HomeMy WebLinkAbout56-10 RESOLUTION•
RESOLUTION NO. 56-10
A RESOLUTION AWARDING BID #10-17 AND APPROVING A
CONTRACT WITH CB&I, INC. IN THE AMOUNT OF $1,551,000.00 FOR
CONSTRUCTION OF A 500,000 GALLON ELEVATED WATER STORAGE
TANK, APPROVAL OF A $49,000.00 CONTINGENCY, AND APPROVAL
OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $1,600,000.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS*
Section 1. That the City Council of the City of Fayetteville, Arkansas, hereby awards Bid
#10-17 and approves a contract with CB&I, Inc., a copy of which is attached to this Resolution
as Exhibit "A' and incorporated herein as if set out word for word, in the amount of
$1,551,000.00 for construction of a 500,000 gallon elevated water storage tank.
Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a
project contingency in the amount of $49,000.00, and a budget adjustment, a copy of which is
attached to this Resolution as Exhibit "B" and incorporated herein as if set out word for word, in
the amount of $1,600,000.00.
PASSED and APPROVED this 6th day of April, 2010.
APPROVED
ATTEST:
DRA E. SMITH, City erk/Treasurer
.......................
i -kc. • . \-CY 0.6
• C ie -PI*
z- ••• ciAtr-
E- EFAYETTEVILLEr;
%-eNal:PIO N SY.W
...........
......... ..
.....
•
DOCUMENT 00500
•
•EXHIBIT A
CONTRACT
THIS AGREEMENT, made and entered into on the 16i day of anis 4010 by and between
CB&I, Inc of Alpharetta, GA, herein called the Contractor, and the City of Fayetteville, Arkansas,
Owner:
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the City of
Fayetteville as follows:
1. That the Contractor shall furnish all the materials, and perform all of the work in manner and
form as provided by the following enumerated Drawings, Specifications, and Documents, which
are attached hereto and made a part hereof, as if fully contained herein and are entitled
Canterbury Road 500,000 Gallon Elevated Water Storage Tank, dated October 2009.
Advertisement for Bids
Instructions to Bidders
Bid and acceptance thereof
Performance Bond
Payment Bond
SHEET INDEX
Maintenance Bond
General Conditions
Supplemental Conditions
Specifications
Drawings (See Sheet Index below)
SHEET NO.
SHEET DESCRIPTION
I
Cover
2
Index, Site Plan and Legend
3
Elevated Water Storage Tank, Spheroidal Alternative
4
Elevated Water Storage Tank, Fluted Column Alternative
5
Elevated Water Storage Tank, Composite
Alternative
6
Tank Access Road, Plan and Profile
7
Yard Drains at Tank, Plan and Profile
8
Water Main at Tank, Plan and Profile
9
Tank Inlet/Outlet Valve Vault
10
Long Retaining Wall, Plan and Profile
11
Access Drive Retaining Wall, Plan and Profile, Details
12
Fence Plan and Details
13
Tree Protection Plan
14
Miscellaneous Details, Water Details
15
Miscellaneous Details, Water Details
16
Erosion Control Plans
17
Erosion Control Details
E-1
Spheroidal Alternative Electrical
FY042150 Canterbury Road Tank
Section 00500 - 1
•
•
•
E-2
Fluted Column Alternative Electrical
E-3
Composite Alternative Electrical
2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful performance
of this Agreement, subject to additions and deductions as provided in the Specifications or Bid,
in lawful money of the United States, the amount of:
One Million, Five Hundred Fifty -One Thousand Dollars ($1,551,000.00)
3. The Work will be completed and ready for final payment in accordance with the General
Conditions within 390 calendar days after the date when the Contract Time commences to run, as
provided in the Notice to Proceed.
4. Liquidated Damages: The City of Fayetteville and Contractor recognize that time is of the
essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not
completed within the times specified in above, plus any extensions thereof allowed in accordance
with the General Conditions. They also recognize the delays, expense, and difficulties involved
in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on
time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Contractor
agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay the City of
Fayetteville Seven Hundred Dollars ($700.00) for each day that expires after the time specified
in Paragraph 3 for completion and readiness for final payment.
5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall
make partial payments to the Contractor on the basis of a duly certified and approved estimate of
work performed during the preceding calendar month by the Contractor, LESS the retainage
provided in the General Conditions, which is to be withheld by the City of Fayetteville until all
work within a particular part has been performed strictly in accordance with this Agreement and
until such work has been accepted by the City of Fayetteville.
6. That upon submission by the Contractor of evidence satisfactory to the City of Fayetteville that
all payrolls, material bills, and other costs incurred by the Contractor in connection with the
construction of the work have been paid in full, final payment on account of this Agreement shall
be made within 60 days after the completion by the Contractor of all work covered by this
Agreement and the acceptance of such work by the City of Fayetteville.
It is further mutually agreed between the parties hereto that if, at any time after the execution of
this Agreement and the Surety Bond hereto attached for its faithful performance and payment,
the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or
if, for any reason such bond ceases to be adequate to cover the performance of the work, the
Contractor shall, at his expense, within 5 days after the receipt of notice from the City of
Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety
or Sureties as shall be satisfactory to the City of Fayetteville In such event, no further payment
to the Contractor shall be deemed to be due under this Agreement until such new or additional
security for the faithful performance of the work shall be furnished in manner and form
satisfactory to the City of Fayetteville.
FY042150 Canterbury Road Tank Section 00500 - 2
8. No additional work of extras shall be done unless the same shall be duly authorized by
appropriate action by the City of Fayetteville in writing.
9. Freedom of Information Act. City contracts and documents prepared while performing city
contractual work are subject to the Arkansas Freedom of Information Act. If an Arkansas
Freedom of Information Act request is presented to the City of Fayetteville, (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. § 25-10-101 et. Seq.) Only Legally authorized
photycopying cost pursuant to the FOIA may be assessed for this compliance.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
above written, in three (3) counterparts, each of which shall, without proof of accounting for the other
counterpart be deemed original Contract.
SEAL:
CB&I Inc.
WITNESSES: CONTRACTOR
(See Attached Certification of Resolution & Authority)
Ronald C. Geedman
Donald 0. Nason
Assistant Secretary Business Development Manag
Cittisa—
ATTEST: CITY OF FAYETTEVILLE, ARKANSAS
OWNER
/)
a
Ci y C eiiau-a
rk .................
eliza?..°E,Vli 6,zeff,";-:
_ft-- • livi
o• Ci • .23 1
a
; FAYETTEVILLE : i
r.t"...„ •%. if
FY042150 Canterbury Road Tank 1.; it • Co•• 1%. :
C.., ei • 0 •••
... /VG TON C .....
.......... 1111
Section 00500 -3
CERTIFICATION OF RESOLUTION AND AUTHORITY
I, Ronald C. Geedman, do hereby certify that I am the duly -elected and acting Assistant
Secretary of CB&I Inc. (a/k/a CB&I Constructors, Inc. or CB&I Constructors or CB&I Inc. of Texas),
a Texas corporation, (the "Company") and that as such officer I am duly authorized to make this
certificate in behalf of that Company.
I further certify that by consent in lieu of a meeting dated March 6, 2001, as authorized by
Texas law, the Board of Directors of said Company adopted the following resolution in accordance
with the By-laws of said Company:
RESOLVED, that the President, any Vice -President, the Treasurer, or any
regional sales manager, contracting manager, regional construction manager,
manufacturing manager, project manager or business development manager
heretofore or hereafter appointed by the Company or any other sales representative as
may from time to time be designated by any one of the President, any Vice -President
or the Treasurer, is authorized to make bids, prepare quotations and submit and
receive proposals for contracts; to negotiate and sign contracts and other agreements,
bid bonds, performance bonds, and other related documents; and to otherwise bind
and obligate the Company in the conduct of its normal business.
I further certify that the foregoing resolution is in full force and effect and that Donald 0.
Nason is a duly designated and authorized Business Development Manager of the Company.
This certificate shall remain in full force and effect for ninety days from the date it bears,
unless sooner revoked, but no such revocation shall be effective as to anyone dealing with any
individual named in this certificate in reliance hereon unless written notice of such revocation has
been received by the person so relying on this certificate.
IN WITNESS WHEREOF, I have hereonto Ft my hand and the seal of CB&I Inc., this
day of ( to
Ronald C. Geedman, Assistant Secretary
CB&I Inc.
•
City of Fayetteville, Arkansas
Budget Adjustment Form
•
Budget Year
2010
Department: Utilities
Division: Water & Sewer Maintenance
Program: Capital Water Mains
Request Date
4/6/2010
Adjustment Number
JUSTIFICATION TO INCREASE PROJECT / ITEM:
$1,600,000 in the Mount Sequoyah Pressure Plane Improvements Project. Increase project for the construction of a
500,000 gallon elevated water storage tank and all related site work.
• JUSTIFICATION TO DECREASE PROJECT / ITEM (OR RECOGNIZING REVENUE):
To recognize impact fee funds to construct a 500,000 gallon elevated water storage tank to meet fire flow
requirements, provide adequate flows during high demand periods, and meet industry standards and Health
Department minimum storage requirements.
Account Name Account Number
Contract Services
Payments by Property Owners
Transfer from Impact Fee
Transfer from Impact Fee
Increase
Budget
5400.5600.5315.00 1,600,000
5400.0940.4420.00
5400.0940.6602.30
5400.0940.6602.30
Decrease
Budget
Project.Sub
Number
04036 . 1
85,241 04036 . 1
1,465,759 04036 . 1
49,000 04036 . 1
TOTAL 1,600,000 1,600,000
•
•
Di sion Head
4
z
VI
Dep
ector
ent p&p
rector
Ck.
t
'IL A
2;
Ma .r
Director
Date
_.„•//-Z4ta
Date
Date
Requested By
kspringer
Budget & Research Use Only
Type: A
Description:
Pa eft a e 1 2,016 General Ledger Date
Date
3-11 ?o)0 Posted to General Ledger
Date
ate
Posted to Project Accounting
HABudget\Budget Adjustments \2010 BudgeMevin BAForm_2010_Canterbu
EXHIBIT
fi
Initial
Initial
Date
Date
'City of Fayetteville Staff Review Form 111
David Jurgens
Submitted By
City Council Agenda Items
and
Contracts, Leases or Agreements
4/6/2010
City Council Meeting Date
Agenda Items Only
Utilities Capital Projects
Division
Action Required:
Utilities
Department
Approval of a construction contract with C B & I Inc for $1,551,000.00, for the construction of a 500,000 gallon
elevated water storage tank, Bid 10-17, approval of a 3% contingency of $49,000, and approval of a budget
amendment.
1,600,000
Cost of this request
5400.5700.5315.00
Account Number
04036.1
Project Number
Budgeted hem
XX
2,102,505
Category / Project Budget
54,116
Funds Used to Date
2,048,389
Remaining Balance
Budget Adjustment Attached
1411M10
Date
3-11-10
to ney Date
ct.
Finance and Internal Services Director
i‘Cche
f of Staff
itte/
a
Or
4
Date
3
Date
r
4/t
ate
XX
Mt Sequoyah Pressure Plane Imprvm
Program Category / Project Name
Water Impact Fee Improvements
Program / Project Category Name
Water Impact Fees
Fund Name
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Comments:
Revised January 152009
retail
C.COUNCIL AGENDA MEMO
MEETING DATE OF APRIL 6,2010
THE CITY OF FAYETTEVILLE, ARKANSAS
ARKANSAS
www.accessfayetteville.org
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water and Sewer Commi
Date:
March 4,2010
Subject: Construction contract with C B & I Inc. for $1,551,000.00, with a 3% contingency of $49,000 to construct
a 500,000 gallon elevated water storage tank, and a budget amendment of $1,600,000
RECOMMENDATION
City Administration recommends approval of a construction contract with C B & I Inc for $1,551,000.00, for the
construction of a 500,000 gallon elevated water storage tank, Bid 10-17, approval of a 3% contingency of $49,000,
and approval of a budget amendment for $1,600,000.
BACKGROUND
The Contract is to construct the 500,000 gallon elevated water storage tank and all related site work. The objective
of this tank is to meet fire flow requirements, provide adequate flows during high demand periods, and meet industry
standard and Health Department minimum storage requirements. After significant discussion and negotiation, the
site off Canterbury Street was chosen in 2009. Staff met with area residents regarding paint color, fencing style, site
layout and landscaping, October 5, 2009; their requests were incorporated into the final design.
DISCUSSION
Staff met again with area residents March l regarding the bid and construction. The spheroid tank style was both
their preference and the style of the low bid. The meeting with residents addressed lingering concerns regarding flow
and pressure. Plans for monthly homeowner updates and web page postings were discussed Information on this
project will be on the City's website and residents will receive notices at their home before any work is conducted on
site The City
Company Name
TankStyle
Spheroidal
Fluted Column
Composite
C B & !Inc. low
bid)
$ 1,551,000.00
No Bid
No Bid
Maguire Iron, Inc.
$ 1,577,000.00
No Bid
No Bid
Phoenix Fabricators & Erectors, Inc.
$ 1,795,500.00
No Bid
$ 1,891,700.00
Landmark Structures, LLP
No Bid
No Bid
$ 1,729,500.00
Caldwell
Tanks, Inc.
$ 1,903,000.00
$ 2,000,028.00
$ 1,918,000.00
Engineer's Estimate
$ 1,566,933.00
The bid was reviewed by McClelland Engineers; their letter recommending award is attached. C B & I is a highly
reputable company that developed the spheroid tank in 1954 and has erected over 25,000 elevated water tanks in the
last century, including several of the tanks in the City of Fayetteville.
BUDGET IMPACT
Funds are available in the water impact fees budget. The budget amendment for $1,600,000 is attached to transfer
funds from the impact fee fund to the water/sewer fund. There is also $84,202 allocated to this project from
developer cost shares.
Telecommunications Device for the Deaf TDD (479)521-1316
113 West Mountain - Fayetteville, AR 72701
CanterburyTank CCMemo 19Mar10
RESOLUTION NO.
A RESOLUTION AWARDING BID #10-17 AND APPROVING A
CONTRACT WITH CB&I, INC. IN THE AMOUNT OF
$1,551,000.00 FOR CONSTRUCTION OF A 500,000 GALLON
ELEVATED WATER STORAGE TANK, APPROVAL OF A
$49 000.00 CONTINGENCY, AND APPROVAL OF A BUDGET
ADJUSTMENT IN THE AMOUNT OF $1,600,000.00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section .1. That the City Council of the City of Fayetteville, Arkansas,
hereby awards Bid #10-17 and approves a contract with CB&I, Inc., a copy of
which is attached to this Resolution as Exhibit "A" and incorporated herein as if
set out word for word, in the amount of $1,551,000.00 for construction of a
500,000 gallon elevated water storage tank.
Section 2. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a project contingency in the amount of $49,000.00, and a budget
adjustment, a copy of which is attached to this Resolution as Exhibit "B" and
incorporated herein as if set out word for word, in the amount of $1,600,000.00.
PASSED and APPROVED this 6th day of April, 2010.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
•
•
DOCUMENT 00500
•
niatT A
CONTRACT
THIS AGREEMENT, made and entered into on the 4 el 14 day of tO
fal" y and between
CB8c1, Inc., of Alpharetta, GA, herein called the Contractor, and the ity of ayetteville, Arkansas,
Owner:
•
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the City of
Fayetteville as follows:
1. That the Contractor shall furnish all the materials, and perform all of the work in manner and
form as provided by the following enumerated Drawings, Specifications, and Documents, which
are attached hereto and made a part hereof, as if hilly contained herein and are entitled
Canterbury Road 500,000 Gallon Elevated Water Storage Tank, dated October 2009.
Advertisement for Bids
Instructions to Bidders
Bid and acceptance thereof
Performance Bond
Payment Bond
SHEET INDEX
Maintenance Bond
General Conditions
Supplemental Conditions
Specifications
Drawings (See Sheet Index below)
SHEET NO.
SHEET DESCRIPTION
1
Cover
2
Index, Site Plan and Legend
3
Elevated Water Storage Tank, Spheroidal Alternative
4
Elevated Water Starage Tank, Fluted Column Alternative
5
Elevated Water Storage Tank, Composite Alternative
6
Tank Access Road, Plan and Profile
7
Yard Drains at Tank, Plan and Profile
8
Water Main at Tank, Plan and Profile
9
Tank Inlet/Outlet Valve Vault
10
Long Retaining Wall, Plan and Profile
11
Access Drive Retaining Wall, Plan and Profile, Details
12
Fence Plan and Details
13
Tree Protection Plan
14
Miscellaneous Details, Water Details
15
Miscellaneous Details, Water Details
16
Erosion Control Plans
17
Erosion Control Details
E-1
Spheroidal
Alternative Electrical
FY042150 Canterbury Road Tank
Section 00500 - 1
•
•
•
•
E-2
Fluted Column Alternative Electrical
E-3
Composite Alternative Electrical
2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful performance
of this Agreement, subject to additions and deductions as provided in the Specifications or Bid,
in lawful money of the United States, the amount of:
One Million, Five Hundred Fifty -One Thousand Dollars ($1,551,000.00)
3. The Work will be completed and ready for final payment in accordance with the General
Conditions within 390 calendar days after the date when the Contract Time commences to run, as
provided in the Notice to Proceed.
4. Liquidated Damages. The City of Fayetteville and Contractor recognize that time is of the
essence of this Agreement and the City of Fayetteville will suffer fmancial loss if the Work is not
completed within the times specified in above, plus any extensions thereof allowed in accordance
with the General Conditions. They also recognize the delays, expense, and difficulties involved
in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on
time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Contractor
agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay the City of
Fayetteville Seven Hundred Dollars ($700.00) for each day that expires after the time specified
in Paragraph 3 for completion and readiness for final payment.
5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall
make partial payments to the Contractor on the basis of a duly certified and approved estimate of
work performed during the preceding calendar month by the Contractor, LESS the retainage
provided in the General Conditions, which is to be withheld by the City of Fayetteville until all
work within a particular part has been performed strictly in accordance with this Agreement and
until such work has been accepted by the City of Fayetteville.
6. That upon submission by the Contractor of evidence satisfactory to the City of Fayetteville that
all payrolls, material bills, and other costs incurred by the Contractor in connection with the
construction of the work have been paid in full, final payment on account of this Agreement shall
be made within 60 days after the completion by the Contractor of all work covered by this
Agreement and the acceptance of such work by the City of Fayetteville.
7. It is further mutually agreed between the parties hereto that if, at any time after the execution of
this Agreement and the Surety Bond hereto attached for its faithful performance and payment,
the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or
if, for any reason such bond ceases to be adequate to cover the performance of the work, the
Contractor shall, at his expense, within 5 days after the receipt of notice from the City of
Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety
or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment
to the Contractor shall be deemed to be due under this Agreement until such new or additional
security for the faithful performance of the work shall be furnished in manner and form
satisfactory to the City of Fayetteville.
FY042150 Canterbury Road Tank Section 00500 - 2
•
•
DOCUMENT 00500
CONTRACT
THIS AGREEMENT, made and entered into on the day of , by and between
CB&I, Inc., of Alpharetta, GA, herein called the Contractor, and the City of Fayetteville, Arkansas,
Owner:
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set out, herebycagrees with the City of
Fayetteville as follows:
1. That the Contractor shall furnish all the materials, and perforrne., of the work in manner and
form as provided by the following enumerated Drawings, Specifications, and Documents, which
are attached hereto and made a\part hereof, as if contained herein and are entitled
Canterbury Road 500,000 Gallon Elevated Water Storag Tank, dated October 2009.
Advertisement for Bids
Instructions to Bidders
Bid and acceptance thereof
Performance Bond
Payment Bond
SJ1IEET INDEX
Maintenance Bond
General Conditions
Supplemental Conditions
Specifications
Drawings (See Sheet Index below)
FY042150 Canterbury Road Tank
Section 00500 - 1
SHEET NO.
HEET\ DESCRIPTION
S
1
Cover /
2
/
Index, Site Plan and Legend
1\
3
Elevated Water Storage Tank, Spheroidal Alternative
4
EloCated Water Sterage Tank, Fluted Column Alternative
5
Elevated Water Storage Tank, CoMposite Alternative
6
'Tank Access Road, Plan and Profile\
7
i
Yard Drains at Tank, Plan and Profile:
8
/
Water Main at Tank, Plan and Profile N,
9/
Tank Inlet/Outlet Valve Vault \
16
Long Retaining Wall, Plan and Profile '1
/11
Access Drive Retaining Wall, Plan and Profile, Details
/ 12
Fence Plan and Details
/
13
Tree Protection Plan
14
Miscellaneous Details, Water Details
15
Miscellaneous Details, Water Details
16
Erosion Control Plans
17
Erosion Control Details
E-1
Spheroidal Alternative Electrical
FY042150 Canterbury Road Tank
Section 00500 - 1
•
8. No additional work or extras shall be done unless the same shall be duly authorized by
appropriate action by the City of Fayetteville in writing.
9. Freedom of Information Act. City contracts and documents prepared while performing city
contractual work are subject to the Arkansas Freedom of Information Act. If a Arkansas
Freedom of Information Act request is presented to the City of Fayetteville, (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
photocopying cost pursuant to the FOIA may be assessed for this compliance.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
above written, in three (3) counterparts, each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
SEAL:
WITNESSES:
CB&I Inc.
CONTRACTOR
By
Secretary President
ATTEST: CITY OF FAYETTEVILLE, ARKANSAS
OWNER
By
City Clerk Mayor
FY042150 Canterbury Road Tank Section 00500 - 3
DOCUMENT 00300
BID FORM
LUMP SUM
NOTE TO BIDDER: Please use BLACK ink for completing this Bid form.
To: 1:n etistinillsalca
Address. ja_WestfriQuain
Eayggeyille„ABJ2M,
Project Title: Fayetteville Canterbury Road 500,000 Gallon Elevated Water Storage Tank
Engineer's
Project No.:
FY042150, Contract Section I
Date: Tuesday, February 23, 2010
Bidder: GBEgI Inc.
Ackhess. 3600 Mansell Road, Suite 230
CB&I Arkansas Contractor's
License NoQ031300410
Alpharetta, GA 30022
Contact Person for additional information on this Bid:
Name: Don Nason
Telephone: 678 935 3652
Fax:
678 935 3659
ADDENDA
The Bidder hereby acknowledges that he has received Addenda Numbers:
One, to these Specifications.
(Bidder insert No. of each Addendum received.)
FY042150 Canterbury Road Tank
Section 00300-1
BIDDER'S DECLARATION AND UNDERSTANDING
The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in
this Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made
without collusion with any official of the Owner, and that the Bid is made without any connection or
collusion with any person submitting another Bid on this Contract.
The Bidder further declares that he has carefully examined the Contract Documents for the
construction of the project, that he has personally inspected the site, that he has satisfied himself as to
the quantities involved including materials and equipment, and conditions of work involved,
including the fact that the description of the quantities of work and materials, as included herein, is
brief and is intended only to indicate the general nature of the work and to identify the said quantities
with the detailed requirements of the Contract Documents, and that this Bid is made according to the
provisions and under the terms of the Contract Documents, which Documents are hereby made a part
of this Bid.
The Bidder further agrees that he has exercised his own judgement and has utilized all data which he
believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions.
The Bidder states that he has experience in and is qualified to perform the work herein specified and,
if he does not have craftsmen experienced and qualified in any phase of the work for which this Bid
is offered, that he will subcontract the work under said phase to a contractor who does have the
necessary experience and qualifications.
CONTRACT EXECUTION AND BONDS
• The Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the
Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance
Bond and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery,
tools, apparatus, and other rneans of construction and do the work and furnish all the materials
necessary to Complete all work as specified or indicated in the Contract Documents.
CERTIFICATES OF INSURANCE PAYMENT BOND, AND PERFORMANCE BOND
The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of
insurance, Payment Bond, and Performance Bond as specified in these Documents
START OF CONSTRUCTION CONTRACT COMPLETION TIME, AND LIQUIDATED
DAMAGES
Start of Construction Contract Completion Time, and Liquidated Damages are stated in Document
00500 Contract.
FY042150 Canterbury Road Tank
Section 00300-2
SALES AND USE TAXES
The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid
prices for the work.
LUMP SUM BID
The Bidder agrees to accept as frul payment for the work proposed herein the amount computed
under the provisions of the Contract Documents and based on the lump sum amount. The bidder
agrees that the lump sum price represents a true measure of the labor and materials required to
perform the work, including all allowances for overhead and *fit for each type and unit of work
called for in the Contract Documents. The amounts shall be shown in both words and figures. In
case of discrepancy, the amount shown in words shall govern.
ALTERNATE TANK CONFIGURATIONS
The City of Fayetteville is accepting bids for three alternate tank configurations, as illustrated in the
Drawings and specified in Division 13. Bidders may bid on one, two, or all -three tank
configurations. Bids on unspecified tank configurations will not be considered by the City of
Fayetteville. The City will consider the total project bid costs for the three tank configurations for all
Bidders, as well as any anticipated difference in future maintenance costs and any input from the
nearby property owners concerning aesthetic considerations. Based on these factors, the Fayetteville
City Council will decide which alternate tank configuration to use, and the Contract Award will be
made to the Bidder with the lowest total bid for the selected tank configuration.
The three tank configurations for which Bids are requested are:
1. Spheroidal Elevated Tank
2. Fluted Column Elevated Tank
3. Composite Elevated Tank
The Bid Schedule is designed to obtain a tank bid subtotal for each of these three configurations and
another subtotal for the site work that is common to all three tank configurations. Total bids will be
obtained by adding the individual tank configuration subtotals to the site work subtotal.
FY042150 Canterbury Road Tank Section 00300-3
A -I.
1
LS Spheroidal Tank Foundation
cmts Aut-ve..aca mitosaeollarsas
Words
A-2. 1 LS Spheroidal Tank Structure, 500,000 ($ 811•Yel) ($ esi 300
gni WS Fel ulAWAS Dollars/LS
Words
A-3. 1 LS Spheroidal Tank Painting
0 UR ge arVIOSiiThollars/LS
Words
Subtotal A,
Spheroidal Tank Configuration
(s1
$ 1, o 151 3oo. oo
; TANK 03NFTGIJAktilik; :
_ . _
"
To*.41
LS
Fluted Column Tank Foundation
1.10 tv Dollars/LS
Words
8-2. 1 LS Fluted Column Tank Structure, 500,000
Gallon Capacity
0 S
Words
8-3. 1 LS Fluted Column Tank Painting ($
OK?
Words
Dollars/LS
FY042150 Canterbury Road Tank
Dollars/LS
Subtotal B,
Fluted Column Tank Configuration $
kit) 13 to
Section 00300-4
11•4
V
,
P
0 $ I A I es" a
I,
a t c
I , v
rt,.
itn e,
1
J.,
lic `C%
'-'
. „,.-
!fit ';•
, ,
,...
' CAMbii:
Vgi•
/I'
1
. :t
.....
Ltfe
41.
t:
.-7, .); ;
•
1.; ;::,,
1.1..v. :
A -I.
1
LS Spheroidal Tank Foundation
cmts Aut-ve..aca mitosaeollarsas
Words
A-2. 1 LS Spheroidal Tank Structure, 500,000 ($ 811•Yel) ($ esi 300
gni WS Fel ulAWAS Dollars/LS
Words
A-3. 1 LS Spheroidal Tank Painting
0 UR ge arVIOSiiThollars/LS
Words
Subtotal A,
Spheroidal Tank Configuration
(s1
$ 1, o 151 3oo. oo
; TANK 03NFTGIJAktilik; :
_ . _
"
To*.41
LS
Fluted Column Tank Foundation
1.10 tv Dollars/LS
Words
8-2. 1 LS Fluted Column Tank Structure, 500,000
Gallon Capacity
0 S
Words
8-3. 1 LS Fluted Column Tank Painting ($
OK?
Words
Dollars/LS
FY042150 Canterbury Road Tank
Dollars/LS
Subtotal B,
Fluted Column Tank Configuration $
kit) 13 to
Section 00300-4
•
•
•
LS
Composite Tank Foundation
No So
Words
C-2. 1 LS Composite Tank Structure, 500,000
Gallon Capacity
1,..tc, 16 to
Words
C-3. 1 LS Composite Tank Painting
OP En 12'
Words
Dollars/LS
Dollars/LS
Subtotal C,
Composite Tank Configuration
ITEM
• NOMISER
aft uotat innt$etio
BID ITEMS.COSIONTO ALt THRE,.*: -TANK tAQNFIGURATIONS
UNIT •c
LUMP. 1LIM
PRICE
TOTAL
1 LS Act 291, 1993 Trench & Excavation ($ 1,500 ) ($ ti 500 )
Safety System
Two T.1404-iy fare
we ../..00¢S, Dollars/LS
Words
1 • LS Erosion Control
VI Jib 00•701•00 Dollars/LS
Words
1 LS Audio / Video Tape Recordings
cha 4...h..0a.39 Dollars/LS
Words
4 1 LS Site Photographs
t VG 4Jo-02W Dollars/LS
Words
($5 ($ S000
($ Soo (g)
Soo
($ 590)
($ Sbe
FY042150 Canterbury Road Tank Section 00300-5
r ..,
•
t°. -4
.
1 r 6,
,
.1.W,
0: R
,
. ,
...gaT
- QTV:
. . . „.. :
,
. 7 TIATeri." 5
. '",,.1.1sra '
: • , ..
, .
.., t,,
ESC*WW101,ii
. „T,
4:-
• ..' .
. : -
• .- . • . ,.. ;
1:4*P
11:RIE
.
,,
- ••
,„,
SI
•• •
4 1
'
TOTAL
. 2
.,
.
.
••' .. /
LS
Composite Tank Foundation
No So
Words
C-2. 1 LS Composite Tank Structure, 500,000
Gallon Capacity
1,..tc, 16 to
Words
C-3. 1 LS Composite Tank Painting
OP En 12'
Words
Dollars/LS
Dollars/LS
Subtotal C,
Composite Tank Configuration
ITEM
• NOMISER
aft uotat innt$etio
BID ITEMS.COSIONTO ALt THRE,.*: -TANK tAQNFIGURATIONS
UNIT •c
LUMP. 1LIM
PRICE
TOTAL
1 LS Act 291, 1993 Trench & Excavation ($ 1,500 ) ($ ti 500 )
Safety System
Two T.1404-iy fare
we ../..00¢S, Dollars/LS
Words
1 • LS Erosion Control
VI Jib 00•701•00 Dollars/LS
Words
1 LS Audio / Video Tape Recordings
cha 4...h..0a.39 Dollars/LS
Words
4 1 LS Site Photographs
t VG 4Jo-02W Dollars/LS
Words
($5 ($ S000
($ Soo (g)
Soo
($ 590)
($ Sbe
FY042150 Canterbury Road Tank Section 00300-5
•
•
‘y
t;
h
a
Low gum
noct
'TOM;
6.
1
1
LS Tree Removal and Tr e Protection
-Tiseenr tivoshaollars/L8
ords
LS Tank Site Grading, Grubbing and
Earthwork
kers‘10.415 IVO sate
Si COW 1140.4211157 Dollars/LS
Words
LS Access Drive Grading, Grubbing and
Earthwork
-now% jes..crearcHres*OWO
TWO Dollars/LS
Words
ZIt000 )
($31.800) ($311800)
(sou zoo) (stout:ND )
LS Retaining Wall ($ 131000 ($1331I2CCO
°VS 14a -012S
tegis.4____LtssLyao-APi Dollars/LS
Words
9. 1 LS Site Fencing, Entrance Gate
Twei49.1 yuae Ti3etea0
Se••••43..0 4A.4002.137? Dollars/LS
Words
10. 1 LS Drainage Structures and Drain Piping
nilterA BCC Ti4o0 Wm.
SaDollars/LS
Words
12.
1
1
LS Tank Inlet and Outlet Piping, Contract
Section 1 Yard Pi in
ceitaittreel9 4t0..1.4 ^.47
61‘4401030. Dollars/LS
Words
LS Tank Inlet and Outlet Valve Vault and ($10c
00
tiLUvegas osnd Firtinas E) T4100440)0
WiNith Dollars/LS
Words
13. 1 LS Tank Site and Access Drive Paving
tsasla.‘ rot*. tiloossew Dollars/LS
Words
FY042150 Canterbury Road Tank
cs 1410c0
($ 1 o akoo
($140 06p
Section 00300-6
•
•
14.
1
LS
Electrical Work, Obstruction Lighting
Tairti elaeo niOnliCollars/LS
Words
($241000)
15. 1 LS Miscellaneous Site Work Necessary for ($ 10) coo)
Project Completion
IDI 000 )
115.-01V.00,047 Dollars/LS
Words
Subtotal, Site Work $ 535 ) 700 01)
BID TOTAL FOR ALTERNATE CONFIGURATIONS
Subtotal A, Spheroidal Tank
Sitework Subtotal
Spheroidal Tank Total
Subtotal B, Fluted Column Tank
Sitework Subtotal
Fluted Column Tank Total
Subtotal C, Composite Tank
Sitework Subtotal
Composite Tank Total
1,e, Is-,3oo
53571400.00
1e 551, 000.00
Nio SIP
1.3th Sty.
€01)
)..to Es,
sae. (sip
14.t3 Bac'
BASIS OF AWARD
The City of Fayetteville will decide which tank configuration to use, based on the bid prices,
anticipated maintenance. cost differences and input from property owners in the vicinity of the tank.
The tank configuration selected will not necessarily be the least expensive bid price. Based on the
selected tank configuration, the City of Fayetteville will award the Contract to the responsive,
responsible Bidder with the lowest Bid Price for the selected tank configuration.
MAJOR EQUIPMENT SCHEDULE
Not used.
PAYMENT SCHEDULE
Not used.
FY042150 Canterbury Road Tank Section 00300-7