Loading...
HomeMy WebLinkAbout89-99 RESOLUTION• • sse RESOLUTION NO 89-99 A RESOLUTION APPROVING A PROPOSED COST -SHARE INCREASE IN THE AMOUNT OF $116,291 WITH NANCHAR, INC., AND MARJORIE S BROOKS (CMN), FOR THE EARTHWORK, GRADING AND SUBGRADE WORK ON THE SECTIONS OF STEELE BOULEVARD AND VAN ASCHE FOR WHICH THE CITY HAS PREVIOUSLY AGREED TO COST - SHARE. • • BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby approves a proposed cost -share increase in the amount of $116,291 with NANCHAR,Inc., and Marjorie S. Brooks (CMN), for the earthwork, grading and subgrade work on the sections of Steele Boulevard and Van Asche for which the city has previously agreed to cost -share. A copy of the Milholland Company bid tabulations for this project is attached hereto marked Exhibit "A" and made a part hereof. "PASSEp AND APPROVED this SYL day of July , 1999. J 1' A +< %� t ;� ATTEST: B Heather Woodruff, Citi Clerk APPROVED. By F ed Hanna, Mayor • • STAFF REVIEW FORM X AGENDA REQUEST x CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of July 6. 1999 FROM: Jim Beavers Engineering Jame Division Public Works Department ACTION REQUIRED: Proposed cost -share increase with NANCHAR, INC. and Marjorie S. Brooks (CMN) in the amount of $116,291.00 for the earthwork, grading and subgrade work on the sections of Steele Boulevard and Van Asche of which the City has previously agreed to cost -share. COST TO CITY: $116.291 Cost of this Request 4470-9470-5809.00 Account Number 99029-9020 Project umber $300.000 Category/Project Budget $176,243 Funds Used To Date p757 maming Balance Steele cost share Category/Project Name Street Program Name Sales tax Fund BUDGET REVIEW: Budget Coordinator x Budgeted Item C7l y/fY 64- Audget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Acclounn iiSg Manager 11� City ttom y Purcha in Officer Date Date Date GRANTING AGENCY: 4-t8-99 Internal Auditor Date ADA Coordinator Date STAFF RECOMMENDATION: Approval of the cost share increase. r partment D'rector mmist ive ervices Director May Date Date Date Cross Reference New Item: Yes No_x_ Prev Ord/Res #: Orig Contract Date: 16 Mar 99 • RAP RUIN FON Description Comets: Budg t Coordinator ted cbp7 Lo•Si-AI.--0M Reference Cements: • Page 2 Meeting Date le— 6,—Fr Lf(J7CIJ o4 Accounting Manager j7,p (1 ,a / ittt.S,c� Q-�i"� �'u^ GJ/ XiAte Otto hetete,&° Grti /{te7i'ddt„/`� City Attorney Purchasing Officer ADA Coordinator Internal Auditor • • FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works Director L-A Contract Review From: Jim Beavers, City Engineer/ Date• June 17, 1999 Re: Agenda Request, Council Meeting of July 6, 1999. Proposed cost -share increase with NANCHAR, INC. and Marjorie S. Brooks (CMN) for the earthwork, grading and subgrade work on the sections of Steele Boulevard and Van Asche of which the City has previously agreed to cost -share. At the March 16, 1999 Council meeting, the City Council approved a bid waiver and cost share for the earthwork, grading and subgrade work on sections of Steele Boulevard south to Van Asche Drive (approximately 2550 feet less approximately 200 feet for the new bridge) and Van Asche Drive from Steele Boulevard west to the phase line of phase one (approximately 340 feet). The cost -share was based upon Milholland Engineering's estimate of probable costs of $176,243.00. The developer's have taken bids and based upon the low bid of McClinton -Anchor the City's share will be $292,534.00 for the earthwork, grading and subgrade, subject to verification of final quantities. An increase in the cost -share of $116,291.00 ($292,534.00 - 176,243.00) is requested at this time to honor the "50/50" commitment. The final costs to the City will be based upon actual costs as documented by Milholland Company and subject to City review. The costs to the City will not exceed*, the estimated costs without additional authorization. Please note that this request is for the earthwork, grading and subgrade portion of construction only. The base, curb and gutter, paving and street drainage requirements will require separate/additional funding and will be separate agenda items. Estimates are not currently available for these items. Enclosure: Letter from Milholland Engineering, 17 June 99. Pagel of 1 MaLl/and Cornpan, engineering & Surveying Melvin L. Milholland, PE, PLS RECIEOVE JUN i 7 1999 N, 45-, REGISTRATIONS: PE: AR, OK, MO PLS: AR, OK June 17, 1999 Mr. Jim Beavers, P.E., City Engineer City Of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 Re: CMN Business Park II(E-526/555) Earthwork and Appurtenances Bid Engineer's Recommendation to Award Contract Dear Jim: In regard to unit price bid for the above referenced project opened privately the apparent low bid was submitted by APAC Arkansas, Inc., McClinton Anchor Division of Fayetteville, Ar. The following is provided for clarification because you were unable to attend the bid opening. 1. The apparent low bid total was $3,410,275.20 and had no extension errors. 2. The following are "Qualified" bidders who purchased Contract Documents for this project: A. Jerry D. Sweetser Construction, Inc C. Northwest Excavation B. McClinton Anchor Division D. Dean Crowder Construction 3.The estimated Cost to the City for the 50/50 cost sharing portion is $ 292,534.00 and is detailed on the attached bid schedule . Award of this contract to APAC Arkansas, Inc., McClinton Anchor Division. of Fayetteville, AR in the amount of $ 3,410,275.20 is recommended to the City and to our Clients. The opportunity to provide Professional Services to the City of Fayetteville is appreciated! Si't-rely, 1 if uy Proje ashburn, P.E. Manager cc: E-526 file, CMN, JIM 1., Micki H. 205 West Center Street, Fayetteville, Arkansas 72701; Phone: (501) 443-4724; Fax: (501) 443-4707; E-mail: milhollandco@luno.com • EXHIBIT A S'ONTRACT PART "A" - WATER DISTRIBUTION SYSTEM( )TEMS: 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, including clearing, grubbing, cleanup, pipe bedding and testing. L WATER MAIN CONSTRUCTION: Furnish and install items listed per notes at Sta. 21+45 on Steele Blvd. Plan and Profile sheet, including 'TRENCH ADAPTER" (Valve Box and Valve Stem adjustment assembly) and other water main appurtenances. Price shall include all finings, pipe, plugs, thrust blocks, clearing, gra�b�bing,ppipe bedding, cleanup, and testing. Provide per plan; Lump Rti Sum ® , TIx7USAND OWE AUNCVEZ Doe2.4023- AND A/o c&v rs ($ 4,100.00 ) per Lump Sum $ 4109.00 CM tJ Ctry Zo6o.ao ZoSo IL Compacted SB -2 base backfill around Water Valve Box and Valve Stem Assembly under Steele Boulevard; 60 tons 0 Twecve Do"'es ANO Twain/ Frvs eet, ($ (2.25 ) per Ton $ 735.6e, TOTAL AMOUNT BID - CONTRACT PART"A" E-526/555 3(e7, 50 Sia • 5o $ 4.635100 1 05/25/99 • 2411. So i4-13 So ES -2. 1999 07.50AM FROM WATER 8 rt.ER DIVISIONS ti 1 .....a. t 'coC.4.9. M. Ailisr,on TO 4434737 P.01 AMERICAN FLOW CONTROL Ask TRENCHADAPTER r 11,.J/144C ITmuG Ocal. 12,42a2. aa1.-7dtt/ cross- drag • • WOES Si amyl :�:.� feta se . TOTAL P.01 • Post -It' Fa Note 7671 `""n uta 3uRCE.o »1 g( .da -49 "Pitt L.1/ cror. fa. n..ncw •e.0 ,..a¢ WAl1011 // / N2 sal ti 1 .....a. t 'coC.4.9. M. Ailisr,on TO 4434737 P.01 AMERICAN FLOW CONTROL Ask TRENCHADAPTER r 11,.J/144C ITmuG Ocal. 12,42a2. aa1.-7dtt/ cross- drag • • WOES Si amyl :�:.� feta se . TOTAL P.01 • • CONTRACT PART "B" - SANITARY SEWER SYSTEM ITEMS: All Items Complete in place, including all labor, materials, bonds, insurance, equipment. fittings and unforseen items, constructed in accordance with City of Fayetteville's Specifications and Requirements as shown on plans, including clearing. grubbing, cleanup, pipe bedding materials and testing. NOTE: Trench Backfill up to existing ground for these encasement pipes is to be "Hillside' from onsite Borrow pit Payment for "Hillside" Backfill, per cubic yard, will be inclusive as "Hillside" Borrow item in Part "C'. L STEELE BOULEVARD ENCASEMENT PIPE CONSTRUCTION: Furnish and install, per plans and specifications, Sanitary Sewer Encasement and new mains complete in place- Each Lump Sum price shall include all connections, finings, plugs, pipe bedding, backfill, cleanup, and testing as follows: A. North Pipe( Ext 18" Force Main) - Install 170 L.F. X 30" Steel Encasement Pipe with plugs, complete per detail;170 L.F. AL/N7SEN THckzaw Dr_AQS ADVO NO CENTS (519Lo7.co 1 per Lump Sum $ /9•0:17.65 B. Center Pipe (Ext 12' Gravity) - Install 170 LF. X 24" Steel Encasement Pipe with180 L.F. X 12" Class 250 DIP including spacers and connections per detail; Complete in Place 7—wpw71" hug T Y./SANo Two HUc1DAED DaZARf Awn NO akin' ' (5 Fa W,.00) per Lump Sum $ 74/0046 C. South Pipe(Ext.12" Gravity) -Install 170 L.F. X 24" Steel Encasement Pipe with180 LF. X 12" Class 250 DIP including spacers and connections_per detail: Complete in Place 0 TWENTY THa e TousaAlo FIVE H111VD.2E0 ng.I.A25 ALIO No ra'rS ($ 23560.00) per Lurnp Sum $ 23507.00 IL OSHA SAFETY: OSHA TRENCH "EXCAVATION SAFETY SYSTEMS": Contractor shall incorporate in project bid, a Price for compliance with Act 291 of the 79th General Assembly enacted on March 1, 1993, for "EXCAVATION SAFETY SYSTEMS", for all Trenching as specified in Aa 291, in reference to The Occupational Safery Health Administration Requirement 29 CFR 1926, Sub- Part P: 550 L.F. @ T .ana'':..r...c- Tarte tw 'w rYt /1741411•70 tis, Irv}AritS G1 (S— } per LS. c ?3 'nnn„ ONE OoLUiR AND SIXTY GEM'S 140&Saco PAGE SUMMARY S („7, Seo 00 E-526/555 1 06/01/99 CMti1 CtT.1 9500.00 c co.00 1Z/lo().o0 12,100.00 150ioo _,. ft 750 vcr: 440,00 440.00 33,761o00 33/790 oo CONTRACT PART "B" - SANITARY SEWER SYSTEM III- MANHOLE ADRJSTMFNT%: Adjust Manholes #S (Sta 15+72) and #9 (Sta 14+60) on Shiloh Drive to .F,inished Pavement Grade; Approximately 3.4 V.F. ® ONE TN(XISAND RLI.Z HIND/29D F[FTV £ltz 125 Ake k/0 CEN7.5- 5 1450.00) per Lump Sum S 1,450.00 PAGE SUMMARY $ 6 40.00 TOTAL AMOUNT BID- CONTRACT PART"B" $ 617330.00 E-526/555 2 CMS I Cry 5450.00 imm 35, z40.oa 33,750.0o 06/01/99 CONTRACT PART C - STREET & STORM DRAINAOF JTEMS: All Items are complete in place, including furnishing all labor, materials, bods, insurance, equipment, fittings, and unforseen items, constructed in accordance with the City of Fayetteville Specifications and Requirements and as shown on plans, including clearing, grubbing, cleanup, and repair of damaged surfaces. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TESTING: The Owner shall provide at their expense and the Contractor shall coordinate all testing activities as subsidiary to other items of this Contract. the following data and tests: 1. Subgrade of Street Section: a. Soil Classification b. Auerburg Limits c. Proctor Data d- Densities e. CBR 2 Base of Street Section: a. Proctor Data b. Densities 3. Street Surface: a. Asphalt Thickness, Cores Densities and Laboratory Data b. Concrete: Thickness, Cores Cylinders and Compression Tests for 7 days and 28 days Breaks 4. Designated Fill Areas: a. Soils Atterburg Limits b. Proctor Data c. Densities RE -VEGETATION: All OFF-SITE and ON-SITE damned surface areas shall be cleared of all rock and debris and covered with 4" On -sire TOP SOIL seeded fertilized, mulched, and watered for successful growth. 2-526/555 1 525/99 t_ .M1 ,. X0...4%. CONTRACT PART "C" - STREET 8 STORM DRAINAGE L CONSTRUCTION E 4RTHWORI(: In accordance with plans and specifications for said project and prior to Utility Construction across street sections, Contractor shall construct rough subgrade from centerline control in existence at time of BID; Engineer will provide a "CUT -SHEET" from said control. A. TOPSOIL STRIP TO STOCKPILE: Strip topsoil and stockpile material onsite in designated areas. Material in this item is in roadway. borrow area and other areas directed by the Engineer. The stockpiles shall be field measured and the volume determined by average end area method. Price shall include removal and stockpiling only. 1. Topsoil Snipping for City of Fayetteville Cost Sharing: 16,600 CY 2. Topsoil Snipping for remainder of project : 26.760 CY 3. Topsoil stripping for lots : 5,000 CY Snip to stockpile approximately 48,360 CY CO e9NP I2OLLAe AND SEVENTt✓ RYE /€t\[T5 (5 1..75 1 per CY $ 84,6,3o.00 B. TOPSOIL REPLACEMENT TO FINISHED SURFACES: Replace 4" topsoil from stockpiles on slopes . Material in this item is for roadway slopes and other disturbed areas directed by the Engineer. After material has been replaced the stockpiles shall be field measured and the volume determined by average end area method. Price shall include replacement and grading for re -vegetation. I. Topsoil Replacement for City of Fayetteville Cost Sharing:2,257 CY 2. Topsoil Replacement for remainder of project : 4,622 CY 3. Topsoil Replacement for Lots : 5,000 CY Topsoil replacement 11,879 CY ® THESE DOLLARS AMC) FiPTY cadrs ($ iso ) per CY $ 41,576.50 PAGE TOTAL $ I76,ZC6.6-0 E-526/555 2 5/25/99 oo 14,S 25.0 0 • 31,4727'S'''nit"4--1:775- 107/731,75 • 18,474.75 CONTRACT PART "C" - STREET & STORM DR41NAG1; L CONSTRUCTIONEARTHwORK, Cont. *c. EXCAVATION AND EMBANKMENT FOR STREET CONSTRUCTION: Clearing, Grubbing, Construction Staking, fence removal, disposal, fine grading, compaction, backfill, slope grading, classified excavation in the amount of approximately 68,824 CY . See the typical detail referencing this bid item. The soils for this project are classified as the following: 1. Class I Soils are "Select" materials for fills outside the curbed street section that are to be stockpiled for measurement and replaced on slopes outside the 1:1 'Hillside" region as detailed and compacted to 95% Standard proctor. Class I Materials for use in cost sharing sections are to be kept separate from other materials of the same type. Class II Soils are "Select" materials to be used in lot fills and compacted to 95% standard proctor. Class II soils will be soils generated from undercut sections. Designated Fill Areas(all within lots) will be cross sectioned after stripping and again after embankment has been accepted. 3. Earthwork Quantities in Cubic Yards are shown for the following sections of Roadway to provide clarification for cost sharing with the City of Fayetteville_ Material will be cross sectioned and the volume determined by average end area method After replacement, stockpiles will be cross sectioned to determine quantity of material replaced Cut and Fill quantities shown are for Class I soils as described above: Boulevard Sections - Cost share 50/50 with City of Fayetteville: • Steele Blvd- Sta. 13+00 to 39+01.54 Cut 11,783 • Van Asche - Sta. 0+00 to -4+40 Cut 2,225 Fill 15,046 Fill 269 36' B -B Sections in Phase I and II -No cost sharing with City of Fayetteville: • Steele Ave. Sta -1+01.40 to 13+00 • Steele Ave. Sta. 39+65.38 to 54+26.29 • Van Asche Sta 0+00 to 19+50.45 • Shiloh Dr. Sta -4+50 to 22+00 • Mall Ave Sta 22+00 to 36+29.30 Cut 4,299 Cut 26,332 Cut 15,806 Cut 6,029 Cut 2,350 PAGE TOTAL E-526/555 Fill 563 Fill 395 Fill 4,997 Fill 6,148 Fill 9,981 3 525/99 CONTRACT PART "C^ -STREET &STORM DRJNA L CONSTRUCTION EARTHWORK Cont Excavation and Stockpiling; 68,824 CY @ TWO Ocusej AD 7WEN7Y RVE lr=7 irs (5 Z.ZS 1 per CY $ 151.R54•a9 b. Replacement and Compaction; 37,399 CY @Th',e jat r far AND &l / JrY CE4n51 S 4.30 ) per CY $174.5761z0 *"D. BORROW MATERIAL FOR STREET CONSTRUCTION: "Hillside" sub -base material from ON-SITE Borrow Pit to be used for street construction_ The Quantity of Hillside needed for the project is 80.821 CY. Approximately 27 666 CY is generated in cut from Steele Blvd. Sta 39+65 to 54+26. The remaining 53,155 CY will be from a Borrow Pit Cross-sections will be taken from all excavated areas for payment A separate Borrow area will be established for the City cost sharing portion of the job. 1. Material purchased from onsite Borrow Pit; 80,821 CY @ One Dollar and 50/100 (5 1.50 ) per CY $121.231.50 2. Borrow Pit "Hillside" Volume for Street Subgmde Sections; unit price shall include borrow pit preparation, loading and delivery from onsite source, required compaction, fine grading and shaping to within .10' finished subgrade elevation; • "Hillside" Volume for City of Fayetteville Cost Sharing. 37,352 CY • "Hillside" Volume for remainder of project 43,469 CY 80,821 CY @ THEEe Dia/2S AND [Hint earls - a 3.30 ) per CY $ 74470900 PAGE TOTAL $ 7ZZ, 3/0. cc E-526/555 4 5125/99 CONTRACT PART "C" - ST FET & TO 'vf D AINAC I. CONSTRUCTION EARTHWORK, Cont. E. UNDERCUT FOR STREET CONSTRUCTION: *F. Undercut street section and waste material onsite in lot areas. All undercut material shall be considered Class II MateriaL Undercut areas will be confirmed by the Geotechnical Engineer after street section is to subgrade elevation in cut sections or prior to placing material in fill sections. See cross section sheets for stations where undercut is anticipated The Material will be measured as described for Class II material at the beginning of this section. Price shall include removal, onsite placement and compaction to 95% standard proctor in various lot locations. • Undercut Volume for City of Fayetteville Cost Sharing: 15,070 CY • Undercut Volume for remainder of project : 25,919 CY Undercut: 40.989 CY @ %HESE Dot_tA25 AVD FIc-11Y CE,ITS ($ S.So ) per CY $ I557S8.Zo Subsidiary to Item 1.A and 1.B. above, the Contractor shall provide the following: 1. CONTRACTOR SHALL USE UNDERCUT SITE EXCAVATED MATERIALS FROM STREET SECTIONS TO BUILD UP SUBDMSION LOTS IN DESIGNATED FILL AREAS. OR AS MAY BE DETERMINED BY ENGINEER, INCLUDING FINISH GRADING TO PROPERLY DRAIN WITH SWALES BETWEEN ADJOINING LOTS, COMPALIGU TO 959b STANDARD PROCTOR? L IN ACCORDANCE TO THE PROJECTS 'GRADING PLAN,' 'CONTRACTOR SHALL FILL AND FINISH GRADE THE LOTS WITH TO PROPERLY DRAIN INTO STREET GUTTER AND DRAINAGE STRUCTURES.' CONTRACTOR SHALL USE ALL EXCAVATED SELECT FILL MATERIALS FROM STREET SECTIONS TO PROPERLY GRADE LOTS FOR ACCESS, SURFACE DRAINAGE AND PROVIDE BUILDING CONSTRUCTION SITES AT VARIOUS LOCATIONS OF PROJECT.' PAGE TOTAL $ 65/5 758 zO E-526/555 5 5/25/99 • C /2112520 20,633,00 127, 125.20 2803.00J CONTRACT PART "C" - STREET 8 STORM DRAINAG73 L CONSTRUCTION EARTHWORK Cont. E-526/555 4. "EXCESS TOP SOIL' AND UNSUITABLE MATERIALS SHALL BE STOCK PILED ON AN ON -SRF LOT SELECTED BY THE DEVELOPER AT THE PRECONSTRUCTION CONFERENCE" 5. SUBSIDIARY TO ITEM IA. ABOVE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR AND PROVIDE AT HIS EXPENSE THE FOLLOWING: a Clearing, Grubbing, Disposal, Clean-up and backfill with Unclassified excavated materials in Designated "FILL AREAS" b. Removal and disposal of shrubs, bushes, trees, rocks, buildings, and other items within the construction limits; c. Dispose of excess excavated materials; d. All Borrow and Onsite "Selected Fill Materials" shall be within 5% a) of its Optimum Moisture Content during the Compacting Process. e. Compaction Tests for Soils Materials shall meet or exceed the following: Finished street subgrade in cut section( top 8") - 95% Modified Proctor, 2. On -Site "Classified" and "Hillside" Fill Materials within Street Sections - 95% Standard Proctor, 3. Fill between the Back of Curb and outside edge of Sidewalk Sections - 95% Standard Proctor, 4. Finished street subgrade (top 24")in fill sections - 95% Modified Proctor 5. On -Site "Classified" Materials from Street Section Excavation and On - Site "Hillside" Materials placed within Lot Building Setbacks of Project - 95% Standard Proctor, 6 5/25/99 • CONTRACT PART "C" - STREET & STORM DRAINAGE L CONSTRUCTION EARTHWORK Cont a All Compaction of 'CLASSIFIED" and "HILLSIDE" Materials shall be performed with a "SHEEP'S FOOT' Roller Mechanical type compactor and all fill Materials shall be compacted in 8" thick layers evenly spread across entire Fill Areas on a level plane. b. Provide a 1/4" per I L F. Backslope Back -of -Curbs for a distance of 10' for the Sidewalk. c. In locations where new construction meets existing pavements, Saw Cut, remove and dispose of existing asphalt prior to placing new HOT MIX ASPHALT. IL STREET CONSTRUCTION PER F.AYETTEVILLE SPECIFICATIONS: City of Fayetteville requires streets of this Project to be a minimum of 36' BACK-TO- BACK CURBS. All Laboratory Data and Field Testing of each material used in the street section shall be performed by an Independent Certified Material Laboratory and shall be the expense of the Owner. The Contractor shall provide coordination for all material sampling and testing, as follows: A. Maintenance of traffic for the duration of the work for Part "C". This item shall include cleanup of dirt and debris in street. maintaining safe movement of traffic for Joyce Boulevard and other strcts, as required during hauling operations, blasting activities and as required by the City of Fayetteville or other Regulatory Agency. The Contractor shall furnish a Traffic Plan to the City of Fayetteville for acceptance, Lump Sum @ UllE •, , .,' E• RYE D D ($ / .&7) per LS S_U.4Jn1 /X) B. ROCK EXCAVATION for use as ON-SITE Fill as directed by the Engineer. The Material for this item will be for Parts "A", "B" & "C". Price to include famishing and maintaining all required Safety devices and protocol, permitting, drilling, blasting, truck loading, hauling and disposal in onsite fill area; Approximately 1,000 Cubic Yards ®%WQYE (,}71(AP.s A4ID tlo csN75 (s Roo ) per CY S Thanio PAGE TOTAL $ /77656.ca E-526/555 7 el tvfp 3r, v1 1 apcFFtL_ ISE° atJi-1-tLl,St De CmKI 1 Clry /Z4, 07/.8o 38,/Z8 Zo • 12,000,00 • 138,87/. go 5/25/99 .57 35 i" _ ,Q(Q21(e o,821 •4(QZl(42SIvo o,ow) = 7(e /2-5 -40 G 5o70 = 36,1ZS,Za O 3?, /2g,zo CONTR ACT PART C - STREET & STORM DR AINAGF III. CONSTRUCTION EROSION CONTROL, solociac A. Construct and maintain, including silt removal and disposal, and demolish Temporary "SILT/DETENTION PONDS" to prevent Flash Flood Erosion and Silt/Water Damage on Adjacent Properties and waterways. CONTRACTOR IS RESPONSIBLE FOR FILING A "NOTICE OFA SMAeE: INTENT" and developing a Storm Water Pollution Prevention Plan utilizing information provided on the Grading, Erosion Control and Tree EA Preservation Plan with the Arkansas Departrnent of Environmental Quality I leach ®THzEe rhoQS.ANU Fye' htLvbeFb t ZAFS AND AIG CENTS (S3,5co.co l Per each $ 38,500 Oa CMI -1 C l rrl 31500. oc7 7000, Oa B. Furnish and install Silt Fence as shown on the Grading and Erosion Control Plans. The Erosion Control Devices shown are the Cost- S.th¢E=500C minimum required and the Contractor may be required to install additional silt fence, if deemed necessary: 5,283 L.F. © THQE . Dowans A l> FiRY CENTS (S 35o ) per LF. $ /R. 440.50 075.00 C. Furnish and Install Hay Bales as shown on the Grading and COST 51414.1125- Erosion u4rLeIZSErosion Control Plans. The Erosion Control Devices shown are the minimum required and the Contractor may be required to install additional hay bales, if deemed necessary- 665 Each rN 5DDOLLAU AUD PRY GEM'S (S fo.5o ) per Ea. $ 6915Z.50 6o,3ZC'. Z5- D. . Furnish and install Grass Seed, Fertilizer and Mulch Cover for COC414425 615-qC. continuous Year Round Growth on all disturbed surfaces On -Site and Off -Site: 20 Acres @AVe7 *1JCAn/D SIX HuLto2F_P QnztaeS AAU) NO 4641.,n (S 6000 LM) per Acre $ 32,000.60 2S r(000.00 IV. MISCELLANEOUS ITEMS cirsT54Atg %LSrrci A. Temporary Creek Crossings for Mud Creek © Mall LAvenue and Steele Boulevard Bridges, per Lump Sum ®f XtV 6i917 rtexA4L// DOUAI'S AND AO aMiv (s6g,Cc,co ) perL 5 $C.S.tm.00 PAGE TOTAL S /G3, 9Z3. do E-526/555 4 � 000, 0 O 135,o41,7s CoSic.2r, 3400.o 0 l7/D00. o0 28, 93/,15 8 5/25/99 1 • CONTRACT PART "C" - STREET & STORM DRAINAGE IV. Miscellaneous Items, continued B. Furnish and install Tree Preservation Fencing per detail; price shall include fence stakes and installation of fence, as directed by the Engineer, 2,600 LF. ® TPPEx DowaQS ANo TWENni RVE CEMS ($ 32s )per LF. $ PAGE TOTAL S 6,450 00 TOTAL BASE BID - "STREET & STORM SEWER" $ L563697.70 illateltalcaioNi-----**ss*****-+, fb******tSiia►ttCppPtp,>fiiift*Inlol-IPPIDkit E-526/555 9 5/25/99 (oqll 37/110 266,324P 5o CONTRACT PART "C" - STREET 8 STORM DRAINAGE * The Owner plans to use on-site excavated materials to build up several lots for building sites and street construction. The Contractor. at his expense, shall be required to place and compact EXCESS excavated materials, as follows: A. "Classified" Excavated material in "UNDER -CUT" Street Sections within street RIGHT-OF-WAYS. B. "Classified" Excavated material within the BUILDING SETBACKS located in the designated "FILL AREAS". C. "Unclassified" Excavated material outside BUILDING SETBACKS within the designated "FILL AREAS". "* "OFF-SITE HILLSIDE: Truck tickets must be signed by Engineer's represent- ative with date, station location, and use. Contractor's IIN1T PRICE shall include all the expense of excavating 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. 's** SB -2 BASE BACKFILL: Truck tickets must be signed on site by Contractor's representative with date, station location, and use. SB -2 to be used ONLY as Backlit! in Street Sections, Full depth of Trenchrto Street .Subgrade.and to one (1') foot Back -of -Curbs. NOTE TO CONTRACTOR: This Contract will pay a unit price per Delivery Ticket UD to 350 tons.. Additional Amounts of SB -2 Backfill shall be considered OVER -RUNS and Subsidiary to other Bid Items of the Contract tou * SILT/DETENTION PONDS: Temporary Silt/Detention Ponds and barriers shall be constructed and maintained to reduce Silt Run-off and Storm Water Damage Down Stream: And, at the completion of project said ponds shall be graded. seeded and mulched to accommodate Lot Drainage. Contractor shall be responsible for maintenance, repair and clean-up of silt and erosion on AHTD Right -of -Way and all Offsite Property during Construction and for the TWO YEAR DURATION of the Maintenance Period after the completion of the project, as a part of this Bid Item. E-526/555 10 5/25/99 •