Loading...
HomeMy WebLinkAbout26-08 RESOLUTIONRESOLUTION NO. 26-08 A RESOLUTION AWARDING BIDS #08-05 - #08-13 AND BID #08-29 AND APPROVING THE PURCHASE OF ]3ULK CONSTRUCTION MATERIALS AND SERVICES UTILIZED BY VARIOUS DIVISIONS OF THE CITY OF FAYETTEVILLE IN THE ESTIMATED AMOUNT OF $3,516,486.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bids #08-05 - #08-13 and Bid #08-29 and approves the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $3,516,486.00. PASSED and APPROVED this 19th day of February, 2008. APPROVED: ATTEST: By: DA COODY, Mayor By: cO ta,> t SONDRA E. SMITH, City Clerk/Treasurer �.o`�R$JTRE47'"'% _U; • iia E ••FAYETTEVILLE..43 : .,� • 9 %9sy RKASSPc). Perry Franklin / Ginny Apperson Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements February 19, 2008 City Council Meeting Date Agenda Items Only Transportation Division Action Required: 2 -FS glo8 eJK Can. aco11e1 /rke,igrta is Operations Department A resolution awarding Bid #08-05 - Bid #08-13 and Bid #08-29 for and approving the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $3,516,486.00. $ 499,584.00 $ 1,566,396.00 $ 685,759.00 $ 90,000.00 $ 674,747.00 $ 3,516,486.00 Cost of this request 4470.9470.5814.05 4470.9470.5417.00 4470.9470.5814.00 4470.9470.5814.05 4520.9520.5809.00 Multiple Account Number 02016/1 02052/1 02053/1 05039 / 1 06035/0609 Multiple Project Number Budgeted Item X $ - 1,094,745.00 $ 2,286,916.00 $ 969,127.00 $ 97,620.00 $ 22,864,086.00 $ 27,312,494.00 Category/Project Budget $ 205,622.00 $ 141,135.00 $ 81,029.00 $ 6,964.00 $ 3,070,122.00 $ 3,504,872.00 Funds Used to Date $ 889,123.00 $ 2,145,781.00 $ 962,163.00 $ 90,656.00 $ 19,793,964.00 $ 23,807,622.00 Remaining Balance Budget Adjustment Attached Trail Development In -House Pavement Improvements Sidewalk Improvements Scull Creek Trail Corridor Transportation Bond Street Improvements Multiple Program Category / Project Name Trail Improvements Transportation Improvements Transportation Improvements Trail Improvements Transportation Improvements Transportation Improvements Program / Project Category Name Sales Tax Capital Improvements Sales Tax Capital Improvements Sales Tax Capital Improvements Sales Tax Capital Improvements Sales Tax 2006A Construction Fund Sales Tax Capital Improvements Fund Name rtment l'rector Date titsiktornet 2-5-og Date -Finance and'1nt¢rnal Service Dire for z( MayoDa Previous Ordinance or Resolution # Original Contract Date Original Contract N Comments: a¶7ttevfi1ee ARKANSAS City Council Agenda Item To: Mayor and City Council Thru: Gary Dumas, Director of Operations From: Perry Franklin, Transportation Superintendent Ginny Apperson, Financial Coordinator Date: February 19, 2008 Subject: A resolution awarding Bids #08-05 - #08-13 and Bid #08-29 for and approving the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville. Recommendation: Staff recommends a resolution awarding Bid #08-05 — Bid #08-13 and Bid #08-29 for and approving the purchase of bulk construction materials and services, utilized by various divisions of the City of Fayetteville, in the estimated amount of $3,516,486.00. Background: The purchase of bulk construction materials and services is necessary to maintain the City's current infrastructure and to implement the Capital Improvement Program projects outlined in the 2008 Annual Budget & Work Program and five-year Capital Improvement Program plan. Discussion: Sealed formal bids for thermal striping, reflectorized paint marking, curb and gutter, topsoil, hillside gravel, concrete, asphalt and aggregate materials, bricks, and truck hauling services were publicly read and the results are attached to this memo. Staff recommends awarding the thermal striping bid to Time Striping, Inc., the reflectorized paint marking bid to Asphalt Striping Service, the curb and gutter bid to Sweetser Construction, Inc., the topsoil bid to S & R Trucking, the hillside gravel bid to McClinton -Anchor for materials picked up by City staff and S & R Trucking for delivered materials. Staff recommends awarding the concrete bid to Tune Concrete Company, as the primary supplier, and Beaver Lake Concrete as a secondary supplier, for use on an "as needed" basis, in the event that Tune Concrete Company cannot supply the necessary materials within the time frame required to complete a project. Staff recommends awarding the asphalt and aggregate materials bid to Kiewit Southern Co. (asphalt material purchases), McClinton -Anchor (asphalt milling sales) and Northwest Arkansas Quarries, LLC. (aggregate material purchases) as primary suppliers, with McClinton -Anchor as the secondary supplier for asphalt and aggregate purchases, for use on an "as needed" basis, in the event that Kiewit Southern Co cannot supply the necessary materials in the time frame required to complete a project Staff recommends awarding the bricks bid to . Staff recommends awarding the Truck Hauling Services to Sweetser Construction, Inc. as the primary supplier with the option to utilize other bidders based on price and availability, in the order as follows: Patncks Trucking, Doss Construction / Trucking, Roll Off Service, Inc., Northwest AR Trucking, S & R Trucking, Les Rogers, Inc., and Central Group, LLC. Budget Impact: Funds for the acquisition of these materials and services have been budgeted in the Trail Development, In -House Pavement Improvements, Sidewalk Improvements and Scull Creek Trail Corridor, and Transportation Bond Street Improvements Capital Projects. Sufficient funding is available for the 2008 purchases. Attached: Bid 08-05 Thermal Striping Bid 08-06 Reflectorized Paint Markings Bid 08-07 Curb and Gutter Bid 08-08 Topsoil Bid 08-09 Hillside Gravel Bid 08-10 Concrete Bid 08-11 Asphalt and Aggregate Bid 08-13 Truck Hauling Services Bid 08-29 Bricks RESOLUTION NO. A RESOLUTION AWARDING BIDS #08-05 - #08-13 and BID #08- 29 AND APPROVING THE PURCHASE OF BULK CONSTRUCTION MATERIALS AND SERVICES UTILIZED BY VARIOUS DIVISIONS OF THE CITY OF FAYETTEVILLE IN THE ESTIMATED AMOUNT OF $3,516,486.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bids #08-05 - #08-13 and Bid #08-29 and approves the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $3,516,486.00. PASSED and APPROVED this 19th day of February, 2008. APPROVED: ATTEST: By: By: DAN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer . Time Stri nina. Inc. . ' w'2r.:- I TOTAL 0 tO 0 69 $1,050.00 0 0 O to 0 0 6N 0 00'00L$ $1,000.00 0 0 0 r w Unit Price O 6 f9 $175.00 O 0 6 O N 9 O 0 6 O CO 69 0 0 O LO 69 0 9 r - f9 00'01.$ Total Bid Based on Estimates = Item #` =M4'? Description z - Estimated Qty 1 Hot Truck Applied Thermoplastic White Or Yellow (4") - 15,000 LF Per Linear Foot 2 Hot Applied Thermoplastic Arrows - Each 6 EA 3 Hot Applied Thermoplastic Words - Each 6 EA 4 Hot Applied Thermoplastic Railroad Emblems - Each 1 EA 5 Hot Applied Thermoplastic Handicap Emblems - Each 2 EA (Blue Background With White Emblem) 6 Hot 4" Hand Applied Thermoplastic For Parking Spaces - 100 LF Per Linear Foot I 7 Hot 12" Hand Applied Thermoplastic Stop Bars - Per 100 LF Linear Foot 1 I w J J_ W co dw > M o LL w N u_ 0 o 0 uj rw wort) Bid 08-06, Reflectorized Paint Markings o t 0 0 0 0 N OR N N o rVt G 4. d 41..."-N N a c 0 owi. 3 j aE 3 O O O E O Ol m cc O m W O Y c c c c Y ` Y a Y W R NNN N 2i 2 i 2 C C C C C C as 91 10 0:1 CZ aaaa LI -0 0 000 N N N N N O O O O O 0 G O D U U N W 0000 K K K K X K N ., a in to TOTAL BID $37,805.80 11 TOTAL BID $89,586.00 Ij T. Time Striping, Inc.: Extended 00 R OO O V r 0 0 fA 60 00 o o o N O O tp iA N M N N r M M M m V3 fA fA E0 moo wee/. a 0 0 0 0 0000 N O N C) N 1p N O f9 fel M - Asphalt Striping Service • Extended 0 o o 06 to N N V 6436%1 o m 0 0o 0 O O O O to N 0 O O N- {AM eco I_ Per Item J mm 0 0 0 cote 0 0 o 0 tome,. Anderson Striping o o v o o w o 0 vO0ooNr N N O N n ffl V ei Y) im eta 69see 1 TOTAL BID $40,628.40 1 Per Item $0.05 $0.05 0 0 0 0 0 0 0 66 v o r tin 69 A fA fA o t 0 0 0 0 N OR N N o rVt G 4. d 41..."-N N a c 0 owi. 3 j aE 3 O O O E O Ol m cc O m W O Y c c c c Y ` Y a Y W R NNN N 2i 2 i 2 C C C C C C as 91 10 0:1 CZ aaaa LI -0 0 000 N N N N N O O O O O 0 G O D U U N W 0000 K K K K X K N ., a in to w J J w F - w o T to0U. LL CO a 0 0 Q 0 F O N Bid 08-07, Curb and Gutter Tomlinson Asphalt Company; Inc. f; TOTAL 0 0 O 0r O N 0 C r W 0 O N0 NCri 0 0 O N 0 O r 69 0 O to 0 O 0 coO 6 0 O 0 fR 0 O 0 h N f9 09 0 O ul N o M 0 O NO r 0 O O 0rN N fn (0 $229,250.00 11 11 11 II II II II II II II 11 II 11 UNIT PRICE WC LS Per linear foot I O In 0) Per linear foot I 0 In O 4,-) Per linear foot 0 In t7 N Per linear foot I 0 In IA o.. -,-)(A Per linear fobt 0 In O Per linear foot In I-- th t9 Per square loot I O N V 1R Per square foot N <o In 05 Per square foot I N r O 0' l Per square foot O N N 19 Per square foot O O O Per square foot SweetserConstruction TOTAL $27,750.00 0 N w o 0 r --N co w $12,500.00 0 I-- 0 0 O N w 0 O N M w o O co N In o 0 0 O M � 0 0 N In in 0 0 Yl N 03 0 0 O T N IN 0 O 0 (0 N a f II II II II II II II II II II II II I I UNIT PRICE In N of In Per linear foot In N tG w Per linear foot In r• -•O tri I» Per linear foot 0 N y) Per linear foot 0 '- IA Per linear foot 0 0, w Per linear foot 10 [7 O I» Per square foot 0 V v) Per square foot 0 (7 In w Per square foot S5.05 Per square foot N O P (0 O ) q y `m Ct. N O IO 0) Per square foot OI tsa y M {:wfff a xH :at0 dl x x x x x x x x x x x x . •0 • 3,000 estimated qty 500 estimated qty 500 estimated qty 1,000 estimated qty 500 estimated qty 500 estimated qty 10,000 estimated qty a t o CC E E 10,000 estimated qty 3,000 estimated qty 3,000 estimated qty 2,000 estimated qty Hand Formed "Type A" Curb and Gutter (per specifications) Hand Formed -Type 0" Curb and Gutter (per specifications) Hand Formed "Type D" Curb and Gutter (per specifications) Hand Formed "Type IT Curb and Gutter (per attached specifications) Flatwork - 4" Thick (Sidewalk, Driveway Approaches, Access Ramps) Flatwork - 4" Thick (Sidewalk, Driveway Approaches, Access Ramps) Flatwork - 6" Thick (Sidewalk, Driveway Approaches, Access Ramps) Flatwork - 6" Thick (Sidewalk, Driveway Approaches, Access Ramps) Flatwork 4" - 6" Thick (Sidewalk, Driveway Approaches, Access Ramps) Street Repair - 8" Thick T..+. I rva flaen.1 an Petimntnc : Bid award Is contingent upon vendor me CERTIFIED: Bid 08-08, Topsoil J 0 H W: U ft in 1± 'Zi 0 0 0 0 0 O N 40 0 N 0 '1 O 0 O) 40 S & R Trucking C0 O O N 40 Sweetser Construction V 0 N r C41. 40N N O) 40 Wiles, Sherman N O O O O O N N 40 O 9 0 40 Wiles Construction O) N 0 u 0 O .31U a c 0 N 0 .0 J A c C A c 0 0 4, 0 0 0 m a E E c 0) a) u E `O 9 0 0 0 o. c 0 0, c C 0 0 N 3 m ui U O Z 0 •1 4 �.irt Bid 08-09, Hillside Gravel Total Bid Based on $59,150.00 $15,000.00 oo o O o o co to o O n n v N toI 00'006`£9$ $1.75 $26,250.00 $3.75 $37,500.00 $63,750.00 tt y J F Oma O O f9 73 CO O O O vt to O O N oi 1A 0 O n W v ww a•s Z O o n a0 w nn Nj'jU eii..r �.. tU r43 $15,000.00 oo o OO o o n N 4 o n N II N Vi $21,000.00 o o r 4» o an r w In r w O v r w BIDDER 2 McClinton -Anchor 3 Roll Off Services, Inc. 4 S & R Trucking - 5 Stephens Red Dirt 6 Sweetser Construction N 0 O U a O N btO E s •o C co 0 O tou 0 0. N E 3 c OI C 0 E 0 d 0 0 a -. c 0 rn c c 0 0 C N GD W U 0 O •z • W 0 CERTIFIED: R U 0 W O O O P O o O O J U Q rn o N o � N- o o '� o OVLU N 0 N 0) 0 LU CO N O) O 6) O) M N C7 M N N M N ES EA EA EA EA EA EA EA _ O L A E N N to V C) = V N o m U o 0 0 n M o o c a c r Z U ES ES w (0 ES NE- COES En b 2 = a E • C U E c a H d 5 E U co I- ° d Co C 7 v > - a W m c0c 0 U J C) 2 r o v I- -J C y C J r -J C W U C ED p) U) C pj C Y Y U 0 i - C C V Q 0 `- Ji Q 3 5 Y O N M n ` N U U W � 0 Q• 76 ) N rn r N m LL oLli d w m 0 0 m I- C w } to • �_ o _ w ". ` u1 01 a_ W m o No m Ci o J Z a w U) (F) m W r N U M 7 ED r w O Bid 08-10, Concrete ate. Company; W •O9 OoO N <h. 2 w R N. N - w 0 N 6, OOO o• N 4 O OR Ob g $0.00 I OONON O OOnC Ni�69. 6 I� ¢ n co. 69aL:ww r`D9 .. the. Y[ U O OOOUC O O O 4, U N 0N O wa O'. O ""'' O D O O O <" O OC CN ww Per Item 000C NNw'9w ,Awu L nt Concrete ,any t U Wn 0 N D O 0 con 19 O N • NO 00 O ° N Wf 0ONNOO 2 M 9 0 9 $1.875.00 1 oOOo N NLX6 W F N ) H I).01-. CI tO •9)' ..$ 0' 0ry4 4.4 No Bid L m o Z 2 co 0 Z Per Item o O N O N N N N O N w w N N w O O w I-- 4,1 N 19 n i9 100 w O w r_ -f- co .... 6 ?�- r_ Extended O 08 o n w O n N ° O N w O O 0 0 co O w a O 0 0 6 L 9 OO C NN o o N a O O N w O N w O O .- w {:t O O. y O ^:D' O...d.. a ALP.• x •N m Z 0 O O 69 1 $1200.00 I TOTAL BID $311,725.00 Beaver Lake Per Item U Vi 69 S OM $74.50 $78.50 I $2.50 O KN O W V0I N a O 0M $94.00 Per Item v O N O NN w C y W 0 O N N 'w 0 6 N N Nbe) O O O n w $9,600.00 $250.00 1 0000£$ L a 0 O N w 0 O O w 0 O N <w 0 N N <» 0 'Ey o. C• N 'j,; r �' co I.'r k ICI o 0 O O w 0 N N w Arkhola Sam Com; 0 0 O I� CO O o» O A w O N (D N w w O N w 7) C O co w O O) w . O O N t9 0.• -U ON '.r, a a O N w O N wa.• TOTAL BID 3 4000 PSI 111/4" Max. Aggregate size vvan river 1,000 Reinforcement, 4" Slump 4 5000 PSI 1/114" Max. Aggregate Size, 4" Slump 100 5 1% Calcium Chloride Admixture 100 6 2% Calcium Chloride Admixture 60 7 Air Entraining Admixture 2,500 8 Hot Water 500 9 3/4" Rock 3,000 10 Exposed Aggregate 50 11 Flowable Fill 50 12 1 inhtweinht Concrete 50 14 Concrete Sand 100 15 Masonry Sand 50 O 0 0 o_ N 0 E c C U 6 E E 01 a c0 0 c. 0 m 0 0 W 0 0 0 Z 0. ag eck ag -s 8 R Trucking PRICE PERIEXTENDED EACH PRICE 222 |2215 / )`| Rogers Group. Inc. (Fayetteville Lemur:nn) PRICE PERIEXTENDED EACH PRICE EE,z.,l;; �j�aag12 E !! „ 2 / ;! 2 EXTENDED PRICE !!,! !:°°;;,! (§/\ \( ,; ;, IPRICE PER EACH .212 . l Northwest Arkansas Quangos EXTENDED PRICE !! !__..._; (((§§|).( . I!! ,.,! },. PRICE PER EACH _ Mccnnton-Anchor Denman (Sharps Quarry) EXTENDED PRICE }§(§ ;l;. �:| \ ! ! ; 21 ; ; 0 \;; (;aa- MCCIIntOn Anchor Division (Hindsville Quarry) PRICE PER EXTENDED EACH PRICE .,.! ,. !:" F, r a °°t a ` y\ . 0• :,; , ; K ewil Southern Company \ ;n. \§( §! See NWA Ouames | 8 A See NWA Dwmma See NWA Ovines ! 8 A t ! IPRICE PER EACH 28 Hutchens Construction E XTEN0ED PRICE ||§ !!}. $14.250 OD ° 22 {� \ /_a! I PRICE PER I EACH ;;l: Total Bid Based Suction A: I eV • 'SECTION Al.BULK MATERIAL ITEMS FOR PURCHASE }!l,44 cert&&. -'SECtION.B: ASPHALT MILLINGS FOR SALE - (e nl Ut CKIP PON \} |] Semi DESCRIPPON } \\ )II II!. !. ! � a!) • !/ § 'NOTICE: Bid award is Hutchens Construction Company City of Fayetteville 2008 Delivery Rates Bid for the period from January 1, 2008 thru December 31, 2008 Rates good up to fuel price of $3 50. If fuel price is more than $3.50 an additional surcharge will be added. Haul Rate 1.67 2.09 Miles Haul Rate 49 11.69 f' 1}8}= 51 12.11 53 12.52 55 12`'t3 55 12.95 •1`5 57 13.36 5$,.`_,.13 6F: 59 13.78 61 14.19 2k 1 •4fl y 63 14.62 64 F:14ti,8= 0 - eggm eeg2 &#&k • «3&a / : o % wm� _%_ : k k °a jw II In \ N & 0 « ` f 3 a 0 CO 0) N d V O M d (0 a W J 5 00 2 W �a< G LL o Csj Bid 08-10, Concrete Eo. E a E J o a 2 N w .c N V e i < N or 0 6 N N Vl N NU 0 0 d o f U R < R co > > - o' m a m w 'x 0 o : 0 0) cn oo, rnE , a 01 6 6 6 0< 0 0 _Te w K w y x a a 0 u E IC 0, m- E n 0 0 i E e i o o Q 0 c U V V C V U U CI 0_ V n c c '"--- - N` E EJ c Yp a LL OI O o y N N B N 'U tU E F O V a mt a a a p a CO CO c T� K m` y 0 0 a o E o V 0 W a 3 L a c N 0 0 0 0 'ate:: .1.. v N o 0 On O o < O re I0•- N G= i1 W IL J F 0 2 3500 P511/1/4" Max ill N w a w '0 r OO of 0 N®-. 40 V 0 0 0 0 n 0 0 0 U 0 E E E m 0 E c n 0 c V rn c 0 V N n m w 0 Z n < V) $172.375.00 1 O N 0' w o 0100 n 69 O O O (O 0 0 O 0011 0 w O 0 69 N IN N V W w o W Q< 69a U C ,,,!!l���V'{{{rrr ppp O O - o o 0 Nw O 0 0 w to COI 1xsia`tl O' o w O' 2 (w9 o ca 69 Cil n nw 0 0 w 0 0, w 0 O w 54.00 0 w O0' e W LC) IO 49 0i m CO tkaa $125.00 0 O W 0 o 49 Li 0 0 0 0 V) 0 0 m w 0 o n n t 0 0 L...- 0 0 w 0 NI NI w 0 9 o of I $1,875.00 1 $5.250.00 0 co N w 0 o o w 0 o! o �''. a 0 O z 1 No Bid r�Mid'Contihd T Per Item 0 o r - o N r --W w n N w p N 'O co,CD N w N N w o O w $3.75 n w N Tr V) o CO Ow $9200 Per Item No =` 7u -' t a c c W 0 po Vi n w $173,750.00 0 o o v' ai wwwcw $7,850.00 0 0 0 0 9i o N 49 c V C 0 0 0 0 0 0 0 0 0 0 0^ voi o n Q !9 www 0 0 0 w 1 $1.200.00 1 TOTAL BID $311,725.00 k0 C� ,.J," ,L >•1 m E 0 0 0 N h w0 0 N c' 69 o O R S pp N o nw N O N 69 w w O [7 w $1.50 $83.50 $63.00 $94.00 Perltem No 0 O N w 0 O N w o o N eei w $227,500.00 0 00 O lc w 0 w 0 0 0 w w a c o NNN w o o o 0 0 O N 0' w w w w a E 00 00' w $1,250.00 Arkhola Sa& F 1 »Com; Per Item r 0 m w o c' w 0 w w o rn w N o ry vi w w a O 0 ri w 0 0 0 m' ri o vi n 4 w S 0 o Z 0 N 4, 0 N w TOTAL BID Eo. E a E J o a 2 N w .c N V e i < N or 0 6 N N Vl N NU 0 0 d o f U R < R co > > - o' m a m w 'x 0 o : 0 0) cn oo, rnE , a 01 6 6 6 0< 0 0 _Te w K w y x a a 0 u E IC 0, m- E n 0 0 i E e i o o Q 0 c U V V C V U U CI 0_ V n c c '"--- - N` E EJ c Yp a LL OI O o y N N B N 'U tU E F O V a mt a a a p a CO CO c T� K m` y 0 0 a o E o V 0 W a 3 L a c N 0 0 0 0 'ate:: .1.. v N o 0 On O o < O re I0•- N G= i1 W IL J F 0 2 3500 P511/1/4" Max ill N w a w '0 r OO of 0 N®-. 40 V 0 0 0 0 n 0 0 0 U 0 E E E m 0 E c n 0 c V rn c 0 V N n m w 0 Z • • ra oor Bid 08-11, Asphalt and Aggregate /pc \ \ 00. ..,. SE (!!!.,l\ 21 ,,,,,,N \ .�! , Rogers Group. Inc. (Fayetteville Location( No Bid !!! ,,, ,_.!!;� ! § ,! !;])/ s! Prke Per Ton No Bid Rogers Group. Int. r Lowell Location)I{ EXTENDED I PRICE |||| |�� §;3 §§\ * | I|; _ PRICE PER EACH NoMwest Arkansas Quarries EXTENDED PRICE ||| !;•�^�`% \\\\\|)\ ! ||| et PRICE PER EACH © ||;| / i!§; ° )§ | !! ! ! 55.50 1 53)50.00 is ) !2! PRICE PER EACH 334.90 „c i 55.951 ,,,, a. . \| / u PRICE PERI EXTENDED EACH PRICE II` No Ea §\ `a'� § 1 {} !!, �� ;; Pxtiztahtt.-_,tint! l BINJ(MATEItNLITEMSFOR PURCHASE Plat Notching ConstrocHOn :I Riewll Southern Company • EXTENDED PRICE 5841.500.00 8 "<<.<< a 00.000'L6IIt- 2 t.,< cc ;|||i||i . EXTENDED PRICE tom ono Da = 03E 0. PRICE PER EACH H !!.,! „ ! ITv memo imam Total BM Based Section A: \ ( ; 4!(\ / !! i2 ti !| !! (}!)|; [ ( �| !)|I{ 1111 Lai w. may- Resleue[swa ithunw, a..ao ata idiom Donate sof 4 j I ` ;I![ ( \ a .,., .,..._\ .. / ) ! { \ { 00 0 .) C.) a Q a a m m a FayeV�KANSAS Mayor and City Council RE: Bid 08-11 Asphalt and Aggregate Materials Staff has been approached by both McClinton -Anchor and Kiewit Southern concerning the proposed award for asphalt and aggregate. The following is a summary of concerns and the staff recommendation. The bid documents requested unit pricing for materials at the quarry or asphalt plant. Additionally unit pricing for hauling services were also solicited from the material provider. This hauling service was to be utilized when internal hauling was not adequate and when hauling services from Bid 08-13 Truck Hauling Services were not adequate. Bid 08-13 Truck Hauling Services is requested to be approved to the lowest cost provider, with the option to use other available services based upon lowest price and availability. The low bidder is Sweetster Construction, and then in order of price Patricks Trucking, Doss Construction/Trucking, Roll Off Services, Inc., Northwest AR Trucking, S & R Trucking, Les Rogers, Inc., and Central Group, LLC. Services would be requested from this list, in price order, based upon availability. McClinton -Anchor proposed a zone hauling rate from their Sharps and Hindsville plant locations. Kiewit Southern proposed a flat hauling rate throughout the City. Neither of these rates would be utilized except when other less expensive options were not available. In order to avoid unnecessary complications with the asphalt and aggregate materials bid award, items 5 and 12 (hauling services from vendor) are rejected from bid. Items 1, 2, and 3 are recommended to be awarded to Kiewit Southern. Item 4 is recommended to be awarded to Hutchens Construction. Items 7, 8, and 10 are recommended to be awarded to McClinton -Anchor Division, Hindsville Quarry. Items 6, 9, and 11 are recommended to be awarded to Northwest Arkansas Quarries. Asphalt Millings delivered to vendor at convenience of City is recommended to be awarded to McClinton -Anchor Division Hindsville or Sharps Quarry. 113 West Mountain Fayetteville. Arkansas 72701 Ott ce phone - 479-575-8330 Fax - 479-575-8257 E-mail - gdumasfgci.favcttevillc.ar.us N y Y.W n N 'N M a. C W H 8 H H 8 n 8 C0 ¢p RW —mnry o = C ba�u 0 ® 2-8 6 d Ca 2 2222 3 2 8 22 f f c b p pZ H n N p N 0 z p ¶t r N N N M x p W S S H S H H:?8 �c iYng9iH4 Q8 H'n ON Xp S N e Y Q� WWW a m' m a' Lm.NNa W N a Q 2222 2- p wq p Zxrpp n S9�ppi qHq ^ p 8 8 8 8 8 8;.$ &BRA„Q» C C Z U 8 n p 4 8 N 4 .✓I n N ' T x F � � V H S m $ 0 u � n » » fN �a: Sw N ± I.'„ j a. a a. j( N M L r WW ?88828 SQ M N N N iP.t p A ID m N N 6 U 2222 IG LI $. Cp EYE R S [8 p§p Y 6 0 n(J 1' mr W N � N V �N z 2$ �{ Z N M e w p p Z H Y Y Y 8 Y V i�. (R y Jl 3 W ¢ M ,� vl I 6 Y p H sy` ° HS pH S S E 2 4dS4d Y:[ x f e •0. W N w VV CC P 0 O 0 0 •x S " :f£3£:£ g�Y ° w p §. fix $g # § cq W vW{ 12 W `1 yg qy {N y RJ F Q w B i o gi � �d i1 Vii g yY�I W O t mP> h LL rO.� R Z�A d88 v4 ��A 4)1 (2.20.08) Clarice Pearman - revised memo - electronic version Page 1 From: Andrea Foren To: Smith, Sondra Date: 2.19.08 4:00 PM Subject: revised memo - electronic version Attachments: Bid 08-11, Revised Memo and Bid Tabulation 2.19.08.pdf CC: Branson, Lisa; Dockery, Emily; Pearman, Clarice; Smith, Sondra Sondra, .Attached is an electronic version of the documents I brought over earlier pertaining to the bulk material bids which are on consent for the council meeting tonight. Let me know if you have any questions or need anything. Thanks, Andrea Andrea Foren, CPPB City of Fayetteville, Purchasing Agent 113 W. Mountain Fayetteville, AR 72701 Phone: (479) 575-8220 aforen@ci.fayetteville.ar.us www.accessfayetteville.org elI aye T.mvffle ARKANSAS OPERATIONS DIRECTOR To: Mayor and City Council FROM: Gary Dumas DATE: February 19, 2008 RE: Bid 08-11 Asphalt and Aggregate Materials Background: Staff has been approached by both McClinton -Anchor and Kiewit Southern concerning the proposed award for asphalt and aggregate. The following is a summary of concerns and the staff recommendation. The bid documents requested unit pricing for materials at the quarry or asphalt plant. Additionally unit pricing for hauling services were also solicited from the material provider. This hauling service was to be utilized when internal hauling was not adequate and when hauling services from Bid 08-13 Truck Hauling Services were not adequate. Bid 08-13 Truck Hauling Services is requested to be approved to the lowest cost provider, with the option to use other available services based upon lowest price and availability. The low bidder is Sweetster Construction, and then in order of price Patricks Trucking, Doss Construction/Trucking, Roll Off Services, Inc., Northwest AR Trucking, S & R Trucking, Les Rogers, Inc., and Central Group, LLC. Services would be requested from this list, in price order, based upon availability. McClinton -Anchor proposed a zone hauling rate from their Sharps and Hindsville plant locations. Kiewit Southern proposed a flat hauling rate throughout the City. Neither of these rates would be utilized except when other less expensive options were not available. Recommendation: In order to avoid unnecessary complications with the asphalt and aggregate materials bid award, items 5 and 12 (hauling services from vendor) are rejected from bid. Items 1, 2, and 3 are recommended to be awarded to Kiewit Southern, Item 4 is recommended to be awarded to Hutchens Construction. Items 7, 8, and 10 are recommended to be awarded to McClinton -Anchor Division, Hindsville Quarry. Items 6, 9, and 11 are recommended to be awarded to Northwest Arkansas Quarries. Asphalt Millings delivered to vendor at convenience of City is recommended to be awarded to McClinton -Anchor Division Hindsville or Sharps Quarry. 113 West Mountain Fayetteville, Arkansas 72701 Office phonc - 479-575-8330 Fax - 479-575-8257 E-mail - gdumasgci.faycttcville.ar.us ay'e� Mille OPERATIONS DIRECTOR To: Mayor and City Council FROM: Gary Dumas DATE: February 19, 2008 RE: Bid 08-11 Asphalt and Aggregate Materials 1• i Background: Staff has been approached by both McClinton -Anchor and Kiewit Southern concerning the proposed award for asphalt and aggregate. The following is a summary of concern: and the staff recommendation. The bid documents requested unit pricing for materials at the quarry or asphalt plant. Additionally unit pricing for hauling services were also solicited from the material provider. This hauling service was to be utilized when internal hauling was not adequate and when hauling services from Bid 08-13 Truck Hauling Services were not adequate. Bid 08-13 Truck Hauling Services is requested to be approved to the lowest cost provider, with the option to use other available services based upon lowest price and availability. The low bidder is Sweetster Construction, and then in order of price Patricks Trucking, Doss Construction/Trucking, Roll Off Services, Inc., Northwest AR Trucking, S & R Trucking, Les Rogers, Inc., and Central Group, LLC. Services would be requested from this list, in price order, based upon availability. McClinton -Anchor proposed a zone hauling rate from their Sharps and Hindsville plant locations. Kiewit Southern proposed a flat hauling rate throughout the City. Neither of these rates would be utilized except when other less expensive options were not available. Recommendation: In order to avoid unnecessary complications with the asphalt and aggregate materials bid award, items 5 and 12 (hauling services from vendor) are rejected from bid. Items 1, 2, and 3 are recommended to be awarded to Kiewit Southern. Item 4 is recommended to be awarded to Hutchens Construction. Items 7, 8, and 10 are recommended to be awarded to McClinton -Anchor Division, Hindsville Quarry. Items 6, 9, and 11 are recommended to be awarded to Northwest Arkansas Quarries. Asphalt Millings delivered to vendor at convenience of City is recommended to be awarded to McClinton -Anchor Division Hindsville or Sharps Quarry. 113 west Mountain Fayetteville. Arkansas 72701 Office phone - 479-575-8330 Fax - 479-575-8257 E-mail - gdumasnci.1ayelteville.ar.us C C W o G <.:.. O U 9r ,O ° W a y yy « £g�z �gzoz�z zp W (i lNV N 6 o 8 C Z u 8g a � W � m .m tll .:ice N G O zgzg g ;fl; pW 01 O °'LL LL QZ a. s p W 8 Cp 0 pp 0 0 p O p O O O gq h�N I.i ZY�yS1 F Vy�Vp qq 1. a°W1 ° pm0yy m yyN«Np�M m «34� J rtl 2 z z€ g �y- 0 j W V ei N p O C N C N G O O N 6 Ww g88?88 8.0 ° j Yl n m �ql 1a�1i CpCl ��11 ryo M. ryry 31 #o 2 z 2 z ° ° G ^c •Z OW V gi $ N n � o a n 2 a y 6 « C N o W • 8 E S 9 O R W z9 O n� 6 10 N X W n_ « awl _y « N w Y 2±'S± (0 O fE !e 'S ° Ei 6u a '$fl `n . w e pgp Qg QgQ .� A w » O O O O d& 0 z zz z z 3'T« rc " az• z m`wIAA z z z $ N 41 i 3 U W Vl a y o'w 8888 �oe Lb yy c E n U w w« y u Iz °zzzzz z U CW w F M N'M t o 6 N gg qq pp i W W bc N a e evi -le Y ARKANSAS V City Council Agenda Item ,9 , (o To: Mayor and City Council Thru: Gary Dumas, Director of Operations From: Terry Gulley, Transportation Manager Date: February 19, 2008 Subject: A resolution awarding Bids 08-05 - 08-13 and Bid 08-29 for and approving the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville. Recommendation: Staff recommends a resolution awarding Bid 08-05 — Bid 08-13 and Bid 08-29 for and approving the purchase of bulk construction materials and services, utilized by various divisions of the City of Fayetteville, in the estimated amount of $3,516,486.00. Background: The purchase of bulk construction materials and services is necessary to maintain the City's current infrastructure and to implement the Capital Improvement Program projects outlined in the 2008 Annual Budget & Work Program and five-year Capital Improvement Program plan. Discussion: Sealed formal bids for thermal striping, reflectorized paint marking, curb and gutter, topsoil, hillside gravel, concrete, asphalt and aggregate materials, bricks, and truck hauling services were publicly read and the results are attached to this memo. Bid 08-05: Staff recommends awarding the thermal striping bid to Time Striping, Inc. Bid 08-06: Staff recommends awarding the reflectorized paint markings bid to Asphalt Striping Service. Bid 08-07: Staff recommends awarding the curb and gutter bid to Sweetser Construction. Bid 08-08: Staff recommends awarding the topsoil bid to S & R Trucking, as the primary supplier with the option to utilize other bidders based on price and availability, in the order as follows: Sherman Wiles, Wiles Construction, Les Rogers, Central Group, LLC and Sweetser Construction. Bid 08-09: Staff recommends awarding the hillside gravel bid to McClinton -Anchor for materials picked up by City staff and S & R Trucking for delivered materials. Bid 08-10: Staff recommends awarding the concrete bid to Tune Concrete Company, as the primary supplier, and Beaver Lake Concrete as a secondary supplier, for use on an "as needed" basis, in the event that Tune Concrete Company cannot supply the necessary materials within the time frame required to complete a project. Tune Concrete Company has the lowest unit price bid and the lowest total bid, after deducting the price of portland cement from their total, which provides an accurate price comparison, as no other supplier bid on this item. Bid 08-11: Staff recommends awarding the asphalt and aggregate materials bid to Kiewit Southern Co. as the primary supplier for asphalt material purchases, McClinton -Anchor for asphalt milling sales, and Northwest Arkansas Quarries, LLC for aggregate material purchases. Staff recommends utilizing McClinton -Anchor as the secondary supplier for asphalt and aggregate purchases, for use on an "as needed" basis, in the event that Kiewit Southern Co. cannot supply the necessary materials in the time frame required to complete a project. Kiewit Southern Company has the lowest unit price and overall bid for asphalt materials. Bid 08-13: Staff recommends awarding the Truck Hauling Services to Sweetser Construction, Inc. as the primary supplier with the option to utilize other bidders based on price and availability, in the order as follows: Patricks Trucking, Doss Construction / Trucking, Roll Off Service, Inc., Northwest AR Trucking, S & R Trucking, Les Rogers, Inc., and Central Group, LLC. Bid 08-29: Staff recommends awarding the bricks bid to ABC — Central Block. Budget Impact: Funds for the acquisition of these materials and services have been budgeted in the Trail Development, In -House Pavement Improvements, Sidewalk Improvements, Scull Creek Trail Corridor, and Transportation Bond Street Improvements Capital Projects. Sufficient funding is available for the 2008 purchases. Attached: Bid 08-05 Thermal Striping Bid 08-06 Reflectorized Paint Markings Bid 08-07 Curb and Gutter Bid 08-08 Topsoil Bid 08-09 Hillside Gravel Bid 08-10 Concrete Bid 08-11 Asphalt and Aggregate Bid 08-13 Truck Hauling Services Bid 08-29 Bricks J J! J J J \ N A W N J p tD 0o V Oi N A W N J 3 0 c-.1 r m m W 2 e o N A A w fl-law m z 0 0 0 » e p ' m o o o , o o o 1 0 v v m o o : ° a a m D?? m90D n v a o 0 3? 3 3 3 O A 0 3. a a x Vl x x x m m1° m D c D D D 0O ≤ 'm 3 3 m a M m m Cfl r CN N N W n N N N N = A A A 3 Z N = N W O O C m C L 1 l V A 9 9 m w a j mp `2 J! x W W N N ! J J N N IP M H p o o$ A o 0 0 0 0 0 0 0 0 0 0 0 �. o a J V .^J c y v vj va to to <n E» 6`1 <n Fn cc D O N t0 ^ C (OTf O W W N N (VD O W m S m Qr o 0 0 0 0 0 0 0 0 0 0 0 3 d a O 3 0 0 0 3:0 3 w jm� a 0 a! N a k I (0 1Tp N Iv N O N O Ul Ol p v N OD • o o y, 0 0 0 0 0 0 0 0 0 0 0 a < a 0 0 0 0 0 0 000 c00 0 00 0 oo y a 3 Z c 3 O n y v Q m D a ! w w w N N O a (o m A ^. r 0 0 T O O N O O O O N N UN N R 1 po 0 0 3 0 0 0 0 0 0 0 3 m O Z 0 m 0 n m a 0. o> ° w v+ vv Ri w en sv f» ea n en ! w m !fl:: 3 •.A.IN) A W A A! W N a V O O O N V O O 01 o o N NO V 7 - D N O O (y O O N O O 00 0 O O CD O 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 O. C 1 N gen w Ev Ev n w el v m 3 a U 1: a a a --- o 0Q 0 0 O OO O O ry ON N N i ffi (q fA 69 (A W pfflj j Y' Q] O O O A (OT( VOi N O O O O O N N N N 0 3 W W i A 0 0 0 V r 0 0 0 0 0 N O V N 4 "� G I•& O Np O O o O. O O O O O O O 0 C .�i- I y�\ O t0 y J T yo A W N � 3 •--.,: 3 y� N N yNQ J D cd n n 0 Nn N N y N N" oA 2, § t (i (i '£ aF O m � = i —r i 5 n s a o n o c Y4 I ud O lQ 2 3 e N _� a Z n L C,_.,. o vv y Fi '^ = m c (ft Gcoo o D pp<pp RR a F nR C) n 3 m y 6 4 CH.. r o: m t__ y.. I A u « w T D m 0 V v p J o x " a $ 0 $ 0 $ 0 $ 0 $ 0 $ a p O V 0¢ a 6 2_ 6 N 0 y i a a Lj «« J P m o '2 V..:. M C OO Op T O oz m o 0 J b o 0 0 O � 9 g g g o m s v 0 mZ� m m C z z�+r T alt D D D D o S D > > p O pN O N P 3. 0 a_. 0 S m o c 0 o O o O O• '< 3 MM A_ U m ? Vi O O O N '-''a R a a a A N r a a a O o p (n Q A u p a n 0 m 1,0 « X D O o J g 0 pa a N 6 N W P N O fJ VT V 9 If O Gb pN O a bo pO D O 0 m O J 3 v a N N m y y y O 10 L m Z J n S m o A 9 44 a o o N j O F (b Ql n N a c Q1, n N N N m p O C 7 O o• 3' !' 4 0 W p o P U N j N N m d J n V 8 A T 0 O N O `� O O p 0 p0 0 O O O O O O In11 rn O to O O J u o g o g u x m J n o E a a o z z o a CO m o n o a ,N. D a n « v uQ « « v m� y c m m V 9« J 0 N N GG Q S' g 0 g CC G A Z n N g g g o o g o m rn 0 eo 0 A t of CD m m D m r A g O g bn O m u x m £$ v m O D 0 J. O • O a a a a ry G) 0 a a 0 a 0 pr O 6 n 4. (p W W M « ti m n r9 0 N d P> d W 9'4 J V V O N N g N V A n$ O V O O O O N m09 n o g o o g g o o 44 � � Nv m n v N m O u O n O O A O H G1 0 O O • 0 0 O O 6 p « 6 N 6 n n 6 a m r C a a A N N « W F fl P ' % 9 i O y b J 'q w {N� N N O V pN pO p N O 00 m 0 O n 8 O O O O 0 9 N P T p m NJ 'n "' mzzi $ Z$ Z$$ 2 2 2 0 D. 0 0 0 0 0 0 0 o a 0 o n n QQ11 H n o g'.. u gM S m J J � g Nii of N mm a O N 0 m ra I` —fir. I a ti4c EN • tt 4 y4 a t C rr...ifJe It 0) Co O a 9 m g r C y W n O qp O c O W O O O a 0O a a a a N 'N : a a Oi Oj m m N a m m m m m m o 0 0 0 $$$$$$ m Z Z Z Z 2 V z z N n 2 ry In 0- N N - W a 00 C w g 800 O g Y 000W WczY Qp N? N °p _.:I 6 w m H a o m 0 NN m c O J w v v v v v N v a N 4." N N = v v m m m m m mm m hi 0 z 0 z 0 z 0 z 0 z 0 z 0 z n 0 0 z 0 z C m z III I - n $ 0 d u O O (V (V JI n O'' W W N N p w w n •0 0 0 o u CCZ52 O W p O b0� 2w K gi N r g rm CM C F 3 xW N N N tot L m m m m m N N d 0S ¢5 J 0 0 0 0 O n 0 0 Cj m 2 2 2 2 z z z yp1 n 2 ry ry o 'Ors gi n J V yWW 4,- N w w O N o O O O pp O p O O W z U O p 000Q yj O R N N N C N 00 Nyy . O O N n n -4. 17 ~ N N m N O Q r W v mmmm o a a v m N N m v m v 0 q $$ 22 Z m Z z O n t 6 a 100 o m n 2 w U w H"'" wN N O. C O n p O O p O O 8 O O > W 2 U o O O p O N O N r q Y F n d o N o f0 V m m tO n p N N GN ^N a N N d G . dNN W y a m o' m m U d n N m V 6 yC $ z $ M 0 z r" yy N O L E N d 2 e m m e o o N N m 0 0 n •_ U w Q U w gg S N $ N w eIn N » V G NO C x w 8$ N0 o 0 0 p C C 0 0 0 n r n w w N C N W v o a a a m 4' U N u 0 00 V Q> O Z f0 Z f0 Z 60 Z Z _ m O$ +N Y„� n• m V EXW C n U m .._fin n U N N 4n 0 N IN N I. f a � Co aT w R O p o E W z0 9 0 QR E O p o w a ^ ^m N ry E 'E E 'E E E 0 E W N W N W V 5 r N E W N m OZ o O O s dJ 3 N LLgO m� O O z a V N N n o 2 g 0 00)J J a 'C 0. r1' o N V) N c m i ao CO g o 0 o e_O! w w o4 0 0 0o 2 S N e E r C W O m G5 40 0 0 0 m "� d O o 0 �$$ 0 m$zzz0zz . C c W z 8 m roi, d 5 ow n'"1 I S a a c 300 00 52 N R N N N 0 �i N W ya; N = W C m c m N m 6 C Z m 0 O • E w E Co m II. N 3 E 0 y Y O m m W N 0 N V Y d j N LL V ) c0. fl 0 r a C of O a yp c '� 9U g 0 U N O > Y w R 0 0 A ; mJ g a � Z E t EIL b v RIL O' �.V 2 YI S U N ,'j F . 9000000 0 5 b m a (7 x 'f E N r y earn O'm C' g .mm..d 7 a — N 10 O N (O r 0 N v d N Y S E 0 C C, C 0 v n E E C C q W E \ Q p O ' � N I d `o 0 O N N O Z >/ 1 J o S 0CN Y F d O O 2 W a a a a p O a a a a a w H a (C0 N at W m (E W z 0 z 0 Z 0 0 9L Z l 9C z z yr Z w d 2 L N C.ry W w C S C W O, O S S S ° w2 (N N W m' C F d Np m rj �rj 10 w V C O- W Vv -Do a a a a a w H a a N (L 65 [a V W ccz 0 zzzz z zz gT d u ry ,fl o ry n yN, U W a w w w w K 6 @ O S 8 O S S = =p N N O ry o p N N 8 n ° •m �i W W to e4 w p w 0w GS an d m d d O Z 0 2 0 2 0 Z O z 0 Z 0 Z N S o S L d J N V] N N V W q - W •ow w 4, 6o N W S S O Sp O R 8 o I U N O S N S N N ryp yj m ry of •- y' O vv -Do a f Cl N$ w ry N of p r N a a Ew p m 3 z z z z z m z z Q ¢ - C d Z m o o m d ° U m 2w 1I N w N W M d G C W S c S p S S O Z V 4 0 0 o R vi YN n O K �TYi'i e g Yi e r ei c N F d Q (V t; V Y r r4 N.l O pLL L] W qA h W N y a a a p GV V C a Q@ N q p C 0 N Y C Z Z 0 z N u zti .w m N d u G 8 m S. S N m ry gi N d = 0< W $y m N $ n u w w w ° w w 0 N W 8 Sp OpS 5 O O N W m a 0 C J a r of w w w c R j2 OW v o a a a g a u N m d m '� Z pG Z Z z y z w EH du d s w uQ w w W O n T 0 88° o O W I V S oO p o O N N d 0 0 N S °' k' i N N S 'O m 'E Y 'E E 'E E E El E N m `C w �O2 •• N_ W w .Na p O 0 0 0 O w m g o yLCn� w w `L Z L w Z N y N y N 0 d V Y V Y d W U 41 Vl N t7 N N N 6 YY N N w '4 u 8 ° $ o S O U W O, S Si 2 z r w w» w w foto S O N fa (0 4j R5 o N d 43 U 0 0 0 0 C z 0 Z d n m 0 d L Y u W Q 9W n n rQi, c iN -sip 8 O O S .Q a p N O § 88 O� O O R�� NISI W ;Q U Q a a. Y EE Y U N b N h YC ry f u Y d N LL 6 c C a r u E E 9 a n m j LL In m E :y D 9 S A q yy a m 10 *0 (fl U' >O C 3 TOJi • m aN -p Y m 2 Y $p i A�t S N S U ELL Ni Y L. F • Z � � W K m C SAO U yO yY yY yO w E ' LU . l! b $ N Yw u ns b mE 0 2 f U) L co w L Y L G C> N V 3 a<7 AS S <"°- << Y N 4 N 1"! O N (D r W W M9 r Eq C O E a `O O u 9 j 3 ^'V\\yVV}ll w U f N Q N z r i- r-.. — -sue a —.a..� �.� o 2.29.08 Clarice Pearman - Res. 26-08 Page 1 From: Clarice Pearman To: Apperson, Ginny; Franklin, Perry Date: 2.29.08 3:57 PM Subject: Res. 26-08 Attachments: 26-08 Bulk Construction Materials.pdf CC: Audit Perry/Ginny: Attached is a copy of the above resolution passed by City Council. I apologize for the delay and inconvenience. Have a good weekend. Thanks. Clarice