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