Loading...
HomeMy WebLinkAbout113-01 RESOLUTION• • RESOLUTION NO. 113-01 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO JERRY D. SWEETSER, INC. IN THE AMOUNT OF ONE HUNDRED NINETY THOUSAND SIX HUNDRED FIVE DOLLARS AND FIFTY CENTS ($190,605.50) TO BUILD THE RAVEN AND GULLEY PARK MULTI -USE TRAILS; AN ADDITIONAL FOUR THOUSAND DOLLARS ($4,000.00) FOR MATERIALS TESTING; AND APPROVING A FIFTEEN PERCENT (15%) PROJECT CONTINGENCY OF TWENTY-EIGHT THOUSAND FIVE HUNDRED NINETY DOLLARS AND FIFTY CENTS ($28,590.50). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby Awards a construction contract to Jerry D. Sweetser, Inc. in the amount of One Hundred Ninety Thousand Six Hundred Five Dollars and Fifty Cents ($190,605.50) to build the Raven and Gulley Park Multi -Use Trails and an additional Four Thousand Dollars ($4,000.00) for materials testing. Section 2. That the City Council hereby Approves a Fifteen Percent (15%) project contingency of Twenty -Eight Thousand Five Hundred Ninety Dollars and Fifty Cents ($28,590.50). Section 3. That the City Council hereby Authorizes the Mayor to sign such a contract with Jerry D Sweetser, Inc. PASSED AND APPROVED this 7th day of August, 2001. Clerk APPROVED: By DAN COODY, Ma • NAME OF FILE: CROSS REFERENCE: Resolution No. 113-01 • 08/07/01 Resolution No. 113-01 08/07/01 Construction Contract with Jerry D. Sweetser, Inc. 07/23/01 Memo to Fayetteville City Council thru Mayor Coody, Greg Boettcher, Public Works Director, Jim Beavers, City Engineer, from Paul Libertini, Staff Engineer, regarding Agenda Request, Council Meeting of August 7, 2001, Raven Trail & Gulley Park Trail Construction (Fayetteville Multi - Use Trails) 06/28/01 Bid #01-23, Bid Tabulation Form 07/21/01 Copy of Purchase Requisition 08/07/01 Staff Review Form 08/21/01 Memo to Paul Libertini, Engineering Division, from Heather Woodruff, City Clerk 02/07/02 Change Order No. 1 (Raven Trail Project)(Project No. 99081)(Contract No. 810) 01/30/01 Memo to Mayor Coody thru Greg Boettcher, PW Director, Jim Beavers, City Engineer, from Sid Norbash, Staff Engineer, regarding Raven Trail Project - Change Order #1 to the construction contract 02/15/02 Staff Review Form 02/27/02 Memo to Sid Norbash, Engineering Division, from Heather Woodruff, City Clerk 9/i -2/0a. CJAav &o1ch- Mo (Rid.Qu PI.oleri- -t 99 o 1 - e.ou.-FAck. th- 4- 8!v NOTES: 3/28/03 c.0 u 3- -wru,�fv, L>a —G �. • • • • • Section 00500 AGREEMENT 0 S. le, /13-0/ co, Cox Jen BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the 7 day ofin the year 2001 by and between the City of Fayetteville, Arkansas (hereinafter called OWNS ) and ‘• a— ce-)e (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The work generally consists of the construction ofapprox. 1,400 LF of 12' wide asphalt multi -use trail with base, associated earthwork, drainage structures, culverts, and drainage ditches for Project A: Raven Trail Construction; and construction ofapprox. 1,700 LF of 10' wide asphalt multi -use trail with base, associated earthwork and two reinforced concrete box culverts for Project B: Gulley Park Trail Construction; and all items indicated in the Drawings and Specifications for both projects. Article 2. ENGINEER The Project has been designed by City of Fayetteville Engineering Dept. 113 W. Mountain Fayetteville, Arkansas 72701 who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract documents. Article 3. CONTRACT TIME. 3.1. The Work shall be substantially completed within 120 consecutive calendar days for ProiectA and within 120 consecutive calendar days for Proiect B after the date when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraphs 14.07.B & C of the General Conditions within 150 consecutive calendar days for ProiectA and within 150 consecutive calendar days for Project B after the date when the Contract Time commences to run. City of Fayetteville 07/27/01 Page 00500-1 1 • w 1 I 1 1 1 1 1 1 1 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of the Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Two hundred dollars ($200.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER Two hundred dollars ($200.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined from the following Schedule of Values pursuant to paragraphs 4.1 and 4.2 below: 4.1. for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for each separately identified item of Lump Sum Work; and 4.2. for all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 4.2. City of Fayetteville 07/27/01 Page 00500-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • • • PROJECT "A" -- RAVEN TRAIL PAY ITEMS City of Fayetteville 07/27/01 Page 00500-3 Item No. Item Description Unit Estimated Quantity Unit Price Extended Price Al Mobilization LS 1 $500.00 $500.00 A2 Construction Staking LS 1 S500.00 $500.00 A3 Maintenance of Traffic LS 1 $500.00 $500.00 A4 Tree Protection Fencing LF 500 $10.00 $5,000.00 A5 R & D Fence, Gate & Posts LS 1 $500.00 $500.00 A6 R & D Curb & Gutter LF 15 $20.00 $300.00 A7 R & D 18" Corrugated Metal Pipe (CMP) LF 20 $25.00 $500.00 A8 R & D Concrete Endwalls & Railroad Ties LS 1 $1,000.00 $1,000.00 A9 R & D Asphalt Driveway SY 400 $10.00 $4,000.00 A10 Excavation Safety LS 1 $500.00 $500.00 A 11 Clearing & Grubbing LS 1 $3,000.00 $3,000.00 Al2 Common Excavation CY 275 $6.50 $1,787.50 A13 Compacted Embankment - Select Hillside Material (Borrow) CY 175 $25.00 $4,375.00 A14 Undercut and Backfill CY 150 $32.00 $4,800.00 Al5 Aggregate Base Course (Class 7) TN 650 $16.00 $10,400.00 A 16 Concrete Curb & Gutter LF 15 $20.00 $300.00 AI7 Type 8 Curb LF 25 $30.00 $750.00 Al8 ACHM Surface Course (Type 3) TN 200 $42.00 $8,400.00 A19 18 -Inch Reinforced Concrete Pipe LF 102 $36.00 $3,672.00 A20 Modified Type C 4x4 Drop Inlet EA 1 $2,100.00 $2,100.00 A21 Articulated Cellular Concrete Interlocking Blocks SF 204 $15.00 $3,060.00 A22 Seeding & Mulching AC 1.2 $2,200.00 $2,640.00 A23 Imported Top Soil CY 250 $18.00 $4,500.00 A24 Adjust Water Valve Box to Grade EA 2 $150.00 $300.00 A25 Adjust Water Meter Box to Grade EA 1 $150.00 $150.00 A26 Signs SF 8 $15.00 $120.00 A27 Baled Straw Ditch Check (E-1) EA 25 $100.00 $2,500.00 A28 Baled Straw Filter Barrier (E-2) EA 25 $180.00 $4,500.00 A29 Silt Fence (E-3) LF 600 $3.00 $1,800.00 Subtotal $72,454.50 FEDERALLY NON -PARTICIPATING FUNDS A30 Common Excavation CY 120 $6.50 $780.00 A31 Compacted Embankment - Select Hillside Material (Borrow) CY 40 $25.00 $1,000.00 A32 Aggregate Base Course (Class 7) TN 175 $16.00 $2,800.00 A33 ACHM Surface Course (Type 2) TN 60 $42.00 $2,520.00 A34 ACHM Overlay (1 '/d') (Type 2) TN 21 $42.00 $882.00 A35 Imported Top Soil CY 40 $18.00 $720.00 A36 18" Corrugated Metal Pipe (CMP) LF 24 $36.00 $864.00 Subtotal $9,566.00 TOTAL CONSTRUCTION COST: PROJECT "A" $82,020.50 City of Fayetteville 07/27/01 Page 00500-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • • PROJECT "B" -- GULLEY PARK TRAIL PAY ITEMS As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03.B of the General Conditions. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02 . All such payments will be measured by the schedule of values established in paragraph 2.07 of the General Conditions and based on the number of units City of Fayetteville 07/27/01 Page 00500-4 Item No. Item Description Unit Estimated Quantity Unit Price Extended Price B1 Mobilization LS 1 S500.00 $500.00 B2 Construction Staking LS 1 $500.00 $500.00 B3 Maintenance of Traffic LS 1 $100.00 $100.00 B4 Tree Protection Fencing LF 100 $10.00 $1,000.00 B5 R & D Curb & Gutter LF 15 $20.00 5300.00 B6 R & ID CMP LF 30 $25.00 $750.00 B7 Excavation Safety LS 1 $500.00 $500.00 B8 Clearing & Grubbing LS 1 $500.00 $500.00 B9 Common Excavation CY 650 $6.50 $4,225.00 1310 Undercut and Backfill CY 75 $32.00 $2,400.00 B11 Aggregate Base Course (Class 7) TN 700 $16.00 $11,200.00 B12 Aggregate Base Course (Class 7) (6" under Box Culverts) TN 25 $16.00 $400.00 B13 Concrete Curb & Gutter LF 15 $20.00 $300.00 B14 ACHM Surface Course (Type 3) TN 325 $42.00 $13,650.00 815 Reinforced Concrete Box Culverts CY 70 $500.00 $35,000.00 B16 Galvanized Steel Handrail LF 76 $100.00 $7,600.00 B17 Articulated Cellular Concrete Interlocking Blocks SF 1,240 $15.00 $18,600.00 818 Seeding & Mulching AC 0.8 $2,200.00 $1,760.00 819 Imported Top Soil CY 100 $18.00 $1,800.00 820 Baled Straw Ditch Check (E-1) EA 25 $100.00 $2,500.00 821 Silt Fence (E-3) LF 500 $10.00 $5,000.00 TOTAL CONSTRUCTION COST: PROJECT "B" 5108,585.00 GRAND TOTAL CONSTRUCTION COST: PROJECT "A" + "B" $190,605.50 As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03.B of the General Conditions. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as modified in the Supplementary Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, on or about the 1st day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02 . All such payments will be measured by the schedule of values established in paragraph 2.07 of the General Conditions and based on the number of units City of Fayetteville 07/27/01 Page 00500-4 • • completed in the case of Unit Price Work or, in the event there is no schedule of values, as provided in the General Requirements. ' 5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraphs 1 4.02.B.5 & 14.02.D of the General Conditions. 90 percent of Work completed (with the balance of 10 percent being retainage), If Work has been 50 percent completed as determined by the ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100 percent of the Work completed. 100 percent of materials and equipment not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to OWNER as provided in paragraphs 14.02.B.5 & 14.02.D of the General Conditions. That is, if any such items are setup for that type payment in the Specifications. 5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 98 percent of the Contract Price (with the balance of 2 percent being retainage), less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraphs 14.02.B.5 & 14.02.D of the General Conditions. 5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs 14 07 B & C of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraphs 14.07.B & C. Article 6. CONTRACTOR'S REPRESENTATIONS. 1 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 6.1. CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda listed in Article 7) and the other related data identified in the Bidding Documents including "technical data." 6.2. CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, or furnishing of the Work. 6.3. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and City of Fayetteville 07/27/01 Page 00500-5 1 • • Regulations that may affect cost, progress, performance, and furnishing of the Work. 1 1 1 1 1 1 1 1 1 6.5. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the site that relates to the Work as indicated in the Contract Documents. ' 6.6. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data 1 with the Contract Documents. 6.7. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, ' or discrepancies that CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for 1 performance and furnishing of the Work. 6.4. CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions. CONTRACTOR accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely as provided in paragraph 4.02 of the General Conditions. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to the employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 1 1 1 City of Fayetteville 07/27/01 Page 00500-6 • • Article 7. CONTRACT DOCUMENTS 1 The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 1 7.1 1 7.2 7.3 1 7.4 1 7.5 7.6 7.7 1 7.8 This Agreement (pages 1 to 7, inclusive). Performance and Payment Bonds, (Exhibits A and B respectively). Certificates of Insurance, (Exhibit C). Documentation submitted by CONTRACTOR prior to Notice of Selection (Exhibit D). General Conditions (pages 1 to 42, inclusive). Supplementary Conditions (pages 1 to 13 inclusive). FHWA-1273 Special Provisions Disadvantaged Business Enterprise in Highway Construction (SS 100-3) 7.9 Specifications consisting of Divisions 1 through 16 as listed in table of contents 1 thereof. 7.10 Addenda numbers _ to inclusive. ' 7.11 Two sets of drawings (not attached hereto) consisting of: a cover sheet and additional sheets numbered 1 through 11 with each sheet bearing the following general title: Raven 1 Trail; and a cover sheet and additional sheets numbered 1 through 8 with each sheet bearing the following general title: Gulley Park Trail. ' 7.12 The following which maybe delivered or issued after the Effective Date of the Agreement and are not attached hereto: 1 7.12.1 Notice to Proceed ' 7.12.2 All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraph 3.04 ofthe General Conditions. 1 The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). ' There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraph 3.04 ofthe General Conditions. City of Fayetteville 07/27/01 Page 00500-7 i. • • IArticle 8. MISCELLANEOUS. ' 8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 1 1 1 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3. OWNER and CONTRACTOR each binds itself, it partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid ' and binding upon stricken provision or part thereof with a valid and enforceable provision that comes as close as possible expressing the intention of the stricken provision. 1 1 1 1 1 1 1 1 1 1 City of Fayetteville 07/27/01 Page 00500-8 • • IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in quadruplicate. One counterpart each has been delivered to OWNER and ENGINEER, and two counterparts have been delivered to CONTRACTOR. All portions of the Contract Documents have been signed, initialed, or identified by OWNER and CONTRACTOR or identified by ENGINEER on their behalf. This Agreement will be effective on the Agreement). daf tvg %I , 2001 (which is the Effective Date of OWNER: City of Fayetteville CONTRACTO By: las I • [CORPOR*T SEAL] 0 v 1 Psfi T IC Attest • Address for giving notices (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) • r • I Sweetser, Inc. By. ✓d/ sham G. Sweetser President Title [CORPORATE SEAL] * Attest data," * If a Corporation, attest by the Secretary. Address for giving notices License No. 0027470302 Agent for service of process: O.J fir'/r= (If CONTRACTOR is a corporation, attach evidence of authority to sign) City of Fayetteville 07/27/01 Page 00500-9 bj-`) 0120b) itgpt Project Manual simirstasamtak FAY ETT EN/ 1LLE CITY OF FAYETTEVILLE ARKANSAS Raven Trail & Gulley Park Trail Construction (ATEP-95)(S) F.A.P STPE-ENHN (154) JOB NO. 040313 BID # 01-23 JUNE 2001 "sitro AR REGISTER!» PR OflSSIONAL ENGINEER it NO. 9864 • • Project Manual FAYETTEVILLE CITY OF FAYETTEVILLE ARKANSAS Raven Trail & Gulley Park Trail Construction (ATEP-95)(S) F.A.P. STPE-ENHN (154) JOB NO. 040313 BID # 01-23 JUNE 2001 • • Section 00005 TABLE OF CONTENTS Raven Trail Construction Gulley Park Trail Construction Section No. Title 00005 Table of Contents 00020 Advertisement for Bids Pages 00005-1 to 00005-2 00020-1 BIDDING REQUIREMENTS 00100 Instructions to Bidders 00100-1 to 00100-10 00300 Bid Form 00300-1 to 00300-10 00350 Bid Bond 00350-1 to 00350-2 CONTRACT FORMS AND CONDITIONS 00500 00700 00800 FHWA-1273 SS 100-3 Agreement Form Between Owner & Contractor Construction Performance Bond - Exhibit A Construction Payment Bond - Exhibit B Certificates of Insurance - Exhibit C Notice to Proceed General Conditions Supplementary Conditions Special Provisions Listing & Supplements Disadvantaged Business Enterprise in Highway Const . SPECIFICATIONS Division 1 - General Requirements 00500-1 to 00500-7 00500-8 00500-9 00500-10 00500-11 1 to 42 00800-1 to 00800-13 30 pages .. 1 page 01010 Summary of Work 01025 Measurement and Payment 01027 Applications for Payment 01035 Modification Procedure 01040 Coordination and Meetings 01051 Construction Surveys 01060 Regulatory Requirements 01090 Reference Standards and Abbreviations 01300 Submittals 01310 Progress Schedules 01410 Testing Laboratory Services 01500 Construction Facilities & Temporary Controls 01620 Storage and Protection 01630 Product Options and Substitutions 01700 Contract Closeout City of Fayetteville 06/06/01 01010-1 to 01025-1 to 01027-1 to 01035-1 to 01040-1 to 01051-1 to 01060-1 to 01090-1 to 01300-1 to 01310-1 to 01410-1 to 01500-1 to 01620-1 to 01630-1 to 01700-1 to 01010-2 01025-11 01027-3 01035-3 01040-4 01051-2 01060-6 01090-3 01300-4 01310-2 01410-3 01500-5 01620-2 01630-2 01700-5 Page 00005-1 • • i equipment, labor, and materials necessary to complete the work. 1 3. Related Items - None. 4. Units and Measurement - Payment shall be at the unit price per square foot signs constructed and accepted by Engineer. Dimensions used for payment shall be the dimensions of the sign as per the MUTCD. 5. Partial Payment Provisions - None. Y. Straw Bale (Pay Item A27, A28 & B20) , 1. Description - Provide Baled Straw as indicated in the E-1, E-2, and E-4 details and per the specifications at the locations indicated on the Drawings or as directed by the Engineer. 2. Incidental Items - Equipment, materials, tools, labor, and any other item required to complete the work. 3. Related Items - When straw bales are used in conjunction with silt fence, the silt fence shall be paid for as a separate pay item. Site preparation shall include any costs due to permits for erosion control (stormwaterpollution prevention) with the governing agencies. 4. Units and Measurement - Payment shall be at the unit price per each straw bale furnished, installed and accepted by the Engineer. 5. Partial Payment Provisions - None. Z. Silt Fence (Type E-3) (Pay Item A29 & B21) 1. Description - Provide silt fence as indicated on the details in the Drawings and per these specifications at location indicated on the Drawings or as directed by the Engineer. 2. Incidental Items - All equipment, labor, materials and any other item necessary to complete the work. 3. Related Items - Straw Bales may be used in conjunction with silt fence, the straw bales shall be paid for as a separate pay item. Site preparation shall include any 111 costs due to permits for erosion control (stormwaterpollution prevention) with the governing agencies. 4. Units and Measurement - Payment shall be at the unit price per linear foot of silt fence furnished, installed and accepted by Engineer. 5. Partial Payment Provisions - None. 1 Part 2 - PRODUCTS Not Used 1 Part 3 - EXECUTION Not Used End of Section 01025 City of Fayetteville 06/04/01 Page 01025-11 ' • Division 2 - Site Work • 02050 Demolition 02100 Site Preparation 02161 Excavation Safety 02220 Excavation and Embankment 02230 Road Bed Preparation 02261 Site Restoration 02270 Slope Protection and Erosion Control 02279 Articulated Cellular Concrete Interlocking Blocks 02500 Asphaltic. Cement Paving 02600 Pipelaying 02720 Storm Sewer System 02800 Chain Link Fence & Gate 02840 Signage 02900 Landscaping Division 3 - Concrete 02050-1 02100-1 02161-1 02220-1 02230-1 02261-1 02270-1 02279-1 02500-1 02600-1 02720-1 02800-1 02840-1 02900-1 to 02050-2 to 02100-4 to 02220-10 to 02230-6 to 02261-7 to 02270-4 to 02279-5 to 02500-11 to 02600-4 to 02720-4 to 02800-6 to 02840-4 to 02900-12 03210 Reinforcing Steel 03210-1 to 03210-3 03316 Miscellaneous Concrete Work 03316-1 to 03316-13 City of Fayetteville End of Section 00005 06/06/01 Page 00005-2 1 • • Section 00020 ADVERTISEMENT FOR BIDS BID # 01-23 Notice is given hereby that, pursuant to an order ofthe City Council of the City of Fayetteville, Arkansas, sealed bids will be received at Room 306, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until 2:00 p m (local time) on Thursday, June 28, 2001, for furnishing all tools, materials and labor and performing the necessary work for the construction of Proiect A: Raven Trail & Project B: Gulley Park Trail for Fayetteville, Arkansas. At this time and place all bids received will be publicly opened and read aloud. The work generally consists of the construction of approx. 1,400 LF of 12' wide asphalt multi -use trail with base, associated earthwork, drainage structures, culverts, and drainage ditches for Project A; and construction of approx. 1,700 LF of 10' wide asphalt multi -use trail with base, associated earthwork and two reinforced concrete box culverts for Project B. Drawings and specifications are on file and maybe examined at the office ofthe Engineering Department, City of Fayetteville. Copies of these documents may be obtained from the office of the engineer upon payment of $50.00 for the drawings and specifications. This amount is not refundable. I The bidders shall make such inspection and studies ofthe site of the work as to familiarize themselves with all conditions to be encountered. Bid security, as defined in the Instructions To Bidders, in the amount of 5 percent of the Bid must accompany the Bid. Bidding Documents may be reviewed at the: City of Fayetteville Engineering Department (Phone: 501-575-8206) 113 W. Mountain Fayetteville, AR 72701 The successful Bidder will be required to famish a Performance Bond and a Payment Bond as security for the faithful performance and the payment of all bills and obligations arising from the performance of the Work. The City of Fayetteville hereby notifies all bidders that this contract is subject to applicable labor laws, non-discrimination provisions, wage rate laws and other federal laws including the Fair Labor Standards Acts of 1938. The Work Hours Act of 1962 and Title VI of the Civil Rights Act of 1964 also apply. Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all qualified small, L minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, the City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises. No Bids may be withdrawn within a period of 60 days after the date fixed for opening Bids. The City Council reserves the right to reject any or all bids, to waive irregulanties in the Bids and bidding deemed to be in the best interests of the City Council, and to reject nonconforming, nonresponsive, or conditional Bids. /s/ Peggy Vice Peggy Vice, Purchasing Officer 1 1 City of Fayetteville 06/01/01 Page 00020-1 • • 1 Section 00100 INSTRUCTIONS TO BIDDERS 1 DEFINED TERMS 1.1 Terns used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 Bidder - one who submits a Bid directly to Owner as distinct from a sub -bidder, who submits a bid to a Bidder. 1.3 Issuing Office - the office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. 1.4 Successful Bidder - the lowest, responsible, and responsive Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. 2 COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated m the Advertisement for Bids may be obtained from the Issuing Office. 2.2 Complete sets of Bidding Documents must be used in preparing Bids. Neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. 1 3 EXAMINATION OF SITE AND CONTRACT DOCUMENTS 3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville Engineenng Department, and shall constitute all of the information which the Owner shall furnish. No other information given or sounding made by the Owner or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, drawings, specifications and estimates, or be binding on Owner. Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract, and Bonds; examine carefully all Drawings, visit the site of the Work to carefully examine local City of Fayetteville 05/24/01 Page 00100-1 • • I. conditions; inform themselves by their independent research and sounding of the difficulties to be encountered, and all attending circumstances affecting the cost of doing the work, and the time specified for its completion; and obtain all information required to make an intelligent bid. 3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are necessary for full and complete information upon which the bid may be made and for which a contract is to be awarded. The Bid Form, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials required and with full knowledge of the drawings, profiles, specifications, and estimates and all provisions of the contract and Bonds. 3.3 Bidders shall promptly notify Engineer of all conflicts,errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. 3.4 Information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 3.5 On request, Owner will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests, and studies. 3.6 Reference is made to the General Requirements for the identification ofthe general nature of work 111 that is to be performed at the site by Owner or others (such as utilities and other prime contractors) that relates to the work for which a Bid is to be submitted. On request, and as available, Owner will provide to each Bidder, for examination, access to or copies of Contract Documents (other than portions thereof related to pnce) for such work. 3.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 3, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences, or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Contract Documents and that the written resolutions thereof by Engineer are acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 1 City of Fayetteville 05/24/01 Page 00100-2 1 1 1 • • 1 4 AVAILABILITY OF LANDS FOR WORK AND WORK BY OTHERS I 4.1 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary I construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner IIunless otherwise provided in the Contract Documents. 1 5 INTERPRETATION OF CONTRACT DOCUMENTS AND ADDENDA 5.1 If any person contemplating submitting a bid for construction of the Work is m doubt as to the true meaning of any part of the proposed Contract Documents or finds discrepancies in or omissions from any part of the proposed Contract Documents, he should submit a written request for interpretation thereof to the Engineer not later than seven days before the date set for bid opening. The person submitting the request shall be responsible for its prompt delivery. 5.2 Interpretation or correction of proposed Contract Documents will be made only by Addendum to all holders of Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Owner will not be responsible for any other explanations or interpretations of the proposed Contract Documents. 1 5.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 6 APPROXIMATE ESTIMATE OF QUANTITIES ' 6.1 Engineer's estimate of quantities, on file at the City Engineer's office, is approximate only and shall be the basis for receiving unit price bids for each item but shall not be considered by Bidders as ' actual quantities that may be required for the completion of the proposed work. However, such quantities, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of Bids and aid in determining the low and responsive Bidder for the purpose of awarding the contract, and will be used as basis for fixing the amount of the required Bonds. 7 UNIT PRICES 7.1 Bidders must state a price for each item of work named in the Bid Form. Unit and Lump Sum prices shall include amounts sufficient for the furnishing of all labor, matenals, tools, equipment, and apparatus of every description to construct, erect, and finish completely all of the work as called for in the Specifications or indicated on the Drawings. 1 City of Fayetteville 05/24/01 Page 00100-3