Loading...
HomeMy WebLinkAbout245-19 RESOLUTIONOF FAYFTrF a i o - 9RkANSPS 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 245-19 File Number: 2019-0694 BID #19-39 JBZ, INC. DBA ELLINGSON CONTRACTING: A RESOLUTION TO AWARD BID #19-39 AND AUTHORIZE A CONTRACT WITH JBZ, INC. D/B/A ELLINGSON CONTRACTING IN THE AMOUNT OF $329,299.00 FOR PHASE 1 OF THE RESTORATION AND RECONSTRUCTION OF THE WOOLSEY FARMSTEAD, TO APPROVE CHANGE ORDER NO. 1 REFLECTING VALUE ENGINEERING ITEMS AND REDUCING THE TOTAL CONTRACT AMOUNT TO $279,099.00, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $15,000.00 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 #19-39 and authorizes Mayor Jordan to sign a contract with JBZ, Inc. dba Ellingson Contracting in the amount of $329,299.00 for Phase 1 of the restoration and reconstruction of the Woolsey Farmstead including selective demolition and permanent stabilization, approves Change Order No. 1 to the contract reflecting value engineering items and reducing the total contract amount to $279,099.00, and further approves a project contingency in the amount of $15,000.00. PASSED and APPROVED on 11/5/2019 Approved Attest: yb-ERK/T�iO. • 0.. . FqY •C Lioneld Jorda ayor Lisa Branson • �� �<<F: �? 40 111 OI Page 1 Printed on 1116119 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2019-0694 Agenda Date: 11/5/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 7 BID #19-39 JBZ,INC. DBA ELLINGSON CONTRACTING: A RESOLUTION TO AWARD BID #19-39 AND AUTHORIZE A CONTRACT WITH JBZ, INC. D/B/A ELLINGSON CONTRACTING IN THE AMOUNT OF $329,299.00 FOR PHASE 1 OF THE RESTORATION AND RECONSTRUCTION OF THE WOOLSEY FARMSTEAD, TO APPROVE CHANGE ORDER NO. I REFLECTING VALUE ENGINEERING ITEMS AND REDUCING THE TOTAL CONTRACT AMOUNT TO $279,099.00, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $15,000.00 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 # 19-39 and authorizes Mayor Jordan to sign a contract with JBZ, Inc. dba Ellingson Contracting in the amount of $329,299.00 for Phase 1 of the restoration and reconstruction of the Woolsey Farmstead including selective demolition and permanent stabilization, approves Change Order No. 1 to the contract reflecting value engineering items and reducing the total contract amount to $279,099.00, and further approves a project contingency in the amount of $15,000.00. City of Fayetteville, Arkansas Page 1 Printed on 111612019 City of Fayetteville Staff Review Form 2019-0694 Legistar File ID 11/5/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Wade Abernathy 10/17/2019 FACILITIES MANAGEMENT (140) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends aproval of a contract with JBZ, Inc. dba Ellingson Contracting in the amount of $329,299 for the restoration and reconstrucion of the Woolsey Farmstead and approve a Change 0rder#1 to reflect value engineering items and reduce the contract amount by $50,200 for a final contract amount of 279,099. Also approve a project contingency of $15,000. V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: 5 -Nov -19 Budget Impact: 4470.090.8900-5315.00 Sales Tax Capital Improvement Account Number Fund 15008.1 Woolsey Homestead Historic Restoration Project Number Project Title Budgeted Item? Yes Current Budget $ 339,600.00 Funds Obligated $ 42,550.78 Current Balance ( $ 297,049.22 Does item have a cost? Yes Item Cost $ 279,099.00 Budget Adjustment Attached? NA Budget Adjustment Remaining Budget $ 17,950.22 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: 5 -Nov -19 CITY OF FAYETTEVILLE ARKANSAS MEETING OF NOVEMBER 5, 2019 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Paul Becker, Chief Financial Officer CITY COUNCIL MEMO FROM: Wade Abernathy, Facilities & Building Projects Manager DATE: 10/17/19 SUBJECT: Approval of a Multi -Phased Contract with JBZ, Inc. dba Ellingson Contracting for the Restoration and Reconstruction of Woolsey Farmstead RECOMMENDATION: Staff recommends approval of a contract with Ellingson Contracting in the amount of $329,299 and a simultaneous change order reducing the contract amount by $50,200 for a final contract price of $279,099. In reference to Bid# 19-39 for the restoration and reconstruction of the Woolsey Farmstead project Phase 1. It includes selective demolition and permanent stabilization. Also, a project contingency of $15,000 is budgeted. Future phases will be contingent on council approved change orders, and council approved CIP funding. BACKGROUND: In September 2014, Council approved Resolution # 165-14, which included the 2015-2019 CIP funding for the Woolsey Homestead Historic Restoration Project. It was based on Recommendations in a Condition Assessment Report submitted to the city in Jan. 2014 as prepared by Ruby Architects Inc. The Report identified a 3-phase plan over the next 4 years for cleanup, temporary stabilization, master plan, and final stabilization of the Structure and Cemetery. Staff has completed all possible items in the 2015 phase 1 as well as several items budgeted for 2017 phase 2. A Historical Structures Report as well as a Master Plan prepared by Allison Architects was developed with direct input from the Woolsey Farmstead Visionary Committee. June 9, 2016 per RFQ 16-01 Selection 5: The selection committee voted to use Allison Architects for the programing and phasing as well as Architectural Services for final stabilization of the structure to begin phase 3 of the initial report. July of 2016, Council approve an Architectural Contract to include programing, phasing and budget plan, and completion of Construction Drawings for Final Stabilization of the Woolsey House Structure. May 27, 2019 per RFQ 19-01, The selection committee voted to use Revival Architecture for the above listed scope of projects. Aaron Ruby has been the Architect that has provide all service since the first planning in 2014. He now is the principal Architect of Revival Architecture. the selection committee wanted continuity for the project, and to remain working with Aaron. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 June 7, 2019, Council approved a Architectural Services with a fixed fee contract with Revival Architecture in the amount of $31.750.00 for permanent stabilization, interior finish and Cemetery restoration. DISCUSSION: This contract will enable the start of the restoration and reconstruction of the Farmstead house. This beginning phase will include the demolition and permanent stabilization. Future approved funding will allow the completion of the house, ada access and parking. BUDGET/STAFF IMPAC: 2019 Demolition and Permanent Stabilization cost is 279,099. A $15,000 contingency has been budgeted. With council approval of future annual CIP budgets, additional $504,000 will be available for the future phases. Attachments: Owner Contractor Agreement Change Order #1 REVIVAL ARCH ITECTURE 30I Main Street, Suite 203 North Little Rock, AR 72114 50I.95I.33I6 www.revivalarch.com October I6, 2019 Mr. David Ellingson Ellingson Contracting I08 E. University St. Siloam Springs, AR 72761 Re: A Restoration of the Historic Woolsey Farmstead Owner/Contractor Agreement Dear Mr. Ellingson, Please find enclosed three copies of the Owner/Contractor Agreement Form 00 50 00 between Ellingson Contracting and the City of Fayetteville. The Agreement has been completed in accordance with the bid documents for the above referenced project and reflects your bid amount minus all three deductive alternates totaling $329,299.00. In addition, we have enclosed Change Order #I which reflects a reduction in the contract amount totaling $50,200.00. This reduction in Change Order #I is to omit work scope including the handrails, porch beams & rafters, a backhoe rental with operator as well as a historic treatment specialist. Please sign and forward all three copies to Wade Abernathy at the City of Fayetteville, 113 W. Mountain St., Fayetteville, AR 7270I. Please include with the signed contracts the required Performance & Payment Bonds, along with proof of required insurance. Once the contracts have been reviewed and approved by all parties, we will contact you regarding a preconstruction meeting. If you have any questions at all, please call. Cordially, Aaron C. Ruby, AIA LEED AP DOCUMENT 00 50 00 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: A Reconstruction of the 1843 Woolsey Farmstead- REBID Contract No.: 19-49, Construction—Woolsey Farmstead Renovation �yy�`,,,�,.�,,,, V P THIS AGREEMENT is dated as of the L day ofd in the year 2019 by and between The City of Fayetteville, Arkansas and �Ellinpson Contracting (JBZ, Inc.) (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The careful selective demolition of later additions and stabilization of the original 1840's mortise and tenon frame, with substantial reconstruction of 1840's vernacular building. Refer to Section 00 40 00 -Bid Form for quantities. ARTICLE 2 - ARCHITECT 2.01 The Contract Documents have been prepared by Revival Architecture, Inc. Revival Architecture, Inc. assumes all duties and responsibilities, and has the rights and authority assigned to Revival Architecture, Inc. in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. B. This project involves a multi-year/ multi -phased project contingent upon future city council approved change orders for additional scope of work and city council approval of the annual CIP budgets. 00 50 00 Agreement 00 50 00 - 1 19-39, Woolsey DOCUMENT 00 50 00 — AGREEMENT (continued) 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 360 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 360 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified above in Paragraph 3.02 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 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto 00 50 00 Agreement 005000-2 19-49, Woolsey DOCUMENT 00 50 00 — AGREEMENT (continued) attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville 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 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such 00 50 00 Agreement 005000-3 19-49, Woolsey DOCUMENT 00 50 00 — AGREEMENT (continued) amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. 00 50 00 Agreement 005000-4 19-49, Woolsey DOCUMENT 00 50 00 — AGREEMENT (continued) ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. 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, and furnishing of the Work. C. Contractor 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. Contractor 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. Contractor acknowledges that The City of Fayetteville 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. E. Contractor has obtained and carefully studied (or assumes responsibility of 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, and furnishing of 00 50 00 Agreement 005000-5 19-49, Woolsey DOCUMENT 00'-50 00 —AGREEMENT (continued) the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing 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. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. 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 with the Contract Documents. I. 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. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the 00 50 00 Agreement 005000-6 19-49, Woolsey 0 DOCUMENT 00 50 00 —AGREEMENT (continued) following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: A Reconstruction of the 1843 Woolsey_ Farmstead 8. Addenda numbers 1 to 1, inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 00 50 00 Agreement 005000-7 19-49, Woolsey DOCUMENT 00 50 00 — AGREEMENT (continued) 8.02 ASSIGNMENT OF CONTRACT: A. 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. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his 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. 8.04 SEVERABILITY: A. 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 The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt 00 50 00 Agreement 005000-8 19-49, Woolsey DOCUMENT 00 50 00 — AGREEMENT (continued) and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 00 50 00 Agreement 00 5000-9 19-49, Woolsey DOCUMENT 00 50 00 — AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. This Agreement will be effective on _October 16, 2019, which is the Effective Date of the Agreement. CONTRACTOR JBZ, Inc. (dba Ellingson Contracting) By: David R. Ellingson Title: President Title: Ma, or, City of Fayetteville (SEAL) (SEAL) Attest Attest ��� Address for giving notices Address for giving notices 108 E. University St. 113 W. Mountain St. Siloam Springs, AR 72761 Fayetteville, AR 72701 License No. 0324340320 Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: n By: Attorney For: t END OF DOCUMENT 00 50 00 00 50 00 Agreement 00 50 00 - 10 19-49, Woolsey P OCUNIENT 00 40 00 —BID FORM contract Name: A Reconstruction of the 1843 Woolsey Farmstead Bid Number: 19-49, Construction—Woolsey Homestead Renovation BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Ellingson Contracting (JBZ, Inc.) Bidder: 108 E. University Street Siloam Springs, AR 72761 David R. Ellingson, 479-215-6889 ARTICLE I - INTENT 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 tcnns and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 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. 00 40 00 laid Forni.doc 00 40 00 – 1 19-49, Woolsey 5 DOCUMENT 00 40 00 —BID FORM (continued) ARTICLE 3 - BIDDER'S REPRESENTATIONS 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: Number Date #01 September 9th, 2019 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 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. E. 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. F. Bidder has given Design Professional written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Design Professional is acceptable to Bidder. 00 40 00 Bid Form.doc 004000-2 19-49, Woolsey r DOCUMENT 00 40 00 —BID FORM (continued) G. The Contract Documents arc generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. H. 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. 1. 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. J. Bidder has read "Arkansas Historic Site Law (A.C.A. §22-9-208 through §22-9-211)" and acknowledges paragraph 5.02.1) in Section 00 20 00 Instructions to Bidders. Bidder understands that owner intends to choose the contractor based on factors other than cost, as outlined in 5.02.13 in Section 00 20 00 Instructions to Bidders. K. Pursuant to Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in A.C.A. §25-1-503. If at any time during the contract the contractor decides to boycott Israel, the contractor msut notify the contracted public entity in writing. 00 40 00 Bid Form.doc 004000-3 19-49, Woolsey DOCUMENT 00 40 00 —BID FORM (continued) ARTICLE 4 - BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s): A. Unit Price Schedules. The Bid Form includes four separate and complete schedules, Schedule I (Labor), Schedule II (Materials), Schedule III (Multiplying Factor) and Schedule IV (Estimated Total Cost). The Contractor shall complete all four schedules. Failure to complete all parts of Schedules 1, II, III & IV shall render the bid non- responsive._ 1. Unit Price Schedule I (Labor) Bidder acknowledges that quantities are not guaranteed based on actual quantities determined as provided in the Required Skill: Number of persons of this skill required: Rate of this skill/ Estimated quantity of skill: Required Skill: Number of persons of this skill required: Rate of this skill/ Estimated quantity of skill: Required Skill: Number of persons of this skill required: Rate of this skill/ Estimated quantity of skill: Required Skill: Number of persons of this skill required: Rate of this skill/ Estimated quantity of skill: Required Skill: Number of persons of this skill required: Rate of this skill/ Estimated quantity of skill: Required Skill: Number of persons of this skill required: Rate of this skill/ Estimated quantity of skill: Required Skill: Number of persons of this skill required: Rate of this skill/ Estimated quantity of skill: Required Skill: Number of persons of this skill required: Rate of this skill/ Estimated quantity of skill: final payment will be itract Documents. See attached: " Unit Price Schedule I " 00 40 00 Bid Form.doc 004000-4 19-49, Woolsey DOCUMENT 00 40 00 —BID FORM (continued) 2. Unit Price Schedule II (Materials) Bidder acknowledges that quantities are not guarantee and final payment will be based on actual quantities determined as provided in e Contract Documents. Type of Material: Anticipated Quantity: Unit Price of Material Type of Material: Anticipated Quantity: Unit Price of Material Type of Material: Anticipated Quantity: Unit Price of Material Type of Material: Anticipated Quantity: Unit Price of Material Type of Material: Anticipated Quantity: Unit Price of Material Type of Material: Anticipated Quantity: Unit Price of Material Type of Material: Anticipated Quantity: Unit Price of Material Type of Material: Anticipated Quantity: Unit Price of Material Type of Material: Anticipated Quantity: Unit Price of Material Type of Material: Anticipatcd Quantity: Unit Price of Material Type of Material: Anticipated Quantity: Unit Price of Material See attached: " Unit Price Schedule II " 00 40 00 Bid Form.doc 004000-5 19-49, Woolsey DOCUMENT 00 40 00 —BID FORM (continued) 3. Unit Price Schedule III (Multiplying Factor) Schedule I (Labor) Multiplying Factor: 1.08 (8% mark-up) Schedule 11 (Materials) Multiplying Factor: 1.08 (8% mark-up) 4. Unit Price Schedule IV (Estimated Total Cost) Schedule I (Labor) subtotal $561,065 x Multiplying Factor = $605,951 Schedule 11 (Materials) subtotal$193,112 x Multiplying Factor= $208,561 Estimated Total Cost: $814,512 Eight Hundred Fourteen Thousand Five Hundred Twelve and 00/100 Dollars. ARTICLE 5 - DEDUCTIVE ALTERNATES: 5.01 DEDUCTIVE ALTERNATE NO. 1: REDUCE from the Estimated Total Cost from $400,068 Four Hundred Thousand Sixty -Eight and 00/100 Dollars. Article 4.4 above an amount of Dollars (S )_ 5.02 DEDUCTIVE ALTERNATE NO. 2: REDUCE from the Estimated Total Cost from $58 067 Fifty -Eight Thousand Sixty -Seven and 00/100 Dollars. Article 4.4 above an amount of Dollars ($ ). 5.03 DEDUCTIVE ALTERNATE NO. 3: REDUCE from the Estimated Total Cost from $2%,0%8 Twenty -Seven Thousand Seventy-Ei ht and 00/100 Dollars. Article 4.4 above an amount of Dollars ($ 5- **Contract Total less Deductive Alternates: $329,299.00 ARTICLE 6 - CONTRACT TIMES 6.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 7 - BID CONTENT 7.01 The following documents arc attached to and made a condition of this Bid: 00 40 00 Bid Fon-n.doc 004000-6 19-49, Woolsey DOCUMENT 00 40 00 —BID FORM (continued) A. Required Bid security in the form of a bank cashier's check or a Bid Bond and in the amount of Five Percent of Bid Dollars ($ 5% of Bid J. B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. 00 40 00 Bid Form.doc 004000-7 19-49, Woolsey DOCUMENT 00 40 00 —BID FORM (continued) COMMUNICATIONS 7.02 Communications concerning this Bid shall be addressed to the Bidder as follows: Aaron Ruby, AIA Revival Architecture, Inc, 301 Main St„ Suite 203. North Little Rock, AR 72114 Phone No. 501-951-3310 ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on October 9th , 20 19 0324340320 Arkansas State Contractor License No. If Bidder is: An Individual Name (type or printed): NIA Doing business as: Business address: Phone No.: (Individual's Signature) FAX No.: SEAL) 00 40 00 Bid Form.doc 0040 00-8 19-49, Woolsey DOCUMENT 00 40 00 —BID FORM (continued) A Partnership Partnership Name: NIA (SEAL) By: (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: A Corporation FAX No.: Corporation Name: JBZ, Inc (dba Ellingson Contracting) (SEAL) State of Incorporation: Arkansas Type (General Business, Professional, Service, Limited Liability): (Signature — attach evidence of authority to sign) Name (type or printed): David R. Ellingson Title: President (CORPORATE SEAL) Attest: (Signature of Corporate Secretary) Business address: 108 E. University Street Siloam Springs, AR 72761 Phone No.: 479-215-6889 FAX No.: NIA END OF DOCUMENT 00 40 00 00 40 00 Bid Form.doc 004000-9 19-49, Woolsey Ellingson Contracting UNIT PRICE SCHEDULE 1 10/9/2019 Division Division Name Labor Description ti Persons Rate UOM QTY Total 00 70 00 General Conditions General Conditions $ 9,801.27 MO 11 $ 107,814 007000 General Conditions Equipment Rental $ 22,000.00 LS 1 $ 22,000 00 61 00 Bond Bond 2.5% Percent $ 18,182 00 61 00 Bond Insurance 1.5% Percent $ 8,727 02 41 19 Demolition Carpenter, Master 1 $ 68.00 HRS 520 $ 35,360 02 41 19 Demolition Carpenter, Journeyman 1 $ 35.00 HRS 520 $ 18,200 02 41 19 Demolition Carpenter, Laborer 1 $ 28.00 HRS 520 $ 14,560 02 41 19 Demolition Backhoe 1 $ 138.00 HRS 60 $ 8,280 0241 19 Demolition Forklift - Shooting Boom 1 $ 138.00 HRS 40 $ 5,520 03 30 00 Concrete Carpenter, Master 1 $ 68.00 HRS 160 $ 10,880 03 30 00 Concrete Carpenter, Laborer 3 $ 28.00 HRS 480 $ 13,440 03 30 00 Concrete Backhoe 1 $ 138.00 HRS 40 $ 5,520 04 43 00 Masonry Mason 2 $ 60.93 HRS 820 $ 49,963 04 43 00 Masonry Mason, Laborer 2 $ 44.13 HRS 460 $ 20,300 05 52 00 Metals Welder 1 $ 75.60 HRS 40 $ 3,024 061000 Rough Carpentry Carpenter, Master 1 $ 68.00 HRS 320 $ 21,760 06 10 00 Rough Carpentry Carpenter, Journeyman 1 $ 35.00 HRS 320 $ 11,200 061000 Rough Carpentry Carpenter, Laborer 1 $ 28.00 HRS 320 $ 8,960 0640 13 Finish Carpentry Carpenter, Master 1 $ 68.00 HRS 680 $ 46,240 06 40 13 Finish Carpentry Carpenter, Journeyman 1 $ 35.00 HRS 600 $ 21,000 064013 Finish Carpentry Carpenter, Laborer 1 $ 28.00 HRS 600 $ 16,800 07 32 00 Thermal & Moisture Carpenter, Master 1 $ 68.00 HRS 80 $ 5,440 07 32 00 Thermal & Moisture Carpenter, Journeyman 1 $ 35.00 HRS 80 $ 2,800 07 32 00 Thermal & Moisture Carpenter, Laborer 1 $ 28.00 HRS 80 $ 2,240 07 90 00 Joint Protection Carpenter, Journeyman 1 $ 35.00 HRS 40 $ 1,400 08 1433 Doors Carpenter, Master 1 $ 68.00 HRS 2001 $ 13,600 08 1433 Doors Carpenter, Journeyman 1 $ 35.00 HRS 40 $ 1,400 08 14 33 Doors Carpenter, Laborer 1 $ 28.00 HRS 40 $ 1,120 08 52 00 Windows Carpenter, Master 1 $ 68.00 HRS 240 $ 16,320 08 52 00 Windows Carpenter, Journeyman 1 $ 35.00 HRS 40 $ 1,400 08 52 00 Windows Carpenter, Laborer 1 $ 28.00 HRS 40 $ 1,120 09 64 00 Flooring Carpenter, Master 1 $ 68.00 HRS 160 $ 10,880 09 64 00 Flooring Carpenter, Journeyman 1 $ 35.00 HRS 1 160 $ 5,600 Bid 19-49, Construction - Woolsey Homestead Renovation Rebid Page 1 of 2 Ellingson Contracting UNIT PRICE SCHEDULE 1 10/9/2019 Dlvlslon Dlvislon Name Labor Description N Persons Rate LOOM QTV Total 09 64 00 Flooring Carpenter, Laborer 1 $ 28.00 HRS 160 $ 4,480 32 00 00 Sitework Landscaper 2 $ 75.60 HRS 80 $ 6,048 32 00 00 Sitework Welder 1 $ 75.60 HRS 40 $ 3,024 32 00 00 Sitework Concrete Finisher 3 $ 75.60 HRS 120 $ 9,072 32 00 00 Sitework jElectrician 1 $ 92.40 HRS 40 $ 3,696 32 00 00 Sitework jPlumber 1 $ 92.40 HRS 40 $ 3,696 Total Labor $ 561,065 Bid 19-49, Construction - Woolsey Homestead Renovation Rebid Page 2 of 2 Ellingson Contracting UNIT PRICE SCHEDULE II 10/9/2019 Division Division Name Item Size QTY UOM Unit Price Total 012100 Allowances Signage 1 LS $ 2,500.00 $ 2,500 01 21 00 Allowances Door, Window & Shutter Hardware 1 LS $ 4,000.00 $ 4,000 0241 19 Demolition 30LB Felt 2,160 SF $ 0.17 $ 362 0241 19 Demolition CMU Block 32 SF $ 2.40 $ 77 02 41 19 Demolition Marine Grade Treated Plywood 64 SF $ 2.84 $ 182 02 41 19 Demolition Concrete Footings 1 CY $ 143.70 $ 129 0241 19 Demolition KD, 545, Southern Pine, No 2, Treated 2x8 440 BE $ 0.78 $ 342 03 30 00 Concrete Concrete 9 CY $ 164.63 $ 1,449 04 43 00 Masonry Coursed Rubble Stone 30 TON $ 308.53 $ 9,256 04 43 00 Masonry Coursed Rubble Stone 9 TON $ 308.53 $ 2,666. 04 43 00 Masonry Heartstone 18 SF $ 26.35 $ 483 055200 Metals Handrail 25 LF $ 54.88 $ 1,372 06 10 00 Rough Carpentry River Recovered Select Heart Cypress; Rough Lumber 6x10 297 BF $ 36.07 $ 10,712- 0,712061000 061000 Rough Carpentry River Recovered Select Heart Cypress; Rough Lumber 4x8 502 BE $ 28.25 $ 14,170 06 10 00 Rough Carpentry Douglas Fir, #1 Grade 1x4 71 BE $ 9.45 $ 672 06 10 00 Rough Carpentry Douglas Fir, #1 Grade 2x6 524 BE $ 9.45 $ 4,947 06 10 00 Rough Carpentry Douglas Fir, #1 Grade 2x8 53 BE $ 9.45 $ 499 06 1000 Rough Carpentry KD, S4S, Southern Pine, No 2 2x4 1,467 BE $ 0.66 $ 966 06 10 00 Rough Carpentry KD, 545, Southern Pine, No 2 2x6 282 BE $ 0.66 $ 185 06 10 00 Rough Carpentry KD, S4S, Southern Pine, No 2, Treated 2x8 968 BE $ 0.78 $ 753 06 1000 Rough Carpentry KD, S4S, Southern Pine, No 2, Treated 2x8 364 BE $ 0.78 $ 283 061000 Rough Carpentry KD, S4S, Southern Pine, No 2, Treated 6x6 634 BE $ 2.75 $ 1,745 06 10 00 Rough Carpentry Plywood Sheathing, C -D, Exterior Grade 1/2" 1,478 SF $ 0.78 $ 1,155 06 10 00 Rough Carpentry Plywood Sheathing, 3/4" Advantech 3/4" 656.7 SF $ 1.32 $ 868 06 10 00 Rough Carpentry Fasteners & Hangers 1 LS $ 1,000.00 $ 1,000 06 40 13 Finish Carpentry River Recovered Heart Cypress Vertical Clear; Rough Lumber 4/4 x 7" 1,467 ISE 1 $ 17.58 $ 25,796 064013 Finish Carpentry River Recovered Heart Cypress Vertical Clear; Rough Lumber 4x4 107 BF $ 29.94 $ 3,194 064013 Finish Carpentry River Recovered Heart Cypress Vertical Clear; Rough Lumber 4/4 x 3" 48 BE $ 14.72 $ 712 06 40 13 Finish Carpentry River Recovered Heart Cypress Vertical Clear; Rough Lumber 4/4 x 4" 96 BF $ 25.31 $ 2,440 06 40 13 Finish Carpentry River Recovered Heart Cypress Vertical Clear; Rough Lumber 4/4 x 8" 159 BE $ 37.54 $ 5,974 06 40 13 Finish Carpentry River Recovered Heart Cypress Vertical Clear; Rough Lumber 4/4 x 14" 144 BE $ 31.60 $ 4,542 ,064013 Finish Carpentry Old Florida Heart Pine 4/4 x 4" 34 BE $ 25.31 $ 872 Bid 19-49, Construction - Woolsey Homestead Renovation Rebid Page 1 of 3 Ellingson Contracting UNIT PRICE SCHEDULE 11 10/9/2019 Division Division Name Item Size QTY UOM Unit Price Total• 06 40 13 Finish Carpentry Old Florida Heart Pine 4x4 x 12" 220 SF $ 25.43 $ 5,596 06 40 13 Finish Carpentry Old Florida Heart Plne 4/4 x 4" 56 BF $ 25.31 $ 1,429 06 40 13 Finish Carpentry Old Florida Heart Pine 4/4 x 4" 50 BF $ 2S.31 $ 1,262 06 40 13 Finish Carpentry Old Florida Heart Pine 4/4 x 4" 6 BF $ 27.07 $ 159 064013 Finish Carpentry Old Florida Heart Pine 4/4 x 8" 23 BF $ 24.75 $ 581 06 40 13 Finish Carpentry Old Florida Heart Pine 4/4 x 10" 15 BF $ 40.55 $ 595 06 40 13 Finish Carpentry Old Florida Heart Pine 5/4 x 4" 6 BF $ 28.42 $ 156 06 40 13 Finish Carpentry Old Florida Heart Pine 5/4 x 10" 18 BF $ 48.39 $ 887 06 40 13 Finish Carpentry Old Florida Heart Pine 5/4 x 12" 22 BF $ 48.35 $ 1,064 06 40 13 Finish Carpentry Old Florida Heart Pine 5/4 x 14" 26 BF $ 36.78 $ 944 06 40 13 Finish Carpentry Old Florida Heart Pine 6/4 x 4" 9 BF $ 35.50 $ 312. 06 40 13 Finish Carpentry Old Florida Heart Pine 6/4 x 6" 10 BF $ 47.92 $ 474 064013 Finish Carpentry Old Florida Heart Pine 2x3 9 BF $ 36.89 $ 325 07 32 00 Thermal & Moisture No 1 Blue Label Grade Western Red Cedar Shingles 11 SQ $ 479.00 $ 5,17A- ,173- 073200 073200 Thermal & Moisture No 1 Blue Label Grade Western Red Cedar Shingles 3 SQ $ 479.00 $ 1,449 07 32 00 Thermal & Moisture Rainscreen Mesh 1,478 5F $ 0.90 $ 1,328 07 32 00 Thermal & Moisture Weather Resistive Barrier - Tyvek 1,478 SF $ 0.16 $ 229 07 32 00 Thermal & Moisture Flashing 440 SF $ 1.20 $ 527 07 90 00 Joint Protection Caulking 550 LF $ 1.20 $ 659 08 1433 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 4/4 x 6" 10 BF $ 40.77 $ 426 08 14 33 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 5/4 x 4" 5 BF $ 28.42 $ 130 08 14 33 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 6/4 x 6" 21 BF $ 47.92 $ 1,028 08 1433 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 6/4 x 12" 190 BF $ 41.26 $ 7,828 08 1433 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 6/4 x 14" 8 BF $ 41.23 $ 317 0814 33 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 2x6 30 BF $ 54.30 $ 1,613 08 1433 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 2x8 141 BF $ 37.76 $ 5,316 08 14 33 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 2x10 44 BF $ 54.19 $ 2,385 08 14 33 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 3x8 26 BF $ 35.10 $ 927 08 1433 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 3x8 106 BF $ 50.59 $ 5,342 08 1433 Wood Doors, Frames & Shutters River Recovered Vertical Heart Pine Clear 3x10 33 BF $ 58.02 $ 1,915 08 52 00 Wood Windows River Recovered Vertical Heart Pine Clear 4/4 x 4" 6 BF $ 27.07 $ 159 08 52 00 Wood Windows River Recovered Vertical Heart Pine Clear 5/4 x 4" 18 BF $ 28.42 $ 521 08 52 00 lWood Windows 1 River Recovered Vertical Heart Pine Clear 6/4 x 4" 9 BF $ 35.50 $ Jfl Bid 19-49, Construction - Woolsey Homestead Renovation Rebid Page 2 of 3 Ellingson Contracting UNIT PRICE SCHEDULE II 10/9/2019 Division Division Name Item Size QTY UOM Unit Price' Total 08 52 00 Wood Windows River Recovered Vertical Heart Pine Clear 6/4 x 6" 50 BF $ 47.92 $ 2,372 08 52 00 Wood Windows River Recovered Vertical Heart Pine Clear 2x8 23 BF $ 37.76 $ 886 08 52 00 Wood Windows River Recovered Vertical Heart Pine Clear 2x8 1 70 BF $ 37.76 $ 2,658 08 52 00 Wood Windows River Recovered Vertical Heart Pine Clear 3x10 44 BF $ 58.02 $ 2,553 08 52 00 Wood Windows River Recovered Vertical Heart Pine Clear 5/4 x 4" 6 BF $ 28.42 $ 156 08 52 00 Wood Windows River Recovered Vertical Heart Pine Clear 6/4 x 4" 7 BF $ 35.50 $ 234 08 52 00 Wood Windows River Recovered Vertical Heart Pine Clear 6/4 x 6" 10 BF $ 47.92 $ 474 085200 Wood Windows River Recovered Vertical Heart Pine Clear 2x8 26 BF $ 37.76 $ 997 08 52 00 Wood Windows River Recovered Vertical Heart Pine Clear 3x8 17 BF $ 50.56 $ 834 085200 Windows 1/8" Clear Glass & Glazing 1/8" 66 SF I $ 5.99 $ 395 09 64 00 Flooring Old Florida Heart Pine; Milled Flooring 3-1/4" 139 SF $ 7.65 $ 1,061• 09 64 00 Flooring Old Florida Heart Pine; Milled Flooring 5-1/4" 222 SF $ 9.09 $ 2,020 09 64 00 Flooring Old Florida Heart Pine; Milled Flooring 7" 296 SF $ 12.25 $ 3,625 09 64 00 Flooring River Recovered Heart Pine Vertical Clear; Milled Flooring 3-1/4" 77 SF $ 31.31 $ 2,423 09 64 00 Flooring River Recovered Heart Pine Vertical Clear; Milled Flooring 5-1/4" 125 SF $ 66.63 $ 8,330 10 44 16 Specialties Fire Extinguishers 1 EA $ 179.63 $ 180 32 00 00 Sitework Gravel Base 840 SF $ 4.19 $ 3,521 32 00 00 Sitework Handrail 25 LF $ 59.88 $ 1,497 32 00 00 Sitework Concrete, Base, Reinforement 10 CY $ 179.63 $ 1,738 32 00 00 Sitework Striping 1 IS $ 598.75 $ 599 32 00 00 Sitework Concrete Bumpers 2 EA $ 143.70 $ 287 32 00 00 Sitework ADA Sign 2 EA $ 299.38 $ 599 Total Material $ 193,112 Bid 19-49, Construction - Woolsey Homestead Renovation Rebid Page 3 of 3 DOCUMENT 00 30 00 — BIDDER'S QUALIFICATION STATEMENT: Contract Name: A Reconstruction of the 1843 Woolsey Farmstead- REBID Date: September 9. 2019 Bid Number: 19-49, Construction-- Woolsey Homestead Renovation SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Ellingson Contracting (JBZ, Inc.) Name David R. Ellingson Address 108 E. University Street, Siloam Springs, AR 72761 Principal Office Siloam Springs, AR Corporation, partnership, individual, joint venture, other Corporation (S -Corp) Arkansas State General Contractor's License Number 0324340320 Tax ID Number 27-3428929 05199811 / 70RH1 DUNS/ Cage Code NARRATIVE STATEMENT Provide a written narrative of the methods and techniques proposed for this project. Bidders are encouraged to use this statement as an opportunity to show reviewers why they believe they arc best suited for this project by demonstrating, through written lorm, an understanding of the challenges inherent in this project and how the bidder intends to be key partner in completing a successful project. EXPERIENCE STATEMENT Bidder has been engaged as a General Contractor in construction for 13 years and has performed work of the nature and magnitude of this Contract for 13 years. Bidder has been in business under its present name for 6 years. 00 30 00 -Bidder Qualifications.doc 00 30 00 — 1 19-39, Woolsey DOCUMENT 00 30 00 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Attach resumes of key supervisory personnel who will be directly involved in the execution of this project. Indicate if they were directly involved on the projects listed above. If not, be sure that their resumes include experience on similar projects. 5. Has Bidder ever failed to complete any project? If so, state when, where, and why. 6. Bidder normally performs the following work with his own forces: Concrete, Wood Framing, Wood Trim, Site Improvments, Roofing 7. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): David R. Ellingson - 13 years of construction experience. Manager. Lloyd Reimer - 38 years of construction experience. Master Carpenter. Chris Hobby - 26 years of construction experience. Estimator/Manager. Dean Decandia - 12 years of construction experience. Carpenter. 00 30 00 -Bidder Qualifications.doc 003000-2 19-49, Woolsey DOCUMENT 00 30 00 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) 8. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: Ohio Casualty Insurance Company 175 Berkley Street, Boston, MA 02116 Local Power of Attorney: Bryan Clinkscales - 479-751-9272 Boone -Ritter Insurance, 3906 B. Kelley Ave, Springdale, AR 72762 9. Bidder's Workmen's Compensation Experience Modifier Factor is: .85 FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: I . Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). c. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: 00 30 00 -Bidder Qualifications.doc 003000-3 19-49, Woolsey DOCUMENT 00 30 00 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors N/A a. Where Docketed and Date Amount S S Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: October 9th .20 19 (OFFICIAL SEAL) Name of Organization: Ellingson Cont (J13Z, Inc.) By David R. Ellingson Title President (If Bidder is a partnership, the partnership name shal I be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF DOCUMENT 00 30 00 00 30 00 -Bidder Qualifications.doc 003000-4 19-49, Woolsey Additional Information Attached to Bidder Qualification Statement City of Fayetteville, Bid Number 19-23 Ellingson Contracting NARRATIVE STATEMENT Ellingson Contracting is proud to present our bid proposal for the Woolsey Homestead Renovation. Our personnel and subcontractors have years of combined historic restoration experience, and we would be excited to partner with the City of Fayetteville in preserving the history of the Woolsey Homestead. We have dedicated many man-hours to visiting the site, analyzing the renovation drawings and specific restoration needs, contacting suppliers and vendors, and completing a detailed quantity take -off of our labor, material, and equipment to successfully complete this project. We believe that by taking ample time to understand the project it has allowed us to gain a thorough understanding of the restoration and site needs. We have identified 3 critical aspects of the project that we think must be considered and accomplished in order to have a successful project outcome. Construction Quality Control/ Methods Control We recognize the delicate nature of the historic fabric of the Woolsey Homestead, and our approach to this restoration is to only incorporate individuals and subcontractors into our proposal that we deem are highly - qualified in historic restoration projects. We feel it is essential that one talented construction manager be intimately familiar with the project details, scheduling, and quality control — and that this individual should be present on-site from the beginning of the project until its final completion. This consistency in personnel will ensure consistent execution of the work. Therefore, we are proposing our lead Superintendent and Master Carpenter, Lloyd Reimer to fill this position. Lloyd is seasoned veteran Superintendent for Ellingson Contracting that also has decades of custom woodworking experience and knowledge. Lloyd is the ideal candidate to be a working Superintendent on-site. Additionally, you will notice in our List of Subcontractors, that Ellingson Contracting is performing nearly 80% of this work with self -perform labor. By self -performing a large portion of this project, it will allow us to maintain the highest level of quality control. Documentation / Verification Process The document and verification process by Ellingson Contracting personnel and other third -party consultants will be essential to this project. In order to hold successful meetings on-site, process on-site reports, and hold conference calls as needed, Ellingson Contracting will be providing a fully functional job trailer with work 11 Page stations and high-speed internet to allow our personnel, third -party consultants, designers, and City Officials a productive area to work and collaborate. Project Specific Challenges The following items are the top 4 project -specific challenges that we believe we will face on this project. 1) Raising the Building Elevation. We believe the single -most challenging aspect of this project will be raising the existing building to its new proposed elevation. We will accomplish this by selective exposure of the existing foundation system, a series of temporary shoring beams and dunnage, and incremental house -lifting jacks. 2) Removal of Structures to be Salvaged. The removal and relocation of the existing bay window addition will also be technically challenging. We have a plan of temporary shoring and lifting method that will avoid damage to the structure. 3) Porch Elements. The porch elements will be the centerpiece for welcoming visitors as they come to the property, and these areas must have a very high level of detail given to creating a product that is period - authentic. We anticipate this work being labor intensive and time-consuming. 4) Site Improvements / Constraints. We are aware of the ADA path requirements, existing trees and tree canopy locations, and the existence of other historic buildings on the property. We will provide protective flagging barriers and a site -orientation to those that are working on the project to ensure the other existing features of the property are kept in their current state. With the bid opening for this project being in October, we realize that weather and soggy site conditions over the winder months will need to be carefully monitored and managed. We will ensure to that the historic site is not damaged by vehicle or equipment traffic. We have also planned to take steps with temporary tarping and weather protection to keep excessive moisture (rain/snow) out of the historic structure. The masonry contractor who we have listed is very familiar with historic restoration projects. He worked with Mid -Continental Restoration before starting his own company. The reclaimed wood product that we have included in our bid are from the specified supplier, and meet the requirements of this project. We appreciate your consideration for this historic renovation project, and would be glad to talk through the details of the project in further detail, if needed. -David R. Ellingson President, Ellingson Contracting 21 Page EXPERIENCE STATEMENT 1. See Bid Qualification Document for Information 2. Current Bonded Project Project Name: Fayetteville Army National Guard Restroom Renovation Owner: Military Department of Arkansas Name of Owner Contact: Michael Crowson Engineer / Architect: Jeffery Todd Singleton / Stuck Associates, PLLC Name of Engineer/ Architect Contact: Jeffery Todd Singleton / Paul Hoelscher Amount of Contract: Original Bid $267,000 / Final Contract $276,607.61 Date of Completion: Substantial Completion: March 81h, 2019 (only waiting on retainage payment) Percent Complete with Bidders Own Forces: Approximately 45% 3. List minimum of 3 projects consisting of similar work. Walker -Stone House Renovation Location: 207 W. Center Street, Fayetteville, AR 72701 Building Age: Built circa 1847 Project Name: Renovations to the Historic Walker Stone House Owner: Fayetteville Advertising and Promotion Commission Name of Owner Contact: Molly Rawn / Joshua Cheshier Engineer / Architect: MPE Consulting Engineers / Revival Architecture Name of Engineer/ Architect Contact: Douglas F. Brown / Aaron Ruby Amount of Contract: Original Bid $153,912.00 / Final Contract $157,775.60 31 Page Date of Completion: December 4th, 2018 Percent Complete with Bidders Own Forces. Approximately 40% Brief Narrative: Ellingson Contracting performed renovations and upgrades to the Historic Walker -Stone House under a contract with Experience Fayetteville. The project focused on incorporating accessibility and safety upgrades, while being mindful of the nature of the historic structure. Additionally, period - style improvements were made to handrails, guardrails, and steps on the property. An original set of wood doors was also installed into an opening after selective demolition of a non -historic wall was removed. Sulphur Springs Old School Complex Historic District (Current City Hall) Location: 512 S. Black Ave, Sulphur Springs, AR 72768 Building Age: Built circa 1941 Project Name: Sulphur Springs Window Renovations and Door Repair Owner: City of Sulphur Springs Name of Owner Contact: Shane Weber Engineer / Architect: NA / deMx architecture Name of Engineer / Architect Contact: NA / Tim Maddox & Julie Chambers Amount of Contract: Original Bid $45,411.00 / Final Contract $44,846.00 Date of Completion: May 111, 2018 Percent Complete with Bidders Own Forces: Approximately 85% Brief Narrative: Ellingson Contracting contracted with the City of Sulphur Springs to perform exterior renovations on their current City Administration Building. We restored, rebuilt (and glazed where needed) 20 exterior divided lite wood windows on the west face of the brick building. We also teamed up with CKC Cabinets to rebuilt two custom sets of mortise and tendon full divided -lite double -doors on the west side of the building. Ellis Building Location: 208 N. Block Ave, Fayetteville. Building Age: Built circa 1923 41 Page Project Name: Ellis Building — Front Historic Door w/ Transom Owner: Quantum Properties Name of Owner Contact: Terry & Renee Hunt Engineer / Architect: NA / deMx architecture Name of Engineer/ Architect Contact: NA / Julie Chambers Amount of Contract: $16,035 Date of Completion: December 181h, 2018 Percent Complete with Bidders Own Forces: Approximately 90% Brief Narrative: Ellingson Contracting has hired to carefully remove an existing stucco and wood -framed in -fill that had been placed over an existing exterior opening, and then rebuild a custom transom and custom set of operational divided -lite doors. This transom and set of doors mimicked the original doors from historic photos. Ellingson Contracting self -performed the majority of the project, except the portion where CKC Cabinets assembled the custom mortise and tendon door leaves. After completing our work, the property was able to be placed on the historic register. Critical Project Experience with Prior Employer: Old Main Historic Renovations Location: 459 Campus Drive, Fayetteville, AR 72701 Building Age: Built circa 1875 Project Date: 2005 Owner: University of Arkansas Name of Owner Contact: James Milner Engineer / Architect: NA / SCM Architects Name of Engineer / Architect Contact: NA / John Connell David Ellingson worked as the Project Engineer with Kinco Constructors, LLC for the renovations of the Historic Old Main Building on the Campus of the University of Arkansas in Fayetteville, AR. The Old Main restoration was an intensive multi-year renovation project that involved completely tuck -pointing each masonry joint on all faces of the building with period appropriate lime based mortar, replacing elevated 51 Page wood trim cornice, roofing replacement, and repairs to the north and south bell/clock towers. An addition made to the building during the renovations was incorporating an operational gear -driven clock in the South Tower. The work performed during this project was governed by strict restoration guidelines, including: incorporating period -typical materials, distinct quality control methods, and the need for diligent on-site supervision. David Ellingson was involved in aspects of estimating, material ordering, and quality control on-site. Reclaimed long -leaf pine material was sourced for this project. 4. See attached resumes of key personnel of Ellingson Contracting employees who will be directly involved in the execution of project. -David Ellingson was directly involved in all the projects listed above. -Lloyd Reimer was directly involved in the Walker -Stone, Sulphur Springs, and Ellis Projects listed above. Additional Support Employees on project: -Chris Hobby, Estimator 5. No. Ellingson Contracting has not ever failed to complete a project, nor have any judgments ever been placed against Ellingson Contracting on a project. 6. See Bid Qualification Document for Information 7. See Bid Qualification Document for Information 61 Page Experience Ellingson Contracting I Owner 1 President 12013 - Present Kinco Constructors I Senior Project Manager 12006 —2013 Education B.A. Construction Management I John Brown University 1 May2006 Professional Registration Certified Professional Constructor j American Institute of Constructors CFESC (Certified Professional in Erosion and Sedimentation Control) LEED-AP Relevant Experience and Qualifications I became familiar with historic restorations very early in my career by being involved as the Project Engineer on the renovation of the Old Main Building on the university of Arkansas Fayetteville Campus. Over my career, I have directly managed $90M in commercial construction projects, of which $23M were LEED commercial construction certified projects. This helped me to be very familiar with waste diversion and re -using resources on my projects that required extensive work to provide a high-quality end product. Case Studies Project Engineer i Project Management Oki Main Restoration. Building Age: Suitt arca 1875 1 worked as the Project Engineer with Kinco Constructors, LLC for the renovations of the Historic Old Main Building on the Campus of the University of Arkansas in Fayetteville, AR. The Old Main restoration was an intensive multi-year renovation project that involved completely tuck -pointing each masonry joint on all faces of the building with period appropriate time - based mortar, replacing elevated wood trim cornice, roofing replacement, and repairs to the north and south teelticiock towers. The work performed during this project was governed by strict restoration guidelines, including: incorporating period -typical materials, distinct quality control methods, and the need for diligent on-site supervision. I was involved in aspects of estimating, material ordering, and quality control on-site. Reclaimed long -leaf pine material was sourced and used for this project. Project Executive i Project Management The Walker -Stone House. Building Age: Built circa 1847 Ellingson Contracting performed renovations and upgrades to the Historic Walker -Stone House under a contract with Experience Fayetteville_ The project focused on incorporating accessibility and safety upgrades, while being mindful of the nature of the historic structure- Additionally, period -style improvements were made to handrails, guardrails, and steps on the properly. An criginal set of wood doors was also installed into an opening after selective demolition of a non -historic wail was removed. Old Main Fayetteville, AR Walker -Stone Fayetteville, AR A SUPERINTENDENT--- MASTER CARPENTER Experience Ellingson Contracting I Superintendent I September 2015 - Present Reimer Construction I Owner 11980-2015 Education Grace Bible College I Omaha Nebraska Professional Registration OSHA 10 Cer6ried I December 2017 Relevant Experience and Qualifications I have extensive residential and commercial construction experience from co -owning a construction company with my brother for over 35 years in Kansas. I have worked on 3 historic building restoration projects while employed at Ellingson Contracting. Each restoration project has unique challenges to work through. Case Studies Superintendent I Site Management The Walker -Stone House. Building Age: Built circa 1847 Ellingson Contracting performed renovations and upgrades to the Historic'Nalker-Stone House under a contract with Experience Fayetteville, The project focused on incorporating accessibility and safety upgrades, while being mindful of the nature of the historic structure. Additionally, period -style improvements were made to handrails, guardrails, and steps on the property. An orrginal set of wood doors was also installed into an opening after selective demolition of a non -historic wall was removed. Superintendent I Custom Doors & Windows Sulphur Springs( Admin Building. Building Age` Built circa 1941 Ellingson Contracting contracted with the City of Sulphur Springs to perform exterior renovations on their current City Administration Building. We restored, rebuilt (and glazed where needed) 20 exterior divided lite wood windows on the west face of the brick building. We also teamed up with CKC Cabinets to rebuilt two custom sets of mortise and tendon full divided - lite double -doors on the west side of the building, Superintendent I Custom Doors and Transom Ellis Building. Building Age: Built arca 1923 Ellingson Contracting has hired to carefully remove an existing stucco and wood -framed in -fill that had been placed over an existing exterior opening, and then rebuild a custom transom and custom set of operational divided -lite doors, This transom and set of doors mimicked the original doors from historic photos. Ellingson Contracfng seif•performed the majority of the project, except the portion where CKC Cabinets assembled the custom mortise and tendon door leaves, After completing our work, the property was able to get placed on the historic register. PO 8 211LC�}ox , ilcam Ill S.rR Walker -Stone Fayetteville, AR Admin Building Sulphur Springs, AR Ellis Building Fayetteville, AR DOCUMENT 00 43 00 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for A Reconstruction of the 1843 Woolsey Farmstead. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value Sitcwork Self Perform - Ellingson Contracting 7% Concrete Self Perform - Ellingson Contracting 4% Rough Carpentry (Framing) Self Perform - Ellingson Contracting 9% Finish Carpentry (Trim) Self Perform - Ellingson Contracting 16% Roofing Self Perform - Ellingson Contracting 7% Electrician Hill Electric <1% 235 W. Main St, Suite 1, Farmington, AR 72730 Mason (designate) Strong Masonry Constructors, LLC 11% 301 Caroline Drive, Frontenac, KS 66763 Window & Door Fabricator CKC Cabinets, LLC & Self -Perform 9% 22540 Westwood Drive, Siloam Springs, AR 72761 Lumber supplier Goodwin Company 30% 106 SW 109th Place, Micanopy, FL 32667 Stone Supplier Antique Block & Brick - 1609 E. 9th St. Little Rock, AR 72202 6% Schwartz Stone Company - 18 Eds Ln, Scranton, AR 72863 NOTE: This form must be submitted inaccordance th the Instructions to Bidders. 184_ Mf , — Bidder's Signature END OF DOCUMENT 00 43 00 00 43 00 List of Subcontractors.doe 00 43 00 — 1 1949 Woolsey PROJECT: A Restoration of the Historic Woolsey Farmstead OWNER: City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 FROM ARCHITECT: Revival Architecture, Inc. 301 Main St. Suite 203 N. Little Rock, AR 72114 REVIVAL ARCHITECTURE 30I Main Street, Suite 203 North Little Rock, AR 72114 501.95I.3316 www.revivalarch.com CHANGE ORDER CHANGE ORDER NO: 1 DATE OF ISSUANCE: October 16, 2019 CONTRACT DATE: October 16, 2019 TO CONTRACTOR: Ellingson Contracting 108 E. University St. Siloam Springs, AR 72761 This Change Order is not valid until signed by the Architect, Contractor & Owner DESCRIPTION: The Contract is changed as follows: 1. Provide a credit as follows: Omit the handrail, porch beams & rafters. Omit a backhoe rental and operator for grading. Omit the historic treatment specialist. The original Contract Sum was $ 329,299.00 The net change by previously authorized Change Orders $ 0.00 The Contract Sum prior to this Change Order was $ 329,299.00 The Contract Sum will be Decreased by this Change Order in the amount of $ -$S0,200.00 The new Contract Sum including this Change Order will be $ 279,099.00 The Contract Time will be'ReFeased � r,,,,..,...sedUnchanged by 0 days. The date of Substantial Completion as of the date of this Change Order therefore is: 360 days from the Written Notice to Proceed (vet to be determined). ATTACHMENTS: Revival Architecture, Inc. Ellingson Contracting City of Fayetteville ARCHITECT (firm name) CONTRACTOR (firm name) OWNER (firm name) 301 Main St, Suite 203 North Little Rock, AR 72114 PO Box 7202 Siloam S rin s AR 72761 BY (signature) Mr. David Ellineson. Owner ellingson contracting Woolsey Renovation Rebid, Bid 19-49 Value Engineering and Cost Reallocation 10/17/2019 Purpose: The purpose of this document is to provide Value Engineering and Cost Reallocation options for the City of Fayetteville. Post bid descope discovered costs that had not been deducted per Alternate #1. These items can be added into the Alternate #1 total. In addition, specification section 0135 91 paragraph 3.6.A requires that demolition work be performed by a Historic Treatment Specialist. We are proposing this work be performed by Ellingson Contracting for a cost reduction. Value Engineering and Cost Reallocation Summary Base Bid $ 814,512.00 Original total of Labor and Material with Multiplying Factor Deductive Alternate #1 $ 400,068.00 Original Deduct Deductive Alternate #2 $ 58,067.00 Original Deduct Deductive Alternate #3 $ 27,078.00 Original Deduct Additions to Deductive Alternate #1 $ 36,520.00 Cost transfers to Deductive Alternate #1 for future work VE - Remove Historic Treatment Specialist $ 13,680.00 Cost reduction to OMIT Section 0135 91 Paragraph 3.6.A in its entirety fctntractl/atuewhh Rewsrons .,_ ,.; 279;099ad 90011 m..._� .. Value Engineering and Cost Reallocation Details Cope of Work Amount'' ' Comments „„ ��„•: Handrail Materials at Loft $ 1,482.00 Additional scope added to Deductive Alternate #1 Handrail Labor at Loft $ 3,266.00 Additional scope added to Deductive Alternate #1 Porch Rafter Materials $ 11,569.00 Additional scope added to Deductive Alternate #1 Porch Beam Materials $ 15,303.00 Additional scope added to Deductive Alternate #1 Backhoe rental and operator for grading $ 4,900.00 Additional scope added to Deductive Alternate #1 Historic Treatment Specialist $ 13,680.00 Scope to be removed and performed by Ellingson Contracting 9 A, ;. _ $ 50,200.00..>..,