HomeMy WebLinkAbout99-12 RESOLUTIONRESOLUTION NO. 99-12
A RESOLUTION AWARDING BID #12-39 AND AUTHORIZING A
CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE
AMOUNT OF $407,560.07 FOR THE CONSTRUCTION AND
INSTALLATION OF A CONCRETE PAD AT THE SOLID WASTE AND
RECYCLING FACILITY, APPROVING A TEN PERCENT (10%) PROJECT
CONTINGENCY, AND APPROVING A BUDGET ADJUSTMENT
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
#12-39 and authorizes a contract with Benchmark Construction of NWA, Inc. in the amount of
$407,560.07 for the construction and installation of a concrete pad at the solid waste and
recycling facility.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
ten percent (10%) project contingency.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached to this Resolution as Exhibit "A".
PASSED and APPROVED this 15th day of May, 2012.
APPROVED:
B
ATTEST:
By: Q .
SONDRA E. SMITH, City Clerk/Treasurer
0ttt1,1It
•
.•G�� Y OA- ..p s
•• •
FAYETTEVILLE
,,'yeNG `oN,tG •%%
Budget Year
2012
City of Fayetteville, Arkansas
Budget Adjustment Form
Division: Solid Waste & Recycling
Department: Utilities Director
•
BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION
Additional funding is requested in the compost site slab expansion project for concrete for the compost pad which will
better control stormwater and improve storm water detention.
(
1
Request Date
5/15/2012
V11.0425
Adjustment Number
• Reduce the Solid Waste compactors project. Compactors are only purchased as needed for the drop box program.
Division Head
Depa
it
Date
Date
2�rl�r� l2
ent Di ector Date
Finan •- Director
Chief
'S-7.-zatz
Date
5-z-21ftZ
Date
,3- Z `/
tS cot
ate
Prepared By: John Nelson
Reference:
#NAME?
Budget & Research Use Only
Type: A B C
General Ledger Date
Posted to General Ledger
Checked / Verified
Initial Date
Initial Date
TOTAL BUDGET ADJUSTMENT
Account Name
Solid Waste improvements
Solid Waste improvements
Account Number
5500.5080.5816.00
5500.5080.5816.00
Increase / (Decrease)
Project.Sub
Expense Revenue Number
65,000
(65,000)
10002 . 1
10001 . 1
Brian Pugh
Submitted By
~City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
May 15th, 2012
City Council Meeting Date
Agenda Items Only
Solid Waste & Recycling
Division
Action Required:
Utilities
Department
A resolution awarding a construction contract to Benchmark Construction Inc. of NWA for $407,560.07 for installation of
a concrete pad and associated work at the City of Fayetteville Solid Waste and Recycling Facility, per Bid #12-39,
approving a project contingency of $40,756.01 (approximately 10%), and approving a budget adjustment.
432,585.23
Cost of this request
5500.5080.5816.00
Account Number
1000211
Project Number
$
422,289.00
Category / Project Budget
Compost Site Slab Expansion
Program Category / Project Name
Solid Waste Improvements
Funds Used to Date Program / Project Category Name
422,289.00 Solid Waste
Remaining Balance Fund Name
Budgeted Item X Budget Adjustment Attached
,664,„
Deprtmer 1`Director
orney
PcLL
ia.--
Date
5 -/-
Date
Finance and Internal Services Director
Date
5-- a-1
Date
-V;12.Z2%
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
4-30-1 2P05:39 RCVD
Received inCity0
Clerk's Office
161,,
Comments:
Revised January 15, 2009
'Fa�`.eville
CITY COUNCIL AGENDA MEMO
MEETING DATE OF MAY 15, 2012
THE CITY OF FAYETTEVILLE, ARKANSAS
ARKANSAS
www.accessfayetteville.org '
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
David Jurgens, Utilities Director
From: Brian Pugh, Waste Reduction Coordinator
Date: April 27, 2012
Subject: A resolution awarding a contract with Benchmark Construction Inc. ofNWA for $407,560.07 for compost site
concrete pads
RECOMMENDATION
A resolution awarding a construction contract to Benchmark Construction Inc. ofNWA for $407,560.07 for installation of
a concrete pad and associated work at the City of Fayetteville Solid Waste and Recycling Facility, per Bid #12-39,
approving a project contingency of $40,756.0 I (approximately 10%), and approving a budget adjustment.
BACKGROUND
The City's compost facility has an EPA/ADEQ stormwater management permit which requires that stormwater be
contained and controlled so as to prevent the stormwater from running off into the White River, roughly 85 feet away. To
better control the stormwater while continuing operations, we have embarked on a three phased project to construct
concrete slabs where we actually process the compost and to line the site detention pond. In addition, the new concrete
pad will improve operating efficiency by allowing the compost rows to be turned when needed and not be limited to only
turning during dry weather conditions. The ponding of water at the site limits the ability to turn the rows due to
equipment getting stuck and can also result in violations during inspections by ADEQ for having standing water on site.
The first phase was completed in late 2010.
DISCUSSION
This contract is to construct phase 2 of the project which consists of the north pad of the operating face of the compost
facility and to widen the existing detention pond. To keep costs to a minimum, all engineering, design and inspection is
being conducted internally by the Engineering and Utilities Staff. The City received 9 bids on April 30, 2012. The two
lowest bids were rejected due to failure to provide references. Staff recommends authorization of contract to the lowest
responsive responsible bidder which was Benchmark Construction Inc. ofNWA. Construction will begin upon City
Council approval, and is expected to last approximately 10 days.
Contractor
Bid
Arco Excavation and Paving
$393,851.38
Benchmark Construction
. $407,560.07
Construmarr, Inc.
$487,325.00
Kirk's Excavation, Inc.
$393,259.30
LJ13 Construction, Inc.
$429,760.45
Prime Contracting, Inc.
$571,240.39
SSI, Inc. ofNWA
$408,251.81
Steve Beam Construction, Inc.
$510,579.26
Sweetser Construction
$522,403.00
Engineer's Estimate
$ 483,108.00
BUDGET IMPACT
Funds are available in the Solid Waste capital budget, project 10002.
Telecommunlcations Device for the Deaf TDD (479) 521-1316
113 West Mountain - Fayetteville, AR 72701
Compost concrete pad CC Memo April 12
RESOLUTION NO.
A RESOLUTION AWARDING BID #12-39 AND AUTHORIZING A
CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE
AMOUNT OF $407,560.07 FOR THE CONSTRUCTION AND
INSTALLATION OF A CONCRETE PAD AT THE SOLID WASTE AND
RECYCLING FACILITY, APPROVING A TEN PERCENT (10%) PROJECT
CONTINGENCY, AND APPROVING A BUDGET ADJUSTMENT
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
#12-39 and authorizes a contract with Benchmark Construction of NWA, Inc. in the amount of
$407,560.07 for the construction and installation of a concrete pad at the solid waste and
recycling facility.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
ten percent (10%) project contingency.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached to this Resolution as Exhibit "A".
PASSED and APPROVED this 15th day of May, 2012.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City ClerklTreasurer
F:11
0
ca
m
m
m
0
m
co
0
z
o w
0 r
Requisition No.:
City Of Fayetteville
P.O Number:
0
z
Benchmark Construction Inc. of NWA
Vendor Name:
c
oa
0
z
To
O
P.
a
1
Fixed Asset #
0
0
N
c
N
V
a
0
0
ui
0
n
L
N
0
U
N
0
2
a
E
z'
C
P
O
5500.5080.5816.00
0
0
a
0
a
M
M
0
N Q
Extended Cost
O
O
co
n
O
a
N
0
0
O
o
f0
O
a
Unit of Issue
CO
0
c
N
d
0
a
N
E
cf m
7 N f0 1. m W
0
•
Special Instructions:
1-
O
{0
w
0
w
0
0
O
0
O
0
w
0)
i
0
a
a
Purchasing Manager:
0)
U
R
C
to
2
H
Budget Manager
Finance & Internal Services Director:
a`)
O
Utilities Manager:
Dispatch Manager:
Revised 6/17/03
ivi1e'
THE CITY OF FAYETTEVILLE, ARKANSAS
ARKANSAS
www.accessfayetteville.org
CONTRACT
Reference Bid: Bid 12-39, Construction — Installation of Concrete Pad
Contractor: Benchmark Construction of NWA, Inc.
Term: Project Specific
This contract executed this 15` day of ■■ 1. . , 2012, between the City of Fayetteville, Arkansas, and
Benchmark Construction of NWA, Inc. In consider n of the mutual covenants contained herein, the parties agree
as follows:
1. Benchmark Construction of NWA, Inc. 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 12-39 as stated in Benchmark Construction of NWA, Inc.
bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 12-39
all included herein as if spelled out word for word.
2. The City of Fayetteville shall pay Benchmark Construction of NWA, Inc. based on their bid proposal in an
amount not to exceed $407,560.07. 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 Benchmark
Construction of NWA, Inc. consist of this Contract and the following documents attached hereto, and made a
part hereof:
A. Bid form identified as Invitation to Bid 12-39 with the specifications and conditions typed thereon
including Addendums 1 and 2.
B. Benchmark Construction of NWA, Inc. 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 Benchmark
Construction of NWA, Inc. and may be modified only by a duly executed written instrument signed by the City
of Fayetteville and Benchmark Construction of NWA, Inc.
5. Benchmark Construction of NWA, Inc. shall not assign its duties under the terms of this agreement.
6. Benchmark Construction of NWA, Inc. 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
Benchmark Construction of NWA, Inc. 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. Benchmark Construction of NWA, Inc. 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, Benchmark Construction of NWA, Inc. 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.
City of Fayetteville, AR
Bid 12-39, Construction — Installation of Concrete Pad
Page 1 of 2
Workmen's Compensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability
$500,000 for each person injured.
$1,000,000 for each accident.
Property Damage Liability $1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall be paid by Benchmark Construction of
NWA, Inc.
8. Benchmark Construction of NWA, Inc. to furnish proof of licensure as required by all local and state agencies.
9. This contract may be terminated by the City of Fayetteville or Benchmark Construction of NWA, Inc. with 10
days written notice.
10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city
contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act
request is presented to the City of Fayetteville, the contractor will do everything possible to provide the
documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A.
25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for
this compliance.
11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract
shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council
in advance of the change in scope, cost or fees.
WITNESS OUR HANDS THIS / DAY OF
ATTEST:
A " 45E-i\P.
.33 ' PT>P Aye, s -TE 1,4
iC30rf TT /-L , ,9,e 7a2V'
BUSINESS ADDRESS
City of Fayetteville, AR
Bid 12-39, Construction — Installation of Concrete Pad
Page 2 of 2
, 2012.
CI OF F YETTEVILLE,
VETTE IL E, ARKANSAS
LI NELD JO$DA , Mayor
Attes
on,
Sondra Smith, City Clerk
gE& NW JZ14, c -c -5 i' rs F Arta.' ,
CONTRACTOR
NAM AND TITLE
001111,11f j►►,/'
-.`„� •. •01 pF•.N
: FAYETTEVILLE:
15 4 /(4SP•°\) `:
N
ailNG, • • • • • • p
'44,,4•11151100 0N.��•
Bid 12-39, Addendum 1
Date: Monday, April 23, 2012
To: All Prospective Vendors
From: Andrea Foren Rasco, CPPB, CPPO, 479.575.8220, aforen(a.ci.favetteville.ar.us
RE: Bid 12-39, Construction — Installation of Concrete Pad
aye exile
This addendum is hereby made a part of the contract documents to the same extent as though it were originally included
therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. Failure to do so may
subject bidder to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and
dated.
1.) The entire bid form section has been revised, which includes revised quantities... All bidders shalluse the
bid form included with this Addendum. Failure to use the correct bid form shall result in bid resection:
2.) Attachment D, Drawings has been revised and replaced with the set included in this Addendum (total of 4 sheets
of drawings). These drawings have modifications, including but not limited to:
a. The City raised the grades to closer match existing conditions to minimize the removal and protect the
existing sewer line.
b. Existing location of the sanitary sewer main is now shown.
c. Concrete shall be Class B instead of ADTD Class AE, matching the concrete specifications.
d. Revised the acreage to include only the north section of the pad, not the whole site.
3.) Attached and included with this addendum are the following documents
a. SWPPP sheet and documents
b. Geotech report
c. Sign -in sheet from pre-bid meeting
4.) Reference Attachment A, Page 13: Concrete pavement surfaces shall be given a Class 5, broom, finish.
5.) Work hours shall be Monday -Friday, 7AM — 4PM. Evening, night and weekend hours can be scheduled upon
proper coordination with the City.
6.) Prior to contract start, the City will have the excess material removed from the site.
7.) Storm water permit will be provided by the City of Fayetteville.
8.) Final completion shall be completed within 110 calendar days after Notice to Proceed. Notice to Proceed is
anticipated to be issued on May 28, 2012.
9.) Liquidated damages shall apply in the amount of $150 per calendar day.
10.)Payment for bid items shall be off of approved and properly documented actual quantities.
11.)Any reference in the bid package to the "Agreement" shall be interpreted as the entire bid package, any addenda,
etc.
12.)The manhole will be adjusted to finish grade by the City Water and Sewer Division. It has been noted on the
revised plans as to be completed "by others".
13.)Contractor will be allowed thicken concrete up to 8" on the curb to match the pavement or shape the base to
match the specified gutter to slab thickness.
City of Fayetteville, Arkansas
Bid 12-39, Addendum 1
Page 1 of 5
Acknowledge Addendum #1: Printed Name:
Signature: Title: Date:
Company:
Telecommunications Device for the Deaf TDD (479) 521-1310 113 west Mountain - Fayetteville, AR 72701
City of Fayetteville
Bid 12-39, Construction — Installation of Concrete Pad
Bid Form -- ADDENDUM 1
Contract Name: Installation of Concrete Pad at Solid Waste — Phase 1
Bid Number 12-39
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder:
Section 1 — Intent:
A. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in
the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the
Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other
terms and conditions of the Contract Documents.
Section 2 — Terms & Conditions:
B. Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without
limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for
180 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the
Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the
date of Owner's Notice of Award.
Section 3 — Bidder's Representations: In submitting this Bid, Bidder represents, as more fully set forth in the Agreement,
that:
A.) Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all
which is hereby acknowledged:
Number Date
B.) Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that
may affect cost, progress, performance, and furnishing of the Work.
C.) Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost,
progress, performance, and furnishing of the Work.
City of Fayetteville, Arkansas
Bid 12-39, Addendum 1
Paae 2 of 5
Telecommunications Device for Deaf TDD (479) 521.1316 113 west Mountain - Fayetteville, AR 72701
D.) Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the
Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to
the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges
that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder
acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and
data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site.
E.) Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or
supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface,
subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress,
performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and
procedures of construction to be employed by Bidder and safety precautions and programs incident thereto.
F.) Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are
necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price,
and other terms and conditions of the Contract Documents.
G.) Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for
which this Bid is submitted as indicated in the Contract Documents.
H.) Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site,
reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,
tests, studies, and data with the Contract Documents.
I.) Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has
discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder.
J.) The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for
performing and furnishing the Work for which this Bid is submitted.
K.) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is
not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder
has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or
induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for
himself any advantage over any other Bidder or over Owner.
L.) Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety
and Health Administration (OSHA) Part 1926 — Subpart P — Excavations.
M.) No Bid shall be based upon aggregate of Subcontractors performing more than 60 percent of the total Work.
City of Fayetteville, Arkansas
Bid 12-39, Addendum 1
Page 3 of 5
Telecommunications Device for the Deaf TDD (4791521-1316 113 West Mountain - Fayetteville, AR 72701
N.) The experience, past performance, and ability of each proposed Subcontractor will be considered in the evaluation of
Bids. Any Subcontractor so requested shall be required to furnish experience statements prior to the Notice of Awards.
Section 4 — Bid Price:
Item
#
Description
Unit of
Measure
Estimated
Quantity
Unit Price
Total
1
Mobilization - shall not
exceed 5% of total bid
Lump
Sum
1
x
$
=
$
2
Insurance & Bonds
Lump
Sum
1
x
$
=
$
3
8" Concrete Pad
SY
8,526
x
$
=
$
4
Curb & Gutter
LF
745
x
$
=
$
5
4" Class 7Base
SY
8,803
x
$
=
$
6
Hillside Embankment
CY
5,868
x
$
=
$
7
Excavation and Gradin.
CY
2,700
x
$
=
$
8
Removal of existing
concrete pavement
SY
590
x
$
=
$
TOTAL BASE BID
$
Name of Contractor:
Section 5 — Contract Times:
A.) Bidder agrees that the Work will be substantially completed and ready for final payment within the number of calendar
days indicated in Addendum 1.
B.) Bidder accepts the provisions of the Agreement referring to liquidated damages in the event of failure to complete the
Work with the times specified in the bid package.
Section 6 — Communications:
A.) Communications concerning this Bid shall be addressed to the Bidder as follows:
Phone No.
FAX No.
Section 7 — SIGNATURE:
A.) This bid is being submitted in good faith, according to the entire bid package presented:
City of Fayetteville, Arkansas
Bid 12-39, Addendum 1
Page 4 of 5
Telecommunications Device for the Deaf TDD (479) 521.1316 113 West Mountain - Fayetteville, AR 72701
SUBMITTED on this
Date of 20
Arkansas State Contractor License No.
If Bidder is:
OPTION 1: An Individual
Name (type or printed):
By: (SEAL)
(Individual's Signature)
Doing business as:
Business address:
Phone No.: FAX No.:
OPTION 2: A Partnership
Partnership Name: (SEAL)
By:
(Signature of general partner — attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No.: FAX No.:
OPTION 3: A Corporation
Corporation Name: (SEAL)
Date of Incorporation:
Type (General Business, Professional, Service, Limited Liability):
By:
(Signature — attach evidence of authority to sign)
Name (type or printed):
Title:
Business address:
(CORPORATE SEAL)
Phone No.: FAX No.:
City of Fayetteville, Arkansas
Bid 12-39, Addendum 1
Page 5 of 5
Telecommunications Device for the Deaf TDD 1479) 521-1316 113 West Mountain - Fayetteville, AR 72701
Bid 12-39, Addendum 2
Date: Thursday, April 26, 2012
To: All Prospective Vendors
From: Andrea Foren Rasco, CPPB, CPPO, 479.575.8220, aforen a(7ci.favetteville.ar.us
RE: Bid 12-39, Construction — Installation of Concrete Pad
17"revieylle
This addendum is hereby made a part of the contract documents to the same extent as though it were originally included
therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. Failure to do so may
subject bidder to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and
dated.
1.) The deadline for bids has been extended until Monday, April 30 2012 before 2:00:00 PM, local time. All
bids shall be delivered to Room 306 in City Hall prior to the deadline stated. No late bids shall be
accepted.
2.) Awarded contractor shall be responsible for compaction testing and construction staking.
3.) Existing concrete slab shall be removed and properly disposed of, per item 8 in the bid form.
4.) All excess material on the project shall be taken off site and properly disposed of. The City will not provide a
location to store or haul removed excess materials.
5.) Reference Attachment A, Page 13: Concrete pavement surfaces shall be given a Class 6, broom finish.
6.) Dowels are not required to be smooth.
City of Fayetteville, Arkansas
Bid 12-39, Addendum 2
Page 1 of 1
Acknowledge Addendum #2:
Printed Name:
*Signature:
'Title: 'Date:
"Company:
Telecommunications Device for the Deaf 'TDD 14791521-1316
113 West Mountain - rayetteviile. AR 72701
Permit No. ARR150000
SITE WITH AUTOMATIC COVERAGE
(LESS THAN 5 ACRES)
CONSTRUCTION SITE NOTICE
FOR THE
Arkansas Department of Environmental Quality (ADEQ)
Storm Water Program
NPDES GENERAL PERMIT NO. ARR150000
The following infortnation is posted in compliance with Part I.B.8.b of the ADEQ General Permit Number
ARR150000 for discharges of stormwater runoff from sites with automatic coverage. Additional information
regarding the ADEQ stormwater program may be found on the interne at:
www.adeq.state.ar.us/water/branch_npdes/storrnwater
Permit Number
ARR150000
Contact Name:
Phone Number:
Matt Casey
479-444-3429
Project Description (Name, Location, etc.):
Start Date:
End Date:
Total Acres:
City of Fayetteville Compost Facility
June 2012
1.625 Acres
Location of Stortnwater Pollution Prevention Plan:
Onsite
For Construction Sites Authorized under Part I.B.6.b (Automatic Coverage) the following certification must be
completed:
I Matt Casey (Typed or Printed Natnc of Person Completing this
Certification) certify under penalty of law that 1 have read and understand the eligibility requirements for claiming
an authorization under Part 1.13.2. of the ADEQ General Permit Number ARR 150000. A stormwater pollution
prevention plan has been developed and implemented according to the requirements contained in Part I1.A.2.B
& D of the permit. 1 am aware there are significant penalties for providing false information or for conducted
unauthorized discharges, including the possibility of fine and imprisonment for knowing violations.
Signature and Ti
yAt/i
Date •
Stormwater Pollution Prevention Plan (SWPPP) for Construction Activity
for Small Construction Sites
National Pollutant Discharge Elimination System (NPDES)
General Permit # ARR150000
Prepared for:
City of Fayetteville
Solid Waste Division
Concrete Pad Installation
At
Compost Facility
Date:
April 20, 2012
Prepared by:
Matt Casey, P.E.
Revised date: 02/17/2012
Stormwater Pollution Prevention Plan for Construction Activity Page 1
ARR150000
Project Name and Location: Concrete Pad Installation at Compost Facility
Property Parcel Number (Optional):
Operator Name and Address: City of Fayetteville Solid Waste Division
A. Site Description
a. Project description, intended use after NOI is filed: Installation of a 70.000 sf
concrete pad for compost operations and expanding the existing sedimentation
basin.
b. Sequence of major activities which disturb soils:
Removal of a minimum of 2' of existing soil, replacement of soil with stable Hillside
Material, forming and placement of concrete.
c. Total Area:1.62 Acres Disturbed Area: 1.62Acres
B. Responsible Parties
Individual/Company
Phone Number
Service Provided for SWPPP (i.e.,
Inspector, SWPPP revisions,
Stabilization Activities, BMP
Maintenance, etc.)
Brian Pugh City of Fayetteville
479718-7685
Project Manager
Contractor to be determined
General Contractor
C. Receiving Waters
a. The following waterbody (or waterbodies) receives stormwater from this
construction site: West Fork of the White River
b. Is the project located within the jurisdiction of an M54? ®Yes ❑No
i. If yes, Name of MS4: City of Fayetteville
c. Ultimate Receiving Water:
nRed River NWhite River
nOuachita River 75t. Francis River
❑Arkansas River nMississippi River
D. Site Map Requirements (Attach Site Map):
a. Pre -construction topographic view;
Revised date: 02/17/2012
Stormwater Pollution Prevention Plan for Construction Activity Page 2
ARR150000
b. Direction of stormwater flow (i.e., use arrows to show which direction
stormwater will flow) and approximate slopes anticipated after grading
activities;
c. Delineate on the site map areas of soil disturbance and areas that will not be
disturbed under the coverage of this permit;
d. Location of major structural and nonstructural controls identified in the plan;
e. Location of main construction entrance and exit;
f. Location where stabilization practices are expected to occur;
g. Locations of off-site materials, waste, borrow area, or equipment storage area;
h. Location of areas used for concrete wash-out;
i. Location of all surface water bodies (including wetlands);
j. Locations where stormwater is discharged to a surface water and/or municipal
separate storm sewer system if applicable,
k. Locations where stormwater is discharged off-site (should be continuously
updated);
I. Areas where final stabilization has been accomplished and no further
construction phase permit requirements apply.
E. Stormwater Controls
a. Initial Site Stabilization, Erosion and Sediment Controls, and Best Management
Practices:
i. Initial Site Stabilization: Installation of erosion control devices (silt fence)
Site has an existing sedimentation pond.
ii. Erosion and Sediment Controls: Installation of erosion control devices (silt
fence and the existing sedimentation pond.
iii. If periodic inspections or other information indicates a control has been
used inappropriately or incorrectly, the operator will replace or modify
the control for site situations: EC]Yes No
If No, explain:
iv. Off-site accumulations of sediment will be removed at a frequency
sufficient to minimize off-site impacts: NYes ❑No
If No, explain:
v. Sediment will be removed from sediment traps or sedimentation ponds
when design capacity has been reduced by 50%: ®Yes TINo
If No, explain:
Revised date: 02/17/2012
Stormwater Pollution Prevention Plan for Construction Activity Page 3
ARR150000
vi. Litter, construction debris, and construction chemicals exposed to
stormwater shall be prevented from becoming a pollutant source for
stormwater discharges: IYes 1No
If No, explain:
vii. Off-site material storage areas used solely by the permitted project are
being covered by this SWPPP: Fives No
If Yes, explain additional BMPs implemented at off-site material
storage area:
b. Stabilization Practices
i. Description and Schedule: Disturbed area will be either covered with
concrete for the pad construction or will be seeded and mulched after
construction.
ii. Are buffer areas required? nYes MNo
If Yes, are buffer areas being used? nYes No
If No, explain why not: There is a sedimentation pond that
collects all of the water from this site. If this fails, there is a 80'
vegetated natural area directly downstream.
If Yes, describe natural buffer areas:
iii. A record of the dates when grading activities occur, when construction
activities temporarily or permanently cease on a portion of the site, and
when stabilization measures are initiated shall be included with the plan.
®Yes ❑No
If No, explain:
iv. Deadlines for stabilization: Stabilization procedures will be initiated 14
days after construction activity temporarily ceases on a portion of the
site.
c. Structural Practices
i. Describeany structural practices to divert flows from exposed soils, store
flows, or otherwise limit runoff and the discharge of pollutants from
exposed areas of the site: The site naturally slopes to a constructed
sedimentation pond that will collect the water from the site
Revised date: 02/17/2012
Stormwater Pollution Prevention Plan for Construction Activity Page 4
ARR150000
ii. Sediment Basins:
Are 10 or more acres draining to a common point? nYes RNo
Is a sediment basin included in the project? NYes nNo
If Yes, what is the designed capacity for the storage?
F13600 cubic feet per acre = :
or
❑10 year, 24 hour storm = :
❑ Other criteria were used to design basin: Modeled to detain
the 100 -year storm flow from the site.
If No, explain why no sedimentation basin was included and
describe required natural buffer areas and other controls
implemented instead:
iii. Describe Velocity Dissipation Devices: Stone Rip Rap will be used at the
concentrated areas entering the pond.
F. Other Controls
a. Solid materials, including building materials, shall be prevented from being
discharged to Waters of the State: NYes nNo
b. Off-site vehicle tracking of sediments and the generation of dust shall be
minimized through the use of:
A stabilized construction entrance and exit
x
❑Vehicle tire washing
]Other controls, describe:
c. Temporary Sanitary Facilities: Located on-site
d. Concrete Waste Area Provided:
FYes
❑No. Concrete is used on the site, but no concrete washout is provided.
Explain why:
❑N/A, no concrete will be used with this project
e. Fuel Storage Areas, Hazardous Waste Storage, and Truck Wash Areas:
Not applicable
Revised date: 02/17/2012