HomeMy WebLinkAbout194-17 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 194-17
File Number: 2017-0466
BID #17-61 BENCHMARK CONSTRUCTION OF NWA, INC.:
A RESOLUTION TO AWARD BID #17-61 AND AUTHORIZE A CONTRACT WITH BENCHMARK
CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $263,800.00 FOR PHASE ONE OF THE
REMOVAL AND REPLACEMENT OF WINDOWS AT CITY HALL, AND TO APPROVE A PROJECT
CONTINGENCY IN THE AMOUNT OF $50,000.00
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 #17-61 and
authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount
of $263,800.00 for phase one of the removal and replacement of windows at City Hall, and further approves
a project contingency in the amount of $50,000.00.
PASSED and APPROVED on 9/19/2017
Attest:
Sondra E. Smith, City Clerk Treasurer
Page 1 Printed on 9/20/17
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Text File
File Number: 2017-0466
Agenda Date: 9/19/2017 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 5
BID #17-61 BENCHMARK CONSTRUCTION OF NWA, INC.:
A RESOLUTION TO AWARD BID #17-61 AND AUTHORIZE A CONTRACT WITH BENCHMARK
CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $263,800.00 FOR PHASE ONE OF THE
REMOVAL AND REPLACEMENT OF WINDOWS AT CITY HALL, AND TO APPROVE A
PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00
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 # 17-61 and
authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount of
$263,800.00 for phase one of the removal and replacement of windows at City Hall, and further approves a
project contingency in the amount of $50,000.00.
City of Fayetteville, Arkansas Page 1 Printed on 912012017
City of Fayetteville Staff Review Form
2017-0466
Legistar File ID
9/19/2017
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Wade Abernathy 9/1/2017 FACILITIES MANAGEMENT (140)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recomends approval of a Contract in the amount of $263,800 with Benchmark Construction for the removal
and replacement of windows at City Hall Bid #17-61 and approve a project contingency in the amount of $50,000.
Budget Impact:
4470.140.8900.00 Sale Tax Cap Imp
Account Number Fund
02046.1 Building Improvements
Project Number Project Title
Budgeted Item? Yes Current Budget $ 684,967.81
Funds Obligated $ -
Current Balance $ _ 684,967.81
Does item have a cost? Yes Item Cost $263,800.00
Budget Adjustment Attached? NA Budget Adjustment
Remaining Budget $ 421,167.81
V20140710
Previous Ordinance or Resolution #
Original Contract Number:
Comments:
Approval Date:
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF SEPTEMBER 19,2017
TO: Mayor Lioneld Jordan and City Council
THRU: Paul A Becker, Chief Financial Officer
CITY COUNCIL MEMO
FROM: Wade Abernathy Facilities Management/Building Construction Manager
DATE: September 1, 2017
SUBJECT: Approval of a Contract in the amount of $263,800 with Benchmark
Construction for the removal and replacement of windows at City Hall Bid #17-61, and
approval of project contingency.
RECOMMENDATION:
Staff recommends approval of a contract with Benchmark Construction in the amount of
$263,800 for the removal and replacement of the windows on the 41h and 31d floors of City Hall
as well as a contingency in the amount of $50,000.
BACKGROUND:
The existing windows in City Hall were installed during the 1982 renovation. The condition of
the 35-year-old windows show the window panes have compromised seals, the weather
stripping between the sashes is deteriorated, and the calking around the perimeter of the
window is cracked and or missing. All issues resulting in decreased energy efficiency, occupant
discomfort, and reduced visibility. Staff in conjunction with Sustainability estimated
approximately $6,000 per year of energy loss from the existing windows.
In May 2016, thru RFQ 16-01, deMx architecture was engaged to begin preparing schematics
and then bid documents based on Administration's and Staff's request for an affordable,
commercial grade, high efficient window replacement. The windows are to be low-e, argon
filled, with thermal break construction on the frames. The glass will also be tempered.
This is phase 1 of a 3-phase, 3-year replacement plan. Phase 2 in 2018 is to include storefront
window and doors on the main floor, and Phase 3 in 2019 is to include the skylight replacement.
DISCUSSION:
On August 10, 2017 3 bids were received. The low bidder was deemed non -responsive due to
writing in exclusions on the bid form. The remaining 2 bids were over the certified fund amount;
therefore, all bids were rejected.
On September 1, the project was re -bid with the lowest responsive bid of $263,800
from Benchmark Construction.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
BUDGET/STAFF IMPACT:
This project will be funded from the 2017 CIP Project 02046 Building Improvements, Sub project
.1 Building Improvements City Hall.
Attachments:
Contract with Benchmark Construction
Official Bid Tabulation
CITY OF City of Fayetteville
T T E Y Bid 17-61, Const —City Hall Window Replacement Rebid
FAY
Mnkg —Between City and Benchmark Construction of NWA, Inc.
ARKANSAS
This contract executed this . day of , 2017, between the City of Fayetteville, Arkansas (City), and
Benchmark Construction of NWA, Inc. in consideration 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 17-61 as stated in Benchmark Construction of NWA, Inc. bid proposal,
and in accordance with specifications attached hereto and made a part hereof under Bid 17-61, 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 $263,800. Payments will be made after approval and acceptance of work and submission of
invoice. Payments will be made approximately 30 days after acceptance 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 17-61 with the specifications and conditions typed thereon,
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 Conaruction 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.
Workmen's Compensation Statutory Amount
City of Fayetteville, AR
Bid 17-61, Construction —City hall Window Replacement Rebid
Page 1 of 3
Comprehensive General &
Automobile Insurance
Bodily Injury Liability
Property Damage Liability
5500,000 for each person injured.
$1,000,000 for each accident.
$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 30 days
written notice.
10. This project shall be completed within 30 calendar days from issue date of Notice to Proceed
11. Liquidated Damages: N/A
12. 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. Sec.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this
compliance.
13. 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
Benchmark Construction of NWA Inc.
By:
Signature
Printed Contractor Name & Title
ATTEST (Signature)
Company Secretary (Printed Name)
Business Address
City, State & Zip Code 7
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 2 of 3
2017.
BV -
TW OR FAYETT,EVILLE. ARKANSAS
LIONELDJ4MA'N, Mayor
ATTEST; (Signature)
Sondra Smith, City Clerk r" `»
�. FAYETTEVILLE:
•rr4��, j O1 r
Date Signed: ;Z —_�.,� 2 Date Signed:
City of Fayetteville, AR
Bid 17-61, Construction —City Nail Window Replacement Rebid
Page 3 of 3
r CITY OF
FAYETTEVILLE
ARKANSKAAS
City Hall Window Replacement
5itl No ; 7 01
Official Bid Tabulation
Bid No 17-61
Date, 09 Oi 2017
Tirne: 2 00 PM
Certification of Funds: $ 250,000.00
Max Bid Award Limit: $ 312,500.00
Benchamrk East Harding
Construction of NWA,
Construction
Inc
I,44 Pr4ce Total Prlre
Window Replacement for City Hall
C,)f,.�,80�).;0 ??f,i,3�t:.CO
(Total Lump Sum)
+� Mil—1 vuiI�rcinR Agent
Wllnetii Date
}.i .r..n - i ... n�{`.'If �11391i vP�i'Ipr ntePLuiy+:nmuLuni .Fret, ra {:OII♦ i''.il"�r ��� i� �uthori.�Hr., pit 'ry � �• ,,.
Lr N
M + ,, N 4
5500EuperLane
PO Born 3529
Ft. Smith, AR 72913 (479) 452-4000
www.bhca mm
Bid Bond
KNOW AI 1, MF.N BY THF_9F. PRESENTS, Ihat we.
(Here insert full nome arrd address or legal lide cf Coviractor)
Benchmark Construction of NWA, Inc,
333 West Poplar, Ste A
Fayetteville, AR 72703
as Principal, horoinafter called the Principal, and
(Bare ire cart Fr11 nnnw dnrl ndlreex fir lkgitl rifle of ,Purvty)
Westfield Insurance Company
P. O. Box 5001
Westfield Center, OH 44251-5001
a corwration duly organized under the laws of the State of Ohio
as Surely, hereinafter called the Surety, are held and Firmly bound unto
11Yere users full name and address or legal title of th,mer)
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID
Dullars (S 5% ), fix the payment
of wbch cum well and truly to be made, the said Principal and the &aid Surety, bind ourt:olvec, our heirs, executore,
administrarors, successors and assigns, jointly and sevcrally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Window Replacement Fayetteville City Hall
(Here trfserr full name, address and description of pro)ec!I
NOW, THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with fhe HhliAec in slcr"nrdancr with the rerrtrs of etch bid, and give Bach bond or bonds as may be specified in the
bidduig or Contract Documents with gocd and sufficient surety for the faithful performance of such Contract and for the
prompt paymcnl of tabor and material furnished in the prosecutton lhereol, or in the event of the failure of the Principal
to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed
the penalty hereof between the amouat specitiecl in said bid and such larger amount for which the Obligee may in good
faith contract with another party to pc. -form the Work covered by Said bid, then this obligatio'n shall be null and void,
otherwise to remain in Full force and effect.
Sl: npAl and sealed (iris 1st day of September 2017
Benchmark_ Construction of NWA, Inc. _
(Principai) ^- (Seal)-
ilir'ittrr-..+
(Title)
Wes!Pe d Insurance Company
t`" �Tiflal � (ti'�nil
k ixabeth A. Solomon , Attorney -In -Fact
A!A OOCumenl 4310- - 19T0. Copy►lght 0 1983 and 1970 try Tate American Insiltula of Am -,it".
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 012115117, FOR ANY PERSON OR PERSONS NAMED BELOW
Genera! POWER NO. 0320052 04
Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co.
CERTIFIED COPY Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All .Men by Fhese Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS lhHSURANCE COMPANY. corporations, hereinafter referred to Individually as a "Company' and collectively as -Companies,' duly
organized and vi.xi,3l under the laws of the State of Ohio, and having its pnnaoal office In Westfield Center, Medina County. Ohio, do by these
iri rnaxe �, aasrlwte and appoint
SAM B. HILLER. LARRY R. CLARK, JANICE A, BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L HILLER.
SHANNON C SCHMIDLY, ELJZABETH A. SOLOMON SARAH K. DAY MARY ANN JUSTICE. JOINTLY OR SEVERALLY
or FORT SMITH and Mate of AR its true and lawful Attorneys)-m-Fact, with full prover and authority hereby conferred in its name,
Mace and steau, to axe utc, ar.',noweoge and deliver any and all bands, recognizances, undertakings, or other instruments or contracts of
strelY• ,ip - - - - - - - - • - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
LIMITATIOW THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GATE!`, OR BANK DEPOSITORY BONDS.
aria to omd anv of thr Cumidan!a,a :hereby as fuily and to the same extent as i such bones were signed by the President, sealed with the corporate
seal of 'he ap,hl,cabie Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
: a ;remises. Sara appointtnrstlt Is made under and by authority of the followlnrj resol.ltion adopted by the Board of Directors of each of the
WESTFIELD !NSURANCE COMPANY, WFSYFIFLD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY.
-Be It Resniva,, that the Pres!de.n-,. any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is ner,:ny vested With full Power and authority to appoint any one or more suitable persons as Attorney(s)-In-Fart to represent and act for
and Q'I oendlT ::I the c:nnlfuarry :.vanlert to the following Provisions;
or tfoirr ny-in-Foot, may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
101vi-r, ally and ail U._;,id5, rRCirign!v.ani;R:sf, contracts, agrcpmrads of indermily and other coil idnal or obligatory undertak-ings and any and all
notices and riocuments canc>elin, or terminating The Company'-, liability thereunder, and any such Instruments so executed by any such
Attafrcep-in tact shall be as Dlndlny upon the Company as if signer; by the President and sealed and attested by the CofporatC Secretary.'
f340 ;t F-L"Ihot ResoiVBd, that the signature Oi any such deslgnatad person and the seal of the Company heretofore or 11ere}after affixed to any
oowei of attorney or .any certificate. relating Ihiiii by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal r,nall be valid anti funning upon the Company with respeart to any bond or undertaking to which it is attached.` (Each adopted at a meeting
rieid on February 8, 2(XYJ,.
in Witness Whereof, Wf 51-FILI D INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals t0 be hereto
affixed this 151h day of FEBRUARY A,D., 2017
C n'x.rt" �M�YA�y gc��rra� """"`�""'4 WESTFIELD INSURANCE COMPANY
rxea F`'"'"�i' Y; -• , ` WESTFIELD NATIONAL INSURANCE COMPANY
+�i.,r +•o _ J OHtO FARMERS INSURANCE COMPANY
�'�= i X . F �AR1i�r . �
10
By tarp ;f Uhl *r^ `.' Dennis P. Beaus National Surety Leader and
rsuniv iV mre(firna Senior Executive
On Fels 15th dny of FEBRUARY r,.C1., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did
(Ierose and say, chat he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
i_:OkWANY, IrFIF-i D NAI �GNAL N';URANCF COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described In and which
a:<er.uced Irie abovtt i, s?rclmtaw, that ne. knows the seals of said Cornpar:es; that the seals affixed to Bald mstrument are such corporate seals; that
mov, were so affixefl oy order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
h O (r1(i ill , rrr11N,
iA
-Ir
,rate jr
liun ; �,�j go
os• f me'lma s, * y 't`
s r� flF per,.
,....... ..r.
David A. Kotnik, Attorney at Law, Notary Public
My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do herehy cerTity that the above and rnregomg Is a true and correct copy of a Power of Attorney, executed by said
.ompal Ile:, which is still in hull Torre and effect; and furthnfmore, the resolutions of the Boards of Directors. set out in the Power of Attorney are
n rull force and effect,
In Witruss Wr.;reor. i have hereunto set my hand and affixed We seals of said Companies at Westfield Center, Ohio, this ISt day of
5eptreil"rbpf�,;i r � % Yam. ur..n
yylye+h, *S
UL
',�� CKMiiFlt�p � i rI '
SEAL � $s�e 1 4 a`
secrWary
Frank A. Carrino, Secretary
BPOAC2 tcuwnbhned) (06-02)
AT V I L L E Project Cheek List
rl;,- Iliri'd-;r s use �n prepr;rini �L �,uhmithrl1. a bid. It +5 not uitended io 1nCluCle 111 de`dils necesary Co
urer;re,r NO';'d [lot b, substitute for'hu leauilNrnertts or'ne bid documents. !nformaticn a shown helow
a rratter of convcnlence Ise of thi ; he(-kn;t dries not reileve the !bidder from the responsibility of meeting ,all
rlq,wements if the spur �:(;ncerning the )f in,acceptnble bcd Bidders are welcome to use this form
11: d=r>,!-.i-w tr,r a :eared onva,Irwe; howeve; usnr, this turns itself is NO! a reoulrement.
„did lioml of -1, ,in ol-irt bid aCcolrp_3u,r�d oy reo,ulrer; dor.ulrentailon (Power otAttwney, etc.)
�u nt �) oir{ t:ur;d, th,? bidder w&/ submit a cheek tram a bank located i,i the State of Arknr•sas
rntnt thr' arnaunt bid (inclusive of any deductive altern:atesj. Cashiers checks
,1411i iT,' I!I.iO(- IlivablP to L,e _Jlv
nr ,i w . , t r r
�,,.i�dL'd, any. �,uhnwt_.i on the af.nrol)rate forrr,s (suhmi.ting he actual
Lam'' adrr::n: uis iri.i; CmE. 11-<;i.nwli,dgr,r»rrt on ntrier b,d paf;��cl
�.
•`'' ir'ir rl,n1S Ue aUF)f `ipf late ly (riled Oilt -wd oxtei?did t-o reveal the lire_ lien price a5 Well as the total bid
nnr,aI bJSe- b.d :hould be talc;-d;te(i ;;i t^r_ pmv Jed space.
P`__
�i! �. k,P� p' �'l i r! �;� i'i Sig l',it�lre-nPS dials Oe 3::ri C:pf ]t?'y ip r�ell !j8°cd dccordln�I'j, and me I: fi F;j WL'h
'i3 r e d -vPrPd 1 d a�i.,l r i'I ^_iUpr (o *,I-( iddros', l',tr'i4 'Ilelnw heto�e. tnr' stated flealt�linf,
-•� Sri' r ijvol _ .,f .,z. aid All `71dc ,,.-,(, d f l-w hlrldpr is n-ra('_UI ) on ^;e sit--;aied
T;? P, N,1 Nl Awl I V
Ai KAil\6 ,S, r'; ^,i +°?'-T iR`1 '�;l_`._NISE_
, i�- � .`I; I ;*nr;.i 1;.,4•frtrH.h fHn,•rp, i�.,r{'q{
._tf Favetfieville
Ism To 1• Construction - City Hall Window Replacement Rebid
Acvel-tise,merit
City of Fayetteville, Arkansas'
INVITATION TO BID
Bid 17-61, Construction - City Hall Window Replacement Rebid
he •'Ry 0 Favettevale. is accep ing bids frnm properly licensed and authorized firms for the purchase of new windows,
.',nevdl,':iisD•isal of old wuidows and installation of new windows for City Hall Ques1101)s should be addressed to Les McGaugh,
wcli:isine. Ap)ent aiy'layelteville_ar Ay or by calling (479) `i7;-8220
All br''s ,Jmil t;e submirierl in a sealed Pnvelope or package labeled wirh the project name and/or description. All bids shall be received
:!y Friday September 01, 2017 before 2:00 PM, local time at the City of Fayetteville Purchasing Division address listed below A public
bid orwriwg .gill be conduc.ed shortly after the deadline at City Hall No late hills shall be accepted The City of Fayetteville shall not be
rsl r,n:, hl r for ;�,t.t or hills
City of Fayeti eville
Purr hasiog Division - Roorn 306
1 1 ] West Mounlaln Street
Fayel,'eville, AR 72701
:i r1dm�• ;to: ilm� nts ano plans shall be obtained by the City of Fayr-neville Purchasing Division electronically No partial sets shall be
urrr !11r+n:; may also be reviw.ied only a( the Fayetteville Put-Owsine Division Addendums and updated plan holder listings will be
tres;ed on :hr Cityti weosite al itt ``frtye�riwdle ar.han *r+ds
All vendors intending on bidding SHALL register as a plan holder by notifying Les McGaugh, via e-mail When registering as a plan
holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number,
and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED.
i nun-mandatnty Pre -Bid inreting will be held MondayAugust2l, 2017 at2:00 PM in the Room 326 113 W Mountain ST, Fayetteville.
AR: All ml(- -st.•J parties :,!e wu ouragod to attend
,- t, hid sfi.,'I he •rt rnnpnrir^1 by a c.ashiei's check frorn a bank doing hUsineSs in the State of Arkansas or a Corporate bid bond in an
irrur;nl not le.. ;:han fiv( 0)) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required
v lf, The contt ac; awarders and shall be File marked bythe ahm trio County Circuit Clerk's Office upon receipt to the City. A State of
,_: I u ii a� for s it icPry i+ r; , egwrPd for all bid and license shall be valid at the time of bid deadline
i s ,,nt :o r rk ;ns;r s Code :innwarerl 62) ? 203 The City of Fayetteville encourages all gtrolijied small, minority and women business
•ir'r'ir;ri:i-s to Lnl on and incerve contracts for goods ser,•icesand construction Also, City of Fayetteville encourages all general
uni,acto , �o <ohcontract portions of their contract to qualified small, minority ano women business enterprises.
Hie Cry of Fayetrewlle reserves, the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of
;ore :which shall not exceed heyond sixty t60) days from the bid opening date,
City of Fayetteville
By Les McGaugh, Purchasing Agent
P 4119 575 8220 Email: Imcol4L n , fa ettey:lle•at, ov
TDi. (Telecommurncations Device for the Deuf) (479) 521-1316
Date of advertisement: OR/14/2017 & 08/21/17
'..:)f l.ir .,.:!il AR
3, 1 i r,rr citit ,io - . y hall. Windr;w RL'nla'P,nrnt Reoid
City of Fayetteville
Bid 17-44, Construction —City Hall Window Replacement
Bid Form
Contract Time; 60 Calendar Days from window approval
I 1 Window Replacement for City 1 L5 S _
Hall (Total Lump Sum)
THIS BID FORM CONTINUES ON THE NEXT PAGE.
City of Fayetteville, AR
Bid 17-61, Construction — City Mall Window Replacement Rebid
?ag, 5 of 55
FXECUTiCN OF BID
Actual specifica [Jor of any deficient Item shall be n;Apd on he No Apo cirseparate attachment Ispecibcavionsof Kern bid
oiler `earn prowded Anowt dmation shall be documented and cerufled oy the manufacturer as a regular production
ophDr,
Upon signing this Bid, the bidder certifies rhar-
HS: QC njiV,enj an,; pUrpos rij tie -eqwoemyni, set ON n `As p(imvah HY I dwgS"CACMions, Mivns,
_!,v,d,jrj .ci and a i V per pent nfu--,)atio, the art -'aes be 'rg bid on
Linton whavvise -oned and nomed 'ne •iniicio icin no roes ni exceed% all of me5e reclu"emEnt! as
ThP C J,/('VrP111
3 C'-Jnanc� wil! N!:N j� hQPWJAMOP� AW felivemews tor dy"Pry, mumenmion and suppo-
a, Speafied hip: it
35 ar P& in, of 4 ; aiqwkVcv� or ce - 71-0 R"Ainned ie"P, a: jnn aril,; :nithoneo(i to Lcir! i(v
-Itc'-rrrl!r Orr ')rQ'v1(:.PC 'ref ,1-2 al'' 'CuP
RAW MAN cvr!3[iiy ,v:th a! Srar--' 3--j 'Irld Nor -[)i%cr mlrl]rnri (eq'�ileren's and
ca"M any W ci-Mraimep: n ;so non -o A logo rY4 ad W61130,
scle, �A` do, Pobs "I" 00"f Cj Or YijerPsl = the Dry Of F 3y1QVeV He, HOLM, nut not Wined ro, an."
MP"s' o w W a-/ Qtv ol- i ayeoev A erroicyce Renponne ninalf Mdc.�,P if a kfiavvri -ejjnuT--ji;) exists between.
-v mqwj v vvybwW yam Rai and i" 01y Go F ownevnie ronScome or Pieced CAY of '3YARVOIT 01 CAI
J, Tic —a "f'n'J 'x;%,' tha sllou!d v%No st ired in von, .ynivin Fwlum to dinlase such a r Wa norsNp rimy
0 j mchane annor mptrao as a msil! cf your response
Rindt-, wil! p( cN, ii)f- A'ttrk n rj:ilpl-rit at rc,-'rcl, -Ite'.v star:'n'C's ',r't !i^(V) in GC-_P"I'lor".
�at"-t-" ](-,j P:-,-Ath u j t)'a -, t il - _x ( I ,, a t ors
s
.i - A - ricef )n ih- pop n yU i a a ' co; w 1 to I civne Jobarmenuouspinnsm cardmoon irdicaMg that you
ire Ki zovtoi incc joah pT Fit-ae,.il Lx_"- .-e Ode, Cpq Won can -:re Iwo ny wmWeiniq 54
to 1 QYM,
a, hederm XiELONVe Chopr (E j ) :209 ' Dedjanei-7 ann S,,pCIS on" rpquo en that ad conUvistoo 'eceiv lig
jv..ards using feiera! and ad win reinjimus cPAPA that To organnalan ant Its
IDir,n^:oaln jif,, rcjt oehdnpd, &uspended p,cpawn for debarmenL declared InViglble, cr Quivank,
-Y(- -,ced by any Ft-nrirai ie_is,, lure[,. Aiqenhonn cong buyness ;nth the Federal Govemn-rew
b vain rigra�iji nivow cut On I at re" : Q ; -w -,;rinc.pai s de,)af,eul.
YOPOW for dehaIMMY MIAMI MQW, W WLnmr N ex,,.�Uoedl Itonir pjrtic:pationi il t". -, -Ydr'SjCtOo
t"'I any fe d"' 'I aj C'tq)artnner:r -)f aie lc/-
C ry n! " j "Mndk, Q
Do 17 61 Camp" 0, , INN Mwon R""U" rwn RAY'l
My U CA V
Unsigned bids will be rejected Items marked • are mandatory tar consideration.
"NAME OF FIRM' -r`j'7 f1 E '�'L' �'._[�LN�T 0-1z' f 'L ! ,►.1. _ _
Purfhase Order/Payments shall be issued to this name
`D,/B/A or Corporation Name
'BUSINESS ADDRESS'
`CITY: `STATE: /e *ZIP: ? 9 a;,y
*PHONE:S_ a5'� +I!� FAX: C?�,L
*E-MAIL:
BY: ?PRINTED NAME),/'
*AUTHORIZED SIGNATURE:`
*TITLE:
DUNS NUMBER: T CAGE NUMBER:
`TAX iD NUMBER: —7% — ,15 7 7
Acknowledge Addendums:
Addendum No. —L_ Dated Acknowledged by:
Addenduir1 `,c. Dated _ Acknowledged by:
Addofidi-ir,� ^I,� Dated Acknowledged by: _ __
4drier,duri Dated Acknowledged by:
City r)i FaV0,Fv:i1e, AR
Birl 11-61, Cons'ruc;irjn — Ci'y Hall Window Replacement Rebid
Pager J( 55
IWA
CITY OF
FAYETTEVILLE 113 W. Mountain
Fayetteville, AR 72701
A R K A N S A S Phone: 479.575.8220
TDD (Telecommunication Device for the Deaf): 479.521.1316
City of Fayetteville, Arkansas
Purchasing Division — Room 306
INVITATION TO BID: Bid 17-61, Construction — City Hall Window Replacement Re -Bid
DEADLINE: Friday, September 01, 2017 before 2:00:00 PM, Local Time
PRE -BID: Monday August 21, 2017 at 2:00 PM; Local Time, Room 326
DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Les McGaugh, Imcgaugh@fayetteville-ar.gov
DATE OF ISSUE AND ADVERTISEMENT: Mon. August 14, and August 21, 2017
INVITATION TO BID
Bid 17-61 Construction — City Hall Window Replacement Re -Bid
No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled with the name and address of
the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and
bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information
requested; failure to do so may be used as basis of rejection.
NOTICE TO ALL BIDDERS:
All vendors intending on bidding SHALL register as a plan holder by notifying Les McGaugh, via e-mail at
Imcgaugh@fayetteville-ar.gov. When registering as a plan holder, vendors shall submit primary contact information
including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER
AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Interested parties are responsible for printing. All bids will
be distributed electronically from the City of Fayetteville Purchasing Division. Receiving electronic links from the City of
Fayetteville, AR automatically registers you as a plan holder.
E-MAILED BID PACKAGE INCLUDES LINKS TO THE FOLLOWING FILES:
FILE #1: PROJECT MANUAL: 58 total pages
FILE #2: PROJECT DRAWINGS: 3 total pages
*Additional files added as addendums are issued. Addendums will be directly e-mailed to all listed plan holders and
posted on the City's website.
*PLAN HOLDER LISTINGS & ADDENDUMS WILL BE POSTED AT: http://fayetteville-ar.gov/bids
eiddershall assume all responsibility for receiving updates and any addenda issued to this project by monitoring
http.//fayetteville-ar.gov/bids . Failure to acknowledge addenda issued as instructed could result in bid rejection.
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 1 of 55
Project Manual
wis
CITY OF
FAYETTEVILLE
ARKANSAS
CITY OF FAYETTEVILLE,
ARKANSAS
CONSTRUCTION —
City Hall Window Replacement
BID # 17-61
Date: August 2017
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 2 of 55
CITY OF
ARKA FAYETEVILLE Project Check List
This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to
prepare a bid and shall not be used as a substitute for, the_ requirements_ of the aid documents. Information is shown below
only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all
requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form
as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement.
5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.)
In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas
for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks
shall be made payable to the City of Fayetteville, AR.
All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual
addendums or marking acknowledgement on other bid pages).
F-1 All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid
price. Total base bid should be calculated in the provided space.
0 All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with
submitted bid documents
All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline
on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed
envelope as well as the bidders Arkansas Contractor's License Number.
City of Fayetteville, AR
Purchasing Division — Suite 306
113 W. Mountain
Fayetteville, AR 72702
CONTRACTOR NAME:
ARKANSAS CONTRACTORS LICENSE NUMBER:
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 3 of 55
City of Fayetteville
Bid 17-61, Construction — City Hall Window Replacement Rebid
Advertisement
City of Fayetteville, Arkansas
INVITATION TO BID
Bid 17-61, Construction — City Hall Window Replacement Rebid
The City of Fayetteville is accepting bids from properly licensed and authorized firms for the purchase of new windows,
removal/disposal of old windows, and installation of new windows for City Hall. Questions should be addressed to Les McGaugh,
Purchasing Agent at Imcsaueh@fayetteville-ar.gov or by calling (479) 575-8220.
All bids shall be submitted in a sealed envelope or package labeled with the project name and/or description. All bids shall be received
by Friday September 01, 2017 before 2:00 PM, local time at the City of Fayetteville, Purchasing Division address listed below. A public
bid opening will be conducted shortly after the deadline at City Hall. No late bids shall be accepted. The City of Fayetteville shall not be
responsible for lost or misdirected bids.
City of Fayetteville
Purchasing Division — Room 306
113 West Mountain Street
Fayetteville, AR 72701
Bidding documents and plans shall be obtained by the City of Fayetteville Purchasing Division electronically. No partial sets shall be
issued. Plans may also be reviewed only at the Fayetteville Purchasing Division. Addendums and updated plan holder listings will be
posted on the City's website at htt :11fayetteville•ar.gov/bids .
All vendors intending on bidding SHALL register as a plan holder by notifying Les McGaugh, via e-mail. When registering as a plan
holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number,
and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED.
A non -mandatory Pre -Bid meeting will be held Monday August 21, 2017 at 2:00 PM in the Room 326 113 W Mountain ST, Fayetteville,
AR. All interested parties are encouraged to attend.
Each bid shall be accompanied by a cashier's check from a bank doing business in the State of Arkansas or a corporate bid bond in an
amount not less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required
with the contract awarded and shall be file marked by the Washington County Circuit Clerk's Office upon receipt to the City. A State of
Arkansas Contractor's License is required for all bid and license shall be valid at the time of bid deadline.
Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business
enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general
contractors to subcontract portions of their contract to qualified small, minority and women business enterprises.
The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of
time which shall not exceed beyond sixty (60) days from the bid opening date.
r
City of Fayetteville
By: Les McGaugh, Purchasing Agent
P: 479.575.8220 Email: Im_cgaugh2fayetteville-ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521-1316
Date of advertisement: 08/14/2017 & 08/21/17
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 4 of 55
City of Fayetteville
Bid 17-44, Construction — City Hall Window Replacement
Bid Form
Contract Time: 60 Calendar Days from window approval
1 Window Replacement for City 1
p tY
Hall (Total Lump Sum)
LS $
THIS BID FORM CONTINUES ON THE NEXT PAGE.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 5 of 55
EXECUTION OF BID -
Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid
differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production
option.
Upon signing this Bid, the bidder certifies that:
1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms,
standard conditions, and any pertinent information regarding the articles being bid on.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as
specified by The City of Fayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support
as specified herein.
4. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the
information provided herein is accurate and true.
5. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and
conditions of employment in addition to all federal, state, and local laws.
6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any
relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between
any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official.
If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may
result in cancellation of a purchase and/or contract as a result of your response.
1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain):
7. 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.
As A bidder on this project, you are required to provide debarment/suspension certification indicating that you
are in compliance with the below Federal Executive Order. Certification can be done by completing and signing
this form.
a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving
individual awards, using federal funds, and all sub -recipients certify that the organization and its
principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded by any Federal department or agency from doing business with the Federal Government.
b. Your signature below certifies that neither you nor your principal is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction
by any federal department or agency.
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 6 of 55
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*NAME OF FIRM:
Purchase Order/Payments shall be issued to this name
*D/B/A or Corporation Name
*BUSINESS ADDRESS:
*CITY: *STATE:
*PHONE: FAX:
*E-MAIL:
*BY: (PRINTED NAME)
*AUTHORIZED SIGNATURE:
*TITLE
DUNS NUMBER:
*TAX ID NUMBER:
Acknowledge Addendums:
Addendum No.
Dated:
Addendum No.
Dated:
Addendum No.
Dated:
Addendum No.
Dated:
CAGE NUMBER:
Acknowledged by:
Acknowledged by:
Acknowledged by:
Acknowledged by:
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 7 of 55
*ZIP:
City of Fayetteville
Bid 17-61, Construction — City Hall Window Replacement Rebid
Instructions to Bidders
PART ONE - DEFINED TERMS
1.1 Terms used in these Instructions to Bidders which are defined in the General Conditions have the
meanings assigned to them in the General Conditions. Certain additional terms used in these
Instructions to Bidders have the meanings indicated below which are applicable to both the singular and
plural thereof.
1.2 Bidder - one who submits a Bid directly to City of Fayetteville as distinct from a sub -bidder, which
submits a bid to a Bidder.
1.3 Issuing Office - the office from which the Bidding Documents are to be issued and where the bidding
procedures are to be administered.
1.4 Successful Bidder - the lowest, responsible, and responsive Bidder to whom the City of Fayetteville (on
the basis of the City of Fayetteville's evaluation as hereinafter provided) makes an award.
PARTTWO - COPIES OF BIDDING DOCUMENTS
2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the
Advertisement for Bids may be obtained from the Issuing Office.
2.2 Complete sets of Bidding Documents must be used in preparing Bids. Neither City of Fayetteville nor
Architect assumes any responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents.
2.3 City of Fayetteville and Architect in making copies of Bidding Documents available on the above terms
do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any
other use.
PART THREE - EXAMINATION OF SITE AND CONTRACT DOCUMENTS
3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville Purchasing
Division, and shall constitute all of the information which the City of Fayetteville shall furnish. No other
information given or sounding made by the City of Fayetteville or any official thereof, prior to the
execution of said contract, shall ever become a part of, or change the contract, drawings, specifications
and estimates, or be binding on City of Fayetteville.
Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract, and
Bonds; examine carefully all Drawings; visit the site of the Work to carefully examine local conditions;
inform themselves by their independent research and sounding of the difficulties to be encountered,
and all attending circumstances affecting the cost of doing the work, and the time specified for its
completion; and obtain all information required to make an intelligent bid.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 8 of 55
3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are
necessary for full and complete information upon which the bid may be made and for which a contract
is to be awarded. The Bid Form, providing for unit and lump sum prices bid by the Contractor, contains a
statement that all bids are made with the full knowledge of the difficulties and conditions that may be
encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials
required and with full knowledge of the drawings, profiles, specifications, and estimates and all
provisions of the contract and Bonds.
3.3 Bidders shall promptly notify Architect of all conflicts, errors, ambiguities, or discrepancies which Bidder
has discovered in or between the Contract Documents and such other related documents.
3.4 Information and data shown or indicated in the Contract Documents with respect to existing
Underground Facilities at or contiguous to the site is based upon information and data furnished to City
of Fayetteville and Architect by City of Fayetteville's of such Underground Facilities or others, and City of
Fayetteville and Architect do not assume responsibility for the accuracy or completeness thereof unless
it is expressly provided otherwise in the Supplementary Conditions.
3.5 On request, City of Fayetteville will provide each Bidder access to the site to conduct such examinations,
investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid.
Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of
such explorations, investigations, tests, and studies.
3.6 Reference is made to the General Requirements for the identification of the general nature of work that
is to be performed at the site by City of Fayetteville or others (such as utilities and other prime
contractors) that relates to the work for which a Bid is to be submitted. On request, and as available,
City of Fayetteville will provide to each Bidder, for examination, access to or copies of Contract
Documents (other than portions thereof related to price) for such work.
3.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has
complied with every requirement of this Article 3, that without exception the Bid is premised upon
performing and furnishing the Work required by the Contract Documents and applying the specific
means, methods, techniques, sequences, or procedures of construction (if any) that may be shown or
indicated or expressly required by the Contract Documents, that Bidder has given Architect written
notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Contract
Documents and that the written resolutions thereof by Architect are acceptable to Bidder, and that the
Contract Documents are generally sufficient to indicate and convey understanding of all terms and
conditions for performing and furnishing the Work.
PART FOUR - AVAILABILITY OF LANDS FOR WORK AND WORK BY OTHERS
4.1 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and
other lands designated for use by Contractor in performing the Work are identified in the Contract
Documents. All additional lands and access thereto required for temporary construction facilities,
construction equipment, or storage of materials and equipment to be incorporated in the Work are to
be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in
existing facilities are to be obtained and paid for by City of Fayetteville unless otherwise provided in the
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 9 of 55
Contract Documents.
PART FIVE - INTERPRETATION OF CONTRACT DOCUMENTS AND ADDENDA
5.1 If any person contemplating submitting a bid for construction of the Work is in doubt as to the true
meaning of any part of the proposed Contract Documents or finds discrepancies in or omissions from
any part of the proposed Contract Documents, he should submit a written request for interpretation
thereof to the Architect not later than seven days before the date set for bid opening. The person
submitting the request shall be responsible for its prompt delivery.
5.2 Interpretation or correction of proposed Contract Documents will be made only by Addendum to all
holders of Bidding Documents. Only questions answered by formal written Addenda will be binding.
Oral and other interpretations or clarifications will be without legal effect. City of Fayetteville will not be
responsible for any other explanations or interpretations of the proposed Contract Documents.
5.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by City of
Fayetteville.
5.4 Bidder assumes all responsibility for checking the City's website at www.accessfayetteville.org for
updates and addenda issued to this project.
PART SIX - APPROXIMATE ESTIMATE OF QUANTITIES
6.1 The provided estimate of quantities is approximate only and shall be the basis for receiving unit price
bids for each item but shall not be considered by Bidders as actual quantities that may be required for
the completion of the proposed work. However, such quantities, at the unit and lump sum prices bid for
each item, shall determine the amount of each bid for comparison of Bids and aid in determining the
low and responsive Bidder for the purpose of awarding the contract, and will be used as basis for fixing
the amount of the required Bonds.
PART SEVEN - PRICES
7.1 Bidders must state a price for each item of work named in the Bid Form. Unit and Lump Sum prices shall
include amounts sufficient for the furnishing of all labor, materials, tools, equipment, and apparatus of
every description to construct, erect, and finish completely all of the work as called for in the
Specifications or indicated on the Drawings.
7.2 Prices bid on the various items in the Bid Form shall bear a fair relationship to the cost of the work to be
done. Bids which appear unbalanced and are deemed not to be in the best interest of City of Fayetteville
may be rejected at the discretion of City of Fayetteville.
7.3 By submission of a Bid, Bidder represents that Bidder has considered the entire Project and the Work
required, and has reviewed the Drawings and Specifications to verify the full scope of the Work.
PART EIGHT - BID FORM
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 10 of 55
8.1 Bids are due as indicated in the Advertisement for Bids.
8.2 Bids must be made out in ink on the Bid Form included in these Bidding Documents. The unit price or
lump sum bid for each item must be stated in figures and in words in the appropriate blank spaces
provided on the Bid Form. The figures must be clear and distinctly legible so that no question can arise
as to their intent and meaning. In case of a difference in the written words and figures, the amount
stated in written words shall govern. Discrepancies between the multiplication of units of Work and unit
prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any
column of figures and the correct sum thereof will be resolved in favor of the correct sum.
8.3 Bids which are incomplete, unbalanced, conditional, or obscure or which contain additions not called
for, erasures, alterations, or irregularities of any kind or which do not comply with these Instructions to
Bidders may be rejected as informal or non -responsive at the option of City of Fayetteville. However,
City of Fayetteville reserves the right to waive technicalities as to changes, alterations, or revisions and
to make the award in the best interest of City of Fayetteville.
8.4 Address sealed bids to City of Fayetteville, and deliver to the address given in the Advertisement for Bids
on or before the day and hour set for opening the bids. Enclose the completed Bid Form and Project
Manual in a sealed envelope bearing the title of the project, the name of the Bidder, Bidder's Arkansas
Contractor's License Number, and the date and hour of the bid opening. If this sealed envelope is
delivered by a public carrier, it must be contained in another envelope addressed to City of Fayetteville
and the attention of the project name. It is the sole responsibility of Bidder to see that the Bid is
received on time.
8.5 Acceptance of deductive alternate bids is at the City of Fayetteville's discretion, as best services the City
of Fayetteville's interest. Each deductive alternate, if presented, will be provided on the Bid Form. The
price of the Bid for each deductive alternate will be the amount to be deducted from the price of the
Total Base Bid if the City of Fayetteville selects any of the alternates. The unit price amount for each
alternate shall be the same as the unit price amount listed in the Bid.
8.6 No Bidder shall divulge the information in the Bid to any person whomsoever, except those having a
partnership or other financial interest with him in the Bid, until after the bids have been opened.
PART NINE - SIGNATURE ON BIDS
9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the
individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the names
of each member must be given, and the Bid signed by a member of the partnership, or a person duly
authorized. If the Bid is made by a company or corporation, the company or corporate name must be
given and the Bid signed by an officer or agent duly authorized. The corporate seal must be affixed and
attested by the secretary or an assistant secretary. The corporate address and state of incorporation
must be shown below the signature.
9.2 All names must be typed or printed in black ink below the signature.
9.3 The address and telephone number for communications regarding the Bid must be shown.
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 11 of 55
9.4 Powers of attorney, properly certified, for agents and others to sign Bids must be in writing and filed
with City of Fayetteville.
9.5 The Bid shall also contain a signed acknowledgment of receipt of all Addenda.
PART TEN - BID SECURITY
10.1 A five percent (5%) bid security, in the form of a bid bond, or cashier's check from a bank located in the
State of Arkansas, as stated in the Advertisement For Bids, shall accompany each bid. Bid bonds for the
difference in price between low bidder and second low bidder shall not be acceptable. The Successful
Bidder's security will be retained until City of Fayetteville receives a signed Agreement and required
Bonds and Certificates of Insurance. If the Successful Bidder fails to execute and deliver the Agreement
and furnish the required contract security within fifteen days after the Notice of Selection, City of
Fayetteville may annul the Notice of Selection and the Bid security of that Bidder will be forfeited.
10.2 The City of Fayetteville reserves the right to retain the security until the Successful Bidder enters into
the Contract or until sixty (60) days after bid opening, whichever is sooner. Cash equivalent security of
the second and third low bidder may be exchanged for an equivalent bid bond after bid tabulations are
complete or thirty (30) days after bid opening, whichever is sooner.
PART ELEVEN - PERFORMANCE BOND AND PAYMENT BOND
11.1 Prior to signing the Agreement, Contractor shall furnish a surety performance Bond and a payment
Bond, equal to one hundred percent of the contract price.
11.2 Contractor shall pay all expenses in connection with the obtaining of said Bonds. The Bonds shall be
conditioned that Contractor shall faithfully perform the contract and shall pay all indebtedness for labor
and materials furnished or performed in the construction of such alterations and additions as prescribed
in this contract.
11.3 The surety company issuing the Bonds must be a solvent company on the "Surety Companies Annual
List" issued by the U.S. Department of the Treasury, and the Bonds are not to be issued in an amount
greater than the underwriting limitations for the surety company as set out therein.
11.4 In Arkansas, prevailing law requires that performance and payment Bonds on public works contracts
shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent
the surety company executing said Bonds and filing with such Bonds his Power of Attorney as his
authority. The mere countersigning of the Bonds will not be sufficient.
11.5 The date of the Bonds, and of the Power of Attorney, must not be„prior to the date of the contract. At
least two originals of the Bonds shall be furnished, each with Power of Attorney attached.
11.6 Bonds are to be approved by City of Fayetteville. If any Bonds contracted for become unsatisfactory or
unacceptable to City of Fayetteville after the acceptance and approval thereof, Contractor, upon being
notified to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 12 of 55
specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at the
discretion of Contractor.
11.7 The bonds shall be presented to the City after being file marked at the Washington County Circuit
Clerk's Office. Multiple copies of the original bonds may be necessary for filing purposes.
PART TWELVE - CONTRACT TIME
12.1 The number of days within which, or the dates by which the Work is to be substantially completed and
also completed and ready for final payment is outlined in the Bid Form.
PARTTHIRTEEN - LIQUIDATED DAMAGES
13.1 Provisions for liquidated damages, if any, are set forth in the Bid Form.
PART FOURTEEN - SUBCONTRACTORS SUPPLIERS AND OTHERS
14.1 Contractor shall not assign or sublet all or any part of this contract without the prior written approval of
City of Fayetteville nor shall Contractor allow such subcontractor to commence work until approval of
workman's compensation insurance and public liability insurance as may be required. Approval of each
subcontract by City of Fayetteville will in no manner release Contractor from any obligations as set out
in the Drawings, Specifications, contract, and Bonds.
PART FIFTEEN - SUBSTITUTE AND "OR EQUAL" ITEMS
15.1 Any reference to a particular brand or manufacture is in an effort to establish an acceptable level of
quality for this purchase. Brands or manufacturers that are included in a bid that are of at least equal
quality, size and specification as to what has been specified, will be acceptable for consideration.
PART SIXTEEN — CONTRACTOR'S LICENSING REQUIREMENTS
16.1 A Contractor's License is required to bid this project, and shall be valid at time of submittal; however,
prior to executing the agreement with the City of Fayetteville, the Contractor shall be licensed for bids in
excess of $20,000.
PART SEVENTEEN - QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS
17.1 To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five
days after bid opening, upon City of Fayetteville's or Architect's request, detailed written evidence such
as financial data, present commitments, and other such data as may be called for. Each Bid must contain
evidence of Bidder's qualification to do business in the State of Arkansas.
PART EIGHTEEN - DISQUALIFICATIONS OF BIDDERS
18.1 Any one or more of the following may be considered as sufficient for the disqualification of bidders and
the rejection of Bids.
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 13 of 55
18.2 More than one Bid Form for the same work from an individual, firm, partnership, or corporation under
the same or different names.
18.3 Evidence of collusion among bidders. Participants in such collusion may receive no recognition as
bidders for any future work.
18.4 Unbalanced Bid Forms in which the prices for some items are out of proportion to the prices for other
items, or changes written in, or amendments by letter, or failure to submit a unit price for each item of
work for which a bid price is required by the Bid Form, or failure to include all required contract
documents.
18.5 Lack of competency as revealed by the financial statement, experience, plant, and equipment
statements submitted. Lack of responsibility as shown by past work judged from the standpoint of
workmanship and progress.
18.6 Uncompleted work which, in the judgment of City of Fayetteville, might hinder or prevent the prompt
completion of additional work if awarded.
18.7 Being in arrears on existing contracts, in litigation with City of Fayetteville, or having defaulted on a
previous contract.
PART NINETEEN - OPENING OF BIDS
19.1 Bids will be opened and read aloud publicly at the place where Bids are to be submitted in a room to be
designated by City of Fayetteville the day of the bid opening. An abstract of the amounts of the base
Bids and major alternates (if any) will be made available to Bidders after the opening of Bids.
PART TWENTY - CONSIDERATION OF BIDS
20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with the
bid prices of the accepted Bids. This review of the Bids will confirm the low bidder.
20.2 In evaluating Bids, City of Fayetteville will consider the qualifications of Bidders, whether or not the Bids
comply with the prescribed requirements, and such alternates, unit prices, and other data as may be
requested in the Bid Form or prior to the Notice of Selection.
20.3 City of Fayetteville may consider the qualifications and experience of Subcontractors, Suppliers, and
other persons and organizations proposed for those portions of the Work as to which the identity of
Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the
Supplementary Conditions. City of Fayetteville also may consider the operating costs, maintenance
requirements, performance data, and guarantees of major items of materials and equipment proposed
for incorporation in the Work when such data is required to be submitted prior to the Notice of
Selection.
PART TWENTY-ONE - RIGHT TO REJECT BIDS
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 14 of 55
21.1 City of Fayetteville reserves the right to reject any and all Bids, to waive technicalities, and to advertise
for new bids. All Bids are subject to this reservation. City of Fayetteville reserves to itself the right to
decide which shall be deemed the lowest responsive and responsible Bid. Due consideration will be
given to the reputation, financial ability, experience and equipment of the Bidder.
21.2 City of Fayetteville also reserves the right to waive informalities not involving price, time or changes in
the Work and to negotiate contract terms with the Successful Bidder.
PART TWENTY-TWO - AWARDING OF CONTRACT
22.1 City of Fayetteville reserves the right to withhold the awarding of a contract a reasonable period of time
from the date of opening bids, not to exceed sixty (60) days except with the consent of the Successful
Bidder. The awarding of a contract upon a successful Bid shall give the Bidder no right to action or claim
against City of Fayetteville upon the contract until the contract is reduced to writing and signed by the
contracting parties. The letting of a contract shall not be complete until the contract is executed and
the necessary Bonds approved.
PART TWENTY-THREE - RETAINAGE
23.1 Provisions concerning retainage and Contractor's rights to deposit securities in lieu of retainage are set
forth in the Agreement.
PART TWENTY-FOUR - SIGNING OF AGREEMENT
24.1 When City of Fayetteville gives a Notice of Selection to the Successful Bidder, it will be accompanied by
the number of unsigned counterparts of the Agreement as indicated in the Supplementary Conditions,
with all other written Contract Documents attached. Within ten (10) days thereafter, Contractor shall
sign and deliver the required number of counterparts of the Agreement and attached documents to City
of Fayetteville with the required Bonds & Certificate of Insurance. Within ten (10) days thereafter City
of Fayetteville shall deliver one fully signed counterpart to Contractor.
PART TWENTY-FIVE - MATERIALS GUARANTY
25.1 Before any contract is awarded Bidder may be required to furnish a complete statement of the origin,
composition, or manufacture of any or all materials proposed to be used in the construction of the
Work, together with samples, which may be subjected to tests provided for in the Specifications to
determine their quality and fitness for the Work.
PART TWENTY-SIX - FAMILIARITY WITH LAWS
26.1 Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which
in any manner affect those engaged or employed in the Work, or the materials or equipment used, or
that in any way affect the Work and shall in all respects comply with said laws, ordinances, and
regulations. No claim of misunderstanding or ignorance on the part of Contractor will in any way serve
to modify the provisions of the contract. No representations shall be binding unless embodied in the
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 15 of 55
contract.
PART TWENTY-SEVEN - ADDITIONAL LAWS AND REGULATIONS
Bidders' attention is called to the following laws and regulations which may have an impact on the Work
and on the preparation of the Bid.
27.1 Americans with Disabilities Act.
27.2 Storm water discharge regulations, enacted under the Clean Water Act and administered by the
Arkansas Department of Environmental Quality (ADEQ) under a general permits program. Contractor
may be required to obtain coverage under general permit ARR001000 prior to commencing work at the
site.
27.3 Arkansas Act 291 of 1993, dealing with excavation safety, signed into law on March 1, 1993.
PART TWENTY-EIGHT — PAST EXPERIENCE REQUIRED
28.1 All bidders shall have past experience in providing similar work as described for this project. The City of
Fayetteville reserves the right to reject for inadequate experience. A minimum of four (4) references
are required.
End of Section
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 16 of 55
City of Fayetteville
Bid 17-61, Construction — City Hall Window Replacement Rebid
General Terms and Conditions
1. SUBMISSION OF BID & BID EVALUATION:
a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this
document.
b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing
Division.
c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville,
Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of
the firm and Bid, RFP, or RFO, number shall be onthe outside of the packaging as well as on any
packages enclosed in shipping containers or boxes.
d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at
479.575.8220 to ensure correct receipt of bidding documents rp for to opening time and date
listed on the bid form.
e. Bidders shall have experience in providing products and/or services of the same or similar
nature.
f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in
its response to the bid. Failure to do so may lead the City to declare any such term non-
negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it
from consideration for award.
g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids
shall be received before the time as shown by the atomic clock located in the Purchasing Division
Office.
h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City
reserves the right to award bids in their entirety, none, or by line item.
2. WRITTEN RE VESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract
documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in
writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the
response would provide clarification to the requirements of the bid. All such addenda shall become part of
the contract documents. The City will not be responsible for any other explanation or interpretation of the
proposed bid made or given prior to the award of the contract.
3. DESCRIPTION OF SUPPLIES AND SERVICES:
Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of
quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality,
size, design, and specification as to what has been specified, will be acceptable for consideration only if
approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept
or reject any requested equal.
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 17 of 55
4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS:
In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the
following:
a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best
interest of the City.
b. The City of Fayetteville reserves the right to accept or reject any or all bids.
c. The City of Fayetteville reserves the right to cancel the entire bid.
d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in
the invitation to bid or in bids submitted.
e. The City of Fayetteville reserves the right to request any necessary clarifications, additional
information, or data without changing the terms of the bid.
5. COSTS INCURRED BY BIDDERS:
All expenses involved with the preparation and submission of bids to the City, or any work performed in
connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses
received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement.
6. CONFLICT OF INTEREST:
a. The bidder represents that it presently has no interest and shall acquire no interest, either direct
or indirect, which would conflict in any manner with the performance or services required
hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City
Employee to Contract with the City".
All bidders shall promptly notify Les McGaugh, City Purchasing Agent, in writing, of all potential
conflicts of interest for any prospective business association, interest, or other circumstance
which may influence or appear to influence the bidder's judgment or quality of services being
provided. Such written notification shall identify the prospective business association, interest or
circumstance, the nature of which the bidder may undertake and request an opinion to the City
as to whether the association, interest or circumstance would, in the opinion of the City,
constitute a conflict of interest if entered into by the bidder. The City agrees to communicate
with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of
notification.
7. WITH DRAWL OF PROPOSAL:
A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an
authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid
unless approved by the Purchasing Division.
8. LATE PROPOSAL OR MODIFICATIONS:
Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in
writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids.
Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents
prior to opening time and date listed.
9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS:
a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall
comply with all local, state, and federal directives, orders and laws as applicable to this proposal
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 18 of 55
and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO),
Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract.
Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified
small, minority and women business enterprises to bid on and receive contracts for goods,
services, and construction. Also, City of Fayetteville encourages all general contractors to
subcontract portions of their contract to qualified small, minority and women business
enterprises.
10. PROVISION FOR OTHER AGENCIES:
Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies,
departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal
terms and conditions therein, should any said governmental entity desire to buy under this proposal.
Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political
subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other
public agencies or authorities), which may desire to purchase under the terms and conditions of the
contract.
11. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that
his or her bid is made without previous understanding, agreement, or connection with any person, firm or
corporation making a proposal for the same item(s) and/or services and is in all respects fair, without
outside control, collusion, fraud, or otherwise illegal action."
12. RIGHT TO AUDIT FOIA AND JURISDICITON:
a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records
relate to purchases between the City and said vendor.
b. 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 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
photocopying costs pursuant to the FOIA may be assessed for this compliance.
Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas
law applying to the case.
13. CITY INDEMNIFICATION:
The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims,
liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any
actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to
the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the
goods and payment thereof by the City.
14. VARIANCE FROM STANDARD TERMS & CONDITIONS:
All standard terms and conditions stated in this request for bid apply to this contract except as specifically
stated in the subsequent sections of this document, which take precedence, and should be fully understood
by bidders prior to submitting a proposal on this requirement.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 19 of 55
15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event,
should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the
deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing
Division, immediately.
16. PROCUREMENT POLICY FOR RECYCLED MATERIALS:
The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual
obligations to the City and that such practices will serve as a model for other public entities and private
sector companies.
17. PAYMENTS AND INVOICING:
The bidder must specify in their bid the exact company name and address which must be the same as
invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible
for immediately notifying the Purchasing Division of any company name change, which would cause
invoicing to change from the name used at the time of the original bid. Payment will be made within thirty
days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or
penalty for untimely payments. Payments can be processed through bidders acceptance of Visa at no
additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable
deposit or retainer that would remain property of the bidder even if the hourly work actually performed by
the bidder would not justify such fee.
The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be
made after approval and acceptance of work and submission of invoice. Payments will be made within 30
days of accepted invoice.
18. CANCELLATION:
a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior
notice to the Contractor in writing of the intention to cancel or with cause if at any time the
Contractor fails to fulfill or abide by any of the terms or conditions specified.
Failure of the contractor to comply with any of the provisions of the contract shall be considered
a material breach of contract and shall be cause for immediate termination of the contract at the
discretion of the City of Fayetteville.
In addition to all other legal remedies available to the City of Fayetteville, the City reserves the
right to cancel and obtain from another source, any items and/or services which have not been
delivered within the period of time from the date of order as determined by the City of
Fayetteville.
d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall
notify the vendor of such occurrence and contract shall terminate of the last day of the current
fiscal period without penalty or expense to the City.
19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS:
The Contractor shall perform this contract. No assignment of subcontracting shall be allowed
without prior written consent of the City. If a bidder intends to subcontract a portion of this
work, the bidder shall disclose such intent in the bid submitted as a result of this bid.
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 20 of 55
In the event of a corporate acquisition and/or merger, the Contractor shall provide written
notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon
the occurrence of said action, whichever occurs first. The right to terminate this contract, which
shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in
which a corporate acquisition and/or merger represent a conflict of interest or are contrary to
any local, state, or federal laws. Action by the City awarding a proposal to a firm that has
disclosed its intent to assign or subcontract in its response to the bid, without exception shall
constitute approval for purpose of this Agreement.
20. NON-EXCLUSIVE CONTRACT:
Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which
may develop during the contract period. This is not an exclusive contract. The City specifically reserves the
right to concurrently contract with other companies for similar work if it deems such an action to be in the
City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item.
21. LOBBYING:
Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding
request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by
the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the
bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an
organization that is responding to the request for proposal, request for qualification, bid or contract, or has
a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of
Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City
of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from
contacting the Purchasing Division to address situations such as clarification and/or questions related to the
procurement process. For purposes of this provision lobbying activities shall include but not be limited to,
influencing or attempting to influence action or non -action in connection with any request for proposal,
request for qualification, bid or contract through direct or indirect oral or written communication or an
attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any
request for proposal, request for qualification, bid or contract to be rejected.
22. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this bid from the bidder. When
approved by the City as an amendment to the contract and authorized in writing prior to work, the
Contractor shall provide such additional requirements as may become necessary.
23. ADD OR DELETE LOCATIONS OR SERVICES:
The City reserves the right to unilaterally add or delete locations and/or services, either collectively or
individually, at the City's sole option, at any time after award has been made as may be deemed necessary
or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this
contract in accordance with the terms, conditions, and specifications.
24. INTEGRITY OF BID DOCUMENTS:
Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in
the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid
form(s) if sufficient space is not available on the original form for the bidder to enter a complete response.
Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise,
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 21 of 55
will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes
to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the
original bid documents.
25. OTHER GENERAL CONDITIONS:
Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which
in any manner affect those engaged or employed in the Work, or the materials or equipment used, or
that in any way affect the Work and shall in all respects comply with said laws, ordinances, and
regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way
serve to modify the provisions of the contract. No representations shall be binding unless embodied in
the contract.
b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the
products and services presented. Sales taxshall not be included in the bid price. Applicable Arkansas sales
tax laws will apply when necessary but will not be considered in award of this project.
Each bidder should state the anticipated number of days from the date of receipt of an order for
delivery of services to the City of Fayetteville.
Bidders must provide the City with their bids signed by an employee having legal authority to submit
bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the
bidder.
e. The City reserves the right to request any additional information it deems necessary from any or all
bidders after the submission deadline.
The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does
it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood
that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own
risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for
reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal
is accepted.
If products, components, or services other than those described in this bid document are proposed, the
bidder must include complete descriptive literature for each. All requests for additional information
must be received within five working days following the request.
h. NOTE: Any uncertainties shall be brought to the attention to Les McGaugh immediately via telephone
(479.575.8220) or e-mail (Imcgaugh@fayetteville-ar.gov). It is the intent and goal of the City of
Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of
the scope of work to be completed and/or goods to be provided. We encourage all interested parties to
ask questions to enable all bidders to be on equal bidding terms.
Any inquiries or requests for explanation in regard to the City's requirements should be made promptly
to Les McGaugh, City of Fayetteville, Purchasing Agent via e-mail (Imcgaugh@fayetteville-ar.gov) or
telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any
part of this request for proposal. All questions, clarifications, and requests, together with answers, if
any, will be provided to all firms via written addendum. Names of firms submitting any questions,
clarifications, or requests will not be disclosed until after a contract is in place.
Any information provided herein is intended to assist the bidder in the preparation of proposals
necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 22 of 55
sufficient basic information to submit proposals meeting minimum specifications and/or test
requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data.
k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any
manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and
irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of
jurisdiction or improper venue or any similar basis.
The successful bidder shall not assign the whole or any part of this Contract or any monies due or to
become due hereunder without written consent of City of Fayetteville. In case the successful bidder
assigns all or any part of any monies due or to become due under this Contract, the Instrument of
assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in
and to any monies due or to become due to the successful bidder shall be subject to prior liens of all
persons, firms, and corporations for services rendered or materials supplied for the performance of the
services called for in this contract.
m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services
shall apply to the contract throughout, and they will be deemed to be included in the contract as though
written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws,
ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner
affecting those engaged or employed in providing these services or in any way affecting the conduct of the
services and of all orders and decrees of bodies or tribunals having anyjurisdiction or authority over same.
If any discrepancy or inconsistency should be discovered in these Contract Documents or in the
specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he
shall herewith report the same in writing to City of Fayetteville.
26. INVOICING: All invoices shall be presented to the City with the minimum information listed below.
a. City Department that ordered the materials or services
b. Order Date
c. Delivery date or the date of services
d. Name of the City Employee that requested or picked up the goods, materials, or service
e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing.
27. ATTACHMENTS TO BID DOCUMENTS:
a. Quaker H600 Series Specification Sheets
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 23 of 55
City of Fayetteville
Bid 17-61, Construction — City Hall Window Replacement Rebid
Technical Specification: Window Replacement
01010 SUMMARY OF WORK
PART 1- GENERAL
1.1 PROJECT DESCRIPTION
A. The scope of work consists of the replacement of windows at Fayetteville City Hall, 113 W. Mountain
Street as outlined in the drawings. Existing windows will be removed from the outside and disposed
of off -site at contractor's expense. All interior trim (jambs and sills) will be preserved during window
replacement process. New windows will retrofit into existing openings. New windows will be
aluminum windows (toffee colored). Glass will be argon filled, energy Max.
1.2 CONTRACTOR USE OF PREMISES
A. General: During the construction period the Contractor shall have controlled and coordinated
use of the facilities as agreed upon by the Owner. The City will provide a dumpster for demolition.
The Contractor's use of the site shall be limited and coordinated with the Owner on a daily basis
after 5pm and on weekends. Contractor shall keep work area as neat as possible and will return
work area to original condition as portions of Work are completed. All work will be put away at end
of day and Work area will be cleaned. The City will provide a location for a connex, approx. % block
south of City Hall. For Bidding Purposes, assume the roof on the east side of City Hall will support
scaffolding. After the bid the City will provide an engineer review of the structure.
1.3 OWNER OCCUPANCY
A. Owner Occupancy during Work: The Owner shall occupy the building throughout the Work provided
that such occupancy does not interfere with completion of the Work. Work will be scheduled in
coordination with Owner. Work will be performed in a way that protects the safety of building
occupants at all times.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.1 RESPONSIBILITY
A. The General Contractor is responsible for scheduling and coordination of orderly work, the proper
supply of manpower, equipment and supplies, the safety conditions of the Project and the
compliance with all safety and health regulations and codes.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 24 of 55
024100 SELECTIVE DEMOLITION
PART 1- GENERAL
1.1 SUMMARY:
A. Selective demolition work, complete, as indicated, specified, and required for new work,
including removal and disposal of demolished materials and capping of existing utilities.
B. Removal, protection, and storage of items designated to be reused.
C. Removal of existing windows and insertion of new windows should all be executed through
exterior means, while interior work in City Hall is continuous. Specific timing and scheduling
should be coordinated with Owner and Architect prior to start date.
1.2 SUBMITTALS: Comply with Section 01300.
A. Before commencing selective demolition work, submit for review and approval of the Architect,
a schedule showing the commencement, order, and completion dates for the various parts of
this work. Include details for dust, noise and weathertight protection.
B. Before starting any work relating to existing utilities that will temporarily discontinue service or
access to existing and adjacent buildings, notify the Architect 72 hours in advance and obtain
approval before proceeding with work. Do not disconnect or disrupt service without Architect's
prior approval.
1.4 PROJECT CONDITIONS:
A. Condition of Structure: Owner assumes no responsibility for actual condition of items or portions
of structure to be demolished.
B. Salvageable Items:
1. Items indicated to be removed, and not designated for Owner's salvage or for reuse, may
be salvaged by the Contractor. Transport salvaged items from site as they are removed.
Storage or sale of removed items on site will not be permitted.
C. Protections:
1. Provide protective measures as required to protect personnel and general public from
injury due to selective demolition work.
2. Provide interior and exterior shoring, bracing, and support to prevent movement,
settlement, and collapse of structure or element to be demolished, and adjacent facilities
and work to remain.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 25 of 55
3. Coordinate with authority regarding the closing of sidewalks and streets
4. Provide adequate fire protection in accordance with local Fire Department requirements.
5. Cover and protect existing floors, equipment, fixtures, and other items to remain from
soiling or damage during demolition work.
6. Provide temporary weather protection during interval between demolition and removal
of existing construction on exterior surfaces, and installation of new construction to
insure that no water leakage or damage occurs to structure of the existing area.
D. Damages: Promptly repair, to the satisfaction of the Architect and Owner damages caused to
contents by demolition work or due to insufficiency of protection provided, at no cost to Owner.
Replace damaged work, as directed by the Architect, if repair is not satisfactory.
E. Traffic: Conduct selective demolition operations and debris removal in a manner to ensure
minimum interference with roads, streets, walks, and other adjacent occupied or used facilities.
F. Explosives: Use of explosives will not be permitted.
G. Environmental Controls: Use water sprinkling, temporary enclosures, and other suitable methods
to limit dust and dirt rising and scattering in air to
lowest practicable level. Comply with governing regulations pertaining to environmental
protection.
PART 2 — PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.1 DEMOLITION: Provide selective demolition as indicated and as required for new work.
A. Proceed in a systematic manner. Use such methods as required to complete work in accordance
with demolition schedule and governing regulations.
B. Demolish concrete and masonry in small sections. Cut concrete and masonry at junctures with
construction to remain using power -driven masonry saw or hand tools; do not use power driven
impact tools.
3.2 DISPOSAL OF DEMOLISHED MATERIALS: Remove debris, rubbish, and other materials resulting from
demolition operations as the work progresses. Transport and legally dispose of materials off site.
Burning of debris will not be permitted on site.
3.3 CLEAN UP AND REPAIR:
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 26 of 55
A. Upon completion of selective demolition work, remove tools, equipment and demolished
materials from site. Remove protections and leave interior areas broom clean.
B. Repair demolition performed in excess of that required. Return structures and surfaces to remain to
condition existing prior to commencement of selective demolition work. Repair construction or
surfaces soiled or damaged by selective demolition work.
06 40 00 ARCHITECTURAL WOODWORK
PART 1- GENERAL
1.1 SUMMARY: Architectural woodwork, complete. Work includes, but is not limited to, the following:
A. Wood sills, frame and trim.
1.2 RELATED WORK SPECIFIED IN OTHER SECTIONS:
A. N/A
1.3 SUBMITTALS: 0133 00 Submittal Procedures
A. Product Data: Submit manufacturer's product data for each product and process specified as
work of this section and incorporated into items of architectural woodwork during fabrication,
finishing, and installation.
1.4 QUALITY ASSURANCE:
A. Trim Material and Fabrication Standards: Custom grade, in accordance with the latest edition of
the Architectural Woodwork Institute Quality standards and Guide Specifications, and match
existing species of wood.
B. Fabrication of architectural woodwork to be by a single firm.
1.5 PROJECT CONDITIONS:
A. Do not deliver or install woodwork until wet -work is completed, and HVAC system is operating a
will maintain temperature and relative humidity at occupancy levels during remainder
construction period.
B. Field Measurements: Where woodwork is fitted to other construction, check actual dimensions
other construction by accurate field measurements before fabrication, and show record
measurements on final shop drawings. Coordinate fabrication schedule with construction progr=,
to avoid delaying work.
1.6 DELIVERY, STORAGE, AND HANDLING: Deliver store, and handle architectural woodwork in a manner to
prevent damage and deterioration. Protect all surfaces of items subject to damage during transit.
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 27 of 55
1.7 COORDINATION: Coordinate work with work of other trades, including trades furnishing appliances and
plumbing fixtures
PART 2 - PRODUCTS
2.1 MATERIALS: Conform to Sections 100 and 200 of reference standard, except as modified below.
A. Exposed Solid Wood for Opaque Finish: match existing.
B. Solid Wood for transparent finish- match existing in species, grade, texture, profile, size, stain a
finish.
C. Solid Wood for Concealed Members: Douglas fir or Southern Pine.
2.3 FABRICATION AND MANUFACTURE:
A. Comply with specified sections of referenced standard, except do not use staples in exposed
millwork construction.
PART 3 - EXECUTION
3.1 PREPARATION:
A. Condition woodwork to average prevailing humidity conditions in installation areas prior to
installing.
B. Prior to installation, examine shop fabricated work for completion, and complete work as
required, including back priming and removal of packing.
3.2 INSTALLATION: Comply with AWI referenced section and as specified.
A. Install woodwork plumb, level, true and straight with no distortions. Shim as required using
concealed shims. Install to a tolerance of 1/8" in 8'-0" for plumb and level (including
countertops); and with no variations in flushness of adjoining surfaces.
B. Scribe and cut work to fit adjoining work, and refinish cut surfaces or repair damaged finish at
cuts.
C. Anchor woodwork to anchors or blocking built-in or directly attached to substrates. Secure to
grounds, stripping and blocking with countersunk, concealed fasteners and blind nailing as
required for a complete installation. Use fine finishing nails for exposed nailing, countersunk and
filled flush with woodwork.
D. Standing And Running Trim: Installed with minimum number of joints possible, using full-length
pieces (from maximum length of lumber available) to the greatest extent possible. Staggerjoints
in adjacent and related members. Cope at returns, miter at corners, and comply with referenced
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 28 of 55
standards forjoinery.
3.3 ADJUSTMENT, CLEANING, FINISHING AND PROTECTION:
A. Repair damaged and defective woodwork wherever possible to eliminate defects functionally
and visually; where not possible to repair properly, replace woodwork. Adjust joinery for
uniform appearance.
B. Clean hardware, lubricate and make final adjustments for proper operation.
C. Clean woodwork on exposed and semi -exposed surfaces. Touch up shop applied finishes to
restore damaged or soiled areas.
C. Protection: Provide final protection and maintain conditions necessary to ensure that the work
will be without damage or deterioration at the time of acceptance.
07 60 00 FLASHING & SHEET METAL
PART 1 GENERAL
1.1 RELATED WORK SPECIFIED ELSEWHERE
A. Sealants —Joint 07901
1.2 FURNISHED BUT NOT INSTALLED
A. Furnish various trades with flashing and other items of sheetmetal work shown or specified to be
built in by them.
1.3 SHOP DRAWINGS
f
A. Submit complete shop drawings for sheetmetal work to Architect for approval.
1.4 GUARANTEE
A. All flashing and sheetmetal work shall be included in 5-year guarantee. This applicator shall furnish
guarantee in written form.
PART 2 PRODUCTS
2.1 MATERIALS
A. Prefinished metal.
B. Galvanized sheet metal:
1. ASTM A-361, hot dip type, 24 gauge.
2. Solder - ASTM B-32, 50% tin
PART 3 EXECUTION
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 29 of 55
3.1 INSTALLATION
A. Counterflashing shall be installed according to figure "A", page 101, SMACNA Manual.
B. Corners shall be shop fabricated with legs extending each way from a corner a minimum of 18".
C. Sill flashing shall be installed according to the SMACNA Manual and including but not limited to pan
flashing set in compatible sealant with end dam and subframes.
D. Flashing
1. Lengths not to exceed 15 feet.
2. Side laps 6 inches, end laps 10 inches.
3. Adhere joints together with adhesive recommended by manufacturer.
3.2 EXPANSION AND CONTRACTION
A. Make ample provisions for expansion and contraction of all sheetmetal work. See SMACNA Manual.
3.3 WORKMANSHIP
A. Equal to best standards of practice in modern sheet metal.
B. Accurately formed to size, shapes and dimensions with all angles and lines in true alignment.
C. The work shall conform to "Architectural Sheet Metal Manual" as issued by the Sheet Metal and Air
Conditioning Contractors' National Assoc., Inc.
07 90 01 JOINT SEALANTS
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A.This Section includes joint sealants for the follow locations:
1.Exterior joints in vertical surfaces and nontraffic horizontal surfaces as indicated below:
a.Provide continuous joint sealant between window frame and masonry.
b.Provide continuous joint sealant to all perimeter window frame joints.
2.Interiorjoints in vertical surfaces and horizontal nontraffic surfaces as indicated below:
a.Provide continuous joint sealant between window frame and and wall and wall surfaces.
b.Provide continuous joint sealant to all perimeter window frame joints.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 30 of 55
1.3 SYSTEM PERFORMANCE REQUIREMENTS
A. Provide elastomeric joint sealants that have been produced and installed to establish and to maintain
watertight and airtight continuous seals without causing staining or deterioration of joint substrates.
B. Provide joint sealants for interior applications that have been produced and installed to establish and
maintain airtight continuous seals that are water resistant and cause not staining or deterioration of
joint substrates.
1.4 SUBMITTALS
A. General: Submit the following in accordance with Conditions of Contract and Division 1
Specifications Sections.
B. Product data from manufacturers for each joint sealant product required.
1. Certification by joint sealant manufacturer that sealants plus the primers and cleaners required for
sealant installation comply with local regulations controlling use of volatile organic compounds.
C. Samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of
strips of actual products showing full range of colors available, for each product exposed to view.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: Engage an experienced Installer who has completed joint sealant applications
similar in material, design, and extent to that indicated for Project that have resulted in construction
with a record of successful in-service performance.
B. Single Source Responsibility for Joint Sealant Materials: Obtain joint sealant materials from a single
manufacturer for each different product required.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to Project site in original unopened containers or bundles with labels indicating
manufacturer, product name and designation, color, expiration period for use, pot life, curing time,
and mixing instructions for multicomponent materials.
B. Store and handle materials in compliance with manufacturer's recommendations to prevent their
deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes.
1.7 PROJECT CONDITIONS
A. Environmental Conditions: Do not proceed with installation of joint sealants under the following
conditions:
1. When ambient and substrate temperature conditions are outside the limits permitted by joint
sealant manufacturer.
2. When ambient and substrate temperature conditions are outside the limits permitted by joint
sealant manufacturer or below 40 deg F (4.4 deg C).
3. When joint substrates are wet.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 31 of 55
B. Joint Width Conditions: Do not proceed with installation of joint sealants where joint widths are less
or greater than allowed by joint sealant manufacturer for application indicated.
C. Joint Substrate Conditions: Do not proceed with installation of joint sealants until contaminants
capable of interfering with their adhesion are removed from joint substrates.
PART 2 PRODUCTS
2.1 MATERIALS, GENERAL
A. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible
with one another and with joint substrates under conditions of service and application, as
demonstrated by sealant manufacturer based on testing and field experience.
B. Colors: Provide color of exposed joint sealants to comply with the following:
1. Provide selections made by Architect from manufacturer's full range of standard colors for
products of type indicated.
2.2 ELASTOMERIC JOINT SEALANTS
A. Elastomeric Sealant Standard: Provide manufacturer's standard chemically curing elastomeric
sealants that comply with ASTM C 920.
1. Additional Movement Capability: Where additional movement capability is specified in
Elastomeric Joint Sealant Data Sheet, provide products with the capability, when tested for
adhesion and cohesion under maximum cyclic movement per ASTM C 719, to withstand the
specified percentage change in the joint width existing at time of installation and remain in
compliance with other requirements of ASTM C 920 for uses indicated.
B. Available Products: Subject to compliance with requirements, elastomeric sealants that may be
incorporated in the Work include, but are not limited to, the products specified in each Elastomeric
Sealant Data Sheet.
C. Products: Subject to compliance with requirements, provide on of the products specified in each
Elastomeric Joint Sealant Data Sheet.
2.3 JOINTSEALANT BACKING
A. General: Provide sealant backings of material and type that are nonstaining; are compatible with
joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated
by sealant manufacturer based on field experience and laboratory testing.
B. Plastic Foam Joint Fillers: Preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding
strips or flexible plastic foam of material indicated below and of size, shape, and density to control
sealant depth and otherwise contribute to producing optimum sealant performance:
1. Closed -cell polyethylene form, nonabsorbent to liquid water and gas, nonoffgassing in
unruptured state.
2.4 MISCELLANEOUS MATERIALS
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 32 of 55
A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of
sealant to joint substrates indicated, as determined from preconstruction joint sealant -substrate tests
and field tests.
B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and
sealant backing materials, free of oily residues or other substances capable of staining or harming in
any way joint substrates and adjacent nonporous surfaces, and formulated to promote optimum
adhesion of sealants with joint substrates.
C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces
adjacent to joints.
PART 3 EXECUTION
3.1 EXAMINATION
A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with
requirements for joint configuration, installation tolerances, and other conditions affecting joint
sealant performance. Do not proceed with installation of joint sealants until unsatisfactory
conditions have been corrected.
3.2 PREPARATION
A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply
with recommendations of joint sealant manufacturer and the following requirements:
1. Remove all foreign material from joint substrates that could interfere with adhesion of joint
sealant, including dust, paints (except for permanent, protective coatings tested and approved for
sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease,
waterproofing, water repellents, water, surface dirt, and frost.
2. Clean concrete, masonry, unglazed surfaces of ceramic tile, and similar porous joint substrate
surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these
methods to produce a clean, sound substrate capable of developing optimum bond with joint
sealants. Remove loose particles remaining from above cleaning operations by vacuuming or
blowing out joints with oil -free compressed air.
3. Remove laitance and form release agents from concrete.
4. Clean metal, glass, porcelain enamel, glazed surfaces of ceramic tile, and other nonporous
surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave
residues capable of interfering with adhesion of joint sealants.
B. Joint Priming: Prime joint substrates where indicated or where recommended by joint sealant
manufacturer based on preconstruction joint sealant -substrate tests or prior experience. Apply
primer to comply with joint sealant manufacturer's recommendations. Confine primers to areas
of joint sealants bond; do not allow spillage or migration onto adjoining surfaces.
C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining
surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 33 of 55
methods required to remove sealant smears. Remove tape immediately after tooling without
disturbing joint seal.
3.3 INSTALLATION OF JOINT SEALANTS
A. General: Comply with joint sealant manufacturer's printed installation instructions applicable to
products and applications indicated, except where more stringent requirements apply.
B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint
sealants as applicable to materials, applications, and conditions indicated.
C. Installation of Sealant Backings: Install sealant backings to comply with the following requirements:
1. Install joint fillers to provide support of sealants during application and at position required to
produce the cross -sectional shapes and depths of installed sealants relative to joint widths that
allow optimum sealant movement capability.
a. Do not leave gaps between ends of joint fillers.
b. Do not stretch, twist, puncture, or tearjoint fillers.
c. Remove absorbent joint fillers that have become wet prior to sealant application and replace with
dry material.
D. Installation of Sealants: Install sealants by proven techniques that result in sealants directly
contacting and fully wetting joint substrates, completely filling recesses provided for each joint
configuration, and providing uniform, cross -sectional shapes and depths relative to joint widths that
allow optimum sealant movement capability. Install sealants at the same time sealant backings are
installed. Provide manufacturer warranty and minimum 2 year installation warranty.
E. Tooling of Nonsag Sealants: Immediately after sealant application and prior to time skinning or
curing begins, tool sealants to form smooth, uniform beads of configuration indicated, to eliminate
air pockets, and to ensure contact and adhesion of sealant with sides of joint. Remove excess
sealants from surfaces adjacent to joint. Do not use tooling agents that discolor sealants or adjacent
surfaces or are not approved by sealant manufacturer.
1. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated.
3.4 CLEANING
A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and
with cleaning materials approved by manufacturers of joint sealants and of products in which joints
occur.
3.5 PROTECTION
A. Protect joint sealants during and after curing period from contact with contaminating substances or
from damage resulting from construction operations or other causes so that they are without
deterioration or damage at time of Substantial Completion. If, despite such protection, damage or
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 34 of 55
deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so that
and installations with repaired areas are indistinguishable from original work.
085113 ALUMINUM WINDOWS
PART 1 GENERAL
1.1 SUMMARY
A.Section Includes:
1.Fixed Aluminum Window Units
2.Glass and Glazing for Aluminum Windows including tempered, glass type, and energy
efficiencies.
3.Wood Blocking, Shims, Anchors, Clips, and all accessories necessary for a complete
installation furnished and installed.
4.All aluminum trim and closure pieces including but not limited to subframes, flashings,
and sill flashings
5.Installation labor, tools, equipment, and services necessary for installation of Aluminum
Windows.
B.Related Sections:
1.Section 07 60 00 (07600) - Metal Flashing and Trim
2.Section 07 901 (07901) - Joint Sealants
3.Section 013300 Submittals
1.2 REFERENCES
A. Aluminum Association (AA)
1. DAF-45 — "Designation System for Aluminum Finishes"
B. American Architectural Manufacturers Association (AAMA):
1. 101— "Voluntary Performance Specification for Windows, Skylights and Glass Doors"
2. 611— "Voluntary Specification for Anodized Architectural Aluminum"
3. 1503 — "Voluntary Test Method for Thermal Transmittance and Condensation Resistance of
Windows, Doors and Glazed Wall Sections"
4. 2400 — "Voluntary Specification for Installation of Windows with a Mounting Flange in Stud
Frame Construction"
5. 2604 — "Voluntary Specification, Performance Requirements and Test Procedures for High
Performance Organic Coatings on Aluminum Extrusions and Panels"
6. 2605 — "Voluntary Specification, Performance Requirements and Test Procedures for Superior
Performance Organic Coatings on Aluminum Extrusions and Panels"
7. CW-10 — "Care and Handling of Architectural Aluminum from Shop to Site"
C. American National Standards Institute(ANSI) Publications
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 35 of 55
1. Z97.1— "Performance Specifications and Methods of Test for Safety Glazing Materials Used in
Buildings"
D..ASTM International (ASTM) Publications:
1. C1036 — "Standard Specifications for Flat Glass"
2. C1048 — "Standard Specifications for Heat -Treated Flat Glass — Kind HS, Kind FT Coated and
Uncoated Glass"
3. E90 — "Standard Test Method for Laboratory Measurement of Airborne Sound Transmission Loss
of Building Partitions and Elements"
4. E283 — "Standard Test Method for Determining the Rate of Air Leakage Through Exterior
Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen"
5. E330 — "Standard Test Method for Structural Performance of Exterior Windows, Curtain Walls,
and Doors By Uniform Static Air Pressure Difference"
6. E331— "Standard Test Method for Water Penetration of Exterior Windows, Curtain Walls, and
Doors By Uniform Static Air Pressure Difference"
7. E413 — "Classification for Rating Sound Insulation"
8. E547 — "Standard Test Method for Water Penetration of Exterior Windows, Skylights, Doors, and
Curtain Walls by Cyclic Static Air Pressure Differential"
9. E774 — "Standard Specification for Sealed Insulating Glass Units"
10. E1886 — "Standard Test Method for Performance of Exterior Windows, Curtain Walls, Doors, and
Impact Protective Systems Impacted by Missile(s) and Exposed to Cyclic Pressure Differentials"
11. E1996 - "Standard Specification for Performance of Exterior Windows, Curtain Walls, Doors and
Impact Protective Systems Impacted by Windborne Debris in Hurricanes"
12. F588 - "Standard Test Methods for Measuring the Forced Entry Resistance of Window
Assemblies, Excluding Glazing Impact"
E. Glass Association of North America (GANA):
1. "GANA Glazing Manual"
F. Insulating Glass Certification Council IGCC
G. Insulating Glass Manufacturers Alliance IGMA) Publications:
1. Glazing Guidelines
H. National Fenestration Ratings Council (NFRC)
I. U.S. Consumer Product Safety Commission (CPSC) Publications:
1. 16 CFR Part 1201 "Safety Standard For Architectural Glazing Materials"
J. Window and Door Manufacturers Association (WDMA) Publications:
1. ANSI/AAMA/WDMA 101/I.S.2/NAFS-02 "Voluntary Performance Specification for Windows,
Skylights and Glass Doors"
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 36 of 55
2. AAMA/AAMA/WDMA CSA 101/I.S.2/A440-05 "Standard/Specification for Windows, Doors and
Unit Skylights"
1.3 SUBMITTALS
A. Submit "Letter of Conformance" with the following supporting data:
1. Product data for each type of aluminum window specified, including standard construction
details, dimensions of individual components, profiles, finishes, hardware, and accessories.
2. Shop drawings for each type of window specified, including %-inch scale wall elevations, typical
unit elevations at %-inch scale details, full size details of typical composite members and the
following:
a. Panning Details
b. Flashing and drainage details.
c. Mullion details, including reinforcement and stiffeners.
d. Joinery details.
3. Product certificates signed by the window manufacturer certifying that window units comply with
specified performance requirements.
4. Submit certified independent laboratory test reports verifying compliance with all test
requirements of 1.5 PERFORMANCE REQUIREMENTS as requested by Architect.
1.4 DEFINITIONS
A. Performance grade number, included as part of the AAMA/WDMA CSA 101/I.S.2/A440-05 product
designation code, is actual design pressure in pounds force per square foot used to determine
structural test pressure and water test pressure.
1.5 PERFORMANCE REQUIREMENTS
A. Certify that windows have been tested in accordance with American Architectural Manufacturers
Association (AAMA/WDMA) Specification for Performance Class specified complying with the
following performance standards:
1. AAMA/WDMA CSA 101/I.S.2/A440-05 Performance Requirements: Provide aluminum windows
of the performance class and grade indicated that comply with AAMA/WDMA CSA
101/I.5.2/A440-05.
a. Performance Class: F-HC
b. Performance Grade: 50
2. Uniform Structural Properties (ASTM E330): Pressure acting inward and outward. Window to be
operable with permanent deformation at a maximum of 1/175 of its span, when tested at a
static air pressure difference of the following:
a. Class F-HC-50: 75.0 PSF
3. Water Resistance (ASTM E331 and ASTM E547): No water penetration at test pressure
indicated.
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 37 of 55
a. Class F-HC-50: 6.00 PSF
4. Air Leakage (ASTM E283):
a. No air leakage when tested at a static pressure difference of 6.24 PSF minimum.
B. Project Wind Loads:
1. Ultimate Wind Speed (MPH): 120
2. Risk Category: III
3. Exposure Category: C
4. Minimum Ultimate Components and Cladding Wind Pressure — Zone 4 (PSF): +40/-49
5. Minimum Ultimate Components and Cladding Wind Pressure — Zone 5 (PSF): +45/-60
1.6 QUALITY ASSURANCE
A. All window units shall be manufactured by a single source.
1. All windows in any one project must be by the same manufacturer and with comparable frame
depth, profile, glazing bite, and installation requirements. Manufacturer must provide a
window system that can incorporate all window configurations used on the project.
2. Standards: Requirements for aluminum windows, terminology and standard of performance, and
fabrication workmanship are those specified and recommended in AAMA/WDMA CSA
101/I.S.2/A440-05 and The Aluminum Association IAA).
a. All window units shall be labeled as conforming to AAMA/WDMA CSA 101/I.S.2/A440-05.
The label shall state the name of the manufacturer, the approved labeling agency and the
product designation as specified in AAMA/WDMA CSA 101/I.S.2/A440-05.
b. All testing shall be conducted using AAMA/WDMA/CSA 101/I.S.2/A440-05 Gateway
Performance minimum specified test sizes.
1.7 DELIVERY, STORAGE AND HANDLING
A. Transportation and Handling: Transport products by methods to avoid product damage, deliver in
undamaged condition in manufacturer's unopened containers or packaging. Provide equipment and
personnel to handle products by method to prevent soiling or damage. Promptly inspect shipments
to assure that products comply with requirements, quantities are correct, and products are
undamaged.
Storage and Protection: Store products in accordance with manufacturer's instructions, with seals
and labels intact and legible. Store sensitive products in weather -tight enclosures; maintain with
temperature and humidity ranges required by manufacturer's instruction.
1.8 WARRANTIES
A. Aluminum Window Warranty
1. Products: Submit a written warranty, executed by the window manufacturer, for the following:
Framing: A period of (2) year from the date of manufacture, against defective materials and
workmanship, including substantial non-compliance with applicable specification
requirements and industry standards, which results in premature failure of the windows or
parts, outside of normal wear.
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 38 of 55
b. Insulated glass units: A period of (5) years from the date of manufacture, against insulated
glass seal failure unrelated to glass breakage.
c. In the event that windows or components are found defective, manufacturer will repair or
provide replacements without charge at manufacturer's option.
d. Finish: Refer to Part 2, Section 2.6 "FINISHES" for warranty requirements.
e. Warranty for all components must be direct from the manufacturer (non- pass through) and
non- prorated for the entire term. Warranty must be assignable to the non-residential
owner, and transferable to subsequent owners through its length.
2. Installation: Submit a written warranty, executed by the window installer, for a period of (2) year
from the date of substantial completion, against defective materials or workmanship, including
substantial non-compliance with applicable specification requirements, which result in
premature failure.
a. In the event that installation of windows or components is found to be defective, installer will
repair or provide replacements without charge at the installer's option.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Approved Manufacturers:
1. Quaker Window Products Company, Inc. (800) 347-0438
a. Fixed Window: H600 series with tempered, Argon filled, energy max Low-E glazing (See
attached specifications)
b.
2. Substitutions: Only pre -approved products specified by the Architect will be acceptable. Submit
the following information with proper documentation as required for pre -bid substitution
requests, and at least (10) working days prior to bid date.
a. Independent test reports certifying that proposed product is in accordance with, and meets
all criteria specified in Section 1.5 "PERFORMANCE REQUIREMENTS".
b. Drawing details of elevations and sections, and samples in accordance with, and as specified
in Section 1.3 "SUBMITTALS".
c. Copy of manufacturer's warranty specified in accordance with, and as specified in Section 1.8
"WARRANTIES".
d. Any additional information requested by the Architect.
2.2 MATERIALS
A. Aluminum Members:
1. Extruded aluminum prime billet 6063-T6 alloy for primary components, 6063-T6, or 6061-T6 for
structural components, all in accordance with (ASTM B221).
B. Thermal Break Construction:
1. Frame members shall include a thermal break, applied in the manufacturer's facility, using
concealed low -conductance poured -in -place polyurethane in a pre-treated cavity.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 39 of 55
2. After proper curing, the aluminum bridge section must be removed to provide a 1/4" minimum
separation between interior and exterior metal surfaces.
2.3 MANUFACTURED UNITS
A. Principal window frame members shall have a minimum 0.062" wall thickness, which includes all
hardware mounting webs, and sectional flanges.
B. Window frame depth shall be 3 1/4" minimum.
C. Glazing: Refer to Section 2.5 "GLASS MATERIALS".
2.4 COMPONENTS
A. All fasteners, tools, equipment, and other materials necessary for a complete installation shall be
furnished by the Contractor.
1. Aluminum, nonmagnetic stainless steel, epoxy adhesive, or other materials warranted by the
manufacturer to be noncorrosive and compatible with all window members, cladding, trim,
hardware, anchors, and other components.
B. Thermoplastic or thermo-set plastic caps, housings, and other components to be injection -molded
nylon, extruded PVC, or other suitable compound.
F. Accessories:
1. Sills: Manufacturer's standard exterior sills, as shown on Drawings.
2. Trim: Manufacturer's standard interior snap trims, type as shown on Drawings.
3. Mullions: Provide mullions and cover plates as shown, matching window units. Allow for
erection tolerances and provide for movement of window units due to thermal expansion and
building deflections, as indicated. Provide mullions and cover plates capable of withstanding
design loads of
4. Muntins:
a. Simulated Divided Lite Muntins:
1) Composition shall include:
Exterior applied extruded aluminum Muntin of specified width, continuously adhered
to surface of glass with a high performance acrylic adhesive system (ARclad 8626
Muntin Mounting Tape as manufactured by Adhesives Research, or equivalent)
ii. Roll formed aluminum of specified width, located between glass panes within the
sealed insulated glass unit.
iii. Interior applied extruded aluminum Muntin of specified width, continuously adhered
to surface of glass with a high performance acrylic adhesive system (ARclad 8626
Muntin Mounting Tape as manufactured by Adhesives Research, or equivalent)
2) Finish of Exterior and Interior applied muntin components shall comply with Section 2.06
"FINISHES".
3) Finish color of Exterior and Interior applied muntins, and internal muntins shall match
Window Frame.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 40 of 55
5. Panning:
a. Provide extruded aluminum panning in accordance with (ASTM 13221) by Window
Manufacturer, type and size as indicated on Drawings.
b. Panning shall be cut to fit by Window Manufacturer.
c. Finish of Panning components shall comply with Section 2.6 "FINISHES", and color shall
match Aluminum Windows.
6. Receptor System / Subframe:
a. Provide extruded aluminum, thermally broken Receptor System with Aluminum Windows by
Window Manufacturer in accordance with (ASTM B221), as shown on Drawings.
b. Finish of Receptor System components shall comply with Section 2.06 "FINISHES", and color
shall match Aluminum Windows.
2.5 GLASS MATERIALS:
A. Coated Low Emissivity Glass: Type 1 (transparent glass, flat), Class 1 (clear), Quality q3 (glazing
select), with coating type and performance characteristics complying with requirements specified
below:
1. Low E Coating: Surface #2 on insulated units.
2. Approved Manufacturers:
a. Cardinal
B. Tempered Glass: Condition A (uncoated surfaces), Type 1 (transparent glass, flat), Class 1 (clear),
Quality q3, clear, fully tempered safety glass (meet requirements of ANSI Z97.1).
1. All tempered glass shall conform to ASTM C1048, ANSI Z97.1, and CPSC 16 CFR Part 1201.
Tempered glass shall bear permanent monogram indicating tempered quality. Fabrication marks
on tempered glass shall be located to be concealed in completed installation.
C. Windows shall be glazed as follows:
1. Sound Transmission Class (STC) (ASTM E413): Provide glazing required for conforming to over all
STC ratings as specified for aluminum windows.
D. Insulating Glass: Manufacturer's standard units that comply with specified quality standards and
coatings.
a. Provide preassembled units consisting of organically sealed panes of glass enclosing a
hermetically sealed dehydrated air space and complying with ASTM E774 for performance
classification indicated as well as with other requirements specified for glass characteristics,
airspace, sealing system, sealant, space material, and desiccants.
1) Total Thickness: 5/8"
2) As required by the window manufacturer for size of glass
b. Exterior Pane of Glass:
1) Provide tempered glass
c. Insulated Unit Sealing System:
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 41 of 55
1) The IG edge seal system shall provide very low permeability to water vapor ingress @
<0.10 g Hz0/mZ per 24 hrs to provide a long IG service life"
2) The IG edge seal system shall provide very low Thermal Conductance (or Klin) @
<0.25 W/m° C based on %" (13mm) spacer, and forces warm -edge.
2.6 FINISHES
A. Finish of Aluminum Components
1. Finish of all exposed areas of aluminum windows and components shall be applied in accordance
with the appropriate AAMA Voluntary Guide Specification shown below:
a. High Performance Organic Coating conforming to (AAMA 2604-98), Voluntary Specification,
Performance Requirements and Test Procedures.
b. Finish Warranty Period: *5 years from date of manufacture
c. Color Selection: toffee
2.7 FABRICATION
A. Fabricate windows allowing for minimum clearances and shim spacing around perimeter of
assembly, yet enabling installation.
B. Rigidly fitjoints and corners. Accurately fit and secure corners tight. Make cornerjoints flush,
hairline, and weatherproof. Seal corner joints with sealant.
C. Develop drainage holes with moisture pattern to exterior.
D. Prepare components to receive anchor devices. Fabricate anchorage items.
PART 3 EXECUTION
3.1 EXAMINATION
A. Site Verification of Conditions:
1. Verify that building substrates permit installation of windows according to the manufacturer's
instructions, approved shop drawings, calculations and contract documents.
2. Do not install windows until unsatisfactory conditions are corrected.
3.2 INSTALLATION
A. Erection of Aluminum Windows
1. Install windows with skilled tradesmen in exact accordance with approved Shop Drawings,
Installation Instructions, Specifications, and in accordance with (AAMA 101/I.S.2./ A440-08).
2. Windows must be installed plumb, square, and level for proper weathering and operation.
Jambs must not be "sprung", bowed, or warped during installation.
3. Any uncoated aluminum components of Aluminum Window shall be insulated from direct
contact with steel, masonry, concrete, or other dissimilar metals by bituminous paint, zinc
chromate primer, nonconductive shims, or other suitable insulating materials.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 42 of 55
3.2 ADJUSTING AND CLEANING
A. After completion of window installation, windows shall be inspected, adjusted, put into working
order and left clean, free of labels, dirt, or other debris. Protection from this point shall be the
responsibility of the General Contractor.
09250 GYPSUM DRYWALL
PART 1 -GENERAL
1.1 DESCRIPTION
A. This Section describes requirements for gypsum wallboard systems and associated items. The types of
work include, but are not limited to, the following:
1. Gypsum drywall applied to wood framing and furring.
2. Gypsum backing boards for application of other finishes.
3. Drywall finishing (joint tape -and -compound treatment).
B. Fire Resistance Ratings: Where indicated, provide materials and construction which are identical to those of
assemblies whose fire resistance rating has been determined per ASTM E 119 by a testing and inspecting
organization acceptable to authorities having jurisdiction. Provide fire -resistance -rated assemblies identical
to those indicated by reference to GA File No's. in, GA-600 "Fire Resistance Design Manual" or to design
designations in U.L. "Fire Resistance Directory" or in listing of other testing and agencies acceptable to
authorities having jurisdiction.
1.2 SUBMITTALS
A. Furnish manufacturer's certification that materials meet or exceed specification requirements.
B. Furnish manufacturer's printed instructions for installation of the assemblies.
1.3 QUALITY ASSURANCE
A. Single Source Responsibility: Obtain each type of gypsum board and related joint treatment materials from
a single manufacturer.
B. Comply with GA-216 "Application and Finishing of Gypsum Board" by Gypsum Association-
C. Allowable Construction Tolerances: 1/8" offsets between planes of board faces, and 1/4" in 8'-0" for plumb,
level, warp and bow.
1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in original packages, containers or bundles bearing brand name and identification of
manufacturer or supplier.
B. Store materials inside under cover and keep them dry and protected against damage from weather, direct
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 43 of 55
sunlight, surface contamination, corrosion, construction traffic and other causes. Neatly stack gypsum
boards flat to prevent sagging.
C. Handle gypsum boards to prevent damage to edges, ends, and surfaces. Do not bend or otherwise damage
metal corner beads and trim.
1.5 SITE CONDITIONS
A. Environmental Conditions, General: Establish and maintain environmental conditions for application and
finishing gypsum board to comply with ASTM C 840 and with gypsum board manufacturer's
recommendations.
B. Minimum Room Temperatures: For non -adhesive attachment of gypsum board to framing, maintain not
less than 40 deg F (4 deg C). For adhesive attachment and finishing of gypsum board maintain not less than
50 deg F (10 deg C) for 48 hours prior to application and continuously thereafter until drying is complete.
C. Ventilate building spaces to remove water not required for drying joint treatment materials. Avoid drafts
during dry, hot weather to prevent materials from drying too rapidly.
PART 2 -PRODUCTS
2.1 MATERIALS
A. Gypsum Wallboard:
1. Regular board:
a. ASTM C 36.
b. Thickness: As indicated, or if not indicated, in 5/8" thicknesses to comply with ASTM C840 for
application and support spacing indicated.
c. Edges: Tapered.
d. Provide foil -backed where indicated.
2. Fire -rated board (Type X):
a. ASTM C 36.
b. Thickness: 5/8"
c. Edges: Tapered
B. Fasteners:
1. Screws for sheet metal application:
a. Self -drilling, self -tapping, bugle head, for use with power driven tool.
b. Single layer and base layer application: Type S, 1" long.
c. Double layer screw attachment: Type S, 1-5/8" long.
2. Screws for attaching to wood framing:
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 44 of 55
a. Self -drilling, self -tapping, bugle head, for use with power driven tool.
b. Single layer and base layer application: Type W, 1-1/4".
c. Double layer adhesively laminated: Type G, 1-1/2".
C. Joint Treatment Materials: Provide materials complying with ASTM C 475, ASTM C 840 and
recommendations of manufacturer's of both gypsum board and joint treatment materials for the
application indicated.
1. Joint tape: Paper reinforcing tape.
2. Joint compound: Ready -mixed vinyl -type for interior use.
a. Taping compound for first coat over fasteners and flanges of corner beads and edge trim.
b. Topping compound formulated for fill (second) and finish (third) coats.
D. Laminating Adhesive:
1. Manufacturer's recommendation for laminating multiple -ply application.
E. Spot Grout: ASTM C 475, setting -type joint compound of type recommended for spot grouting hollow
metal doorframes.
F. Sound Attenuation Blankets:
1. ASTM C 665, Type 1
2. Thickness: 2"
3. 3-1/2" batt insulation may be used at Contractor's option.
G. Accessories:
1. Corner beads: U.S.G. Perf-A-Bead or an approved equal.
2. Edge trim: U.S.G. No. 200 series or an approved equal.
3. Control joints: U.S.G. 093 or an approved equal.
H. Drywall Texture -Walls:
1. Provide "Wall Spray Texture" as manufactured by Gold Bond or approved equal.
2. Texture: Light orange peel finish
I. Drywall Texture -Ceilings:
1. Provide "Spray Quick" texture as manufactured by Gold Bond or approved equal.
2. Texture: Light orange peel finish
PART 3 -EXECUTION
3.1 INSTALLATION
A. General:
1. Use wallboard of maximum lengths to minimize end joints.
2. Stagger end joints when they occur.
3. Locate end joints as far as possible from center of wall or ceiling.
4. Steel Framing Installation Standard: Install steel framing to comply with ASTM C 754 and with ASTM C
840 requirements that apply to framing installation.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 45 of 55
5. Install supplementary framing, blocking and bracing at terminations in the work and for support of
fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, and similar
construction to comply with details indicated and with recommendations of gypsum board
manufacturer, or if none available, with "Gypsum Construction Handbook" published by United States
Gypsum Co.
6. Isolate steel framing from building structure to prevent transfer of loading imposed by structural
movement, at locations indicated below to comply with details shown on Drawings:
a. Where edges of suspended ceilings abut building structure horizontally at ceiling perimeters or
penetrations of structural elements.
b. Where partitions and wall framing abuts overhead structure. Provide slip or cushioned type joints
as detailed to attain lateral support and avoid axial loading.
7. Do not bridge building expansion and control joints with steel framing or furring members;
independently frame both sides of joints with framing or furring members or as indicated.
B. Framing:
1. Wall systems:
a. Erect non -load -bearing partitions with wood studs. Space studs at 16" o.c. and interconnect end
studs in adjoining partitions with screws at 24" o.c.
b. Secure floor and ceiling runners to structure at 24" o.c. maximum.
c. Studs shall be installed in continuous lengths with no splicing in lengths up to 16' for 3-5/8" studs
and 16' for 6" studs.
2. Framed openings:
a. Ceiling openings: Install auxiliary framing at termination of drywall work, and at openings for
light fixtures, air supply exhaust, access panels and similar work, as required for support of both
the drywall construction and other work indicated for support thereon. Intermediate structural
members, although not a part of the building structural system, shall be provided for
attachment and suspension of support members.
b. Wall openings: Provide frames for openings required for doors, pass-throughs, access panels,
fire dampers, ducts, cable trays and similar work. Install runner channel section cut 24" longer
than rough -opening above and below framed opening. Bend, nest and secure runner ends to
studs. Prepared openings above ceilings in fire -rated work shall conform to SMACNA and UL
requirements.
(1) Space jack studs same as partition studs and screw to runner tracks above and below.
(2) Install two (2) studs at each jamb of each opening over 2'-0" wide.
C. Wallboard:
1. Do not install imperfect, damaged or damp boards. Butt boards together for a light contact at edges
and end with not more than 1/16" open space between boards. Do not place tapered edges against
cut edges or ends.
2. Ceilings - single ply: Apply wallboard with long dimension at right angles to framing.
3. Walls - single ply: Apply wallboard with long dimension at right angles to furring or framing, unless
ceiling height is greater than 8'-2".
a. When installing wallboard horizontally attach upper wallboard first.
b. Stagger end joints to occur on different framing members on opposite sides of partition.
4. Walls - two ply: Apply first ply so that a minimum of end joints and least amount of joint treatment
occur in finish ply. Bond second ply with adhesive recommended by manufacturer.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 46 of 55
5. Attachment:
a. Fastening shall conform to ANSI A97.1.
b. Use only screw fasteners.
c. Space screws 12" o.c. along ends and edges and field of wallboard at walls and ceilings.
d. Drive screws with positive clutch electric screwdriver.
D. Spot grout hollow metal door frames for solid core wood doors, hollow metal doors and doors over 32
inches wide. Apply spot grout at each jamb anchor clip just before inserting board into frame.
E. Where feasible, install accessories using the same fasteners to anchor flanges as required to fasten gypsum
board to the supports. Otherwise, fasten flanges to comply with manufacturer's recommendations.
F. Control Joints:
1. Locate wall control joints at approximately 20' on centers. Do not locate wall control joints within 8" of
a corner or opening.
2. Locate control joints at each jamb of every door on both sides of the partition. Extend joint from door
head to top of the partition.
3. Doorjamb control joints may serve as the required wall control joints if it lies within the approximately
20' spacing as described above.
G. Taping and Finishing Joints:
1. Taping and embedding joints:
a. Apply compound in thin uniform layertojoints and angles to be reinforced.
b. Apply reinforcing tape immediately.
c. Center tape overjoint, and seat tape into compound.
d. Leave approximately 1/64 in. to 1/32 in. compound under tape to provide bond.
e. Apply skim coat immediately following tape embedment but not to function as fill or second coat.
f. Fold tape and embed in angles to provide true angle.
g. Dry embedding coat prior to application of fill coat.
2. Filling:
a. Apply joint compound over embedding coat.
b. Fill taper flush with surface.
c. Apply fill coat to cover tape.
d. Feather out fill coat 2 inches beyond tape and previous joint compound line.
e. Joints with no taper: Feather out at least 4 in. on either side of tape.
f. Do not apply fill coat on interior angles.
g. Allow fill coat to dry prior to application of finish coat.
3. Finishing:
a. Spread joint compound evenly over and 2 inches beyond fill coat on all joints.
b. Feather to smooth, uniform finish.
c. Apply finish coat to taped angles to cover tape and taping compound.
d. Sand final application of compound to provide surface ready for decoration.
H. Filling and finishing depressions:
1. Apply joint compound as first coat to fastener depressions.
2. Apply at least two additional coats of compound after first coat is dry.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 47 of 55
3. Leave filled and finished depressions level with plane of surface.
Finishing Beads and Trim:
1. Fi rst fi I I coat:
a. Apply joint compound to bead and trim.
b. Feather out from ground to plane of the surface.
c. Dry compound prior to application of second fill coat.
2. Second fill coat:
a. Applyjoint compound in same manner as first fill coat.
b. Extend beyond first coat onto face of wallboard.
c. Dry compound prior to application of finish coat.
3. Finish coat:
a. Apply joint compound to bead and trim.
b. Extend beyond second fill coat.
c. Feather finish coat from ground to plane of surface.
J. Drywall Textures:
1. Surface Preparation and Primer: Prepare and prime drywall and other surfaces in accordance with
texture finish manufacturer's instructions. Apply primer to all surfaces to achieve texture finish.
a. Primer shall be Glidden Y-5700 or approved equal.
2. Texture Application: Mix and apply texture to drywall in accordance with manufacturer's
instructions to produce a uniform texture without starved spots or other evidence of thin
application, and free of application patterns.
3. Remove any texture droppings or overspray from door frames, windows and other adjoining work.
3.3 REPAIR AND PROTECTION
A. Screw Pop:
1. Repair screw pop by driving new screw approximately 1-1/2" from screw pop and reseat screw.
2. When face paper is punctured drive new screw approximately 1-1/2" from defective fastening and
remove defective fastening.
3. Fill damaged surface with compound.
B. Ridging:
1. Do not repair ridging until condition has fully developed: approximately six months after installation or
one heating season.
2. Sand ridges to reinforcing tape without cutting through tape.
3. Fill concave areas on both sides of ridge with topping compound.
4. After fill is dry, blend in topping compound over repaired area.
C. Fill cracks with compound and finish smooth and flush.
D. Provide protection and maintain conditions in a manner which ensures gypsum wallboard construction
being without damage or deterioration at time of Substantial Completion.
09900 PAINTING
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 48 of 55
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes surface preparation, painting, and finishing of exposed interior and
exterior items and surfaces.
1. Surface preparation, priming, and finish coats specified in this section are in addition to shop
priming and surface treatment specified under other sections.
B. Paint exposed surfaces whether or not colors are designated in "schedules," except where a
surface or material is specifically indicated not to be painted or is to remain natural. Where an item
or surface is not specifically mentioned, paint the same as similar adjacent materials or surfaces. If
color or finish is not designated, the Architect will select from standard colors or finishes available.
1. Painting includes field painting exposed bare and covered pipes and ducts (including color
coding), hangers, exposed steel and iron work, and primed metal surfaces of mechanical and
electrical equipment.
1.2 DEFINITIONS
A. "Paint" includes coating systems materials, primers, emulsions, enamels, stains, sealers and
fillers, and other applied materials whether used as prime, intermediate, or finish coats.
1.3 SUBMITTALS
A. Product Data: Manufacturer's technical information, label analysis, and application instructions
for each material proposed for use.
1. List each material and cross-reference the specific coating and finish system and
application. Identify each material by the manufacturer's catalog number and general
classification.
B. Samples for initial color selection in the form of manufacturer's color charts.
1. After color selection, the Architect will furnish color chips for surfaces to be coated.
C. Samples for verification purposes: Provide samples of selected color and material to be applied, with
texture to simulate actual conditions, on representative samples of the actual substrate. Define each
separate coat, including block fillers and primers. Use representative colors when preparing samples
for review. Resubmit until required sheen, color, and texture are achieved.
Provide a list of material and application for each coat of each sample. Label each sample
as to location and application.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 49 of 55
2. Submit samples on the following substrates for the Architect's review of color and
texture only:
a. Concrete: Provide two 4inchsquare samples for each color and finish.
b. Stained or Natural Wood: Provide two 4 by 8 inch samples of natural and stained
wood finish on actual wood surfaces.
1.4 QUALITY ASSURANCE
A. Single -Source Responsibility: Provide primers and undercoat paint produced by the same
manufacturer as the finish coats.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to the job site in the manufacturer's original, unopened packages and
containers bearing manufacturer's name and label.
1. Product name or title of material.
2. Product description (generic classification or binder type).
3. Federal Specification number, if applicable.
4. Manufacture's stock number and date of manufacturing.
5. Contents by volume, for pigment and vehicle constituents.
6. Thinning instructions.
7. Application instructions.
8. Color name and number.
B. Store materials not in use in tightly covered containers in a well -ventilated area at a minimum
ambient temperature of 45 deg F. Maintain containers used in storage in a clean condition, free of
foreign materials and residue.
1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily.
Take necessary measures to ensure that workers and work areas are protected from fire and
health hazards resulting from handling, mixing, and application.
1.6 JOB CONDITIONS
A. Apply water based paints only when the temperature of surfaces to be painted and surrounding air
temperatures are between 50 deg F and 90 deg F.
B. Apply solvent thinned paints only when the temperature of surfaces to be painted and surrounding
air temperatures are between 45 deg F and 95 deg F.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 50 of 55
C. Do not apply paint in snow, rain, fog, or mist, when the relative humidity exceeds 85 percent, at
temperatures less than 5 deg F above the dew point, or to damp or wet surfaces.
1. Painting may continue during inclement weather if surfaces and areas to be painted are
enclosed and heated within temperature limits specified by the manufacturer during application
and drying periods.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Manufacturer: Subject to compliance with requirements, provide products of one of the
following or equal:
1. The Sherwin-Williams Company (S-W)
2. PPG Industries, Pittsburgh Paints (Pittsburgh)
3. Pratt and Lambert (P&L)
2.2 PAINTING SYSTEMS
A. Exterior Metal:
Surfaces - Exterior steel, iron and galvanized items such as roof top equipment, metal frames, for
exterior doors, exterior hollow metal doors, uninsulated piping systems, and other
exterior ferrous metal not otherwise specified.
Primer for Bare Steel & Iron - Red Metal Primer
Primer for Galvanized Metal - Galvanized Metal Primer
Finish - Exterior Alkyd Enamel (2 coats)
B. Interior Wood: (Semi -gloss finish)
Surfaces - Closet and storage shelving
Primer - Alkyd enamel undercoater
Finish - Interior Latex Enamel (2 coats)
C. Interior Wood: (Varnish Finish)
Surfaces - Millwork, doors and trim
Finish - Satin wood varnish systems (3 coats)
Stain as selected by Architect
D. Gypsum Board: (Flat Latex)
Surfaces - Ceilings
Primer - 1 coat mixture Sherwin-Williams 1 gal.
Promar filler to 1 gal. Promar latex flat wall paint
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 51 of 55
Finish - 2 coats Promar latex flat wall paint
E. Gypsum Board: (Semi -gloss)
Surfaces - Walls
Spot prime cemented and taped joints with Promar latex wall primer and
Primer - 1 coat Sherwin-Williams Promar latex wall paint
Finish - Sherwin-Williams Promar Alkyd Semi -Gloss Enamel
F. Gypsum Board: (Epoxy)
Surfaces - Walls and Ceilings
Spot prime cemented and taped joints with Promar latex wall primer and
Primer - 1 coat Sherwin-Williams Promar latex wall paint
Finish - 2 coats Sherwin-Williams water based epoxy B70W Series
G. Interior Metal:
Surfaces - Metal Doors and frames; Grilles, Registers
Spot prime cemented and taped joints with Promar latex wall primer and
Primer for Bare Steel & Iron -Red Metal Primer
Primer for Galvanized Metal - Galvanized Metal Primer
Finish - Egg Shell Alkyd System (2 coats)
H. Interior Concrete: (Epoxy)
Surfaces - Walls
Primer - 1 coat Sherwin-Williams PrepRite Masonry Primer
Finish - 2 coats Tile - Promar 200 interior Alkyd Gloss
Surfaces - Floors (Existing)
Etching - H&C Etching Solutions
Finish - 2 coats Sherwin Williams Porch and Floor Enamel (Water -Based)
Interior Masonry Blocks: (Semi -gloss)
Surfaces - Walls
Primer - 1 coat Sherwin-Williams Promar Block Filler
Finish - 2 coats Sherwin-Williams Promar 200
J. Exterior Wood
Surfaces - Walls and Soffits
Primer - 1 coat Sherwin-Williams Woodscapes Exterior Acrylic Solid Color House Stain
Finish - 1 coats Sherwin-Williams Woodscapes Exterior Acrylic Solid Color House Stain
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 52 of 55
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates and conditions under which painting will be performed for compliance with
requirements for application of paint. Do not begin paint application until unsatisfactory conditions
have been corrected.
Start of painting will be construed as the Applicator's acceptance of surfaces and conditions
within a particular area.
3.2 PREPARATION
A. General Procedures: Remove hardware and hardware accessories, plates, machined surfaces,
lighting fixtures, and similar items in place that are not to be painted, or provide surface -applied
protection prior to surface preparation and painting. Remove these items if necessary for complete
painting of the items and adjacent surfaces. Following completion of painting operations in each
space or area, have items reinstalled by workers skilled in the trades involved.
Clean surfaces before applying paint or surface treatments. Remove oil and grease prior
to cleaning. Schedule cleaning and painting so that dust and other contaminants from the
cleaning process will not fall on wet, newly painted surfaces.
Surface Preparation: Clean and prepare surfaces to be painted in accordance with the
manufacturer's instructions for each particular substrate condition and as specified.
Provide barrier coats over incompatible primers or remove and reprime. Notify Architect
in writing of problems anticipated with using the specified finish coat material with substrates
primed by others.
Cementitious Materials: Prepare concrete, concrete masonry block surfaces to be
painted. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as
required to remove glaze. If hardeners or sealers have been used to improve curing, use
mechanical methods of surface preparation.
a. Clean concrete floors to be painted with a 5 percent solution of muriatic acid or
other etching cleaner. Flush the floor with clean water to remove acid, neutralize with
ammonia, and rinse; allow to dry and vacuum before painting.
3. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits, and
sandpaper, as required. Sand surfaces exposed to view smooth and dust off.
Scrape and clean small, dry, seasoned knots and apply a thin coat of white shellac
or other recommended knot sealer before application of primer. After priming, fill holes and
imperfections in finish surfaces with putty or plastic wood filler. Sand smooth when dried.
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 53 of 55
b. Prime, stain, or seal wood to be painted immediately upon delivery. Prime edges,
ends, faces, undersides, and backsides of wood, including cabinets, counters, cases, and
paneling.
C. When transparent finish is required, back prime with spar varnish.
d. Seal tops, bottoms, and cutouts of unprimed wood doors with a heavy coat of
varnish or sealer immediately upon delivery.
4. Ferrous Metals: Clean no galvanized ferrous metal surfaces that have not been shop coated;
remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or
mechanical cleaning methods that comply with recommendations of the Steel Structures
Painting Council.
C. Materials Preparation: Carefully mix and prepare paint materials in accordance with manufacturer's
directions.
1. Maintain containers used in mixing and application of paint in a clean condition, free of foreign
materials and residue.
2. Stir material before application to produce a mixture of uniform density; stir as required during
application. Do not stir surface film into material. Remove film and, if necessary, strain material
before using.
3. Use only thinners approved by the paint manufacturer, and only within recommended limits.
D. Tinting: Tint each undercoat a lighter shade to facilitate identification of each coat where multiple
coats of the same material are applied. Tint undercoats to match the color of the finish coat, but
provide sufficient differences in shade of undercoats to distinguish each separate coat.
3.3 APPLICATION
A. Apply paint in accordance with manufacturer's directions. Use applicators and techniques best
suited for substrate and type of material being applied.
B. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental
to formation of a durable paint film.
C. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or
otherwise prepared for painting as soon as practicable after preparation and before subsequent
surface deterioration.
D. Minimum Coating Thickness: Apply materials at not less than the manufacturer's
recommended spreading rate. Provide a total dry film thickness of the entire system as
recommended by the manufacturer.
E. Prime Coats: Before application of finish coats, apply a prime coat of material as recommended
by the manufacturer to material that is required to be painted or finished and has not been prime
coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 54 of 55
areas in first coat appears, to assure a finish coat with no burn through or other defects due to
insufficient sealing.
Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no
evidence of rolling such as laps, irregularity in texture, skid marks, or other surface imperfections.
G. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth surface of
uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks,
runs, sags, ropiness, or other surface imperfections will not be acceptable.
H, Transparent (Clear) Finishes: Use multiple coats to produce a glass smooth surface film of even
luster. Provide a finish free of laps, cloudiness, color irregularity, runs, brush marks, orange peel, nail
holes, or other surface imperfections.
1. Provide satin finish for final coats.
I. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or
repaint work not in compliance with specified requirements.
3.4 CLEANING
A. Cleanup: At the end of each work day, remove empty cans, rags, rubbish, and other discarded
paint materials from the site.
B. Upon completion of painting, clean glass and paint spattered surfaces. Remove spattered paint by
washing and scraping, using care not to scratch or damage adjacent finished surfaces.
3.5 PROTECTION
A. Protect work of other trades, whether to be painted or not, against damage by painting.
Correct damage by cleaning, repairing or replacing, and repainting, as acceptable to Architect.
B. Provide "wet paint" signs to protect newly painted finishes. Remove temporary protective
wrappings provided by others for protection of their work after completion of painting operations.
At completion of construction activities of other trades, touch up and restore damaged
or defaced painted surfaces.
City of Fayetteville, AR
Bid 17-61, Construction — City Hall Window Replacement Rebid
Page 55 of 55
lid rrld ;Mr
H600 SERIES(AW50)
QQAKE"" Historical DIRECT SET
VVINDOWS Dl]<S E_ It t L i 3 1/4" FRAME DEPTH
FEATURES
1.) Available Configurations
-Direct Set
-Wire frame capabilities
2.) Main frame / Sash
-Thermal break is 1/2" wide in all frame rail
extrusions.
-Nailing fin(optional)
3.) Commercial Framing System
-3 1/4" main-frame
-0.125" wall thickness of interior and exterior walls,
.094" wall thickness elsewhere.
5.) Perfomance
-Structural & Thermal (Test reports or thermal
simulations available upon request)
-AW80 (reduced test size of 60 x 60")
PERFORMANCE
6.) Glazing
-l" insulated glass
-Capillary tubes (optional)
-Argon gas
-Wide variety of glazing, tinting and thickness options
7.) Muntin choices
-Internal or simulated divided lites available
8.) Finish
-Baked on powder coat finish meets ANSA/AAMA
2604 specs and is available in 1 I standard colors
-2605 (equal to 70% Kynar) powder coat finish
-Custom painted finish
-Clear and color Anodic finishes available(AAMA
611-98)
10.) Panning & Trim choices
-Wide variety of panning, receptor and trim available
11.) Specialty
-Structural mulls
-Simulated Divided Lites
The performance numbers listed below represent independent laboratory test on Quaker Windows at the time
of publication. Please contact Quaker Window for the most recent performance data.
AAMA/WD1bIA/CSA CR
Model 10l/LS.2/A440-08 Structural Load Air At Water (No Condensation U-value SHGC
AND -1 l P.S.F. 50 MPH (ctin/ftZ) Penetration) PSF
Resistance
RATING
Casement I AW-PG50-FW
(Project -out)
Window test size: 60" X 99"
75.19 1 <0.01 1 10.03
62 0.29 0.33
W/ Standard Low-E &Argon
0.24 0.23
54
W/ Energy Max Low-E & Argon
3/16" panes
0
O
0
r
`T
V
h�
^1.—^0AM
V,A,m
K
O
O
W G
2
�a
3
o
44
3
Du
U
w
f
F
0
V
Z
O
J ti
Q c..r
(, w
a
V)
LU
> u
71
r-�
Z
S
r 7-7
i
i1H�IAH MOGNIM
LU
J
a
CJ
N
Z
O
Q
W
J
W
w
W
J
a
U
CO
QUAKER
COMMERCIAL WINDOWS AND DOORS
S
H500 DIRECT SET PICTURE 02 04.2015 VERSION 1 0
Historical
S E R I E S
H600 Direct Set Picture
HORIZONTAL
CROSS SECTION
VERTICAL
CROSS SECTION
JL�j
1
4
0
r
f
SCALE 1:2
PERMITS & APPLICABLE CODES
4�+aIXCCsaal rY.RT Hari Li. rysilmfWdtPT�'+BM Wry\YJ.
leer saMrtsbebpns a4apletl 5}lY Ch YF.liO.r►Aal.rnry yap III,AasaSNEflre PrevOnncn Cate
GENERAL NOTES
1 U111Iwl-I1,11y all tllmensmw and —RI., PNW al lhelpb sue pnp,w
nnlg —I— 0¢crepannes shoo Le nm U lO 1,, anemlon pl the amrinecl
c o e prpceeninO wIN INe work
2e Conlracwrsnall obeln Ine IaRsl sel of prawlnOi. inclWlnO any ievislpns. Wlore slallOO
l IM'TM'M«.«WIR wpR.®. r.6.I M0..BMi[Erv�M.l.l.�ll
MAW NR..hXTwKpeMwFR «fG1.4«.C.9f. Nil.atlM
!� I{ jAkht �aApSnN NudYiYY tAk.Cff�lA NBex
S a.8part yuvsiwi,Wc�A a4 A°Vr�V'irr�ni PioO�A
E Atogaaxe0'naV nS'r a�0sartfxyc'+WMim�FltiOtawie6w
aR�My.r+O«nY
i xrs+aeyLmesnr ya.riF.asr ri.ma....Fw. WAl.a maXiATw
c t;aw ra;.urneh.rrX n a.><�ras ss a aEaoq. .
r F>n,yr.,�xr.a--...cmr �.douirrw�o� ww wrrlw.aa
A Thr iaw.L yaeraMMr. w..l lawrr.pn,unq....sr.
.y.:...0y Wn..rrwy.«r.ua.r0.awmRwk.t«ar
G oawmea are 1p oa laspapwapbcont2mprsmgpmplele se¢so llylauarrnnecwal
elalk auecunelr worN �s �ndppea
1 TM1earchlwmrEkyllhenOMlachecN a.1 aDPforall shopplawlnq anngoes nol
ecepl anY responslBJM1V IOI Ne Inlerpreplan of Nese plans by p I, 1T SM1pp przwm05el all III, YBB I. indupmp nut not llml@p lP canmelry steelwork
c shun be—p NEetl w III, En Im approval .I b IannraI.r these Ikms
I2 AllseclmnsaM pee155Nll neeplmperenlYplcalantl apply for lM1e same end plmllar
clwaupn Aq,,. p easpina thebpabmp pmnmep
13 $hp LlIhe cpwcwr ar subcanlracbl mgwrx tleMlls npl pmwnetl In Nese tlpcumenls
nle amw[ecl shpultl b¢cpnpcNnlmmetllalely The archllecl well prpvlpe planlsauenm
.1y.y �Wiilax�.
FAYETTEVILLE CITY HALL
"I HEREBY CERTIFY THAT THESE PLANS AND SPECIFICA LIONS HAVE BEEN PREPANEB BY ME
ORUNLIERMYSUPERVISION I FURTHER CEATPY THAT TO THE BEST OF MYKNOMEDGE
THESE PLANS ANO SPELIFICATIONE ARE AS REQUIRED BY LAW AND INCOMPLIANCE WITH
THE ARKANSAS FIRE PREVENTION CODE FOR THE STATE OF ARKANSAS 2012 EDITION"
TIM MADDOX
SHEETINDEX
MATERIAL LEGEND
®
e4belpK
®
n5prvm aLoa
_
PLWmoo
®
o0o snoN 5lpow>LLi
®AIR.,
®
wLAncN-1
®
NBVVNNI �wrJol
Q
roOWNo cW h4brzN
®
F1—AS
\ 1 / 1 .
valM
OwuLOLsvnnpl
p �R�aNOIL
p - NE
0m
c�
r
ai
_(D
L
cc -
2i
N
.A
2
W
c
m > r,
� c
(6 S _
0- C
x as 00
Oo
r L r
an
5F ]Gfi1fi
&11Y10119:19:. AM
�aFm�Do�i $�g9n���1
1=,n�' k3a'
I3_�-3�a
= I >N�a o lmnio3 4
3
Eq
i= I �o _=�➢m' �o3_�nx1
_.A
I� I= =3➢ 6
g
Window Replacement
Fayetteville City Hail
113 W Mountain 5t
i I 1
lox 1 m=>
E� �F��' 6
a� €
deMx architecture, p.a.
INN& AvenueJFeY—k—. ]310114]99fifi—
fi 6 ) B A
�ae...9e8
flggegg�'
4s Ul
E'd oinjoel!qoje xlNep el�
llBH P4!3 811!Aa
juawaouldeM mopulM F
WSTWOLLUM19
Bid 17-611 Addendum 1
Date: Thursday August 24, 2017
To: All Prospective Vendors
From: Les McGaugh—479.575.8220 — Imcgau.gh@fayetteville-ar.gov
RE: Bid 17-61, Construction — City Hall Window Replacement Rebid
CITY OF
FAYETTEVILLE
ARKANSAS,
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. BIDDERS SHOULD
ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM.
1. Updated list for Pre -Approved Manufacturers of windows (Page 39 of Bid 17-44, PROJECT MANUAL):
a. Quaker H600 series with tempered, Argon filled, energy max Low-E glazing
b. Kawneer TR7100 with tempered, argon filled, Low E Glazing (bronze).
2. For Bidding Purposes, assume the roof on the east side of City Hall will support scaffolding. After the
bid the City will provide an engineer review of the structure.
3. The following answers were given during the pre -bid meeting:
a. Bids submitted with exceptions will be rejected.
b. 65 days of installation will be allowed.
c. Tentative Timeline is below. It is the City's intention to obtain a signed contract the day of the
bid opening.
i. ANTICIPATED PROJECT TIMELINE: Subjectto change
Date
Time
Description
Friday, September 01, 2017
Before 2:00 PM, local time
Bid Deadline
Friday, September 01, 2017
Deadline for of contract, City Clerk deadline for City
4:00 PM
Council Meeting
Tuesday September 12, 2017
4:30 PM
City Council Agenda Session Meeting for 09/19/17
Tuesday, September 19, 2017
5:30 PM
City Council Meeting to consider contract for approval
Week of September 25th, 2017
TBD
Windows ordered
Windows arrive, approved, and 65 Day Installation time
Week of December 4th, 2017
TBD
begins.
4. The City held a non -mandatory pre -bid meeting held at the City on Monday August 21, 2017. Attached
is the sign -in sheet for those who attended.
City of Fayetteville, AR
Bid 17 6 1, Addendum 1
Page 111
Telecommunications Device For the Deaf TDD (479) 521-1316 1 13 West Mountain - Fayetteville, AR 7270
CITY OF
Tay 7,eevil1le
ARKANSAS
Name
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
City of Fayetteville, Arkansas
Attendance Sheet
BI /RFP/RFQ #:
Description: CJ7 144tL %�+ao� r�-plkce,.,c�� 6
Function (circle one) : Bid Opening, Selection Committee Meeting re -Bid, terview
Date: O 6 / 7,1 / Ze t+ Time: 9:0"o ?&t
Company
City staff e-mail includes "@fayetteviIle-ar gov"
Title Phone Email
,K �f7�r = �►17 � � ems'` A-� ��1�..,�oo
Benchmark Construction CO #1
City of Fayetteville Staff Review Form
2017-0576
Legistar File ID
N/A
City Council Meeting Date - Agenda Item Only .
N/A for Non -Agenda Item
Wade Abernathy 10/31/2017 FACILITIES MANAGEMENT (140)
Submitted By Submitted Date Division / Department
Action Recommendation:
Approval of Change Order #1 on the contract with Benchmark Construction City Hall Windows Bid#17-61, to
include remove and replace windows for 1st and 2nd floors in the amount of $37,779.00.
Budget Impact:
4470.140.8900-5400.00 Sales Tax Capital Improvements
Account Number
02046.1
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? NA
Fund
Building Improvements
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Project Title
$ 680,114.00
$ 317,019.12
f $ 363,094.881
$ 37, 779.00
Remaining Budget l $ 325,315.88
Previous Ordinance or Resolution # 194-17 V20140710
Original Contract Number: '2017-0000003
Comments:
Approval Date: I I - 10-111
TO:
THRU:
FROM:
DATE:
CITY OF
FAYETTEVILLE STAFF MEMO
ARKANSAS
Mayor Lioneld Jordan
Paul A. Becker, Chief Financial Officer
Wade Abernathy, Facilities Management/Building Construction Manager
October 5, 2017
SUBJECT: Change Order #1 with Benchmark Construction Bid # 17-61 City Hall
Window Replacement Project. .
RECOMMENDATION:
Staff recommends approval of Change Order #1 in the amount of $37,779.00 to include the
removal and replacement of the windows on the basement and 1st floor levels of City Hall.
BACKGROUND:
On 9-19-2017 Council passed resolution # 194-17 to award a contract with Benchmark
construction to remove and replace :the windows located on the 2nd and 3rd floors of City Hall for
a contract amount of 263,800. The 35-year-old windows are to be replaced with a fixed, energy
efficient, low e, tempered glass unit.
DISCUSSION_:
The approval of the change order will allow the on -site contractor and window manufacturer to
complete the windows portion of City Hall, providing consistency in appearance as well
as immediately addressing the energy and occupant comfort issues for all City Hall staff.
BUDGET/STAFF IMPACT:
A $50,000 contingency was included and approved in resolution #194-17.
Attachments:
Change Order #1
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
t,
AIA Document G701TM - 2001
Change Order
PROJECT (Name and address):
CHANGE ORDER NUMBER: 001
OWNER: ❑
Fayetteville City Hall Building, Window
DATE: October 31, 2017
ARCHITECT:
Replacement
115 S. Church Avenue, Fayetteville, AR.
CONTRACTOR: ❑
72701
TO CONTRACTOR (Name and address):
ARCHITECT'S PROJECT NUMBER: 38616
FIELD: ❑
Benchmark Construction Company
CONTRACT DATE: January 19, 2016
OTHER: ❑
333 W Poplar St, Ste A, Fayetteville, AR
CONTRACT FOR: Window Replacement
72703
THE CONTRACT IS CHANGED AS FOLLOWS:
(Include, where applicable, any undisputed amount attributable to previously executed Construction Change Directives)
Contract is changed to include all windows of the City Hall building, ref architectural drawings. Omit requirement
of tempered glass at upper transoms.
The original Contract Sum was f 263,800.00
The net change by previously authorized Change Orders S 0.00
The Contract Sum prior to this Change Order was f 263,800.00
The Contract Sum will be increased by this Change Order in the amount of b 37,779.00
The new Contract Sum including this Change Order will be $ 301,579.00
The Contract Time will be increased by Zero (0) days.
The date of Substantial Completion as of the date of this Change Order therefore is
NOTE: This Change Order does not include changes in the Contract Sum, -Contract Time or Guaranteed Maximum
Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon
by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change
Directive
NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER.
deMx architecture
Benchmark Construction
ARCHITECT (Firm name) CONTRACTOR (Firm name)
104 N. East Avenue, Fayetteville, AR.
333 W Poplar St, Ste A, Fayetteville, AR
72701
72703
AD S9 "
ADDRES
afure)
BY (Signature)
Timothy W. Maddox
Steve Smith
(Typed name)
(Typed name)
October 31. 2017 October 31, 2017
DATE DATE
Eacili4G04ffl*geffent, City of
Fayetteville
OWNER (Firm name)
" --e, Fayetteville, AR.
12701
Z9V
Signature)
�y Lioneld Jordan, Mayor
(Typed name)
DATE
AIA Document G701— — 2001. Copyright m 1979, 1987, 2000 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA'
Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' Document, or any
portion of It, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document
was produced by AIA software at 09:38:32 on 10/31/2017 under Order No. 5045746672 which expires on 08125/2018• and is not for resale.
User Notes: (3B9ADA27)