Loading...
HomeMy WebLinkAbout07-11 RESOLUTIONRESOLUTION NO. 07-11 A RESOLUTION AWARDING BID #11-06 AND AUTHORIZING THE PURCHASE OF CONCRETE FROM TUNE CONCRETE COMPANY AS A PRIMARY SUPPLIER, APAC-CENTRAL, INC. AS A SECONDARY SUPPLIER, AND AUTHORIZING THE SUBSEQUENT USE OF OTHER BIDDERS BASED ON PRICE AND AVAILABILITY, IN VARIABLE AMOUNTS AS NEEDED IN CALENDAR YEAR 2011 BY THE TRANSPORTATION DIVISION 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 Bid #11-06 and authorizes the purchase of concrete from Tune Concrete Company as a primary supplier, APAC-Central, Inc. as a secondary supplier and subsequently from other bidders based on price and availability for the unit price amounts specified in the attached Exhibit "A," as needed in calendar year 2011 by the Transportation Division. PASSED and APPROVED this 4th day of January, 2011. APPROVED: By: ATTEST: By: SONDRA E. SMITH, `City Clerk/Treasurer �4��d 1111 TtP!/ �Df a ovo a FAYETTEV LLE Q 7��•5',.KANSPJ)1® �••••••O „:„N. C:1014 aCis�p® ¶ttevi1e ARKANSAS Bid 11-06, Concrete Beaver Lake Concrete, 100, OACC/,18ktContiderd CGr+crek. BID. 11.00 DATE: 12110/10 TIME: 2:00 PM CITY OF FAYETTEVILLE :Tune Concrete -company 1 2 3 4 5 e 7 0 9 10 11 12 13 3500 P511/1/4" Max. Aggregate Slee, 4" Slump 560.00 830,000.00 562.00. 531,000.00 $87.00 533,500.00 556.85 529,426.00 4000 PS111174" Max. Aggregate Size, 4" Slump 2,500 562.00 5155,000.00 562.00 5155,000.00 0E00 5172,500.00 $58.85 $147,125.00 4000 P$111174` Max. Aggregate size with Fiber Reinforcement, 4" Slump 1,000 567.50 507,600.00 $67.00 $67,000.00 575.00 575,000.00 561.85 561,650,00 5000 P5111114' Max. Aggregate Size, 4" Slump 100 $64.00 56.000.00 $66.00 $6,600-00 573.00 57,300.00 583.00 56,300.00 1% Calcium Chloride Admixture 100 52.60 5250.00 52.35 5235.00 5300 5300.00 52.50 8250.00 2% Calcium Chloride Admixture 40 55.00 5300.00 54.70 5282.00 56-00 5350.00 55.00 3300.00 Air Entraining Admixture 2,500 Included Included Included Included Hot Water 500 $&0O - 51,500.00 53.50 51,760.00 53.50 51.750.00 54.08 52,000.00 Chilled Water 500 57.00 53,500,00 5440 52.000.00 55.00 52,500.00 $3.00 51,500.00 314' Rock 3,000 Included 51.10 33,300.00 $2.00 56,000-00 $2.00 56,006.00 gnilat Plowable Fill 50 51400 570049 50 55&00 $2,90000 575,00 562.00 $3.750.00 53,100-00 515.00 584.00 5750.00 53,200.00 563.85 53,192.50 $52.00 52,600.00 50 5119.00 55,950.00 583.00 $4,150.00 5.90.00 51,500.00 575.,00 33,750.00 14 15 10 Type I Portland Cement Concrete Sand 100 528.00 52,600,00 5126.00 510.50 $21.59 512,600.00 51,950.00 51,075.00 No Bid No Bld Ho Bld 5130.00 520.00 520.00 513,000.00 52.000.00 51,000.00 17 18 Colored Concrete Washout Fee (Per Truck} 1 included 5300.00 535110 5300.00 535.00 5500.00. 5500.00 4icludod 5250.00 520.00 5260.00 520.00 TOTAL BID PRICE= CERTIFIED: 15278,400.00 3294,127.00 15305,160,00 "NOTICE: Bid award is coMinged upon vendor meeting mhYmun spadflratIorw end formai authorization by City oillci018. , RCN MGR kere W1TN 5279,562.50 Terry Gulley Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements January 4, 2011 City Council Meeting Date Agenda Items Only Transportation Division Action Required: Transportation Services Department A resolution awarding Bid 11-06, Concrete to Tune Concrete Company as primary supplier, APAC-Central, Inc. as secondary supplier, authorizing the use of other bidders based on price and availability and approving the purchase of concrete materials for the unit price amounts specified on the attached bid tabulation, as needed through the end of calendar year 2011. 279,562.50 Cost of this request 4470.9470.5417.00 4470.9470.5418.00 Account Number 02052/1 02053/1 1,532,300.00 600,000.00 Category / Project Budget Funds Used to Date 2,132,300.00 Project Number Remaining Balance Budgeted Item Budget Adjustment Attached In -House Pavement Improvements Sidewalk Improvements Program Category / Project Name Transportation Improvements Transportation Improvements Program / Project Category Name Sales Tax Capital Improvements Sales Tax Capital Improvements Fund Name f2--/ S-10 Date Date Finance and Internal Services Director Date 6 Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City 12_16_1O03)66-1 R CV D Clerk's Office A. Comments: Revised January 15, 2009 ave ev le THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE www.accessfayetteville.org CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Don Marr, Chief of Staff From: Terry Gulley, Transportation Services Director -04 Date: January 4, 2011 Subject: A resolution awarding Bid 11-06, Concrete to Tune Concrete Company as primary supplier, APAC- Central, Inc. as secondary supplier, authorizing the use of other bidders based on price and availability and approving the purchase of concrete materials for the unit price amounts specified on the attached bid tabulation, as needed through the end of calendar year 2011. PROPOSAL: Staff proposes a resolution awarding Bid 11-06, Concrete to Tune Concrete Company as primary supplier, APAC-Central, Inc. as secondary supplier, authorizing the use of other bidders based on price and availability and approving the purchase of concrete materials for the unit price amounts specified on the attached bid tabulation, as needed through the end of calendar year 2011. RECOMMENDATION: 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 2011 Annual Budget & Work Program and five-year Capital Improvement Program plan. Sealed formal bids for concrete were publicly read and the results are attached to this memo. Bid 11-06: Staff recommends awarding the concrete bid to Tune Concrete Company as primary supplier, APAC-Central, Inc. as secondary supplier and authorizing the use of other bidders based on price and availability for use on an "as needed" basis, in the event that the primary or secondary suppliers cannot supply the necessary materials or services within the time frame required to complete a project. BUDGET IMPACT: Funds for the acquisition of these materials and services have been budgeted in various capital projects within the Sales Tax Capital Improvements fund. Sufficient funding is available for the 2011 purchases. Attached: Bid 11-06 Concrete RESOLUTION NO. A RESOLUTION AWARDING BID #11-06 AND AUTHORIZING THE PURCHASE OF CONCRETE FROM TUNE CONCRETE COMPANY AS A PRIMARY SUPPLIER, APAC-CENTRAL, INC. AS A SECONDARY SUPPLIER, AND AUTHORIZING THE SUBSEQUENT USE OF OTHER BIDDERS BASED ON PRICE AND AVAILABILITY, IN VARIABLE AMOUNTS AS NEEDED IN CALENDAR YEAR 2011 BY THE TRANSPORTATION DIVISION 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 Bid #11-06 and authorizes the purchase of concrete from Tune Concrete Company as a primary supplier, APAC-Central, Inc. as a secondary supplier and subsequently from other bidders based on price and availability for the unit price amounts specified in the attached Exhibit "A," as needed in calendar year 2011 by the Transportation Division. PASSED and APPROVED this 4th day of January, 2011. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer c9—i1 'R D� CERTIFICATE OF LIABILITY INSURANCE DATE 12 1D11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION 1S WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-816-421-7788 Arthur J. Gallagher Risk Management Services, Inc. 2345 Grand Blvd., Suite 900 Kansas City, MO 64108 Mark Lathrom CONTACT AME CT Carolyn Short PHONE 816-395-8558 IF' 816-467-5558 fAIC. No. EMI: ram): ADDRESS: carolYn short@ajg.com ADDRESS: PRODUCER CUSTOMER IDS: INSURERS) AFFORDING COVERAGE NAIC 5 INSURED Beaver Lake Concrete Inc P.O. Box 307 Springdale , AR 72765 INSURER A1 LIBERTY MUT FIRE INS CO 23035 INSURERB: EMPLOYERS INS OF WAUSAU 21458 INSURER C: WAUSAU UNDERWRITERS INS CO 26042 INSURER D: INSURER E : MED EXP (Any one person) INSURER F : GEN'L COVERAGES CERTIFICATE NUMBER: 19315598 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN I5 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADD. SUER POLICY EFF POLICY EXP INSR MD POLICY NUMBER (MMFDDIYVYYI (MMIDDIYYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X OCCUR TZ2-Z91-512405-031 01/01/11 01/01/12 EACHOCCURRENCE $ 1,000,000 PRMTO RENTED PREMDAMAGE GE ISES (Ea oceurrence} $ 300,000 CLAIMS -MADE MED EXP (Any one person) $ 5 , 000 GEN'L PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 AGGREGATE LIMIT POLICY n JECT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 LOC $ A AUTOMOBILE X X X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS AS2-Z91-512405-021 01/01/11 01/01/12 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) 5 E S 8 X X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE TB2-Z91-512405-561 01/01/11 01/01/12 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1 , 000 , 000 DEDUCTIBLE RETENTION $ 10,000 $ - X $ C wORKERSCOMPENSATION AND EMPLOYERS' LIABILITY Y!N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yea describe under DESCRIPTION OF OPERATIONS below N / A WCJ-Z91-512405-051 01/01/11 01/01/12 X C IMUS 0 R E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS $ LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space le required) CERTIFICATE HOLDER ANCE City of Fayetteville 113 W Mountain Street Fayetteville, AR 72701 I USA SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE rI M �} _- - jva'j /�`C�, A cashart ACORD 25 (2009/09) 19315598 ©1988-2009 ACORD CORPORATION. All rights re The ACORD name and logo are registered marks of ACORD Arthur J. Gallagher Risk Management Services, Inc. 2345 Grand Blvd., Suite 900 Kansas City, MO 64108 USA City of Fayetteville 113 W Mountain Street Fayetteville, AR 72701 USA 7:55:360 111111111111111111111111111111111111111111111111111111111111111 EB�X BPO This document was brought to you by Ebix/CertificatesNow and Arthur J. Gallagher Risk Management Services, Inc. in Kansas City, MO. If you have questions regarding the content of this document, please contact the Producer/Agent listed on the certificate of insurance. The data included in this notice and in the attached document is confidential to Ebix/CertificatesNow and Arthur J. Gallagher Risk Management Services, Inc. cc: The data included in this notice and in the attached document is confidential to Ebix BPO and the party responsible for bringing you this information. Certificate Delivery by CertificatesNow - www.ConfirmNet.com - 877.669.8600 1:2