HomeMy WebLinkAbout173-91 RESOLUTIONRESOLUTION NO. 173-91
A RESOLUTION AUTHORIZING A CONTRACT WITH
MCCLINTON ANCHOR COMPANY WITH CHANGE ORDERS
AND CONTINGENCIES IN AN AMOUNT NOT TO EXCEED
$295,000 FOR THE 1991 CHIP AND SEAL PROGRAM
AND APPROVAL OF A BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract with McClinton -Anchor
Company, with change orders and contingencies, in an amount not to
exceed $295,000 for the 1991 Chip and Seal Program. A copy of the
base contract authorized for execution hereby is attached hereto
marked Exhibit "A" and made a part hereof.
Section 2. That the Board of Directors authorizes and
directs a budget adjustment in the amount of $30,000 to be
transferred from the Street Seal Coat, Acct. No. 452-952-5-315.00
to Chip and Seal, Acct. No. 447-947-5-809.00.
PASSED AND APPROVED this 17th day of September , 1991.
ATTEST:
By
yG
City Crk
APPROVED:
B
TOTAL OF BID: $ (hI 095
to
(Amounts are to be shown in both words and figures. In case
of discrepancy, the amount in words will govern.)
The above unit prices shall include all labor, materials,
bailing, shoring, removal, overhead, profit, insurance, etc., to
cover the finished work of the several kinds called for.
Bidder understands that the Owner reserves the right to
reject any or all bids and to waive any informalities in the
bidding.
The bidder agrees that this bid shall be good and may not be
withdrawn for a period of 30 calendar days after the scheduled
closing time for receiving bids.
Upon receipt of written notice of the acceptance of this
bid, Bidder will execute the formal contract attached within ten
(10) days and deliver a Surety Bond or Bonds.
The security attached in the sum of t'1Ve.,� Vt,: -1%'): O
j KVC t r&o 13T of (f -,(D
is to become the property of the Owner in the event the contract
and bond are not executed within the time above set forth, as
liquidated damages for the delay and additional expense to the
Owner caused thereby.
(SEAL - if bid
is by Corporation)
Respectfullyubmitted:
f\ZNCsP
MCAA NlorJ-/JCLo(Z r.,1
Bidder
By: ,4.11/D 74.
Z40 14 . Gwv4C
t_b
tAglJ1'lLivto.Ax,'1 J.*- Zi 0�i
Business Address and Zip Code
1
RE)
•
APAC-Arkansas, Inc. • McClinton -Anchor Division • 240 North Block Street • P.O. Box 1367
Fayetteville, Arkansas 72701 • (501) 521-3550
APAC-ARKANSAS, INC. - MCCLINTON-ANCHOR DIVISION
PERFORMANCE RECORD REGARDING CONSTRUCTION
PROJECT OF SIMILAR NATURE
1 1990 Chip and Seal Program for City of Fayetteville,
Project E-270 - Approximately 50,000 square yards of
Double Chip and Seal.
2. 1991 Street Paving Program for- City of Bella Vista.
Project 91018 - Approximately 8Q,000 square yards of
Single and Double Chip and Seal.
3. 1990 Street Paving Program for City of Bella Vista.
Approximately 90,000 square yards of single and double
chip and seal.
•
CONTRACT
THIS AGREEMENT, made this day of ,
19 , by and between the CITY OF FAYETTEVILLE, (Corporate Name of
Owner) herein called "OWNER", acting herein through its
, (Title of authorized
Official) and
FAYETTEVILLE
of ARKANSAS
McCLINTON-ANCHOR,
, County of
INC. , a corporation of
WASHINGTON , and State
, hereinafter called "Contractor".
WITNESSED: that for and in consideration of the payments
and agreements hereinafter mentioned, to be made and performed by
the Owner, the Contractor hereby agrees with the Owner to
commence and complete the construction described as follows:
CHIP AND SEAL STREET IMPROVEMENTS
Fayetteville City Streets
Fayetteville, Arkansas
hereinafter called the "Project", for the sum of TWO HUNDRED
SIXTY ONE THOUSAND NINETY FIVE AND 40/100 Dollars ($261,095.40)
and all extra work in connection therewith, under the terms as
stated in the General and Special Conditions of the Contract; and
at his (its or their) own proper cost and expense to furnish all
the materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and
services necessary to complete the said Project in accordance
with the conditions and prices stated in the Proposal, and
Information to Bidders; the plans, which include all maps, plats,
blueprints, and other drawings and printed or written explanatory
matter thereof; the specifications and Contract Documents
therefore as prepared by Milholland Company, Engineering S
Surveying, herein entitled the "Engineer", all of which are made
a part hereof and collectively evidence and constitute the
contract.
The Contractor hereby agrees to commence work under this
Contract on or before a date to be specified in a written
"NOTICE -TO -PROCEED" of the Owner and to fully complete the
Project within 45 consecutive calendar days thereafter. The
Contractor further agrees to pay, as liquidated damages, the sum
of $250.00 for each CONSECUTIVE CALENDAR DAY thereafter as
hereinafter provided in DIVISION I, Section 01:04 of the General
Provisions and as stated in Bid Documents
E-300 1
1
•
CONTRACT
•
The Owner agrees to pay the Contractor in current funds for
the performance of the Contract, subject to additions and
deductions, as provided in the General Provisions of the
Contract, and to make payment on account thereof as provided in
DIVISION I, Section 01:23; "MEASUREMENT AND PAYMENT",
The Contractor further agrees to allow the Owner to deduct
from the FINAL Payment all charges invoiced the Owner by the
Engineer for "RESTAKING OF CONTROL", as provided by DIVISION I,
Section 01:21 of the General Provisions.
IN WITNESS WHEREOF, the parties to these presents have executed
this contract in three [31 counterparts, each of which shall be
deemed an original, on the day and year first above mentioned.
(SEAL) CITY OF FAYETTEVIL
e t: i) Owner
B �
!::711^},
tt� eietAA4
Witness
(SEAL)
Attest:
Title
113 WEST MOUNTAIN ST.
FAYETTEVILLE, AR 72701
Business Address and ZIP Code
Mcg 1 T01 `e.
R. men Dl visioQ
Contr ctor /� �•
By: a/nu4_' 74 , e.962.,•
Witness / Title
240 N. BLOCK, P.O. BOX 1367
(Print or type names under- FAYETTEVILLE, AR 72702
neath all signatures) Business Address and ZIP Code
NOTE: Secretary of the Owner should attest. If Contractor is a
corporation, Secretary should attest.
E-300 2
•
1991 Chip and Seal Program - City of Fayetteville
Addendum No. 1
The following changes are made a part of the 1991 Chip and Seal
Program, City of Fayetteville Bid no. 91-41.
General scope of the addendum:
To include in the specifications - Division 1, General Provisions -
standard clauses to protect the Owner's Right to terminate.
Specific Changes:
The following standard clause is added to the General Provisions
as contract clause 24.
THE OWNER'S RIGHT TO TERMINATE CONTRACT•
If the Contractor should be adjudged a bankrupt, or if he
should make a general assignment for the benefit of his creditors,
or if a receiver should be appointed on account of his insolvency,
or if he should refuse or should fail, except in case for which
extension of time is provided to supply enough properly skilled
workmen or proper materials, or if he should fail to make prompt
payment to Subcontractors or for materials or labor, or disregard
laws, ordinances, or otherwise be guilty of a substantial violation
of any provision of the Contract, then the Contracting Authority,
may, without prejudice to any other right or remedy and after
giving the Contractor ten (10) day's written notice, terminate the
employment of the Contractor.
In such case, the Contractor shall not be entitled to receive
any further payment until the work is finished. If the unpaid
balance of the contract price shall exceed the expense of finishing
the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the
Contractor. If such expenses shall exceed such unpaid balance, the
Contractor shall pay the difference to the Contracting Authority.
Pending settlement of disputes on any point of controversy,
the Contracting Authority may suspend action on all or any part of
the work. The Contractor shall not be entitled to any claim for
loss or damage by reason of such delay, nor shall he be entitled to
extension of time, although such extension of time may be granted
by the Contracting Authority if he deems it in the interest of the
work.
Acknowledgement by the bidder:
APdc Ar rwc, X101 / , fC(/,q terh-,ekckige /i / ,n, 9.3 • gi
Bidder 441.u42,41. dote_ Date
•
CITY OF FAYETTEVILLE, ARKANSAS
IN -YEAR BUDGET ADJUSTMENT
ADJUSTMENT/
BUDGET YEAR
1991
DEPT* Public Works
DIV : Engineering
PROG: Street Impvts.
DATE REQUESTED
8-28-91
PROJECT OR ITEM REQUESTED:
1991 Chip & Seal Program
JUSTIFICATION OF THIS INCREASE Additional funds
required to 1) provide a nominal (5%) construc-
tion contract contingency and 2) fund the
solution to Coach Drive
PROJECT OR ITEM DELETED:
$30,000 of the budgeted $52,000 for 1991 Street
Seal Coat
JUSTIFICATION OF THIS DECREASE
The Street Seal Coat is no longer scheduled for
1991. The funds should be combined into as
needed street improvement/maintenance projects.
INCREASE
ACCOUNT TITLE
Chip and Seal
ACCOUNT NUMBER
447-947-5-809.00
AMOUNT
$30,000.00
DECREASE
ACCOUNT TITLE
Street Seal Coat
ACCOUNT NUMBER
452-952-5-315.00
AMOUNT
$30,000.00
DATE
REQUESTED BY:
Wthn
BUDGE^ COORDINATOR: /
7t 8/2 9191
DEPARTMENT DIRECTOR: _
AD IN SERVICES DIR: G
CI Y Aint‘
GER
BUDGET OFFICE USE ONLY
DATE OF APPROVAL
Bye Date
Entered
Posted
Type: A B C D E
Total program adjustments to date:
•
BID FOR UNIT PRICE CONTRACT
Place: Room 111, City Administration
Date: August 26, 1991 @ 2 00 p.m.
Project No.• E-300, Bid No. 91-41
Proposal of AWAlkati+aul,Aev 1441/0//ups a.inu(hereinafter
called Bidder)* a corporation, organized and existing under the
laws of the State of vel!Ll(/C(.CC� ,* a partnership, *or an
individual doing business as
•
To the CITY OF FAYETTEVILLE, ARKANSAS, hereinafter called OWNER.
Gentlemen:
The Bidder, in compliance with your invitation for bids for the
construction of 1991 CHIP AND SEAL STREET IMPROVEMENTS, PROJECT
No. E-300, having examined the plans and specifications with
related documents and the site of the proposed work, and being
familiar with all of the conditions surrounding the construction
of the proposed project including the availability of materials
and labor, hereby proposes to furnish all labor, materials, and
supplies, and to construct the project in accordance with the
contract documents, within the time set forth therein, and at the
prices stated herein. These prices are to cover all expenses
incurred in performing the work required under the contract
documents, of which this proposal is a part.
B idder hereby agrees to commence work under this contract on
or before a date to be specified in a written "NOTICE -TO -PROCEED"
of the Owner and to fully complete the project within 45 calendar
days thereafter as stipulated in the specifications. Bidder
further agrees to pay as liquidated damages, the sum of $250.00
for each consecutive calendar day thereafter.
B idder acknowledges receipt of the following addendum:
MINS
B idder agrees to perform all the work, described in the
specifications and shown on the plans, for the following unit
prices:
*Insert corporation, partnership, or individual as applicable.
E-300 1
CONTRACT - BID DOCUMENT:
CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS
SUPPLEMENTARY SPECIFICATIONS FOR CHIP & SEAL STREET
CONSTRUCTION: In accordance with plans and specifi-cations
for said project, Contractor shall reconstruct EXISTING City
Streets within the following criteria:
1. 2% Crown (All widths)
2. MAX Thickness of New SB -2 = 4"
3. Minimum Edge Thickness with SB -2 = 4"
4. Maximum Thickness of Edge of Street Grade = 6".
Contractor shall reconstruct EXISTING street DRIVING surfaces
to a 2% crown using existing on-site SB -2 Base material as
follows:
A. Where Existing SB -2 DRIVING surfaces are greater than
twenty-two feet [22'1 in width, Contractor shall use
Existing SB -2 and construct a 2% Crown within the
central twenty-two feet [22'1 of the street sections,
EXCEPT at intersections and Cul -De -Sacs.
B Where existing street base is less than twenty-two
feet [22'1 in width, the EXISTING street SB -2 Base
shall be Reshaped to provide for a street section the
same width as the EXISTING SB -2 Base with a 2% crown.
C. Subsidiary to other Items of the Contract, the
Contractor shall under cut pot holes and rough areas
in street sub -grade and reconstruct the top 12" of
street sub -grade section with existing materials.
D . "HILLSIDE" MATERIAL, as a separate Bid Item, may be
used to reconstruct sub -grade, ONLY when approved by
the Prosect Engineer. -
E . All materials used for reconstruction of street sub -
grade, without prior request and approval by the
Project Engineer, shall be Subsidiary to other bid
items of the contract.
E-300 1
CONTRACT - BID DOCUMENT:
CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS
SUPPLEMENTARY SPECIFICATIONS, Cont.
F. Engineer will not provide a "CUT SHEET". Contractor
shall construct street centerline profile at a
uniform slope using the existing street profile as a
guide.
G . The Contractor shall request the Engineer to inspect
and approve all street sections prior to placing SB -2
Base, and prior to placement of double chip seal
surface, respectively.
H . Construction Bid Items shall include costs for all
S tandard Laboratory and Field Material Testing.
Densities shall be at intervals Not -To -Exceed 500
L .F. and not less than two (2) tests per Street
Segment.
I. The EXISTING SB -2 Base shall be reconstructed to form
a 2% crown and compacted to 95% modified Proctor at
Optimum moisture prior to being over-layed with new
SB -2 Base.
J . Construction shall in accordance with the latest
edition of the "STANDARD SPECIFICATIONS FOR HIGHWAY
CONSTRUCTION" Published by the AHTD, with the
"SEASONAL LIMITATIONS" WAIVED. Construction delays
due to inclement weather conditions should be
considered by Bidder.
K . Construction 1s anticipated to begin after September
1, 1991; Therefore, Asphalt Materials shall be
e ither of the following Rapid Curing Cut-back
Asphalts; RC -250, or RC -800.
L . All testing shall be performed by an Independent,
L icensed Materials Testing Laboratory.
M. Contractor shall notify all Residents adjacent to
the Construction Site, a minimum of 48 hours prior to
beginning construction. Said NOTIFICATION shall
be typed to depict the Type of Construction,
approximate duration of the contruction, Contractor's
Name and telephone Number, Owner's Name and
Engineer's Name.
E-300 2
CONTRACT - BID DOCUMENT:
C11IP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS
BID ITEMS
ITEMS: All Items Complete in place, including all labor,
materials, bonds, insurance, equipment, fittings, and
unforseen items, constructed in accordance with the City
of Fayetteville Specifications and Requirements and as
shown on plans, grading, reconstruction of street
sections, utility adjustments, street surface
construction, shaping, clean-up, repair of damaged yard
surfaces, and testing.
BID ITEM I: STREET SECTION:
Crown Street Sections using existing Base materials, and
Construct New Street Section with new Compacted SB -2 Base
the same width as existing SB -2, PLUS a 12" wide TAPER each
side. Cover entire width with the Bituminous Prime Coat;
PLUS a Double Chip and Seal Surface the width shown on Plans
or twenty feet [20'] in width, which ever is least, per
STANDARD SPECIFICATIONS for HIGHWAY CONSTRUCTION ARKANSAS
STATE HIGIIWAY COMMISSION.
STREET SEGMENTS:
SEGMENT No. 19. Anne Street: [345 L.F.]
a: Double Chip and Seal Surface, 708.4
1 Lh.t'ti11D'eval HANDtri $2 .00) Per
b. SB -2 Base, compacted in place 178 tons @ _
ELEVEN DoU.iIR$ nw - reax COOP $ I I.40 ) Per Ton
SEGMENT No. 16. Box Avenue: [862 L.F.1
a: Double Chip and Seal Surface, 1356.0 SY 0t=rig-
TNof .��1 nHvuo&EDT+4u`( ch ( $ 51Z:I .00 ) Per Lump Sum S 57 ) .0°
vol -4,44.5
b. SB -2 Base, compacted in place, 350 tons @_ q O.UU
rias(!) �' a�-- Fnt-TNC o, 5 ( $ 11.'-4'O ) Per Ton $ �i
SEGMENT No. 17. Cherry Lane: [557 L.F.)
a: Double Chip and Seal Surface, 1027.9 SY @T R.m; s n y no
rseksp,o Np a fmnneb 5Wr`( Ra( $ 3, %5.00 ) Per Lump sum •S
b. SB -2 Base, compacted In place, 261 tons @
suet N ao E, a, tmtF( c e,01- ($ I I I 'O ) Per Ton $7.--$15•40
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
SUB -TOTAL PAGE: BID ITEM NO. I $
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
SY @Ivy°
Lump Sum 87-'133.00
$ Zot`j. ao
E-300 3
CONTRACT - BID DOCUMENT:
CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS
BID ITEMS
SEGMENT No. 4. Coach Drive: (768 L.F.I
a: Double Chip and Seal Su face 981.8 SY @ Tiu
caC
moi wn veo l;IwDerroas�i-t�'�('$ 3;88.ob ) Per Lump Suin 5 3;188.00
SB -2 Base, compacted in place, 260
b.
0
tons @
Per Ton
$Z` 64,o0
SEGMENT No. 18, Cross Avenue (330 L.F.)
a: Double Chip and Seal Surf ce, 690.0 SY @Iw0
-r1aj.,4N0.5nttth c,PCD S)w:N LWT (S' 6 00 ) Per Lump Sum $`�i66Z..00
Poi 1.lnf
b. SB -2 Base, compacted in place, 173 tons @
61.194-40 PetkAArj a'd.� �+Mc•-( coils ( S II, 4%O) Per Ton S I� ll-. ..e°
SEGMENT No. 15. Dockery Avenue: [634 L.F I
a: Double Chip and Seal Surf ce, 1054.7 SY
'r{k)JSA o 50t14NnJ Llxtsftt ( ai°611 0 ) Per Lump
@ ore—
Sum $ y)069.Oo
b. SB -2 Base, compacted in place, 271 tons @
Ei.f;Vde.lVoLVARAo,,4L.Fac.“caC;(S (1,40 ) Per Ton
SEGMENT No. 2 Fifty -First Street [711 L.F.I r/
a: Double Chip and Seal Surface, 1474.2 SY @VV1
lloisAuasix (Wrtr F]6dCSH SOu3>J ( $ 568 1.00 ) Per Lump Sum
b. SB -2 Base, compacted in place, 370 tons @
tN ToLI-PrIL-i a rdV�vnAti Ce 41.; ( $ I I.61.0 L Pex Ton $2111:48.00
SEGMENT
)
$ ,681.00
No. 21. Florene Street: (496 L.F.I
a: Double Chip and Seal Surface, 970.2 SY tfla�
no/3w° Sell a) tWullteD aa'(1W ($ -31145. 00 ) Per Lump Sum
D a WAt../5
b. SB -2 Base compacted in place 245 tons @
O
$31y'3,(10
ONDDl.t,M s TM..1'an%
•
CONTRACT - BID DOCUMENT:
CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS
BID ITEMS
SEGMENT No. 9. Lawson Street: [426 L.F.)
a : Double Chip and Seal __Fur face 829.6 SY @TN_
r,wa .,r, Two I tou-Afte ($'200.04 ) Per Lump Sum $ }•a
fX
SB-2 Base, compacted in place•, 209 tons @_
C5.0 LbUL4z•ILS ^cot— )1W-( ct [5( $ 11.40 ) Per Ton
SEGMENT No. 8. Lester Street: [309 L.F.1
a: Double Chip and Seal
*awl out-Aoun[.C,DReN Fou(L( $
t'ou;
b. SB -2 Base, compacted
EL I60 tbLtaJ(k
CCar
$ 7.387, 6o
Surf ce u
555.7 SY 1°
Z5114111.00 ) Per Lump Sum
In place, 141 tons e
11.40 ) Per Ton
SEGMENT No. 5. Llahton Trail: [1066 L.F.1
a:
Doub
j( ., ,Th
Jo}�+nitcb5006,44 6./en$ tl5.06 ) Per Lump Sum $
b. SB -2 Base, c m acted in place 481 tons @ _
EI,Q,JI(,r}9NA0OR:Sa 1�( `S($ II•� ) Per Ton $
SEGMENT No. 14. Michael Cole Drive [1766 L.F.)
a: Double Chip and Seal Surface, 3962.2 SY
-ilp:X,it,�rrun{kSYiW EMT -I tharJ ( $ (517,43 00) Per Lump
SB -2 Base, comeacted in place, 986
le Chip and Seal u face 1885.7 SY @SIJ
b.
•
1JZbw4411, arra I1. U
tons
Per
12-15.°0
5;18 310
@ tlrrr'J 5.00
S um $ I -SZ@
SEGMENT Nos. 6. & 7. Palmer Avenue & Palmer Place:
a: Double Chip and Seal Surface 1373 0 SY
ItbJ�'�1SDr Ut .NU$i:{`'OJ($ 67�.Uv ) Per Lump
b. SB -2 Base,
co.Facted in place , 341 tons
gerJTOl,.kl%a,.i/uK%C`{CG"t5($ j1•"0 )
SEGMENT No 1 Persimmon Street: [2749 L.F.1
•
a: Double Chip and Seal Su ta�Fe, 4897.5 SY
TR044an0641- 4ntiuODNIP61 t io�R�($ 18p11-t•0o ) Per Lump
b. SB -2 Base, compacted In place, 1247 tons
EL0316t1 DoL 1. `' c+ 4 Retvi copis ( $ I/ •40 ) P e r
* * * * * * * * * * * * * * * * * * * * * * * * * *
SUB -TOTAL PAGE: BID ITEM N0. I
Per r
@Ton $ 111119.4°
[595 L.F.)
FitIC
S um $5 loo
Ton $,1�7fin°
@irrat
sum •$ tool$�4 00
Ton S I i_15.8U
$ 903IZAU
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
E-300 5
•
CONTRACT - BID _DOCUMENT:
CHIP & SEAL STREET & STORM DRAINAGE. IMPROVEMENTS
BID ITEMS
SEGMENT No. 10. Rose Avenue: [302 L.F.I
a: Double Chip and Seal Sur ce 393.9 SY @00.6'i�0454wp itezeilvrro¢�woaq ($ 137 -sod ) Per
lvc vau.A(v.>
Lump Sum $ 1;547_5100
b. SB -2 Base, compacted in place, 93 tons @
E{. t JVlLt.drt , (us -015($ Jf•40 ) Per
SEGMENT No. 3. Sunrise Mountain Road: [9888 L.F.1
a: Double Chip and Seal Surface, 9298.9 SY @ µutl-(
crtvicSiWJAgrorTCr_' Aiy ($35g14'.0O) Per Lump Sum $ 3518 ITho°
FaJYI/ �W Af1._5
b. SB -2 Base, compacted in place,,L2352 tons
UUF`llri I Do�taUS 0.r�4a(L q ccpf! ( $ I I ."[ o ) Per
Ton
$ /060.70
Ton
$zt,8(z.80
SEGMENT No. 12. Vale Avenue: [1212 L.F.I
a: Double Chip and Seal Surface 2325.2 SY @a -ICC
Z{e t=nN�
la}W►n([oD5003N ($ 81glO.0°O ) Per Lump Sum
Pat.t.A(l.r
b. SB -2 Base, compacted in place, 588 tons @_
BLE);31-)-Q31.4 0. raa- (rota`_a;($ II•ko ) Per Ton
SEGMENT No.
a:
j(idv ftu-
b.
pl-t7�✓ai
$ 8)1-10.00
$ (170"3.70
11. Wood Avenue: [770 L.F.
Double Chip and Seal Surface 1526.8 SY @ Rri V('pp
EiC,#r [Wo r-eD NO 51-4 ( $ 6,$go.ob) Per Lump Sum $ 58 +6• O U
'pa-tabAS
SB -2 Base, compacted in place, 385 tons @ ,L
T�ttz44b
eaKLF+Jn%t`-( Gt.1%.S ( $ � I.4o ) Per Ton $ --f • 00
SEGMENT No. 13. Yvonne Drive: [356 L.F.I
a: Double Chip and Seal Surface 714.0 SY @�a10
vav�n1 FiFM�(
!)c$27. 0
556) Per Lump sum$ '155.00
b. SB -2 Base, compacted in place 180 tons @_
Bt-U�VfM Lo(t.£ ea•ol.. —C'-(. cc,r; ( $ II •to ) Per Ton $ ZO5t. 00
SEGMENT No. 22. Texas Run: [108 L.F.)
a: Double Chip and Seal Surface, 29.3 SY @ ONL>
wpip roa-texu PrA-4W 5 ($ 11.7' n0 ) Per Lump Sum $ i13.00
b. SB -2 Base, compacted in place, 12 tons @
CiJF3J9,1b0(-L{fl/6 E-dn=rcr C61415 ( $ 1•140 ) Per Ton $ I36.8
SUB -TOTAL PAGE: BID ITEM NO. I
$ 9b 081 lop
TOTAL: BID ITEM NO. I
$2.41)-7Y-5,4()
E-300 6
2
CONTRACT - BID DOCUMENT:
CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS
BID ITEMS
B ID ITEM II: "HILLSIDE FILL MATERIAL":
Compacted "Hillside" sub -base material from OFF-
SITE (OFF-SITE identified as material purchased
from others than the Owner); unit price per Truck
Yard shall include the required "unclassified"
Excavation and disposal of soil materials within
street section; 1000 Truck Ya d @ 5( 5460
1?rL Aa..�.ppocg 0641;($ 1,10 5546) per T.Y. $ 1100.00
B ID ITEM III: SUBSIDIARY ITEMS:
Subsidiary to Item I and II above are the following:
a. Unclassified back -fill with excavated materials
in Designated "FILL AREAS".
b. Back -sloping and landscaping all areas damaged
by Construction with 4" top soil;
c. Seeding, fertilizing, mulching, and watering
for successful growth on all surfaced damaged
areas,, filled, back -sloped, and ditched areas
✓ elative to the project;
d Use of all suitable "Classified" excavated
material for site selected fill material with-
in the project's street right-of-ways and
designated "FILL AREAS" on project site;
e Removal and disposal of shrubs, bushes, trees,
✓ ocks, and other items within the construction
limits;
f Dispose of excess excavated materials;
E-300 7
CONTRACT - BID DOCUMENT:
CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS
BID ITEMS
***BID ITEM IV: STORM DRAINAGE IMPROVEMENTS:
Installation of storm drainage pipe on an "AS NEEDED"
basis, as follows: (CMP Pipe 30" and less shall he 16
ga.; over 30" shall be 14 ga.)
1. Construct 18" CMP Storm Sewer pipe, PER L.F.
5l546fI i vs7i)J F'ou(-A(1/1)
RPT•-( $ ( 11.50
per L.F. $
2. Construct 18" Class III -RCP Storm Sewer pipe,
PER L.F.@ -716101-4, ti'clt-A-SUS'
$( 7,O.(3') ) per L.F. $
3. Construct 24" Class III -CMP Storm Sewer pipe,
PER L F.@ 1-11J3N1'`•1 lino -xllhtCJ " -
( C60 1 --S $( 27-.50 ) per L.F. $
4. Construct 24" Class III -RCP Storm Sewer pipe,
PER L.F.@TvJOtPj Eoftc
$( x .00 ) per L.F. $
Compacted SB -2 base back -fill under s reel- - PER
TON (AS NEEDED ) @ jrf1J
CC,IS`.> $( IO.SO ) Per ton $
BID ITEM V: MISCELLANEOUS ITEMS:
1. GATE VALVES: Adjust Water System Gate Valve
to finished s dace grade, 10 each @ UIJn
�- 0-1- OCO e reGo 'd,.v{{„.$ ( I I s, 0 O ) Per each $ I i ( .' O . U O
2. SANITARY SEWER MANHOLES: Adjust Sanitary
Sewer Manhole Rings to finished surface grade
- 20 each @ 17;j0 1A401-41W�c' k t,F C"5IJ
T7,0LL$(ZIS.oO) Per each $�C�``Tv'CU
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
TOTAL BASE BID $7,-(j/0qc:7;' 1T7
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
E-300 8
CONTRACT - BID DOCUMENT:
CHIP & SEAL STREET & STORM DRAINAGE IMPROVEMENTS
BID ITEMS
* *"OFF-SITE" HILLSIDE: Truck tickets must be signed by Engineer's
✓ epresentative with date, station location, and use.
Contractor's UNIT PRICE shall include all the expense of
e xcavating and disposing of "UNDERCUT" materials plus the TOTAL
COST OF OFF-SITE BORROW after COMPACTED IN-PLACE.
* **NOTE: Alternative Pipe materials may be offered with Bid if a
written certified acceptance by the City Engineer is attached to
Bid Submittal.
****SB -2 BASE BACK -FILL: Truck tickets must be signed on site by
Contractor's representative with date, station location, and use.
S B -2 to be used ONLY as Back -fill in Street Sections, Full depth
o f Trench to Street Sub -grade and to one foot (1') From surface.
NOTE TO CONTRACTOR: A reasonable estimate of SB -2 Trench Back-
fill under street sections have been estimated by the Engineer to
be -0- TONS. This Contract will pay a unit price per Delivery
Ticket AS NEEDED AND APPROVED BY ENGINEER PER TON. Additional
Amounts of SB -2 Back -fill to fulfill this Contract shall be
considered OVER -RUNS and subsidiary to other BID ITEMS of the
Contract.
E-300 9
•
•
1991 CHIP & SEAL STREET IMPROVEMENTS
SUMMARY OF BID ITEMS
TOTAL PROJECT CONSTRUCTION COST
S-300
$ ziol)o+v4—°
•
•
•
a
•
•
A I.A Document No. A-310 (February 1970 Ed.)
Sedgwick James
Sedgwlck James of Arkansas. Inc.
900 S Shacklelord Road. Suite 600, PO Box 511, Little Rock, Arkansas 72203-0511
Telephone (501) 223-3111. Telex 536249. Facsimile (501) 223-8461
BED BOND
KNOW AL.L MEN BY THESE PRESENTS. that we, APAC-ARKANSAS , INC., McCLINTON-ANCHOR DIVISION
as Principal, hereinafter called the Principal, and INSURANCE COMPANY OF NORTH AMERICA
a corporation duly organized under the laws of the State of PENNSYLVANIA
as Syrety. hereinafter called 1b Surety, are held and firmly bound unto
City of Fayetteville
133 West Mountain Street
Fayetteville, Arkansas 72703
as Obligee. hereinafter called the Obligee. in the sum of
Five Percent of the Amount of Bid
Dollars ($ 5%
for the payment of which sum well and truly to be made. the said Principal and the said Surely, bind ourselves, our heirs. executors,
administrators. successors and assigns, jointly and severally, firmly by these presents.
WHEREAS. the Principal has submitted a bid for
1991 Chip & Seal Street Improvements, Bid No. 91-41, Project No. E-300
NOW. THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in
accordance with the terms of such bid. and give such bond 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 mateial furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall
pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for
which the Obligee 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 lull force and effect.
Signed and sealed this
26th day of August A.D. 19 91
SJ -1316-B
(Wi ness)
(Witness)
APAC-ARKANSAS, INC.,
McCLINTON-ANCHOR DIVISION
�/'
(Principal) (Seal)
BY :U�i. gjj) 4. 4,,-t Vice President
INSURANCE
(Title)
COMPANY OF NORTH AMERICA
(Surety) (Seal)
Jud F anks Butler Attorney in fact
POWER OF Th, ; \.. Insurante Company of North Amedcot•;-
ATTORNEY 9 CIGNA Company
KrtOW all men bli.these.prelentsl That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commoner/faith
of Pennsylvania, haVing priritiOil office in the City ot Philadelphia, Penntylvania. pursuant to the following Resolution adopted by.. thb,Soe d of •
•
PISISOLVED. Thal pursuant in Artialeg S.IS sad. 6.1 of the Orlin. follookm Attlee shed googol the otteeigligi let the Caelpeity ol bawls. uedeMeldnes. recopeliancei. earmeate led mar .
11) Met Me President. iny Std., Wia Maids% aty vire Preeldent any Assistant thee President. or any Abetitinnle-0116t2 eit4 Ice en belted of IMP Cintleaat dint OS Se bond' •
uodertatunge. recommence. toniteote am, ails trIting• le the nature thipetp the iime le It• guested when nogioaery by the Cooperete Stkvelety. Or any Amgelsal Cotporale Seerelery. and the
Hal ef the CetalfellY Settee thereto: end Mil the Premdeat. Seamy /flee President irly Vice President dr tea Atilaistem Preildent May awoke fold aolherite Any other admit Mlecledy
v appointed) of the COMPlItly, Mad muirneya.in4iat tO ito meadow toles! to the envoi/doe cot Mt each volliega en WWI *keno temperer and le OW the leaf Of Ole COmemlig therlde. . •
12/ e' • my eueh eneeteed aceareonCo *Rh thee; Renee 41411 Do II binding epee the deitseany Mani dab, Ifteee6 l'fiefettfi it; hie Pfeeldwif 8.4d. 11;491111;j1. le Wig C°491.16 lieftf"."'
13/ llut Ignoble Of the Predawn& of a Simar.YR4 Piesideni. air a Mee President. or an Assattsat vibe bats:NM ead die Seel tit net Compere/ may be ended by Iseeme• am ane vow M attomel,
, granted punnet° lo 1Mo flieoldtion. bed the ions* PI cerIffyint1 Other Ina the veal at the Centalle1 May \betiffiled by lideiselle to say eertMesie any teat pont. and any eueh pewee oe -
'; certificate hearing mem isttalmild grater* gall flat Mall be Mild end tandem on me Company, • • ":. • " ' " : • ' •..• •
(II Seth other °theme of the CdMMIny:end shid/ hive aitherifY to earlitY of 'Mkt/ eankle littqlesoletles. Pei Olsen so ie. domain. ind stobse meini et tee Cauteatm •
•
' The pa 00000 et thee Reeolobalt clone net flanebi any *eta* ilathaflfy {vented by desolatletns tee eoard eabbietem adopted el1ideite s. tfi51. may end Marsh 2i
doe3 'hereby nominate, constitute RAO. ." ON D. R. • HENDERSON JUDY r.FRANItSi3UTLER, And MARY . GARDNER,
all of the City of Little ROCk;„ State Of o -------------------
•
N
its true and lawful agent and attorney - n -fact, to make, execute, teal and deliver ter and on its behalf, and as Its aCt and deed any
and all Bonds and Undertakings, LIMITED in amounts, TWENTY.FIVE MILLION ($25,000,000:)
on behalf of.APAC-.Arkansas,%.Ihc. and APAC—Mississippi, Inc:, and APAC—Tennessee.;
Said Bonds and Undartakings.to be.signed for the Company and the Seal of the Company
attached thereto by anyoneof the said Donald R. Henderson, Judy Franks Butler, and
Mary Gardner, individually.; .
CIGNA
253920
And the execution of such writings in paisuance of these presents shall be as binding upon said Company, as fully and amply as if they had
been duly executed andacknowledged by the regularly elected officers of the Company at Ns principal office. '
IN WITNESS WHEREOF; the said R. E. Giveans, Vice -President, bal.hereunto subscribed his name and affixed the
Corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA thie : — 19th day of
August ' 6is 90
• . INSURANCE COMPANY OF NORTH AMERICA
C-0-k„.1-4.� 2i�
COMMONWEALTH OF PENNSYLVANIA " i \ n. E. nNEAHS. vre Present
COUNTY OF PHILADELPHIA as. "
On 1M19th nay of ' August ., ;:AbllitIL•.,' before the subscriber, a Notary Public of
the Commonwealth61Pennsylvae(a in and for the County of Philadelphia ,duly;eommidd oned and qualiflad;came R. E. Giveans, Vice -
President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and
vent executed the preceding instrument and he acknowledged the execution e1 this Mute, end, being by me: duly sworn, depobeth and
'smith, that he is the officer of the Cofnpany aforesaid, -end that the teal alined to the aiiEedinp tii•atiuraeni 11 the co:Poraie seal of said
Company, and the esid corporate seal And his signature as officer were duly&Thad sed aabscdbed 16 the laid instrument by the authority
and direr `r %gt HMW$pprPbretion, Ind that Resoletidn, adopted by the Board of D(rscto s of Did Company, referred to In the preceding
(natru`nkit1 OAA
`-. `y`yl�j�f�µ(;W F1 EOF I heed hereuntn sni my neon e u „a,, a east et the Cily of Philadelphia the day and year
firsFabo ntten j.3 - L L ''/ - \ /
> JULIA-
ANNANOTARIAROHANA NoSEAtSry.Pubfic�/
Philadelphia, Philadelphia County
(Sr L) My Commission Expires August 20 -�\\ y
P e.. %: r our Pubes>
1, the 451ere(grj eery o(4NSURANCE COMPANY OF NORTH AMERICA, do hereby.%ertif that the original P6WER OF At ttigNEY, of
which the foregoi/ia./ $$Atorrecl Copy, is in full force end effect _ . .�l ` �', � :,\
In *mien•�6 WST4t%tfl4 `v`e-.hereuntdsubscribed my. name as SeCralary, and alllked'Pui corppratA seal. of the Coiporatioii' fhis-
.:26th ' day of > . \AlllyllSt .""'-2 \ \. . \ 19 _ ;
jam. \ ' 7�"\ \ i• - ^ dai C\J \� N-. C�i \\`. \��aC5 ci
THIS POWER OF ATTORNEY •MAY NORBE us@9 TO Ek,ECUTE ANY BOND WIT AIV �NCi:PJIOf� DAT�/iFTERAkiiTht"�Y" \ 1992
+B3.7a38ffl+Pld,-in-U-&A •:!" t' -`