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