HomeMy WebLinkAbout31-14 RESOLUTIONRESOLUTION NO.31-14
A RESOLUTION TO AWARD BID #13-58 AND AUTHORIZING A
CONTRACT WITH ARCO EXCAVATION & PAVING, INC. FOR THE
CONSTRUCTION OF THE TOWN BRANCH TRAIL IN THE AMOUNT OF
$779,645.25, AND APPROVING A CONTRACT CONTINGENCY IN THE
AMOUNT OF $93,557.43
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
#13-58 to ARCO Excavation & Paving, Inc. in the amount of $779,645.25 for the construction of
the Town Branch Trail, and further approves a twelve percent (12%) contract contingency in the
amount of $93,557.43.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, attached hereto as Exhibit A, recognizing $352,647.00 in federal revenue.
PASSED and APPROVED this 5th day of February, 2014.
APPROVED:
By:
ATTEST:
By:
SONDRA E. SMITH, City Clerk/Treasurer
,,�tftirirtttri
i'-�i•y�) � •L ti
��fltJriilit���,
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year Division: Transportation Services Request Date
BY 2014 Department: Transportation Services 2/4/2014
V13.1030
Legistar
Adjustment Number
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION
This budget adjustment recognizes federal Transportation Alternative Program (TAP) revenue from the Northwest
Arkansas Regional Planning Commission to be combined with Transportation Enhancement Program funds for the
Town Branch Trail
Legistar# / Date: 2014-0021 1 2/4/2014
Matt Mihalevich
Legistar Title TAP AWARD TOWN BRANCH TRAQ
Prepared By
Budget & Information Management Use Only
Type: A B C D E P
Division Head
General Ledger Date
CITYlkspringer
/17/2014 11:38 AM
Posted to General Ledger
Budget Director initial Date
Checked / Verified
Initial Date
TOTAL BUDGET ADJUSTMENT 352,647 352,647
Increase / (Decrease) Project.Sub
Account Name Account Number Expense Revenue Number
Trails 4470.9470.5814.05 352,647 02016 1102
Federal Grants -Capital 4470.0947.4309.00 352,647 02016 1102
WBudget%Budget Adjustments12014_BudgetlLEGISTAR12014_02_041BA_2014-0021_TAP_TRAILS.xlsb 1 of 1
Matt Mihaievich
Submitted By
City of Fayetteville Item Review Form
2014-0021
l_egistar File Number
February 4, 2014
City Council Meeting Date - Agenda Item Only
N1A for Non -Agenda Item
Action Required:
Development Services
Department
Staff recommends a resolution awarding Bid #13-58 and authorizing a contract with ARCO Excavation &
Paving, Inc. in the amount of $779,645.25 for the construction of the Town Branch Trail from Greathouse
Park to South School contingent on concurrence from the Arkansas State Highway and Transportation
Department, approving a twelve percent (12%) project contingency in the amount of $93,557.43 and
approving a budget adjustment recognizing $352,647 in federal revenue.
Does this item have a cost? Yes
$779,645.25 $676,836.00 Town Branch Trail (Greathouse to 71B)
Cost of this request
4470.9470.5814.05
Category or Project Budget
$29,501.95
Program or Project Name
Trail Development
Account Number Funds Used to Date Program or Project Category
02016.1102-$132,311.20 Sales Tax Capital Imp
Project Number Remaining Balance Fund Name
Budgeted Item? Y85 Budget Adjustment Attached? Yes
V20130812
Previous Ordinance or Resolution # 1 31-1 1 Eld RE
Original Contract Number:
Comments:
-AA-1
- ` C
ee j•
a
�ARKANSAS�
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council
Thxu: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
Chris Brown, City Engineer
From: Matt Mihalevich, Trails Coordinator U k'
Date: January 16", 2014
Subject: Town Branch Trail bid award
RECOMMENDATION:
THE CITY OF FAYETT EVI L LE, ARKANSAS
DEPARTMENT CORRESPONDENCE
Council Meeting of February 4, 2014
Staff recommends a resolution awarding Bid #13-58 and authorizing a contract with ARCO Excavation &
Paving, Inc. in the amount of $779,645.25 for the construction of the Town Branch Trail from Greathouse Park
to South School contingent on concurrence from the Arkansas State Highway and Transportation Department,
approving a twelve percent (12%) project contingency in the amount of $93,557.43 and approving a budget
adjustment recognizing $352,647 in federal revenue.
PROPOSAL:
Town Branch Trail is shown on the Fayetteville Alternative Transportation and Trails (FATT) Master plan as
the primary east -west trail for the southern part of Fayetteville. In its entirety, the Town Branch Trail will be
2.8 miles long connecting to existing trail at Razorback Road and extending east through Greathouse Park and
the University of Arkansas Research and Technology Park with a connection to Walker Park and St. Paul Trail
at City Lake Road. Due to the length, the Town Branch Trail wilt be constructed in phases. The current phase
includes a 0.54 mile trail section from Greathouse Park to South School (see attached map). Town Branch Trail
will also become part of the 36 mile Razorback Regional Greenway and provide connectivity to the future
regional park. Construction is estimated to begin in late March with completion in September of 2014.
In February of 2012 resolution number 28-12 authorized Garver, LLC to begin the design work on the structural
engineering elements of the Town Branch Trail. The remainder of the project was designed in-house by the
r ngineering Division and is being administered through the Arkansas State Highway and Transportation
Department.
Six bidders responded to the request for formal bids and ARCO Excavation & Paving, Inc. was the lowest
responsive bidder. The base bid total for ARCO Excavation & Paving, Inc. has been corrected due to an adding
error in their total price - see attached detailed bid tab. The bid for ARCO Excavation & Paving, Inc. was
adjusted from $779,644.15 to $779,645.25, an increase of $1.10.
THE CITY OF FAYETTEVILLE, ARKANSAS
BUDGET IMPACT:
In August of 2011, resolution number 131-11 authorized the acceptance of $270,000.00 in Federal -aid funding
through the Transportation Enhancements (TE) Program for the Town Branch Trail. This funding will be
combined with $352,647 in funding from the Transportation Alternatives Program (TAP) for a total of
$622,647 in federal funding at 80%. The City portion of the funding including the 20% local match totals
$156,998.25 and has been budgeted through the Trail Development Capital Improvement Program along with
the a $93,557.43 contingency. A budget adjustment is included to recognize the $352,647 of additional funding
from the Northwest Arkansas Regional Planning Commission through the TAP program.
RESOLUTION NO.
A RESOLUTION TO AWARD BID 413-58 AND AUTHORIZING A
CONTRACT WITH ARCO EXCAVATION & PAVING, INC. FOR THE
CONSTRUCTION OF THE TOWN BRANCH TRAIL IN THE AMOUNT OF
$779,645.25, AND APPROVING A CONTRACT CONTINGENCY IN THE
AMOUNT OF $93,557.43
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
#13-58 to ARCO Excavation & Paving, Inc. in the amount of $779,645.25 for the construction of
the Town Branch Trail, and further approves a twelve percent (12%) contract contingency in the
amount of $93,557.43.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, attached hereto as Exhibit A, recognizing $352,647.00 in federal revenue.
PASSED and APPROVED this 4t' day of February, 2014.
APPROVED:
Lo
LIONELD JORDAN, Mayor
LIN
ATTEST:
SONDRA E. SMITH, City Clerk/Treasurer
o
f
�
e
�
m
O
m
Z
LL
m
r
N N
O
Y1
O
1°
F.-
C7 y@
Val w
Z
XX
XI
0
Z
*
C`
Ql
a'
to
E'i
m
o
E
o
m
c
a
cma`>
E
m
j
o
cn
u m
g
°'
S°w
a
in I
F
5 f!
m
�
O
a
a
E o)
cc
lq
ti'3.
r
o
W LO
z
o
a
ti
C
CY
d94
C
o
�"'- -.�• �
O
b
OQD
C.O
C.
C.
C.
O
O
O
O
C.m
0
w
p
to
o
us
0
us
0
u►
e
d►
o
w
0
vs
c
w
C.
v►
MP.
0.—t .'
r ;'w
o m m
E
o
co A
c
a�
co
t
• ' ",
OJ
.
A
•4b•
O
J
v
Ld
LL
i.
Nr
88
'
h
—
W
;`teeTwww' a
w
m
N
a
f° m
J
N
C
e
m
CL
c
m
y
m
h
a
c
w c 1°
L
T
w
M
-ItLO
W
i+
CO
M
m
4 g
0
ii o
City of Fayetteville - Bid 13-58
Town Branch Trail - Bid Tabulation
Bid Onenlna - January 14th. 2W at 2:00om Enninaars Estimate ARCO Excavation S Pavinn
ITEM
NO_
SPEC
RIT
DESCRIPTION
UNIT
EST
Q-1Y
IiSTIMA'1'ED
UNIT PRICE
I:S'I'IMA'1'liD
TOTAL
UNIT PRICE
I'MAL
1
112
Trench and Excavation Safety Sys(ems
I S
1
S5,000
35,000
S 1,250 00
$1,250 00
2
201
Clearing, Grubbing & Demolition
LS
1
$2000
$20,000
$7,500.00
ST500 00
3
202
Unclassified Excavation (Plan Quantity)
CY
3,000
s10
$30,000
$7 25
S21,750.60
4
202
Sclect Fill (Plan Quantity)
CY
2,726
$14
S38,164
$11 75
S32 030 50
5
204
4" Topsoil Placcincnt & Selcct Grading
(Existing soil may be used)
SY
5,842
$2
$11,684
$l 30
$7,594 60
6
205
Undercut and Stone BackHll (as directed)
Ton
100
S35
S3,50{J
S30.00
$3,000 Op
7
301
24"ReinforcedConcrete Pipe
LF
24
$50
S1,200
372,00
$1,728.00
8
301
24" Reinforced Concrete Pipe Flared End
EA
2
S500
$1,000
S685 00
$1,370 00
9
401
4" Class 7 Aggregale Base
SY
5,206
S5
$26,030
S3.75
$19,522 5(l
10
303
10' wide x T tall Precast Concrete Box Culvert
1. 1:
50
S300
S15,00
S595 00
$29,750 M
11
303
8' wide x Y tall Precast Concrete Box Culvert
1.F
36
5250
$9,000
$420 00
$15,120 Ob
12
303
WingWalls & Appurtenances
LS
I
S7,000
$7,000
$15,000.00
$15,000 0(3
13
505
Solid Sod (Staked) (Bennuda)
SY
Lill
$3
$3,333
$3 65
$4,055 15
14
505
Seeding and Mulching
Acre
2
$1,000
$2,000
53,750 00
$7,500 M
15
509
Erosion control BMP's
LS
1
S3,000
S3,000
S8,085 00
$8.085 00
16
511
Mobilization (not toexceed 5%ofcontract
price)
LS
1
$20,000
S2000
$15,000.00
$15,0((1,00
17
517
'TreeProlectionFcncing
LS
I
S1,500
$1,500
S2,50000
$2,5000(1
i8
507
4" Trail Centerline Stripe (Yellow Paint)
LF
3,082
31
$3,092
St 20
$3,699 40
19
508
'Frail Signs with U-Cbannel Post
P.A
17
$200
S3,400
$275,00
S4,675.00
20
601
4" Concrete Trail
SF
35,622
S5.00
S 178,1 10
S3 25
S115,771 R
21
SP-1
SP-2
SP-3 SP
16
New Bridge Construction
LS
1
S104,060
S104,060
$76,500 00
S76,500 00
22
Sp- 1
SP-4
Truss Redecking
LS
1
$45,4.30
$45,430
$60,200.00
S60,200.00
23
SP 1
SP-S
Retaining Wall Constriction (Cast in Place)
LS
1
$185,075
$185,075
$58,500 00
S58,500.00
24 1
SP-7
Handrail
LF
280
S35
$9,800
$93 00
S23,240 00
25
SP-8
6' Ornamental Welded Steel Fence W1Gatc
LF
440
S26
S11,440
$55.00
S24,200.00
26
SP-9
Rip Rap (Native Sands(one)
SY
40
$too
$4,000
$80 00
53,200 0(1
27
SP-10
SP-Il
Light Fixture and Pole, Type A
LA
3a
$2,000
$76,000
$3,800.00
$144,400 00
28
SP-10
SP-ll
Light Fixturc, Type B
EA
3
$1,200
$3,600
$1,500 00
$4,500 00
29
SP-12
I tl2" Electrical Conduit (Shedule 40 PVC)
LF
3,082
S4
S 12,328
S6 50
$20,033 W
30
SP-12
9"xII"Fiberglass'PulymcrConcietePu11Box
EA
38
$150
$5,700
$15500
S5,89000
31
SP-13
3/4" Galvanized Rigid Steel Conduit
T.F
208
SC,
$1248
S9.75
$2,028.00
32
SP-14
No 8 AWG Copper Conductor
LF
8,721
$150
$13,082
S1.60
$13,953.60
33
SP-10
SP-12
SP-15
Electrical Service Equipment Pedestals
LA
2
52,000
$4,000
S5,550 00
S11,100.00
34
See tams
'
Insurance & Bonding
LS
1
S5,000
S5,000
$15,00000
S15,00000
EstimatedTotal
5862,765.50
Total
5779,64$.25
caaenaa ence macaw try ar lv
Boulder Construction Dean Crowder Co. General Construction Sam Tomlinson Asnhall Co. Townshln Builders. Inc
UNIT PRICF
TOTAL
UNIT PRICE
TOTAL
UNIT PRICE
TO'1AI,
UNIT PRICE
TOTAL
LiNII PRICL
TOTAL
$4,735.00
$4,735 00
S15,00000
115,000 00
$4,900 00
$4,900 00
S1,00000
$1,000.00
S2,000 00
$2,000 00
$30,542 00
$30,542 00
$110,000.00
$1 I0,U00 On
$50,026 07
S50,026 07
S 15,000 oo
S 15,000 00
S45,000 00
S45,000 00
$926
$27,780.00
$24 00
$72,00000
S I 144
534,320.00
S 13 40
140,200.00
S 10 00
S30,000 O0
$14.12
$38,491 12
S5000
5136,30000
$16.03
$43,697.78
$2000
554,5200
5I800
S49,06800
S2 65
$15,481 30
$8 65
S50,533 30
$4 05
523,660.10
S3 50
$20,447.00
$2 00
$I 1,684 0(l
$53 00
$5,300.00
16200
S6,200 00
S62.79
$6,279 00
S50 00
$5,000 00
S45 00
54,500 00
S73.00
$1,752.00
S134.00
$3,21600
$12163
S2,919.12
$80.00
S1,920.00
$58.00
S1,39200
$867,00
$1,734.00
$98400
$1,96800
$88650
$1,773,1)
$800.00
$1,600.00
$1,00000
$2,00000
$4 85
$25,249 10
$12 25
S63,773 50
$6 34
$33,006.04
$5.00
$26,030.00
1400
520,824 0f1
$1,077 00
353,850.00
$765 00
538,250.00
$306 25
$40,312 50
$910,00
$45,500 00
$850 00
$42,500.00
$574.00
520,664.00
$575.00
S20,700 00
S599 38
$21,217 68
5600 00
$21,600 00
S450 00
S16,200 00
325,94700
$25,947.00
S51,000 00
$51,000 00
S13,413.00
S13 413 00
S24,000,00
S24,000 00
$29,000 00
S28,000 00
$2.94
$3,266 34
1400
S4,444 00
35.00
$5,555 00
S4.00
$4,444 00
S3 OO
S3,333 00
$3,846 00
$7,692 00
S10,00000
S20,00000
$10,1 18 03
$20,236 06
52,000 00
S4,000.0
$23200 00
$4,400 00
$51828 00
$5,828 00
$50, I00 00
S50,100 00
S 13,066.99
$13,068.99
$16,800.00
S 16,800 00
$7,000.00
$7,00000
S44,87150
344,87150
S6,00000
$6,000.00
$38,12500
$38,125.01)
S21,00000
$21,00000
S45,288.00
545,28800
S 1,244 00
S I ,244.00
$42,120 00
$42,120.00
$1,595 06
$1,595 06
S1,00000
$1,000 00
$1,500 00
S 1,.500 00
S0.35
$1,078, 71)
$1.50
S4,623.00
$0.38
$1,171 16
Si 00
S3,082 00
$1 00
S3,082 00
$31.2 00
$5,304 00
S350 00
$5,950 00
S331 25
$5,631 25
$225.00
$3,825 00
$250 00
$4,250 00
S3.30
$'1 17,552,60
$6 00
S213,732 00
5345
$122,89590
S300
S 106,866.00
$5 00
5178.110 00
599,,135.00
$99,435 00
S223.750 00
$223,750 00
$107,798.02
$107,798 02
5 10 1,720 00
S101,72000
S148,673 00
$148,673 00
$27,007.00
$27,007 00
S48,000 00
$49,000.00
$7,240.04
$7,240 04
$19,200 00
S 18 200 00
$31,000 00
$3 1,000 00
597,636.00
S97,636.00
$220,000.00
3220,000 00
$120,261 39
$120.261 39
S169,98000
$169,980.00
$125,000 00
$121,000 00
$77 00
$21,560 00
S336 00
$94,080 00
$92.88
326,006 41)
56500
S 18,200 00
$70.00
S19,60000
S40 00
S 17,600 00
$51 00
$22,440 00
$42.46
S 18,682.411
S37,00
S 16,280.00
S50.00
522,000 CO
39700
$3,880.00
5330 00
S 13,20000
$83 37
$3,334 80
S 150 00
$6,000 00
$57 Of)
S2,280 CO
$4,067 00
S 114.546 00
$4,500.00
$171,000 00
$3,480.00
S132,24000
S3,320,00
S126,16000
$3,300.00
S125,400 00
S 1,388.00
$4,164 00
$1,500.00
$4,500.00
$1,129 00
S3,38400
S 1,000 00
$3,00000
$900.00
52,700 00
3700
$21,574 00
$7 00
S21,574 00
$7 26
$22,375 32
$7 25
S22,344 50
S7 00
$21,574 00
116-5 00
56,270.00
$175.00
S6,6.50 00
M5 00
S 12,350 00
5265,00
$10,070 00
$200.00
$7,600 00
$10.00
$2,080 00
S 1 1 00
$2,28800
$12 00
$2,496 00
$1 1 00
S2,289.00
S 15.00
S3,120 Oft
S154
S13,43034
S2.00
$17,442,00
S1.80
S15,69780
$170
$14,82570
1200
$17,442,0(1
55,203 00
310,406 00
S5,500 00
$1 1,000 00
$2,400.00
54,800 00
S2,140 40
$4,280 80
$2,000 00
$4 OM 0[1
$20,59200
S20,5K00
S20,000.00
$20,000.00
$13,00000
S13,00000
S16,75000
St6,75000
S19.00000
S19,000011
Total
$938.53300
Total
$1,791,83380
Total
$973,46900
Tote1
$947,93300
Total
$1,049,52000
so
C
�
HWEST
ANSAS
EGIONAL
PLANNING
CONIMiSSION
April 5, 2013
Mayor Lioneld Jordan
City of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
1311 CLAYTONST. SPRINGDALE, ARrANSAS 72762
(479) 751-7125 FAX (479) 751-7150
Re: Fayetteville Town Branch Trail — FY2O13 Transportation Alternatives Program (TAP)
Dear Mayor Jordan:
Reference is made to your request for federal Transportation Alternatives Program (TAP) funds for the
Fayetteville Town Branch Trail Project. As you know these funds come to the region because the
population of our urbanized area now exceeds 200,000. Projects are subject to a competitive selection
process and must be approved by the Northwest Arkansas Regional Planning Commission — Policy
Committee.
I am pleased to inform you the Fayetteville Town Branch Trail Project was approved by the RPC/Policy
Committee on March 27, 2013. This project will utilize $352,647 in Transportation Alternatives Program
(TAP) funding and requires a 20% local match by the City of Fayetteville. The TAP funding is subject to
an obligation limitation and the total available funds may change after final FFY2013 funding is
published.
These funds are required to be obligated by the end of the Federal Fiscal Year which ends on September
30, 2013. All required AHTD submittals and required approvals for this project should be completed by
August 15, 2013 in order to allow sufficient time to obligate the TAP funds for this project.
Please note that TAP projects "...must comply with applicable provisions in title 23, such as project
agreements, authorization to proceed prior to incurring costs, prevailing wage rates (Davis -Bacon),
competitive bidding, and other contracting requirements, regardless of whether the projects are located
within the right-of-way of a Federal -aid highway."
Please let us know if you have any questions or need additional information regarding this program.
Sincerely,
JWTHawkins
Director
Cc: Mr. Alan Meadors, AHTD
Mr. Daniel Byram, AHTD
PLANNING - MANAGEMENT- IMPLEMENTATION
9 conUnuing process
"
�y j •
f i
r
t
i
L
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: TOWN BRANCH TRAIL
Contract No.:
THIS AGREEMENT is dated as of the day Q � t e year 2/by and
lantM a VAT ND IM
between The City of Fayetteville, Arkansas and _ , nnn" EAST HIGHWAY
(hereinafter called Contractor). BENTONVILLE, AR 72712
479-451-8000
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:
1. Mobilization/Demobilization
2. Clearing & Grubbing of vegetation in the damaged area.
3. Excavation of unsuitable soil down to rock or unyielding subgrade.
4. Select Fill under the trail.
5. Installation of a new trail bridge including concrete deck, foundation,
abutment and wing walls. Rehabilitation of existing trail bridge including
steel upgrades and concrete deck.
5. Installation of a storm drainage pipe, box culverts and junction boxes.
7. Installation of a cast -in place wall including foundation, wall rock, drain
pipes, select backfill, handrail, and trail under the 7 1 B. bridge.
S. Trail subgrade preparation and concrete paving.
9. Site restoration including, topsoil, select grading, sod and seed.
10. Fence reinstallation.
11. Trail Lighting and service panels
City of Fayetteville 00500 - 1
Town Branch Trail Addendum No. 1
DOCUMENT 00500 —AGREEMENT (continued)
ARTICLE 2 - ENGINEER
2.01 The Project has been designed by the City of Fayetteville, Engineering Division, who
is hereinafter called Engineer. The Engineer assumes all duties and responsibilities,
and has the rights and authority assigned to Engineer in the Contract 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 150 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 180 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 Two Hundred Dollars ($200.00) for each calendar day that
expires after the time specified above in Paragraph 3.02 for Substantial
City of Fayetteville 00500 - 2
Town Branch Trail Addendum No. 1
DOCUMENT 00500 — AGREEMENT (continued)
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
and readiness for final payment or any proper extension thereof granted by
The City of Fayetteville, Contractor shall pay The City of Fayetteville Two
Hundred Dollars ($200.00) 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.
City of Fayetteville 00500 - 3
Town Branch Trail Addendum No. 1
DOCUMENT 00500 —AGREEMENT (continued)
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
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.
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.
City of Fayetteville 00500 - 4
Town Branch Trail Addendum No. 1
DOCUMENT 00500 —AGREEMENT (continued)
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.
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
City of Fayetteville 00500 - 5
Town Branch Trail Addendum No. 1
DOCUMENT 00500 —AGREEMENT (continued)
(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
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.
I. Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
City of Fayetteville 00500 - 6
Town Branch Trail Addendum No. 1
DOCUMENT 00500 —AGREEMENT (continued)
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
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.
City of Fayetteville 00500 - 7
Town Branch Trail Addendum No. 1
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:
TOWN BRANCH TRAIL
8. 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.
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.
City of Fayetteville 00500 - 8
Town Branch Trail Addendum No. 1
DOCUMENT 00500 — AGREEMENT (continued)
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.
OTHER PROVISIONS: Not Applicable.
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.
City of Fayetteville 00500 - 9
Town Branch Trail Addendum No. 1
DOCUMENT 00500 — AGREEMENT (continued)
This Agreement will be effective on n , 20Ld which is the
Effective Date of the Agreement.
AR(Q
Name Written: r'S Uin
de
Signature: ti`
'title: ,r—D
(SEAL)
Attest
CITY OF FAYETTEVILLE
Signature:
Title: Mavor� .•.
Ap
Attest
City of Fayetteville 00500 - 10
Town Branch Trail Addendum No. 1
DOCUMENT 00500 —AGREEMENT (continued)
Address for giving notices
Address for giving notices
ARCO EXCAVATION AND PAVING. INC
10287 EAST HIGHWAY 72
BENTONVILLE, AR 72712 113 W. Mountain Street
479-451-8000
Fayetteville AR, 72701
License No. _ (attach evidence of authority to
sign and resolution or other documents
Agent for Service of process authorizing execution of Agreement)
(If Contractor is a corporation, Approved As to Form:
attach evidence of authority to
sign.) By:
Attorney 1-or: `?C U, ((.e
END OF DOCUMENT 00500
City of Fayetteville 00500 - 11
Town Branch Trail Addendum No. 1
Matt Mihalevich
Submitted By
City of Fayetteville Item Review Form
2014-0087
Legistar File Number
NIA
City Council Meeting Date - Agenda Item Only
NIA for Non -Agenda Item
Action Required:
Development Services
Department
Staff requests Mayors approval of the attached Agreement for Construction Materials Testing &
Engineering Services with GTS, Inc. for construction materials testing for the section of Town
Branch Trail from Greathouse Park to South School.
Does this item have a cost? Yes
$7,500.00
Cost of this request
4470.9470-5814.05
Account Number
02016
$1,874,961.00
Category or Project Budget
$1, 322, 897.66
Funds Used to Date
Trail Development
Program or Project Name
Trail Improvement
Program or Project Category
Sales Tax Capital Imp
Project Number Remaining Balance Fund Name
$544,563.34
Budgeted Item? Budget Adjustment Attached? NO
V20130812
Previous Ordinance or Resolution # 31-14
Original Contract Number:
Comments:
•
Tavee�le
-ARNANSAS�
NON AGENDA MEMO
To: Mayor
Thru: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
Chris Brown, City Engineer
From: Matt Mihalevich, Trails Coordinator
Date: February 141h, 2014
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
Subject: Town Branch Trail — Contract with GTS, Inc for Construction Materials Testing
RECOMMENDATION:
Staff requests Mayors approval of the attached Agreement for Construction Materials Testing &
Engineering Services with GTS, Inc. for construction materials testing for the section of Town Branch Trail
from Greathouse Park to South School.
PROPOSAL:
On February, 41h 2014 the City Council approved resolution 31-14 awarding bid #13-48 and authorizing a
contract with ARCO Excavation and Paving for the construction of a'/z mile long section of Town Branch Trail
from Greathouse Park to South School. City inspectors will perform the daily construction inspection and
project management, however specific materials testing for concrete and subgrade require specialized testing
services. GTS, Inc. has the expertise to perform this work under RFQ 13-01 and has provided a reasonable
price for the work.
BUDGET IMPACT:
GTS, Inc, has provided a lump sum cost of $7,500 for the construction materials testing. Funding has been
allocated for this contract through the Trail Development Capital Improvement Program.
1915 North Shiloh Drive, 3uite 1
Fayetteville, Arkansas 72704
Office; (479) 521-7645
Office Locations:
Fayetteville, Arkansas G TS, In c.
Fort Smith, Arkansas 0"I*oll.raso 7..r1.a 9-91C..
Tulsa, Oklahoma
www,gtsinc.cc
February 13, 2014
City of Fayetteville Engineering Department
113 West Mountain Street
Fayetteville, Arkansas 72701
Attention: Mr. Matt Mihalevich
RE: Construction Materials Testing (CMT) Proposal
Fayetteville Town Branch Trail (Job No. 040603)
Fayetteville, Arkansas
Proposal No. 14-CMTP-005REVISED
Mr. Mihalevich:
We appreciate the opportunity to submit this proposal to perform Construction Materials Testing
(CMT) Services on the above referenced project. We understand that the scope of the work for
this project will consist of new multi -use trail construction (Town Branch Trail) to be located from
Greathouse Park to South School (US Highway 71 B) in Fayetteville, Arkansas.
Scope of Services
Testing for this project is anticipated to consist of soil and base densities, cast in place concrete
testing, proofroll observation by engineer, and laboratory testing including moisture -density
relationship (proctor) and classification (sieve analysis and atterberg limits) for proposed select
fill material(s).
To develop a lump sum cost proposal for this project, we have listed below the estimated per
trip costs for each testing service required.
Trip Pricing
We would estimate the following per trip prices:
• A per trip price for soil and base density testing to be approximately $80.00
• A per trip price for concrete testing to be approximately $200.00
• A per trip price for engineering proofroll observation to be approximately $225.00
• A per trip price for cylinder pick up to be approximately $70.00
Arkansas • Oklahoma . Missouri . Kansas
City of Fayetteville
Town Branch Trail
Fayetteville, Arkansas
14-CMTP-005REVISED
Page 2
Laboratory Testing
GTS, Inc.
Gao..hnhsl i TsoUwy 9-1.60
• Moisture -density relationship (proctor with classification, and including sample pick up
fee) - $330.00/each
Project Testing Details
The above estimated per trip pricing is based on the following assumptions:
• Technician/Engineer traveling from our Fayetteville, Arkansas office
• Round-trip mileage to and from our Fayetteville, Arkansas office is approximately 14
miles at $0.58 per mile (or current IRS guideline + 5%)
• Round-trip travel time to and from our Fayetteville, Arkansas office is approximately 30
minutes
• Time spent on site per visit for densities, concrete testing, and proofroll observation is
estimated at 1 hour
• One (1) set of concrete cylinders sampled per trip for concrete testing including air,
slump, and temperature testing in accordance with applicable ASTM test method.
• Four (6" x 12") cylinders made per set for concrete testing
Additional sets of concrete can be made during a trip for approximately $100 per set plus the
extra technician time to test the concrete. These estimates may be increased or decreased
depending on the exact time spent on site.
Testing Frequency
GTS followed the City of Fayetteville specifications for roadway construction when estimating
the total number of trips required for each testing service.
Concrete Testing:
• Concrete Trail (including two (2) bridge abutments) -- 15 trips (1 set of cylinders
sampled per trip)
• Retaining Wall Foundations — 2 trips (1 set of cylinders sampled per trip)
• Retaining Wall Sections — 2 trips (1 set of cylinder sampled per trip)
Density Testing:
• 10 trips for select fill material
6 trips for Class 7 base course
Arkansas* Oklahoma . Missouri . Kansas
city of Fayetteville
Town Branch Trail
Fayetteville, Arkansas
14-CWP-005REVISED
Page 3
Proofroll Observation:
• 6 trips (1 trip per 500 linear feet of proposed trail)
Laboratory Soils Testing:
• Proctor/Classification for select fill material — 2 samples estimated
GTS, In c.
aw�.erdr..rA r.,rJnp$*"la..
It is our understanding that the construction of the new Town Branch Trail will consist of
approximately 3,082 linear feet of trail, pedestrian bridges, and concrete retaining walls. The
scope and frequency of testing services to be included in this proposal was based on the
construction schedule of a recent City of Fayetteville trail project (Frisco Trail) in which GTS
performed the third party testing services on.
Cost Proposal
Based on the scope of work defined above, GTS will provide the testing services detailed in this
proposal for a total lump sum amount of $7,500.00.
The lump sum amount includes testing and inspection services defined in the above scope of
services for the referenced project. Tests not included In the above defined scope would be
billed in addition to the total lump sum amount shown above (per GTS standard rate sheets).
Changes in specific number of tests or trips listed above may change either up or down without
changing the lump sum price.
Invoices will be prepared monthly over the course of the first three months of the project.
Arkansas • Oklahoma • Missouri • Kansas
City of Fayetteville
Town Branch Trail
Fayetteville, Arkansas
14-CMTP-005REVISED
Page 4
Closing
GTS, Inc.
We appreciate the opportunity to prepare this proposal for the referenced project. If there are
any questions regarding the information contained in this proposal, please call.
Sincerely,
GTS; Inc.
Nathan Mahaffey
CMT Engineering Manager
NCUDAB
Copies to:
David A. Berry, P.E.
President
Addressee (email)
Arkansas • Oklahoma a Missouri • Kansas
it) j5 North S[iiloh Drivc, Suite i !)ffire Lrrrario ns:
Fayetteville, Arkansas 72/04
!4{rrr�rriUr,-1,Acr,rsr„ GTS, 1n c■
Office; (479) a2i-764.i
lhn f Snnrrh.. I rkurlsus
Fax: (479) .521-62:12 Geoleohnranl 6 Testing 5arvleea
7idw, Oklahuptur
AGREEMENT FOR CONSTRUCTION MATERIALS
TESTING & ENGINEERING SERVICES
7,HIS AGREEMENT, effective as of this 10"' day of February, 2014, is by and
between - - City of Fayetteville and GTS, Inc. ("F?ngill eer" - also doing business as
"Geoteelinical and Testing Services, Inc.").
THE PROJECT is generally described as:
Fayeltevllle Town Branch I rail (GTS Proposal ;f 14-CM [T-005)
and is located at: bc9 _t _I_ _) c reatljsluse park ilncl_C,11tinuing call (.)PprU\[_I]1a(41_y i)t1i1_iitle tr feet}
to South Sch�yol ,��enuc {I li hmm 71f3 in Fgyeyi: ille, Arkansas. ("Project Site").
THIS,4GREErt'IENT consists of the following documents, which are incorporated licrein by reference:
GENERAL CONDITIONS FOR CONSI RUC'rION MATERIALS TFSTING & l~NG[NELRING SFRV[C'ES,
and
GTS Proposal 14-CMTP-005REV 1SED (Lump Sum Amount)
GTS, Inc. agrees to perform the Services set forth in this Agreement and in accordance with its kris,
inchlding all attachments incorporated herein by reference. This Agreement may not be modified or
altered. except ill writing as specifically described in this Agreement.
G I's, INC:
Authorized
Signature:
Print Name: _ - -- - David berry
Title: _ �} President
Company: � �� :UYS, Inc. - -
11 � on
1415 N. Shiloh Dr, Suite 1
Address: �L f} -, r1 an �y - �I
tj v 1 j �C fl �C. Payettevillc,Arkansas 727{14
Finail �- —
address:
Date:
JA
Please mail contract to
d V lCl .l)erl'y(Cegl5lnc,cc
IQ 15Not•lh Shiloh Drive, Suite I
Fayetteville, AR 72704
1i'na1!,6� • (J1,l,ihIvu.I • \li.,�wnf 0 Fin>I,
Clt\ ofFa�clte�ille.:lr'kansas
ProjLct Mime
LE —
PageGENERALS, Inc.
2 r ... .. —.
CONDITIONS FOR CONSTRUCTION MATERIALS
TESTING & ENGINEERING SERVICES
1. DEFINITIONS
1.1 Contractor. The contractor or contractors, and including ils/their subcontractors of every tier, retained to perform
construction Work on the Project for which GTS, file is providing Services under this Agreement.
L2 Day(s). Calendar day(s) unless otherwise stated.
1.3 Hazardous Materials. Any toxic substances, chemicals, radioactivity, pollutants or other materials, in whatever form or
state, known or suspected to impair the environment in any way whatsoever. Hazardous Materials include, but are not limited to,
those substances defined, designated or listed in any federal, state or local law, regulation or ordinance concerning hazardous
wastes, toxic substances or pollution.
7.4 Inspectiore (or Observatios). Visual determination ot'conforrnance with specific or, on the basis of GTS, Inc's professional
judgment, general requirements.
1.5 Services. The professional services provided by GTS, Inc under this Agreement, including all services described in the
SCOPE OF SERVICES included in Exhibit A, and any written Task Order or amendment to this Agreement.
1.6 Testing. Measurement, examination, performance of tests, and any other activities to determine the characteristics or
performance of materials.
1.7 Work. The labor, materials, equipment and services of Contractor.
2. SCOPE OF SERVICES
2.1 Services Provided; hrdepeirdenr Contractor. GTS, Inc. will provide construction materials engineering and testing services
as set forth in the SCOPE of SERVICES in Exhibit A. GTS, Inc will perform its Services under this Agreement as an independent
contractor.
2.2 Authority of GTS, Inc. GTS, Inc will report observations and data to the City of Fayetteville. GTS, inc will report any
observed work to the City of Fayetteville or their representative, which, in GTS, Inc's opinion, does not conforn with plans,
specifications, and codes applicable to the Project. GTS, Inc has no right or responsibility to approve, accept, reject, or stop work
of any agent of the City of Fayetteville.
23 Referenced Standards. GTS, Inc will perForm all standard tests, inspections and observations in general accordance with
referenced standards and makes no representation regarding compliance with any other standards.
2.4 Yariatioir of Material Characteristics amid Couditiotts. Observations and standardized sampling, inspection and testing
procedures employed by GTS, Inc will indicate conditions of materials and construction activities only m the precise location and
time where and when Services were performed. City of Fayetteville recognizes that conditions of materials and construction
activities at other locations may vary fi•oni those measured or observed, and that conditions at one location and time do not
necessarily indicate the conditions of apparently identical material(s) at other locations and times. Services of GTS, Inc, even if
perFormed on a continuous basis, should not be interpreted to mean that GTS, Inc is observing, verifying, testing or inspecting all
materials on the Project. GTS, Inc is responsible only for those data, interpretations, and recommendations regarding the actual
materials and construction activities observed, sampled, inspected or tested, and is not responsible for other parties' interpretations
or use of the information developed_ GTS, Inc may make certain inferences based upon the information derived from these
procedures to formulate professional opinions regarding conditions in other areas.
2.5 Changes in Scope. City of Fayetteville may request changes in the SCOPE OF SERVICES in Exhibit A. Such changes,
including any change in GTS, fnc's compensation or time of performance, which are mutually agreed upon by GTS, Inc and City
of Fayetteville, will be incorporated in written amendments to this Agreemmcnt. No change will be effective unless it is in writing
and signed by the City of Fayetteville and GTS, Inc, or if made orally, confirmed by the parties in writing within 10 days.
2.6 Ercluded Services. GTS, Inc's Services under this Agreement include only those Services specified in the SCOPE OE
SL-RViCES in Exhibit A. City of Fayetteville expressly releases any claim against GTS, tnc relating to any additional Set -vices that
GTS, Inc recommended, but that City of Fayetteville either did not authorized or instructed GTS, Inc not to perform.
3. PAV�%IENTS TO CTS, INC
3.1 Basic Services. GTS, Inc will perform all Services set forth in the SCOPE of SERVICES AND SCHEDULE of CHARGES for the
aniount(s) set Forth therein. GTS, inc will give the City of Fayetteville at least 30 days advance notice of any changes to its
standard rates. Unless the City of Fayetteville objects in writing to the amended fee structure within 30 clays of notification, it
will be incorporated into this Agreement and will supersede any prior fee structure.
Ark,in;as • OkLjhnma • ktissnun • Kwia;
('icy of I-ayettc►ille, Arkansas
Project Name .
Page 3
GTS, Inc.
.•Nn W.1� i..,rl in .l. �•
3.2 Additional Services. Any Services performed under this Agreement, except those Services expressly identified otherwise
in the attached SCOPE of SL•RVICHS in Exhibit A, will be provided on a time and materials basis unless otherwise specifically
agreed to in writing by both parties,
3.3 Estimate of Fees. GTS, [tic will, to the hest of its ability, perform the Services and accomplish the objectives defined in
this Agreement within any written cost estimate provided by GTS, Inc. City of Fayetteville recognizes that unforeseen
circumstances along with changes in scope and schedule can influence the successful completion of Services within the estimated
cost. The use of an estimate of fees or of a "not toexeced" limitation indicates that GTS, Inc will not incur fees and expenses in
excess of the estimate or limitation amount without obtaining City of Fayetteville's agreement to do so, but is not a guarantee that
the Services will be completed for that amount.
3.4 Rates. City of Fayetteville will pay GTS, Inc at the rates set forth in the SCIIEpt1LE OF CHARGES ill Exhibit A, which is
subject to periodic review and amendment, as appropriate to reflect GTS, Inc's then -current tee structure.
OMITED SECTION 3.5 Prevailing Wage Regulations DO NOT APPLY FO TNIS PROJECT
OMITED SECTION 3.6 Paymenl'riming; late Charge
3.7 Pawneot Dispnrtes.lf the City of Fayetleville ohjccts to any portion ofan invoice, City of Fayetteville must su notify (: rS.
Inc in writing within 10 days of the invoice date, identity the cause of disagreement, and pay when due the portion of the invoice
not in dispute. The parties will inlntediately make every ellort to resolve the disputed portion of the invoice. Payment thereafter
will first be applied to accrued interest and illetl to lice unpaid principal amounl,
4. PERFORMANCE STANDARD
4.1 Professional Standards. GTS, Inc will perform the Services consistent with that level of care and skill ordinarily
exercised by other professionals providing similar services in the same locale and under similar circumstances at the time the
Services are performed. No other representation, express or implied, and no warranty or guarantee is included or intended by this
Agreement or any report, opinion, document, or other instrument ofservice.
4.2 Sampling, hlspecstiun & Test Locations.Unless specifically tuned othcns•ise, tilt Srtw (w Scrcvtcl•.s in [inhibit A does
not include surveying the Site or precisely identifying sampling, inspection or lest locations, depths or elevations. Sampling,
inspection and test locations, dcpols and elevations will be based on field estimates arc[ inforinatiun furnished by City ill -
Fayetteville and its representatives. Unless stated otherwise in the report, such locations. depths and elevations are approximate.
GTS, Inc will take reasonable precautions to limit damage to the Project Site or Work due to the performance of Services, but
City of Fayetteville understands that some damage may necessarily occur in the normal course of Services, and this
Agreementdoes not include repair of such damage unless specifically stated in the SCOPE OF SERV1cEs in Exhibit A.
4.3 Sample Disposal. GTS, Inc wi 11 dispose of all samples after submission of the report covering those samples. GTS, Inc
will provide further storage or transfer of samples only upon City of Fayetteville's prior written request and agreement on
appropriate compensation.
4.4 Buried Utilities & Structures; Property Restoration. If the Services require borings, test pits or other invnsrve
exploratory work, City of Fayetteville will provide GTS, [lie with all irlfin-rn;rtion in its possession regarding the location of
underground utilities and structures. GTS, inc will contact an appropriate utility locator and lake into consideration utility
locations shown on drawings provided to GTS, Inc by the City eft' Fayetteville to reduce the risk of damage nr injury to
underground structures, pipelines and utilities.
5. CONTRACTOR'S PERFORMANCE
GTS, Inc is not responsible for Contractor's means, methods, techniques or sequences during the performance of its Work. GTS,
Inc wil I not supervise or direct Contractor's Work, nor be liable for any failure of Contractor to complete its Work in accordance
with the Project's plans, specifications and applicable codes, laws and regulations. City of Fayetteville understands and agrees
that Contractor, not GTS, Inc, has sole responsibility for the safety ofpersons and property at the Project Site,
6. CITY OF FAYET-HVILLF,'S RESPONSIBILITIES
In addition to payment for the Services performed under this Agreement, City of Fayetteville agrees to:
6.1 Access. Grant or obtain free access to the Project Site for all equipment and personnel necessary for GTS, Inc to perform
its Services under this Agreement.
6.2 Representative. Designate a representative for notices and 'ulrormatiotl pertaining to the Services, communicate City of
Fayetteville's policies and decisions, and assist as necessary in matters pertaining to the Project mid this Agreement. City of
Fayetteville may change its representative by written notice.
6.3 Information, Supply to GTS, Inc all information and documents relevant to the Services. GTS, Inc may rely upon such
information without independently verifying its accuracy. City of Fayetteville will notify GTS, Inc of any known potential or
:\rkanNxjs • Okl,thonm • Misinrri 0 Kan.as
Ot} of Fa}etterille, Arkansas
Proivc:l Name
Page 4
GTS, ,Inc.
possible health or safety hazard regarding the materials to be tested, including its intended use, chemical composition, relevant
MSDS, manufacturers' specifications and literature, and any previous lest results.
6.4 Project Information. City of Fayetteville agrees to provide GTS, Inc within 7 clays after written request, a correct
statement of the recorded legal title to the property on which the Project is located and the City of Fayetteville and/or Owner's
interest therein.
7. CHANGED CONDITIONS
If GTS, Inc discovers conditions or circumstances that it did not contemplate ("Changed Conditions") at the tilne of this
Agreement, it will give City of Fayetteville written notice of the Changed Conditions. City of Fayetteville and GTS, Inc will then
negotiate an appropriate amendment to this Agreement. If they cannot agree upon an amendment within 30 days after the notice,
GTS, Inc may terminate this Agreement and be compensated as set Forth in Section 12, "Suspension & Delay, Termination."
S. CERTIFICATIONS
City of Fayetteville will not require GTS, Inc to e.eecutc any certification regarding Services performed or Work tested or
obscrvc(I unless: 1) GTS, Inc believes that it Iws partirrmed sufficient Services to provide a sufficient basis to issue the
certification. 2) GTS, inc that the Services performed and Work tested or observed meet the criteria ol'the certification;
and 3) GTS, Inc has rcwewed and approved in writing the exact form ot'suclt ccrJification prior to excculion o Ihis Agreerttew.
Any certification by ul-S. !nc is [ignited to the expression ol'a professional opinion based upon the Services perfoormed by GIN.
Inc, and does not constitute a w.lmtnty, or 1:uarantce, either express or implied. City of Fayetteville ;tgrccs not tct condition the
rc361t16011 of'any dispute upon GTS, inc signing a certificalion.
9. ALLOCATION OF RiSK
OMITTED SECTION 9.1 Limitation of Remedv
9.2 Indemnification of rise ci(r of 1,,1geuev;11e. Subject to the term, at)d lirnilatiows of this Agreement, GTS, Inc will
indemnify and hold harmless the City of Fayettevilte, its Shareholders, otlicets, directors. employees, and agents from and against
any and all claims, suits. liabilities, damages, expenses (including without limilatinn reason« ble attorney's fees and defense costs)
and other losses (collectively "Lose-+'") to the e+ctcnt caused by GTS, tile's negligence in pertzrrmanee of this Agreement.
OMITTED SECTION 9.3 Indemnifcatiort of GTS, inc.
OMITTED SECTION 9ANo Personal Liability
OMITTED SECTION 9.5 Consequential Damages
9.6 C'nnfint►in�� ;l�reenteur. The provision, of this Section 9, "Allocation of Risk," will survive the expiration or termination
of'this Agreement. If G 1 S, htc provides Services to City of Fayetteville that the parties do not confirm through execution of an
amendment to this grecmcnt, the provision; of this Section 9 will apply to such Services as if [lie harlies had executed an
amendment.
10. INSURANCE
10.1 GTS, Me's Insurance. IF reasonably available, GTS, Inc will maintain the following coverage's:
10.L1 Statutory Workers' Compensation/Employer's Liability Insurance;
10,1.2 C'Dnitllel'eial General Liability Insurance with a combined single limit of $1,000,000;
10.1.3 Automobile Liability Insurance, including liability for all owned, hired and non -owned vehicles with minimum
limits of $1,000,000 for bodily injury per person, $1,000,000 property damage, and $1,000,000 combined single limit per
occurrence; and,
10.1.4 Professional Liability Insurance in amounts of at least $1,000,000 per claim and annual aggregate.
ON11 FTED SECTiON110.2 City of Fayetteville's insurance
O-M ITTED SECTION 10.3 Certificates of Insurance
IL OWNERSHIP AND USE OF DOCUMENTS
11.1 GTS, Inc Docunte us. Unless otherwise agreed in writing, all documents and information prepared by GTS, file
including, but not limited a,. reports, boring logs, maps, field data, field notes, drawings and specifications, test data and other
sunilar instruments of service (collcclivefy "Documents") are the property of GTS, Inc. GTS, Inc has the right, in its sole
discretion, to dispose of or retain the Doctnncnts.
;\rk;rm.0 9 Oklah()prr • \qj.4, i • Kanca>
City of Fayettccitle, Arkans;is
. . Prrject N,unc,
Page 5
GTS, Inc.
11.2 City of Fayetteville Documents. All documents provided by City of Fayetteville will remain the property or the City of
Fayetteville. GTS, Inc will return all such documents to City of Fayetteville upon request, but may retain copies for its files.
11.3 Use of Dochonents. Except as otherwise agreed to by City of Fayetteville and GTS, inc, all Documents prepared by GTS,
inc are solely for use by City of Fayetteville and will not he provided by either party to any other person or entity without GTS,
Inc's prior written consent.
11.3,1 Use by City of Fayetteville. City of Fayetteville has the right to reuse the Documents for purposes reasonably
connected with this Project for which die Services are provided, including without limitation design and licensing requirements
of the Project.
11.3.2 Use by GTS, Inc, GTS, Inc retains the right or ownership with respect to any patentable concepts or copyrighttble
materials arising from Services and the right to use the Documents for any purpose.
11.4 Electronic Media, GTS, Inc may agree at City of Fayetteville's request to Provide Documents and information in an
electronic format as a courtesy. However, the paper original issued by GTS, Inc will remain the final product of the Services.
GTS, Inc makes no warTanties, either express or implied, regarding the fitness or suitability of any electronic Documents or
media.
O.\11`i TED SECTION I I.S Unauthorized Use
12. SUSPENSION & DELAY; TERMINATION
I,Z.I Strspeltsion & Delay. City of Fayetteville may, upon 10 days written notice at any time, suspend GI-S. Inc's Services.
GTS, Inc may tenninate this Agreement if City of Fayetteville suspends tltc Services firr more than 60 Boys, in which case City of
Fayetteville will pay GTS, Inc as provided in Section 12.4. If t'ity of Fuyeltcville suspends the Services, ar if City ofFayeuevilie
or others delay GTS, Inc's Services, City of Fayetteville and GTS. Inc agree to cquilably adjust the time tin• completion of the
Services and GTS, Inc's compensationfor the additional labor, cquipnhent, ZInd adder charges associatcil with utaintuining its
workforce for City of Fayetteville's benefit during the delay or suspension, and any charges incurred by GTS, inc for
demobilization and subsequent remobilization.
12.2 Termination fur Convenience. GTS, Inc and City of Fayetteville cony tenninate this Agreement for convenience upon 10-
days written notice delivered or mailed to the other party.
12.3 Termination far Cause. Ili the event of material breach of this Agreement, the non -breaching party may lernrinatc this
Agreement if the breaching purty tails to cure the breach within 10 days following delivery of the non -breaching party's written
notice Ofthe breach to the breaching party. The termination notice must state the basis for the termination. The Agreement may
not be terminated tia- cause if the hi -caching party cures the breach within the 10-day period.
12.4 Payment on Ternhlnation. Following tertination other Ihan for GTS, Inc's breach of this Agreement, City of Fayetteville
will pay GTS, Inc for the Service,; pertirr•med prior to the termination notice date, and for any necessary Services and expenses
incurred in connection with the termination ol'the Project, including but not limited to, the costs of completing; analysis. records
and reports necessary to docurlcnl jolt status at the time or termination and costs associated with termination of snheontractor
contracts in accordance with GTS, Inc's then -current Scm-i-moxorC11AaGFS in Exhibit A.
115 1 drive ,Ylajeure. In the event dial. GTS, Ire is prevented from completing perfottinance of its obligations under this
Agreement by adverse ❑rather err odder uccurrcnce heyond the control of GTS, Inc, then GTS, Inc will be excused from any
Beefier performance of its obligation~ and undertakings. In the event of a force majeure delay that does not result in termination
oi'111c Agreenrew. Ike schedules will be cduitably;aljusted.
13. DISPUTES
O]ll I VED 5E( I iON' 13.1 Medialion
13.2 Choice of Law; Venue, This Agreement will be construed in accordance with and governed by the laws of the state in
which the Project is located.
13.3 Statutes of Limitations. Any applicable statute of limitations will be deemed to commence running on the earlier of the
date of substantial completion of GTS, Inc's Services under this Agreement or the date on which claimant knew, or should have
known, of facts giving rise to its claims.
14. MISCELLANEOUS
14.1 Assignment and Subcontracts. During the term of this Agreement and following its expiration or termination for any
reason, neither party may assign this Agrecnhent or any right or claim under it, in whole or in pa1-t, without the prior written
consent of the other party, except for 3u aSsignnrend ofproceeds for- financing purposes. Any assignment that fails to comply with
this paragraph will be void and of no ellccd.GTS. inc may subcontract For the services of others without obtaining City of
Fayetteville's consent ifGTS. Inc deems it necessary ordesirable for others to perform certain Services.
'%lkon.;u. • tlkloham� • Ali uri • Kin i.
City of Fayetteville, Arkansas
....Projecl Name....
Page 6
GTS, Inca
14.2 Integration and Severability. This Agreement reflects the parties' entire agreement with respect to its terms and
limitations and supersedes ail prior agreements, written and oral. If any portion of this Agreement is found void or voidable, such
portion will be deemed stricken and the Agreement reformed to as closely approximate the stricken portions as law allows. These
terms and conditions survive the completion of the Services under and the termination of the Agreement, whether for cause or for
convenience.
14.3 Modification of This Agreement. This Agreement may not be modified or altered, except by a written agreement signed
by authorized representatives of both parties and referring specifically to this Agreement.
14.4 Notices. Any and all notices, requests, instructions, or other communications given by either party to the other must be in
writing and either hand delivered to the recipient ordelivered by first-class mail (postage prepaid) or express mail (billed to
sender) at the addresses given in this Agreement.
14.5 Headings. The headings used in this Agreement are for convenience only and are not a part of this Agreement.
14.6 Waiver. The waiver of any term, condition or breach of this Agreement will not operate as a subsequent waiver of the
same tern, condition, or breach.
14.7 Precedence. These GENERA[_ CONDrriONs take precedence over any inconsistent or contradictory provisions contained in
any other agreement term, proposal, purchase order, requisition, notice to proceed, or other document regarding GTS, Inc's
Services.
14.8 Incorporation of Provisions Required By Law.Each provision and clause required by law to be inserted in this
Agreement is included herein, and the Agreement should be read and enforced as though each were set forth in its entirety herein.
Arkansas • Oklahoma • Missouri • Kansas
Matt Mihalevich
Submitted By
cl-o J(Vnm
City of Fayetteville Item Review Form �ll
2014-0087 l y
Legistar File Number
NIA
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Action Required:
Development Services
Department
Staff requests Mayors approval of the attached Agreement for Construction Materials Testing &
Engineering Services with GTS, Inc. for construction materials testing for the section of Town
Branch Trail from Greathouse Park to South School.
Does this item have a cost? YeS
$7,500.00
Cost of this request
4470.9470.5814.05
$1,874,961.00
Category or Project Budget
$1,322,897.66
Account Number Funds Used to Date
Project Number
Trail Development
Program or Project Name
Trail Improvement
Program or Project Category
02016 $544,563.34 Sales Tax Capital Imp
Remaining Balance
Fund Name
Budgeted Item? YeS Budget Adjustment Attached? NO
V20130812
Previous Ordinance or Resolution # 31-14
Original Contract Number:
Comments:
• lay e
�AR](ANSA�
NON AGENDA MEMO
To: Mayor
Thru: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
Chris Brown, City Engineer
From: Matt Mihalevich, Trails Coordinator
Date: February 14'h, 2014
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
Subject: Town Branch Trail — Contract with GTS, Inc for Construction Materials Testing
RECOMMENDATION:
Staff requests Mayors approval of the attached Agreement for Construction Materials Testing &
Engineering Services with GTS, Inc. for construction materials testing for the section of Town Branch Trail
from Greathouse Park to South School.
PROPOSAL:
On February, 41h 2014 the City Council approved resolution 31-14 awarding bid #13-48 and authorizing a
contract with ARCO Excavation and Paving for the construction of a'/2 mile long section of Town Branch Trail
from Greathouse Park to South School. City inspectors will perform the daily construction inspection and
project management, however specific materials testing for concrete and subgrade require specialized testing
services. GTS, Inc. has the expertise to perform this work under RFQ 13-01 and has provided a reasonable
price for the work.
BUDGET IMPACT:
GTS, Inc. has provided a lump sum cost of $7,500 for the construction materials testing. Funding has been
allocated for this contract through the Trail Development Capital Improvement Program.
1915 North Shiloh Drive, Suite 1 office Locations. -
Fayetteville, Arkansas 72704 FayetfeWle, Arkansas
G I S, InC.
Office: (479) 521-7645 Fort Smith, Arkansas
e..�....+.,� A rest!-# 9ereI
Tulsa, Oklahoma
www.gts}nc.cc
February 13, 2014
City of Fayetteville Engineering Department
i 113 West Mountain Street
Fayetteville, Arkansas 72701
Attention: Mr. Matt Mihalevich
RE: Construction Materials Testing (CMT) Proposal
Fayetteville Town Branch Trail (Job No. 040603)
Fayetteville, Arkansas
Proposal No. 14-CMTP-005REVISED
r.i Mr. Mihalevich:
i
We appreciate the opportunity to submit this proposal to perform Construction Materials Testing
(CMT) Services on the above referenced project. We understand that the scope of the work for
this project will consist of new multi -use trail construction (Town Branch Trail) to be located from
I Greathouse Park to South School (US Highway 71 B) in Fayetteville, Arkansas.
i
Scope of Services
I� Testing for this project is anticipated to consist of soil and base densities, cast in place concrete
testing, proofroll observation by engineer, and laboratory testing including moisture -density
relationship (proctor) and classification (sieve analysis and atterberg limits) for proposed select
fill material(s).
To develop a lump sum cost proposal for this project, we have listed below the estimated per
trip costs for each testing service required.
Trip Pricing
I.
We would estimate the following per trip prices:
i
" . A per trip price for soil and base density testing to be approximately $80.00
A per trip price for concrete testing to be approximately $200.00
i . A per trip price for engineering proofroll observation to be approximately $225.00
• A per trip Price for cylinder pick up to be approximately $70.00
r'
Arkansas • Oklahoma + Missouri . Kansas
City of Fayetteville
Town Branch Trail
Fayetteville, Arkansas
14-CMTP-005REVISED
Page 2
Laboratory Testing
GTS, Inc.
Q..r.�ld�al i Tutlsy 9« 1...
• Moisture -density relationship (proctor with classification, and including sample pick up
fee) - $330.00/each
Project Testing Details
The above estimated per trip pricing is based on the following assumptions:
• Technician/Engineer traveling from our Fayetteville, Arkansas office
• Round-trip mileage to and from our Fayetteville, Arkansas office is approximately 14
miles at $0.58 per mile (or current IRS guideline + 5%)
• Round-trip travel time to and from our Fayetteville, Arkansas office is approximately 30
minutes
Time spent on site per visit for densities, concrete testing, and proofroll observation is
estimated at 1 hour
• One (1) set of concrete cylinders sampled per trip for concrete testing including air,
slump, and temperature testing in accordance with applicable ASTM test method.
• Four (6" x 12") cylinders made per set for concrete testing
Additional sets of concrete can be made during a trip for approximately $100 per set plus the
extra technician time to test the concrete. These estimates may be increased or decreased
depending on the exact time spent on site.
Testing Frequency
GTS followed the City of Fayetteville specifications for roadway construction when estimating
the total number of trips required for each testing service.
Concrete Testing:
• Concrete Trail (including two (2) bridge abutments) — 15 trips (1 set of cylinders
sampled per trip)
• Retaining Wall Foundations — 2 trips (1 set of cylinders sampled per trip)
• Retaining Wall Sections — 2 trips (1 set of cylinder sampled per trip)
Density Testing:
• 10 trips for select fill material
• 6 trips for Class 7 base course
Arkansas • Oklahoma • Missouri • Kansas
City of Fayetteville
Town Branch Trail
Fayetteville, Arkansas
1 MCMTP-005REVISE 0
Page 3
Proofrol l Observation:
• 6 trips (1 trip per 500 linear feet of proposed trail)
Laboratory Soils Testing:
• Proctor/Classification for select fill material — 2 samples estimated
GTS, Inc.
C»Neieiral a Tnthp 9a-hes
It is our understanding that the construction of the new Town Branch Trail will consist of
approximately 3,082 linear feet of trail, pedestrian bridges, and concrete retaining walls. The
scope and frequency of testing services to be included in this proposal was based on the
construction schedule of a recent City of Fayetteville trail project (Frisco Trail) in which GTS
performed the third party testing services on.
Cost Proposal
Based on the scope of work defined above, GTS will provide the testing services detailed in this
proposal for a total lump sum amount of $7,500.00.
The lump sum amount includes testing and inspection services defined in the above scope of
services for the referenced project. Tests not included in the above defined scope would be
billed in addition to the total lump sum amount shown above (per GTS standard rate sheets).
Changes in specific number of tests or trips listed above may change either up or down without
changing the lump sum price.
Invoices will be prepared monthly over the course of the first three months of the project.
Arkansas • Oklahoma • Missouri • Kansas
City of Fayetteville
Town Branch Trail
Fayetteville, Arkansas
14-CMTP-005REVISED
Page 4
Closing
GTS, In c.
Owl.Mw(..1 a T—tmq 5—id..
We appreciate the opportunity to prepare this proposal for the referenced project. If there are
any questions regarding the information contained in this proposal, please call.
Sincerely,
GTS, IncJ
..x..�Aa
Nathan Mahaffey
CMT Engineering Manager
o-jf�jz�c�
NCM:DAB
Copies to:
David A. Berry; P.E.
President
Addressee (email)
Arkansas • Oklahoma • Missouri • Kansas
191s North Shiloh Drive, Suite i Ohre Locations:
Fayetteville, Arkansas 72704
Fa}•eitevi!!e, Arkansas GTS,
�� C.
Office: (479) 591-7645 Fort Smith. Arkunsas
Fax: (479) 521-6:132 Geotechnicat a Testing Services
ni&o, Oklahoma
AGREEMENT FOR CONSTRUCTION MATERIALS
�1 TESTING & ENGINEERING SERVICES
THIS AGREEMENT, effective as of this 10`4 day of February.-2014 is by and
between _City of Fayetteville ._ and GTS, Inc. ("Engineer' - also doing business as
"Geotechnical and Testing Services, Inc.").
THE PROJECT is generally described as:
Fayetteville Town Branch Trail GTS Proposal # 14-CMTP-005
and is located at: beginning from Greathouse Park and continuing east (approximately 3.00Q linear feet
to South School Avenue Hi hwa 7113 in Fayetteville, Arkansas. ("Project Site").
THI.SAGREEMENT consists of the following documents, which are incorporated herein by reference:
• GENERAL CONDITIONS FOR CONSTRUCTION MATERIALS TESTING & ENGINEERING SERVICES;
and
• GTS Proposal 14-CMTP-005REVISED (Lump Sum Amount)
GTS, Inc, agrees to perform the Services set forth in this Agreement and in accordance with its terms,
including a]I attachments incorporated herein by reference. This Agreement may not be modified or
altered, except in writing as specifically described in this Agreement.
Authorized
Signature:
,. Print Name:
Title:
Company:
Address:
+ Email
address:
Date:
TY OF FWTvrrE;Vl1L1 LAE: GTS, INC,:
Please mail contract to:
President
GfS, Inc.
1915 N. Shiloh Dr, Suite I
Fayettevilie,Arkansas 72704
david.bcrry@gtsinq.cc
1915Nortli Shiloh Drive, Suite I
Fayetteville, AR 72704
Arkansas s oklaln)ma a Missouri • Kansas
City or Fayetteville, Arkansas
....Project Name.... GTS, Inc.
Page 2 `.'• ".+.'-1,-
GENERAL CONDITIONS FOR CONSTRUCTION MATERIALS
TESTING & ENGINEERING SERVICES
1. DEFINITIONS
1.1 Contractor. The contractor or contractors, and including its/their subcontractors of every tier, retained to perform
construction Work on the Project for which GTS, Inc is providing Services under this Agreement.
1.2 Day(s). Calendar day(s) unless otherwise stated.
1.3 Hazardous Materials. Any toxic substances, chemicals, radioactivity, pollutants or other materials, in whatever form or
state, known or suspected to impair the environment in any way whatsoever. Hazardous Materials include, but are not limited to,
those substances defined, designated or listed in any federal, state or local law, regulation or ordinance concerning hazardous
wastes, toxic substances or pollution.
1.4Inspection (or Observation). Visual determination of conformance with specific or, on the basis of GTS, Inc's professional
judgment, general requirements.
1.5 Services. The professional services provided by GTS, Inc under this Agreement, including all services described in the
SCOPEOF SERVICES included in Exhibit A, and any written Task Order or amendment to this Agreement.
1.6 Testing. Measurement, examination, performance of tests, and any other activities to determine the characteristics or
performance of materials.
1.7 Work. The labor, materials, equipment and services of Contractor.
2. SCOPE OF SERVICES
2.1 Services Provided; Independent Contractor. GTS, Inc. will provide construction materials engineering and testing services
as set forth in the SCOPE OF SERVICES in Exhibit A. GTS, Inc will perform its Services under this Agreement as an independent
contractor.
2.2 Authority of GTS, Inc. GTS, Inc will report observations and data to the City of Fayetteville. GTS, Inc will report any
observed work to the City of Fayetteville or their representative, which, in GTS, Inc's opinion, does not conform with plans,
specifications, and codes applicable to the Project. GTS, Inc has no right or responsibility to approve, accept, reject, or stop work
of any agent of the City of Fayetteville.
2.3 Referenced Standards. GTS, Inc will perform all standard tests, inspections and observations in general accordance with
referenced standards and makes no representation regarding compliance with any other standards.
2.4 Variation of Material Characteristics and Conditions. Observations and standardized sampling, inspection and testing
procedures employed by GTS, Inc will indicate conditions of materials and construction activities only at the precise location and
time where and when Services were performed. City of Fayetteville recognizes that conditions of materials and construction
activities at other locations may vary from those measured or observed, and that conditions at one location and time do not
necessarily indicate the conditions of apparently identical material(s) at other locations and times. Services of GTS, Inc, even if
performed on a continuous basis, should not be interpreted to mean that GTS, Inc is observing, verifying, testing or inspecting all
materials on the Project. GTS, Inc is responsible only for those data, interpretations, and recommendations regarding the actual
materials and construction activities observed, sampled, inspected or tested, and is not responsible for other parties' interpretations
or use of the information developed. GTS, Inc may make certain inferences based upon the information derived from these
procedures to formulate professional opinions regarding conditions in other areas.
2.5 Changes in Scope. City of Fayetteville may request changes in the SCOPE OF SERVICES in Exhibit A. Such changes,
including any change in GTS, Inc's compensation or time of performance, which are mutually agreed upon by GTS, Inc and City
of Fayetteville, will be incorporated in written amendments to this Agreement. No change will be effective unless it is in writing
and signed by the City of Fayetteville and GTS, Inc, or if made orally, confirmed by the parties in writing within 10 days.
2.6 Ercluded Services. GTS, Inc's Services under this Agreement include only those Services specified in the SCOPE of
SERVICES in Exhibit A. City of Fayetteville expressly releases any claim against GTS, Inc relating to any additional Services that
GTS, Inc recommended, but that City of Fayetteville either did not authorized or instructed GTS, Inc not to perform.
3. PAYNI E,NTS TO GTS, INC
3.1 Basic Services. GTS, Inc will perform all Services set forth in the SCOPE OF SERVICES AND SCHEDULE OF CHARGES for the
amount(s) set forth therein. GTS, Inc will give the City of Fayetteville at least 30 days advance notice of any changes to its
standard rates. Unless the City of Fayetteville objects in writing to the amended fee; structure within 30 days of notification, it
will be incorporated into this Agreement and will supersede any prior fee structure.
Arkansas • Oklahoma • Missouri • Kansas
City of Fayetteville, Arkansas
....Project Name....
LE
s: Inc.
Page 3 �....,,..+...
3.2 Additional Services. Any Services performed under this Agreement, except those Services expressly identified otherwise
in the attached SCOPE OF SERVICES in Exhibit A, will be provided on a time and materials basis unless otherwise specifically
agreed to in writing by both parties.
3.3 Estimate of Fees. GTS, Inc will, to the best of its ability, perform the Services and accomplish the objectives defined in
this Agreement within any written cost estimate provided by GTS, Inc. City of Fayetteville recognizes that unforeseen
circumstances along with changes in scope and schedule can influence the successful completion of Services within the estimated
cost. The use of an estimate of fees or of a "not toexceed" limitation indicates that GTS, Inc will not incur fees and expenses in
excess of the estimate or limitation amount without obtaining City of Fayetteville's agreement to do so, but is not a guarantee that
the Services will be completed for that amount.
3.4 Rates. City of Fayetteville will pay GTS, Inc at the rates set forth in the SCHEDULE OF CHARGES in Exhibit A, which is
subject to periodic review and amendment, as appropriate to reflect GTS, Inc's then -current fee structure.
OM [TED SECTION 3.5 Prevailing Wage Regulations DO NOT APPLY TO THIS PROJECT
OM [TED SECTION 3.6 Payment Timing; Late Charge
3.7 Payment Disputes.I f the City of Fayetteville objects to any portion of an invoice, City of Fayetteville must so notify GTS,
Inc in writing within 10 days of the invoice date, identify the cause of disagreement, and pay when due the portion of the invoice
not in dispute. The parties will immediately make every effort to resolve the disputed portion of the invoice. Payment thereafter
will first be applied to accrued interest and then to the unpaid principal amount.
4. PERFORMANCE STANDARD
4.1 Professional Standards. GTS, Inc will perform the Services consistent with that level of care and skill ordinarily
exercised by other professionals providing simiiar services in the same locale and under similar circumstances at the time the
Services are performed. No other representation, express or implied, and no warranty or guarantee is included or intended by this
Agreement or any report, opinion, document, or other instrument of service.
4.2 Sampling, Inspection & Test Locations.Unless specifically stated otherwise, the SCOPE Or: SERVICES in Exhibit A does
not include surveying the Site or precisely identifying sampling, inspection or test locations, depths or elevations. Sampling,
inspection and test locations, depths and elevations will be based on field estimates and information furnished by City of
Fayetteville and its representatives. Unless stated otherwise in the report, such locations, depths and elevations are approximate.
GTS, Inc will take reasonable precautions to limit damage to the Project Site or Work due to the performance of Services, but
City of Fayetteville understands that some damage may necessarily occur in the normal course of Services, and this
Agreementdoes not include repair of such damage unless specifically stated in the SCOPE of SERVICES in Exhibit A.
4.3 Sample Disposal. GTS, Inc will dispose of all samples after submission of the report covering those samples. GTS, Inc
will provide further storage or transfer of samples only upon City of Fayetteville's prior written request and agreement on
appropriate compensation.
4.4 Buried Utilities & Structures; Property Restoration. If the Services require borings, test pits or other invasive
exploratory work, City of Fayetteville will provide GTS, Inc with all information in its possession regarding the location of
underground utilities and structures. GTS, Inc will contact an appropriate utility locator and take into consideration utility
locations shown on drawings provided to GTS, Inc by the City of Fayetteville to reduce the risk of damage or injury to
underground structures, pipelines and utilities.
S. CONTRACTOR'S PERFORMANCE
GTS, Inc is not responsible for Contractor's means, methods, techniques or sequences during the performance of its Work. GTS,
Inc will not supervise or direct Contractor's Work, nor be liable for any failure of Contractor to complete its Work in accordance
with the Project's plans, specifications and applicable codes, laws and regulations. City of Fayetteville understands and agrees
that Contractor, not GTS, Inc, has sole responsibility for the safety of persons and property at the Project Site.
6. CITY OF FAYETTEVILLE'S RESPONSIBILITIES
In addition to payment for the Services performed under this Agreement, City of Fayetteville agrees to:
6.1 Access Grant or obtain free access to the Project Site for all equipment and personnel necessary for GTS, Inc to perform
its Services under this Agreement.
6.2 Representative. Designate a representative for notices and information pertaining to the Services, communicate City of
Fayetteville's policies and decisions, and assist as necessary in matters pertaining to the Project and this Agreement. City of
Fayetteville may change its representative by written notice.
63 Information. Supply to GTS, Inc all information and documents relevant to the Services. GTS, Inc may rely upon such
information without independently verifying its accuracy. City of Fayetteville will notify GTS, Inc of any known potential or
Arkansas • Oklahoma • Missouri • Kansas
City of Fayettevlle, Arkansas
....Project Name....
Page 4
ttT$, IAC.
ar...+..e�
possible health or safety hazard regarding the materials to be tested, including its intended use, chemical composition, relevant
MSDS, manufacturers' specifications and literature, and any previous test results.
6.4 Project Information. City of Fayetteville agrees to provide GTS, Inc within 7 days after written request, a correct
statement of the recorded legal title to the property on which the Project is located and the City of Fayetteville and/or Owner's
interest therein.
7. CHANGED CONDITIONS
If GTS, Inc discovers conditions or circumstances that it did not contemplate ("Changed Conditions") at the time of this
Agreement, it will give City of Fayetteville written notice of the Changed Conditions. City of Fayetteville and GTS, Inc will then
negotiate an appropriate amendment to this Agreement. If they cannot agree upon an amendment within 30 days after the notice,
GTS, Inc may terminate this Agreement and be compensated as set forth in Section 12, "Suspension & Delay; Termination."
S. CERTIFICATIONS
City of Fayetteville will not require GTS, Inc to execute any certification regarding Services performed or Work tested or
observed unless: 1) GTS, Inc believes that it has performed sufficient Services to provide a sufficient basis to issue the
certification; 2) GTS, Inc believes that the Services performed and Work tested or observed meet the criteria of the certification;
and 3) GTS, Inc has reviewed and approved in -writing the exact form of such certification prior to execution of this Agreement.
Any certification by GTS, Inc is limited to the expression of a professional opinion based upon the Services performed by GTS,
Inc, and does not constitute a warranty or guarantee, either express or implied. City of Fayetteville agrees not to condition the
resolution of any dispute upon GTS, Inc signing a certification.
9. ALLOCATION OF RISK
OMITTED SECTION 9.1 Limitation of Remedy
9.2 Indemnification of the City of Fayetteville. Subject to the terms and limitations of this Agreement, GTS, Inc will
indemnify and hold harmless the City of Fayetteville, its shareholders, officers, directors, employees, and agents from and against
any and all claims, suits, liabilities, damages, expenses (including without limitation reasonable attorney's fees and defense costs)
and other losses (collectively "Losses") to the extent caused by GTS, Inc's negligence in performance of this Agreement.
OM ITTED SECTION 9.3 Indemnification of GTS, Inc.
OMITTED SECTION 9ANo Personal Liability
OMITTED SECTION 9.5 Consequential[ Damages
9.6 Continuing Agreement The provisions of this Section 9, "Allocation of Risk," will survive the expiration or termination
of this Agreement. If GTS, Inc provides Services to City of Fayetteville that the parties do not confirm through execution of an
amendment to this Agreement, the provisions of this Section 9 will apply to such Services as if the parties had executed an
amendment.
10. INSURANCE
10.1 GTS, fire's Insurance. If reasonably available, GTS, Inc will maintain the following coverage's:
10.1.1 Statutory Workers' Compensation/Employer's Liability Insurance;
10.1.2 Commercial General Liability Insurance with a combined single limit of$1,000,000;
10.1.3 Automobile Liability Insurance, including liability for all owned, hired and non -owned vehicles with minimum
limits of $1,000,000 for bodily injury per person, $1,000,000 property damage, and $1,000,000 combined single limit per
occurrence; and,
10.1.4 Professional Liability Insurance in amounts of at least $1,000,000 per claim and annual aggregate.
OMITTED SECTION]0.2 City of Fayetteville's Insurance
OMITTED SECTION10.3 Certificates of Insurance
l I. OWNERSHIP AND USE OF DOCUMENTS
11.1 GTS, Inc Documents. Unless otherwise agreed in writing, all documents and information prepared by GTS, Inc
including, but not limited to, reports, boring logs, maps, field data, field notes, drawings and specifications, test data and other
similar instruments of service (collectively "Documents") are the property of GTS, Inc. GTS, Inc has the right, in its sole
discretion, to dispose of or retain the Documents.
Arkansas • Oklahoma • Missouri • Kansas
City of Fayetteville, Arkansas
....Project Name....
Page 5 GTS: Inc.
F........,.»
11.2 City of Fayetteville Documents. All documents provided by City of Fayetteville will remain the property of the City of
Fayetteville. GTS, Inc will return all such documents to City of Fayetteville upon request, but may retain copies for its files.
11.3 Use of Documents. Except as otherwise agreed to by City of Fayetteville and GTS, Inc, all Documents prepared by GTS,
Inc are solely for use by City of Fayetteville and will not be provided by either party to any other person or entity without GTS,
Inc's prior written consent.
11.3.1 Use by City of Fayetteville. City of Fayetteville has the right to reuse the Documents for purposes reasonably
connected with this Project for which the Services are provided, including without limitalion design and licensing requirements
of the Project.
11.3.2 Use by GTS, Inc.GTS, Inc retains the right of ownership with respect to any patentable concepts or copyrightable
materials arising from Services and the right to use the Documents for any purpose.
11.4 Electronic Media. GTS, Inc may agree at City of Fayetteville's request to provide Documents and information in an
electronic format as a courtesy. However, the paper original issued by GTS, Inc will remain the final product of the Services.
GTS, Inc makes no warranties, either express or implied, regarding the fitness or suitability of any electronic Documents or
media.
OMITTED SECTION 11.5 Unauthorized Use
12. SUSPENSION & DELAY; TERMINATION
12.1 Suspension & Delay. City of Fayetteville may, upon 10 days written notice at any time, suspend GTS, Inc's Services.
GTS, Inc may terminate this Agreement if City of Fayetteville suspends the Services for more than 60 days, in which case City of
Fayetteville will pay GTS, Inc as provided in Section 12.4. If City of Fayetteville suspends the Services, or if City of Fayetteville
or others delay GTS, Inc's Services, City of Fayetteville and GTS, Inc agree to equitably adjust the time for completion of the
Services and GTS, Inc's compensationfor the additional labor, equipment, and other charges associated with maintaining its
workforce for City of Fayetteville's benefit during the delay or suspension, and any charges incurred by GTS, Inc for
demobilization and subsequent remobilization.
12.2 Termination jar Convenience- GTS, Inc and City of Fayetteville may terminate this Agreement for convenience upon 10-
days written notice delivered or mailed to the other party.
12.3 Termination for Cause. In the event of material breach of this Agreement, the non -breaching party may terminate this
Agreement if the breaching party fails to cure the breach within 10 days following delivery of the non -breaching party's written
notice of the breach to the breaching party. The termination notice must state the basis for the termination. The Agreement may
not be terminated for cause if the breaching party cures the breach within the I 0-day period.
12.4 Pay►nent on Termination. Following termination other than for GTS, Inc's breach of this Agreement, City of Fayetteville
will pay GTS, Inc for the Services performed prior to the termination notice date, and for any necessary Services and expenses
incurred in connection with the termination of the Project, including but not limited to, the costs of completing analysis, records
and reports necessary to document job status at the time of termination and costs associated with termination of subcontractor
contracts in accordance with GTS, Inc's then -current SCHEDULEOFCIIARGFS in Exhibit A.
12.5 Force Majeure. In the event that GTS, Inc is prevented from completing performance of its obligations under this
Agreement by adverse weather or other occurrence beyond the control of GTS, Inc, then GTS, Inc will be excused from any
further performance of its obligations and undertakings. In the event of a force majeure delay that does not result in termination
of the Agreement, the schedules will be equitably adjusted.
13. DISPUTES
OMITTED SECTION 13.1 ;Mediation
13.2 Choice of Law, Ventre. This Agreement will be construed in accordance with and governed by the laws of the state in
which the Project is located.
133 Statutes of Limitations. Any applicable statute of limitations will be deemed to commence running on the earlier of the
date of substantial completion of GTS, Inc's Services under this Agreement or the date on which claimant knew, or should have
known, of facts giving rise to its claims.
14. NI ISCELLAN EOUS
14.1 Assignment and Subcontracts. During the term of this Agreement and following its expiration or termination for any
reason, neither party may assign this Agreement or any right or claim under it, in whole or in part, without the prior written
consent of the other party, except for an assignment of proceeds for financing purposes. Any assignment that fails to comply with
this paragraph will be void and of no effect.GTS, Inc may subcontract for the services of others without obtaining City of
Fayetteville's consent if GTS, Inc deems it necessary or desirable for others to perform certain Services.
Arkansas • Oklahoma • Missouri • Kansas
City of FayetteAlle, Arkansas
....Project Name.... GTS, MC.
Page 6
14.2 Integration and Severability. This Agreement reflects the parties' entire agreement with respect to its terms and
limitations and supersedes all prior agreements, written and oral. If any portion of this Agreement is found void or voidable, such
portion will be deemed stricken and the Agreement refortned to as closely approximate the stricken portions as law allows. These
terms and conditions survive the completion of the Services under and the termination of the Agreement, whether for cause or for
convenience.
14.3 Modification of This Agreement. This Agreement may not be modified or altered, except by a written agreement signed
by authorized representatives of both parties and referring specifically to this Agreement.
14.4 Notices. Any and all notices, requests, instructions, or other communications given by either party to the other must be in
writing and either hand delivered to the recipient onielivered by first-class mail (postage prepaid) or express mail (billed to
sender) at the addresses given in this Agreement.
14.5 Headings. The headings used in this Agreement are for convenience only and are not a part of this Agreement.
14.6 Waiver. The waiver of any term, condition or breach of this Agreement will not operate as a subsequent waiver of the
same term, condition, or breach.
14.7 Precedence. These GENERAL CONDITIONS take precedence over any inconsistent or contradictory provisions contained in
any other agreement term, proposal, purchase order, requisition, notice to proceed, or other document regarding GTS, Inc's
Services.
14.8 Incorporation of Provisions Required By Law.Each provision and clause required by law to be inserted in this
Agreement is included herein, and the Agreement should be read and enforced as though each were set forth in its entirety herein.
Arkansas 9 Oklahoma • A4icsouri • Kansas
Matt Mihalevich
Submitted By
2014-0179 q1_1q
Legistar File Number
NIA
City Council Meeting Date - Agenda Item Only
NIA for Non -Agenda Item
Development Services
Department
Action Required:
Staff requests approval of Change Order #1 with ARCO Excavation and Paving Inc. to increase the
original contract amount of $779,645.25 by $8,191.00 for the addition of four items necessary for the
construction of Town Branch Trail. The contract with ARCO Excavation and Paving Inc. was
approved by Resolution #31-14 and includes $93,557.43 in contingency.
Does this item have a cost? YeS
$8,191.00
Cost of this request
4470.9470.5814.05
Account Number
02016.1102
Project Number
$1,128,645.26 Town Branch Trail (Greathouse to 71 B)
Category or Project Budget
$919,226.81
Funds Used to Date
$201,227.45
Remaining Balance
Program or Project Name
Trail Development
Program or Project Category
Sales Tax Capital Imp
Fund Name
Budgeted Item? YeS Budget Adjustment Attached? NO
V20130812
Previous Ordinance or Resolution # 31-14
Original Contract Number:
Comments:
CITY OF
•
aeevle
ARKANSAS
TO: Lioneld Jordan, Mayor
THRU: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
Chris Brown, City Engineer
FROM: Matt Mihalevich, Trails Coordinator
DATE: April 15t', 2014
STAFF MEMO
SUBJECT: Town Branch Trail — Change Order #1 with ARCO Excavation and Paving
RECOMMENDATION:
Staff requests approval of Change Order #1 with ARCO Excavation and Paving Inc. to increase
the original contract amount of $779,645.25 by $8,191.00 for the addition of four items
necessary for the construction of Town Branch Trail. The contract with ARCO Excavation and
Paving Inc. was approved by Resolution #31-14 and includes $93,557.43 in contingency.
BACKGROUND:
ARCO Excavation and Paving Inc. started construction of the Town Branch Trail section from
71 B to Greathouse Park on March 101", 2014. During construction it was realized that additional
storm drainage pipe and a junction box were necessary. In addition, an adjacent property
owner who has granted a temporary construction easement requested a 6 foot tall temporary
chain link fence. This fence will contain the construction equipment while creating a safe area
on the remainder of the property for the property owner to conduct business.
DISCUSSION:
Change Order #1 includes the following items:
1.) 6 foot tall temporary construction fencing (10' panels) 420 LF $3,150.00
2.) 18" reinforced concrete pipe (RCP) 18 LF $1,206.00
3.) 18" reinforced concrete pipe (RCP) Flared End Section 1 EA $485.00
4.) 4' junction box (poured in place round) 4' Depth 1 EA $3,350.00
Total $8,191.00
BUDGET/STAFF IMPACT:
Change Order #1 will increase the original contract amount of $779,645.25 by $8,191.00 for an
amended contract price of $787,836.25. The additional funds necessary for the change order
are within the approved contingency and have been budgeted through the Trail Development
Capital Improvement Program.
Attachments:
Staff Review Resolution #31-14
Mailing Address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
NO.
DATE
#1
419I2014
10287 E. Hwy 72
Bentonville AR. 72712
Phone:(479)451-8000 Fax:(479)451-8010
Request for Change Order:
ARCO Job # 5015
Work To Be Performed At:
Name City of Fayetteville Project Town Branch Trail
Street 113 W. Mountain Street South School Ave
City Fayetteville, AR 72701 City Fayetteville AR.
Phone 479-444-3416 Plans Dated rev. 1015/2013
Email mmihalevich(cDfayetteville-ar.Qov
Change order work as follows:
No.
Temp. Fencing, RCP, Boxes Ect.
Quantity
Unit
Cost
Total
1
6' Tali Temporary Construction Fencing(10' Panels)
420
LF
$7.50
$3,150.00
2
18" RCP
18
LF
$67.00
$1,206.00
3
18" RCP Flared End Section
1
EA
$485.00
$485.00
4
4' Junction Box(poured in place round) 4' Depth
1
EA
$3,350.00
$3,350.00
Previous Change Order Amount
Total Cost of this Change Order: $8,191.00
$0.00
Change Order Amount to Date......................................................................... $8,191.00
Original Contract Amount.............................................................. ............ $779,645.25
Revised Contract Amount............................................................................... $787,836.25
Respectfully Submitted Arco Excavation 8, Paving Inc.
Per
MAU C?4
Matt Cravey
The above prices, specifications, conditions and change order to contract
Date GO ! V 0 M 4 Signature
Ta'4y�e�IiLle
PURCHASE ORDER
VENDOR NO. 21189
ARCO Excavation & Paving Inc
10287 E IiWY 72
Bentonville AR 72712
Each Package Must Be Marked
Exactly As Shown Here
City of Fayetteville, Arkansas
DATE
2/12/14
FOB Fyv
TERMS NET 30 DAY
PURCHASE ORDER #
14-0000095-001
Unit Ottyy Description and Unit Price TOTALS
Qty. of Rocolved Account Number
18aue
1.00 JOB a) Town Branch Trail 779645.25 779645.25
Per Bid #13-58 Res #31-14
Contract ##2308
Note: This project is grant funded.
4470.9470.5814.05 020161102
CHANGE ORDER #1 - Please add Line Item B for Contract #2308 CO #1 in the
amount of $8,191.00 using GL account number 4470.9470.5814.05 02016/1102
SHIP TO: Engineering/Drafting
Crff OF FAYETTEVILLE
125 W MOUNTAIN SI'
FAYETTEVILLE AR 72701
Walevich
Sales Tax Total: $.00
Purchase Order Total: 779645.25
DEPARTMENT VERIFICATION
BY DATE ADDITIONAL APPROVAL
RECEIVED
CHECK #
DEPT HEAD APPROVAL
DOES NOT MEET PURCHASING POLICY
AMOUNT TO PAY
$ CONTRACT PAYMENT
OTHER
NP VERIFICATION
APPROVED BY
PURCHASING VERIRCATK)N
PRICE CHANGE VERIFICATION
PROJECT #
THIS PAYMENT $
PREVIOUS PAYMENT(S) $
RETURN CHECK TO
TOTAL PYMT(S) $
SEND COPY TO
BALANCE $
DEPT COPY
Matt Mihalevich
Submitted By
City of Fayetteville Staff Review Form
2014-0442
Legistar File ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
kto Eycava+n ��Wu9
" ovkx 4Q,
10/10/2014 Engineering /
Development Services Department
Submitted Date Division / Department
Action Recommendation:
Staff requests approval of Change Order #2 with ARCO Excavation and Paving Inc. to increase the contract amount
by $1,679.65 for the addition of electrical items, signs and the reconciliation of all contract items to close out the
project. The contract with ARCO Excavation and Paving Inc. was approved by Resolution #31-14 and includes
sufficient contingency budgeted to incorporate this final cost overage.
4470.9470.5814.05
Account Number
02016.1102
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? NA
Budget Impact:
Sales Tax Capital Improvement
Fund
Town Branch Trail (Greathouse Prk to 71B)
Project Title
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
$ 883,114.00
$ 862,281.13
l Y 20,832.87
$ 1,679.65
$ 19,153.22
V20140710
Previous Ordinance or Resolution # 31-14
Original Contract Number: 2308 Approval Date:
Comments:
CITY OF
•
T e evl e
ARKANSAS
TO: Lioneld Jordan, Mayor
THRU: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
Chris Brown, City Engineer
FROM: Matt Mihalevich, Trails Coordinator
DATE: October 10t", 2014
STAFF MEMO
SUBJECT: Town Branch Trail — Change Order #2 with ARCO Excavation and Paving
RECOMMENDATION:
Staff requests approval of Change Order #2 with ARCO Excavation and Paving Inc. to increase
the contract amount by $1,679.65 for the addition of electrical items, signs and the reconciliation
of all contract items to close out the project. The contract with ARCO Excavation and Paving
Inc. was approved by Resolution #31-14 and includes sufficient contingency budgeted to
incorporate this final cost overage.
BACKGROUND:
The section of the Town Branch Trail from 71 B to Greathouse Park has been substantially
completed ARCO Excavation and Paving Inc. All bid items have been reconciled and are
represented in the proposed change order #2. In addition, several items were needed to
complete the trail lighting electrical system. These items and the modification of 5 trail signs are
included in the attached change order #2.
BUDGET/STAFF IMPACT:
Change Order #1 increased the original contract amount of $779,645.25 by $8,191.00 for an
amended contract price of $787,836.25. Change Order #2 will increase the contract price by
$1,679.65 for an amended contract price of 789,515.90. The additional funds necessary for the
change order are within the approved contingency and have been budgeted through the Trail
Development Capital Improvement Program.
Attachments:
Staff Review
ARCO signed Change Order #2
Resolution #31-14
Purchase Order #14-0000095-001
Mailing Address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayettevilie-ar.gov
CITY OF
7ayT� le
N5AS
CHANGE ORDER
Contract Number Job 040603 FAP STPE-TAPU-ENHN (469)
Contract Title Fayetteville Town Branch Trail (ATEP-11) (S)
Change Order No. 2 Date of Issuance I October 9, 2014
To Contractor: ARCO Excavation & Paving ORDINANCFIRESOLLITION: Res_ No. 31-14
The Contract is changed as follows:
Items A-E are new items included in this change order. Items A-E were necessary for the operation of the trail
lighting and Item E was necessary for compliance with the trail signs. The reconciliation of all contract items is
shown as Item F,
A. 100 Amp service from meter to SWEPCO Junction Box.
B. 3/4" PVC conduit from rigid steel conduit to junction box and up to 8 lights under the 71 B bridge
C. #12 wire from junction box to fixture head of A and B lights
D. 3/4" fittings to transition from PVC to rigid'steel
E. 5 trail signs were specified at a size that does not comply with the MUTCD. This item includes 5 srnaller signs to be
installed
R Reconciliation of all contract Items (see attached Reconciliation Form)
Contract
Changes
Item
No.
Bid
Item
Description
Previous
Estimated
Quantity
Unit
of
Measure
Contract
Unit
Price
Revised
Estimated
Quantity
Revised
Unit
Price
Original
Estimated
Cost
Revised
Estimated
Cost
A.
CO2.01
too Amp Service
0.00
LF
$0.00
80.00
$7.75
$0.00
$620.00
B.
CO2.02
3/4" PVC Conduit
0.00
LF
$0.00
160.00
$3.85
S0.00
$616.00
C.
ICO2.03
912 Wire
0.00
LF
$0.00
3,051.00
i $1.10
$0.00
$3,356.10
D.
CO2.04
3/4" conduit fittings
0.00
EA
$0.00
38.00
$2.95
$0.00
$112.10
E.
CO2.05
Trail Sign Modification
0.00
EA
S0.00
5.0(
$155,00
$0.00
$775.00
F.
All
Reconciliation of all Contract
Items
0.00
EA
$0.00
0.00
$0.00
I
$0.00
($3,799.55)
sommatioo of Cost $0.00 S1,679.65
Net Cost for this Change Order S1,679.65
Not valid until signed by the Owner
The original Contract Price was $ 779,645.25
Net change by previously authorized change orders I S R 191.00
The Contract Price prior to this Change Order was S 787,836 2S
The Contract Price will be increased by S_ 1,679.65
The new Contract Price including this Change Order will be $ 789,515.90
NOTE:
This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by W( Change Directives
Arkansas State Highway and Transportation Department
BY
DATE
RECONCILIATION
Town Branch TraH
INVOICE NUMBER: 6
To: t0f09t14
QUANTTY AMOUNT DEVIATION FROM PERCENT
ITEM CONTRACT UNrr CONTRACT TO ITO CONTRACT USED
NUMBER DESCRIPTION UNIT QUANTITY PRICE AMOUNT DATE DATE UNITS AMOUNT TO -DATE
1
T..A rxa. S.JmySyw-
13
1
Si,250.00
31=00
1
31250.00
0.00
$0.00
100%
2
.(n.nbigaOmvliim
u
1
37,500DO
$7,500.00
1
$7,5(10.0D
0.00
$0.00
100%
3
lhdraFrAF:mr..u(FL.12u.si%S
CY
low
$7.25
S21.750.00
2.590
S18.777.50
(410.00)
($2,972.50)
85%
CY
2,720
$11,75
632,030.50
Z878
SM1793.00
150.00
S11762.50
109%
5
•rep.ai114wm..te sdetundagt .ew
3y
5,642
91.30
$7,594.80
5.842
37,594,60
0.00
30.00
100%
a
rd SWq Ud:1YI (Y?..pka)
T.
100
330.00
S3,00000
5
$1Woo
(95.00)
(52,(I50.00)
5%
T
'xa.d�dd:ae Ftp.
u
24
S72.00
S1,728.00
54
S3,8B8.00
30.00
32,16000
225%
e
' P..f. -I C-- P)w F6M r w
EA
2
$M 00
51,370.00
3
S2,055,OD
1.00
S685.00
150%
S
• a.n 7 nSLi4lat. FIu.
Sr
5,206
$3.75
S19.522.50
4.712
$17,670.00
(494.00)
(31,852.50)
91 %
10
In .14e x 7 be P-i C m D. C h-
I.F
50
$505.00
$29,750.00
50
$29,750-00
0.00
$0.00
100%
1 t
r y Fti.n � 110 cvwa
36
$420 00
$15.120,00
36
$i 5;120 00
0.00
So.00
100%
12
w.MwdbZApp.uY,..m
M
1
$15,000.00
915,D00.00
1.00
Si5,000.00
000
$0,00
100%
13
I.dlsed.d)Osromd.)
SY
1.111
$3,65
$4.055.15
Z396
38,745.40
1".00
64,690.25
219%
2
S3,T50,00
$7.500,00
2
S7.500.00
0,00
$0.00
100%
15
E 16.e.e,d F1►IP.
u
1
$0,065.00
Sa,W85.00
0.75
$8.on-r5
roast
(52.02125)
75%
)e
md,ie,�,m(M"emxas-;or�pnae)
u
t
S15,000.00
$15.000.00
1.00
$15.000.00
0,00
SO-00
IDO%
t7
-P. 6.Fmq
IS
1
521500DO
S2.5DO-00
0.75
91.075,00
(0.25)
1$625.00)
75%
to
'T,W Cd,, w 4a1F.(Yei1m PwIS)
tt
3,082
$1.20
3306.40
3,079
S3,894.80
f9
-A5W. U4ta-4Pp
E,
17
$275.00
$4,675.00
17
$4,675.00
0.00
$0.00
1OD%
20
C..o.d.T,.i
sF
35,622
$325
$115.771.50
38.116
3117,377.00
49C00
51,605.50
101%
2t
1kid4e Cie.
u
1
S76,500.00
$76,500.00
1.00
576,500.OD
0.00
10.00
TOD%
22
- i(.axuq
1
560,200.00
$80,200.00
1.00
S80,200.00
0.00
$0.00
1 D096
73
Rd-"WdtC�(C.i.Ph-)
u
1
558,506.00
556.5a0.00
1.00
W. (0.00
0.00
$0.00
1OD%
24
Ik w . I
LF
Y80
$83.00
S23,240.00
188
$13.778.00
(114,00)
(59,462-00)
59%
2$
Orms"Wd/.dSad Fa W.Oop
LF
440
555.00
S24,200.00
438
$24.090.00
2001
(S11o.00)
1OD%
28
FUp Ft.p(Nuin Smd.tane)
3Y
40
$80.00
$3,200.00
51
54,060.00
11.00
sm 00
128%
27
LW* 00-nd Fol, T7wA
PA
35
$3.800.00
$144.400.00
38
$144,400.00
0.00
$0.00
100%
2e
WdFiw.t,Trp.9
FA
3
$1,500.00
$4,500,00
3
$4,500.00
0.00
30.00
100%
117 Poch" cmii(SF IW 40 PVC)
u
3,082
$850
S20.033.00
3,2W
$20.90,00
148.00
$962.00
105%
30
9` 11' Fi.uew wftI, e, C.n.un Pa 0-
FA
38
S155,00
$5,69000
39
$5.89D.00
0.00
$0,00
100%
st
r0a..:.at�4scd caadt
Zoe
59.75
$2,028,00
187
$1.623,25
(21.00)
(S204.75)
W%
32
N. IAWDC.pp.ad.....
Ir
8,721
$1.60
313.953.80
t]),944
SIT510.40
2.223.00
53,55e.80
125%
33
FF tr dS-io.F.q:p. podo",
r,A
2
$5,550.00
311,100.00
2
$11.100.00
0.00
30.00
100%
14
IS
1
S15,000.00
515.000.00
1
515=00
0.00
$0.00
100%
Co LOi
.T.4 T."p-y C.M. Finanl DV F.W.)
IS
42D
$7.50
S3,150,00
420
S3,150.00
0.00
$0.0D
100%
Co 1.02
16,t C�,eM ltw
u
18
S67.00
$1,20500
16
S1,208.00
0.00
50.00
100%
W 1.03
u' R.inISF.,q Lama. Rw Fln.d end
EA
1
$465.00
$485 OD
1
S485.00
0.00
$0.00
10D%
CO1'04
l.aeene..(P-Wi.O-..gW04R
FA
1
$3,350.00
S3,350.00
I
$3,350.00
coo
$0.00
100%
Co 2.01
10OA.y se m
t r
60
$7.75
3620.00
80
3Moo
0.00
50.00
100%
GO 2.02
4•PVC C, a_
LY
160
53.85
$616.00
ISO
S818A0
0.00
Moo
100%
CO 2,03
112Win:
tF
301
$1.10
S3.356.10
3,051
S3,356.10
0.00
30.00
100%
CO2.04
1'4•-Wilet v
G
38
$295
$112.10
38
$112,10
0.OD
$0.00
100%
1102.05
T„4 Sip,Ac &r-.; a
5
$155,00
$775.D0
5
$775.00
0.00
MOD
100%
T.td. $793.315.45 S709,515.90
Ddkieptm Isom Caf oa (53,79955)
-w -
** REPRINT **
Taly"Oe-VIL e PURC CASE ORDER
VENDOR NO. 21189
ARCO Excavation & Paving Inc
10287 E HWY 72
Bentonville AR 72712
Each Package Must Be Marked
Exactly As Shown Here
my of Fayetteville. Arkansas
DATE
8105114
FOB Fyv
PURCHASE ORDER #
14-0000095-100
TERMS NET 30 DAY
Unit OttyyDescription and Unit Price TOTALS
Qty. Is goeeived Account Number
1.00 JOB a-) Town Branch Trail 779645.25 779645.25
Per Bid ##13-58 Res #31-14
Contract #2308
Note: .This project is grant funded.
4470.9470.5814.05 020161102
CHANGE ORDER #2 - Please add Line Item C for Contract #2308 CO #2 in the amount
of $1,679.65 using GL account number 4470.9470.5814.05 02016/1102
SHIP TO: Engineering(Dmting
C rY OF FAYEiTEVWLE
M w MOUNTAIN ST
FAYETTEVILLE AR 72701
Continued on Next Page
DEPARTMENT VEMSCATION BY DATE ADDITIONAL APPROVAL
CHECK #
RECEIVED
DEPT HEAUAPPROVAL GOES NOT MEET PURCHASINGPDUGY
AMOUNT TO PAY $ CONTRP CT FAYMEM
OTHER
AJP VERIFICATION APPROVED 8Y
PURCHASING VERIFICATION
PRICE CH{V+IGE VERIFICATION
>ETURN Ct1ECKT0
SENDCOPYTO
DEPT COPY
PROJECT *
THIS PAYMENT $
PREVIOUS PAYMENT(S) $
TOTAL P'YMT(S) S
am ANCE $
** REPRINT **
Ta'y`e"e PURCHASE ORDER
VENDOR NO. 21189
ARCO Excavation & Paving Inc
10287 E HV4'Y 72
Bentonville AR 72712
Each Package Must Be Marked
Exactty As Shaven Flare
City of Fayetteville, Arkansas
DATE
8105114
FOB Fyv
PURCHASE ORDER #
14-0000095-100
tyUnit TERMS NET 30 DAY
Oty• Of Received Accoant Number Unit Pries TOTALS
lasue
1.00 SA by Change Order #1 to Contract 8191.00 8191.00
04/30/14 C/O #1 to incr contract by
$8,191.00 to allow for 6' tall temp
construction fencing; additional
storm drainage pipe and a junction
box
4470.9470.5814.05 020161102
SHIP TO: Fan¢neeringMrafiing
CITY OF FAYEITEVQd.E
IZ5 W MOUNTAIN ST
FAVEITEVII.LE AR 72701
Sales Tax Total: $.00
Aaalavich Purchase Order Total: 787836.25
ouAMM NTVERIFICATION BY DATE ADDMONALAPPROVAL
RECE VEO
DEFT HEAD APPROVAL
AMOUNTTO PAY S
AJP VEAIFICATiON
PURCHASING VERIRCATION
PRICE CKAME VEWCATION
Rc URN CHECK TO
SEND COPY TO
CHECK#
DOES NOT MEET PURCW4SINQ POLICY
CONTRACT PAYMENT
OTHER
APPROVED 13Y
DEPT COPY
PROJECT #
THIS PAYMENT $
PREVIOUS PAYMENT(S) $
TOTAL PYMT(S) S
BALANCE S
RESOLUTION NO.31-14
A RESOLUTION TO AWARD BID #13-58 AND AUTHORIZING A
CONTRACT WITH ARCO EXCAVATION & PAVING, INC. FOR THE
CONSTRUCTION OF THE TOWN BRANCH TRAIL IN THE AMOUNT OF
$779,645.25, AND APPROVING A CONTRACT CONTINGENCY IN THE
AMOUNT OF $93,557.43
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 Sid
#13-58 to ARCO Excavation & Paving, Inc. in the amount of $779,645.25 for the construction of
the Town Branch Trail, and further approves a twelve percent (12%) contract contingency in the
amount of $93,557.43,
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, attached hereto as Exhibit A, recognizing $352,647.00 in federal revenue.
PASSED and APPROVED this 5" day of February, 2014.
I\»:Z91F1 M 01;
By:
ATTEST:
—By: �i7.�.s�•a• G • 4nv4L
SONDRA E. SMITH, City Clerk/Treasurer
CJY. .r
r : Fil
',,' �1 JO 11l I0 r``
I
ARKANSAS STATE HIGHWAY
AND
TRANSPORTATION DEPARTMENT
Scott E. Bennett
Director
Telcphone (501) 569-2000
Voice/TTY 711
The Honorable Lioneld Jordan
Mayor of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
Dear Mayor Jordan:
P.O. Box 2261
Little Rock, Arkansas 72203-2261
'relefax (501) 569-2400
www.arkansashighways.com
Re: Job 040603
F.A.P. STPE-TAPU-ENHN(469)
Fayetteville Town Branch Trail
(ATE P-I I) (S)
Washington County
Reference is made to Change Order Number 2 recently submitted for the subject transportation
enhancement project. We hereby concur in the changes, and the original signed copy of the
change order is enclosed for your use.
If you have any questions, please contact Carlos Meredith at (501) 569-2261.
Sincerely,
Kevin Thornton
Engineer of Programs
and Contracts Division
Enclosure
c: Construction -Ron Price (w/enclosure)
Transportation Planning and Policy
District 4
Resident Engineer #43 (w/enclosure)
Job 040603 'C' File (w/enclosure)
Chris Brown, City of Fayetteville (w/enclosure)
,/Matt Mihalevich, City of Fayetteville (w/enclosure)
t �
A0
P1I
CITY OF
Ta%ym e e k
AS le
ARICAN
CHANGE ORDER
Contract Number Job 040603 FAP STPE-TAPU-ENHN (469)
Contract Title Fayetteville Town Branch Trail (ATEP-11) (S)
Change Order No. 2 Date of Issuance October 9, 2014
To Contractor: ARCO Excavation & Paving ORDINANCETXSOLITIION; Res. No. 31-14
The Contract is changed as follows:
Items A-E are new items included in this change order. Items A-E were necessary for the operation of the trail
lighting and Item E was necessary for compliance with the trail signs. The reconciliation of all contract items is
shown as Item F.
A. 100 Amp service from meter to SWEPCO Junction Box.
B. 314" PVC conduit from rigid steel conduit to junction box and up to B lights under the 71 B bridge
C. #12 wire from junction box to fixture head of A and B lights
D. 314" fittings to transition from PVC to rigid steel
E. 5 trail signs were specified at a size that does not comply with the MUTCD. This item includes 5 smaller signs to be
installed
F. Reconciliation of all contract items (see attached Reconciliation Form)
Contract
Changes
Item
No.
Bid
Item
Description
Previous
Estimated
Quantity
Unit
of
Measure
Contract
Unit
Price
Revised
Estimated
Quantity
Revised
Unit
Price
Original
Estimated
Cost
Revised
Estimated
Cost
A.
CO2.01
100 Amp Service
0.00
LF
$0.00
80.00
$7.75
$0.00
$620.00
B.
CO2.02
3I4" PVC Conduit
0.00
LF
$0.00
160.00
$3.85
$0.00
$616.00
C.
CO2.03
412 Wire
0.00
LF
$0.00
3,051.00
S1.10
$0.00
$3,356.10
D.
CO2.04
314" conduit fittings
0.00
EA
$0.00
38.06
$2.95
S0.00
$112.10
E.
CO2.05
Trail Sign Modification
0.00
EA
s0.00
5.00
$155.00
$0.00
S775.00
F.
All
Reconciliation of all Contract
Items
0.00
EA
$0.00
0.00
SO.00
$0.00
(S3,799.55)
Sum mationofCost $0.00 S1,679.65
Net Cost for this Change Order $1,679.65
Not valid until signed br the Owner
The original Contract Price was - ••• • • ••• -,S..- 779,645.25
Net change by previously authorized change orders + S 8 191.0o
The Contract Price prior to this Change Order was S 787,836.25
The Contract Price will be increased by $ 1679.65
The new Contract Price including this Change Order will be S 789,515.90
NOT£: This summary does not reflect changes in the Contract Price or'fime(s) which have been authorized by Work Change Directives
/x
ansas St§te Highway and Transportation Department
44&�
DATE
RECONCILIATION INVOICE NUMBER: 8
Town Branch TraO To: t0101i114
QUANTITY AMOUNT DEVIATICN FROM PERCENT
ITEM CONTRACT UNIT CONTRACT TO ;TO CONTRACT USED
NUMBER DESCRIPTION UNIT QUANTITY PRICE AMOUNT DATE DATE UNITS AMOUNT TO -DATE
Iow�l3.9er9r,m.+
Is
1
$1.250.00
$1250.00
1
Sty5C.00
0.00
$0,00
100%
2
Clepi.4.OlepyryAOrmdisen
L7
1
$7,500.00
$7,5W.00
1
57.500.00
0.00
SO.00
lm%
e=v..ow(,,-q.-ty)
CY
$.000
$7.25
121,750.00
2,590
$18,777.50
(4101 O)
(S2,972.50)
86%
4
Ffi R1.nQw .4y)
CY
2,726
$11.75
$32,030.50
2,878
533,793.00
150.00
31.762,50
108%
5
'Topw4PEwa &SdwOmdo;(E.iignl
ST
5,042
$1,30
$7,594.60
5,842
57,594.60
0A0
50.00
100%
°
.do-w.-OneOWlla(rd..e.d)
Toe
100
$W.00
S3,000.00
5
S750.00
{95.00)
(S21890.00)
5%
7
24•ltidadC�np
LF
24
572.00
S7.728.00
54
S3,B88.00
30.00
52.760.00
225%
e
• �+.foRe4 C-r IMF FL.W FM
FA
2
$68a.00
$1,370.00
3
32,055.00
1.00
$885,00
150%
t)
•CUN7A,gbcbm
sY
5,206
$3.75
$19,522.50
4.712
$17.670.00
(494,00)
(31,652.50)
91%
to
v.;d .re,pRRamew7aed.1747ew.x
50
f595D0
M750.00
50
s29,750.00
0.OD
SQ00
100%
j1
r.;de.71.a P,ovCa.n.n R.. o4..^
Il
36
$420,DO
$15,120.00
38
S15;120.0D
0.00
S000
100%
12
IryWdh! Apry.><m..e.
L4
1
f15,000.a0
315,00000
11.00
'
S15,000.00
0.00
$0.00
100%
13
Se4u3.d(yW.a1(Ammd.l
9Y
1.111
$3.65
$4.055.15
2.395
$8,745.40
1,285.OD
S4,89025
216%
14
d Lt kti r
Aa
2
S3,750.00
$7.500.00
2
$7,5000D
0.00
$0.00
1DO%
13
u
7
38.055.00
$8.085.00
0.75
36,063.75
18
(.abe eS1.d wslpn.e>
is
I
315,000.00
S15,000.00
1.00
i15,000.00
0.00
$0.00
100%
77
Tree Pl,bcdoo Fa.m
(s
1
$2,5W_00
$2,500.00
0.75
$1,875.00
(0.25)
(SM5.DD)
75%
16
'T.ilCoo.l 5,f(4(Y400 PYaQ
IS
3,082
$1.20
$3,898.40
3,079
S3,894.80
(3.00)
(93.60)
100%
tb
r.J%p ,6Lscl.rdTlr
FA
t7
$275.00
S4,675.00
17
$4,675.00
0.00
S0.00
100%
20
c.,p,a.T,:l
SF
35.622
$3.25
S115,771.50
38.116
$117.377.00
494.00
$1,805.50
101%
21
BidpC..+O..>:a.
is
1
$76,500.00
$76,500.00
1.00
576,500.00
0.00
S0.00
100%
22
T-RW=b%
r.5
1
$60,200.00
$60,20D.00
1.00
f60200.00
0.00
$0,00
100%
23
It i.-FwdlCmurari..(C.ai.Ft-)
Is
1
f58,500.00
658.500.00
1.00
f58,500.00
0.00
$0.00
100%
24
Eh.drw1
LF
280
583.D0
623,240,D0
166
S13,778.00
4114.00
25
OIr. mm-am blab F-Woa.
IF
440
555.00
$24,200.00
438
S24,P90.00
(2,00)
($110.00)
10D%
26
FRw(rr.i.<s.eml-)
sr
40
S80.00
S3,mlm
51
$4,680,00
11.00
S890 DO
128%
27
F,mw.d Fdo,T7F. A
FA
38
$3,8D0,00
$144,400.00
38
5144;40000
0.00
50.00
100%
2°
Iij. Fwmti T.T.o
FA
3
f1,500.00
54,500.00
3
$4,500.00
0.00
$0,00
100%
29
1 V2, Ll. n" Cnd.il (St.d.1e40 Pvc)
(s
3.082
$6.50
$20,033.DO
3,230
f20,995.00
148.00
$082 00
105%
30
.It'F,begN-7Vlne.re..aeePO0.
EA
36
$155.00
$5,696-00
38
$5.6%.00
0.0D
$0-00
100%
11
yrod-i.-dKwwsl,NCadd1
LF
208
S9.75
$2.028.00
187
$1,82325
(21A0)
(S204.75)
90%
32
.2AWocw C..d-
LF
0,721
$1.130
$13,953.60
10,944
S17,510.40
2,2YS.00
53,556.80
125%
33
Her4,fedS.-F,.. Peka.6
FA
2
55,550.00
S11,100.00
2
$11.100,00
0.00
1 $0.00
100%
94
�>� • Rdiq
Is
1
$15,00000
$15,000.00
1
$15.=00
0.00
$0.00
100%
W 1.01
OT.0 Tcmp..ry Ce Feeob,4(tVr.odo
is
420
$7.50
S3.150.00
420
$3,150.00
0.00
Saw
100%
is- R-&.WCm, lip.
LF
18
$67.00
$1208.00
18
f1,Z0800
0.00
$0,00
100%
CO 1.03
tr R.olaod cm Pipe Plied Ind
FA
1
5485.00
t485.91i
1
$485 DD
0.00
$0.00
100%
C.01.04
Awe6m°o.pa.d:,plen.sd)�I1.pd
FA
7
53,350.00
$3,350.00
1
$3,350.00
0.00
$0,00
100%
COal
aaA�3ee
LF
80
S7.75
S620.00
80
$820.00
0.00
$0.00
100%
CO2.02
4*rvCCu..,l
It
180
S3.85
$616.00
160
$616.00
OA0
MOD
100%
Cc 2.13
p13 WiR
LF
3,051
$1.10
53,356.10
3,051
$3,355.10
0.00
Moo
100%
CO2a4
7.u, em:e a,snp,
7A
38
5295
$112.10
38
$112.10
0.00
30.00
100%
CO2.05
- Sim 14m.d..
S15500
3775.00
5
f776.00
0.00
$0.00
1 7DD%
Tapp $793,315,45 $769,515.90
DiflderI 0t7rt1 Co- act: (S3,799.55)