Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout40-95 RESOLUTION•
•
RESOLUTION NO. 40-95
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT IN THE AMOUNT OF
$294,059.20 WITH SWEETSER CONSTRUCTION, INC. FOR
THE INTERSECTION IMPROVEMENTS AT JOYCE
BOULEVARD AND HIGHWAY 265, AND APPROVAL OF A
15% CONTINGENCY AMOUNT OF $44,108.88, AND
AUTHORIZING THE MAYOR TO APPROVE CHANGE
ORDERS UP TO THE CONTINGENCY AMOUNT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby authorizes the Mayor and City Clerk to
execute a contract in the amount of $294,059.20 with Sweetser Construction, Inc. For the
intersection improvements at Joyce Boulevard and Highway 265, and approves a 15%
contingency amount of $44,108.88. A copy of the contract is attached hereto marked Exhibit
"A" and made a part hereof.
Section 2. The City Council hereby authonzes the Mayor to approve change orders
up to the contingency amount of $44,108.88.
PASSED AND APPROVED this 7th day of March , 1995.
ATTEST:
By:
Aziti, tut
Traci Paul, City Clerk
APPROVED:
By:
red Hanna, Mayor
July24, 1995
cr t• ser
07 -ay -4.
APPLICATION FOR PAYMENT APPLICATION NO.1
PROJECT: Joyce Boulevard CD .State Hwy 265
LOCATION: Fayetteville, Arkansas City of Fayetteville Bid No. -95-13
OWNER: City of Fayetteville DATE July24, 1995
OWNER. City of Fayetteville CONTRACTOR. Sweelser Construction
113 W. Mountain 590 W. Poplar
Fayetteville, Arkansas 72701 Fayetteville, AR 72703
ITEM
DESCRIPTION
QUANTITY •
UNIT
CONTRACT
TOTAL
#
.UNIT PRICE
AMOUNT
1 Installed Contract Quantities.© Unit Prices As Shown As Shown As Shown $260,666.50
Attached "Payment Application -Schedule No. 1"
The Original Contract Price was $294,059.20
Net Change By Previous Change Order(s) was Woo
The New Contract Price Including All Change Orders is $294059.20
The Gross Amount Due The .Contractor To Date is $260,666.50
1.0% Retainage Of The .Gross Amount Due The Contractor is $26,066.65
The Net Amount Due The Contractor To Date $234.599:85
The Amount Of Previous Payments Paid To Contractor is o
The Amount Due This Application is $234,599.85
Accepted : Sweetser Construction q�
By �/ Title: 7�k 5,/pe,4 Date: 2 �- 6J ,
Approved:: City of Fayetteville;
Fayetteville, Arkansas
By: �(/��
��
] Title: rake
-
Lacy- Date: %Z 11-9S--•
A4 -y3//3
Res Yv-9'
07/24/95 12:01 PM 1
PAYMENT APPLICATION SCHEDULE NO. 1
Highway 265 & Joyce SL Intersection Improvements
CITY OF FAYE!TEVIL LE BID NO. 95-W
Fayetteville, Arkansas
JERRY D. SWEETSER INC (SWEETSER CONSTRUCTION)
BW
,Item
No.
AHTD
Spec.
No.
Mem Description
Units
2
3
4
5
6
7
8
9
10.
11
12
13
14
15
16
17
18
19
20
21
'22
23
24
25
26
27
28
29
30
31
32
33
34
35
36:
37
38
39�
- 40
202
202
202
208
210
210
303
407
501
601
603
606
606
606
806
606
606
607
609
609
620
620
620
820
621
821
628
632
633
634
635
719
719
719
719
728
SHT3
SHT 3
APP "A"
R&D FENCE
R&D ASPHALT PAVING
R&D PIPE CULVERTS
FENCE MOVED &RECONSTRUCTED
UNCLASSIFIED EXCAVATION
COMPACTED EMBANKMENT ("HILLSIDE")
AGGREGATE BASE COURSE (CLASS 7)
3" ACHM SURF. CRSE-T2
PORTLACONCRETE PAVEMENT
MOBILIZATION
MAINTENANCE OF TRAFFIC
18" R.C. PIPE CLVT..(CL 3 )
2C R.C.. PIPE CWT. (CL 3)
36" R.C. PIPE CLVT..(CL 3)
18" FLARED END SECTION (CL 3)
24' FLARED END SECTION .(CL 3 )
36' FLARED END SECTION (CL 3)
5' X 2':BOX 850,SPEC ) [280 L F.j
JUNCTION BOX (TYPE ST)
DROP INLETS,(TYPE C)
LIME
SEEDING
MULCH COVER
WATER
BALED STRAW FILTER BARRIER
SILT FENCE.
TOP SOIL:FURNISHED & PLACED
CONCRETE ISLAND
5' CONCRETE SIDEWALK
INTEGRAL.CURB.(TYPE A)
ROADWAY CONSTR CONTROL
.THERMOPLASTIC WHITE (4")
!THERMOPLASTIC WHITE (12")
THERMOPLASTIC YELLOW (4")
THERMOPLASTIC ARROWS
DELINEATORS (OM -3R)
RELOCATE IRRIGATION METER
REPLACE LANDSCAPING - ORTHO.CLINIC
PROJECT IDENTIFICAI ION SIGN
TRENCH EXCAVATION SAFETY
LF
SY
LF
LF
CY
CY
CY
SY
SY
LS
LS
LF
LF
LF
EA
:EA
EA
LS
EA
EA
TN
AC
AC
MGAL
BA
LF
CY
SY
LF
LF
LS
LF
LF
LF
EA
EA
LS
LS
EA
LS
.Original Bid Amount
Project l
Tdta!
Quantity
Unit Bid 1
Price
Payment Application No.1
Project
Extended Total
Mem Cost Quantity
525
870
1 90'
60
1750
1386'
140
52
2370
1
1
300'
9501
10
2
4
1
1
1
2
2.7
1.1
1.1
220
50
1000
560
68'
266
630
1
1350
35
950
2
4
1
I
2
1
$1.00
$4.00
$15.00
$10.00
$12.00
$12.70
$30.00
$65.00
529.00
:$5,000.00
$15,000100
.$38.00'
:$45.00
$80.00
$550.00
$650.00
$1,100.00
$56,000.00
$2,200.00
$2,200.00
$100.00
$1,800.00
$300.00
$4.00
$7.50
$460
$5.00
$32.00
$11.00
$2:00
$4,500.00
$1:00
$7.00
$1.00
.$300.100
$75.00
5700.00
$500.00
5350:00
$2,500.00
$525.00
$3,480.00
$2,850.00
$600.00
521,000.00
$17,602.20
$4,200.00
53,380.00 26.3
$68,730.00 2370
$5,000100
$151000.00 0.9
511,40600 300
$42,750:00 860
$800.00 10
$1,100.06 2
$2;600.90
$1,100.00 1
556,000.00 1
$2,200.00
54,400.00 2
$270.00
$1,980.00 1.1
$330.00 1.1
$88000 0'
$375.00
$4.000.00
$2,800.00
$2,176.00
52,926.00
$1,260.00
$4,500.00
$1.,350.00
$245.00
5950.00
525
870
190
1500
1200
$600.00
$300.00
5700.00
$500.00
$700:00
52,500.00
100
68
258
629
0.9
0
0
0
4
1
Unit Bid
Price
T
Extended
Item Cost
$1.00
$4.00
$15.00
$10.00
$12.00
$12.7.0
$30,00
165.00
$29.00
55,00000
$15,000.00
$38.00
$45.00
$80.00
$550.00
$650.00
51,100.00
$56,000.00
$2200.00
52200 00
$100.00
$1.800.00
$300.00
54.00
57.50
$4.00
$5'.00
$32.00
$1100
$2.00
54,500.00
51.00
$7.00
51.00
$300:00
$75.00
$700.00
5500.00
53.50.00
52,500.00.
$525.00
.$3,480.00
$2,850.00
$0.00
118,000.00
115,240.00
$0.00
$1,709.50
568,730.00
55,090.00
$13,500.00
511,400.00
$38.700.00
$800.00
$1,100.00
$0.00
$1,100.00
$56,000.00
$2,200.00
54,400.00
$0:00
$1;980.00
$330.00
$0.00
$0.00
$0.00
$500.00
52,176.00
$2,838.00
51258.00
$4,050.00
$0.00
50.00
$0.00
$0.00
$300.00
$0.00
50.00
50.00
$2,500.00
Total C'ontract.P.rice
$294,059:20
Total'Pay.Estimate:Nd.1 $260,666.50
Total,Percerit Complete 89%
rte
FAYHTT6VILL
VENDOR NO/Of.17U
J "JL 3CJ L.. e .amu
S•WEETSER CONST
ATTN WILLIAM G SWEFJSER
590 W POPLAR
FAYETTEVILLE AR 72703
tach Package Must oe Marked
Exactly As Shown Here
City of Fayetteville, Arkansas
rirloc vnucn
004311.3
DATE 4/ 03/9.5
FC)i FAYETTEVILLE:
TERM'/.00/00
NET 30 DAYS
Item No. Oty. Unit
of
Issue
1 1,00 EA
Description and
Account Number
CONSTRLJCTION 0J= INTERSECTION
ECTION
IMPR'OVEMENT'. 0 JOYCE BLVD & HWY 265
( 4470 7470 5009 CO 94034 4617)-)
aDa0
PQ / •.� d -I
341,51 8s
SHIP TO: CITY OF FAYETTEVILLE
ENGINEER'NG/IJRAFTING
113 W MOUNTAIN
FAYETTEVILLE A.R. 72701.
M BUNCH
G) UNN
Unit Price TOTALS
294059.200 294039.20
�D J1 i f bi
CReak
27A1,059.. 20
DEPARTMENT VERIFICATION
:RECEIVED
.DEPT HEAD APPROVAL
AMOUNT TOPAY
A/P VERIFICATION
BY
DATE
IQ✓ .�10.•V
PURCHASING VERIFICATION
PRICE CHANGE VERIFICATION
RETURN CHECK TO
SEND COPY TO
ADDITIONAL APP.RO.VAL
CHECK.k
DOES NOT MEET PURCHASING POLICY
.CONTRACT PAYMENT
OTHER
APPROVED BY
PR
TH
^r PR
4
(1 :. I #.. 9 TOTA P
A. 1-3 I—IS BALANCE$
T
Y E $
moi/
VirrilLek
DEPT. WHEN CMPLETE DELIVER TO ACCTS. PAYABLE
411
..... ILLE
VENDOR N070670
Furpc
QnL ORDER
SWEETSER CONST
ATTN WILLIAM 0 SWEETSER
590 W POPLAR
FAYETTEVILLE AR 72703
Each Package Must Be Marked
Exactly As Shown Here
City of Fayetteville, Arkansas
PURCHASE ORDER #
0043113
DATE 6/07/95
FOB FFAYETTE:VILL.E:
TERMS°° 00
NET 30 DAYS
Item Na Oty. Unit
of
Issue
Description and
Account Number
Unit Price TOTALS
1.00 EA CONSTRUCTION OF INTERSECTION 294059.200 294059.20
( 4470 9470 5009 00 94034 2020)
CHANGE ORDER 111 TO DELETE ITEM 41 AND ADD
ITEM 112 IN ORDEr; TO CORRECT PROJECT NUMBER
CONTRACT %480
SHIP TO: CITY OF l AYETTEVILI._E
ENGINEERING/DRAF'TI.NG
113 W MOUNTAIN
F°AYETTEVILLE AR 72701
M BUNCH 0 DLJNN
294,059.20
DEPARTMENT VERIFICATION
RECEIVED
DEPT HEAD APPROVAL
AMOUNT TO PAY
AP VERIFICATION
DATE
PURCHASING VERIFICATION
PRICE CHANGE VERIFICATION
CHECK TO
$e"••D COPY TO
ADDITIONAL APPROVAL
CHECK4
DOES NOT MEET PURCHASING POLICY
CONTRACT PAYMENT
OTHER
APPROVED BY
PROJECT
THIS PAY N
PREVIOU Y
TOTAL PY T
BALANCE $
DEPT. WHEN COMPLETE DELIVER TO ACCTS. PAYABLE
STAFF REVIEW FORM
xxx AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of N/A for Mayor's Signature
FROM:
Mandy R Bunch .Encrineerina Public Works
Name Division
Department
ACTION REQUIRED: Approve Change Order #1 to the construction contract with
Sweetser Construction for the intersection improvements at Hwy. 265 and Joyce
Boulevard in the amount of $19,525.60. Council approved a project contingency
of $44,108.88 on March 7, 1995. (Resolution No. 40-95)
COST TO CITY:
$ 19,525.60
Cost of this Request
4470-9470-5809-00
Account Number
94034-2020
Project Number
$ 2,044,150 Joyce, Hwy 71-265
Category/Project Budget Category/Project Name
$ 1,087,383
Funds Used To Date Program Name
$ 95.6,767 Sales Tax Const.
Remaining Balance Fund
BUDGET REVIEW:
xxx Budgeted Item
BudgLt Coordinator
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Pec
Purchasing Officer
X-/-qS
Date
K1-7)
Date
82_i -G5
Date
GRANTING AGENCY:
//}} Date
C/
Date
STAFF RECOMMENDATION: Staff recommends
ision Head � f ! /�
VLA
epartment Director
�9S
D.te
Date
the change
order be approved.
Cross Reference
New Item: Yes
Prey Ord/Res :#: 40-95
Otig Contract Date: 3/7/95
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fred Hanna, Mayor
Thru: Kevin D. Crosson, Public Works Director, �, I
Charles Venable, Assistant Pu lic Wor Director•[.d
Don Bunn, City Engineer %--
From: Mandy Bunch, Engineering MRP"
Date: August 1, 1995
RE: Contract Review
Change Order Number 1
Joyce Boulevard @ Hwy. 265 Intersection Improvements
1. Background . Sweetser Construction was awarded the contract for the construction of
intersection improvements at Joyce Boulevard and Hwy. 265. Construction will be complete on
August 11, 1995.
2. Change Order Items. Most of the items on the Change Order are relatively small in change
due to either to overruns or deletion of the items from the project. The following is a list of items
that have had large changes, or new items that have new unit prices attached:
A. Excavation and Embankment. The net change in these items is an increase of 22%
from the original quantity. When excavation began on the west side of the highway, the
matenal encountered was much more deficient than expected. Some of the areas required
up to six feet of excavation and replacement rather than the planned two feet.
B. Asphalt Overlay. The net change in this item was 115%. The contract called for
asphalt on the east side of the highway only. Due to poor conditions encountered on the
west side, a transition area of asphalt was provided. The drive tie-in to the Physical
Therapy Clinic was also repaired. This was done due to the poor condition of the drive
tie-in after our re-routing of traffic during the closure
C. Delineators. The net change in this item was 50%. After the improvements were
complete on the west side of the highway, the necessity of two additional delineators on
the south side of Joyce was evident. They were placed just west of the opemng to the
storm sewer system.
D. 1" Galvanized Conduit. This conduit was placed in anticipation of relocating the
irrigation system.
E Rip -Rap Pads. This item was shown on .the plans, and inadvertently not included non
the Bid Tab.
F. Labor & Machine Rental (Waterline Work) Sweetser Construction agreed to assist us
with the relocation and upgrade of an existing water line that impeded the. construction of'
the intersection improvements
3. Staff Recommendation. The Staff recommends that Change Order Number 1 be approved.
The amount of the increase, $19,525.60, is within the contingency amount that the Council
approved. The original contract. amount was $294,059.20. The Council approved a contingency
of $ 44,108.88 , and authorized the Mayor to approve change orders up to $ 338,1.68.08.
August 1 , 1995
CONTRACT CHANGE ORDER CHANGE ORDER NO.1
PROJECT:
LOCATION:
OWNER:
Joyce Boulevard .@ State .Hwy. 265
Fayetteville, Arkansas
City of Fayetteville
OWNER: City of Fayetteville
113 W. Mountain
Fayetteville, Arkansas 72701
City of Fayetteville Bid No. 9543
DATE: •August 1, 1995
CONTRACTOR: Sweetser.Construction
590 W. Poplar
Fayetteville, AR 72703
ITEM 'DESCRIPTION QUANTITY
Changes in Contract Quantities and Unit Prices
Attached as "CHANGE ORDER NO. 1"
(Prepared and Dated July 31, 1995)
UNIT
CONTRACT
UNIT PRICE
TOTAL
AMOUNT
As Shown As Shown
As Shown $313,584.80
The Original Contract Price was $294,059.20
Net Change By Previous Change Order(s) was $OAO
he Contract Price Prior To This Change Order was $294,059.28
he Contract Price Will Be Increased By This Change Order by $19,525.60
The New Contract Price Including This Change Order is $313,584.80
The Contract Time Will Be Increased by 26 Day
he Date Of Completion As Of The Date Of This Change Order is August 11, 1995
Accepted : Sweetser Construction
Title: �,e'..5S/N ee Date: (- l -
Approved: Ci of Fayetteville; Fayetteville, Arkansas
BY• /%dnlet Title.: MAVOW
07/31/95
Date: jy7
11:36 AM 1
CHANGE ORDER N0, 1
Highway 265 & Joyce SI Intersection Improvements
CITY OF FAYETTE.VILLE BIO'NO 95-13
Fayetteville. Arkansas
JERRY D SWEETSER, INC. (SWEETSER CONSTRUCTION)
Bid
Item
No.
(AUTO
Spec
No.
Original Bid Amount
Item Description
1
2
3
4
5
6
7
8'
9
10
11
12
1.3
14
15
1.6
17
18
19
20
21
22
23
24
25
26
27
28
291
30i
31
321
33
34
.35
36
37
38
39
39
39B
39
202
232
202
208
210
210
303
407
501
601
603
606
.606
606
606
606
606
607
609
609
620
620
620
620
621
.621:
.628
632
633
634
635
719
719
719
719
728
SHT3
SHT3
R&D FENCE
R&D ASPHALT PAVING
R&D PIPE CULVERTS
FENCE MOVED & RECONSTRUCTED
UNCLASSIFIED .EXCAVATION
COMPACTED EMBANKMENT.("HILLSIDE")
AGGREGATE BASE COURSE (CLASS 7)
3' ACHM SURF .CRSE-T2
PORTLACONCRETE PAVEMENT
MOBILIZATION
MAINTENANCE OF T,RAFF.IC
18' R.C. PIP.E CLVT. (CL 3 )
24" R.0 PIPE CLVT. (CL 3)
38' R C. PIPE CLVT .(CL 3)
18' FLARED END SECTION (CL 3 )
24' FLARED ENO SECTION (CL 3 )
36" FLARED END SECTION (CL 3)
5' X 2' BOX 850 SPEC) [280 L.F ]
(JUNCTION BOX (TYPE ST)
DROP INLETS (TY°E C)
LIME
SEEDING
MULCH COVER
WATER
BALED STRAW FILTER BARKER
SILT FENCE
TOP SOIL FURNISHED & PLACED
CONCRETE ISLAND
5' CONCRETE SIDEWALK
INTEGRAL CURB (TYPE A)
ROADWAY CONSTR CONTROL
THERMOPLASTIC WHITE (41
THERMOPLASTIC WHITE:(lt)
THERMOPLASTIC YELLOW (4')
THERMOPLASTIC ARROWS
DELINEATORS (OM -3R)
RELOCATE IRRIGATION METER
REPLACE LANDSCAPING-.ORTHO CLINIC
PROJECT IDENTIFICATION SIGN
1' GALVANIZED CONDUIT
RIP -RAP PADS
LABOR & MACHINE RENTAL .(WATERLINE WORK)
TRENCH EXCAVATION SAFETY
Project
Tafel
Units quantic$%
iUnit Bid
Price
Change Order No.1
Protect
. Extended Total
Item Cost Ouantit)j
LF
SY
LF
LF
CY
CY
CY
SV
SY
LS
LS
LF
IF
LF
EA
EA
EA
LS
EA
EA
TN
AC
AC
MGAL
BA.
LF
.CY
SY
LF
LF
LS
LF
LF
LF
EA
EA
LS
LS
EA
LF
SY
HR
LS
525
:870
190'
60
1750
1386
140
52
2370
1
1
300
950
10
2
4
1
1
1
'2
27
11
11
220
50
1000
560
.68
266
630
1350
35
950
2
4
1
1
2
0
.0
.0
1
$1.00
$4.00
$15.00
$10 00
$12 00
512.70
$30:00
$65 00
529.00
$5,000 00'
$15,000 00
$38 00'
$45 00
$80 00
$550.00
$650:00
5'.10900
$56,000 00'
$2,200 00'
$2.200 00
$•100 00'
$1,800.00
5300.00
54.00
$7 50
$4 00
S5.00
$32 00
$11 00
$2:00
$4.500.00
$1 00
57 00
51.00
$300.00
57590
5700.00
$500.00
$350 00
$0 00
$0 00
SD 00
$2.500 00
Unit Bid
Price
Extended
Item Cost
5525.00 586 $1.00
$3,480 00 950 $4.00
52,85000 100 $15.00
$600.00 0 510.00
521,000.00 2129 512.00'
$17602.20. .2129 512.70
54,200.00 140 $30.00
$3,380 00 112 $65.00
568,730 00 2465 529.00
55,000 00 1 . 55,000 00
51.5,000 00 1 515900 00
$11,40000 308 538.00
542,750.00 950 545.00
$800.00 1.0 580.00
51,1.0000 2 $550.00
$2,600 00 4 $650.00
$1,10000 1 $1,1.0000
556.000.00 1 $56,000 00
52,200 00 1 $2;200 00
$4 400.00 .2 52,200 00
$270.00 0 5100:00
$1980 00 1 1 51 800 00
$330 00 1 1 5300.00
5880.00 220 . 54.00
5375.00 0 57 50
$4,coo.Oo 0 54.00
$2.800.00 560 55.00
52,176.00 68 •$3200
52,926 00 266 511.0.0
51,260 00 630 $2.00
$4,500.00 1 $4,50.0.00
51,350.00 1404 5100
5245.00 45 57.00
5950.00 1008- 51.00
$600.00 2 $300 do
5300.00 6 575.06
$700 00 0' 5700.00
$500 00 1 $500 00
5700 00 0 5350 00
50.00 27 S1.5o
50.00 85 535:00
$0 00 1.5 $100.00
52,500 00 1 52 500.00
3585:00
$3,800.00
52.850 00
$090
525,548,00
$27.038.30
$4,200.00
57,280.00
57t 485.00
55,000 00
$15,000 00
$11;704.00
$42,750.00
.$800.00
51.1.00 00
$2,600 00
$1,100.00
$56,000 00
52,200.00
$4 400 00
$0:00
51,98,0 00
5330 00
$880.00
$0.00
50.00
$2 B00.00
52,176 60
$2,926 00
51.260.00
$4,500.00
$1,404.00
5315.00
$t:ood.po
$800 00
$450:00
50 DO
5500 00
$0:00
$40.60
52.975.00
51,500.00
.$250000
Total Contract Price
5294.059 20 $31'3,584 80
Tdtal Add '519„52560
1
DETAILED SPECIFICATIONS
AND
CONTRACT DOCUMENTS
INTERSECTION IMPROVEMENTS
JOYCE BOULEVARD AT HIGHWAY 265
BID No. 95-13
CITY OF FAYETT'EVILLE, ARKANSAS
FEBRUARY 1995
DETAILED SPECIFICATIONS
AND
CONTRACT DOCUMENTS
INTERSECTION IMPROVEMENTS
JOYCE BOULEVARD AT HIGHWAY 265
BID No. 95-13
CITY OF FAYETTEVILLE, ARKANSAS
FEBRUARY 1995
TABLE OF CONTENTS
Item pages
Advertisement for bids 1
Instructions to bidders 1-8
State Wage Determination N/A
Bid Proposal _ 1-6
Statement of Bidder's Qualifications 1
Contract Agreement 1-4
Performance Bond 1-2
Payment Bond 1-2
General Conditions 1-42
Supplement to the General Conditions . 1-8
List of Drawings 1
Detailed Technical Specifications
Section 100 General Project requirements 1-10
Section 140 Schedules, Progress Meetings .. 1
Section 150 Project Signs 1
Appendix A - OSHA Safety requirements for excavation 218-256
End of the Table of Contents
ADVERTISEMENT FOR BIDS
Intersection Improvements
Joyce Boulevard at J.S. Hwy. 265
Bid Number 95-13
City of Fayetteville, Arkansas
Sealed bids for the construction of improvements at the intersection of Joyce
Boulevard at U.S. Hwy- 265 will be received by the City of Fayetteville,
Arkansas, at the Purchasing Office, Room 306, City Administration Building, 113
West Mountain Street, Fayetteville, Arkansas, 72701, until 2:00 p.m.. local time
on Monday, February 2i, 1995, and then at said office publicly opened and read
aloud.
The proposed Work generally consists cf grading, drainage, and paving
construction required to widen and improve the J.S. Highway 265 and Joyce
Boulevard intersection.
The Contract documents, consisting of the Advertisement for Bids, Instruction tc
Bidders, Bid Proposal, Contract, General Conditions, Supplementary Conditions,
Payment Bond, Performance Bond, Drawings, Specifications, and Addenda, may he
examined and obtained at the City cf Fayetteville Engineering Office, Pocm 004,
City Administration Building, :13 '•lest Mountain, Fayetteville, AR.
Each contractor shall Le responsible for the investigation, inspection, and
studies of the project s-te as deemed necessary .to fas.iliarize themselves w;th
all conditions encountered. Each contractor shall he responsible to read and
comply with the Icsrructi ns to Bidders as contained in the Contract Documents.
Each bid must be accompanied by a casnier s check or surety bond in an account of
five percent (5%; of the total whole bid. Said bond shall be issued by a
resident local agent who licensed ry the Arkansas State Insurance Commissioner
to represent the surety company executing said bonds, and tiling with such bonds
his power-of-at`-:rney. .h- mere crunters:gn:ng of the bonds by a resident agent
shall not be sufficient. In the event the successful bidder fails, neglects,
or refuses to enter int the contract for the construction of said work and
furnish the necessary 'finds in accordance with the Contract General and
Supplemental Conditions, the Owner shah: retain said check or bond as liquidated
damages.
Bids shall he madc :n
and such bio sheet_ aha:: ntt ce
and Contract Documents.
AllLids shall be sealed and the
Purchasing Office, Room .,"eh, :._ ';est- M
72701, and clearly marked the .swer let
following information: The Rid number,
bid opening, the time of the hid -]:ening
license number.
is contained in .thc specifications,
ruin the remainder of the Specifications
addressed t: the City of Fayetteville,
untain Street. Fayetteville, Arkansas
t side of the hid envelope shall be the
The proect name,title, the date of .the
and the bidding contractor's name and
All bidders shall he .i -else ,l under the terms
Arkansas Legislature.
of Act 150 c•f the X9.65 Acts of the
No bidder may withdraw `.:s h_, wi,- r s;xty •;t3'
the bid opening.
The City of Fayettevil:e reserves t„e night
..
waive any formalities as deemed. tto in
Fayetteville.
Says after the actual date of
reject any and all bids, and to
the Lest interest of the City of
INSTRUCTIONS FOR BIDDERS•
1. Defined Terms. Terms used in these Instructions to Bidders which are
defined in the Standard General Conditions of the Construction Contract shall
have the meanings assigned to them in the General and Supplementary
Conditions. The term Bidder" means one who submits a Bid directly to the
Owner, as distinct from a sub -bidder who submits a bid to a Bidder. The term
"Successful Bidder" shall mean the lowest, qualified, responsible and
responsive Bidder to whom Owner .(on the basis of Owner's evaluation as
hereinafter provided) makes an award. The term "Bidding Documents" includes
the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid
Proposal Form, and the proposed Specifications and Contract Documents
(including all Addenda issued prior to the receipt of Bids).
2. Copies of the Bidding Documents. Complete sets of the Bidding Documents
in the number and amount, if any, stated in the Advertisement to Invitation to
Bid may be obtained from the Engineer upon request.
Complete sets of Bidding Documents must be used in preparing Bids; neither
the Owner nor Engineer assumes any responsibility for error or
misunderstandings resulting from the use of incomplete sets of Bidding
Documents.
Owner and Engineer in making copies of Bidding Documents available on the
above terms do so .only for the purpose of obtaining Bids on the Work and do
not confer a license or grant for any other use.
3. Qualifications of Bidders. When included with, and made a part of the
Bid Proposal, the Bidder must submit a completed "Statement of Bidder's
Qualifications" as part of the Bid Proposal. The "Statement .of Bidder's
Qualifications" is required to demonstrate qualifications to perform the Work
and will be used in evaluating all bids as a basis for award.
4. Examination of Contract Documents and Site.
4.1. It is the responsibility of each Bidder before submitting a Bid, to •
(a) examine the Contract Documents thoroughly,
(b) visit the site to become familiar with local and specific conditions which
may affect cost, progress, safety, performance or furnishing of the Work,
(c) consider all Local, State and Federal Regulations and Laws which may
affect cost, progress, safety, performance or furnishing of the Work,
(d) study and carefully correlate Bidder's observations with the Contract
Documents and
(e) notify Engineer of any and all conflicts; errors or discrepancies in the
Contract Documents.
4.2 Information and data reflected in the Contract Documents with respect to
Underground Facilities at or contiguous to the site is based .upon information
and data furnished to the Owner and Engineer by owners of such Underground
Facilities or others, and Owner nor Engineer does not assume responsibility
for the accuracy or completeness thereof unless it is expressly .provided
otherwise in the Supplementary Conditions.
4.3 Provisions concerning responsibilities for the adequacy of data
furnished to prospective Bidders on subsurface conditions, .Underground
Facilities and other physical conditions, and possible changes in the Contract
Documents due to differing site conditions appear in Article 4 of the General
Conditions and any associated Supplementary Conditions,
Instructions for bidders page 1
4.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make
or obtain any additional information, .examinations, explorations, tests and
studies which pertain to the physical conditions of the surface and subsurface
at, or contiguous to the site or other wise which may affect cost, progress,
safety, performance or furnishing of the Work and which the Bidder deems
necessary to determine the Bid for performing and furnishing the Work in
accordance with the time, price and other terms and conditions of the Contract
Documents.
4.5 Upon request in advance, the .Owner will provide each Bidder access to the
site to conduct ant observations, .explorations and tests as .each Bidder deems
necessary for submission of a Bid. Bidder shall be required to fill in all
holes and to restore all property to its former condition.
4.6 The lands upon the Work is to be performed, rights -.of -way and easements
for access thereto and other lands .designated for use by the. Contractor in
performing the Work are identified in the Contract Documents. All additional
lands and access thereto required for temporary facilities or storage of
materials and equipment are to be provided by the Contractor. Easements for
permanent structures or permanent changes in existing structures are to be
obtained in advance by the Owner unless specifically noted otherwise in the
Contract Documents.
4.7 The Bidder must satisfy themselves of the accuracy to the estimated
quantities in the Bid schedule by examination of the site and a review of the
drawings and specifications including any Addenda. After bids have been
submitted, the Bidder shall not assert that there was any misunderstanding
concerning the quantities of Work or the nature of Work to be performed.
4.8 The submission of a Bid will constitute an irrevocable representation by
Bidder that Bidder has complied with every provision and requirement of this
paragraph 4, that without exception the Bid is premised upon performing and
furnishing the Work required by the Contract Documents and such means,
methods, techniques, sequences .or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing the
Work.
4.9 The AHTD
Specifications
Arkansas State
Specifications
•
Standard Specifications contained in the 'Standard
for Highway Construction,' Edition of 1993, published by the
Highway Commission are referenced and made a part of the
These Standard Specifications are available for inspection in the Engineer's
office, or may be obtained from the Arkansas State Highway Department, Little
Rock, Arkansas.
The AHTD Standard Specifications, and Standard Drawings when referenced in the
bid schedule shall be used as the Technical Specifications for this specific
project.
The Standard "Front-end" specifications, including the Advertisement for Bids,
Instructions to Bidders, Bid Proposal, Contract, General Conditions,
Supplemental Conditions, Performance and Payment Bonds and Section 100 -
"General Project Requirements" shall be as contained and shown in this
specific set of Contract documents and specifications.
All conflicts and discrepancies shall be resolved in the favor of the
Contract Documents and Specifications as written by the City of Fayetteville.
Instructions for bidders page 2
4.10 Special attention is called to the time constraints and the traffic
control required for this project. Refer to paragraph 8 of Section 100 which
states ". . .This proiect shall allow for the closing of Joyce Boulevard at
State Highway 265 for a maximum period of 30 consecutive calendar days
inclusive of all bad weather days, holidays and other "non -working" days.
It shall be the responsibility of the Contractor to provide whatever means are
necessary for completion of all phases of work necessary to re -open Joyce
Boulevard within the 30 consecutive day period.
Access to the Family Medical Center and the Razorback Sports & Physical
Therapy Clinic shall be maintained .open at all times.
It shall be the responsibility of the Contractor to furnish to the Engineer
for approval a complete traffic control plan showing the dates of closing
Joyce Boulevard, method of maintaining traffic to the two referenced medical
clinics, detour routing, signage and public safety. This specific plan shall
be submitted by the Contractor to the Engineer within 10 days after the Notice
of Award and shall be discussed at the preconstruction meeting. Traffic
control shall conform to AHTD Standards and the Manual on Uniform Traffic
Control Devices. . .
5. Interpretations and Addenda.
All questions about the meaning or intent of the Contract Documents are to be
directed to the Engineer. Interpretations or clarifications considered
necessary by the Engineer in response to such questions, and/or any
information deemed necessary by the Owner or Engineer, will be issued by
Addenda mailed or delivered to all parties recorded by the Engineer as having
received the Bidding Documents Only questions answered and/or other
information furnished by formal written Addenda will be binding.
The Point of Contact for questions and clarifications for this specific
project is Mandy Bunch or Don Bunn, P.E., City Engineering Office, (501) 575-
8206.
6. Bid security.
Each Bid must be accompanied by Bid security made payable to the Owner in an
amount od five percent (5%) of the Bidder's total maximum bid price and in the
form of a certified or bank check or a Bid Bond (on form .attached, if a form
is prescribed and included) issued by a surety meeting the requirements of the
General and Supplementary Conditions.
The Bid security of the Successful Bidder will be retained until such Bidder
has executed the Agreement and furnished the required contract security,
whereupon the Bid security will be returned. If the Successful Bidder fails
to execute and deliver the Agreement and furnish the required contract
security within 15 days after the Notice of Award, Owner may annul the Notice
of Award and the Bid security of that Bidder will be forfeited. The Bid
security of other Bidders whom the Owner believes to have a reasonable chance
of receiving award may be retained by Owner .until the earlier of the seventh
.day after the Effective Date of Agreement or the 61st day after the Bid
.opening, whereupon the Bid security furnished by such Bidders will be
returned. Bid security with Bids which are not competitive will be returned
within 10 days of Bid opening.
7. Contract Time.
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 (The
Contract Time) are as set forth in the Bid Proposal and/or Contract Agreement
and/or Technical Specification 100 - General Project Requirements.
Instructions for bidders page 3
Liquidated Damages.
Provisions for liquidated damages, if any, are set forth in the Bid Proposal
and/or the Contract Agreement.
9. Substitute or "Or -equal' items.
The Contract, if awarded, will be on the basis of materials and equipment
described in the Drawings or specified in the Specifications without
consideration of possible substitute or "or -equal" items. Substitute or "or -
equal" items of materials or equipment, unless it is specified that no
substitute will be allowed, may be furnished or used by the Contractor if
acceptable to the Engineer. Application for acceptance for possible
substitute or "or -equal" items will not be .considered by the Engineer until
after the effective date of the Contract Agreement. The procedure for
submission of any such application is set forth in Article 6.7 of the General
Conditions and any associated Supplementary Conditions.
10. Subcontractors, suppliers and others.
The Contractor shall not assign or sublet all or any part of this Contract
without the prior written approval of the Owner and Engineer. Nor shall the
Contractor allow any subcontractor to commence work until he has provided and
obtained approval of such compensation and public liability insurance as
required by the Contract Documents. The approval .of each subcontract by the
Owner will in no manner release the Contractor from any of his obligations as
set forth in the Contract Documents including the Plans, Specifications,
Contract and Bond(s).
11. Bid Proposal Form.
11.1 All bids must be made on the required Bid Proposal form contained in the
Bidding Documents. Additional copies may be requested from the Engineer.
11.2 All blank spaces for Bid prices
written, and the Bid form must be fully
Only one (1) copy of the Bid form is re
must be filled in, in ink .or type
completed and executed when submitted.
quired.
11.3 Bids by corporations must be executed in the corporate name by the
president or vice-president (or other corporate officer accompanied by
evidence of authority to sign) and 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
11.4 Bide by partnerships must be .exeduted in the partnership name and Signed
by a partner, whose title must appear under the signature and the official
address of the partnership must also be shown below the signature.
11.5 All names must be typed or clearly printed in ink below. the. signature,
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the
numbers of which must be filled in on the Bid form).
11.7. The address and telephone number for communications r.egardinq the Bid
must be shown.
Instructions for bidders page 4
12. Submission o•f Bide.
Bids shall be submitted at the time and place indicated int eh Advertisement
or Invitation to Bid and shall be .enclosed in an opaque sealed envelope,
marked in the lower left portion with the Project Title, Bid Number, Date of
the bid opening, time of the bid opening, bidding contractor's name and
license number. The Bid shall be accompanied with the Bid Security and other
required forms and documents.
If the Bid is sent through the mail .or other delivery system, the sealed
envelope shall be enclosed in a separate sealed envelope wit the notation "Bid
Enclosed" on the face of the outer envelope.
THE BID PROPOSAL FORM SHALL NOT .BE REMOVED FROM THE BOUND SPECIFICATIONS AND
CONTRACT DOCUMENTS.
13. Modification and Withdrawal of Bids.
Bids may be withdrawn or modified by an appropriate duly executed document (in
the manner that a Bid must be executed) and delivered to the place where Bids
are to be submitted at any time prior to the opening of Bide.
If, within 24 hours after the opening of Bide, any Bidder files a duly signed,
written notice with Owner and promptly thereafter demonstrates to the
satisfaction of Owner that there is a material and substantial mistake in the
preparation of its Bid, that Bidder may withdraw its Bid and the Bid security
will be returned. Thereafter, that Bidder shall be disqualified from further
Bidding on the Work provided under the Contract Documents.
14. Opening of Bids.
Bids will be opened and publicly read aloud at the time and location as
specified ir% the .advertisement of invitation for bids. A tabulation of the
amounts of the Bids will be made available to the Bidders after preparation by
the Engineer.
15. Bids to remain subject to acceptance.
All Bids shall remain subject to acceptance for 60 days after the day of the
Bid opening, but Owner may, at its dole discretion, release any Bid and return
the Bid security prior to that date. Additionally, if deemed necessary by the
Owner, the Owner and the apparent Successful Bidder may enter negotiations to
extend the time of acceptance beyond the 60 days, with no changes in the Bid
Proposal or Contract Documents.
16. Award of Contract.
16.1 Owner reserves the right to reject any and all Bids, to waive any and
all informalities not involving price, time or changes to the Work; to
negotiate contract. terms with the Successful Bidder, and the right to
disregard all nonconforming; nonresponsive, unbalanced or conditional bids.
The Owner further reserves the right to reject the Bid of any Bidder if the
Owner believes that if would not be in the best interest of the Project .or
Owner to make award to that Bidder, whether because the Bid is not responsive
or the Bidder is unqualified or of doubtful financial ability, or o•f doubtful
past performance, or fails to meet any other pertinent standard or criteria
Instructions for bidders page 5
established by the Owner. Discrepancies in the multiplication of unite .of
Work and unit prices will be resolved in the 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.
16.2 In evaluating the Bids, Owner will consider the qualifications of
Bidders, whether or not Bids comply with the prescribed requirements, and such
alternates, unit prices, and other .data, as may be requested in the Bid
Proposal Form or prior to Notice of Award.
16.3 Owner may consider the qualifications nd experience of the
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
for in the Contract Documents. .Owner may .also consider the operating costs,
maintenance requirements, performance data and guarantees of major items of
material and equipment proposed for incorporation in the Work when such data
is required to be submitted prior to the Notice of Award.
16.4 Owner may conduct such investigations as Owner deems necessary to assist
in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability if Bidders, proposed subcontractors,
suppliers and other persons and organizations to perform and furnish the Work
in accordance with the Contract Documents to .Owner's satisfaction within the
prescribed time.
16.5 If the contract is to be awarded, it will be awarded to the lowest
responsive, responsible, qualified Bidder whose evaluation by Engineer
indicates to Owner that the award will be in the best interests of the Project
and Owner.
16.6 If the contract is to be awarded, Owner will give the Successful Bidder
a Notice of Award within 60 days after the date of the Bid opening. If .deemed
necessary by the Owner, the Owner and the apparent Successful Bidder may enter
negotiations toextend the time of acceptance beyond the 60 days, with no
changes in the Bid Proposal or Contract Documents.
17. Contract Security.
Article 5 of the General Conditions, and the associated Supplementary
Conditions set forth the Owner's requirements as to Performance and Payment
Bonds. When the Successful Bidder delivers the executed Agreement to Owner,
it must be accompanied by the required Performance and Payment Bonds.
18. Signing of Agreement.
When Owner gives Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the Agreement
with all other Contract Documents attached. Within 15 days thereafter,
Contractor shall sign, execute and deliver the required number of counterparts
of the Agreement and attached documents to the Owner with the required Bonds.
Within ten (10) days thereafter Owner shall deliver one fully signed and
executed to Contractor.
19. Compliance with State Licensing Law
Contractors must be licensed in accordance with the requirements of ACT 150,
Arkansas Acte of 1965, the "Arkansas State Licensing Law for Contractors."
Bidder who submit Bids in excess of $20,000.00 must submit evidence of their
having a contractor's license before their Bids will be considered, and shall
note their license number on the outside of their Bid.
Instructions for bidders page 6