Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
173-10 RESOLUTION
RESOLUTION NO. 173-10 A RESOLUTION AWARDING BID #10-55 AND AUTHORIZING A CONTRACT WITH RICK PERSHALL BUILDING COMPANY IN THE AMOUNT OF $46,410.00 FOR REFURBISHMENT OF DOG RUNS AT THE FAYETTEVILLE ANIMAL SHELTER, AND APPROVING A PROJECT CONTINGENCY OF $3,112.00 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 #10-55 and authorizes a contract, a copy of which is attached as Exhibit "A", with Rick Pershall Building Company in the amount of $46,410.00 for refurbishment of dog runs at the Fayetteville Animal Shelter. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency of $3,112.00. PASSED and APPROVED this 5th day of October, 2010. APPROVED: ATTEST: By: By: — ELD J AN, Mayor SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville Bid 10-55, Construction — Animal Shelter Improvements Contract — Between City and Rick Pershall Building Company This contract executed this 5, day of 01. tp fel' , 2010, between the City of Fayetteville, Arkansas, and Rick Pershall Building Company. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. Rick Pershall Building Company at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 10-55 as stated in Rick Pershall Building Company's bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 10-55, all included herein as if spelled out word for word. The City of Fayetteville shall pay Rick Pershall Building Company based on their bid proposal :in an amount not to exceed: ,$46,410.00. Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. 3. The Contract documents which comprise the contract between the City of Fayetteville and Rick Pershall Building Company consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 10-55 with the specifications and conditions typed thereon. B. Rick Pershall Building Company's bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City of Fayetteville and Rick Pershall Building Company and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Rick Pershall Building Company. 5. Rick Pershall Building Company shall not assign its duties under the terms of this agreement. 6. Rick Pershall Building Company agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from Rick Pershall Building Company performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. Rick Pershall Building Company shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Rick Pershall Building Company shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workmen's Compensation Comprehensives General & Automobile Insurance Bodily Injury Liability Property Damage Liability The premiums for all insurance and by Rick Pershall Building Company. 8. Rick Pershall Building Company to by all local and state agencies. Statutory Amount $500,000 for each person injured. $1,000,000 for each accident. $1,000,000 aggregate. the bond required herein shall be paid furnish proof of licensure as required 9. This contract may be terminated by the City of Fayetteville or Rick Pershall Building Company with 10 days written notice. 10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor 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. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fe�e�s.,� WITNESS OUR HANDS THIS u DAY OF Q l b-ei ~ , 2010. Attest: CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS LI + NELD J.4 -M-N, Mayor fr 26-°- &IC n: ra Srnith, City Clerk `01111111P??PIO ‘ ‘N‘RK/TR� /row ••GRAY 6c •• 1:' • 3 S, • • • ° ;FAYETT EV ILLE 1".9s°19KANS�JS BY 4i/1/e2 olGo``��. ATTEST: COMPANY SECRETARY RICK PE SHALL BUILDING COMPANY tAqef PtocS—'A ti-irt 6b'D4e. O2° `275.3 BUSINESS ADDRESS NAME AND TITLE Justine Middleton Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Oct. 5, 2010 City Council Meeting Date Agenda Items Only Development Services Division Action Required: Community Services Department A resolution awarding Bid# 10-55 and approval of a contract with Rick Pershall Building Company in the amount of $46,410 , with a project contingency of $3,112 for a total project cost of $49,522 for the Refurbishment of the Dog Runs in the Kennel Building. 49,522.00 Cost of this request 4470.9470.5301.00 Account Number 55,000.00 Category / Project Budget 5,478.00 Resurface Kennel Runs Program Category / Project Name Funds Used to Date Program / Project Category Name 09002 $ 49,522.00 Project Number Budgeted Item x Remaining Balance Fund Name Budget Adjustment Attached 0,1}.70(0 Previous Ordinance or Resolution # Date 9-20- Original Contract Date: / -20 - !c Original Contract Number: Date A, L 9-2r-24Ib Finance and Internal Services Director Date 1 -at -10 Date 7P4/74)D Dte Comments: Revised January 15, 2009 avettev!lle THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE ARKANSAS'. www.accessfayetteville.org CITY COUNCIL AGENDA MEMO To: Mayor Lioneld Jordan and City Council Thru: Yolanda Field, Dir. Community Service my Pate,ir. Community Development From: Justine Middleton, Animal Services Superintdent Date: September 9, 2010 Subject: Bid# 10-55, Construction—Animal Shelter Improvements; Award of Bid and Contract Approval PROPOSAL: The Kennel building is located behind the main Shelter building and is used to house dogs during their mandatory five day holding period. This building was the original Shelter built in the 1980s and as such, has begun to show its age. This project will make the surface areas in the Kennel building more sanitary as well as easier to clean and maintain. All adoptable dogs will be placed in foster care during the rennovation project and all dogs still in their holding period will be housed in the main Shelter building. The project was advertised on Wednesday, August 25 and Wednesday, September 1, 2010. The bids were opened on September 16, 2010. If approved, the rennovation work is anticipated to start no later than Friday, October 15 and conclude on or before Monday, November 15, 2010. RECOMMENDATION: A resolution awarding Bid# 10-55 and approval of a contract with Rick Pershall Building Company in the amount of $46,410, with a project contingency of $3,112 for a total project cost of $49,522 for the Refurbishment of the Dog Runs in the Kennel Building. BUDGET IMPACT: This project is a funded Capital Improvement Project with a total budget of $55,000 and a current balance of $49,522 remaining for construction costs. RESOLUTION NO. A RESOLUTION AWARDING BID #10-55 AND AUTHORIZING A CONTRACT WITH RICK PERSHALL BUILDING COMPANY IN THE AMOUNT OF $46,410.00 FOR REFURBISHMENT OF DOG RUNS AT THE FAYETTEVILLE ANIMAL SHELTER, AND APPROVING A PROJECT CONTINGENCY OF $3,112.00 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 #10-55 and authorizes a contract, a copy of which is attached as Exhibit "A", with Rick Pershall Building Company in the amount of $46,410.00 for refurbishment of dog runs at the Fayetteville Animal Shelter. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency of $3,112.00. PASSED and APPROVED this 5th day of October, 2010. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer aye e ARKANSAS BID: 10-55 DATE: 09/16/10 TIME: 2:00 PM CITY OF FAYETTEVILLE Bid 10-55, Construction - Animal Shelter Improvements :TQTAL. BASE:111D.• 1 Benchmark Construction $53,900.00 2 Kim Hoadley Construction Co Inc $46,879.00 3 Perme Excavating $58,900.00 4 Rick Pershall Building Co $46,410.00 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: Ptd P. VICE, PURCH AGENT CG- ;l %(((,ter q - k0 - i0 WITNESS DATE KEY ARCHITECTURE, IlVC. PROJECT NO. KAl 0961 DATE: 9- /4-10 PROPOSAL OF SECTION 00300 PROPOSAL. FOR LUMP SUM CONTRACT &t7s BUSINESS ADDRESS J d K S ,f o C4 cPr-IL / r / 6r O ✓/e 4a. ( ) A partnership consisting of n individual trading as ( ) A corporation organized under the taws of the state of Arkansas License Number TO: City of Fayetteville - City Hall Purchasing Division 113 W. Mo! intain Street, Suite 306 Fayetteville, Arkansas 72701 ©/ci 2-la.3// Gentlemen: The undersigned in compliance with your notice for bids for construction of CITY OF FAYETTEVILLE ANiiivAL SHELTER - KENNEL REFINISHING 1640 S. ARMSTRONG ROAD, FAYETTEVILLE, ARKANSAS having .examined plans and specifications with related documents and the site of the proposed work, and being familiar with all conditions surrounding construction of the proposed building, including the availability of labor, hereby proposes to furnish all labor, materials, and supplies and to construct the project in accordance with Contract Documents, within the time as stated, at prices as stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this Proposal is a part. understand that this project shall be awarded to those parties whose bid will give the Owner the most advantageous price for the project to be built. (we) acknowledge the forlm. Iny addenda: _eAziex.e.4a 31D /1) 55 A7)2)QNcL q . C6NS) 74// OF 3 Pa66eS 4w/ii , L/ S-4 6 /~ iia??r ve/r e/c/ Specifications - ® KAI - City of Fayetteville Animal Shelter -Kennel Refinishing 00300 -1 For all work described in the Specifications and shown on the drawings, I (We) agree to perform this work for the sums se: forth as follows: DOLLARS ALTERNATE CID O. 1: Ceiling Refinishing — remove ceiling refinishing completely from the scope of the Work. (Deduct) / enfe G 4 `f- / DMZ, �`2 ) In subrriiiiirry this bid, it is understood that the bid not be withdrawn for a period of thirty days from the time fixed for receipt of bids. Upon receipt of notice of acceptance of this bid we will execute the formai contract within five days and dgiiver bonds required by this contract. The Project Completion date shall be no later than Monday, November 15, 2010. if awarded the Contract, the undersigned agrees to be completed within 3 0-4 consecutive calender days after awarding of contract, however, completion atm toted he Monday November 15, 2010 shall be the deadline for the ca7rN, d..... s.w..... herein, .,,,.�w,, latest c,3 .completion of all Work. SEAL (If Corporation) Respectfully Submitted, 5x etc/ plias-kli Title (,v q/er' Business Address 3 - 5 /hoc Pro/r%.2 rev" lin-. Arkansas License Number 0/V2/031/ apec:ifii mous — © Kill — City of Fayetteville Animal Shelter — Kennel Refinishing, 40300 - 2 le oufiedS5) P32484c4C THE CITY OF FAYETTEVILLE, ARKANSAS www accessfayetteville org Bid 10-553 Addendum 1. Bid 10-55 Construction—Animal Shelter Improvements City of Fayetteville — Purchasing Division 113 W. Mountain — Room 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Thursday, September 09, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. The Drawings for Fayetteville Animal Shelter — Kennel Refinishing in Fayetteville, AR, dated August 17, 2010 are hereby amended by this addendum, dated September 9, 2010, consisting of 3 pages. Changes to the Drawings: 1. Refer to Sheet 1.1, Door and Frame Schedule: Door Frame, Mark 123A shall have existing deteriorated frame removed and replaced with new Metal Frame for a Cased Opening, equal to Republic ME Series, 5 %" for Butted Masonry Installation at Existing Opening. Provide continuous sealant at both sides of jambs and head, and finish to match existing metal frames. 2. Refer to Sheet 1.1, Door and Frame Schedule: For clarification, all metal frames to be replaced shall be installed in Butted Masonry Installation for Existing Opening and to be Equal Rabbitted to match existing frames removed. New frames are not to be grouted full but shall be caulked with continuous sealant at both sides of jambs and head. Finish to match existing frames. 3. Refer to Sheet 1.1. Floor Plan and Door and Frame Schedule: Remove and replace door transfer grilles at five (5) existing doors in conjunction with refinishing of existing doors and frames. Doors with existing transfer grilles include Doors mark 109B; between Pups, Rm. 117 and Cats, Rm. 108; between Cats, Rm. 108 and Corridor, Rm. 113; between Corridor, Rm. 113; and at Mechanical Room 120. Grilles to be Fib -R -Dor, 24"x24" FRP door return grilles, brown finish. Final color selection to be coordinated with Owner's representative. Install with Stainless Steel through bolts and trim accessories as recommended by manufacturer. Available from Fib -R -Dor, a division of Chase Industries, Inc., North Little Rock, AR (800) 342-7367. 4. Refer to Sheet 1.1, Floor Plan and Door and Frame Schedule: All doors and frames not scheduled to be replaced, shall be prepped for refinishing and repainted. Sand all rusted areas and treat with rust inhibitive primer. Finish frames and doors per paint schedule included in the Specifications, Section 9900. Page 1 of 3 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 5. Refer to Sheet 1.1. Floor Plan and General Scheduling of Work notes: Note 5: for clarification, stacked steel crates at Cats,. Rm. 108 and at Pups, Rm. 117 to be removed by contractor during the Work and reinstalled at completion of refinishing Work. Units to be stored outside at north side of existing building with chain-link panels and gates. Note 6: for clarification, equipment and fixtures to be removed include: dryer, water heater and water softener at Laundry, Rm. 122 and water closet at Toilet, Rm. 124. Thru-wall air- conditioner irconditioner at Rm. 123 can remain and be protected during refinishing Work. Washer at Cats, Rm. 108 will be removed by Owner prior to the Work. Note 7: for clarification, low -voltage control wiring attached to conduit is to be painted along with ceiling and conduit. 6. Refer to Sheet 1.1, Floor Plan and Demo Notes: Delete Note 9. Kennel will not be operational during the Work. 7. Refer to Sheet 1.1, Floor Plan and SequencincilScheduling of Work Keynotes: Note 1. For Clarification, Kennel gates and frame panels to be stored on North side of existing building in drive area. Maintain clear 24' drive access. During reinstallation, contractor to provide new threaded nuts for attachment of existing_ chain-link brackets to existing threaded bolts inset at existing walls. 144 total fasteners. Contractor shall also plan on replacing upto 20%, or 30 such set anchor bolts with new 1/4" x 2 1/2" threaded anchors grouted in wall to replace rusted or damaged existing anchors. 8. Refer to Sheet 1.1, Floor Plan and SequencinglScheduting of Work Keynotes: Note 4. For Clarification, Cleaning, sterilization and stripping of floors to be done per procedures outlined in the Specifications, Section 03300 Cast -In -Place concrete. Walls to be cleaned and sterilized in similar fashion. A second sanitizing step is to be added as Outlined under Changes to Specifications included below. Wall sterilization shall include initial treatment with 1:64 ration concentration of Quat based disinfectant and a second treatment using 1:32 ratio mix of 5% bleach solution with water. One area of existing concrete floor is to be patched with leveling compound as specified. Such work shall be limited to approximately 1'x2' area at existing door threshold 105A to Storage 1, Room 105. No other patching or repairing of concrete .slab shall be included in the Work. 9. Refer to Sheet 1.1. Floor Plan and Sequencing/Scheduling of Work Keynotes: Note 5. For Clarification, refer to Addendum Item No. 5 above for items to be removed by. Contractor. 10. Refer to Sheet 1.1, Floor Plan and Sequencing/Scheduling of Work Keynotes: Add Note 9. Aluminum kennel sliding doors and sliding frame guides to be removed between each side of existing kennels. There are six (6) such doors between front and back sides of kennels at Kennel Areas 1 & 2; areas 3 & 4; and areas 5 & 6. There are eighteen (18) total units and components are to be turned over to Owner for sanitizing and cleaning. Upon completion of refinishing work, contractor to reinstall with new #10 x 1 3%" coated masonry screw anchors at each location. 144 total fasteners required. Page 2of3. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701. 11. Refer to Sheet 1.1. Floor Plan: Add Note for ALERNATE NO. 1. Provide price to remove scope of ceiling cleaning and refinishing from the Work. Such work IS to be included in the Base Bid with a deduction to remove such work from the total price in space provided on the Proposal form as provided for in Section 00300 of the Specifications. 12. Refer to Sheet 1.1, Floor Plan: Remove reference to exterior work and painting of existing building as denoted in note at lower right hand area of Floor Plan. No exterior work or painting is to be included in the Work. 13. Refer to Sheet 1.1, Floor Plan: Tuckpoint and regrout approximately 4'x4' area of existing CMU wall at West end of Kennel Area 4, Rm. 112.. 14. Refer to Sheet 1.1, Floor Plan: For clarification, existing ceiling height is approximately 8'-O" above finish floor elevation. Changes to the Specifications: 15. Refer to Section 03300 — Cast in Place Concrete: A. Refer to Part 2 — Products, 2.1 Materials, A: In addition to Quaternary Ammonium Chloride based disinfectant specified, a second sanitation utilizing a 5% bleach solution and water shall be used after quat disinfecting and prior to stripping of concrete slab. B. Refer to Part 3 — Execution, 3.1 Concrete Refurbishing, B: Use 1:64 ratio of Quat based disinfectant to water for initial sanitizing and 1:32 ratio concentration of 5% bleach solution to water for second sanitizing treatment. C. Refer to Part 3 — Execution, 3.1 Concrete Refurbishing, D: The only area of existing concrete slab to be repaired or patched shall be limited to that area specified in Addendum Item No. 8 above. End of Addendum Page 3 of 3 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 A� D® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD1YYYY) 09/16/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER INSURANCE CONNECTION OF ARKANSAS LLC JOHN DAVID TRUE 110 SARATOGA WAY, SUITE 6 FARMINGTON AR 72730-2908 NAJOHN DAVID TRUE NAME:ACT PHONE yvc. No. Ext): 479-267-4219 FAX No): 479-2R7-7389 E-MAIL ADDRESS: johntnJnt luno Com INSURER(S) AFFORDING COVERAGE NAIL 0 INSURER A: NATIONWIDE INSURANCE COMPANY 37877 INSURED RICK PERSHALL DBA RICK PERSHALL BUILDING COMPANY P.O. BOX 11 PRAIRIE GROVE AR 72753-8229 INSURER B: LIBERTY MUTUAL 27243 INSURER C: 09/16/2011 INSURERD: $ 1.000 000 INSURER E: $ 100.000 INSURER F : $ 5 000 $ 1,000,000 S 2,000,000 TIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS (LTR TYPE OF INSURANCE IN�SR SUBR POLICY NUMBER IMM/D�WYYYYY) (MM( YYLICY YYI LIMITS A GENERAL. X UABIUTY COMMERCIAL GENERAL UABIL ACP GLO 5604691475 09/16/2010 09/16/2011 EACH OCCURRENCE $ 1.000 000 DAMAGE TO RENTED axnre PREMISES (Ea ance) $ 100.000 MED EXP (Any one person) $ 5 000 $ 1,000,000 S 2,000,000 W CMS-MADE X R OCCUR PERSONAL &ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER —X1 POLICY n 24 LOC $ A AUTOMOBILE UABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS XSCHEDULED — _ AUTOSED AUTOS r f 63 -BA -009888"3002 03/19/2010 03/19/2011NON-OVVN COMBINED SINGLE LIMIT (Ea accident) $ 1.000 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS-MADEI n n EACH OCCURRENCE $ AGGREGATE $ $ DED RETENTION$ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITYTORY ANY PROPRIETOR/PARTNERIEXECUTNE OFFICE/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPFRATIONS below Y! N Y N / A WC5-380790-030 - 06/16/2010 06/16/2011 WC STATU- OTH- LIMITS ER E.L EACH ACCIDENT $ 100,000 EL. DISEASE - EA EMPLOYEE $ 100,000 EL. DISEASE - POLICY LIMIT $ 500,000 r I r 1 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RICK PERSHALL AS OWNER AND OPERATOR OF RICK PERSHALL BUILDING COMPANY IS EXCLUDED FROM THE WC POLICY. CANCELLATION I CITY OF FAYETTEVILLE 113 WEST MOUNTAIN STREET FAYETTEVILLE, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. A ORUED REPRESENTATIVE r (MNIKA tCSI \`( k4,0 Y ACORD 25 (2010/05) 1 :8-2010 A D CORPORATION. All rights reseryed. The ACORD name and logo are registered ma • COR BIP BOND PUBLIC WORK BOND NUMBER 70994416 KNOW ALL MEN BY THESE PRESENTS, That we, RICK PERSHALL d/b/a RICK PERSHALL BUILDING COMPANY, hereinafter called the Principal, and WESTERN SURETY COMPANY , a Corporation duly organized under the laws of the State of SOUTH DAKOTA , as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVILLE as Obligee, hereinafter called the Obligee, in the sum of FIVE percent, 1Q%, of the amount of the bid, for the payment of which sum well and truly to be made, the said principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BID 10-55, CONSTRUCTION — ANIMAL SHELTER IMPROVEMENTS, AS SPECIFIED NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and such Iarger amount for which the Obligee may in good faith contract with another party to perform the work covered by such bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 16111 day of SEPTEMBER , 2010 RICK PERSHALL d/b/a RICK PERSHALL BUILDING COMPANY By WESTERN SURETY COMPANY (Principal) Byr t� -) Ck L Sa ah Elizabeth Cro derAttorne -in-fact ( y ) POWER OF ATTORNEY Know All Men by These Presents: (irrevocable) No. SP- 433?115 That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by theapprpying officer if desired. That Western Surety Company, a corporation, does hereby make, constitute and appoint the following TWn authorized individuals: AUTHORIZED INDIVIDUALS AUTHORIZED INDIVIDUALS ` RANDY JOE CLAY SARAH ELIZABETH CROWDER- lt.. ;j i! Al it ii 1 s'. in the City of CONWAY , State of ARKANSAS , with limited authority, its tm f,' -and awful Attorney(s) in fact with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Sµety, the following described bond: ONE CONTRACT SURETY: BID, PERFORMANCE AND PAYMENT BOND, UNDERTAKINGS, OR OTHER OBLIGATORY INSTRUMENT OF A SIMILAR NATURE IN AMOUNTS NOT ! EXCEEDING ONE MILLION AND NO/100 DOLLARS (**1,000,000.00). ********************************************************************* ******************************************************************* ** ********************************************************************** The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon Oils Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. All authority hereby conferred shall expire and terminate, without notice, unless used before midnight I iif AUGUST 31, 2 0 15 but until such time shall be irrevocable and in full force and effect. WEST H��V C 2SWANY further certifies that the following is a true and exact copy of Section 7 of the By -Laws of Western Surety Company, duty adopted and atpw 1" in frixtp.;to-Wit,"$fiction 7ir.Mbonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Com(titty by,Tlt rgsineat, p,ecrila .'eityAssistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice PFesirtent; Sekretaxj d'ay. Assisi4tt S, ecretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies, or undertakings iry the Of tffe Company. $'he'rotporrntc seal is not necessary for the validity of any bonds, policies. undertakings. Powers of Attorney or other obligations of the corporation. ithe e .yftgliatpte�of any such officer a4 tTte corporate seal may be printed by facsimile." 'TM' s penal amount of the (fond'*rein described may be increased if there is attached to this Power. written authority so authorizing in the form of an endorsement, tetteiQrior legramm signed by the Undertvri_tierManager, Underwriting Consultant, Underwriting Specialist. Underwriter, President, Vice President, Assistant Vice President, Treasurer, Secr4tiry o .AsstSlant ,SCc7et of Western.-$arety Company specifically authorizing said increase. I I ll] ^:. i'yiTt'lESS' IWOE', ;Wencrn Surety Company has caused these presents to be executed by its Senior Vice President with its corporate seal affixed this dayot_r '✓,,., WESTERN SURETY COMPAN;` _Detezi bei 2006 STATE OF SOUTH DAKOTA I COUNTY OF MINNEHAHA )} SS. On this I1th day of December By Senior Vice Preside in the year 2006 before me, a Notary Public, persoinally appeared Paul T. Bmflat, who being by me duly sworn, acknowledged that be signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY; rind acknowledged said instrument to be the voluntary act and deed of said corporation. l i 1 Notary Public, South Dal4c}ta My Commission Expires November30, 2012 {{• I, the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is intl full force and effect and is irrevocable: and furthermore. that Section 7 of the By -Laws of the company as set for1th in the Power of Attorney, is now in force. i In testimony whereof, I have hereunto set my hand and the seal of Western Surety Company this * +�+h day of C K�.►�t(' n i toe.(via i i WESTERN SURETY COMPAN[Y *IMPORTANT: This date must be filled in before it is attached to the bond and it must be the same date as the bond. Form 749.12.2006 By as Senior Vice Preside NOTICE: This border must be BLUE. 11 it is not BLUE, this is not a certified copy, -�► ; f 0/17/2010 Justine Middleton Bid 10-55, Construction Animal Shelter Improvements Drawings Included pdf 'age 1^ INVITATION TO BID le City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8220 ARKANSAS TDD (Telecommunicati on Device for the Deaf): 479.521.1316 INVITATION TO BID: BID 10-55, Construction —Animal Shelter Improvements DEADLINE: Thursday, September 16, 2010 before 2:00:00 PM, Local Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPB, aforen anci.fayetteville.ar.us, 479.575.8220 DATE OF ISSUE AND ADVERTISEMENT: August 26, 2010 and September 02, 2010 INVITATION TO BID BID 10-55. Construction —Animal Shelter Improvements No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled "Bid 10-55, Construction — Animal Shelter Improvement s" with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is requi red to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. A non -mandatory pre-bid conference will be held at the Fayetteville Animal Shelter, 1640 S. Armstrong, Fayetteville, AR, 72701 on Friday. September 03, 2010 at 10:00 AM. The City of Fayetteville will answer any questions and update all Bidders via Addendum. NOTICE TO ALL BIDDERS: All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforen W..ci.fayett eville.ar.us. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Bidder assumes all responsibility for receiving updates and any addenda issued to this project by monitoring www.accessfayett eville.orq. Failure to acknowledge addenda issued as instructed could result in rejection of such bid. SPECIFICATIONS KEY ARCHITECTURE, INC. CITY OF FAYETTEVILLE ANIMAL SHELTER - KENNEL REFINISHING 1640 S. ARMSTRONG ROAD FAYETTEVILLE, ARKANSAS C ITEQ S 4415t t244 o:j271 .C*3 pc.ni KYARCI-{ITECTURE, INC. ARCHITECT: KEY ARCHITECTURE, INC. .315 S. GREGG AVENUE FAYETTEVILLE, ARKANSAS 72701 February 15, 2010 Project No. KAI 0961 9/17/2010 Justine Middleton - Bid 10-55, Construction Animal Shelter Improvements Drawings Included pdf -BLANK PAGE - February 15, 2010 Project No. KAI 0961 9/17/2010 Justine Middleton Bid 10-55, Construction Animal Shelter Improvements Drawings Included pdf Page 4< KEY ARCHITECTURE, INC. PROJECT NO. KAI 0961 TABLE OF CONTENTS SECTION - TITLE Invitation to Bid 00100 Instructions to Bidders 00300 Proposal 00400 Conditions of the Contract 00700 General Conditions 00800 Supplementary Conditions 00860 List of Drawings DIVISION 1 - GENERAL REQUIREMENTS 01030 Alternates 01100 Summary 01200 Price and Payment Procedures 01300 Administrative Requirements 01400 Quality Requirements 01600 Product Requirements 01700 Execution Requirements 01732 Selective Demolition DIVISION 2 - SITEWORK NOT USED 111VISION - S:ONCRFTF 03300 Cast -In -Place Concrete DIVISION 4- MASONRY NOT USED DIVISION 5- METALS NOT USED DIVISION 6 - WOOD AND PLASTICS 06600 Plastic Fabrications DIVISION 7 - THERMAL AND MOISTURE PROTECTION NOT USED DIVISION 8 - DOORS AND WINDOWS 08110 Steel Doors and Frames DIVISION 9- FINISHES 09910 Painting Specifications —© KAI —City cf Fayettev ille Animal Shelter -Kernel Refiriting Table of Contents —1 ( provements Drawings Included pdf Page 5 3 9/17/2010 Justine Middleton Bld 10 55, Construction Animal Shelter Im ..,. DIVISION 10 - SPECIALTIES NOT USED DIVISION 11 - EQUIPMENT NOT USED DIVISION 12 - FURNISHINGS NOT USED DIVISION 13 - SPECIAL CONSTRUCTION NOT USED DIVISION 14 - CONVEYING SYSTEMS NOT USED DIVISION 15 - MECHANICAL NOT USED DIVISION 16 - ELECTRICAL NOT USED END OF DOCUMENT Spedfications —© KAI —City of Fayettev ille Arm al Shelter - Kerr Refirithrg Table of Contents -2 9/17/2010 Justine Middleton Bid 10 55 TConstruction Animal Shelter Improvements - Drawings,lncluded pdf w Pa a 6. City of Fayetteville, AR INVITATION TO BID Bid 10-55, Construction — Anim al Shelter Improvements The City of Fayetteville is accepting bids from properly licensed general contractors to bid on a project for improvements at the Fayetteville Animal Shelter, located at 1640 S. Armstrong Rd., Fayetteville, AR. Work includes refurbishing of kennels and support areas totally approxima tely 2,165 sq. ft. of an existing building of 3,550 sq. ft. more or less, according to plans and specification s prepare d by Key Architecture, Inc. Any questions shall be addressed to Andrea Foren, City of Fayetteville Purchasing Agent at afo .n -ire c .favett eville.ar.us or by calling (479) 575-8220. Bids should be submitted in a sealed envelope or package labeled "Bid 10-55, Construction — Animal Shelter Improvements". All bids shall be received before 2:00 PM, local time on Thursday, September 16, 2010 to the City of Fayetteville, Purchasing Division - Room 306, 113 W. Mountain, Fayetteville, Arkansas 72701. Local time is determined per the atomic clock in the Purchasing Office. Any bid received after specified time will be rejected. A non -mandatory pre -bid meeting will be held on Friday, September 03, 2010 at 10:00 AM, local time located at the jobs site. Bidding documents and plans must be obtained by contacting the City Purchasing Division. Documents are available via e-mail. Plans can also be reviewed at the Fayetteville Purchasing Division, as listed below. City of Fayetteville — City Hall Purchasing Division 113 W. Mountain, Suite 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforenCcDci.favett eville.ar.us Obtaining contract documents through any source other than the contact listed above, or his/her representative(s is not advisable due to the risks of receiving incomplete or inaccurate information, and the bidder runs to risk of basing proposal on such information. The documents obtained through the City or representativ e(s) are considered the official version and take precedence if any discrepancies occur. All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforen(o)ci.favett eville.ar.us . When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Each bid must be accompanied by a certified check or bid bond, in an amount not less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required with a contract awarded amount of $20,000.00 or more. Bidders shall conform to the requirements of the Arkansas licensing laws and regulations for contractors, and shall be licensed before bid is submitted. Only one bid shall be submitted per State Contractors license and license number shall be included on the bid form. "Pursuant to Arkansas Code An notated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises." The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of time which shall not exceed beyond ninety days from the bid opening date. CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, CPPB, City of Fayetteville, Purchasing Agent Ad Dates: 08.26.10 & 09.02.10 TelecommunicatlomD"<efcrthebeaaf TOU€474)5.214.3?6 713Wes4Mountain• tte tfle,AR72?O1- (9/17/2010) Justine Middleton - Bid 10-55, Construction Animal Shelter Improvements Drawings Included df Pa e 7 BLANK PAGE Specifications —© KAI —City of Fayette'ille Arimal Sfelter —Kernel Refiritirig -2 9/17/2010 Justine Middleton - Bld 10 55, Construction - Animal Shelter Im rovements Drawings Included. df Page 8 KEY ARCHITECTURE, INC. INSTRUCTIONS TO BIDDERS Section 00100 PROJECTNO. KAI 0961 BIDDING DOCUMENTS. Bidders may obtain complete sets of Contract Documents from issuing office designated in the Invitation to Bid. Complete sets of Contract Documents must be used in preparing bids; neither Owner nor Design Professional assume responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. Obtaining Contract documents through any source other than the issuing office listed in the Invitation to Bid is riot advisable due to the risks of receiving incomplete or inaccurate information, and the bidder runs the risk of basing bidder's proposal on such information. The documents obtained through the Owner or his representative(s ) are considered the official version and take precedence if any discrepancies occur. The fact that documents used for bidding purposes are named "contract documents "does not diminish in any way the right of the Owner to reject any and all bids and to waive any formality. 2. EXAMINATION OF DRAWINGS, SPEC IFICATIONS AND SITE OF WORK. Bidder shall examine the Contract Documents and visit the project site of work. Bidder shall become familiar with all existing conditions and limitations under which the Work is to be performed, and shall base bid on items necessary to perform the Work as set forth in the Contract Documents. No allowance will be made to Bidder because of lack of such examination or knowledge. The submission of a Bid shall be construed as conclusive evidence that the Bidder has made such examination. 3. INTERPRETATION OF CONTRACT DOCUMENTS DURING BIDDING. 3.1 All references to the Owner shall be interpret ed to mean The City of Fayetteville, Arkansas. 3.2 If any person contemplating submitting a Bid is in doubt as to the true meaning of any part of the Contract Documents or finds discrepancies in or omissions from any part of the Contract Documents, he may submit to the Design Professional a written request for an interpretatio n or correction thereof not later than five (5) calendar days before Bid opening. 3.3 Address all communications regarding the Contract Documents to: Andrea Foren, CPPB City of Fayetteville, Purchasing Agent 113 W. Mountain, Suite 306 email: aforenaci.favetteville.ar.us ph: (479) 575-8220 3.4 Interpretation or correction of the Contract Documents will be made only by Addendum and will be mailed, faxed or delivered to each Bidder of record by the Owner. The Owner will not be responsible for oral explanations or interpretation of the Contract Documents. 3.5 Addenda issued during the bidding period will be incorporated into the Contract Documents. 4. SUBSTITUTIONS. 4.1 Materials, products, and equipment described in the Contract Documents establish a standard of required function and a minimum desired quality or performance level, or other minimum dimensions and capacities, to be met by any proposed substitution. Acceptability of substitutions will not be considered during bidding period. 4.2 In some cases, prior approval of material or equipment, or both shall be obtained from Owner in order to obtain the desired color, size, visual appearance, and other features specified. Specifications —© KAI —City of Fa'ettev ille Arimai Shelter —Kernel Refirisl ing 00100-1 (9/17/2010) Justine Middleton Bid 10 55, Construction Animal Shelter Improvements Drawings Included pdf Page 9 5. TYPE OF BID. The Work under this Contract will be awarded under a stipulated sum contract to the lowest responsible base bid amount. No segregated bids or assignments will be consider ed. Bids are to include all labor, materials, equipment, sales tax, social security tax, State Unemployment Insurance and all other like items necessary to complete this project. 6. PREPARATION OF BID. Bid shall be made on an unaltered Bid Form identical to the form included with the Contract Documents. Fill in all blank spaces and submit one original. Bids shall be signed with name typed below the signature. Where Bidder is a corporation, bids shall be signed with the legal name of the corporation followed by the name of the state of incorporation, contractor's license number issued by the Contractors Licensing Board, and the signature of an authorized officer of the corporation. Bids submitted by a "Joint Venture/Joint Adventure" shall be signed by representatives of each component part of the Joint Venture. The licenses of each component part of the Joint Venture shall also be listed in the bid submittal. Therefore, joint venture bidders shall indicate at least two (2) signatures and two (2) license numbers on the Bid Form. Exception: Joint Ventures who have been property licensed with the Arkansas Contractors Licensing Board as a "Joint Venture" need only to indicate the joint venture license number on the Bid Form. Joint Venture bidders shall indicate at least two (2) signatures on the Bid Form even if they are licensed as a joint venture. BID GUARANTEE AND BONDS. Each bid proposal. shall include a bid security in the amount of five percent of the total bid offered, if the bid is in excess of $20,000.00. The bidder will be required to submit a:bidder's deposit, which includes enclosing a cashiers check payable to the order of the OWNER drawn upon a bank or trust company : doing business in Arkansas or by a corporate bid bond in an amount equal to five (5) percent of the bid. The bidder shall include in the bid the bid bond amount so that the bid represents the total cost to the Owner of all work included in the contract. The bid bond shall indemnify the Owner against failure of the Contractor to execute and deliver the contract and necessary bond (Performance and Payment Bond) for faithful performance of the contract. The bid bond shall provide that the contractor or surety must pay the damage, loss, cost and expense subject to the amount of the bid security directly arising out of the Contractors default in failing to execute and deliver the contract and bonds. Owner will have the right to retain the bid security of bidders to whom an award is being considered until the Contract has been executed and bonds if required, have been furnished, or until specified time has elapsed so that bids may be withdrawn, or all bids have been rejected. Should Bidder fail to enter into a contract and furnish the required bonds and insurance certificates within 10 days after receipt of Intent to Award, any bid guarantee will be forfeited to the Owner as liquidated damages. PERFORMANCE AND PAYMENT BOND. Performance and Payment Bonds are not required for bids $20,000.00 or under. For work exceeding $20,000.00, the bidder shall furnish a Performance and Payment Bond in the amount equal to 100 percent of contract price, on AlA Document A311 Performance Bond and Labor and Material Payment Bond as security for faithful performance of the Contract and payment of all obligations arising thereunder within ten days after receipt of the Intent to Award. The bond shall be written by a surety company qualified and authorized to do business in the State of Arkansas. The bond shall be executed by a resident agent or a non-resident agent and shall be licensed by the Insurance Commissioner to represent the surety company executing the bond and filing with the bond the agent's Power of Attorney as his authority. The bond shall be written in favor of the Owner. Contractor shall file the bond with the Circuit Clerk in the county where the Work is to be performed. Failure to deliver said bonds, as specified, shall be considered as having abandoned the Contract and the bid security will be retained as liquidated damages. The bidder shall include in the bid the Performance and Payment bond amount so that the bid represents the total cost to the Owner of all work included in the contract. 9. SUBCONTRACTORS . Name of principal subcontractors shall be listed where indicated on the Bid Form in accordance with Ark. Code Ann. § 22-9-204 and the contract documents. All prime contractors, as a condition to perform construction work for and in the State of Arkansas, shall use no other subcontractors when the subcontractor's portion of the project is $20,000.00 or more, except those qualified and licensed by the Contractors Licensing Board and qualified in Mechanical (HVAC), Plumbing, Electrical and Roofing and Sheet Metal. Specificatiors —© KAI —City of Fayette✓i Ile Arimal Shelter —Kernel Refirid irg 00100 -2 9/17/2010) Justine Middleton - Bid 10 55 Construction Animal Shelter Improvem Aw x ents Drawings Included pdf Wage 10; A bidder should request clarification from the Design Professional, if the bidder determines a type of work (mechanical -indicative of heating, air conditioning, ventilation, and refrigeration; electrical - indicative of wiring and illuminating fixtures; plumbing; roofing and sheetmetal work - indicative of roofing application) is a component of the project, but space has not been provided on the bid form for the listing of such or if the bid form lists a type of work that is not a component of the project. Clarificatio n should be made in accordance with Instruction 3.2. For those bids where the listed subcontract work is $20, 000.00 or more, the prime contractor must make a decision as to which subcontractor he intends to use. The prime contractor shall place the names of each subcontractor and indicate whether the amount of the listed work is $20, 000.00 or more in the space provided on the Bid Form. The prime contractor may use his own forces to do the listed work, however, if the listed work is $20,000.00 or more, the prime contractor must be qualified and licensed by the Arkansas Contractors Licensing Board to perform the listed work. Once the prime contractor determines his own forces will be used, he shall place his name, and indicate in he space provided on the Bid Form whether the amount of the listed work is $20,000.00 or more. Failure to complete the form correctly shall cause the bid to be declared non -responsive, and the bid will not receive consideration. A subcontractor, including the prime contractor listed as using his own forces, may subcontract a portion of the listed work. However, a subcontractor is prohibited from subcontracting the work in its entirety. In the event the amount of the listed subcontract work is below $20,000.00, the Prime Contractor shall place the names of the person or firm performing the work and indicate in the space provided on the Bid Form that the listed work is under $20,000.00. Electrical License Requirement a. No person shall perform electrical work on the contract without possessing an Arkansas State Master or Journeyman License from the Arkansas State Electrical Examiners Board. All electrical work and apprentice electricians shall be supervised by a Master or Journeyman Electrician on a one to one ratio. b. All electricians shall have a copy of their license with them and shall be required to show it to an appropriate inspector upon request. Pursuant to Ark. Code Ann. § 22-9- 404, the Bidder may require listed subcontractors (mechanical, plumbing, electrical and roofing/sheet metal) whose bid to the Contractor exceeds $50,000.00 to provide a Performance and Payment Bond to the Bidder. 10. SUBMITTAL. Submit bid on the Bid Form in an opaque, sealed envelope. Identify the envelope with: project name and number, name of Bidder, and Arkansas Contractors License number; only one bid shall be submitted per State Contractors license number. Subm it bids in accordance with the Invitation to Bid. All blanks on the form shall be filled out in ink or be typewritten. Erroneous entries, alterations, and erasures shall be lined out, initialed by the Bidder, and the corrected entry inserted on the Bid Form. Only those bids submitted on Owner supplied forms as found in these documents will be accepted. PROPRIETARY INFORMATION. All bid information, proposals, forms, briefs, sales brochures, etc. will become property of the Owner when submitted with a bid. All bid documents submitted by the bidder shall be available for public inspection after the bid opening. Proprietary pages and documents required to be submitted with bid must be clearly marked as such. 11. MODIFICATION AND WITHDRAWAL. Bidder may withdraw bid at any time before bid opening and may resubmit up to the date and time designated for receipt of bids. No bid may be withdrawn or modified after time has been called for the bid opening. Oral modifications to bids will not be considered. Bidder may submit written modifications to bid in writing, by telegraph, or by facsimile at any time prior to the expiration of the bidding time and date and shall so word the modification(s) as to not reveal the amount of the original bid. Telegraph or facsimile modifications shall require written confirmation over the Bidders signature within 24 hours after bid opening. 12. DISQUALIFICATION OF BIDDERS. The Owner shall have the right to disqualify bids (before or after opening), which includes but is not limited to, evidence of collusion with intent to defraud or other illegal practices upon the part of the Specifications —©KAI —City of Fayeftevi lie Animal Shelter —Kernel Refinis'iing 00100 -3 9/17/2010 Jusflne Middleton Bid 10 55, Constructlori - Anl mal Shelter ImprovementsDrawings Included pdf Page 11 . Bidder, to reject a bid not accompanied by the required bid security or by other data required by the Contract Documents, or to reject a Bid which is in any way incomplete or irregular. 13. LATE BIDS. Late bids, bids en route, bids left at a location other than that indicated on the Invitation to Bidders by special carrier or other will not be considered. Bids must be received by or before the time as indicated on the Invitation to Bidders. 14. APPLICABLE LAWS. Labor. Contractors employed upon the work will be required to conform to the labor laws of the State of Arkansas and the various acts amendatory and supplementary thereto, and to all the laws, regulations, and legal requirements applicable thereto. Discrimination. Bidder shall not discriminate against any employee, applicant for employment, or subcontractor as provided by law. Bidder shall be responsible for ensuring that all subcontractors comply with federal and state laws and regulations related to discriminatio n. Upon a final determination by a court or administrative body having proper jurisdiction that the Bidder has violated state or federal laws or regulations, the Owner may impose a range for appropriate remedies up to and including termination of the Contract. Taxes. Bidder shall include in the bid all state sales tax, social security taxes, state unemployment insurance, and all other items of like nature. It is the intent that the bid shall represent the total cost to the Owner of all work included in the contract. There are no provisions for a contractor to avoid taxes by using the tax exempt number of a state agency, board, commission or institutions. Said taxes shall be included in the bid price. 15. PRE -BID CONFERENCE. Refer to Invitation To Bid for information concerning any Pre -bid Conferences. 16. OPENING. Bids will be opened as identified in the Invitation to Bid. 17. EVALUATION and CONSIDERATION OF BIDS. It is the intent of the Owner to award a Contract to the lowest responsive qualified bidder provided the bid has been submitted in accordance with the requirements of the Contract Documents and does not exceed the funds certified for the project by more than 25%. The Owner shall have the right to waive any formalities in a bid received and to accept the bid which, in the Owner's judgment, is in its best interests. The Owner shall have the right to accept any or all bids for a period not to exceed 30 days. Tie Bids. If two or more sealed bids are equal in amount, meet Bidding Document requirements, and are the lowest received by the time of the bid opening, then the apparent low bidder will be determined by Owner. Nothing in the above and foregoing will diminish the Owner's reserved right to reject any and all bids and to waive any formalities. 18. EXECUTION OF CONTRACT. The apparent low Bidder shall be prepared, if so required by the Owner, to present evidence of experience, qualifications, and financial ability to carry out the terms of the Contract. Attention is called to the fact that the bidder in signing the proposal, represents that he has the financial ability and experience to carry out the work throughout its several stages within the time for completion set forth on the Bid Form. The successful Bidder will be required to execute an Agreem ent with the Owner on a form identical to the Agreement Form included with the Contract Documents and the Performance and Payment Bond and Certification of Insurance within ten days after receipt of the Intent to Award. Failure of the Bidder to do so may result in the Bidder being rejected and could result in disqualification and forfeiture of bid bond. The successful Bidder will be required to furnish Owner with proof of insurance, as prescribed by the General Conditions and Supplementary General Conditions. END OF SECTION Spedficatiors —© KAI —City cf FayetteA lie Animal Shelter —Kennel Refiriting 00100 -4 (9/17/2010 Justine Middleton Bid 10 55,Construction Animal Shelter Improvements Drawings Included pelf Pale 12� KEY ARCHITECTURE, INC. SECTION 00300 PROPOSAL FOR LUMP SUM CONTRACT DATE: PROPOSAL OF BUSINESS ADDRESS ( ) A partnership consisting of ( ) An individual trading as ( ) A corporation organized under the laws of the state of Arkansas License Number TO: City of Fayetteville — City Hall Purchasing Division 113 W. Mountain Street, Suite 306 Fayetteville, Arkansas 72701 Gentlemen: The undersigned in compliance with your notice for bids for construction of CITY OFFAYETTEVILLE ANIMAL SHELTER -KENNEL REFINISHING 1640 S. ARMSTRONG ROAD, FAYETTEVILLE, ARKANSAS PROJECT NO. KAI 0961 having examined plans and specifications with related documents and the site of the proposed work, and being familiar with all conditions surrounding construction of the proposed building, including the availability of labor, hereby proposes to furnish all labor, materials, and supplies and to construct the project in accordance with Contract Documents, within the time as stated, at prices as stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this Proposal is a part. I understand that this project shall be awarded to those parties whose bid will give the Owner the most advantageous price for the project to be built. I (we) acknowledge the following addenda: Specifications —© KAI —City of Fayetteville Arimal Shelter —Kernel Refinid ing 00300 - 1 (9/17/201 ne Middleton - Bid 10 55, Construction - Annima Shelter Im rovements Drawings Included pdf y 9T\ Page 13, For all work described in the Specifications and shown on the drawings, I (We) agree to perform this work for the sums set forth as follows: BASE BID DOLLARS ALTERNATE BID NO. 1: Ceiling Refinishing — remove ceiling refinishing completely from the scope of the Work. (Deduct) In submitting this bid, it is understood that the bid not be withdrawn for a period of thirty days from the time fixed for receipt of bids. Upon receipt of notice of acceptance of this bid, we will execute the formal contract within five days and deliver bonds required by this contract. The Project Completion date shall be no later than Monday, November 15, 2010. If awarded the Contract, the undersigned agrees to be completed within consecutive calender days after awarding of contract, however, the completion date stated herein, Monday, November 15, 2010 shall be the latest deadline for completion of all Work. Respectfully Submitted, By Title SEAL Business Address (If Corporation) Arkansas License Number Specifications —© KAI —City of Fayette, ille Arimal Shelter —Kernel Refinid ing 00300 -2 r(9iT7IO5 Justine Middleton Bid 10 55 Construction Animal Shelter Improvements Drawings Included pdf „ Pager14 KEY ARCHITECTURE, INC. SECTION 00400 CONDITIONS OF THE CONTRACT 1. FORM OF AGREEMENT PROJECT NO. KAI 0961 The City of Fayetteville' s standard contract form will be used as the instrument of agreement between the Owner and the Contractor, and is hereby made a part of this specification as if hereto attached. Copies of this Agreement are on file in the Procur ement Office and are available to bidders for inspection. 2. PERFORMANCE BOND AND PAYMENT BOND A FORM OF BOND AIA Document A312, Performance Bond and Payment Bond, 1984 Edition, as compiled and furnished by the American Institute of Architects, will be the form of bond required and is hereby made a part of this specification as if hereto attached. Copies of this form are on file in the office of the Architect and are available to Bidders for inspection. B. FILING OF BOND The General Contractor shall file a Statutory Bond and pay fee to the Clerk of the District Court in the county in which the project is constructed. Furnish Owner, through the Architect, with one copy of Statutory Bond indicating that the bond has been duly filed with Clerk of District Court. The Owner will not make any payments until the Contractor furnishes the Owner with proof that the bond has been duly filed. 3. BID BOND AIA Document A310, Bid Bond, February 1970 Edition, as compiled and furnished by the American Institute of Architects, will be the form of bond required and is hereby made a part of this specification as if hereto attached. Copies of this form are on file in the office of the Architect and are available to Bidders for inspection. 4. GENERAL CONDITIONS The Owner has indicated an intention to use the General Conditions of the Contract for the Construction of Buildings, Articles 1 through 15, a standard document of the American Institute of Architects, Document No. A201, 2007 Edition, which is hereby made a part of these Specifications and except as modified and supplemented by the paragraphs herein, are the General Conditions on which all contracts for this work will be based. A copy of the referenced AIA document is on file at the offices of the Owner and the Architect. All persons intending to provide goods or services in connection with the Work are advised to read and understand the referenced AIA Document prior to proceeding. END OF SECTION Specificatiars —© KAI —City d Fayetteville Arimal Shelter —Kernel Refiritirg 00400 -1 9/17/2010 Justine Middleton Bid 10 55, Construction Animal Sheltee mprove� Drawings lncliaded pdf ..,., Page 15 -BLANK PAGE - Specifications —© KAI —City d Fayettev ille Arimai Shelter —Kernel Refirishing 00400-2 9/17/2010 Justine Middleton Bid 10 55, Construction Animal Shelter Im rovements Drawings Included pelf Page 16 KEY ARCHITECTURE, INC. PROJECT NO. KAI 0961 SECTION 00700 GENERAL CONDITIONS The Owner has indicated an intention to use the General Conditions of the Contract for the Construction of Buildings, Articles 1 through 15, a standard document of the American Institute of Architects, Document No. A201, 2007 Edition, which is hereby made a part of these Specifications and except as modified and supplemented by the paragraphs herein, are the General Conditions on which all contracts for this work will be based. A copy of the referenced AIA document is on file at the offices of the Owner and the Architect. All persons intending to provide goods or services in connection with the Work are advised to read and understand the referenced AIA Document prior to proceeding. Specificaliors —© KAI —City cf Fayetteville Arimal Shelter —Kernel Refirishirg 00700 -1 9%17/2010 Justine Middleton Bid 10 55, Construction AnimalLShelter Improvements DrawingsVlncluded �idf Pa e 17 — BLANK PAGE — Specifications —© KAI —City of Fayettevi He Arimal Shelter —Kernel Refiriting 00700-2 (9/17/2o1- Justine Middleton - Bid 10 55, Construction - Animal Shelter Improvements Drawings Included pdf Page 18 3 KEY ARCHITECTURE, INC. SECTION 00800 SUPPLEMENTARY CONDITIONS 1. GENERAL At the beginning of Article 1 of the General Conditions, add the following: PROJECT NO. KAI 0961 'The work of the contractor and all subcontractors indicated on the Drawings, or specified herein shall be carried out in strict accordance with both the General and Supplementary Conditions. The requirements of Supplementary Conditions shall govern when in conflict with the General Conditions." 2. SECTION HEADINGS At the end of subparagraph 1.1.6 of Article 1 of the General Conditions, add the following: 'The specifications following are outlined under the Construction Specification Institute (C.S.I.) Format in order to make explanations clearer, also for the purpose of segregating the various trades. Mention of "work not included" in the various sections refers only to the sections, and such reference shall not act to exclude any part of the work from the General Contract or finished buildings." 3. WORKMANSHIP At the end of subparagraph 3.4.1 of Article 3 of the General Conditions, add the following: 'The workmanship of all trades, both skilled and unskilled, shall be of the best, as compared with the grades good, better, and best. Workmanship shall be considered of grim e importance in all parts of the work. Work classified within the skilled trades shall be performed by workers who possess the skill, talent and experience with which to produce a finished job to the best workmanship. Corrective measures for defective workmanship are limited and very often do not completely correct the defect. Thus it shall be the duty of the Contractor to order the discharge of any person whose skill and ability are not of the best, or whose employment, in the opinion of the Architect, is not for the best interest of the work." 4. SUBSTITUTION OF MATERIALS OR EQUIPMENT At the end of subparagraph 3.4.2 of Article 3 of the General Conditions, add the following: 'Throughout the specifications definite materials are specified. It is the intention of the Architect to set and maintain a definite standard and not to discriminate against another manufactured product. Should the Contractor desire to make a substitution, he shall submit to the Architect a written request within thirty (30) days after the awarding of the contract. No approval s for substitutions shall be made unless authorized in writing by the Architect and the Owner." 5. CONSTRUCTION SUPERINTENDENT At the beginning of section 3.9 of Article 3 of the General Conditions, add the following: 'The Contractor must provide a competent full time superintendent, who is responsible for being at the site when any work is being done on the project. Specificatiors —© KAl —City of Fayeltev ille Arimal Shelter —Kernel Refirithrg 00800-1 (9/17/2010 Justine Middleton - Bid 10 55, Construction Animal Shelter Im rovements Drawings Included pdf Page 19 6. PHASING OF CONSTRUCTION At the end of section 3.10 of Article 3 of the General Conditions, add the following: "Owner shall have the right to request a portion of the building completed before the rest is completed as long as in the opinion of the Architect the date of Substantial Completion is not delayed." 7. SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES At the end of subparagraph 3.12.6 of Article 3 of the General Conditions, add the following: "Shop drawings and submittal data are considered "Not Approved" unless specifically stamped approved. Reproductions of Contract Drawings as shop drawings are not acceptable, and if received by the Architect, will be returned rejected for resubmission in the proper form." 8. CLEANING BUILDINGS UPON COMPLETION At the end of subparagraph 3.15.1 of Article 3 of the General Conditions, add the following: "Upon completion of all work, the building shall be thoroughly cleaned and made ready for occupancy. Windows shall be cleaned, floors shall be broom -cleaned and wet mopped. The exterior premises shall be free from all debris, lumber scraps, and the grounds raked." 9. PRE -CONSTRUCTION CONFERENCE At the end of subparagraph 4.2.2 of Article 4 of the General Conditions, add the following: ".1 A preconstructio n conference between Architect, Owner's representative, and Contractor shall be held at the site prior to commencement of the work for the purpose of further orienting Contractor to requirements of the contract documents, informing Contractor of Architect's responsibility to Owner for site observation, and working out with Contractor a general schedule of site observation. .2 Periodic job site meetings will be held by Architect to insure all activities are being coordinated properly on project and to assist in staying on schedule. Status of submittals, changes, progress payments, and other matters will be reviewed. Contractor shall attend such meetings and shall require subcontractors to attend as necessary." 10. PAYMENTS TO THE CONTRACTOR At section 9.3, delete subparagra ph 9.3.1 and replace with the following: "9.3.1 At least ten days before the 15th day of each month, the Contractor shall submit to the Architect an itemized Application for Payment for work done during the previous calendar month in accordance with the Schedule of Values. Such application shall be notarized and supported by data substantiating the Contractor's right to payment, such as copies of requisitions from Subcontractors and material suppliers, and reflecting retainage of 10%. The Architect may, if he so desires, arrive at the method of payment by means of considering the amount of work yet to be completed and the value thereof, plus the retained percentage." 11. PROTECTION FROM WEATHER At the end of subparagraph 10.2.1.2 of Article 10 of the General Conditions, add the following: "The Contractor shall protect all incomplete walls with suitable coverings during low temperatures, rain or snow. He shall make temporary provisions to take the water away from buildings before leaders, roof drains, or downspouts are erected and shall in every way protect the buildings and contents from damage or unnecessary wettings." Specificatiors —© KAI —City or Fayettev ille Arimal Shelter —Kernd Refiritirg 00800 -2 (9%17/2040 Justine Middleton Bld 10 55 Conte n Animal Shelter Inn rovements Drawings Included pdf Page 20: 12. INSURANCE At the beginning of subparagraph 11.1.1 of Article 11 of the General Conditions, add the following: 'The Contractor shall furnish the insurance required herein at his own expense and shall file with the Owner the policies of certificates as required. All insurance policies and certificates shall be submitted with the original and four (4) copies. All policies delivered to the Owner shall be returned to the Contractor upon termination of the work for cancellation and refund of premium, if any. A The Contractor shall furnish a Certificate of Insurance addressed to the Owner and showing that he carries the following insurance: Workmen's Compensation Statutory Amount Bodily Injury Liability $500,000.00 for each occurrence $1,000,000.00 annual aggregate Property Damage Liability $1,000,000.00 for each occurrence $1,000,000.00 annual aggregate Personal Injury $1,000,000.00 annual aggregate Completed Operations and Produ cts Liability shall be maintained for One (1) year after final payment. Property Damage Liability Insurance shall include Coverage for Explosion (X), Collapse (C), and Underground (U). Comprehensive Automobile Liability: Bodily Injury $1,000,000.00 each person $1,000,000.00 each occurrence Property Damage $1,000,000.00 each occurrence The Contractor shall carry Umbrella liability: Minimum Coverage Amount $1,000,000.00 B. The Contractor shall require that all sub -contractors shall be required to maintain Workman's Compensation, Personal Injury Liability, and Property Damage Liability Insurance, in the amount set out above for the Contractors liability insurance. Proof of subcontractor insurance must be submitted to the Owner upon request." 13. ARBITRATION At subparagraph 15.4.1, after the words, "Construction Industry Arbitration Rules in effect on the date of this agreement," add the words: "subject to the applicable laws of the State of Arkansas." END OF SECTION Specific ions —© KAI —City of Fayettev ille Arimal Shelter —Kennel Refiriting 00800 -3 (9/17/ 0 Just leton - Bld 10 55 Construction - Animal Shelter Improvements Drawings Included df Page 21 -BLANK PAGE - Specifications —© KAI —City of Fayettev ilie Arimal Shelter —Kernel Refirihirg 00800 -4 (9/17/2010 Justine Middleton Bid 10 55, Construction - Animal Shelter Improvements Drawings Included pdf Pa a 22 , KEY ARCHITECTURE, INC. SECTION 00860 LIST OF DRAWINGS Architectural Drawings: A1.1 Floor Plan and Notes END OF SECTION PROJECT NO. KAI 0961 Spedfications —© KAI —City or Fayetteville Arimal Shelter —Kid Refirthr 00860 -1 X9/17/2010 Ju t ns li a Middleton - Bid 10-55 Construction Animal Shelter Im rovements Drawiri Included pdf N Pai a 23 -BLANK PAGE - Specifications —© KAI —City d Fayettevi lie Arimal Shelter —Kernel Refiriting 00860 - 2 (9/17/2010 Justine Middleton Bld 10 55 Construction Animal Shelter Improvements Drawings Included' df Page 24 KEY ARCHITECTURE, INC. SECTION 01030 ALTERNATES PART 1 GENERAL 1.01 SUMMARY PROJECT NO. KAI 0961 A Provisions are made in the proposal for the bidding of the base bid, and also, for the inclusion of the following alternates to be bid separately, the amount for which shall be stated by all bidders. The amount stated shall include all work as shown on the plans or described in the specifications for each alternate. The work under this heading is subject to the General Conditions and Special Conditions of the specifications and contract, and the Contractor or Sub-Cont rector shall be responsible for, and be governed by, all the requirements thereunder as though specifically repeated herein. The Owner shall have the right to accept or reiect any or all alternates. Altemate No. 1: Remove all ceiling =refinishing work from the scope of the Work. New finished to be limited to walls and floors in areas to be refurbished as shown on the documents. END OF SECTION Speaficafiors —© KAI —City cf Fayedev ille Arimal Shelter —Ke r Refirid irg 01030-1 (9/17/2010 Justine Middleton Bid 10 55 Construction - Animal Shelter Improvements DrawingsIncludeddf Page\25 KEY ARCHITECTURE, INC. PROJECT NO. KAI 0961 Specifications —© KAI —City of Fayettev ille Arimal Shelter —Kernel Refiriting 01030-2 z 9/17/2010) Justine Middleton - Bld 10 55 Construction - Arnmal r Improvements Drawings Included pelf Page 26 KEY ARCHITECTURE, INC. SECTION 01100 SUMMARY PROJECT NO. KAI 0961 1.1 SUMMARY OF WORK A. Project identification: Asfollows 1. Project: Qty of Fayetteville Animal Shelter —Kennel Refinishing 2. Owner: Qty of Fayetteville B. Contract Dowments, dated August 20, 2010 were prepared by Key Architecture Inc., 315 S. Gregg Avenue Fayettevi I l e Arkansas 72701. C. The Work oonsi sts of refurbishing 2165 square feet of an existing 3550 aquae foot existing kernel hol di ng faci I i ty asdes ribed in the Contract Documents Thiswork indudes, but isnotnecessarily Iimitedto,thefolIowing: 1. Removal ofexi sti ng din -link kennel end osure paid s aid gates, and re-i nstal I ati on after rolinishing work. 2. Sanitiang of alI floor and wall surfaces. 3. Rr d r or Removal and repaoement of danaged hollow metal doors aid/or frames. 4. Removal and replaoanent ofdeteiorated trench dran grate covers. 5. Stripping ofecistirg floor sede aid preparation for seling and refinishing. 6. Selling ecistingslabswithdeeppeietrating chemical seder. 7. Repelnting alIwalIsinareas indicated. D. Summary of Refeeioes Work of the Contract can be summarized by references to the requirements of the various Contact Documents, which in turn make reference to the requirements of other applicable provisions which control or influence the work; these references can be summarized by, but are not limited to, those listed below: 1. The completed and accepted Proposal for the Genera Contract Form. 2. Theeceouted One/Contractor Agreement bound he-dn. 3. TheGenerai and Supplementary Conditions 4. The Drawl ngs I i seed i n the Schedul a of Drawings. 5. The9,cedfic ions, bound herdn, aid IistedintheTableofContentsbound inthismanual. 6. Addenda and ModificationstotheContract Documents. 7. Change Proposals and Change Ordes to the Contract. 8. Governing regulations which hate a beai ng on the performa ce of the work; copes can beobta ned from or revi erued at the I ocd , state or feded agency responsible for the regulations in each care. 9. Submi ttal s of evey kind, copes of which are retained by the Contractor at the site 10. Miscellaneous dementsofinformation having abearing on the peformance of the Work, such as weather forests oopi es must beobtai ned by the Contractor through normal channels of i nfomiati on. 12 WORK RESTRICTIONS A. Project Limits: 1. Confine operations to areas within Contract limits. Portions of the site beyond areas in which construction operations are indicated are not to be disturbed. Refer to drawings. Specifications —© KAI —City of Faydte�lle Arimal Shelter —Kernd Refirishing 01100 —1 9/17/2010 Justine Middleton Bid 10 55, Construction Arnmal Shelter Improvements - Drawings Included pdf Page 27 B. Contractor's Use of Remises: During construction, Contractor shall hare limited use of site & building as indicated. Contractor's use of premises is limited only by Owne's right to perform work or employ other contractors on portions of Project and as follows: 1. Existing entry and entry to adjacent facilities shall be maintained and Contractor's operations coordinated to prevent interference including use of parking and other premises as indicated on the documents. 2. No smoking will be allowed on the premises at any time. 3. Evening work to be coordinated when necessary. Coordinate such work with the Owner in advance. 4. Use of Owner's facilitiesby Contractor's personnel are prohibited unless specifically allowed. 5. Use of Owner's telephone is prohibited. Pay phones may be used. Contractor is encouraged to equip his foreman with a wireless mobile phone. 6. Use of Owner's trash dumpsters is prohibited. The Contractor shall assume responsibility for providing trash dumpsters at the site, maintaining it in usable condition, and having it routinely emptied to allow continuous use. Location subject to Owner approval. 7. Owner will not accept any deliveries for the Contractor or any subcontractor. Contractors must make their own arrangements to receive their respective shipments. 8. The Owner will provide water for construction at the nearest outlet. 9. Parking by contractor's personnel will be allowed only on portions of the existing lots as designated by the Owner. 10. Do not litter Owner's property. Contractors shall be responsible for immediate removal of same at 'no cost to Owner. 11. Contractor shall be aware that portions of the Owner's Building and grounds will be continuously occupied. All reasonable efforts shall be made to minimize noise, dust and other inconvenience to the personnel, kenneled animals, and visitors. 12. Existing exterior wall surfaces, windows, sidewalks, lawns, shrubs, and trees shall be protected from damage due to work under this contract. Damage caused by this work shall be repaired and restored to the satisfaction of the Architect and Owner. 13. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. 14. The contractor shall properly barricade and provide all guards, lights, signals, etc., for the safety of the public or as required by ordinances and/or directed by the Architect. 15. Continuously maintain adequate protection of the work from damage, protect Owner's property from injury or loss arising in connection with the work, and protect adjacent property as required by law or the Contract Documents. 16. The Contractor and his personnel shall use appropriate language, behavior, dress and privacy in changing of clothes. Consumption of alcoho licbeverages is prohibited on Owner's property. END OFSECTION 01100 Specifications —© KAI —City of Fayettev ille Animal Svelter —Kernel Refiristiirg 01100 -2 9%17/2010 Justine Middleton Bid 10 55, Construction Animal Shelter Improvements Drawings Included pdf Page 28 KEY ARCHITECTURE, INC. PROJECT NO. KAI 0961 SECTION 01200 PRICE AND PAYMENT PROCEDURES 1.1 CONTRACT MODIFICATION PROCEDURES A. On Owner's approval of a proposal from Contractor, Architect will issue a Change Order on AIA Document G701,for all charges toContract Sum orContract Time B. When Owner and Contractor disagree on the tams of a proposal, Architect may issue a Construction Change Directive on AIA Document G714, instructing Contractor to proceed with the diange Construction Change Directive will contain adescri pti on of the change and designate the method to be followed to detemi ne c hanges to Contract Sim or Contract Time 12 ALTERNATES A. An tenate i s an anount proposed by bi dde:for Data n work that may beadded to or deducted from the Base Bid .amount if Owner accepts the Altenate The cost or credit for each alternate isthe net addition to or deduction from Contract Sim toinoorporatethe Altenateinto theWork. No other adjustments ere made to Contract Sum. B. I ndi cae on the Bid Form amounts to be deducted from or added to Contract Sum for the fol I owi ng a temate : Alternate Number One - Rsnove ogling rctinishing work from scope of the Work. FTovide Deduct for not i nd udi ng such work i n the scope of i mprovements. 1.3 PAYMENT F )CEDURES A. Submit aSchedule of Values at least 10 days bore the first Application for Payment. In Sdiedule of Values, break down Contract Sum into at I east one line iten for each Spedfication Section. Card ate the Schedule of Vu es with Contractor's Construction Schedule B. Submit 3 copies of each application for payment on AIA Document G7021703, according to the schedule ectahl i shed in Owns/Contra tor Agreement. 1. For theAppiicationfor Payment submi fted at Substantial Completion, submitpatial rdea es of liens from each subcontractor or supplier for whom amounts were requisitioned in the previous Application for Payment. 2. Submit final Application for Payment after completion of Ftoject closeout procedures with release of liens aid supportingdoaamentation. Include consent ofsurety tofina payment and insurance certificates. END OFSECTION Specifications —© KAI —City of Fayettwi Ile Arimal Shelter —Kernel Refirishirg 01200-1 (9/17/2010) Justine Middleton - Bid 10 55, Construction Animal Shelter Im rovements Drawings Included pdf Page 29, - BLANK PAGE - S'pecificiions —© KAI —City of Fayettev ille Arimal Shelter —Kernel Refiritirg 01200 -2 9%17/2010 Justine Middleton - Bld 10-55, Construction - Animal Shelter Improvements Drawings Includedµpdf Page 30 KEY ARCHITECTURE, INC. PROJECT NO. KAI 0961 SECTION 01300 ADMINISTRATIVE REQUIREMENTS 1.1 PROJECT MANAGEMENT AND COORDINATION A. Verify layout information shown on Dravings, in relation to property survey aid existing beichmaks, before laying out the Work. B. Coordinate construction to ensure effident aid orde!y execution of each pat of the Work. C. Progress meetings will beheld at Project ate eery two weeks. Notify Owner aid Ardiitect of meeting dates. Each subcontractor or other entity concerned with current progress or involved with planing or coordination of future activities shall attend. 1. Prepare minutesof each meeting aid distributetopaties present. 12 CONSfI�JCTiON SCHEDULE A. Prepare ahorizontal ba- hat oonstrudion schedule Provide as�aate ti meba for each activity ad avertical Iine to Ideitify the first workday of each week. Use same breakdown of Work indicated in the Schedule of Values. As Work progressess, mak each ba toindic#eactual completion. 1. Submit within 14 days after the establishedfor Commermnett of the Work. 2. Coordinate each eleneit with other activities. Show each activity in proper sequerm Indicate sequences necessary for comp) di on of rd aced Work. 3. Indicate Substantial Completion aid allow time for Architect's procedures necessary for citifying Substantial Completion. 4. Schedule Distribution: Distribute copies to Owner, Architect, subcontractors, aid pities required to comply with dates. 5. Updating: Revise the schedule after each meeting oractivity where revisions hate been made Distribute revised copi es to Owner, Architect, subcontractors, aid pities required to comply with dates. 1.3 SUBMITTAL PROCEDURES A. Coordinate submittal preparation with construction schedule; fabrication Iead-times, other submittals, and activitiesthat require sequential operations. 1. No extension of Contract Timewill beaathoriaed due to failure to traismit submittals in time to permit processing suffidaitly inadvance of when mateialsae required in the Work. 2. Architect will not a t submittalsfrom sources other than Contractor. B. Prepare submittalsby plating a permanent label on each for identifikion. Provide a 4 -by 5 -inch (100- by 125- mm)space onthelabd orbeside titleblodk to record review and approval markings aid action takes. Include the following i nformati on on the Iabel: 1. Project name 2. Date 3. Name aid address of Contractor. 4. Name aid address of subcontractor or suppl i e'. 5. Number andtitleofappropriate Specification Section. 6. Contractor's certifikeion that matei alsoomply with spedfied requirenaits. Specificators —© KAI —City of Fayettevi Ile Arimal Shelter —Kemal Refirithrg 01300-1 LT!Justine Middleton Bld 10 55 Construction Animal Shelter Improvements - Drawings Included pdf Page 31 C. Coordinate each submittal with other submittal sand with work that does not require submitt ls. D. Product Data Mark each Dopy to show applicable didoesand options. Indude thefollowing: 1. Dataindicaing oompliahoewith spedfied standards and requirements. 2. Notationofcoordination requirements. 3. For equipment data, include rated cities, dimensions, waghts, required deaawes, and furnished specialties and accessories E. Shop Drawings: Submit nenly prepared information drawn tosde Do not reproduce Contract Documents or copy standard information. Submit 1 reproduci bl a print aid 1 bl ue- or bl acic-line print on sheets at I east 8-1/2 by 11 indies (215 by 280 mm)but no larger thai 30 by 42 indies (762 by 1067 mm). Architect will rum the reproducible print. Include thefollowing: 1. Dimeisons, profiles, methods of attachment, coordination with aijoining work, large scale details, aid other information, asappropriate for the Work. 2. Identification of products and materials. 3. Notationofcoordination requirements 4. Notation of dimensionsestabiished byfidd measureiient. 5. identification of deviations from Contract Documents. Samples Submit Samples finished as specified and identicd; with themateial proposed. Where vaidions are inherent in themateriat, submitsuffidEnt unitstoshow Iimitsofthe vaiallons. Indude product nameorname of the manufacture^. G. Architect willreview each submittal, mark as appropriate to'inclicate action taken, aid rum copies less'those retained. Compliaca with specified requiremeitsremans Contractor's responsbiIity. END OFSECTION Specifications —© KAI —City of Fayettev ille Arimal Shelter —Kernd Refiritirg 01300-2 (9/17/2010) Justine Middleton Bid 10 55, Construction Animal Shelterer lmj�rovements Drawings Included.pd Page 32 r KEY ARCHITECTURE, INC. SECTION 01400 QUALITY REQUIREMENTS 1.1 SECTION REQUIREMENTS PROJECT NO. KAI 0961 A. Quality -control services include inspections, tests, aid related actions including reports Quality -control services are further specified in other Sections of these Specifications aid shell be performed by independent testing agencies provided byContractororOwner, as specified. Unless otherwise indicated, quality -control services required by authorities hating jurisdiction will be provided by Owner. B. Contractor i s respond bl a for sdiedul i ng i nspecti ons and tests C. Retesting: Contractor shall pay for retesting where results of inspections aid tests prove unsatisfactory and i ndicate nonoompt i ance with requirements D. AuxiIi.ay Services Cooperate with agendes performing inspections aid tests. Rovide auxiliay services as requested. Notify agency in advance of operations requiring tests or inspections, to permit,aignment of personnel. AiaiIiay services indudethefolIowing: 1. Access to the Work. 2. Incidental labor aid facilitiestoa;sist inspections aid tests 3. Adequate quantitiEsof materials that. requiretesting, aid a sting intelcing samples. 4. Fad I i ti es for storage aid wring of test sanpl es. 5. Security aid protection of samples aid test equipment. E. DutiesofTesting Agency: Testing agency shalIcooperate withArduitect ail Contractor in performing its duties. Agency shall provide qualified personnel to perform inspectionsaid tests 1. Agency shall promptly notify Architect aid Contractor of irregularities or deficiencies observed in the Work during performance of its sevices. 2. Agency shalI not rd revoke; alter, or enlage requirements of the Contract Documents or approve or a cept any portion of the Work. 3. Agency shall not peform duties of Contractor. Submittals: Testing agency shdi submit aoertifiad written report of each inspectionaid test tothefolIowing: 1. Owner. 2. Architect. 3. Contractor. 4. Structural engineer. 5. Authorities havi rig jurisdiction, when authorities sodirect. G. Report Data Reports of ea h inspection, test, or simi l a service shat I i nd ude at I east thefol I owi ng: 1. Name, aidress, and telephone number of testing agency. 2. Project titleand testingagency's project number. 3. Designation (number) aid date of report. 4. Dates aid I ocati ons where sernpl es were takes or i nspecti ons aid field tests made Spedficatons —© KAI —City of Fayetteoi lie Animal Shelter —Kernel RCirislirg 01400-1 9/17/010 Justine Middleton Id{� 55 Construction - Animal Shelter Im rovements Drawings Included pdf Page 33 5. Names of individuals takingthesanpleormakingtheinspectionortest. 6. Designation of the product and test method. 7. Compl ete i nspecti on or test data i nd udi ng an i ntepretati o n of test results. 8. Ambientconditionsatthetimeofsanpletakingaid te.sting. 9. Commentsorprofessional opiniononwhether inspected ortested Work oomplieswithrequireneits. 10. Recommendations on retesting orranspection. 11. Nameand signature of Iaboratory inspector. Testing Agency Qualifications: Engage inspection and testing agaides that ale pre -qualified as complying with the Ameri can Cound i of Independent Laboratories "Quality Assurance Manual" and that sped al i 2e i n the types of inspections and tests to be performed. Each testing agency shall be authorized by authorities having jurisdiction to operate in the state where Ftoject isIoc ed. END OFSECTION Spedficatiors —© KAI —City or Fayettevi lie Arimal Shelter —Kernel Refirishing 01400-2 9/17/2010 Justine Middleton Bid 10 55 Construction - Animal Shelter Improvements Drawingsylncluded �df Page 34; KEY ARCHITECTURE, INC. SECTION 01600 PRODUCT REQUIREMENTS PROJECT NO. KAI 0961 1.1 SECTION REQUIREMENTS A. Rovide products of sane kind from a single source. The tern "product" includes the tams "material;" "eluipmeit," "system;' and similatams. B. Deliver, store, and handle productsa000rding tomanufacture'swritten instructions, using means aid methods that will prevent damage; deterioration, and loss, i nd udi ng theft. 1. Schedule delivery tominimieelong-tam storage aid to prevent overcrowding construction spaces. 2. Ddive in manufa Lure's original sealed packaging with labels and written instructions for handling, storing, protecting, and installing. 3. Inspect products at time of deIIvey for oomplianm with the Contract Documents aid to ensure items ere undamaged aid properly protected. 4. Store heavy items i n a mains that wi l l not eidange supporti rng constructi on. 5. Store products subject to damage on platforms or pallets, under cover in a weathetight enclosure; with ventilation adequate to pre✓ent condensation. Maintain tenpeature aid humidity within range required. C. Product Substitutions Raesaiable aid timely requests for substitutionswill beconsideed. Substitutions indude products aid methods of construction differing from that required by the Contract Documents and proposed by Contractor after avid of Contra t. 1. Submit four (4) copies of eats request for product substitution. Identify product to be replaced and provide complete documentation showing compliance of proposed substitution with applicable requirements. Include a full comparison with the specified product, a list of changes to other Work required to accommodate the substitution, and any proposed changes in Contract Sim or Contrat Time should the substitutionbeaooepted. 2. Submit requests for product substitutionIntimetopemit processing of request aid subsequent Submittals, if any, sufficiently in advance of when materials are required in the Work. Do riot submit unapproved substi tuti onson Shop Dravi ngs or other submittals. 3. Architect will re✓iery theproposedsubstitutionaid notify Contractor of itsa tance orrejedion. 2.1 PRODUCT OPTIONS A. Provide products that comply with the Contract Documents, are undamaged, and ere neN et the time of installation. 1. Rovide products complete with aoessories, trim, finish, and other devices aid components needed for a comp) ete i nstai I ati on aid the i nteided use aid effect. B. Do not attach manufacturer's Iabds ortrademalks, except for required nameplates, on surfaces exposed toviev in occupied spac s or on theextei or. C. Sled products asfollows: 1. Where only asingleproduct omanufacturer isnamed, providetheiten indic eel. No substitutionswill be permitted. 2. Where two or more products or manufacturers ere named, provide one of the items indicated., No substitutionswill bepemitted. Spedficatiors —© KAI —City of Fayettevi Ile Animal Shelter —Kernel Refinishng 01600-1 (9/17/2010) Justine Middleton Bld 10 55 Construction Animal Shelter Improvements Drawings Included picif „T^ Page 35 3. Where products or manufacturers are specified by nave, a companied by the tern "or equal;" provide the naned item or comply with provisionsconc ring "product substitutions"to obtain approval for use ofai unnerved product or manufacturer. 4. Where a product is described with required characteristics, with or without naming a brand ortradenak, provideaproduct that oDmplieswith those characteristics aid other Contract requirements 5. Where compliance with performance requirements is specified, provide products that comply and are recommended inwriting by the manufacturer for theaopiication. 6. Where compliance with codes, regulations, or standards, is spedfied, select a product that complieswith the codes, regulations, or standards refaaic i. D. Unless otherwise indicates, Architect will select color, pattern, aid texture of ea ti product from manufacture's full range of opti ons. END OFSECTION Specifications —© KAI —City of Fayettev ilie Animal Shelter —Kernel Refiritrg 01600 -2 P 9/17/2010 Justine Middleton Bid 10 55 Construction Animal Shelter Improvements Drawings Included cif Page 36 KEY ARCHITECTURE, INC. SECTION 01700 EXECUTION REQUIREMENTS 1.1 CLOSEOUT SUBMITTALS PROJECT NO. KAI 0961 A. Record Drawings Mantan a sd of Contract Drawings as Record Drawings Maio to show instalation that varies from the Work originally shown. B. Record Specifications: Maintain one copy of the Project Manua, including addeidal as Record Specifications Mat toshowvaiationsinWork performed inoompaisonwith thetedoftheSpedfic ions aid modific ions C. Opaation aid Mantenance Data Orgaiiae data into thr-ring binders, with pocket folders for folded shed information. Mark identificationonfrontaid spineofeadi binder. Includethefollowing: 1. Emergency instructions 2. Spate patsIist. 3. Copt es.of waraiti es 4. Wiring'diagrams 5. Shop Drawings aid Product Data 12 EXAMINATION AND PREPARATION A. Examine substrates aid conditions for compliance with manufacture's written requirements including, but not limited to, surfaces that ere sound, lend, aid plumb; substrates within installation tolea ces surfaces that are smooth, dean, aid free of deleterious substaioess; and application conditionswithineivironmeita Iimits. Proceed with instalIAiononlyafter unsdisfatory oonditionshate been corrected. B. Prepare substrates aid aijoining surfaces according to manufacture's written instructions, including, but not limited to, filler and prime application. C. Where Drawings indicate dimensions of ekisting construction verify by field measurenerit. Where fabricated products are to be fitted to other construction verify dimensions by field measurement before fabricating aid, when possi ble, a low for fitting aid trimming during installation. 3.1 CUTTING AND PATCHING A. Do not cut structural members without prior written approval of Architect. B. For patdii ng, provide mated al s whose i nsta I eel peformai ce wi I I equal or surpass that of existing matei a s For ecposed surfaces, provide or finish mate alts to visually match ecisting aljace nt surfaces to the fulIest ecteit possi bia 32 INSTALLATION A. Comply with manufacturer's written instructions for installation. Anchor each product securely in pla>ti axuratdy located and aligned. Clean ekposed surfaces and protect from damage If applicably prepare surfaces for field finishing. B. Comply withNFPA 70for installation of electrically operated equipment aideletrical components ad materials. 3.3 FINAL CLEANING A. Cleat each surface oritem esfollows before requesting inspection for certification ofSubstaitial Completion: Specificatias —© KAI —City or Fayetteri lie Arimel. Shelter—Kemd Refirishing 01700-1 9/17/2010) Jusfine Middleton - Btd 10 55, Construction - Animal Shelter Improvements Drawtngsolncluded _ df Page 37` 1. Remove lads that ere not permanent. 2. a transparent materials, induding mirrors. Ranove ecoessgla2ingcompounds. R�lace chipped or broken glass. 3. Clem exposed finishes to a dust -free condition, free of stains, films, and foreign substances. Leave concrete floors broom dean. 4. Vacuum carpeted surfaces and wa resiliant flooring. 5. Wipe surfa es of mechanical and detrical equipment. Remove ecoess lubrication. Clean plumbing fixture;. Clean IightfixturesandIanps. 6. Clean theste Svveep paved ae remove stains, spills, and fordgn deports Rake groundstoa smooth, evertectured surface 4.1 CLOSEOUT PROCEDURES A. Request Substantial Completion inspectiononcethefolIowing aecomplate 1. Advise Owner of pending insurance changeover requi remmts. 2. Submit Record Dra+vings and Specifications, maintenance manuals, warranties, and smiles record information. 3. Dive sparepats, ectramateiais, and smiIaiterns. 4. Changeover lodes and transmit keys to Owner. 5. Compl ate startup testi ng of systems and i nstruction of operation and ma ntena'to personnel. 6. RanovetenporaryfaciIitiEsaidcontrola 7. Compl ete fi nail d eanup. 8. Touch up, repair, and restore marred, ecposad finishes. 9. Obtain final inspectionsfrom authorities having jurisdiction. 10.. Obtain certificate of occupancy. B. On receipt of a request for inspection, Architect will proceed with inspection or advise Contractor of unfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or advise Contractor of itens that must beoompleted or corrected before the oatificate wi l I bei slued. C. Arrange for each i natal I er of equi pm ant that requires opeati on and mai ntenanoe to provide i nstructi on to Owner's pesonnel. Indudeadetailed review ofthefollowing: 1. Startup and shutdown. 2. Emergency operations and safety procedures. 3. Noiseaid vibrationadjustmmts. 4. Mai ntenanoe manuals. 5. Spore pats, tools, and materials. 6. Lubricants and fuels 7. Idantificatio n systems. 8. Control sequences. 9. Hazards. 10. Warranties and bonds. D. Request inspection for certification of find axtai onoethefollowingae complete 1. Submit acopy of the Substantial Completion inspection lisstating thct each item has been completed or othewi se resolved for a x tanoe 2. Submit final mete readings for utilities, a record of stored fud, and smiles data as of the date of Substantial Completion. E. Architect will reinspect theWorkon receipt of noticethat theWork has bean Completed. On completion of rdnspection, Architect will prepare a Certificate of final acceptance If the Work is incomplete; Architect will advise Contractor of the Work thatisinoompleteorobligationsthat have not yet been fulfilled. END OFSECTION Specifications —© KAI —City of Fayettevi Ile Animal Shelter —Kemd Refiritirg 01700 -2 9/17/2010 Justine Middleton - Bid 10 55, Construction - Animal Shelter Improvements - Drawings Included pelf Page 38 KEY ARCHITECTURE, INC. PROJECT NO. KAI 0961 SECTION 01732 SELECTIVE DEMOLITION 1.1 SECTION REQUIREMENTS A. Unless othawiseindic eel, demolished materials become Contractors property. Remove from Project site B. Items indicted to be removed aid salvaged remain Owners propety. Remove, dear, and ddive to Owners designated storageaea C. Comply with EPA regulationsand disposal regulation of authorities hating jurisdiction. D. Conduct danol i ti on wi thout disrupting Owners use of the bui l di ng. 2.1 DEMOLITION A. Mantan aid protect edsting utilities to reman in savior bore procescJing with denolition, providing bypass oonnecti ons to othe pats of the building. B. Locate; ideitify, shut off, disconnect, and cap off utilitysevices to bedanolished. C. Employ acetified, licensed exteminatortotreat building and tocontrol rodeits aid vemin. D. Conduct denolitionopeations aid remove debris to preveit injury to people aid damage to adja>e1t buildings aid site i mprovements. E. Provide and maintain shoring, brag ng, or structural support to preserve bui I di ng stabi I ity and prevent moveneit, settlement, or colIapsa F. Protect buiIdingstructureorinterior from weaher aid water Ieakage aid damage G. Protect remaining walls, calIings, floors, aid exposed finishes. Erect aid mantan dustproof petitions. Cover and protect remaining furniture; fumishings aid equipmeit. H. Netl y art open ngs a d hot es pl umb, squad and true to di mess ons requi red. Use cutting methods I east I i kd y to dame construction to reran oradjoining construction. I. Promptly patch and reps r holes aid damaged surfaces of building caused by demol i ti on. Restore exposed finishes of patched ams aid exte d fi ni sh restorati on into rend ni ng aJj of ni ng oonstrudi on. J. Promptly remove demolished mateials from Owners propety aid legally dispose of than. Do not bum demolished materials. END OFSECTION Spedficators —© KAI —City cf Fayettev ille Arimal Shelter —Kernel Refirishirg 01732 —1 9/17/2010 Justine Middleton Bid 10 55, Construction - Animal Shelter Improvements Drawings Included pdf Pa a 39 v -BLANK PAGE - Specifications —© KAI —City of FayettW Ile Arimal Shelter —Kennel Refirthng 01732 -2 9%17/2010 Justine Middleton - Bid 10 55, Construction Animal Shelter Im rovements Drawings Included.pdf Page 40 KEY ARCHITECTURE, INC. SECTION 03300 CAST -IN -RACE CONCRETE PART 1- GENERAL PROJECTNO. KAI 0953 1.1 SECTION REQUIREMENTS A. Submittals Product Data. B. Comply with ASTM C94; AQ 301, "Specification for Structural Concrete'; 'Ad I 117, "Specifications for Tolerances for Connate Construction and Materials'; aid CRSI's "Maival of Standard Radice" PART 2- PRODUCTS 2.1 MATERIALS A. Sanitiaer/pier: Quaternary Ammonium Chloride based disinfectait Oasis 146 Multi Quat Senitiaa, or equal' as manufactured byEoolab. ($00) 226-3233. B. Stripper: Non-toxic, low odor, low VOC. Soy-lt Lead Paint aid HDStrippe. Avallablefrom Eoo Safety PYoducts, 2921 W. Culver Street, #4B, Fhoeiix, AZ 85009. www.eoosefetvoro ductscom. C. Deep Ftrietrating SEeler: Integral, deep penetrating sealer to be Norgaiix, or equal, as maiufactured by Norgaiix, Inc. 9895 Nature Mill Road, Johns Cr dc, GA 30022. (770) 558-6066. www.norgaii x.00 m. D. Repair Topping: Factory -package d, port[a id or bleidei hydrailic oeme t -based, polymer -modified, serf -lending traffic- beai ng topping with minimum 28 -day oompressi ve strength of 5700 psi (39 M Pa). Ft RT 3- EXECUTION 3.1 CONCRETE REFURBISHING A. Plower wa#i aid di all floor ad wall surfaces tobesanitizad, sealed aid refinished. B. Sanitiaeaid dean existing concrete surfaces to beseded and r niched. Follow maiufa Lure's recommendations for ratio and application of quaternary satitizer. C. Strip Existing concrete floor surfaces tobe refinished per maiufacturer's recommended procedures. Rinse all surfanes after stri ppi rig pn or to a{ipl ication of penetrati ng se. D. Repair as) of slabs priorto application of penetrating sa'er if necessary. Contractor shall survey oonditionsprior to bidding aid noteany such arcs needing repel red. E. Apply integral, penetrating sealer per manufacture's reoommeidationa END OFSECTION Specificatias —© KAI —City cf Fayete�i Ile Animal Shelter —Kerrid Rd rthng 03300-1 E (9 17/2010) Justine Middleton Btd 10 55, Constructions An mal Shelter Improvements Drawings Included pdf Page 1„ -BLANK PAGE - Speaficatias —© KAI —City of Fayetteai lie Arimd Shelter —KanRefiriting 03300 -2 9/17/2010) Justine Middleton Bid 10 55, Construction - Animal Shelter ImprovementsDrawings Included pelf Pa `e 42 KEY ARCHITECTURE, INC. SECTION 06600 PLASTIC FABRICATIONS PART 1- GENERAL 1.1 SECTION REQUIREMENTS A. Submit Roduct Data PART 2- PRODUCTS 2.1 PLASTIC FABRICATIONS PROJECT NO. KAI 0961 A. Chemical resistant, fiberglas ocmpositegrae for FblyDran trends drans. Grates to be FblyDran num- ba 2722, vinyl ester chemical resistant FRP with .6" spaced baswith minium 150 psi proof load rapao- ity with accessories. FblyDran as manufactured by ABT, Inc., 259 Murdock Road, Troutmai, NC 28166, (800) 438-6057. PART 3- EXECUTION 3.1 INSTALLATION A. Instal grates per maiufaturer's recommetdati ons with stainless steel #8— 32 toggl a ba system. Grates to sea i n eki sti rg trench dra n channel s wi thout rodki ng. END OFSECTION Specifications —© KAI —City of Fayederi Ile Arimal Shelter —Kemal Refirishing 01100-1 I „. 9/17/2010 Justine Middleton - Bid 10-55, tConstructlon Animal Shelter Im rovements Drawln s Included pdf Page 43 r. KEY ARCHITECTURE, INC. -BLANK PAGE - PROJECT NO. KAI 0961 Specificions —© KAI —City of Fayettevi Ile Arimal Shelter —Kemal Refiriting 01100-2 (9/17/2010 Justine Middleton Bld 1'0 55, Constructwn Animal Shelter Improvements Drawl n��s Included pelf Page 44 KEY ARCHITECTURE, INC. SECTION 08110 STEEL DOORS AND FRAMES PART 1- GENERAL 1.1 SECTION REQUIREMENTS A. Submittals: Roduc Data and door schedule B. Comply withANSI/SDI 100. PART 2- PRODUCTS PROJECT NO. KAI 0953 2.1 MATERIALS A. Hot -1 IIed Steel Sheets ASTM A 569/A 569M. B. Cold -Rolled Steel Sheets ASTM A 366/A 366M orASTM A 620/A 620M. C. Galvanized Steel Sheets ASTM A 653/A 653M, commercial steel, orASTM A 642/A 642M, drawing quality, withA60 orG60 (ZF180 orZ180) coating designation, mill phosphatized. 22 STEEL DOORS AND FRAMES A. Manufacturers: 1. Assa Abloy 2. Windsor Republic Doors 3. Steel craft B. Stec Doors 1 -3/4 -inch- (44 -mm-) thick of materials aid ANSI/SDI 100grades and modelsspecified below. 1. Interior Doors Grade II, heavy-duty, Model 2, seamless design, min. 0.0478 -inch- (12 -mm-) thick, cold - rolled sted sheet faces. 2. Exterior Doors Grade III, extra heavy-duty, Model Zseanless design, minimum 0.0635 -inch- (1.6 -mm-) thick, galvanized steel sheet faces. C. Door Silencers Three on strikejambsof singledoor franes and two on heads of doubledoor franes. D. Raster Guards Rovide where mortar might obstruct hadwae operation aid todoseoff interior of openings E. Fahricue steel franes to be rigid, neat inappeaance; and freefrom defers, warp, orbuckle 1. Interior Franey Fabricate with mitered orcoped and continuously welded corners, formed from 0.0478- inch- (1.2 -mm-) thick, cold -rolled steel for openings 48 inches (1220 mm) or less in width aid from 0.0598 -inch- (1.5 -mm-) thick steel for openings more than 481 nches (1220 mm) in width. 2. Exterior Frames: Fabric a with mitered or coped and continuously weded comes, formed from 0.0635- inch- (1.6 -mm-) thick, galvaiized steel sheet. F. Rae doors aid franes to recd ve mortised and coned hardware according to SDI 107. Specifications —© KAI —City of Fayettevi Ile Arimal Shelter —Kernel Refiris ir9 08110 - 1 9/17/2010 Justine ,Middleton Bld 10 55 Construction Animal Shelter Im rovements Drawings Included pelf Pa a 45 G. Rime Coat: Uncoated steel, ANSI A224.1 shop primer. PART 3- EXECUTION 3.1 INSTALLATION A. Race steel frames to oomply with SDI 105. B. instal steel doorsaocurrdy inframes, withindsaaices specified inANSI/SDI 100. 1. Fire -Rated Doors Install withdeaaroes specified inNFPA 80. 2. Smoke -Control Doors Comply with NFPA 105. C. Rime Coat Repair: Immediately after erection, said smooth aiy rusted or danaged aeas of pri me coat aid repair finish with compati ble r -drying primer. END OFSECTION Specifications —© KAI —City of Fayettevi Ile Arm Shelter —Kemal Refinishing 08110 -2 9/17/2010 Justine Middleton - Bid 10 55, Construction - Animal Shelter Improvements - Drawings Included pdf Pale 46 KEY ARCHITECTURE, INC. SECTION 09910 PAINTING PROJECT NO. KAI 0961 PART 1- GENERAL 1.1 SECTION REQUIREMENTS A. Summay: Pant alIecposed surfaces, unlessotherwiseindiced. 1. Pant the back s de of axess panel a. 2. Do not pant prefinished items finished metal surfaces, operating pats, labds, ad materials obviously intended to beIeft exposed such brick ad tile 3. Unlessotherwisoindicated do not pant conceded surfaces. B. Submittals: Product Data aid color Samples. C. Obtain block fi I I ers, primes, aid undercoat meids al s for each coating systen from thee ma ufacture as the finish coos. D. Extra Moteials: Deliver to Owner a1 -g.(3.8 -L) container, properly Iabded and sealed, of each Dolor aid type of fi ni sh coat pant used on Proj eel. PART 2- PRODUCTS 2.1 PAINT A. Product: Harmony, Interior Later, B9.900 Seies by Sherwin-Willians Company, or equal. Low -odor, anti- microbial formulated interior pant without silica B. Manufacturers: 1. The Sherwi n-Wi l l ans Company. www.shewi n -will i ans com 2. Benjamin Moore & Co.: www.baiianinmoorecom 3. PPG Architectural Knishes, Inc.: www.ppgaf.00m C. Colors: Assdected. D. Material Quality: Maiufaiurer's best -quality of wing typesspedfied. E. Material Compatibility: Complete systen of compatibleoomponents that isreoommeided by manufacturer for appl i cati on i ndi cited. PART 3- EXECUTION 3.1 APPLICATION A. Comply with pant manufacturer's written instructions for surface proration, environmental and substrate conditions, product mixing, and application. 32 INTERIOR PAINT APPLICATION SCHEDULE A. Concrete Masonry Units: As follows: 1. Semigloss, Anti -microbial Latex: Two coats over ecisting pant surfaces Specifications —© KAI —City of Fayettevi Ile Arimal Shelter —Kernel Refiritirg 09910- 1 9/17/2010 Justine Middleton Bid 10-55,Construction Animal Shelter Improvements Drawings Included pdf Pa e 47 B. Gypsum Boad: As follows 1. Semigloss, Anti -microbial Latex: Two coats over edsting pant surfaces. C. Woodwork and Hadboad: As follows 1. Semigloss, Anti-miaobia Latex: Two coats over easting paint surfaces, 2. Full -Gloss, Acrylic Enamel: Two coetsover ecistingwood panted surfaces. D. Ferrous Meta: As follows 1. Semigloss, Anti -microbial Latec Two coats over existing pant surfaces. END OFSECTION Specifications —© KAI —City of Fayetevi Ile Animal Shelter —Kemal Re iritirg 09910 -2 9/17/2010 Justine Middleton - Bid 10-55, Construction - Animal Shelter Improvements Drawings Included pdf Page 48 s��a (9/17/2010) Justine Middleton Bid 10-55, Construction - Animal Shelter Improvements Drawings Included pdf Page 49 �mm©®o®o o®�©v©vo©aev om�mo©vo©aov RON om�©v©vo©aav o©�©v©oo©oav omoa000000aav ow®mo©v©oaev ._.. wo0f�m0 E2= - _ oo©oov . - . ..ij,.... O��Q000000 -... . . ... ©©®©®o®o® o�moovovovovmv o�®oov©vovov®v o�moovovovovmv ommoovovovovmv om000v©v©vovov omoovvovovovov om000vov©vovov o©moovovovovmv ommoovovovovmv ommwovovovo©mv o===o=me oEC==== ve3vovmv o==H==ovo©vvmv ommoov©vovovmv v©moovoovovmv omC=MMORov©oov ommoov©vv !om000v000v©vov vvmv iomoo©vovovov©v '�oomoov©vovovov �oommovo©a©ooma rIIJtYH+ti1 y.- v I A1.1 I (9/17/010 Justine Middleton Bid 10 55, Addendum 1 pdf Pa e1 City of Fayetteville — Purchasing Division �� 113 W. Mountain —Room 306 Fayetteville, AR 72701 l 5, Construction Anrro Shelter Jm rah ants Phone: 479.575.8220 E -Mail: aforen@ci.fayett eville.ar.us Date: Thursday, September 09, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice : This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualificat ion. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. The Drawings for Fayetteville Animal Shelter — Kennel Refinishing ` in Fayetteville, AR, dated August 17, 2010 are hereby amended by this addendum, dated September 9, 2010,'Consisting of 3 pages. Changes to the Drawings: 1. Refer to Sheet 1.1. Door and Frame Schedule: Door Frame, Mark 123A shall have existing deteriorated frame removed and replaced with new Metal Frame for a Cased Opening, equal to Republic ME Series, 5 3/" for Butted Masonry Installation at Existing Opening. Provide continuous sealant at both sides of jambs and head, and finish to match existing metal frames. 2. Refer to Sheet 1.1, Door and Frame Schedule: For clarification, all metal frames to be replaced shall be installed in Butted Masonry Installation for Existing Opening and to be Equal Rabbitted to match existing frames removed. New frames are not to be grouted full but shall be caulked with continuous sealant at both sides of jambs and head. Finish to match existing frames. 3. Refer to Sheet 1.1. Floor Plan and Doorand Frame Schedule: Remove and replace door transfer grilles at five (5) existing doors in conjunction with refinishing of existing doors and frames. Doors with existing transfer grilles include Doors mark 1098; between Pups, Rm. 117 and Cats, Rm. 108; between Cats, Rm. 108 and Corridor, Rm. 113; between Corridor, Rm. 113; and at Mechanical Room 120. Grilles to be Fib-R-Dor, 24"x24" FRP door return grilles, brown finish. Final color selection to be coordinated with Owner's representative. Install with Stainless Steel through bolts and trim accessories as recommended by manufacturer. Available from Fib-R-Dor, a division of Chase Industries, Inc., North Little Rock, AR (800) 342-7367. 4. Refer to Sheet 1.1, Floor Plan and Door and Frame Schedule: All doors and frames not scheduled to be replaced, shall be prepped for refinishing and repainted. Sand all rusted areas and treat with rust inhibitive primer. Finish frames and doors per paint schedule included in the Specifications, Section 9900. Page 1 of 3 Tei amrAunfcoioris:Devfcefortls-Qeaf TOb(479)521-1316 113W6tMountain- Fay 1tevftle,.AR72701, ustme Middlet Bided �1� dd d mm 1� : ::r: 2r. 5. Refer to Sheet 1.1, Floor Plan and General Scheduling of Work notes: Note 5: for clarification, stacked steel crates at Cats, Rm. 108 and at Pups, Rm. 117 to be removed by contractor during the Work and reinstalled at completion of refinishing Work. Units to be stored outside at north side of existing building with chain -link panels and gates. Note 6: for clarification, equipment and fixtures to be removed include: dryer, water heater and water softener at Laundry, Rm. 122 and water closet at Toilet, Rm. 124. Thru-wall air - conditioner at Rm. 123 can remain and be protected during refinishing Work. Washer at Cats, Rm. 108 will be removed by Owner prior to the Work. Note 7: for clarification, low -voltage control wiring attached to conduit is to be painted along with ceiling and conduit. 6. Refer to Sheet 1.1. Floor Plan and Demo Notes: Delete Note 9. Kennel will not be operational during the Work. 7. Refer to Sheet 1.1. Floor Plan and Sequencing/Scheduling of Work Keynotes: Note 1. For Clarification, Kennel gates and frame panels to be stored on North side of existing building in drive area. Maintain clear 24' drive access. During reinstallation, contractor to provide new threaded nuts for attachment of existing chain -link brackets to existing threaded bolts inset at existing walls. 144 total fasteners. Contractor shall also plan on replacing upto 20%, or 30 such set anchor bolts with new 1/4" x 21/2" threaded anchors grouted in wall to replace rusted or damaged existing anchors. 8. Refer to Sheet 1.1, Floor Plan and Sequencing/Scheduling of Work Keynotes: Note 4. For Clarification, Cleaning, sterilization and stripping of floors to be done per procedures outlined in the Specifications, Section 03300 Cast -In -Place concrete. Walls to be cleaned and sterilized in similar fashion. A second sanitizing step is to be added as outlined under Changes to Specifications included below. Wall sterilization shall include initial treatment with 1:64 ration concentration of Quat based disinfectant and a second treatment using 1:32 ratio mix of 5% bleach solution with water. One area of existing concrete floor is to be patched with leveling compound as specified. Such work shall be limited to approximately 1'x2' area at existing door threshold 105A to Storage 1, Room 105. No other patching or repairing of concrete slab shall be included in the Work. 9. Refer to Sheet 1.1. Floor Plan and Sequencing/Scheduling of Work Keynotes: Note 5. For Clarification, refer to Addendum Item No. 5 above for items to be removed by Contractor. 10. Refer to Sheet 1 1 Floor Plan and Sequencing/Scheduling of Work Keynotes: Add Note 9. Aluminum kennel sliding doors and sliding frame guides to be removed between each side of existing kennels. There are six (6) such doors between front and back sides of kennels at Kennel Areas 1 & 2; areas 3 & 4; and areas 5 & 6. There are eighteen (18) total units and components are to be turned over tq Owner for sanitizing and cleaning. Upon completion of refinishing work, contractor to reinstall with new #10 x 1 %" coated masonry screw anchors at each location. 144 total fasteners required. Page 2 of 3 %lc mmunkatons D�vef&the Deaf TOO (479)52-1-Y3tb 113WeaCMountain-Fayenevfe M 7270] (9/17/2010 Jusfine Middleton Bid 10-55, Addendum 1 pdf age 3 11. Refer to Sheet 1.1, Floor Plan: Add Note for ALERNATE NO. 1. Provide price to remove scope of ceiling leaning and refinishing from the Work. Such work IS to be induded in the Base Bid with a deduction to remove such work from the total price in space provided on the Proposal form as provided for in Section 00300 of the Specifications. 12. Refer to Sheet 1.1, Floor Plan: Remove reference to exterior work and painting of existing building as denoted in note at lower right hand area of Floor Plan. No exterior work or painting is to be induded in the Work. 13. Refer to Sheet 1.1. Floor Plan: Tuckpoint and regrout approximately 4'x4' area of existing CMU wall at West end of Kennel Area 4, Rm. 112. 14. Refer to Sheet 1.1. Floor Plan: For clarification, existing ceiling height is approximately 8'-0" above finish floor elevation. Changes to the Specifications: 15. Refer to Section 03300 — Cast in Place: Concrete: A. Refer to Part 2 — Products, 2.1 Materials, A: In addition to Quaternary Ammonium Chloride based disinfectant specified, a second sanitation utilizing a 5% bleach solution and water shall be used after quat disinfecting and prior to stripping of concrete slab. B. Refer to Part 3 — Execution, 3.1 Concrete Refurbishing, B: Use 1:64 ratio of Quat based disinfectant to water for initial sanitizing and 1:32 ratio concentration of 5% bleach solution to water for second sanitizing treatment. C. Refer to Part 3 — Execution, 3.1 Concrete Refurbishing, D: The only area of existing concrete slab to be repaired or patched shall be limited to that area specified in Addendum Item No. 8 above. End of Addendum Page 3 of 3 %leeommunkcat;onsDevkefortheD f TOO€473)521-1316 11�:W6t Mountaip -Fayetteville, AR 7270 1, ` 9%17/201'0 Ju� Iddleton Bld 10 55 Advertisement Construction Animal Shelter I pdf Page 1 City of Fayetteville, AR INVITATION TO BID Bid 10-55, Construction — Animal Shelter Improvements The City of Fayetteville is accepting bids from property licensed general contractors to bid on a project for improvements at the Fayetteville Animal Shelter, located at 1640 S. Armstrong Rd., Fayetteville, AR. Work includes refurbishing of kennels and support areas totally approximately 2,165 sq. ft. of an existing building of 3,550 sq. ft. more or less, according to plans and specifications prepared by Key Architecture, Inc. Any questions shall be addressed to Andrea Foren, City of Fayetteville Purchasing Agent at aforen@cn .i.faytt eville.ar.us or by calling (479) 575-8220. Bids should be submitted in a sealed envelope or package labeled "Bid 10-55, Construction — Animal Shelter Improvements". All bids shall be received before 2:00 PM. local time on Thursday. September 16. 2010 to the City of Fayetteville, Purchasing Division - Room 306, 113 W. Mountain, Fayetteville, Arkansas 72701. Local time is determined per the atomic clock in the Purchasing Office. Any bid received after specified time will be rejected. A non -mandatory pre -bid meeting will be held on Friday. September 03. 2010 at 10:00 AM, local time located at the jobs site. Bidding documents and plans must be obtai ned by contacting the City Purchasing Division. Documents are available via e-mail. Plans can also be reviewed at the Fayetteville Purchasing Division, as listed below. City of Fayetteville — City Hall Purchasing Division 113 W. Mountain, Suite 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforen c� i.fayett eville.ar.us Obtaining contract documents through any source other than the contact listed above, or his/her representative(s ) is not advisable due to the risks of receiving incomplete or inaccurate information, and the bidder runs to risk of basing proposal on such information. The documents obtained through the City or representative( s) are considered the official version and take precedence if any discrepancies occur. All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforen ci.fayett eville.ar.us . When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Each bid must be accompanied by a certified check or bid bond, in an amount not less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required with a contract awarded amount of $20,000.00 or more. Bidders shall conform to the requirements of the Arkansas licensing laws and regulations for contractors, and shall be licensed before bid is submitted. Only one bid shall be submitted per State Contractors license and license number shall be included on the bid form. "Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises." Page 1 of 2 Tetec�smrriunicatlonsDeAe rtheDeaf TDDf479➢52r-13Th 113 West Mountain � FayettWj le; AR 72701 (9/17/2010) Justine Middleton Bid 10 55, Adveen C tructlon Animal Shelter I F.pdf Page 2 The City of Fayetteville reserves the right to waive irregularit ies, reject bids, and postpone the award of any Contract for a period of time which shall not exceed beyond ninety days from the bid opening date. CITY OF FAYEfTEVILLE, ARKANSAS By: Andrea Foren, CPPB, City of Fayetteville, Purchasing Agent Ad Dates: 08.26.10 & 09.02.10 Page 2 of 2 TelexoinniurritatibnsDevu fortheOeaf TDD(479) 2t -131U t% WestMoun₹ain-FayettevilleM727(}