Loading...
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