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