Loading...
HomeMy WebLinkAbout125-92 RESOLUTION• • • RESOLUTION NO. 125-92 A RESOLUTION APPROVING A CONSTRUCTION CONTRACT WITH SWEETSER CONSTRUCTION CO., IN THE ESTIMATED AMOUNT OF $119,438.50 PLUS A 10% CONTINGENCY OF $11,943.50 FOR A TOTAL OF $131,382.00 FOR REPLACEMENT CULVERTS AT 54TH STREET AND AT SANG AVENUE, AS DESIGNATED BY THE AHTD BRIDGE INSPECTION REPORT; AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $23,382.00. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Sweetser Construction Co., in the estimated amount of $119,438.50 plus a 10% contingency of $11,943.50 for a total of $131,382.00 for replacement culverts at 54th Street and at Sang Avenue as designated by the AHTD Bridge Inspection Report. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. ,Section 2. That the Board of Directors hereby authorizes a budget adjustment in the amount of $23,382 to be transferred from Account No. 4470-0947-499.99, Unreserved Fund Balance, to Account No. 4470-9470-5-315, Contract Services - Bridge Replacement. A copy of the budget adjustment authorized for execution hereby is attached hereto and made a part hereof. PASSED AND APPROVED this 1st day of September , 1992. ATTEST: By:/J/( A4 City Cie k Mayor • CONTRACT AGREEMENT 1. yy TTHHIS CONTRACT AND AGREEMENT, made and entered into this /.41-1 day of , 19 %o1, by and between the City of Fayetteville, Arkansas Party of the First Part, acting through its duly authorized representative, and Jerry D. Sweetser, Inc. Party of the Second Part. WITNESSETH: That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials and supplies required to be furnished and to perform the work for Drainage System Improvements, City of Fayetteville. Arkansas in exact accordance with the Plans on file at the office of said Party of the First Part and Specifications, Proposals, Stipulations and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direct supervision and to the entire satisfaction of the Party of the First Part and in accordance with the laws of the State of Arkansas. 2. It is further agreed and understood by and between the Parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done or materials furnished under this agreement, the lump sum amount adjusted for variation of quantities at the unit prices named in the Proposal which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees, for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. If the Party of the Second Part shall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the sumo set forth in the Proposal, which shall be deducted from the final amount to be paid under this contract, provided that extensions of time with waiver of liquidated damages, may be granted as provided for in the Specifications. 4. The Party of the Second Part agrees to be responsible for repairs on any of the improvements covered herein due to faulty workmanship and/or materials for a period of one year beginning at the time of acceptance of the improvements by the City of Fayetteville. All improvements shall be made in conformance with Specifications and are subject to the approval of the City of Fayetteville. H -W JOB NO. WA -91-01 1 5. Insurance, amounts as The Party cf the Second Part agrees, also to carry Public Liability Property Damage Insurance and Workman's Compensaticr. Insurance in required in these Specifications. n � ` WITNESS OUR HANDS THIS /4d -DAY OF ,.l . 19 701 . WITNESS: WITNESS: Aff Corpor. a Sea: -ere (.` any) H -W JOB NO. WA -91-01 C�t1' of Fayetteville, Arkansas (Title) City Administration Building :13 West Mountain (Address) Fayetteville, Arkansas 72701 Jerry D. Sweetser, :nc. Bv: President (Title) 590 West Poplar (Address) Fayetteville, Arkansas 72703. END OF CONTRACT AGREEMENT 2 CONTRACT AGREEMENT PROPOSAL PLACE Fayetteville, Arkansas DATE August 13, 1992 Proposal of Jerry D. Sweetser, Inc. a corporation organized and existing under the laws of the State of Arkansas ; a partnership consisting of an individual trading as TO: CITY OF FAYETTEVILLE, ARKANSAS CITY ADMINISTRATION BUILDING 113 WEST MOUNTAIN FAYETTEVILLE, ARKANSAS 72701 SCHEDULE I pRAINAGE SYSTEM IMPROVEMENTS The undersigned hereby proposes to perform all work and furnish all materials required to be furnished for the construction of Schedule I, at and for the basic lump sum of One Hundred Nineteen Thousand Four Hundred Thirty- giaht & 50/100 Dollars ( 5119,438.50 ). It is understood that the Lump Sum Proposals, in addition to all other work includes all Variable Quantities listed in the Proposal in the amounts so listed. The Variable Quantities given in the Proposal are for the purpose of comparing bids only, and the basic lump sum proposal will be adjusted in the final settlement for variation in these quantities at the following unit prices: SCHEDULE I. SECTION I BOX CULVERT ON 54TH STREET UNIT PRICES FOR VARIABLE OUANTITIES Item Quantity Unit Amount No. and Unit Description Price of Bid 1. LS Clearing & Grubbing One Thousand $ 1 000.00 $ 1,000.00 Dollars - per lump sum 2. 3 EA Clear & Grub Tree One Hundred $ 100.00 $ 300.00 Dollars - per each H -W JOB NO. WA -91-01 1 • Item Quantity No. and Unit Description 3. LS Grading Unit Amount Price of Bid Five Thousand One Hundred Eighty $ 51:80.00 $ 5,180.00 Dollars - per lump sum & no/:00 4. LS Removal & Disposal of Existing 14'x23' Concrete Bridge Structure 5A.* LS 5B.* LS One Thousand Two Hundred & no/100 $ 1 200.00 $ 1 200.00 Dollars - per lump sum Construct Cast -In -Place Quadruple 10'x5'x37'-6" Reinforced Concrete Box Culvert Including all Wingwalls, Concrete Parapet Wall. Forty -Five Thousand & no/100 545,000.0C $45,000.00 Dollars - per lump sum Furnish & Install Pre -Cast Quadruple 10'x5'x37'-6" Box Culvert Including all Wingwalls, Concrete Parapet Wall. No Bid $ No Bid 5 No Bid Dollars - per lump sum 6. 25 CY Furnish & Install 8" Crushed Stone Base Course, tc Specified Compaction Requirements Twenty & no/100 $ 20.00 $ 500.00 Dollars - per cubic yard 7. 10 GAL Furnish & :nsta;l Prime Coat Ten & no/:00 $ 10.00 $ 100.00 Dollars - per gallon 8. 65 GAL Furnish & :netall Tack Coat Ten 6 no/100 Dollars - per gallon 9. 180 TON Furnish & Install Type III Hot Mix Asphalt Concrete Pavement $ 10.00 $ 650.0C Forty & no/100 $ 40.00 $ 7,200.00 Dollars - per ton H -W JOB NO. WA -9:-01 2 PROPOSAL • • Item Quantity Unit Amount No. and Unit Description Price of Bid 10. 25 SY Furnish & Install Concrete Sidewalk, 6" Thickness $iahteen & no/100 $ 18.00 $ 450.00 Dollars - per square yard 11. 43.5 LF Furnish & Install Handrail Twenty -Five & no/100 $ 25.00 $ 1.087.50 Dollars - per linear foot 12. 50 LF Furnish & Install Type A Guard Rail Thirty -Seven & no/100 $ 37.00 $ 1,850.00 Dollars - per linear foot 13. 415 LF Grade Ditch to Drain Seven & 25/100 $ 7.25 $ 3 008.75 Dollars - per linear foot 14. 18 LF Furnish & Install 15" RCP, Class III Forty & no/100 $ 40.00 $ 720.00 Dollars - per linear foot 15. 60 CY Furnish & Install Riprap, Type I, Complete w/ Filter Fabric Forty -Five & no/100 $ 45.00 $ 2,700.00 Dollars - per cubic yard 16. 196 LF Furnish & Install 8" Class 50, Ductile Iron Water Pipe w/ Polyethylene Encasement and Granular Bedding Twenty -Seven & no/100 Dollars - per linear foot 17. 50 LF Furnish & Install 12" Steel Encasement Underneath Box Culvert Twenty & no/100 Dollars - per linear foot 18. 2 EA Cut & Tie Proposed 8" Ductile Iron Water Pipe Into Existing 8" Water Line Five Hundred & no/100 Dollars - per each H -W JOB NO. WA -91-01 $ 27.00 $ 5 292.00 $ 20.00 $ 1.000.00 $ 500.00 $ 1,000.00 3 PROPOSAL Item Quantity No. and Unit Description. 19. 244 LF Furnish & Place Traffic Paint Pavement Markings One & no/:00 Dollars - per linear foot TOTAL BASIC CONTRACT PRICE - SCHEDULE I, SECTION I SCHEDULE I. SECTION i1 BOX CULVERT ON SANG AVENUE UNIT PRICES FOR VARIABLE OUANT:TIES Unit Amount Price of Bid $ 1.00 $ 244.0C $ 78.482.25 :tem Quantity Unit Amount No. and Unit Description Price of Bid 1. LS Clearing & Grubbing Five Hundred & no/100 $ 50C.00 5 500.00 Dollar° - per lump sum 2 2 EA Clear & Grub Tree One Hundred & no/30C $ 100.00 $ 200.00 Dollars - per each 3. LS Grading Three Thousand Six Hundred & nc/100 $ 3 600 OC $ 3.600.00 Dollars - per lump sum 4. LS Removal & Disposal of Existing 6' Diameter Steel Drainage Culvert 5A.* LS 5B.• LS Five Hundred & no/100 $ 500.00 $ 500.00 Dollars - per lump sum Construct Cast -In -Place Double 8'x5'x43'-5" Concrete Box Culvert Including all Wingwalls, Concrete Parapet Wall. Nineteen Thousand Two Hundred Fiftv $19.250.00 $19,250.00 Dollars - per lump sum & nc/100 Furnish & Install Pre -Cast Double B'x5'x43'-5" Box Culvert Including all Wingwalle, Concrete Parapet Wall. Vo Bid Dollars - per lump sum H -W JOB NO. WA -91-C1 S Nc Bid $ No Bid 4 PROPOSAL • Item Quantity Unit Amount No. and Unit Description Price of Bid 6. LS Construct Reinforced Concrete Transition Culvert One Thousand Three Hundred & no/100 $ 1.300.00 $ 1.300.00 Dollars - per lump sum 7. 10 GAL Furnish & Install Prime Coat Ten & no/100 $ 10.00 $ 100.00 Dollars - per gallon 8. 55 GAL Furnish & Install Tack Coat Ten & no/100 $ 10.00 $ 550.00 Dollars - per gallon 9. 95 TON Furnish & Install Type III Hot Mix Asphalt Concrete Pavement Forty & no/100 Dollars - per ton 10. 13 SY Furnish & Install Concrete Driveway, 6" Thickness $ 40.00 $ 3,800.00 Twenty -Four & no/100 $ 24.00 $ 312.00 Dollars - per square yard 11. 90 SF Furnish & Install Concrete Sidewalk, 6" Thickness Two & no/100 Dollars - per square foot 12. 18 LF Furnish & Install Handrail Twenty -Five & no/100 Dollars - per linear foot 13. 65 LF Grade Ditch to Drain Seven & 25/100 Dollars - per linear foot 14. 6 LF Furnish & Install 18" RCP, Class III Forty & no/100 Dollars - per linear foot H -W JOB NO. WA -91-01 $ 2.00 $ 180.00 $ 25.00 $ 450.00 $ 7.25 $ 471.25 $ 40.00 $ 240.00 5 PROPOSAL Item Quantity Unit Amount plc. and Unit Description Price of Bid 15. 1 EA F•urr,ash & Install 18" Standard End Section Five Hundred & no/100 $ 500.00 5 500.00 Dollars - per each 16. 50 LF Furnish & :nsta-1 Type A Guard Rail Thirty -Seven & no/:00 5 37.00 $ 1.850.00 Dollars - per linear foot 17. 6C CY Furnish & Install Riprap, Type I, Complete w/ Filter Fabric Forty -Five & no/100 $ 45.00 5 2.700.00 Dollars - per cubic yard 18. 60 LF Furnish & Instal: 8" Class 50, Ductile :ror. Water Pipe w/ Polyethylene Encasement and Granular Bedding Twenty -Sever. & no/100 5 27.00 5 1,620.00 Dollars - per linear foot 19. 1 EA Relocate Existing 8" M.J. Gate Valve Complete w/ Box, & Concrete Collars Six Hundred & no/ICO $ 600.0C $ 600.00 Dollars - per each 20. 25 LF Furnish & Install 12" Steel Encasement Underneath Box Culvert 21. 2 EA 22. 2 EA 23. 1 EA Twenty & no/100 $ 20.00 $ 500.00 Dollars - per linear foot Cut & Tie Proposed 8" Ductile Iron Water Pipe Into Existing 8" Water Line Five Hundred & no/100 5_ 500.00 $ ' 000.00 Dollars - per each Adjust Manhole Ring & Cover to Grade One Hundred & nc/100 $ 100.00 $ 200.00 Dollars - per each Adjust Gate Valve Box to Grade One Hundred 6 no/100 $ 100.00 $ 100.0C Dollars - per each H -W JOB NO. WA -91-01 6 PROPOSAL • Item Quantity $o. and Unit 24. 3 CY DesCrivtion Unit Price Amount of Bid Furnish & Install Concrete Encasement Seventy -Five & no/100 Dollars - per cubic yard 25. 208 LF Furnish & Place Traffic Markings One & no/100 Paint Pavement Dollars - per linear foot TOTAL BASIC CONTRACT PRICE - SCHEDULE I, SECTION II TOTAL BASIC CONTRACT PRICE - SCHEDULE I, SECTION I TOTAL BASIC CONTRACT PRICE - SCHEDULE I $ 75.00 $ 225.00 $ 1.00 $ 208.00 $ 40.956.25 $ 78.482.25 $ 119.438.50 Bidders must bid Schedules in their entirety including all Sections. The total basic contract price shall reflect the cost of the least costly alternatives. Include only the lesser amount of bid for Item SA or 58 in Schedule I, Section I; and the lesser amount bid for Item 5A or 5B in Schedule I, Section II. The OWNER reserves the right to reject any and all bide. The OWNER may award a contract for Schedule I, Section I or Schedule I, Section II, or both. The undersigned hereby declares: That he has examined the Plans and the Specifications with the related documents and the site of the proposed work and being familiar with all conditions surrounding construction of the proposed project, including the availability of material and labor, hereby proposes to furnish all equipment, labor, material, and supplies, within the time set forth herein and at the prices stated above. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this Proposal is a part. The undersigned further agrees, if awarded the Contract for Schedule I, the Contractor will begin work within ten (10) calendar days following the issuance of a written work order and will fully complete all work within 323 consecutive calendar dam after the date of the Notice to Proceed. Should the Contractor for Schedule I fail to complete the work within the stated time, he shall pay the OWNER as fixed, agreed, and liquidated damages, the sum of $150.00 per day for each consecutive calendar day of delay until the work is completed or accepted. If only one Section of this contract is awarded, the completion time will be 75 consecutive calendar days instead of 105 days. The undersigned submits the following subcontractors for use if the contract is awarded. The Owner shall have the authority to reject the use of any subcontractor. H -W JOB NO. WA -91-01 7 PROPOSAL NAME SUBCONTRACTORS ADDRESS CONTRACTOR'S LICENSE NUMBER Additional time .s allowed for delays as stipulated in the Contract Documents. The undersigned acknowledges receipt of the following Addendum: One For changing quantities of work items from those indicated by the Contract Documents, upon written ir.structior, from, the Engineer, the above unit prices as given in the Proposal shall prevail. The above unit prices shall include all labor, materials. bailing, shoring, removal, overhead, profit, insurance, bonds, etc., to cover the finished work of the various kinds called for. The bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the biddinc. The bidder does agree that this bid shall be good and may not be withdrawn for a period of sixty (6C) calendar days after the scheduled closing time for receipt cf bids. Jerry D. Sweetser by 454/ nc. President Title E90 West Poplar Fayetteville, Arkansas 72703 Business Address (50:1 443-3C26 Telephone 921-835 Arkansas License Number SEAL: If Bidder is a Corporation. H -W JOB NO. WA -9:-01 END OF PROPOSAL B PROPOSAL ARKANSAS PERFORMANCE AND PAYMENT BOND WE Jerry D. Sweetser, Inc. as Principal, hereinafter called Principal, and United States Fidelity & Guaranty Onpany , a corporation organized and existing under the laws of the State of Maryland and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville. Arkansas as Obligee, hereinafter called Owner, in the amount of One Hundred Nineteen Thousand Four Hundred Thirtv-Eicht & 501100 Dollars (5119,438.50 ), for payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated .Qi 1�1?i a entered into a contract with Owner for Drainage System Improvements, City of Fayetteville, Arkansas Sang Avenue & 54th Street , which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner, unless it is brought in accordance with A.C.A. Section 22- 9-403 (b) and A.C.A. Section 18-44-503 (b) (Supp. 1987) as amended. No suit, action or proceeding shall be brought by the Owner after two years from the date on which final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. H -W JOB NO. WA -91-01 1 • In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day of y... , 19irk'". Jerry C. Sweetser, :nc. By 11/ President i±icipal United States Fidelity & Guaranty Co. Surety Y Attorney -in -Fact Fayettavillo, AR 72702 Address NOTE: IF CONTRACTOR :S A PARTNERSHIP, ALL PARTNERS MUST EXECUTE BOND END OF ARKANSAS PERFORMANCE AND PAYMENT BOND H -W JOB NO. WA -91-01 2 ARKANSAS PERFORMANCE AND PAYMENT BOND • • • • CERTIFIED COPY GENERAL POWER OF ATTORNEY No. 100117 1 KNOW aU Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore. in the State of Maryland, does hereby constitute and appoint Robert M. Davis of the City of Fayetteville State of its true and lawful attorney in and for the State of Aricansas Arkansas for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms .11 and whatsoever the said Robert M. Davis may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 3lst day of December , A. D.19 87 (SEAL) STATE OF MARYLAND. BALTIMORE CITY, j p On thia 31st day of W.J.D. S(mervil]e, Jr. UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) Br .... p!e!!ej%r..? 3$s Jr, (Signed) Douglas R. Bowen Flee -President. December , Vice -President of the COMPANY and Douglas R. Bowen . Aseistan ' ecretary of said Comaq� with both of whom I am personally acquainted, who being by me severally duly swum, said that they, the said W.J.D. SOmeLT►111a, Jr. and Douglas R. Bowen were respectively the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Powe of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice•Prasident and Assistant Secretary, respectively, of the Company. Assistant Seersta7y. , A. D. 1987, before me personally came UNITED STATES FIDELITY AND GUARANTY My commission expires the first day in July, A. D. 19 90 (SEAL) (Signed) FS 3 (147) Margaret M. Hurst Notary Public. 'LaarataaS hammy rO7r oa ;j y}JVi 1 O\y .1,Z]13Q1d a3S?.I.5 Q3W:N.1 391 la •las atp poi pun. fw ;a, u;manq awry) 'prays 111101117011 vI .f ennui p!n )a .'iru!w asp ue paptoaal rr ]Oatagt nog* atp pun 'ua!ln:osa. pm }a .Edna toauaa psi snit n to focofasol aqi tyr pus 1awald fIM 1101304tt 10 prop; atp )o wptomb r fupsaw gown 11 186I 'ni L12A0N la LIP gtgj ar[; u0 "Jaw!1118 ]o S13 a41 a1 au*dmfr) 491 10 3290 alp n Pry9 Poo Pr.112 lynp 'Imdwa� pm }o amto*ILQ )u ?ma aq! yo fa!laaw snntw ■ or patinae uolln[owt 1 la annotate ul awl r'M .u¢mlly )0 taatod psis %rgl LJ!ua2 taqunl op I Pry laata put ago} [p1) to ins n pat posphat shag a.4¢ seg 421u011. )o :arod spit* ' rani sot p!aagl n spmq iS. o1 tu:sarodua pat fnmtagla* s 8}}� 30 InTQsestsopy STmiC WlamereCti al Lmdwo7 pun L9 tail install, }n hood pendia" asp }o :dna puma pal anti lin) / u tu!olato) act sq1 iviaa Leans op 'ANyd}%o £i.N?uvae (iNy amnia sa1?•Ls Q3.LIN11 ayt 101tnanas lain«? m • tr ap •} Saar 1, 'awn Alt )n 1a11la }o atn;su ayt w twgi4ue JO'fucgruapua to 'uo!tgndnr •uO!nti)go 'amniaf03at pima gang ins ri to) pwitotd as tem go!gr raor;rpuoa imp JO fu!g1io1 jo Salop los m Salop 441 to) pa¢ot:ipuOa ':a+aaslrgM saraaedra q. pot in u! 'taaoslrga eortrnalfta to 001101aoui las;o JO 4n1ed!a!lnm '1,ualu! •aorgo 'Lpoq •uolntodtoa Yuouad to ;Mad Ile 10) io iq mlnalose a Ltunaas asp 10) paptotat to par9 apnea -An 'panpsal 'u .a'u n -apses 'palnosxa oq of patl!auad m pannbau 'parol[* 39 •as!rtaglo 10 ,sdurmw 'lt3ol -hags to 449u 'v011r191034 '4poq 'P11oq ha Jo untuans!p so aaror:d 1wolsno "ssapso tuonvpifas 'sales op as to 'opine,) )a 04Im1!ta1 10 5a3uuad au: )o to .stns polio:1 hal )a 4ontnay JO airs 01 ]o to .alms pal!u1 ay1 yo alning (at La. 30 -auk arm 10 1101311Mw 'rr• Lo ism 10 an pig* 'auras aqi ]o a:ltra 10 atnnu aul 01 focgl4ur to sflnntapin 'atlo!lend:l, 'ssrotatt!19a 'atrirrtlteaas 'lpaoq Els par 4ua jo .¢olltpoo2 .q; aalua:nnt pot awns, o1 01u4210 so tsars 10 141).10•t[4u101P m Lousx:o sit n pee awn m4 s! 'nary PC. p0aoT •►: Lg 10 vtorpa 0o.d so .eonai m m paws: ad m patmbal iltunpmapon pm spsoq SU!aalvumf to ft!laaana pin saorod aaossnaw ¢r.!1 sopa slaraluoa }o saa47auopsd atp fateatil:ant '1wnal a:laud to +!land 10 faotpsod tarppnl ruouad )a L1!joP9 aqi fmw:ueno. 010111.11004 Iii pre Lu. 1aa![ap pun alraaxa o1 '1n sir 17 pat awIa se or •Lurdwori pm Jo sl®te to loaf■ to '1n .ui. Laum111 to L311an1 a ruouad m aouad Lv1 sa!oddi a1 'leas amanita, •it Apar. 'sarnlaslQS tonnay sit la aC0 to 4sna:pas nr gipls oonaonfuoa uj sluopr,aad aa!,1 sit la myna to loapnatd 111 tarodra pow aruagln■ 'saop L911aq 1! pie 'op ilnd;lo3 1141 an[t 'raajotag fl aq •a+alaaa it :*prary, )o ,a!ta1!1131 pia saouustd ag; 11 poo ale: flavor! agl ]o sa!xnuay aql In atm 'paxthn!y aril ratio tales w aanu n: UT put 9 101 1n n Lttaaglnt putt nouod ger. .ta.uolla par swat' lumdde 4urdu:o3 reqs 1x41 ,slawang }r' uu!law¢a+l pmlaago agt a0) 4tnsnaao n ;1 'eaaaay 44 pyj NOLL7'IOSBZI JO 1203 Al; onut '"CERTIFICATE OF INSURANCE' PRODUCER Eason & CO. , Inc. P.O. Box 4217 Fayetteville, AR 72702 ISSUE DATE (MM/DD/YY) 08/20/92 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPALETTER A ERUSF&G COMPANY INSURED LETTER B Jerry D. Sweetser, Inc. COMPANY 590 West Polar LETTER C Fayetteville, AR 72703 COMPANY LETTER D COMPANY LETTER E COVERAGES - -. - THIS 151D CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE (MMDD/YY) DATE (MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO. S CLAIMS MADE, X OCCUR., 1CP30001039201 10/30/91 10/30/92 PERSONALS ADV. INJURY t$1,000,000 OWNER'S A CONTRACTOR'S PROT. EACH OCCURRENCE $ 1, 0000 00 FIRE DAMAGE (Any ono We) ', S 50,000 MED. EXPENSE (Myon. moon) S 5.000 AUTOMOBILE LIABIUTY COMBINED SINGLE S ANY AUTO LIMIT 1 10/30/92 , ! 1,000,000 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS , (Per person) HIRED AUTOS j BODILY INJURY NON -OWNED AUTOS I '(Per PccM.m) GARAGE LIABILITY _ ! PROPERTY DAMAGE $ EXCESS UABIUTY - EACH OCCURRENCE $ 2,000,000 X UMBRELLA FORM 1CP30001039201 10/30/91 10/30/92 AGGREGATE _ $ 2,000,000 OTHER THAN UMBRELLA FORM t WORKER'S COMPENSATION STATUTORY LIMITS AND EACH ACCIDENT '$ 100,000 EMPLOYERS LIABILITY' 3902852917 10/30/91 10/30/92 DISEASE—POLICY LIMIT $ 500,000 DISEASE—EACH EMPLOYEE S 100 000 OTHER DESCRIPTION OF IONS/LOCATIONSNEHICLES/SPECIAL ITEMS Hawkins -Weir Engineers, Inc. named as additional insured. CERTIFICATE HOLDER : CANCELLATION n City of Fayetteville, Arkansas SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City Administration Building EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 113 West rtuntain MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Fayetteville, AR 72701 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZEDEDREPRESENTATIVE (•«'"`' ACORD 29-S p/YO)-.�..-.". ` " _ - C�� -, -: ^..-:rOACORD 1990 CORPORATION • • ADJUSTMENT # CITY OF FAYETTEVILLE, ARKANSAS IN -YEAR BUDGET ADJUSTMENT • BUDGET YEAR 1992 DEPT: Public Works DIV : Engineering PROG: Capital Improve ment constructs DATE REQUESTED - 13 Aug 42 an PROJECT OR ITEM REQUESTED: Increase funding for the 54th_ Street and the Sang Ave. replacement culverts by $23,382.00. JUSTIFICATION OF THIS INCREASE Original estimate was low. The replacement of the 54th Street bridge has been mandated by the AHTD. The replacement of the culvert on Sang Ave. is a planned and needed safety improvement. The City will realize cost savings with both contract scctiuna awardea ccncurrencly. PROJECT OR ITEM DELETED: None. JUSTIFICATION OF THIS DECREASE Excess funds from interest earnings on reserve funds. INCREASE ACCOUNT TITLE Contract Services Bridge replacement E4UESlfE BY COORDINATOR DEPARTMENT DIRECTOR ADMIN. SERVICES DIRECTOR CITY MANAGER DATE •3,4, kat, (I roti Posted A,A 2.15 4470-94712-5-315 ACCOUNT NUMBER PROJ. NO. 4470-9470-5-315 92047-0020 AMOUNT $23,382 DECREASE ACCOUNT TITLE ce ACCOUNT NUMBIR iibl. 11Bs 4470-0947-499.99 AMOUNT $23,382 BUDGET OFFICE USE ONLY DATE OF APPROVAL Entered Type: A B C ✓T G c — oaaFrOch on C el+rase Sok( ofeKrxles/ � REQUEST i syk For the FayetteJille City Council meeting of FROM: jinn $eavtca, Name gaiagicen.,44 co6aris San hve. smatase.cVni,fJGien LMED -�e Enginee+fh Po 61:e. Nclac Division Department MIMS ACTION REQUIRED: COST TO CITY: Cost of this Request +110 - 9410- S Si Account Number l204i-ooz& Project Number Moya S Cke{satwn of eacia9eel dio ,. ocdec +h Swee4jsec Cmnsircocl'bcn. $ 151 382.m ConeoCtion Category/Project Budget Category/Project Name S 143 653.08 Fundal Used Lq Date Program Name $ 'l,ltg. crL Remaining Balance Fund CA:tiAaa TT OJen'ty CanfAcut.ison BUDGET RE9iElI: X Budgeted Item Budget tobrdinator Budget Adjustment Attached Administrative Services Director CONTRACT/LEASE 'GC Account 0 i9 1' REVIEW: anager C t ttorn 46r, Ai rc .+, Officer Date 1^),z) Date 1 -l9 -K3 Date a Auditor ate RECOMMENDATION: Ameo sio e (el • • rtment Dreci for Adm etrat e N or g A ices Director GRANT APPLICATION REVIEW: Internal Auditor ate kg -r3 20JRu43 Date 1-avci Date /ei Da Date FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Kevin Crosson, Public Work Dire tor Don Bunn, City Engineer From: Jim Beavers, Engineering ` Date: 18 January 1993 jb Re: Proposed change -order to the construction contract with Sweetser Construction (contract no. 387) for replacement culverts at Sang Avenue and 54th Street. 1. Existing contract: The construction contract to replace the existing culvert on Sang Avenue and the existing bridge on 54th Street was approved by the Board of Directors on 1 September 1992. Due to utility delays (SW Bell) construction could not begin until 9 November 1992. Construction continues with estimated completion of February 1993 for Sang Avenue and March 1993 for 54th Street. 2. Proposed change -order: a. During the construction of the Sang Avenue box culvert it was determined that the existing water line could be encased inplace with a split encasement rather than relocating the line and then encasing with standard encasement pipe. The split encasement resulted in additional labor and material costs for the encasement, but also allowed for time savings and a future net reduction in the contract price. The negotiated price to provide the split encasement is an increase of $1050.00. The future net savings will result from certain bid items not being required, and thus not included on future pay estimates. Specifically, bid item 18, 60 if of new water line ($1620.00), bid item 19, relocate valve ($600.00), bid item 20, standard encasement ($500.00) and bid item no. 21, tie into existing water line ($1000.00) should be deleted from the final costs. The net effect of encasing the water line inplace will be a savings of $2670.00 ($3720 - $1050). b. During the excavation for the new culvert, it was determined in the field to tie in the existing 24 inch drainage tile into the NW corner of the culvert. The negotiated cost to add 10.5 if of 24"RCP drainage pipe is an increase in the contract amount of $498.75. The total increase in contract price is $1,548.75 (does include future savings of not relocating water line). • • • c. As noted, construction on Sang Avenue began November 9th and we required that the culvert and street be opened to traffic by November 25th. Due to the nature of the work, the concrete curing times and the weather conditions, delays were unacceptable. Please note that: * the changes were necessary to continue the project, * the changes were within the scope of the project, * the delay necessary to follow the formal procedures and reviews as outlined in "IC -2" (contracts/responsibilities) would have effectively shut the project down resulting in missed deadlines and the street remaining closed through the holidays. Based upon my responsibility as the project engineer to assure that the street was open to traffic by November 25th, I directed Sweetser to provide these changes. This direction was in violation of the policy of "IC -2", however, the Public Works Director was kept informed and we are currently working to revise "IC -2" to allow greater authority for project managers. Every construction project has unknowns and there will be times when the project engineer must make field decisions to allow the work to progress. On certain jobs the delays to follow the current policy for minor changes will result in increased project costs (contractor standby and impact charges) and missed deadlines. 3. Project budget: The approved contract budget is $151,382.00 (1 September 1992). Obligations to date are: Engineering $18,100.00 ROW 3,177.78 Advertising 136.80 Construction 122.238.50 Total $143,653.08 Funds are available for the change -order. 4. Action requested: Mayor's execution of the proposed contract amendment. Five original change -order documents have been signed by the engineer (Hawkins), the contractor (Sweetser) and are enclosed for the Mayor's signature. The City clerk should retain one and return the other four to Engineering. Enc: 1. Copy of letter from Hawkins -Weir dated January 15, 1993. 2. Five originals of the proposed change -order for signature. •