Loading...
HomeMy WebLinkAbout221-12 RESOLUTIONRESOLUTION NO. 221-12 A RESOLUTION AWARDING BID #12-68 AND APPROVING A CONTRACT WITH EMERY SAPP & SONS, INC. IN THE AMOUNT OF $6,303,828.48 FOR THE CONSTRUCTION OF THE FULBRIGHT EXPRESSWAY/HIGHWAY 71B FLYOVER, APPROVING A PROJECT CONTINGENCY OF $315,191.42, AND APPROVING A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #12-68 and approves a contract with Emery Sapp & Sons, Inc. in the amount of $6,303.828.48 for the construction of the Fulbright Expressway/Highway 71B flyover, plus a project contingency of $315,191.42. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 20th day of November, 2012. APPROVED: B ATTEST: By: 46/14344-, SO DRA E. SMITH, City Clerk/Treasurer `,C}�RK/TRF4i4 q � U • • .�-S :FAYETTEVILLE: • ter ip1S''9Rk SPS ._/.,�� City of Fayetteville, Arkansas Budget Adjustment Form V11.0310 Budget Year 2012 Division: Engineering Department: Development Services Request Date 11/2/2012 Adjustment Number BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION A resolution to award a contract in the amount of $6,303,828.48 to Emery Sapp & Sons for the construction of the Fulbright Expressway/Hwy 71 B Flyover, approve a project contingency of $315,191.42 and approve a budget adjustment. Division Head get Director r Depa� Director Date if Date Prepared By: Reference: ehutchens Budget & Research Use Only tt.l'-7p(ti Type: A B C D E P Date c 1 Os, • 1 I -S -.2.6m, General Ledger Date 6/7/2011 Date Finance Director Chief' • taff ayor Account Name Posted . - • - r: Date Checked / Verified Da e TOTAL BUDGET-ADJUSTMENT-- Federal UDGET- AB-JUSTMENT - Federal Grants -Capital Street improvements Street improvements Street improvements Street improvements Account Number 4470.0947.4309.00 Initial Date Initial Date -5;043;063 ----^50437063 Increase / (Decrease) Project.Sub Expense Revenue Number 5,043, 063. . 06035 . 1720 4470.9470.5809.00 5,043,063 06035. 1720 4520.9540.5809.00 (685,766) 06035 2000 4520.9540.5809.00 685,766 06035 1720 4520.9540.5809.00 (900,000) 06035 2200 Street improvements 4520.9540.5809.00 900,-000 06035 172Q Engineering Contra Servs 4520.9540.5314.04 25,000 06035 1720 Street improvements 4520.9540.5809.00 (25,000) J:IEXCELIFEEDCIFIyoverWBA Flyover 11012012 06035 2000 Chris Brown Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 11/20/2012 City Council Meeting Date Agenda Items Only Engineering Division Action Required: Development Services Department A resolution to award a contract in the amount of $6,303,828.48 to Emery Sapp & Sons, Inc.for the construction of the' Fulbright Expressway/Hwy 71B Flyover, approve a project contingency of $315,191.42 and approve a budget adjustment. $1,260,765.70 2009 Str. Sales Tax $5,043,062.78 federal grant/expense Cost of this request 4520.9540.5809.00 4470.0947.4309.00 4470.9470.5809.00 Account Number 06035.1720 Project Number Budgeted Item 3,245,690.00 Category 1 Project Budget $ 1,585,765.70 Flyover (FEEDC) Program Category / Project Name Street Improvements Funds Used to Date Program / Project Category Name $ 1,659,924.30 2009 Street Bonds Remaining Balance Fund Name Budget Adjustment Attached � {maser., 7,,ea DepartrtttDirector Attorney Finance and Internal Services Director �Yrn ////6 Chief of Date 1/- 9—/ �. Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: 11--02-12PO4:04 RCVD Received in City Clerk's Office yor Comments: Revised January 15, 2009 a�lte eville THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE ARKANSAS www.accessfayettevilie.org CITY COUNCIL AGENDA MEMO Council Meeting of November 20, 2012 To: Mayor and City Council Thru: Don Marr, Chief of Staff Jeremy Pate, Development Services Director From: Chris Brown, City Engineer Ce Date: November 2, 2012 Subject: A resolution to award a contract in the amount of $6,303,828.48 to Emery Sapp & Sons, Inc. for the construction of the Fulbright Expressway/Hwy 71B Flyover, approve a project contingency of $315,191.42 (5%), and approve a Budget Adjustment. PROPOSAL: On November 2nd, the City received five (5) construction bids ranging from a low of $6,303,828.48 to a high of $7,880,880.03. Emery Sapp & Sons, Inc. submitted the low bid which was approximately 3% below the Engineer's Estimate of $6,515,348.00. The City has received a written recommendation from our consultant engineer, Jacobs, to award this contract to General Contractor Construction and staff concurs with this recommendation. The contract time is 501 days for substantial completion. Please note that as part of the Federal -Aid process, the Mayor has submitted the required Certification Letter to the Arkansas State Highway and Transportation Department (AHTD) requesting their review of the bid tabulations and concurrence in award of the contract to General Contractor Construction, Inc. The actual execution of the construction agreement will occur after receipt of AHTD concurrence. RECOMMENDATION: Staff recommends City Council approval awarding a contract in the amount of $6,303,828.48 to Emery Sapp & Sons, Inc. for the construction of the Flyover, approval of a project contingency of $315,191.42 (5%), and approval the attached Budget Adjustment. BUDGET IMPACT: This project is based on an Agreement Of Understanding with AHTD in which Federal Aid money will pay 80% ($5,043,062.78) of the contract amount of $6,303,828.48 and the City will pay 20% ($1,260,765.70). The Federal portion will be paid from the Federal Earmark received by the City in the 2005 Highway Bill and the City's portion will be paid from the Transportation Bond Fund. RESOLUTION NO. A RESOLUTION AWARDING BID #12-68 AND APPROVING A CONTRACT WITH EMERY SAPP & SONS, INC. 1N THE AMOUNT OF $6,303,828.48 FOR THE CONSTRUCTION OF THE FULBRIGHT EXPRESSWAY/HIGHWAY 71B FLYOVER, APPROVING A PROJECT CONTINGENCY OF $315,191.42, AND APPROVING A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #12-68 and approves a contract with Emery Sapp & Sons, Inc. in the amount of $6,303.828.48 for the construction of the Fulbright Expressway/Highway 71B flyover, plus a project contingency of $315,191.42. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 20th day of November, 2012. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer JACOBS November 2, 2012 Paul Libertini, PE City of Fayetteville Engineering 113 West Mountain St. Fayetteville, Arkansas 72701 3729 N. Crossover Road Suite 111 Fayetteville, AR 72703 Re: FEEDC - Job 040535-Fulbright Expwy./Hwy. 71B Flyover — Recommendation to Award Dear Paul: Bids were received for the "Fulbright Expwy./Hwy. 71B Flyover" at the City of Fayetteville, Purchasing Division, Room 306 -- City Hall, 113 West Mountain Street, Fayetteville, Arkansas 72701, at 2:O0p.m., Friday, November 2, 2012. A total of five bids were received for this project. Emery Sapp & Sons, Inc. of Springfield, MO submitted the low bid for the project in the amount of $6,303,828.48. A copy of the bid tabulation of bids received, including the Engineer's estimate, is being assembled. We recommend the City of Fayetteville award the construction contract for "Fulbright Expwy./Hwy. 71B Flyover" to the low bidder, Emery Sapp & Sons, Inc. We believe that this represents the best value to the City. Respectfully, JACOBS Kip Guthrie, PE Area Manager CC: File Andrea Foren Project Summary — Federally funded project that is intended to provide better access to the retail centers and restouronts in the Northwest Arkansas Mall area. — Construction cost; $6.3 million — Federal funds will pay for BO% of projected costs. — Construction complete in Mid. 2014 N. COLLEGE/FULBRIGHT FLYOVER CONCEPT PLAT w v1 l ARKANSA5 Bid 12-68, Construction - HWY 71 B Flyover BIDDER 1 Crouse Construction Company BID: 12-68 DATE: 11102112 TIME: 2:00 PM CITY OF FAYETTEVILLE TOTAL COST. $ 7,120,201.40 2 Emery Sapp & Sons, Inc. $ 6,303,828.48 3 - Iowa Bridge & Culvert, LC $ 7,880,880.03 4 Manhattan Road & Bridge Co. $ 6,640,001.85 5 United Contractors, Inc. $ 7,004,159.23 'NOTICE; Bid award Is contingent upon vendor meeting minimum specifications and formai authorization by City oHfciais. CERTIFIED: Ltd "12.4.74 Eaten, PURCH.AGENT WtiNESS DA Address: .' VendrOr.Name; Erbary.:'OR &.$e17s 590 West Poplar rob Point: Requisition No.: P.0 Number. Affil Yes:_ XX No: Mate: 1112!2012 Expected ueIIVery Date: City: Fayetteville State: AR 21p Code: 72703 Stpp:tt ode:' Taxable Yes:_ No _XX Division Head Approval: Quotes Attached No: XX Requester:.. Chris Brown Requester% Emptoyell #: 5 Extension; 207 Item Description Quantity Unit of Issue Unit Cost Extended Cost Aoxaunt Numbers 1 2 3 4 5 8 7 8 9 10 Street irrrprovemeMs 1 5,043,062.78 $5,043,002.78 4470.8470.5809.00 Project/Subproject # 08035.1720 Inventory # Fixed Asset # This is a grant $0.00 Street improvements 1 1,280,765.70 51,206,765.70 4520.9520.6809.00 08035.1720 $0.00 $4.00 30.00 80.00 $0.00 $0.00 Shipping/Handling pedal Instructions: Lot 50.00 Approvals-: Mayor: Finance & internal Services Director: Dispatch Manager. Subtotal: Tax: Total: 58,303,828.48 58,303,828.48 Department Diredor: Purchasing Manager. Budget Manager 1T Manager lltiRties Manager: Other: ReVe0eC11i2R008 DOCUMENT 00410 - BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Emery Sapp & Sons, Inc. 2602 N Stadium Blvd Columbia MO 65203 as Principal, hereinafter called the Principal, and Liberty Mutual Insurance Company PO Box 8509-A St. Louis, MO 63126 a corporation duly organized under the laws of the State of Massachusetts as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Five Percent of Amount Bid Dollars {$ 5% ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHBREAS, Principal has submitted a Bid for: Job 040535 Fulbright Expwy./ Hwy. 71B Flyover. (Fayettevi le)(S) Washington County F.A.P. HPP2-3757(2) NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the temp of such Bid, and give such Band or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material h - 00410 bid bond.doc FDC - Flyover 00410-1 Jacobs No. 100799 DOCUMENT 00410 - BID BOND (continued) furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 2nd clay of November 2012. PRINCIPAL Emery Sa • , & Sons, Inc. By 5 anti 411 SURETY Liberty M teal Insurance Company Kris Copra, ttomey-in-Fact ATTORNEY-IN-FACT PO Box 1046 Jefferson City, MO 65102 (This Bond shall be accompanied with Attorney -in -Fact's .authority from Surety) END OF DOCUMENT 00410 (CORPORATE SEAL) (CORPORATE SEAL) h - 00410 bid bond.doc 00410-2 Jacobs No. 100799 FEEDC - Flyover Liberty Mins Liberty Mutual Surety 1001 Ath Avenue, Smile 1700 Seattle, WA 98154 STATE OF Missouri County of Cole ACKNOWLEDGMENT BY SURETY }ss. On this 2nd day of November appeared Kris Copra Liberty Mutual Insurance Company , 2012 , before me personally , known to, me to be the Attorney in Fact of , the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, 1: have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. Notary Pubin the State of Missouri County of Boone AL.LLI$ON PICKTT E Notary TATE OF Notary Mf OURII Boone County Commission # 10109195 My Commissieo Explrns• 11103/2014 5-02301SA 10199 'xDP THIS POWER •OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5465981 , 'This Pdwer of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. Arnerican Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company WestArnerican Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BYTHESE PRESENTS: ThatAmerk:an Fire Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless. Insurance Company is a corporation duly organized under the laws of: the State of New Hampshire, and West American Insurance Company is a corporationduly organized under the laws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and by alacrity herein setforth; does hereby name, oonstiaite and appoint, AWSON PICKETT; DARLA A. VELTROP; KRIS COPRA; LOUISA. LANDWEHR ..«.».... �. ... « ....... �:._ . « ». .' «.... ..... «.... « .. ..... «.... «« all of the city of JEFFERSON CRY, slate of ;Mo each individually [item be more than one named, ifs true and lawful.atiomey-in=tact to make; execute, seal, acknowledge and deliver, for and on Its behalf as surety :arld as. its act and deed', .any and at undertakings, bonds, reOpgnizahcei and:other surety obligations; in pursuance of these presents and shall be as binding upon the Companies as if they:have been duly signed by the president and attested -by the secretary of the Companies in their own proper persons. INWITNESSWHEREOF this PduuerofAttorneyhas been subscribed byanauthorizedotficerorofljcialoftheGompaniesaridtfiecorporatesealteftheCompanies havebeenaffixed theretothis 12th day of , JULY , 2012 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance .Company Peerless: Insurance Company WestAmerican Insurance Company STATE OF WASHINGTON COUNTY OF KING. Onthrs 12th day of JULY 2012 before me personally appeared Gregory W Davenport, who acknowledged himself t•betheAssistant Secretary of American Fire and Casualty Company, Laxly Mutual Insurance. Company The Ohlo Casualty Company, Peerless. Insurance Company and WestAniedcan Insurance Company, and that he, as such, being" authorized so to do,- execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations. by himself as a duly authorized officer. IN -WITNESS WHEREOF t have hereunto subscribed my name and affixed niy:notanai seal_atSeaNle Washirgton,,en,the day and year first written:NOTARY . x KD Riley ;NO Public . • ,neo This Power ofAttomey is made and executed pursuant toand by authority of the following By-laws andAuthorizations ofAtnertcan.Fire and Casualty Company, The Ohl Casualtylnsurance Company, Liberty Nfutuai.Insuranoe.Company, WestAmerican-Insurance Company -and Peerless:insurance Company, which r Solutions are now in full force and,effec t reading.asfoiiows; • ARTIci.got OFFICERS -Section 12; Poweref Attorney. Any offideror otheroffidat of the Corporationautorizedrkstat purpOse In writing byte Chalrmincir the President sndsUbject: to such limitation as:the Chairman ar the President may:presc ibe;shat appoint such attorneys -in fact as maybe teary to act in behalf Of the: Corporation to: make,. exec ute;seet actinoWledgeand:detderas.suiety..any.andellundertaldrgs;bonds;:recognizances.andothersuretyobligations. Suchaitomeys-infad, subject tothe.llmilationsSet forth mtheirrespecctive: powers of attorney, shall have -full power to bind .the Corporation by their signature and:execution of any such inutilnieiifs•and t0:aftach thereto the seal• oft* Corporation: When so: executed; such instruments shalt bees binding as if signed by. te: President and attested to by the Secretary-Anypower or authority granted lo any representative. or attorney-irgact under the:provisions of this aiticle may. pa revoked at anytme_b itheBoardO the Chairman, the Presldent or by theOfficer officers granting such;power oraudhmity., . • AR ICLE Xpl - Execution of Contracts.- SECTION 5. Surety Bonds and Undertakings. Any -officer of the Company authorized forttratpurpose in writing by the chairman or the president, • and subject to such Radiations as the chairman or the president may presciibe,_shell appoint such attorneys-in-fact,,as Maybe'necessary to act in behalf of the Company to make, execute, sal, acknowledge and deliver:as surety. any. and. all undertaldngs;.bonds recognizances•and.other. surety obTgations. Stich.ailemeys-in4act.sUbjectto the limitations. set forth in their respective powers of attorney, shall have Lull power to.bind the Company:by their• signature. and.execution of any such instruments and tattaph thereto the seal of the Company. When so executed such Instruments shall be as:bin ing es if signed bythe piesident.and attested by the secretary. Certificate of Designation— The President 011ie Company acting pursuant to the Bylaws. ofrtite Company. authorises Gregory W. Davenport, Assistant, Secretary to. appoint such attomey-in-fact as may be necessaryto act on behalf of the Company. to: make, execute, seal, acknowledge end deliiveras surety any and all undertakings, bonds, rec ognizances and other surety obligations. Auilroria anion — By unanimous consent of the Company s Board of Directors .the Company consents that thcarmie or mechanically reproduced. signature of any assistant secretary of the Company, whereverappearing open a certified copy.ef any power Of attorneylssued.by the in oonnection whi•r surety bonds, s hall be valid and biding upon the Company witlithe. same. force and effect as though manually affixed, _ 1, David M. Carey, the undersined,:AsststantSecreta y, of American Fire and Casualty Company The Ohio Casualty insurance Company, Liberty Mutual Insurance Company, West -American Insurance. Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct.copy of the Powerof Attorney executed by said Companies, is in full fore and effect and has not been revoked. 1N TESTIMONY WHEREOF.1 have hereunto set my hand and affixed the seals of said.Companies this 2nd day of November , 20_12_ POA-AFCC, LANG, OCIC, PIC 8, WAIC LMS 12873 041012 By: David M. Carey, Assistant Secretary Bid 12-68, Addendum 1 Bid 12-68, Job 040535-Fulbright Expwy./Hwy. 71 B Flyover I her acknowledge 1 have received Addendum 1 for Bid 12-68, Signature and date (e141P) N\04,..A13 o,3ES SR'P f Sp,s City of Fayetteville, Arkansas Bid 12-68, Addendum 1 Pa_e6of6 Telecommunications Deviceforte hDeaf TDD (479) 521--1336 113 West Mountain •• r2ye?teaille, AR 72701 x Bid Check List Bid 12-68, Fulhright Exlwy / Hwy. MB Flyover (continued] All bidders understand that this is a Federally Funded Project with City matching funds and there are specific payroll requirements that must be met during construction. Furthermore the Contractor understands, the City of Fayetteville will execute the Contract, but the Arkansas Highway and Transportation Department will be the Owner of the final product. Therefore, the Contractor will be held in strict conformance for Quality Control and Quality Assurance testing as directed and outlined in the AHTD Standard Specifications for Highway Construction, Edition 2003. The Contractor shall incorporate the time, resources and funding of said activities into his bid accordingly. All pages provided with signature tines shall be appropriately signed, dated accordingly, and included with submitted bid documents. All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractors License Number (This is a Federal Aid Project and therefore a License Number is not required for bidding). City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: E+`^ eiv' SAPP, 54os, /,C. ARKANSAS CONTRACTORS LICENSE NUMBER: n/a 01333 90413 (This is a Federal Aid Project and therefore a License Number is not required for bidding) Page 2 of 2 License No.63390413 ID #16358 State of Arkansas Contractors Licensing Board EMERY SAPP & SONS, INC. 2602 N STADIUM BLVD COLUMBIA, MO 65202 This is to Certify That EMERY SAPP & SONS, INC. is duly licensed under the provisions of Act 150 of the 1965 Acts as amended and is entitled to practice Contracting in the State of Arkansas within the following classification: HIGHWAY, RAILROAD, AIRPORT CONSTRUCTION MUNICIPAL & UTILITY CONSTRUCTION with the following suggested bid limit Unlimited from April 27, 2012 when this Certificate expires. until April 30, 2013 Witness our hands of the Board. dated at North Little Rock, Arkansas: yle. e --a.,( 4%4 CHAIRMAN SECRETARY April 27, 2012 Contract Name: Job 040535 Fulbrighht Expwy./ Hwy. 71B Flyover (Fayetteville)(S) Washington County F.A.P. HPP2-2816(2) and HPP2-3757(1) Bid No.: 12-68 BID To: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: wta . 415p 4.SDvts, 1-14 - ZCoD2 t4 S-fccciiuwk t3kvct C luwibiu, M0 (s zD2..- 5-13-tivS- 43331 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: gR - 00400 Bid Form.doc Addendum No. 1 FEEDC — Flyover 00400-1 Jacobs No. 100799 Number i Date /0-30-12 B. Bidder 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, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) 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; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or 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 be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. gR - 00400 Bid Form.doc Addendum No. 1 FEEDC — Flyover 00400-2 Jacobs No. 100799 G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, 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 with the Contract Documents. L Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 - Subpart P - Excavations. M. Bidder understands that this is a Federal -aid contract. Bidder will complete the Work in accordance with the Contract documents for the following price(s): gR - 00400 Bid Form.doc Addendum No. 1 FEEDC - Flyover 00400-3 Jacobs No. 100799 1 201 CLEARING 9 STATION $300.00 $2,700.00 2 201 GRUBBING 9 STATION $30000 $2,700.00 3 202 REMOVAL AND DISPOSAL OF CURB 164 LIN. FT. $6.50 $1,066.00 4 202 REMOVAL AND DISPOSAL OF CURB AND GUTTER 238 LIN. FT. $6.50 $1,547.00 5 202 REMOVAL AND DISPOSAL OF WALKS 65 SQ. YD. $6.50 $422.50 6 202 REMOVAL AND DISPOSAL OF CONCRETE DITCH 600 SQ. YD. PAVING $6.50 $3,900.00 7 208 FENCE REMOVED AND RECONSTRUCTED 1679 LIN. FT. $16.50 $27,703.50 8 210 UNCLASSIFIED EXCAVATION 4300 CU. YD. $7.50 $32,250.00 9 210 COMPACTED EMBANKMENT 9624 CU. YD. $9.50 $91,428.00 10 SP & 210 SOIL STABILIZATION 100 TON $200.00 $20,000.00 I 1 SP SELECT GRANULAR BACKFILL 597 CU. YD. $55.00 $32,835.00 12 SS & 303 AGGREGATE BASE COURSE (CLASS 7) 7061 TON $15.29 $107,962.69 13 401 TACK COAT 1545 GAL. $3.22 $4,974.90 14 SP, SS, & 406 MINERAL AGGREGATE IN ACHM BINDER COURSE (1") 2490 TON $34,43 $85,730.74 15 SP, SS, &406 ASPHALT BINDER (PG 76-22) IN ACHM BINDER COURSE 104 TON (1") $927.09 $96,417.36 16 3P, SS, & 407 MINERAL AGGREGATE IN ACHM SURFACE COURSE 2142 TON (1/2") $37.58 $80,496.36 17 SP, SS, & 407 ASPHALT BINDER (PG 76-22) IN ACHM SURFACE 113 TON COURSE (1/2") $960.85 $108,576.05 18 412 COLD MILLING ASPHALT PAVEMENT 1048 SQ. YD. $4.42 $4,632.16 19 SP, SS, & 414 ASPHALT CONCRETE PATCHING POR MAINTENANCE 15 TON OF TRAFFIC $110.64 $1,659.60 20 SP, SS, & 415 ACHM PATCHING OF EXISTING ROADWAY 15 TON $118.66 $1,779.90 21 504 APPROACH SLABS 3032 CU. YD. $300.00 $9,216.00 22 504 APPROACH SLABS (TYPE SPECIAL) 30.6 CU. YD. $300.00 $9,180.00 23 504 APPROACH GUTTERS (TYPE C) 26.31 CU. YD. $300.00 $7,893.00 24 504 APPROACH GUTTERS (TYPE SPECIAL 1) 17.2 CU. YD. $35000 $6,020.00 25 504 APPROACH GUTTERS (TYPE SPECIAL2) 13.8 CU. YD. $300,00 $4,140.00 26 601 MOBILIZATION 1 LUMP SUM $300,000.00 $300,000.00 27 SP & 602 FURNISHING FIELD OFFICE 1 EACH $7,500.00 $7,500.00 28 SP, SS, & 603 MAINTENANCE OF TRAFFIC 1 LUMP SUM 2100,000.00 $100000.00 29 SS &604 SIGNS 709 SQ. FT. $15.00 $10,635.00 30 SS & 604 BARRICADES 64 LIN. FT. $30.00 $1,920.00 31 SS & 604 TRAFFIC DRUMS 38 EACH $65.00 $2,470.00 32 SS &604 FURNISHING AND INSTALLING PRECAST CONCRETE 3260 LIN. FT. BARRIER $30.00 $97,800.00 33 SS & 604 RELOCATING PRECAST CONCRETE BARRIER 1240 LIN. FT. $10.00 $12,400.00 34 SS &604 CONSTRUCTION PAVEMENT MARKINGS 270 LIN. FT. $1.00 $270.00 35 604 REMOVABLE CONSTRUCTION PAVEMENT MARKINGS 4325 LIN. FT. 36 604 REMOVAL OF PERMANENT PAVEMENT MARKINGS 3735 LIN. FT. 37 604 REMOVAL OF PERMANENT PAVEMENT MARKINGS 2 EACH (ARROWS) $1.50 $6,487.50 21.00 $3,735.00 275.00 $150.00 38 SP, SS, & 604 PORTABLE CHANGEABLE MESSAGE SIGN 117 WEEK $175.00 $20,475.00 39 605 CONCRETE DITCH PAVING (TYPE B) 461 SQ. YD. $36.00 $16,596.00 18" REINFORCED CONCRETE PIPE CULVERTS (CLASS Ili) 40 SS & 606 84 LIN. FT. $45.00 $3,780.00 g - 00400 Bid Form.doc Addendum No.1 FEEDC - Flyover 00400-4 Jacobs No. 100799