Loading...
HomeMy WebLinkAbout08-09 RESOLUTIONRESOLUTION NO. 08-09 A RESOLUTION APPROVING 'A CONTRACT WITH DECCO CONTRACTORS -PAVING, INC. IN THE AMOUNT OF $2,467,237.77 FOR CONSTRUCTION OF IMPROVEMENTS TO MOUNT COMFORT ROAD FROM 1-540 TO ALPINE AVENUE; AND APPROVING A 10% PROJECT CONTINGENCY IN THE AMOUNT OF $246,724.00. 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 approves a contract with Decco Contractors -Paving, Inc. in the amount of $2,467,237.77 for construction of improvements to Mount Comfort Road from I- 540 to Alpine Avenue. A copy of the contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a 10% Project Contingency in the amount of $246,724.00. PASSED and APPROVED this 6th day of January, 2009. APPROVED: LI NELD` DAN, Mayor ATTEST: By: SONDRAU. SMITH, City Clerk Treasurer i Chris Brown Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 1/6/2009 City Council Meeting Date Engineering Division Action Required: ee-5, Ose-09 Operations Department A resolution to award a contract to Decco Contractors -Paving, Inc. in the amount of $2,467,237.77 for construction of improvements to Mount Comfort Road, Hwy 540 to Alpine Avenue, and approve a project contingency of 10% in the amount of $246,724. 2,467,237.77 Cost of this request 4520.9520.5809.00 Account Number 06035.1600 Project Number 23,992,298.00 Category / Project Budget Mount Comfort(Shiloh/Deane Solomon) Program Category / Project Name 5,480,608.91 Street Improvements Funds Used to Date Program / Project Category Name 18,511,689.09 2006A Sales Tax Construction Remaining Balance Fund Name Budgeted Item X Budget Adjustment Attached '0.12 L Department Director G,410,1 Avl"t/44 City Attorney Finance and Internal Service Director Mayor Comments: l7 o Date 2 ci Date 12,,,.5 -� Date Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office EPe6 'cam r lJ.wUe1k Received in Mayor's Office City Council Meeting of January 6, 2009 CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Gary Dumas, Director of Operations From: Ron Petrie, City Engineer Date: December 17, 2008 Subject: A resolution to award a contract to Decco Contractors -Paving, Inc. in the amount of $2,467,237.77 for construction of improvements to Mount Comfort Road, Hwy 540 to Alpine Avenue, and approve a project contingency of 10% in the amount of $246,724. RECOMMENDATION: Staff recommends approval of a resolution awarding a contract to Decco Contractors - Paving, Inc. in the amount of $2,467,237.77 for construction of improvements to Mount Comfort Road, Hwy 540 to Alpine Avenue, and approval of a project contingency in the amount of 10% of the amount bid ($246,724.) BACKGROUND: Mount Comfort Road Improvements are a part of the Transportation Improvement Bond Program. The project includes major intersection improvements at the 1540/Shiloh Drive Intersection, relocation of Shiloh Drive to the west, signalization of 4 intersections along Mount Comfort, and widening of Mount Comfort to 4 lanes from I-540 to Rupple Road. The improvements have been designed by Garver Engineers. DISCUSSION: Bids were received on December 16`h, 2008 for Contract 1 of the improvements. Contract 1 includes relocation and realignment of Shiloh Drive, widening of Mount Comfort Road from 1-540 to Alpine Avenue, widening of the southbound I-540 off ramp, and signalization at Shiloh Drive and at the southbound on-off ramps. Eight bids were received, ranging from a high of $3,471,450 to the low bid of $2,467,237.77. The low bid was submitted by Decco Contractors -Paving, Inc. of Rogers. Decco is a well-known local contractor that has demonstrated their ability to complete a contract of this size and type. Garver Engineers has reviewed the bids and prepared a bid tabulations, and also recommends approval of the contract with Decco in the attached letter. 1 City Council Meeting of January 6, 2009 BUDGET IMPACT: This Contract will he funded with a portion of the 2006 Transportation Bond Issue proceeds. The contract amount plus contingency is within the original project estimate of $2,739,660 for construction of this portion of the project. 2 RESOLUTION NO. A RESOLUTION APPROVING A CONTRACT WITH DECCO CONTRACTORS -PAVING, INC. IN THE AMOUNT OF $2,467,237.77 FOR CONSTRUCTION OF IMPROVEMENTS TO MOUNT COMFORT ROAD FROM 1-540 TO ALPINE AVENUE; AND APPROVING A 10% PROJECT CONTINGENCY IN THE AMOUNT OF $246,724.00. 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 approves a contract with Decco Contractors -Paving, Inc. in the amount of $2,467,237.77 for construction of improvements to Mount Comfort Road from I- 540 to Alpine Avenue. A copy of the contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a 10% Project Contingency in the amount of $246,724.00. PASSED and APPROVED this 6th day of January,,2009. APPROVED: ATTEST: By: By: LIONELD JORDON, Mayor SONDRA E. SMITH, City Clerk/Treasurer Garver Engineers, LLC 1068 East Millsap Road Fayetteville, AR 72703 479-527-9100 FAX 479.527.9101 www.garverergineers,cOm December 17, 2008 Mr. Ron Petrie, P.E. City Engineer City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 GARVER Re: City of Fayetteville Mount Comfort Road Improvement - (Contract 1) Alpine Avenue to 1-540 Recommendation of Award Dear Mr. Petrie: ENGINEERS Bids were received for the "Mount Comfort Road Improvement - (Contract 1) Alpine Avenue to I- 540" project at the Fayetteville City Hall - Purchasing Department, Room 306, at 2:00 p.m. on December 16, 2008, and they were opened shortly after at the Fayetteville City Hall, Room 326. The bids have been checked for accuracy and for compliance with the contract documents. A tabulation of the bids received is enclosed with this letter. A total of 8 bids were received on the project. Decco Contractors, Inc. submitted the low bid for the project in the amount of $2,467,237.77. The Engineer's Opinion of Probable Cost was $3,424,537.10. We believe that the bid submitted by Decco Contractors, Inc. represents a good value for the City of - Fayetteville. We recommend that the construction contract for the "Comfort Road Improvement Contract 1 — Alpine Avenue to 1-540" be awarded to Decco Contractors, Inc. Please call me if you have any questions. Sincerely, GARVER ENGINEERS, LLC Lance Heil ger, P.E. Project Manager Attachments: Bid Tabulation L:1200610605.12(X) FayAR Mount Comfort RoadlSpecitications12008-12-16 Recommendation of Award Contract 1.doc Florence. AL • Huntsville. AL • Fayettevitle, AR • Hot Springs, AR • LitUe Rock, AR • Brandon, MS • Norman, OK • Tulsa, OK • Fraridin, TN • Frisco, TX Bid N. 06-73 BID TAB - MT. COMFORT ROAD IMPROVEMENT CONTRACT 1 ALPINE AVE. TO F610 Timm/0 Butitlan, W.. UNIT PRICE TOTAL 8 g n. 8 88888228828828222222228888828822888828 g 8 g 8 8 g ti 8 8 4 8 ry 8 g 2 8 2 8 8 8 8 n 8 22ry 8 a$ 8 .. 8 IA 8 » 8 n 8 ry a 8 a 2 8 ry a 8 R Rn 8 a a 8 8 2. » 8 R a 8 » 8 3 8 E3s.2,23'33.,gEggEggEg « 8 g a 8 » 8 8 8 .. 8 _ 8 .. 8 _ 2 » 8 g "'2 8 a 8 2 8 a 8 G$ 8 8n;8- 8 .. 8 2 g 8 a 8 8 .. 8 R 8 .. 8 2 H.. 8 .. 8 2 8 a 8 g 8 .. 8 2 8 a 8 g 8 a 8 _ 8 .. 8 _ 8 Y .. 8 A 8 x .. 8 a 8.' 8 .. 8 E 8 s .. 8 8 s .. 8 8 R V. 8 8 s a Mobley Cannaeten, Yea. UMT PRICE _ TOTAL 3 a a o 5 g 2 » ry a S g 3 w A. S 4 VP R R 2 - et S nry 2 o » o s . N8 8 5 S 2 4 .. 8 »»» R» P 8 » o « n a x 3a 8 R » » » r « 3, » 0 « E- VI » a » g s .. S_ s » 8 5. R v 4 V 3 5. » 2_ g « 8 5 » 8- 3 » '5 _%S .' E M .Sj m t ES 88 S .p 8 w '_ 8 8 8` 8 w 8 8 w 8 2 8 w 8 2 8 M 8 3 B w S 8 M 8 ry 8 a 8 8 w S " 8 w 8 a 8 a 8 8 a 8 8 8 w 8 s 8 M 8 Q.. 8 M 8 8 M 8 S M 8 n 8 n 8 a 8 N 8 a S w 8 a 8 n 8 g 8 M 8 g$ 8 w 8 8 w 8 8 8 w 8 8 8 .. 8 F 8 w 8 R 8 w 8 s' .. 8 8 a S. F 8 N 8 o- 8 r 8 8 8 M 8 R 8 M 8 p M 8 8 M 8 8 1 LI `s e.g k ... 8 em V 8 8 « 8 8 g- I, w 8 ........aa•.....,..____- 8 « 8 8 o » R n » 2 a_- a 8 8 a 2 a 8 a 8 « i a w .X w R A w S w 8 8 2 a R R R a 2 r w 8 n a 8 .»a,.. R o a 8 -$ .. 8. R .. 8 8 s .. 38 ry .. n .. 8 a... 8 0 ry r R .. 8 R g IS 1240.00 0 1240.00 82 aNMMMV a .. a Gas 2. R g am 8 m .s R ry as 8 8 as 2 V 7- us R V 9 as Tomlinson UNIT PRICE TOTAL 22,000.00 t 22,000.00 8 g "' 8 g a 8 ga R 8 g- 4 8 R a 00050001 t 00051 t „_ a » R m a 8 a g $ e- a o R x~~ » R ry » 8 8 R- -. a 8 8 » 8 ry 8 o « 8 ., 8 o ., 8 .' 8 » 8 a 8 » 8 g 8 B a 8 - 8 2. .. 8 2' 8 » 8 g 8 8 « 8 8 o 8 8 « 8 g 2. 8 R » 8 g 8 gr,g « 8 g "' 8 » 8 8 » 8 » -„ 8 a 8 8 a 8 n'- 8 g a 8 R 8 .r 8 E - 3 .. 8 S - 8 `. a 8 s ti 8_— as .. R g- g 8_ .. 2 V 8 ti 8 F. a 8: 8__ 1 .. o A .. 8 ig. o E 22828828888 n- $ 8 a 8 8 .. 2$ P 8 8 » e 8 - . R N 8 R » s o 8 �' .. g:: a a g 8 ^ a 2 8 "" .. ti a P. M a 0000011 t 95 sc 8 ..^. 8 x « 8 8 M: a 8 X 8 » 8 a M » 8 8 8 1g » 8 r. 8 .' « 8 8 3 V 8 rv$ 8 8 « 8 M 8 « 8 n M » 8 8 a__. 8 g .. 8 8 8 R .. 8 8 8 a 8 8 8 8 a 8 8 7 8 g a 8 8 .. 8 g$ '' 8 g .. 8 8 g a 8 .: 8 -, .r 8 2 '' 8 R .. 8 8 g 8 a .. 8 8 t 8 o .. 8 8 o 8 R .. 8 8 4 8 g a 8 8 4 .r 8 a a 8 R .. Tat* Ms Dawbprnwlt UMT PRICE TOTAL 2 ry eV 8 g 8 .. 8 g R VG 8 g 8 a 8 .. V 8 g- 8 .. 8. a x .. 8 x V 8 8. _ 8 R .4i GS 8 - 8 a ., 8 o » 00'000'SC S 001 t 8 'Rn r_ 8» a 8 3 ry ry a 8 'a 2 g»» ry .. a .. a 's . » 8 a. . R ,. » 8 . .. a a 0 .. ,„ a a 3$ ,. ry » v7 v g » P 2 .. 9t » 8 - R a « 8 n a•. '. » 8 .. 3 « 12 ' .. 2 . 88 2. .. 8 v » - .. = » P. » .. s R' 8V 2 ry » s 8 at 8 8 ry .. g. .. VP 8 8 .. 8 2` - V 8" m - .. c .. 8 - c 8 ry .. E S FV P .. g w 8 .. 8 . .. 8 .. 8 o : » 8 a f ^• .. a .. 8 o 8 a .. Noce Contneters-PMq Inc. UNIT PRICE TOTAL 8 g - Rg 8 .. 8 8 .. 8 S 8 •• 0. 8 R a 8 8 a R .. 8 8 a 8 R a 38 S 8 a 8 .. 8 R » 8 8 - » S 8 8 » 8 8 6 a 0 8 » 0 x a 0 .. 0 0 » 0 8 g: « 0 0 » 8 8 « 0. 8 0 » 8 8 8 .. 8 .. ry 8 a A. n 8 g a 8 ry 8 S .r 8 r 8 8 .. 8 8 8 a 8 _ 8 .. 8 8 S V A 8 R .. 8 8 .. 8 8 .. 2 5 .. 8 g .. 8 .. Enp$n.Us Estimate UMT PRICE TOTAL 88288828828288282888282228288885282885 8 g V g ry 8 g GO 8---« 8 g SP .. ry .. R a 8 s « .. 8 t » .. t. « S .. 8 a S P. .. 8 a in. .. 8 .. $ .. 8 `. .. _ .. 8 a - .. s .. a r, .. a .. 8 a 8 S a ti a ., a 8 8 .. .. 8 R. .. V" - .. X .. 8 S__ .. 8 a - 8 V A," .. .. .y 8 a .. $ ". a 8 g .. 8 - a 8 g a F .. a 8 E a 8 2 a 8 8 a g rv` a 8 g a 8 .. 8 8 a g » 8 8 .. 2- a 8 rv$ a g, » 8 » E a 8 a » g » 8 a a 6 n' .. 8 .- » a 8 8_ a r » 2 e .. 8 2 5 P 8 u a Y 1 Y 1 A nU 6 20 5' Orae Inln (Type MOI 1 8 2 z su x U U `I 8 z It ti 11 8 m 1 8 Township OuWora, Ort. UNIT PRICE TOTAL 8 a 8 a 8 e 8 R 8 8 R 8 8 s 8 8 w 8 8 8 w 8 d 8 6" 8 ff 8 A- 8 o 8 8 8 R 8 R: 8 - 8 8 ' 8 o 8 n.' 8 8 8 8 3" 8 8 8 2 8 8 y 8 S 8 E 0 600.00 $ 2,400,00 8 E 88288828828228 2 8 R 8 w 8 g w 8 a^' 8 8 8 8 t 8 8 8 w 8 8 8^ 8 s 8 s a 8 s 0 0 TBD g8 2 49 8 g - S 2 0 8 - Mobley Contractors, Ins. UMT PRICE TOTAL ««««»«» » in 4 s 0 S a'17 w E n"- S $ o g E 8 3 S °a " a R 8» " a 8 R 8 S w w»« A w a 8 g w 888 n R E E 8» w a. R w n ^ t 122,715.60 0 122,756.(( I S it. 8;',-,r2,12.,,,,%88 74 a E w_ g 8 8 S w a g w^ a F. ' g 8 g$ o 8 8 g - 8 - 0 0 0 m R R s i' a z89 88 » 88 »» X w 100((0'1 S mitt t 8 8 w 8 8 w 8 g w 8 n 8 R w 8 a" w 8 w w 8 w 8 g w 8 .$ w 8 R w 8- " w 8 w w w 8 S w 8 ea' w 8 a w 8 r w 8 8 .s 8 w a w 8 - w w w 8 8 - 8 $ w 8 $ 8 n w 8 iE 8 8 § w« 8 8 w S w» 8 g p 8 gg 8 S 8 g R p8 8 a-- 8 « 2 a««» w w« 8_ 8 e x 8 - w 8 8 r. w« 8 it a« 8 " 8 8 as 8 E 8 n 8 p w 8 - 8 w '" « TBO TBD - 88 w « 88 w «« w .. w APAC Arkansas UNIT PRICE TOTAL E w n- w 8 w 8 8 S w 8 9 E V. 8 S w 8 a E: « P 8 w S " g n w 8. .= a. « PI 8: w R E « Pt w o « S a. = w R 8. « R R 3 w S 8 E « 8 'a S S B « w S g. 2. 8 w w S 28X S$ » S - 8 w S 2 w 8 8 .. 8 3 « 8 S « 2 S 3 « 8 R « r. An « R 8 « 8 « 8 8 « 8 0 F 0 m `1-60 88 « 88 0 12g tni 8 8 w 8 « w« 8 R w 8 g S w 8 g S w 8 g 8 w»«« 8 2 w 8 g VP 8 P- 3 w 8 3 10 8 01. 8 : 09 8 w 8 a IN 8 w 8 VP 8 w F w w S w w 8 49 8 w« 8 0 8 8 n 49 8« w« 8 8 E 3 S w m001t'tl t 0001('01 t 5 S$ S a « 8 8»»» 11 w««» 8 E 8 8 a 88 Sp'LSL11 L SS t S 00.00t`Y 0 00'0E t 8 8 « 8 8 w a« 8 w 8 w w« 8 8 8 m m CELL a 82 8 «« 8 ow 8 I b.. UMT PRICE TOTAL 8 �i 8 . IA 8 8 g. « 8 8 w 2 3 8 8 « 8 8 8» X « 8 a w S 8 -A « 8 8»» » 2 "- » 8 » 8 8 w 8 5 8 » 8 w 2 a - w 8 8 w" .. 8 8 w 8 o 8 _ w 8 a 8 " » 8 8 88 ^ F. w w 8 ^ » 8 8 2 » S 8 g« w S- » 8 » 8 w 8 a w R R » 8 R w 88 w 8 R w 0 016000 0 2051.00 828Z8 w.« w 8 V. 8 w 0 m r 0 m r TBD 88 88 S » w TWA Ws Dndop sant UNIT PRICE TOTAL 8 at w 8 N 8 w»» 8 R 8 A 2 R 8 s 8« R 0 s w :. 2 "s w» 8 a- 8 3 8 8 2 w»» 8 8^ ^ 8 "a 8 8 x 8 a 8 3 w 8 8 8 s w 8 N 8 x w 8 « S w 8« A 8 e w» 4_ 8 a 8 8 2 w»»»» 8 8 8 R 8 R 8 8 x 2 8 8 ^ g 8 2 8 g E " 8 4 w»» 8 S .. 8 2 8p S R 8 2 8 a" 8 2 w 8 8 3 w 8 a 8 2 w« 8 a"" 8 o 8 8 F3 w»«»» 8 8 g 8 Q x - as g 8 8 K 6 g 8 .s m [TOD TOO 88 g » 8 y X a a w 8 w 8 ° .. 8222882288289888982822899$8$28 88 R_ 8 71- w a. S - 2 « 8 w$ a 8 R 41 w 8 w« 8 8 R 5 «« a 8 8 w 8 e 8 R, w« 8 a« 8, s a w w R: 41 w« 8 0 8 «« 8 8 w» 8 TBD TOD » a 8 s 84 Q A W a E w a 8 e « 8 8 s « 8^ 8 E - w 8 r w 8 7 8 s w « 888 8 a 8 t' w 8^ 4 8 « R 8 s 8^ w 88.88 8 3 « R 8 8 a 3 8 w 8 a « 8 8 x w 8 8 E n a " 8 E_ a 8 S. 8 E = w 8 8 8 8 3 3 = o w w 8 " g$$$ 8 E - « 8 L'S- 8 s - « a n 8 E w 8 n 8 x w 8 8 o- e w 8 8 w 8 8 "s_ w S 8 a a w 8 8 E a w 8 8 E - w 8 E 000ttcl t 00 Sr t 88 - w 88 nwi E e w 8 m m m' 88 s a w 8 E E rr w 8 g BIE No. OS -73 0 0 0 0 K 5 0 0 1- Townahlp BLeklAn, Inc. UMT PRICE TOTAL 88882828288888822828282888828888288888 a; $ » S$ - R N ' n E. 8 3 n 8. 8$ 3 8 8 3 n 8 R 3 N 8 N 3 8 R E 8 8 s 8 8 » 3 8 N 3 8 8 3 8 3 3. 8 8 3 8 3 3 8 8 3' 8 8 """3335333 a 8 s 8 N 8 n^ 8 8 6 8 3 8 3 8 3 8 3 8 3 8 a 8 3 8$ 8 g 8 R 8 a 3 8 8 s 8 x 8 21 R A 1.7- 2, TiL ^ 8 $ 0 8 N» R 8 m 8: S n 8 8 S^ o g»^» » 8 S 2 2 u t t ' o - ^o, 3 '- R o 8 $ 8 8; N .. 8$ r. S»:: .X S 3 ^ 16 $ e y_ e ' 6-' 8 n F1 '» e n S N N.E.C. YI0. VMT PRICE TOTAL S B 8 8 8 8 8 8 8` 8 8 8 8 8 8 8 8 8 8 8 8 2 8 8 2 8 8 8 8 8 8 8 8 8 8 8 S 8§ r. - 3 n i 3 .. R 3 R 8 3 3 R 3 R 3 3 3 R 8 aa 8 8 8 8 8 8 8 8 8 S 8 8 8g 8 8 R,8 8 8 8 8 8 8 8 8 83 8 8 84 8 8 8 8 8 8. »$ 3 3 N-- a^ 8 3 8 S. 8- .- N «, .+ 8 § a S S R 3 n» a» APAC Artrnaa UNIT PRICE TOTAL 8 $ 8 8 8$ g8 A 22r.882,8222822822888.82 22 88E8 3 3 f 3 3 e 3.= 3 3 8 3 R m n 3 A. a 8 R E, S ,. » » » » » » » » » » » » » » » » » » » » » » » » » » » » » » » » » » » » » » 12:112g888088A08088.88288808802.888I 8 8 8 R 8 ... » 8 8 8 8 8 8 8» 8 8 8 8 8 8 8$» S»»» 8 8 8 8 8 8 8 8 8 8 8 8» 8, 8 8 21 8 8 m 8 8 8 8 8R 8 2, .5-r - 'N, 8 8 8 8 8 8 8 22882 8 5 2$ 8$ 88 8 8 8 1 05,00 S 7,230.00 88 00'0001 S 000001 S 88820888028888888288888 ' R s s 8 S g,§ 8 5 EA 3 63 A o n s» 5 5 a a 3. 3, .3 R 3 3 3 3$ .. H a m N R 1:4,,- A_ n n N r o N Vr t R- A' » Swophr ICE » » » » » » » » » » » » » » » » » » » » » O. » » » » » » » » » » » » » » 2888888828 a 28 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 n n o »» 3 » »8 IA ol 1.9 94 WI »»» - - r»»»».»» .33,33"3F- a - N 8 8 8 8 8» 1000001/ S 00000'0 0 8 8 8» 000LZ S 000SZ 1 88882222%21.." 8 8 .9.1 1822A0I1 $ _2730.00 S 3123000 8 da 8 8 8 8 8 !!f 8 R't. 8 8 ti 3 IR F-=' to ow ow ., so 8 ^2F.3,63.5 8$ a. 3 3 4II. !!! of ^ s s- 8 8 8 8 8, 8' 8 8 8 8 8 8 R, R S 2 r 8 8 S 8 8 8 8 8 8 S 23RR»»»a $85"''s"" s.,.i»» 35 R�323»». p n n R a�»»ar e ei e. ° W 8 8 8 L. 8 8 8 8 8 8 8 8 8 8 8 8 8, a S- 8 8 8 al 8 8 8 8 8 8 8 8 n 8g 0ac Englnwrs Esllmab UNIT PRICE TOTAL _ UNI' $ $ $ 88 g8802. 4288888888228888288888888828LI R o R§ R 8 R 3 1 8 3 E R 3 3 R 3 3r» 8 Y 3 3 3 3 3 8 8» 282888888828888888°8888888888888 888848 o 5' 8 8 8 R N 53 8' ti» e .3 8 8 8 -^^ 2_ N 8 S$ 3 R R 3 8 33' 6I Jj 3.. 1 i tli 88 2 2 0 iT 6 a 60 s n 5 _ aF 7 s. 5 00 Non41.040c Ccnd 1111 1 5 6 w 2 6 6 w AR 25 vs ,ta 5 R5 6E 3 6 z i 1 ` s5 w 2 1 5 3 1 5 w 5 5 8 S 8 5 s Z m MD TAB- MT. COMFORT ROAD IMPROVEMENT CONTRACT 1 ALPINE AVE. TO 1.040 Township ItWtldsn, 41c UNIT PRICE TOTAL 8 _ 8 8 8 8 3 8 8 n 8 o 3 3.700.00 3 7,400,001 8 8 8 w§ 8 8 1 .. 8 8 8 n 8 S 8 R n 8 n 8 n a 8 8' 8 8 o . 8 n 8 R r. 8 8 N 8 3 a 8 a 8 8 N 8 8 N' 8 3 . 8 A 8 1 8 8§ 8 8 8 8 m 8 ry 8 R 8 n 8 . 8 S 8 3 8 a 8 8 a• N 8 e.: 8 8 n 8 a 8 S n 8 8 8 8 o n 8 8 n 8 8 8 8 § e 8 8- 8 a§ n 8 N 8 8 n 8 S 8 ry 8 r 8 8$ 8$ ry 8 3 .n 8 8$ 8 E 8 8 3 8 8 0 t ili n 1< a 1, SI!Esa . i 8 w N 8. g N N o N w 8 N 2 N 8 $ N Sfin w n w 8 n ':,23, w 8 N .. 8 a n -z w n_ X. n $ N W a -3k. N b N 8 - n s w n v w R n A w 8 V ,. 7 N 2 S N .1 N 8 N 8 N 2 8 N a$ -s N 2 N N- 8 4 w 8 ex-rv_a_n N e N- o g N r o R N - N n N w 8 n S w 8 n a w n w 8 R n w 8: N N« g w -3w. 8 a N s' w« 8 w 3 N w a a w4 a w+ g ILEO, Inc UNIT PRICE TOTAL 888828888288888888888888888888888888; w _ N w 6 w S N _ N N s n N 8 N s d n w 3 N w. N .. n 8 w .. w 8 R, o N n 8 - w 8 $ n 8 .. N S r w 8. a N a '. N 8 S N 8 ' n 8 8 o N 8 n w 8 8 .. g n n 8 8 n A - w 8 a .a .v .- w 6 n n N n .6 N 8 ' w § . w 8$ a _ w w N n w N 8. .. . S M 8 f w w 8 .. N a N 8 8 ry N 2 N 8 _ N 8 M 8 E w 8 N 8. E_ _ N a$ N 8 n w 8 A N n N 8 o N n. w 8 v w 3p p N 8 E ti N ry w 8 w $ w N 8 g _ w ry w 8 o w C ! .. APAC *Nuns. UNIT PRICE TOTAL 8 - n 8 8 _ n 8_ 8 n 8' s ... 8 o ry 2 w n 8 e w [3 E00e36 6 12017.101 8 w 28888 . 8 8 w 8 8 n w 3 a n w n - N a 8 3 n w 8 a 8' A n w 8 a n - w 8 3 ,. N 8 n .. n N 8 - - w 7 41 8 n " w 8 a$ Or 8 a N 8 •12 004e0 T SI'e6L 1 8882828822228 s n w ry 44 n w 8 8^ w n N 8 20 a$ w 3 .8 44 ' N 8" 1 orr - i'Zi N a or ry N rob n n 8 ' Or - N 2 n n _ w 8 en - w 0 8 ow g . w 2 a or n - N .22 ow a _ w o or N ~ i ao B 't D 8 - n 2 -' N 8 a- n 28 N R ---, n N 8 S n n N 8 n ry w t9rN E$ w „ 8 .. 8$ « w E" .. 4 N 8 N N a s o w 8 8 .. g ry N 8 8 - 8 ry w 8 N 8 a n N 8 3 w 8 a ti w 8 a N 8 a .. N 8 R n w 8 a ti= N 8 a N 8 a N 8 N 8 e N 8 . w e N „ w 8 N 8 - w 8 $ n w 8 3 N 8 a N 8 1 w 8 .o N 8 1' w 8 S n w 8 w .. N 8 w 8 g N N 8 g n N 8 a N 8 n N 8 a N 8 ,. N 8 EE n N 8 E ti N 8 n N 8 a' N 8 a .: n 8 N _ n n N 8 r w 8 N 8 a n 8 w N 8 R a w 8 w N 8 n w 8 r 8 8 .. n 8 S N 0 n 4 « " 4' r 2888888888222882882585$85585825588882 _ w OP E N 8 w N 8 N N 8 7 N s? N 88 ry N N N w 8 - w - .. 8 n N E N 8 8 N a .4 8 X N s o R M e w 8 M n 3_ n 8 R w w $$ N 8 a n n w 8 1 n w 3 w 8 1.3 w a N 8 N E N 8 e N a w 8 w w 3#$ w 8 S M N 8 3 N w 8 s-_ M s w 8 N 3 w 8 M `s N 8 1 N 3 N 8 8 N 3 N 8 3 N 3 N 8 S .y N E N 8 E- N 3 N 8 N s N 8 s- M a N 8 M 3 .. 8 3 N 3 N 8 3 N a .. 88 1 N 3 N? s N w .. Total elb Mwbp ent UNIT PRICE TOTAL 8 N 8 8 N 2$ N 8 N N g ngg 3 N 8 w $ 0061601 T 0030Pe e 8 r 2 N 8 N 8" n ry n a n rv« ^ N 6 888588888888888838888- w w w w N N w 8 « 8 N 8, w N N 8 w 8 N 8 a § N 8 a N a N n' § N 8 a N 8 ._ s r 8 'S" N 8 a. r e 3 8 Oaceu Cantractwe-Pre* p Inc MT PRICE TOTAL 8228282228288588858• - w 8 '' P. w a- . m N 8 N _ n 8 N N 8 .. P N w .. E - w R 3 N E - n 8 s w `s, w 8 n n 8 w XC n _ N» n ry 2 n s _ N 8 S n N 8 N — N 8 w o w 2 - w n n 8 N - or n n a or e n 3 33000 s 2,730,00 23,g Or 8 n w w s n 8 - N 8 n 8 w ry N 8 s n 8 8 w 8 _ N 8 tg N 8 E _ N 8 SS w 8# 3^ e n 8 e w N. w 8 I. ry w n n ry N a ry Or N N 8 E e. w 8 u N 8 E " w 8 a N 5 3 ry w 8 w 8 E ry N 8 4 N t .. .. r,..- e i w t p 8 8 8 8- 6- 8 8 N 8 8 8 nEgg 8 8" '" 8 8 8 3$ 8 8 8 8 8 8 8 8 8 88$ 0 8 w 8 8 3 8 n 8 a, 8 n 8 a, 8 n 8 8 8 ry 8 a, 88 a 13 20.00 3 10,40000 8 n a - 8 8 3 8 8 a 8 . 8 8_ 8 .v 8 8 - 8 g 8 8 8 8 8 g 8 8 g 8 8 g 8 8 n 100 0007P 3 00600 1 8 8 E 8 8 a 8 8 a 8 8 a 8 8 a 2 - a0i 0 8 3 8 ti uj 1 1 1 6 W 11, 1 a 12 PVc Alter Lin. 666 w � r... 6,6 LL 85 a. 8 w 8 i 666 3 8 a t a 4 W 4 338 0 o i <b 6I 5 O E! �' nEl 1 a g 6. 6 W 16 8 K 1 1 • 8 E MT. COMFORT ROAD IMPROVEMENTS CONTRACT 1 IMPROVEMENTS DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: MOUNT COMFORT ROAD IMPROVEMENTS CONTRACT 1 — ALPINE AVENUE TO I-540. Contract No.: THIS AGREEMENT is dated as of the (411,1 day of in the year 200 by and between The City of Fayetteville, Arkansas and L C Lo . (hereinafter called Contractor). ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: Widening and reconstruction of approximately 1,150 LF of Mount Comfort Road and Porter Road, construct approximately 2,275 LF new alignment of Shiloh Drive, widen and overlay approximately 500 LF of Arkansas Highway and Transportation Department (AHTD) ramp, repair and overlay approximately 1,050 LF of Porter Road, reconstruct approximately 320 LF of Deane Solomon Road, installation of Traffic Control Signal at Mount Comfort Road and New Shiloh Drive, installation of Traffic Control Signal at Porter Road and AHTD Ramp, and construction of associated earthwork, curb and gutter, sidewalk, underground drainage, drainage swales, driveways, fencing, 12 inch water line and appurtenances, 8 inch waterline and appurtenances, 8 inch sanitary sewer, sanitary sewer manholes, water/sanitary sewer services, and miscellaneous related items. The Contract includes work in AHTD Right-of-way and work in City of Fayetteville Right-of- way. Refer to Section 00400 -Bid Form for quantities: ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by GARVER ENGINEERS, LLC. GARVER ENGINEERS, LLC assumes all duties and responsibilities, and has the rights and authority assigned to GARVER ENGINEERS LLC in the Contract 00500 Agreement Mount Comfort Road Improvements 00500 - 1 Garver Project No. 0605-1200 DOCUMENT 00500 — AGREEMENT (continued) Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 330 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 360 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion 00500 - 2 Garver Project No. 0605-1200 00500 Agreement Mount Comfort Road Improvements DOCUMENT 00500 — AGREEMENT (continued) and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - . CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope,' price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during 00500 Agreement 00500 - 3 Garver Project No. 0605-1200 Mount Comfort Road Improvements DOCUMENT 00500 — AGREEMENT (continued) construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 00500 Agreement Mount Comfort Road Improvements 00500 - 4 Garver Project No. 0605-1200 DOCUMENT 00500 — AGREEMENT (continued) 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated 00500 Agreement Mount Comfort Road Improvements 00500 - 5 Garver Project No. 0605-1200 DOCUMENT 00500 — AGREEMENT (continued) in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. F. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 00500 Agreement Mount Comfort Road Improvements 00500 - 6 Garver Project No. 0605-1200 DOCUMENT 00500 — AGREEMENT (continued) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 00500 Agreement Mount Comfort Road Improvements 00500 - 7 Garver Project No. 0605-1200 DOCUMENT 00500 — AGREEMENT (continued) 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: MOUNT COMFORT ROAD IMPROVEMENTS CONTRACT 1 — ALPINE AVENUE TO I-540 8. Addenda numbers one (1) to ( ), inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge.the assignor from any duty or responsibility under the Contract Documents. 00500 Agreement Mount Comfort Road Improvements 00500 - 8 Garver Project No. 0605-1200 DOCUMENT 00500 — AGREEMENT (continued) 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been 'signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. 00500 Agreement Mount Comfort Road Improvements 00500 - 9 Garver Project No. 0605-1200