Loading...
HomeMy WebLinkAbout112-96 RESOLUTION• CONTRACT THIS AGREEMENT, made and entered into the 15th day of October 19 96 , by and between the City of Fayetteville, County of Washington, State of Arkansas, Party of the First Part, hereinafter called the Owner, and Jerry D. Sweetser, Inc. of the City of Fayetteville Party of the Second Part, hereinafter called the Contractor. WITNESSETH THAT: WHEREAS, the Owner has called for bids for improvements, as set out in the Plans and Specifications and approved by the City of Fayetteville, Arkansas; and WHEREAS, pursuant to the published calls for bids under said Plans and Specifications, the Contractor is the lowest and best qualified bidder for the construction of said Improvements; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Bid No. 96-60 which shall be the street and storm drainage improvements for Joyce Boulevard, Fayetteville, Arkansas; including all Work required for a complete and acceptable installation, for the unit and lump sum prices bid in the Bid Proposal, all of which become and are a part of this Contract, the total sum thus being Six Hundred Seventy -Six Thousand, Four Hundred and Thirteen and 80/00 dollars ($676,413.80), such sum being the agreed amount upon which bonds and liabilities aru based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Bid attached hereto and made a part hereof, and in accordance with the Technical Specifications, the General Conditions, the Supplementary Conditions, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the issuance of the Notice to Proceed and totally complete all work within one hundred twenty (120) working days. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the accepted Bid therefor, subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below. As soon as is practicable after the first of each calendar month, and in accordance with the Contract Specifications, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Retainage shall be withheld from the partial payments as provided by Arkansas state laws by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder shall be and are essential conditions hereof. The Contractor agrees to commence work within ten (10) calendar days from the date of the Notice to Proceed and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails in completing the contract within the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages the sumof one hundred dollars ($100.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages Owner would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage Owner would sustain. Said amounts of liquidated damages shall be deductible from any amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled any to the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner or of the Owner's employees, or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes; lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer.. In the case of a continuing cause for delay, only one claim is necessary. In the event the Contractor abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of 1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed or 2) requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, should be surety fail, neglect or refuse to carry out said contract, 3) said Owner may complete the contract at its own expense and maintain an action against the Contractor and the surety hereto for the actual cost of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and seals, respectively. LArNA W tnesses""* JERRY. D. SWEETSER, INC *If corporation, secretary should attest. Attest: Traci Paul, City Clerk CITY OF FAYETTEVILLE, ARKANSAS Fred Hanna, Mayor • 115fNd%1 161111VEUr llfi : {!/l IIIIINO V111U4:y11 +VU%X111} IfflIMitUG.:y1})iflUG't1N 0.a1S&1114%H (41) G.I.lflgo4 fG iligi UNITED STATES D. Arkansas, City of thirteen has by written furnishing Blvd., Fayetteville, to as OF shall fully of failure may incur have a direct to the effect. or proceeding shall be 22-9-403 be brought due. which Owner either the Sureties, hereunder, waived. shall the on this Sweetser, called and Fayetteville, called dollars the for Owner's brought (b) of Owner or aggregate STATUTORY as ) successors THIS indemnify so right may any either �' (A UNITED laws whereof is harmless fully furnished this except terms the of , 1 , Nat - UARANTY COMPANY PAYMENT BOND AND GUARANTY and authorized and firmly bound unto seventy—six thousand bind themselves, firmly by these presents. entered and drainage made a part shall faithfully perform all cost and damage the Owner all outlay that if the Principal said Contract, failing jointly and severally, and void; otherwise State of Arkansas. it is brought in as amended. on which final payment in the work to be Contract, or any any way release the successors alteration, extension set out herein. , 19 inc.I COMPANY, a to do business four their heirs, into a contract improvements hereof, and is the Contract which he may and expense shall pay all which such under this it shall remain No suit, action accordance with No suit, action or under the done under it or other forberance Principal and or assigns or forbearance FIDELI .r PERFORMANCE Inc. Principal, and existing under the Surety, hereinafter Arkansas Owner, in the amount and eighty for the payment and assigns, agreement dated all labor and Arkansas Contract. OBLIGATION and save to do and shall in making good any labor or materials of action against priority, then shall be brought on this bond and A.C.A. Section by the Owner after be made in the extension of time or the Principal or any of them, notice to the Surety liability of day $ Stock Company) STATES of the State called Surety, of Six cents Principal jointly and materials , which contract such that if the reimburse such default, or performed the Principal obligation on this bond by the 18-44-503 two years of the for the performance to the other their heirs, or Sureties Surety exceed Jerry UNITED STATES . AND FIDELITY of Maryland are held hundred and Surety severally, for street is by reference the Principal Owner from and repay and, further, under and Surety, shall be null outside the Owner, unless (b) (Supp. 1987) from the date Contract, or of the shall not in personal representatives, of any such the sum DSSreeetsser, tA eft ARKANSAS We Jerry as Principal, hereinafter coroporation organized in the State of as Obligee, hereinafter hundred Dollars ($ 676,413.80 personal representatives, Principal with Owner for for Joyce hereinafter referred THE CONDITION on his part and suffer by reason which the Owner persons all indebtedness persons shall obligation, subject in full force and No suit, action or proceeding A.C.A. Section proceeding shall Contract falls Any alterations the giving by the on the part of the Surety or from their liability being hereby In no event Executed _ i AND GUARANTY Principal COMPANY Surety -: Attorney-in-fact FIDELITY �% .By oberi>GC.�� ARIMMIlattffirMINNIWIIIMMIMMIM ,: ,VINNIZMWfiaBtaeidadereAM :AMA Contract 158 (Arkansas) (11-89) UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY NO. 106636 • 1130832 t/GSFIG" KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized sad existing under the laws of the State of Maryland and baviog its principal office at the City of Baltimore, in the State of Maryland does hereby constitute and appoint A.P. Eason, Jr. and Robert M. Davis of the City of Fayetteville , State of Arkansas its true and lawful Attomcy(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instnmxnts is the nature thereof on behalf of the Company in its business of guannteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. lo Witness Whereof the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this iastnunent to be sealed with its corporate seal, duly attested by the signatures of its Senior Via President and Assistant Secretary, this 22nd day of January , A.D. 1593 •••• UNITED STATES FIDELITY AND GUARANTY COMPANY ayes 41.4Ii ti 1; r STATE O -F MARYLANI) BALTIMORE CITY ) (Sim) By (Signed) By SS: Senior Vice President 4o`}j Assistant Secretary On this 22nd dayof January , A.D. 1993'.befors mepetsodilly came Robert J. Lamendola • Senior Vice President of the UNITED STATES FIDELITY AND -GUARANTY COMPANY% Paul D, Sims Assistant Secretary of said Company, with both of whom I am personally‘�cuainted, who beiag4ry me severally duly swoC, d, that they, the said Robert J . Lamendola and Paul D., -53. -Vs Y were respectively t�e $enlor Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the'carporation described in,aitd hich executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that IhS`seal affixed to said PowIgof•.Attomry was svchtorporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that they signed their Dames thereto by likf orderas Senior Via Preitdevitiand Assistant Secretary, respectively, of the Company. My Commission expires the llth day in e ``(.March �(` `�n 'kit). 19 95. (Signed) .. id, ," .. j..t ,�+�(�� NOTARY PUBLIC This Power of Attorney is granted under and.byauthohority of the following Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on September 24, 1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attomey issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President. or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or cenificate bearing such facsimile sigoahrre or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to say bond or undertaking to which it is validly attached. RESOLVED, that Atmmey(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. R'. 1 Paul D. Sims . an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effort - - L the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full forte and effect and has riot been revoked. In Testimony Whereof, I have hereunto sctnry band and the seal of STATES FIDELITY AND GUARANTY COMPANY on this+, day � LWT 'i',_ FS 3 (10-92> Assistant Secretary CERTIFICATE OF INSURANCE: PRODUCER Eason Insurance Agency 2340 Green Acres Road Suite #10 Fayyetteville, AR PHONE 501-521-2233 CSR SP 11/07/96 INSURED Jerry Sweetser, Inc. 590 W. Poplar Fayetteville AR > COVERAGES < 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 THS COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY LETTERA The Maryland insurance Co. COMPANY LETTER B COMPANY LETTER C COMPANY LETTER D COMPANY LETTER E THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OP 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 I5 SUBJECT TO ALL TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR A TYPE OF INSURANCE GENERAL LIABILITY EX] COMMERCIAL GEN LIABILITY [ ) CLAIMS MADE [ X] OCC. [ ) OWNERS'S & CONTRACTOR'S PROTECTIVE AUTOMOBILE LIAB A A ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY yy UMBRELLA FORM ( ] OTHER THAN UMBRELLA FORM WORKERS' COMP AND EMPLOYERS' LIAB OTHER POLICY NUMBER EPA30174222 ECA300174305 UBA93229491 TC793227446 POLICY EFF DATE 10/30/96 10/30/96 10/30/96 10/30/96 POLICY EXP DATE 10/30/97 10/30/97 10/30/97 10/30/97 LIMITS GENERAL AGGREGATE PROD-COMP/OP AGG. PERS. & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (ANY ONE FIRE) MED. EXPENSE (ANY ONE PERSON) COMB. SINGLE LIMIT BODILY INJURY (PER PERSON) BODILY INJURY (PER ACCIDENT) PROPERTY DAMAGE EACH OCCURRENCE AGGREGATE STATUTORY LIMITS EACH ACCIDENT DISEASE-POL. LIMIT DISEASE -EACH EMP. 2,000,000 2,000,000 1,000,000 1,000,000 50,000 5,000 1,000,000 2000000 2000000 100,000 500,000 100,000 DESCRIPTION OP OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS > CERTIFICATE HOLDER < The City of Fayetteville, Arkansas 113 3 West Mountain Fayetteville AR ACORD 25-S (7/90) > CANCELLATION < SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- = PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 = DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT = FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF = ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. = AUTHORIZED REPRESENTATIVE Robert Michael Davis CERTIFICATE OF INSURANCE: PRODUCER Eason Insurance Agency 2340 Green Acres Road Suite #10 Fayyetteville, AR PHONE 501-521-2233 • • CSR SP 11/07/96 INSURED Jerry Sweetser, Inc. 590 W. Poplar Fay03tevi le AR 7 > COVERAGES <______ THIS CERTIFICATE IS ISSUED AS A MATTER OP 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 COMPANY LETTER A The Maryland Insurance Co. COMPANY LETTERS COMPANY LETTER C COMPANY LETTER D COMPANY LETTER E THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERN OR CONDITION OP 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 TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR A A A A TYPE OF INSURANCE GENERAL LIABILITY (X) COMMERCIAL GEN LIABILITY ( ] CLAIMS MADE (X] OCC. ( ] OWNERS'S & CONTRACTOR 5 PROTECTIVE AUTOMOBILE LIAB ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY C UMBRELLA FORM ( ) OTHER THAN UMBRELLA FORM WORKERS' COMP AND EMPLOYERS' LIAB OTHER POLICY NUMBER EPA30174222 ECA300174305 UBA93229491 TC793227446 POLICY EFF DATE 10/30/96 10/30/96 10/30/96 10/30/96 POLICY EXP DATE 10/30/97 10/30/97 10/30/97 10/30/97 LIMITS GENERAL AGGREGATE PROD-COMP/OP AGG. PERS. & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (ANY ONE FIRE) MED. EXPENSE (ANY ONE PERSON) COMB. SINGLE LIMIT BODILY INJURY (PER PERSON) BODILY INJURY (PER ACCIDENT) PROPERTY DAMAGE BACH OCCURRENCE AGGREGATE (STATUTORY LIMITS EACH ACCIDENT DISEASE-POL. LIMIT DISEASE -EACH EMP. 2,000,000 2,000,000 1,000,000 1,000,000 50,000 5,000 1,000,000 2000000 2000000 100,000 500,000 100,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS > CERTIFICATE HOLDER <---------------------'--__=====> CANCELLATION < NORTHWEST ENGINEERS CIVIL ENGINEERING CONSULTANTS P.O. BOX 1173 FAYETTEVILLE AR 72702 _ACORD 25-S (7/90) = SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- = PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 = DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT = FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF = ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED RHPRHSHNTATIVBle / Robert Michael Davis • x STAFF REVIEW FORM AGENDA REQUEST x CONTRACT REVIEW GRANT REVIEW 1VIICRO,Fg�_.� For the Fayetteville City Council meeting of 147A Res. 112 —16 ctiny. ord. I L,ICe t$Cr 30-9 7 FROM: Sid Norbash Enaineerina Name Public Works Division Department ACTION REQUIRED: Approval of change order number 1 to the contract with Jerry D. Sweetser, Inc.in the amount of $22,624.50, for the Joyce Blvd. Street Improvements Project (for water service line adjustments, Old Missouri Rd. to Crossover Rd.). COST TO CITY: $22,624.50 5756,413(Const.Only) Joyce Blvd. Street Impvts. Cost of this Request Category/Project Budget Category/Project Name 4470-9470-5809-00 Account Number 96042-0020 Project Number $676,413 Street Improvements Funds Used To Date Program Name 580,000 Sales Tax Remaining Balance Fund BUDGET REVIEW: X Budgeted Item Budget Adjustment Attached Budget Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: /A6-97 Accoun ity Att. 'ey Vv Purchasing Officer Date A Date GRANTING AGENCY: I -a2-917 Date Date iz797V Date STAFF RECOMMENDATION: Approval of Change Order #1. -✓�- /1/4•61/1 )/ Date Division Hea Department Director Admin''' tttrr'//ativ Ma or vices Director 1-3017 Date 40-) Date Cross Reference New Item: Yes_ Prev Or /Res /0- rb Orig Contract Date: Staff Review Form FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Thru: From: Date: Re: Fred Hanna, Mayor Kevin Crosson, Public Works Director Charles Venable, Assistant PWD. Don Bunn, City Engineer Sid Norbash, Staff Engineer January 28, 1997 Joyce Blvd. Street Improvements Old Missouri Rd. to Crossover Rd. Construction Contract Change Order #1 In reference to the above mentioned project, there are some water mains and service line adjustments that are needed in order to clear the way for construction. Since our Water & Sewer Crews are extremely busy at this time, per recommendations of David Jurgens, and your approval, we will contract this work to Sweetser Construction by using a part of the $80,000 contingency amount approved by the Council. Origional amount of contract Change Order #1 New Contract Amount 676,413.00 22, 624.50 $699, SN/sn Attachments: C.O. #1 Copy of the Resolution 037.50 RESOLUTION NO. 112-96 A RESOLUTION AWARDING BID NO. 96-60 IN THE AMOUNT OF $676,413 TO JERRY D. SWEETSER, INC. FOR THE CONSTRUCTION OF THE JOYCE BOULEVARD IMPROVEMENT PROJECT; AND APPROVAL OF A 12% TOTAL PROJECT CONTINGENCY IN THE AMOUNT OF $80,000. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 96-60 in the amount of $676,413 to Jerry D. Sweetser, Inc. for the construction of the Joyce Boulevard Improvement Project and approves a 12% total project contingency in the amount of $80,000. The Council authorizes the Mayor and City Clerk to execute said contract. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 15th day of October , 1996. ATTEST: By: Traci Paul, City Clerk APPROVED. By: Fred Hanna, Mayor RECCCDVE I JAN 2 21997 r. • 4474 41. 4 IMPROVEMENTS TO JOYCE BLVD. CHANGE ORDER NO. 1 JOB NO. 96058.02 ITEM DESCRIPTION UNIT QTY. NO. PRICE EXTENDED TOTAL 1 '/4" Copper Water Service line (Installed) $_7.50 /LF 450 LF $_3,375.00_ _Seven and 50/100's /Dollars Words 2 1" Copper Water Service line (Installed) $10.50 /LF 0 LF $ 0 _Ten and 50/100's /Dollars Words 3 Service Tap $_200.00 /EA 20 EA _Two Hundred and no/100's /Dollars Words 4A '/4" Copper Water Service Street Crossing & Street Trench, Backfill & Repair $_21.00 /LF 270 LF _Twenty One and no/100's /Dollars Words 4B '/4" Copper Water Service Street Crossing Pushed Under Street $_14.75 /LF 270 LF _Fourteen and 75/100's /Dollars Words 5A 1" Copper Water Service Street Crossing & Street Trench, Backfill & Repair $_24.50 /LF 0 LF _Twenty Four and 50/100's /Dollars Words 5B 1" Copper Water Service Street Crossing Pushed Under Street $__17.50 /LF 0 LF _Seventeen and 50/100's /Dollars Words $_4,000.00_ $_5,670.00_ $_3,982.50_ $ 0 $ 0 • ITEM DESCRIPTION UNIT QTY. EXTENDED NO. PRICE TOTAL 6 Meter Relocations (Double) $_235.00_/EA 9 EA $_2,115.00_ _Two Hundred Thirty Five and no/100's /Dollars Words 7 Meter Relocations (Single) $_220.00_/EA 10 EA $_2.200.00_ _Two Hundred Twenty and no/100's /Dollars Words 8 Kill & Plug Existing 2 '/d' CI Water Line @ West End of the Project $_1,282.00 /LS10 LS _One Thousand Two Hundred Eighty Two and no/100's/Dollars Words NOTES. $_1,282.00_ 1. ALL COPPER PIPE 15 TO BE WRAPPED IN POLYETHYLENE FILM PER CITY OF FAYETTEVILLE STANDARD WATER LINE SPECIFICATIONS. 2. ALL STREET CUTS ARE TO BE BACKFILLED AND REPAIRED PER CITY OF FAYETTEVILLE STANDARD STREET SPECIFICATIONS. 3. THE CITY OF FAYETTEVILLE WILL PROVIDE BORING FOR PUSHED WATER SERVICE CROSSINGS. Requested By: Recommended By: Northwest En of Crafton, T A Division Associates, Inc. Date : Date: 447.47_ Approved By : l�'� ` / Date: //1l7 of Fayetteville AGENDA REQUEST x CONTRACT REVIEW GRANT REVIEW • STAFF REVIEW FORM Ref /47-944 chny. ore/. a 013 Sw e is cr /o -d9- v7 MICROFILMED For the Fayetteville City Council meeting of Mayor's Approval Only FROM: Sid Norbash Enaineerina Public Works Name Division Department ACTION REQUIRED: Approval of change order number 2 & 3 to the contract with Jerry D. Sweetser, Inc.in the amount of $11,725.00, for the Joyce Blvd. Street Improvements Project for 8" water line adjustments, and addition of surge stone. Justifications indicated on the change orders. COST TO CITY: $11,725.00 Cost of this Request 4470-9470-5809-00 Account Number 96042-0020 Project Number $756,413 inclda. continq. Joyce Blvd. Street Impvts. Category/Project Budget Category/Project Name $711],1]-9.-00 Funds Used To Date $55,3017%100 Remaining Balance Street Improvements Program Name Sales Tax Fund BUDGET REVIEW: X Budgeted Item Budget Coordinator Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: City A Purchasing Officer /t9 Date GRANTING AGENCY: /0.2Yi7 Date 10-Q917 Date MMENDATION: Approval of Change Order #2,441.5 /o 27-27 ernal Auditor Department Director Date /o -Z9-9 7 Date IEW\4\\N»»/ ' Administr tive Sery es Director ate / /442 Mayor Date it eL Date Zige- it Date Cross Reference New Item: Yes_ Nol Prev Ord/Res #: Orig Contract Date: • FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Kevin Crosson, Public Works Director Charles Venable, Assistant �wD Don Bunn, City Engineer �y3 From: Sid Norbash, Staff Engineer Date: October 27, 1997 Re: Joyce Blvd. Street Improvements Old Missouri Rd. to Crossover Rd. Construction Contract Change Orders #2 and #3 The attached change orders reflect necessary field changes caused by unsuitable soil (C.O. #2), and an 8" water line being in the way of construction (C.O. #3). The funds for these extra expenses are available from the $80,000 contingency amount approved by the Council. Summary of the construction contract is as follows: Original Contract Amount Change Order Number 1 (Increase) Total Contract to Date Change Order #2 (Increase) Change Order #3 (Increase) Total Contract after C.O. #203 SN/sn Attachments: C.O. #2 & C.O. #3 Copy of the Resolution $676,413.00 22,624.50 699,037.50 2,750.00 8,975.00 710,762.50 JOB: CHANGE ORDER NO. 2 NORTHWEST ENGINEERS, A Division of Crafton, Tull and Associates, Inc. Improvements to Joyce Boulevard JOB NO: 96058.00 DESCRIPTION OF CHANGE: Surge stone for backfill areas with ground water. REASON FOR CHANGE: Unanticipated ground water encountered. ITEM ITEM NO. UNIT PRESENT PRICE QUANT. AMT. 9 Surge Stone $11.00/Ton 0 $0.00 TOTAL $0.00 REQUESTED6/n� , 1997 RECOMMENDED 4P-3 , 1997 APPROVED /s -a 9 , 1997 REVISED QUANT. AMT. 250 Tons $2,750.00 $2,750.00 NORTHW S of Cafto In INEE S, A Division Tull & Associates, C JUN 0619 7 1� CHANGE ORDER NO. 3 NORTHWEST ENGINEERS, A Division of Crafton, Tull and Associates, Inc. JOB: Improvements to Joyce Boulevard JOB NO: 96058.00 DESCRIPTION OF CHANGE: Relocation of 8" water line to be tapped off of 36" water line on North side of Joyce Street. Includes removal and repaving with concrete of up to 20' x 10' area of parking lot. REASON FOR CHANGE: Water line tapped into water main on South side of Joyce and running North across Joyce St. was not low enough after street was excavated. It was determined that tapping off of 36" line on North side of Joyce was better and less expensive than lowering line across Joyce St. Working days are changed from 120 working days to 130 working days due to this Change Order. ITEM ITEM UNIT PRESENT REVISED NO. PRICE QUANT. AMT. QUANT. AMT. 10 Water Line $8975.00/LS 0 $0.00 Lump Sum $8975.00 TOTAL $0.00 $8975.00 REQUESTED �D—/Q — 727, 1997 RECOMMENDED 0997 , 1997 APPROVED /0 P? , 1997 NOR HW S I JNRS, - Division of Crafton, T Inc. & Associates, City of Fayetteville RESOLUTION NO. 112-96 A RESOLUTION AWARDING BID NO. 96-60 IN THE AMOUNT OF $676,413 TO JERRY D. SWEETSER, INC. FOR THE CONSTRUCTION OF THE JOYCE BOULEVARD :IMPROVEMENT PROJECT; AND APPROVAL OF A 12% TOTAL PROJECT CONTINGENCY IN THE AMOUNT OF $80,000. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 96-60 in the amount of $676,413 to Jerry D. Sweetser, Inc. for the construction of the Joyce Boulevard Improvement Project and approves a 12% total project contingency in the amount of $80,000. The Council authorizes the Mayor and City Clerk to execute said contract. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 15th day of October , 1996. ATTEST: By: Traci Paul, City Clerk APPROVED. By: Fred Hanna, Mayor AGENDA REQUEST x CONTRACT REVIEW GRANT REVIEW For the Fayetteville FROM: Sid Norbash ��✓ Name STAFF REVIEW FORM MICROFILMED Res./0-14 chry, 0r4/ 9 Swe e -AJ es - 3 v yc e O/mal 5n5 1--a6-1e City Council meeting of Mayor's Approval Only Engineering Division Public Works Department ACTION REQUIRED: Approval of final payment & and to the contract with Jerry D. Sweetser, Inc Improvements Project reconciliation change order, . for Joyce Blvd. - Street COST TO CITY: $50 633.20 Cost of this Request 4470-9470-5809-00 $893 011 inclda. continq. Joyce Blvd. Street Impvts. Category/Project Budget Category/Project Name $839,537 Street Improvements Account Number Funds Used To Date 96042-0020 553,474 Project Number Remaining Balance Program Name Sales Tax Fund BUDGET IEW: • Budget Coordinator 21U X Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE Accounti g M= ager \ 4. Cit Attorney G -VV N ksz REVIEW: -a/45' Date 111-5'F Date I—al-QB Purchasing Officer Date GRANTING AGENCY: Date 57/ (5413) Date STAF? COMMENDATION: Approval of Change )4/71-"--- ivision Head Department Director Adminis rativ9 Fervices Director r Date /-z L -a Date -112 Date May / - /fl Date Order #4 & Final Reconciliation. Cross Reference New Item • Yes_ No X Prey Ord/Res #: Orig Contract Date: FAYETTEVILLE THE CITY OF FAYETTEVILI.E, ARKANSAS To: Fred Hanna, Mayor Thru: Kevin Crosson, Public Works Director Charles Venable, Assistant�P47� Don Bunn, City Engineer From: Sid Norbash, Staff Engineers-' Date: January 19, 1998 Re: Joyce Blvd. Street Improvements Old Missouri Rd. to Crossover Rd. Contract Change Order #4 & Final Reconciliation The above referenced project is now completed, and the final payment on this project is attached. Due to the conditions beyond our control 4 change orders were necessitated, and some bid quantities such as unclassified excavation had over -run. Overall, the project cost came under budget. Summary of the construction contract is as follows: Original Contract Amount $676,413.00 Change Order #1 (Increase) 18,624.00 Change Order #2 (Increase) 6,491.87 Change Order #3 (Increase) 8,975.00 Total Approved to Date $710,503.87 Change Order #4 (Increase) 4,952.36 Reconciliation Amount (Increase) 45,680.84 Total Final Cost of Contract $761,137.07 We request approval of the Change Order #4 in the amount of $4,952.36, and also the contract over -run in the amount of $45,680.84. Justifications for the changes have been submitted by Northwest Engineers, and are attached. SN/sn Attachments: C.O. #4 & and Reconciliation Copies of the Resolutions 113 WEST MOUNTAIN 72701 501-521-7700 FAX 501-575-8257 • CONORTHWEST ENGINEERS ) CIVIL ENGINEERING CONSULTANTS A DIVISION OF CRAFTON TULL & ASSOCIATES, INC. January 20,1998 Mr. Sid Norbash City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Al Harris, R.L.S. Kurtis J. Jones, P.E. Robert C. Reece, P.E. Harry G. Gray, P.E. (1941-1997) RE: Joyce Boulevard Improvements NWE No. 96058 02 Dear Sid: Per your request, we have reviewed the change orders for the above referenced project, and offer the following summary of those change orders: Change Order No. 1: Change Order No. 1 included the relocation of the pnvate water services and meters along the project. This item was not included in the onginal contract because, at the time, it was believed that the City's Water and Sewer Department could complete this work more cost effectively than a pnvate contractor, however, due to scheduling problems, the decision was made after the contract was awarded to have the contractor (Sweetser Construction) complete the work. Total Cost: $18,624.00 Change Order No 2: Change Order No. 2 included approximately 590 tons of surge stone. The surge stone was used in areas where severe ground water problems were expenenced to help expedite construction and to help insure a stable road subgrade. Total Cost: $6,491.87 Change Order No. 3: Change Order No. 3 included the lowenng of an 8° water line that crossed Joyce Boulevard. The water line was higher than expected, and had to be lowered to avoid a conflict with the new street grade Total Cost $8,975.00 P.O. Box 1173 / 524 W. Sycamore / Fayetteville, Arkansas 72702-1173 / (501) 443-4535 / FAX (501) 442-6966 E-mail: cta@craftull.com Website: http://www.craftuli.com