetteville, Arkansas Wastewater System Improvement Project Contract No. WL -7 RLF Project Number CS -050803-03 DOCUMENT 00005 - INDEX AND CERTIFICATION PAGE DOCUMENT / DIVISION 00020 to 00700 Div.1 Div. 2 Div. 3 Div. 4 Div. 5 Div. 7 Div. 8 Div. 9 Div. 10 Div. 11 Div. 15 Div. 16 SPECIFICATION INDEX DESCRIPTION Invitation to Bid through General Conditions General Requirements Site Construction Concrete Masonry Metals Thermal and Moisture Protection Doors and Windows Finishes Specialties Equipment Mechanical Electrical NUMBER OF PAGES 105 86 52 15 12 12 13 10 17 3 24 31 99 CERTIFICATIONS DIVISION 1 through DIVISION 15, except Sections 02270, 11349, 11357, and 11360: ,�o ntsittl/ll�1 S` A T rat `\\00PTE . yGco, t� �, CONSULTING T: zat V i bic Q 9 14 1. si • octe,`. DIVISION 16, ELECTRICAL: / p F i • i ~ tf EGISTERE PROFESSIO k ENGINEE tr 9 No 4695 t, 4 • NEEit !PP Sz co .0 No.2918 4• f w4m eRi- M. 10 oi -07 -OOO405-Index & Cert.Boc / — 2 3 00005-1 ODOR CONTROL SECTIONS 11349, 11357, AND 11360: oat.F E<• to. a it RUSH, III -Oct' . ' ▪ . •- 23727 moo. ��n /OENSCRe :'`i. o� a %zz/o7 FAYETTEVILLE THE CfTY OF FAYETTEVILLE, ARKANSAS INTRODUCTORY INFORMATION 00005 Index and Certification Page 00010 Table of Contents 00100 BID SOLICITATION 00120 Invitation to Bid 00140 Bidder's Qualifications Statement 00200 Instructions to Bidders TABLE OF CONTENTS Project Number. WL -7 Contract Title: Gregg Avenue Lift Station Renovation RLF Project Number. CS -050803-03 00400 BID FORMS AND SUPPLEMENTS 00400 Bid Form 00410 Bid Bond 00430 List of Subcontractors 00450 Equipment Questionnaire Contractor's Act of Assurance Form RLF-52 MBE/WBE Compliance Evaluation Form RLF-96 00500 AGREEMENT FORM 00550 Notice to Proceed 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00611 Labor and Material Payment Bond 00612 Maintenance Bond 00700 CONTRACT GENERAL CONDITIONS 00800 SUPPLEMENTARY CONDITIONS Supplemental Conditions of Revolving Loan Fund RLF-53 Appendix A -Labor Standards Provisions Appendix B -Compliance Responsibility for Equal Opportunity Employment Prevailing Wage Determination 29 CFR Part 1926 Subpart P, OSHA Standards Geotech Report 00900 ADDENDA AND MODIFICATIONS 00900 Addendum No. 00930 Request for Interpretation 00931 Field Order 00932 Request for Proposal 00940 Change Order 00945 Work Change Directive DIVISION 1 - GENERAL REQUIREMENTS 01110 Summary of Work 01250 Contract Modification Procedures 01290 Payment Procedures 00010 Table of Contents 00010- 1 00005-1 of 1 00010-1 of3 00120-1 of4 00140-1 of5 00200-1 of 11 00400-1 of 7 00410-1 of2 00430-1 of 1 00450-1 of 1 l of2 l of2 00500-1 of' 11 00550-1 of2 00610-1 of3 00611-1 of4 00612-1 of 1 00700-1 of 49 1ofI5 Ap A-1 of 8 Ap B-1 of 11 1of15 1 of 55 l of2 00900- I of 2 00930-1 of 1 00931-1 of 1 00932-1 of 1 00940-1 of 1 00945-1 of 2 01110-1 of4 01250-] of2 01290-1 of2