No preview available
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