Loading...
HomeMy WebLinkAbout36-99 RESOLUTION• RESOLUTION NO 36 99 A RESOLUTION AWARDING BID NO. 99-19 IN THE AMOUNT OF $484,948.75, PLUS A 10% CONTINGENCY AMOUNT OF $48,501.25 TO TOMLINSON ASPHALT COMPANY FOR THE OLD MISSOURI ROAD AND ZION ROAD INTERSECTION IMPROVEMENTS; AND APPROVING A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards Bid No. 99-19 in the amount of $484,948.75, plus a 10% contingency amount of S48,501.25 to Tomlinson Asphalt Company for the Old Missouri Road and Zion Road intersection improvements; and authorizes the Mayor and City Council to execute a contract for said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section ? The City Council hereby approves a budget adjustment in the amount of 5215,000 increasing Street Improvements, Acct. No. 4470 9470 5809 00, Project No. 97027 20 by decreasing Street Improvements, Acct. No. 4470 9470 5809 00, Project No. 97030 20. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. s 1' (SS} D AND APPROVED this 2 day of March 1999. ....: :5t7_• F ATTEST: By. 1 • Woodruff ler City C Heather APPROVE). By. ,/1/Ce/�GIYr� Fred Hanna, Mayor STAFF REVIEW FORM XXXX AGENDA REQUEST XXXX CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of March 02, 199" FROM: Wayne Ledbetter Engineering Public Works Name (�v Division Department ACTION REQUIRED: Approval of the contract for Old Missouri Rd. and Zion Rd. intersection improvements with Tomlinson Asphalt Company, in the amount of $ 484,948.75 plus a contingency of 10% ($ 48,501.25) totaling $ 533,450. Approval of budget adjustment adding funds to the project is also requested. COST TO CITY: $ 533,450 Cost of this Request 4470-9470-5809-00 Account Number 27027-0010 Project Number S 392 649 Category/Project Budget $ 66,422 Funds Used To Date $ 326,227 Remaining Balance Old Missouri Rd./ Zion Rd, Intersection Category/Project Name Street Improvements Program Name Sales Tax Fund XXXX Budgetedtem ‘iii x Budgl t• Coordinator Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: 0/-/7-q9 . � t z3'97 Date A]�ACoordinatttor Date dnae� YM�Cl� • ��6 Date Ihdernal Auditor Purchasing Officer Date Date STAFF RECOMMENDATION: contract with Tomlinson Missouri Rd. and Zion Rd. ion Head <<.,P) 44,..44 artm 1 irector Staff recommends that Asphalt Company, for intersection. •.� ,.�• Admini rative Services Director May mate (-/9x49 Dateg/' Date the Council approve the reconstruction of the Old Cross Reference New Item: Yes Prev Ord/Res It: Orig Contract Date: FAYETTEVILLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fayetteville City Council Thni: Mayor Fred Hanna Charles Venable, Public Works Director Don Bunn, Assistant Public Works Director Jim Beavers, City Engineer From: Wayne Ledbetter, Engineering Date: February 16, 1998 RE Old Missouri Rd. and Zion Rd. Intersection Construction Contract with Tomlinson Asphalt I. Existing Conditions. Old Missouri Rd and Zion Rd are two-lane asphalt surface streets with open ditches and shoulders. Zion lays east and west while Old Missouri lays northeast to southwest and both converge to create a "Y" intersection. These streets typically have stormwater runoff conveyed by the open ditches. They are both presently classified as collectors. 2. Proposed conditions. The Old Missouri Rd. and Zion Rd. intersection will be constructed according to the City of Fayetteville's present pavement and drainage cntena. These pavement sections will be planned for asphalt with concrete curb and gutter. Additional improvements will include minor drainage construction. The intent of this improvement is to create a safer intersection and improve the level of service for vehicular traffic. There is $ 326,227 left in the approved Capital Improvement Plan for this project. With a construction bid of $ 484,948.75 from Tomlinson Asphalt and a requested construction contingency of $ 48,501.25 ( total being $ 533,450), the budget would need adjustment to fund the proposed construction costs. The budget is deficit $ 207,233. We are requesting a budget adjustment of $ 215,000 to provide enough monies to fund construction of the project, testing of construction of materials, and possibly some other minor costs. Also, we are requesting that contingency monies that may possibly be needed be utilized by Mayoral approval 3. Staff Recommendation. The Staff recommends that the Council approve the construction contract with Tomlinson Asphalt Company and the budget adjustment. • • EXHIBIT A DOCUMENT 00500 CONTRACT THIS AGREEMENT, made and entered into on the day of ate hi 1999 by and between TOMLINSON ASPHALT CO.. INC. herein called the Contractor, and the City of Fayetteville, Arkansas hereinafter called the Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: I. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled Zion and Old Missouri Road Intersection Improvements dated January. 1999 Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications Drawings (Sheet 1 thru 17, see Index on Cover Sheet) That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: Four Hundred Eighty Four Thousand Nine Hundred Forty Eight and 75/100 Dalian (S484948.75), The Work will be substantially completed within 180 days after the date when the Contract Time commences to run as provided in Notice to Proceed, and completed and ready for final payment in accordance with the General Conditions within 180 days after the date when the Contract Time commences to run. FY962I65 Section 00500 - l 4 1 • • 4. Liquidated Damages: Owner and Contractor recognize that time is of the essence of this Agreement and the Owner will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Four Hundred Fifty Dollars ($450.00) for each day that expires after the time specified in Paragraph 3 for Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3 above for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner Four Hundred Fifty Dollars ($450.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. 5. On receipt of an approved payment request, the Owner will make all the required intemal review. The Owner will make every effort to pay the Contractor within 30 days, but the owner can not guarantee this 30 day period can be met each time. The Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be famished in manner and form satisfactory to the Owner. FY962165 Section 00500 - 2 8. No additional work or extras shall be done unless the same shall be duly authorized by appropnate action by the Owner in writing. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. SEAL: WITNESSES: FY962I65 TOMLINSON A$j'HALT. INC, CO C BTitle CITY OF FAYETTEVILLE. ARKANSAS OWNER By Fred Hanna, Mayor Section 00500 - 3 • BIDDERS LIST CITY OF FAYETTEVILLE FAYE I I EVILLE PROJECT 99-19 ZION AND OLD MISSOURI ROAD INTERSECTION IMPROVEMENTS CONTRACTOR TOMLINSON ASPHALT CO, INC. TOWNSHIP BUILDERS WILLIAM G. SWEETSER MOBLEY CONTRACTORS MITCHENER EXCAVATION, INC. APAC ARKANSAS, INC. MCCLINTON-ANCHOR DIV Note: Low bid is Tess than Engineer's Estimate. MCE FY962165 TOTAL BASE BID $484,948.75 $544,296.00 $551,277.00 $571,062.49 $589,249.00 $624,888.00 BID TABULATION FAYETTEVILLE Zion and Old Missouri Road Intersection Improvements MCE Project FY962165 FAYETTEVILLE BID NO. 99-19 Bid Dato February 11, 1999 2PM Item a Description Qty. Bidder 1 4u94u769 Boder 2 39640699 TOMLINSON ASPHALT CO TOWNSHIP BUILDERS, INC. Unit Unit Price Extended Unit Price Extended 1 At1 291. 1993 Trench and Excavation Safety System 1 L5 360000 3E0000 14,000.00 14.00000 2 Traffic Cmtrol & Maintenance d Traffic 1 LS 321.880 00 121860.00 39.000.00 $9.000.00 3 Mobilization 1 LS 1160000 31,60000 19.43600 39.43600 4 Clearing & Gmboing 1 LS 1930000 19,30000 56030.00 38,00000 5 Remove and Dispose of Existing Drainage Pipe. Headwalls. Curb & Cutler and etc. 1 LS 33.000.00 13,000.00 37.000.00 57.000 CO 6 Asphalt or Concrete Pavement Removal 1560 SY 11.40 52.164.00 36.00 39.360.00 i 7 Wig of Asphalt Pavement 460 SY 5660 13.036 00 5600 32.760 00 8 Unclassified Excavation (Plan Quantity) 3400 CY 1425 514.45000 3500 117.003 00 9 Site Embankment from Unclassified Excavation (Plan Quantity) 950 CY 34 00 33.800 00 37.00 36,65000 10 Select Bonow Embankment (Plan Quantcy) 2384 CY 59 30 122.171 20 313 CO 130992.00 11 Type l Concrete Ditch 65 LF 5122 00 57 930 00 5234 00 $15.210 CO 12 Undercut and Stockist with Select FA 200 CY 512.60 32.520.00 $16 00 33.200.00 13 Rock Excavation 150 CY 375 00 $11.25000 528.00 34.200 CO 14 r Type 11 Asphalt Surface Course with Tack Coat 550 TN 538 15 320962 50 139 CO 121450 CO 15 Tie II Asphalt Binder Course with Prime Coal 590 TN 335.75 321.092 50 340 00 123.600 CO 16 Type 11 Asphalt Binder (Leveling Course) with Tack Coat 650 TN 336.20 123.530 00 338.00 324.700 00 17 Class 7 Aggregate Base Course 960 TN 114.30 113.72800 117.00 316.320 00 16 Concrete Curb and gutter 1320 IF 3885 11168200 311.00 314.520.00 19 Concrete Driveway (6- (hick wr6' Cass 7 Base) 290 SY 130.25 18772.50 331.00 18.99000 20 4' Concrete Sidewalk w/Handicap Ramps 615 SY 122.10 313,591 50 526.00 315.990 00 21 ir RCP. Class 111 408 IF 33455 31409640 14500 318.36000 22 2C RCP. Class 111 45 IF 153.00 3238500 55600 3257000 23 34 x 53 RCPHE Class 111 986 LF 5106.75 $105,255 50 3100 00 398 50000 24 18' Flared End Secion w/Curtain Wall 6 EA 5100000 56.00000 170000 14.20000 25 Wngwail Sta 10.22 LT 1 EA 15.80000 15600 00 36,200.00 56.200 CO 26 Wingwail Sta 9.98 RT 1 EA 38900 00 38.900 00 57 800 00 37.500 00 27 Mii gwa11 & Railing Sta 18.34 1 EA 33.835 00 33,835 00 14500.00 1450000 28 In3Ia11 Gutter Dram and Concrete Encased PVC Piping 300 LF 386.67 326.001.00 5120.00 536000 CO 29 Concrete Curb Inlet or Junction Box Type! 6 EA 21.600 00 39.600.00 32900.00 517,400 00 30 4' Extended Curb Inlet Throat 5 EA 1400.00 32.000.00 5250.03 31.25003 31 8' Extended Curb Inlet Throat 3 EA 1700 00 $2100 00 5550.00 31,650 00 32 17 Extended Curb Inset Throat 1 EA 3100000 31,00000 380300 3800.00 33 Cons Curb Inlet or Junction Box Type 11 6 EA 52.200 CO 513,200 00 32900.00 117,40000 34 Concrete Inlet a2. Type III 1 EA 12.750 CO 32,750.00 13000 00 37,000.00 35 Adjust Existing Sanitary Manhole Ring and Cover 2 EA 3772.50 31.54500 140000 380000 36 18' Steel Sewer Line Encasement 85 LF 874.15 $6,30275 3145 00 312.325.00 36A 10- PVC SDR -26 Sewer Line Replacement 90 LF 31290 31,161 CO 322.00 5198000 37 18' Deep Rip Rap with Geaextde Fabric 65 SY $24 15 31569.75 135.00 32.275 CO 38 Topsod Removal & Replacement 650 CY 51265 16.222.50 16.00 1390000 39 Impaled Topsoil 300 CY 55 65 31 .695 00 314.00 $4.200 00 40 Seeding, Fertilizing & Mulching 1 5 AC 3510 00 3765 03 5150000 12,75000 41 Solid Sodding 40 SY 112.20 1488.00 14.00 116000 42 Remove. Maintain. and Relocate Traffic and Street Signage. 1 L5 5100.00 510000 32.000.00 52,000 00 43 Pavement Striping (4'wdeXW1me or Yellow) 4970 LF 10.68 33.37960 $1.00 14.97000 44 Pavement Striping - Stopbars (12' wide) 40 LF 36.30 325200 1400 5160 00 45 Pavement Stripe -1g Words or Mows 4 EA 3315.00 31,260.00 5300.00 31.203 00 46 Remove. Maintain and Relocate Mailboxes Include New 4x4 Wood Support Post 3 EA 150 03 3150.00 36000 518000 47 Plant 7 - 4' Tree 2 EA 338000 3760.00 1350.00 3700.00 48 New 3 Rail Wood Fence 120 LF 38 40 51.008 00 320 00 52.400 00 49 4 Strand Barbed due Fence w/Metal Post 42 LF 36.30 3264 60 14.00 1161.00 50 Temporary 4 Strand Barbed We Fence w/Meta1 Post 50 IF 35.50 5275 00 1400 1200.00 51 r C900 PVC Water Line 535 LF 316.50 38827.50 319.00 310.165.00 52 6' C900 PVC Water Line 45 LF 143.25 31,946 25 516 00 3720.00 53 17 x 8' Tapping Sleeve & Varve 1 EA 31,25000 51.25000 32.20000 32.200.00 54 6' x flapping Sleeve & Valve 1 EA 51,090.00 31,090 00 31,603.00 31,60000 55 Ductile Iron Fntngs 1500 LB 33,70 35.55000 33 CO 3450000 56 Water Line Aggregate Back ha 40 TN 319.05 3762 00 512.00 3480.00 57 16' Steel Water Line Encasement 56 LF 576 20 54,267.20 3110 00 $6,160.00 58 5 1/7. 3 Way Fite Hydrant Assembly 1 EA 32.31500 32.31500 11800.07 51800.00 59 Waler Meter Senng, Corp Slop and Saddle 4 Ea 5437.75 31.751 00 1350.00 11400 00 60 3/4' Copper Service Line 150 LF 58.75 51,312.50 14,00 560000 61 Baled Straw Filter Barrer NI 200 LF 35.00 31000.00 33.00 560300 62 Baled Straw flier Banter 13 15 EA 57500 31,12500 31000 3150.00 63 Filter Fabric gamer 1030 LF 12.70 12.781.00 51.50 31.54500 64 Rip Rap Filter Banter 70 TN 32500 31.75000 13500 52.450 CO TOTAL BASE BID (Items 1 - 64) $484,948.75 $544,296.00 BID TABULATION FAYETTEVILLE Zion and Old Missouri Road Intersection Improvements MCE Project FY962165 FAYETTEVILLE BID NO. 99-19 Bld Date February 11, 1999 2PM llama Description Qty. Unit Bidder 3 27410399 Bidder 5 7111099 WILLIAM G. SWEETSER MITCHENER EXCAVATION. INC. Unit Price Extended Unit Price Extended I AQ 291. 1993 Trench end Excavation Soley System 1 LS 3500.00 3500.00 3500.00 3500.00 2 Traffic Control & Maintenance of Traffic 1 LS 314,700.00 114.700.00 330.000.00 330.000.00 3 Mobilization 1 LS 31000.00 31,000.00 315,000.00 515.00000 4 Clearing B Grobbilg 1 LS S16.650 03 516,65000 19.000.00 39.000.00 5 Remove and Dispose of Existing Dranage Pipe. Headwalls, Curb 6 Gutter and etc. 1 LS 31.500 00 31,500 CO 59.00000 19.00000 6 Asphalt or Concrete Pavemenl Removal 1560 SY 1500 37,80000 37.03 310.920 CO 7 Milling of Asphalt Pavement 460 SY 36.10 32.806 03 312.00 15.520.00 8 IMclassdled Excavation (Plan Quantity) 3400 CY 35.75 519,55003 11000 $34.X0 00 9 Sae Embankment from UnUd55Red Excavation (Plan Quantity) 950 CY 39.75 19.262.50 33 00 12.850 03 10 Select Borrow Embankment (Plan Quantity) 2384 CY 312.75 330,396.00 31003 523,84000 11 Type I Concrete Daae 65 LF $180 00 $11,700 00 1175.00 311 375.00 12 Undercut and Betide wan Select FJl 200 CY 11675 33,350 CO 115.00 33.000 00 13 Rock Excavation 150 CY 325.00 33.750.00 32500 33.75000 14 7 Type 11 Asphalt Surface Course with Tack Coal 550 TN 34200 323.100 00 339 00 521,450 CO 15 Tie II Asphalt Binder Course with Prone Coat 590 TN 141 03 324.190 00 340 00 323,600 00 16 Type II Asphalt Balder (Leveeing Course) wah Tack Coat 650 TN 341 00 126.650.00 338.00 124,700.00 17 Class 7 Aggregate Base Course 960 TN 113 50 112960.00 118 00 117.78000 18 Concrete Curb and gutter 1320 IF 38.50 111.220 03 110 00 113.20000 19 Concrete Driveway (6- thick w76' Class 7 Base) 290 5Y 328.00 16120 CO 334 00 39.660 CO 20 a Concrete Sidewalk w/Hand cap Ramps 615 5Y 32400 314,760 00 328 00 317.22000 21 18' RCP, Class III 408 LF 33200 31705600 32600 310.60a00 22 2e RCP. Class III 45 LF 352 00 32.340 00 344 00 11.980 CO 23 34 x 53 RCPHE Class III 986 LF 3114.00 3112 404 00 394 00 592.684.00 24 111° Flared End Section w/Cunas Wall 6 EA 155000 13,3430 03 370000 34.20000 25 Wingwall Sia 10.22 LT 1 EA 37.800.00 17,800.00 36.603.03 36.60000 26 Wingwall Sia 9.98 RT 1 EA 110 800 00 110 800 03 35.400.00 15.400 CO3 27 Wingwall & Railing Sta 18.34 1 EA 55.80000 35 800 00 35.40000 5540000 28 Install Gutter Dran and Concrete Encased PVC Plping 300 LF 3138.50 341550.03 315000 14500300 29 Concrete Curb Inlet or Junction Box Type I 6 EA 12.500.00 $15.000.00 32600.00 315.600.00 30 4' Extended Curb Inlet Throat 5 EA 3500.00 12 500 00 31000.00 35.000.00 31 8' Extended Curb Inlet Throat 3 EA 3900.00 12700.00 32 000 00 36.00000 32 17 Extended Curb Inlet Throat I EA 31 300 00 5130303 3700000 1700000 33 Cant Curb Inlet or Junnron Box Type!) 6 EA 12.500.03 $15,600.00 13 500 00 321.00000 34 Concrete Inlet 02. Type III 1 EA 13.00003 33.000.00 35 000 03 1500003 35 Adjust Existing Sanitary Manhole Ring and Cover 2 EA 3850.00 31,700.00 1200.00 3400 00 36 18' Steel Sewer line Encasement 85 LF 175.00 36375 00 378.00 36.63000 36A 10' PVC SDR -26 Sewer Line Replacement 90 LF 312 75 $1,147 50 112 50 31.12500 37 18' Deep Rip Rap wM Geotexbue Fabk 65 5Y 535 00 12.275 03 329 00 11 885 00 38 Topsoil Refnoval E. Replacement 650 CY 36.50 3422503 31000 56.50000 39 Imposed Topsoil 303 CY 11250 33,75000 51000 13.00000 40 Seeding. Fertilizing 8 Mulching 1.5 AC 32800.00 34,200.00 32.50000 33,75000 41 Solid Sodding 40 SY 36.00 3240.03 18.00 3320.00 42 Remove. Mangan. and Relocate Traffic and Street Signage. 1 LS 1300 00 3300 00 35.000 00 55,000.00 43 Pavement Striping (4widel(Whne or Yellow) 4970 LF 30.70 13.47903 11.00 14.97000 44 Pavement Striping - Sidebars (17 wide) 40 LF 37.00 5280.00 350.00 52.000.00 45 Pavement Stnping Words or Arrows 4 EA 3325.00 11 300 00 1250 00 11,003 CO 46 Remove, Mantas and Relocate Mailboxes Include New 444 Wood Support Post 3 EA 3150.00 1450 03 3100.00 1303.00 47 Plant r - 4' Tree 2 EA 5200.03 140000 130000 360000 48 New 3 Rad Wood Fence 120 LF 58.50 31.02000 110.00 51.20000 49 4 Strand Barbed Wire Fence w/MeIaI Poi 42 LF 35 50 5231 00 3150 3147.00 50 Temporary 4 Strand Barbed Wre Fence w/MeIa1 Post 50 LF 33 50 117500 13.50 517500 51 8" 0900 PVC Water Line 535 LF 316.50 1882750 117.00 39.095.00 52 6' C900 PVC Water Line 45 LF 343.00 3193503 145.00 1202503 53 17 x 8' Topping Sleeve 6 Valve 1 EA 31,25000 31.250 00 31,400 00 11403.00 54 6' x & Tapping Sleeve B Valve 1 EA 31.160.00 31,160.00 11,20300 31.200 00 55 Ductile Iron Finings 1500 LB 33 70 55.55003 1400 16000.03 56 Water Line Aggregate Backfin 40 TN 318.50 3740 03 520.00 5800 CO 57 16- Steel Water Line Encasement 56 LF $75 00 34.200.00 17500 14.20000 58 5 177. 3 Way F're Hydrant Aasemby 1 EA 32,250.03 32.250.03 12,500.00 12,500.03 59 Water Meter Setting Corp Stop and Saddle 4 Eo 145000 51,80000 150000 5200000 60 3/4' Copper Service Line 150 LF 18.75 31.312 50 110 00 31.500.00 61 Baled Straw Filler Barrer el 200 LF 35.03 11000.03 3500 31,00003 62 Based SVaw Fater Barrier 113 15 EA 580.03 31,2C0 00 31000 315003 63 Filter Fabrlc Bather 1030 LF 1500 35.15003 3300 33.090.00 64 Rip Rap Filler Bonier 70 TN 332.00 32 240.00 325.00 31,750.03 TOTAL BASE BID (Items 1 - 641 tcc4 177 nn teen ...n e., BID TABULATION FAYETTEVILLE Zion and Old Missouri Road Intersection Improvements MCE Project FY962165 FAYETTEVILLE 81D NO. 99-19 Bld Dato February 11, 1999 2PM Item a Description Oty. Unit B:dac, 4 3660899 Bidder 8 11841299 MOBLEY CONTRACTORS. INC . APAC ARKANSAS. INC MCCLINTON.ANCHOR DIV. Unit Price Extended Unit Price Eltondo(' 1 Ac 291 1993 Trench and Excovabon Safety System 1 L5 5600.00 1600.00 12.50000 12500.00 2 Traffic Control 8 Maintenance of TraM.ic 1 LS 122.898.00 122.698 00 120.00000 220 000 00 3 McbNialion 1 LS 119.09070 119.090 70 115.000.00 115.000 00 4 Cleanng & Grabbing 1 LS 34 856 00 $4.65600 210.00000 110.000 00 5 Remove and Dispose of Existing Orainege Pipe, Headwalls. Curb 8 Cutler and etc 1 L5 53.13200 23,13200 14,500 00 24 50000 6 Asphalt or Concrete Pavement Remove/ 1560 SY $4.05 58.318 00 18.00 112.480.00 7 Millin g al Asphalt Pavement 460 SY S1351 26.71460 1800 S368000 8 Unties fled Excavation (Plan Quantity) 3400 CY $8.22 12194800 11003 134.000 00 9 Site Embankment Iron unclassified Excavation (Plan OuanuN) 950 CY 5847 26.14650 1703 16.65000 10 Seieci Borrow Embankment (Pian Ouanuy) 2384 CY 113 18 131.421.12 29 50 122.60145 CO 11 Type 1 Concrete D.Ic, 65 LF 213218 28591.70 1180 00 211.700 00 12 Undercut and Dockril win, Select Fal 200 CY 119 58 13.916 00 221 CO 14.203 00 13 Rock Excavation 150 CY 281.40 19,21000 58200 29.30000 14 r Type 11 Amanita SuriaCc Course wnh Tack Coal 550 TN 138 72 521.2 00 245 00 124.75000 15 Tie a Aspnan binder Course win, Prime Coat 590 1N 139 96 123.576 40 24000 223.60000 16 Type 11 Asphalt Binder (Leveling Course) wan Tack Coal 650 TN 137 93 124.654 50 246 00 17990000 17 Class 7 Aggregate Base Course 960 TN 51557 11494720 117.50 116,83000 ID Concrete Curb and gutter 1320 IF 18 10 210,692 00 18 50 211,270 00 19 Concrete Odveway (6" Nick wtt" Class 7 Base) 290 5Y 124 00 5096000 133 50 19.715 00 20 C Concrete Sidewalk wflandicap Ramps 6155Y $1782 $1095930 122.00 113.53000 21 18" RCP. Class til 4081F 148.74 119,88592 13700 115.09600 22 24' RCP, Class 111 45 IF 26985 13.1425 15600 22.52000 23 34 x 53 RCP} E Class IIr 986 LF 1103 20 1101 755 20 1116 00 1114 376.00 24 18" Flared End Section w/Cuna:n Wan 6 EA 2981 64 15.889 84 11.100 00 16,60300 25 Wngwall Sta 10.22 LI 1 EA 13.542.82 13542.82 111,80003 11160000 78 Mnowan Ste 9.98 RT 1 EA 14.655 18 24 855.18 16.90000 56.90000 27 Wmgwaii & Railing Ste 18.34 1 EA 14.095 20 14 096 20 15 40000 25.400 00 28 Inman Gutter Drain and Concrete Encased PVC Prpn9 300 LF 111307 233.92 00 117800 15340003 29 Conceit) Curb Inlet or Junction Box Type l 6 EA 22.137 67 51262602 12.700 00 116.200 00 30 4' Extended Cum wet Throat 5 EA 1628 95 13.144.75 118000 12,403 00 31 B Extended Cum Inlet Throes 3 EA 11.28554 23.85662 1760.00 12.28000 32 1Y E tended Cum Inlet Throat 1 EA 11652.38 1165236 11.18000 51.18000 33 Conc Curb Inlet or Junction Box Type!! 6 EA 11 637 14 19.622 84 13,15000 118.900 00 34 Concrete Inlet a2, Type 111 1 EA 54.369.03 $4.36903 54.60000 $4600.00 35 MNst Existing Sanitary Manhole Ring and Cover 2 EA 1825 03 51 65000 278000 11.56000 36 18" Steel Sewer Line Encasement 85 LF 17920 16.73200 17500 18,37500 36A 10" PVC SOR76 Sewer line Replacement 90 LF 11375_ 11.237.50 21300 21,17000 37 16" Deep Rip Rap wit, Geotexule Fabric 65 SY 132 81 32.132 65 138.00 12.340 00 38 Topsoil Removal 8 Replacement 650 CY 51364 18.88600 11000 18.50000 39 Imported TOpsal 300 CY 11383 4.14900 21900 35.70000 40 Saeding. FeruizIng & Mulching 1.5 AC 12.158.80 13.236 20 12.300 CO 13.45090 41 Solid Sodding 40 SY 1959 138360 511.00 144000 42 Remove Maintain, and Relocate TratTrc and StreeI Signage. 1 LS 118504.00 518.50400 12.000 00 12.000 00 43 Pavement Striping (4 wide)(kMiIe a Yellow) 4970 LF 30.77 53.82690 50.70 13,47900 44 Pavement Striping- Stopbara (1r sr de) 401/ 17.20 5288.00 15.25 225000 45 Pavement Sbiping Weds or Arrows 4 EA 136000 11440.00 1315.00 11.26000 48 Remove, Maintain and Relocate Mailboxes Include New 4x4 Wood Support Posl 3 EA 1153 38 1460.14 3150 00 145003 47 Plant r . 4" Tree 2 EA 1800 00 51.200 00 51 000 CO 82000.00 48 New 3 Rad Wood Fence 120 LF 19.00 51,08000 19.00 11.08000 49 4 Strand Barbed Wre Fence w!Metal Post 42 LF 22 70 1113.40 13.50 1147.00 50 Temporary 4 Strand Sorbed Wire Fence w/Metal Post 50 IF 5350 218000 13.50 817500 51 6" C900 PVC Water Line 535 IF 217.60 $9.41600 11700 19.095.00 52 6" C900 PVC Water line 45 IF 14620 1207900 14300 11,93500 53 1r x 8" Tapping Sleeve 8 Valve 1 EA 11,342 CO 11.34200 11.25000 11.250 CO 54 8"a 8" Tapping Sleeve 8 Valve 1 EA 21,168.00 11,16800 11,10000 21.10000 55 Ouctaa Iron Fittings 1500 LB 1396 15.40.00 13.75 15.62500 56 Wale: Una Aggregate BaCkria 40 TN 120.35 1814.00 119.00 176000 57 16" SIeeI Water Line Encasement 58 LF 181.40 14 556.40 17700 P.312.00 58 51st, 3 Way Fire Hydrant Assembh 1 EA 22.47500 12.47500 12.300 CO 82.30000 59 Water Meter Se y. Corp Slop and Sedate 4 Ea 1467.50 31 870.00 1440 00 11,760 CO 60 94" Copper Service L no 150 LF 210,20 21 53000 3900 21.35000 61 Baled Straw Euler Dame, 01 200 LF 13 39 8678.00 5300 160000 62 Bled Straw Filter Barrer 83 15 EA 104.25 5963 75 19000 8115003 63 Filler Fabric Berner 1030 LF 5463 14.76690 15.00 25.15000 64 Rip Rap Filter Barrer 70 TN 531.30 12.19100 23000 12.10000 TOTAL BASE BID (Items 1 • 60) 5571,062.49 $624,888.00 NOTICE OF SELECTION TO: TOMLINSON ASPHALT CO., INC. 1411 W. Van Asche Fayetteville, AR 72704 PROJECT DESCRIPTION: Zion and Old Missouri Road Intersection Improvements 99-19 The OWNER has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids dated February 11, 1999 and Instructions to Bidders. You are hereby notified that your BID of S484.948.75 has been selected for consideration by the Fayetteville City Council. You are required by the Instructions to Bidders to execute the Contract and furnish the required CONTRACTOR'S Performance BOND, Payment BOND, and certificates of insurance within fifteen (15) calendar days from the date of this Notice to you. Furnish six original copies of each document leaving the Contract and Bonds undated. If you fail to execute said Contract and to famish said BONDS and certificates within fifteen (15) days from the date of this Notice, said OWNER will be entitled to consider all this rights arising of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF SELECTION to the OWNER. Dated this 1 (Ldlh ay of Feb , 1999. McCLELLAND COSULTING ENG ERS, INC. By Arnold Rankins, P.E. Title Project an ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF SELECTION is hereby acknowledged by this the day of 199 By Title FY962165 1nib 4- It nMS 4S C • OOOOO El =TAP[ .•o C/• Nnrri :��y: O +.� City of Fayetteville, Arkansas Budget Adjustment Form EXHIBIT B Budget Year 1999 Department: Sales Tax Capital Improvement Fund Division: Program: Date Requested 02/17/99 Adjustment q Project or Item Requested: Additional funding is requested for the Old Missouri Road/ Zion Road Intersection Project. Projcct or Item Deleted: None. Funding proposed is from the Sycamore Street - Leverett to Garland Project. Justification of this Increase: Thc bids for this project came in above the remaining project budget. . Justification of this Decrease: Thc project has been reduced in scope. Account Name Street Improvements Account Name Street Improvements Increase Expense (Decrease Revenue) Amount 215,000 Account Number 4470 9470 Decrease Expense (Increase Revenue) Amount 215,000 Project Number 5809 00 97027 20 Account Number 4470 9470 5809 00 Project Number 97030 20 Approval Signatures Requested By Date Date Blue Cope: Budget & Research / Yellow Copy: Requester Type: A Date of Approval Budget Office Use Only B C Posted to General Ldlger Posted to Project Accounting Entered in Category Log E CAAPP'99B UDGE7\99B UDGE7\OLD_MI S • 1 FAYETTEVILLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE 641 - To: Wayne Ledbetter, Engineering From. Heather Woodruff, City Clerk Date: March 11, 1999 Attached is a copy of the resolution awarding Bid no. 99-19 for your records. The original will be microfilmed and filed with the city clerk. cc. Internal Auditor • XXXX AGENDA REQUEST XXXX CONTRACT REVIEW GRANT REVIEW MicIt0 1. :TV F,17 STAFF REVIEW FORM For the Fayetteville City Council meeting of March 02, 1999 FROM: Wayne Ledbetter Name OLD MISSOURUZION A.5.1 ees 3C. -9q Engineering Public Works Division Department ACTION REQUIRED: Approval of the contract for Old Missouri Rd. and Zion Rd. intersection improvements with Tomlinson Asphalt Company, in the amount of $ 484,948.75 plus a contingency of 10% ($ 48,501.25) totaling $ 533,450. Approval of budget adjustment adding funds to the project is also requested. COST TO CITY: $ 533,450 Cost of this Request 4470-9470-5809-00 Account Number 97027-0010 Project Number $ 392,649 Category/Project Budget $ 66,422 Funds Used To Date $ 326,227 Remaining Balance Old Missouri Rd./ Zion Rd. Intersection Category/Project Name Street Improvements Program Name Sales Tax Fund BUDGET REVIEW: XXXX Budgeted Item XXXX Budget Adjustment Attached Budget Coordinator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Accounting Manager City Attorney Purchas'ng Officer GRANTING AGENCY: Date ADA Coordinator Date Internal Auditor Date Date Date STAFF RECOMMENDATION: contract with Tomlinson Missouri Rd. and Zion Rd. 31s184 - vision Head Department Director Staff recommends that Asphalt Company, for intersection. X7199 Date Date Administrative Services Director Date Mayor Date the Council approve the reconstruction of the Old Cross Reference New Item: Yes Prey Ord/Res It: Orig Contract Date: OLD MISSOURUZION 4.5.2 'EVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fayetteville City Council Thru: Mayor Fred Hanna Charles Venable, Public Works Director Don Bunn, Assistant Public Works Director Jim Beavers, City Engineer From: Wayne Ledbetter, Engineering Date: February 16, 1998 RE• Old Missouri Rd. and Zion Rd. Intersection Construction Contract with Tomlinson Asphalt 1. Existing Conditions. Old Missouri Rd and Zion Rd are two-lane asphalt surface streets with open ditches and shoulders. Zion lays east and west while Old Missouri lays northeast to southwest and both converge to create a "Y" intersection. These streets typically have stormwater runoff conveyed by the open ditches. They are both presently classified as collectors. 2. Proposed conditions. The Old Missouri Rd. and Zion Rd. intersection will be constructed according to the City of Fayetteville's present pavement and drainage criteria. These pavement sections will be planned for asphalt with concrete curb and gutter. Additional improvements will include minor drainage construction. The intent of this improvement is to create a safer intersection and improve the level of service for vehicular traffic. There is $ 326,227 left in the approved Capital Improvement Plan for this project. With a construction bid of $ 484,948.75 from Tomlinson Asphalt and a requested construction contingency of $ 48,501 25 ( total being $ 533,450), the budget would need adjustment to fund the proposed construction costs. The budget is deficit $ 207,233. We are requesting a budget adjustment of $ 215,000 to provide enough monies to fund construction of the project, testing of construction of materials, and possibly some other minor costs. Also, we are requesting that contingency monies that may possibly be needed be utilized by Mayoral approval. 3. Staff Recommendation. The Staff recommends that the Council approve the construction contract with Tomlinson Asphalt Company and the budget adjustment. u MUS mi. etc afar V ■onIs■ualineyo.th r ti: �' '• OLD MISSOURI/ZION A.5.4 DOCUMENT 00500 CONTRACT THIS AGREEMENT, made and entered into on the _ day of 1999 by and between 9 uJ 1 • N P . • T I I . herein called the Contractor, and the City of Fayetteville, Arkansas, hereinafter called the Owner: WITNESSETH: Chat the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: 1. That the Contractor shall fumish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled ... d til. . rt. d nt r cti i . ove e,t dated January, 1999 Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond General Conditions Supplemental Conditions Specifications Drawings (Sheet 1 thru 17, see Index on Cover Sheet) That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: Four Hundred Fiohty Four Thousand Nine Hundred Forty Eight and 75/100 Dollars ($484.948.75), The Work will be substantially completed within 180 days after the date when the Contract Time commences to run as provided in Notice to Proceed, and completed and ready for final payment in accordance with the General Conditions within 180 days after the date when the Contract Time commences to run. FY962165 Section 00500 • 1 OLD MISSOURI2ION A.5.5 Liquidated Damages: Owner and Contractor recognize that time is of the essence of this Agreement and the Owner will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Four Hundred Fifty Dollars ($450.00) for each day that expires after the time specified in Paragraph 3 for Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3 above for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner Four Hundred Fifty Dollars ($450.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. On receipt of an approved payment request, the Owner will make all the required internal review. The Owner will make every effort to pay the Contractor within 30 days, but the owner can not guarantee this 30 day period can be met each time. The Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the Owner until all work within a particular pan has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. FY962165 Section 00500 - 2 OLD MISSOURI/ZION 4.5.6 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in writing. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. SEAL: WITNESSES: Title CITY OF FAYETTEVILLE. ARKANSAS ATTEST: OWNER Clerk Fred Hanna, Mayor By FY962I65 Section 00500 - 3