Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
150-15 RESOLUTION
RESOLUTION NO. 150-15 A RESOLUTION TO AUTHORIZE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $7,307,280.00 FOR THE CONSTRUCTION OF RUPPLE ROAD FROM PERSIMMON STREET TO MARTIN LUTHER KING, JR. BOULEVARD, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $730,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes a contract with Sweetser Construction, Inc. in the amount of $7,307,280.00 for the construction of Rupple Road from Persimmon Street to Martin Luther King, Jr. Blvd., and further approves a project contingency in the amount of $730,000.00. PASSED and APPROVED this 18`x' day of August, 2015. I ATTEST: ---- By: ':� . Z,,-& SONDRA E. SMITH, City Clerk Treasurer F ETTEVILLE •>;, City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 WA (479) 575-8323 Text File File Number: 2015-0351 Agenda Date: 8/18/2015 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 6 SWEETSER CONSTRUCTION, INC A RESOLUTION TO AUTHORIZE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $7,307,280.00 FOR THE CONSTRUCTION OF RUPPLE ROAD FROM PERSIMMON STREET TO MARTIN LUTHER KING, JR. BOULEVARD, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $730,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes a contract with Sweetser Construction, Inc. in the amount of $7,307,280.00 for the construction of Rupple Road from Persimmon Street to Martin Luther King, Jr. Blvd., and further approves a project contingency in the amount of $730,000.00. City of Fayetteville, Arkansas Page 1 Printed on 8/19/2015 City of Fayetteville Staff Review Form 2015-0351 Legistar File ID 8/18/2015 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Chris Brown 7/30/2015 Engineering / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $7,307,280.00 with Sweetser Construction, Inc. for the construction of the Rupple Road — MLK to Persimmon Project and a project contingency of $730,000 (10%). 4520.9555.5809.00 Account Number 06035.2400 Project Number Budgeted Item? Yes Budget Impact: Transportation Bond Street Improvements Fund Rupple Road (MLK to Persimmon) Original Contract Number: Approval Date: Comments: CITY OF T11q a��ARKANSA MEETING OF AUGUST 18, 2015 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: July 30, 2015 SUBJECT: Approval of a contract in the amount of $7,307,280.00 with Sweetser Construction, Inc. for the construction of the Rupple Road — MLK to Persimmon Project and a project contingency of $730,000 (10%). RECOMMENDATION: Staff recommends City Council approval awarding a contract in the amount of $7,307,280.00 to Sweetser Construction, Inc. for the construction of the Rupple Road — MLK to Persimmon Project and a project contingency of $730,000 (10%). BACKGROUND: In May 2014, the City Council approved a contract with Jorgensen & Associates, Inc. for design services for the Rupple Road- MLK to Persimmon project. Rupple Road is shown on the City of Fayetteville Master Street plan as a Principal Arterial Parkway from Martin Luther King Blvd. (Highway 62) north to Howard Nickell Road. The street cross section includes four lanes with a 15' wide median, a 12' trail and a 5' sidewalk. Roundabouts are included in the design at the three intersections with the future Collector street locations as shown on the Master Street Plan. DISCUSSION: On July 24, 2015, the City received four (4) construction bids for this project. Sweetser Construction, Inc. submitted the lowest bid which was approximately 1.8% above the Engineer's Estimate of $7,180,122.00. Engineering staff recommends awarding this contract to Sweetser Construction, Inc. The contract time is 335 days (11 months) for substantial completion. Mailing Address: 113 W. Mountain Street www.tayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: This project is funded by the Transportation Bond Program. Attachments: Bid Tab Section 0500 Agreement Section 0400 Bid Form Purchase Order Request `41 SWEET -1 OP ID: SP CERTIFICATE OF LIABILITY INSURANCE DAT09/01D/YYYY) �•...---f" 09!01115 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. ORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Eason Insurance Agency P.O. Box 4217 Fayetteville, AR 72702 479-521 INSURERIS) AFFORDING COVERAGE The Travelers Insurance Co. INSURED SWEETSER CONSTRUCTION INC. INSURER B: 590 W. Poplar --- --...__._...__......-.---..._._.__._......_ _........_..._. ..__.............----_.. Fayetteville, AR 72703 INSURER C INSURER D INSURERE; INSURER F; COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ._._.-------'---- POL-ICYEXP. _.........._.._._............ --__.............. -. - ---.._........ LI INSI2 �POCY EFF TYPE OF INSURANCE - LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY OCCURRENCE 1,000,000 A X COMMERCIAL GENERAL LIABILITY X X IDTCO8A225092COF14 10/30/14 10/30/15 _EACH DAfaAG TD tiENTEo PREMISES (Ea occurrence} __$ " ` $ 300,000 CLAIMS -MADE 1. , OCCUR t MEO EXP (Any one parson) $ 10,000 PERSONAL&AOV INJURY ---....-_...._-.......__...--- # $ 1,000,000 ......._ ._.. . ----'--'-"---..._.................._.. ----- GENERAL AGGREGATE - $ 2,000,000 -------.._...-_'-'__.............._........._............_......._..._.__.._..___ I GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO• I LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) 1,000,00 $ _ F. X I ANY AUTO X X DT8108A225092-COF-14 10/30/14 10/30/15 BODILY INJURY (Per person) '------'------'-------'--._._.......---....._......_...-----._..._._._.._ $ --- ALL OWNED ._.--- SCHEDULED BODILY INJURY (Per accident) $ l...._.. NON OWNED X HIRED AUTOS , X AUTOS ....._..._....___...._._....._...._—..__.._._..._.__....._. PROPERTY DAMAGE ll'er accident)--------.._...._....._ -'-------- ...___—__..___._.._......__...............__ $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 A 1 EXCESS LIAB CLAIMS -MADE X X DTCO8A225092COF14 10/30/14 10/30/15 AGGREGATE $ 5,000,000 DED X RETENTION $ $ WORKERS COMPENSATION I X WC STATU- I I OTH-1 AND EMPLOYERSLIABILITY YIN T9.RY...I..iMITS1.. ._........ E.R-1.._.....__.___......_._..........._.......---_- A ANY PROPRIETOR/PARTNER/EXECUTIVE X DTKUBBA22609-2-14 10(30114 10/30/15 CL. EACH ACCIDENT I $ OFFICERIMEMBER EXCLUDED? J (Mandatory in NH) '- NIA -__....._............._...:.__ .._...__._._.._.__.. ._ — __ E.L. DISEASE - EA EMPLOYEE( -----------------------......_.__.._._..___..................._._._.................._.....-_... __ _ -_ _ ,500,000 $ 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 A !OWNERS&CONTRACTORS ' PRS-7E067198-IND 08/27/15 08/27/16 EACH OCC 1,000,000 PROTECTIVE LIABILI I AGGREGATE 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) RE: RUPPLE ROAD EXTENSION ADDITIONAL COVERAGES AS PER ATTACHED ENDORSEMENTS 30 DAYS NOTICE OF CANCELLATION CITY001 City Of Fayetteville & Jorgensen & Assoc. Inc. fax: 479-575-8202 113 W. Mountain Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: DT-CO-8A225092-COF-14 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 11-17-14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN GENERAL AGGREGATE A WRITTEN CONTRACT WHICH IS IN EFFECT DURING LIMIT SHOWN ON THE THIS POLICY PERIOD, TO PROVIDE A SEPARATE DECLARATIONS. GENERAL AGGREGATE LIMIT, PROVIDED THAT THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION 1), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION I), which can be attributed only to operations at a single desig- nated "project" shown in the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products - completed operations hazard", and for medi- cal expenses under COVERAGE C, regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Limit. C. Part 2. of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from "occurrences" under COVERAGE A (SECTION I) and for all medical expenses caused by accidents under COVERAGE C (SECTION I) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises involving the same or connecting lots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION III - LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED - (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional. insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG 02 46 08 05 © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. - DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 O 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract. Name/Title: RUPPLE ROAD EXTENSION Contract No.: #15-38, Construction TH18 AGREEMENT;is dated as of the. i P day of in the year 2015 by and. between The City of Fayetteville, Arkansas and (hereinafter called Contractor). ARTICLE.1 WORK 7.01; Contra.ctor.shaif cornpieteall Workasspecified.or indicated: in the Contract` Documents. The work -,under this Contract includes,.. but is not limited to: The construction of approximately 7736 LF of Rupple Road Extension along with approximately 485 LE of Catalpa Drive and approximately 715 IF Alberta Road, including the -associated earthwork, curb and gutter, sidewalk, trail, drainage, driveways, fencing, retaining walls, 12" waterline, and miscellaneous related items The Contract includes work in:;AHTD Right-of-way, City of Fayetteville Right-of-way and in. General Utility Easements. Refer to Section 00400 -Bid Form for quantities; DOCUMENT 00500 AGREEMENT (continued) 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 shall be SubstantiallyCompleted within 335 calendar days after the`date when the Contract Times commenceto as provided in the GENERAL CONDITIONS, and final completion accomplished and ready for final payment in accordance with the GENERAL CONDITIONS within 365 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATEDDAMAGES: 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 lass suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and :Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The: City of Fayetteville; Seven Hundred' Fifty Dollars, ($:750,00) for each calendar day that: expires after the time: specified" above in Paragraph 3.02 for Substantial Completion: until the Work is Substantially Complete. After Substantial. Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified iin Paragraph -3:02 for completion and readiness for final payment or any proper extension thereof granted by 00500 Agreement 00500-2 DOCUMENT 00500 —AGREEMENT (continued) The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750:00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4- CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based: on the prices bid in the Proposal (BID FORM) which is heretoattached, 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 quantitiesand 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 inscope, 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. Applicationsfor Payment Will be processed by Engineer as,provided ;in the GENERAL CONDITIONS. DOCUMENT OOSOO -- AGR:EEMENT (contin:ued) 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. 1.. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as. Engineer shall ;determine, "or The City of Fayetteville may; withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage): if' Work has been 50% completed as determined by Engineer, and if the 'character `and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer," may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, "there will be" no additional retainage on account of Work subsequently completed, in which case the remaining progress .payments ;prior .to';Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made and: b 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored; and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance .being "retanage), less such. QOSOQ Agreement Qa5:.Q0-4.: DOCUMENT 00500 — AGREEMENT (continued) amounts as Engineershall determine, or TheCity 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, e 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 o physical conditions in or relating to. existing surface or subsurface structures at or contiguous> to the Site; and 00500 Agreement 0050;0 - 5 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 soy all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Siteor otherwise which may affectcost, 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. . U. 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 -tothe Site, reports and drawings identified in= the. Contract Documents, and all additional examinations, investigations, explorations; tests, studies, and data with the Contract Documents, DOCUMENT 00500 AGREEMENT (continued) I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities; or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 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: I.. This Agreement. 2., Exhibits to this Agreement (enumerated as follows): a. Notice to: Proceed; b. Contractor`s Kid. DOCUMENT 00500 AGREEMENT (continued) 6.. Specifications consisting of divisions and sections aslisted in table of contents of Project Manual. 7. Drawings consisting of a cover sheetand sheets as listed in the table of contents thereof, with each sheet bearing the following general title: RUPPLE ROAD EXTENSION S. Addenda numbers_, inclusive. 9. The following which maybe delivered or issued after the Effective Date, ofthe'Agreement and are not attathed hereto: All Written. Amendments and other documents amending, modifying, or supplementing the. Contract Documents pursuantto the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS= K01 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. 00500 A,greeinen€- DOCUMENT 00,500 - AGREEMENT (continued) 8.03 SUCCESSORS.AND ASSIGNS: A The City of Fayetteville and Contractor each binds himself, his partners, successors,, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8:04. SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with'a valid and enforceable provision that comes as close as, possible to expressing the intention of the stricken provision. 805 FREEDOM OF:INFORMATION°ACT: A,. 00500 Agreement 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 asprescribed in the Arkansas Freedom of Information Act :.(A;C A, §25-1.9-101 et, seq.,). Only legally authorized, photocopying costs: pursuant to the. FOIA;may be assessed for this compliance.. No liens against this construction project are allowed. Arkansas law. (A.C;A>.§i8-44-501 through ; 50$} "prohibits the filing of any mechanics' of mate alrnen's lens in relation to this public construction project. Arkansas: 00500-9 DOCUMENT 00500 AGREEMENT (continued) law requires and the contractor promises to provide and file With the Circuit Clerk of Washington County a bond in a sum equal to. the amount of this contract. Any subcontractor or materials supplier may bring an; action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of:this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 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 hasbeen delivered to The City of Fayetteville. All portions of the Contract Documents havebeen signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. This Agreement:wilt be effective on , 20 iJ which isthe Effective Date of the Agreement. (SEAL)` (SEAL) rt r� : Attest � . "✓" Title. Mayor ��tt�umrE�� Attest ,.. l titi�.{ -t R Eq s��if .�`���•' ,i OF ' • C�'ri `V•V �• o �v.FP .z? 'G�ly•'�RKP�••Ga��. "4 1 tiN ii O 005011, Agreement 0Q.500 1.0 DOCUMENT 00500 -• AGREEMENT (continued) .Address for,giving notices Address forgiving notices S TER OONSTRUG-ION, INC. 0 W. 113 W. Mountain St. AVTTVILLE, AR 72703 Favetteviile, AR 72701 EA8 OONTh CTOR L WE 0 License No. 74110 (attach evidence of authority to sign and resolution or other documents Agent for Service of process authorizing execution of Agreement) WLLJAM G. SWEETSER (If`Cbntractor'is a corporation, attach evidence of authority to sign.) 00500 Agreement` Approved As to Form: Attorney For: I (� END OF DOCUMENT' 00500 00500, -fl. DOCUMENT 0400 -BID FORM Contract Name: RUPPLE ROAD EXTENSION Bid Number: #15-38, Construction BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: SWEETSER CONSTRUCTION, INC. 590 W. POPLAR F A Y ETTEVI l t E AR 7=7--O3 ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions,to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 0400 -Bid Form 00400— 1 Addendum #1 DOCUMENT 00400 -BID FORM (continued) ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date / _ B. Bidder 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. Bidder 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. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400-2 Addendum #1 DOCUMENT 00400 -BID FORM (continued) E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or 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, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, 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. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400-3 Addendum #1 DOCUMENT 00400 -BID FORM (continued) K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 —Subpart P —Excavations. ARTICLE 4- BID PRICE Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project, plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Item Spec # Description Qty. Unit Unit Price Total 001 111 Roadway Construction Control 1 LS '78 __ , O_ 002 112 Trench & Excavation Safety Systems 1 IS 'o ,pe �✓�pp, �o 003 201 Clearing, Grubbing, & Demolition 1 LS sa Do o� 0, - 004 202 Rock Excavation 250 CY �3 �'� 3) A -SO, 005 202 Unclassified Excavation (Roadway) (Plan Quantity) 54895 CY o 00400 -Bid Form 00400-4 Addendum #1 SWEETSER CONSTRUCTION, INC. DOCUMENT 00400 —BID FORM (continued) 006 202 Select Fill (Plan Quantity) 59030 CY 7,s air e1> 007 202 Unclassified Excavation (Outside Roadway) (Plan Quantity) 36727 CY r� S� ! • 008 202 Embankment (Plan Quantity) 27597 CY , 009 202 Excess Export (Plan Quantity) 51484 CY �?_ 010 203 Subgrade Preparation 53905 SY °° + 3 Oj mfl 011 204 4" Topsoil Placement 111867 SY s -_o 012 205 Undercut and Stone Backfill 5000 Ton g' 5- 013 301 18" RCP, Class III, Under Pavement 565 LF - ° - - _ 1 5 0 qa7 014 301 18" RCP, Class III 1165 LF 3o 7S 3J 3,Zi 015 301 18" Arch RCP, Class III, Under Pavement 112 LF "° 95- 016 301 24" RCP, Class III, Under Pavement 162 LF ' ' g y a 9- 017 301 24" RCP, Class III 475 LF �y ?S 018 301 30" RCP, Class III, Under Pavement 322 LF 7 ' 5p3,-52 019 301 30" RCP, Class III 826 LF 7J a -8 020 301 30" Arch RCP, Class III, Under Pavement 31 LF 021 301 36" RCP, Class III, Under Pavement 590 LF j, .J, �° ✓r ?� 022 301 36" RCP, Class III 260.5 LF j 023 301 42" RCP 90 LF -o Boa 024 301 18" RCP FES 4 EA 025 301 24" RCP FES 3 EA / p7 O — 3 Pj © ? 026 301 30" RCP FES 11 EA � � s_o 9 q, SD 027 301 36" RCP FES 4 EA a p '? c?(9oS 028 301 42" RCP FES 2 EA 'z5 �° 5 029 302 5'x5' Junction Box 5 EA �r�� �n , a' 030 302 13'x10' Junction Box 1 EA a 0 00 031 302 5'x5' Curb Inlet Box 19 EA mo 2t2O� ©v 032 302 10'x5' Curb Inlet Box 1 EA G® op 033 302 11'x5' Curb Inlet Box 2 EA 5—�rj 034 302 12'x16' Curb Inlet Box 1 EA DD, 035 302 12'x5' Curb Inlet Box 2 EA 8d�C�, o° 00 036 302 16'x5' Curb Inlet Box 4 EA f7 °� 037 302 5'x5' Area Drain 3 EA 3cxna 038 302 9'x7.3' Area Drain 1 EA G,�i �° 039 302 Median Inlet - Single 46 EA 040 302 Median Inlet - Double 10 EA o_f' © 041 302 Median Inlet -Triple 6 EA /pg' om 042 302 4' Curb Inlet Extensions 49 EA �d"_° 043 303 Precast Bridge Span 120 (2-24'x8') Footings, Headwalls, Aprons) 1 LS h o" -25Z 3 D— 2 00400 -Bid Form 00400— 5 Addendum #1 SWEETSER CONSTRUCTION, INC. DOCUMENT 00400 -BID FORM (continued) 044 303 Precast Bridge Span 1300 (24'x4') Footings, Headwalls, Aprons) 1 LS 045 303 Precast Bridge Span 1400 (24'x4') Footings, Headwalls, Aprons) 1 LS 01m I 43I2, p 046 306 Rip Rap w/ Filter Blanket 310 SY 047 305 Median Swale 5225 LF 'f - " 187,sa 048 305 Swale S:203 177.5 LF , S_o a 049 305 Swale S:309 153 LF S Ly , s' 050 305 Swale S:409A 196 LF '7 s� 051 305 Swale S:409B 300 LF s 4 052 305 Swale S:506A 575 LF 7, Sp i.i 053 305 Swale S:506B 120 LF 054 305 Swale S:516A 113 LF , 5° 055 305 Swale S:522 290 LF r, )7,5 Z' 056 305 Swale S:606A 182 LF - -J375° 057 305 Swale S:606B 445 LF Z 3 058 305 Swale 5:608 90 LF 059 305 Swale 5:700 185 LF '7 5 3d'7, 060 305 Swale S:702 50 LF 7 3 375' 9 061 305 Swale S:1300A 366 LF 7. s� 062 305 Swale S:1300B 878 LF S© 45-g5 063 305 Swale 5:13000 330 LF ' - 064 305 Swale S:1300D 495 LF 065 401 6" Class 7 Base Course 53905 SY 7- t fp 5 066 403 3" HMAC 39518 SY 067 403 4" Binder 39518 SY 90 593V a� 068 403 2" HMAC 3350 SY 069 403 3" Binder 3350 SY j, J Gcd Ada 070 501 Concrete Curb & Gutter (Type A) 34740 LF / 7 44-a,TY3 071 501 Concrete Curb & Gutter (Modified) 1506 LF ° 072 502 Concrete Sidewalk 5685 SY 8 b© ! b 03 , a° 073 503 Concrete Trail 10527 SY 8. '- b�° 074 503 Commercial Drive Sta 76+65 (L) 1 LS �pD °� a ,, °p 075 505 Seeding & Mulching 19 AC q5 076 505 Sod All Median Areas 18509 SY ?S -S 73 077 507 4" Pavement Markings (Thermoplastic) 8214 LF 4. • 078 507 4" Trail Markings 3336 LF o 1c/ 'o 079 507 12" Pavement Markings (Thermoplastic) 891 LF 3 3d , - - oZ 9 Ll 3i 080 507 Pavement Symbols (Arrows - Thermoplastic) 29 EA S v ��, — I'-" 00400 -Bid Form 00400-6 Addendum #1 SWEETSER CONSTRUCTION, INC. DOCUMENT 00400 —BID FORM (continued) 081 507 Pavement Symbols ("Only" - Thermoplastic) 4 EA Pd 082 508 Pavement Symbols ("Yield" - Thermoplastic) 14 EA 083 508 Street Sign Installation 75 EA c2$, ° '- 084 509 Erosion Control 1 LS 085 510 Traffic Control & Maintenance 1 LS p °2- 1pODO, ° - 086 511 Mobilization (shall not exceed 5% of total bid) 1 LS �t Mc./3-3' 61 alb d�3 087 512 Five Strand Barbed Wire Fence 6255 LF ,, ;d 7j3d 088 513 Handicap Access Ramp 138 SY ,' C'� 089 513 ADA Detectable Warning Panel 39 EA 090 514 Project Signs 2 EA 9©/ o_° 8 , ^P 091 515 Handrail 521 LF "° 4Z3° 092 516 Tree Protection Fencing 975 LF 9 ?, 093 SP Pond Dewatering 1 LS `® 4c OPT 094 SP 4" SCH 40 Conduit 1937 LF 7bo 095 SP 3" SCH 40 Conduit 137 LF __ 096 SP 1.25" SCH 40 Conduit 22 LF "—' 9V 097 SP 6" Concrete Median Paving (Patterned) 1183 SY S /5J/,,7/, r 098 12" PVC, C-900 Class 200 DR -14 Water Main 250 LF vo >/Z', 099 12" Tap & Valve 1 EA ��fj �0 �t9, °° 100 12" 45 Bend & Thrust Blocking 5 EA f1, /9, 101 12" Gate Valve w Box 1 EA z j � °O 102 Cut & Cap Ex 12" Water Main 1 EA J a° j O e'er 103 Remove Ex Blow -off and Re -Use 1 EA �j�J0 oo �jp® o0 104 Three-way Fire Hydrant Assembly w/ Valve�OD 1 EA 105 16" Steel Encasement 229.5 LF 106 24" Steel Encasement 46 LF jps ° 41 gj, 107 Raise Ex Sewer Manhole to Grade 1 LS j pip °s° o 108 Site Photographs 1 LS ' TOTALAMOUNTBID $_2'3O7 o2SJLO, E'o SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400— 7 Addendum #1 DOCUMENT 00400 -BID FORM (continued) Deduct Alternate #1 (Alberta Street) The following is being requested to be offered as an alternate to the bid as a deduction, in this case not constructing 'Alberta', the total amount from this alternate will be deducted from the overall bid amount. Item Spec # Description Qty. Unit Unit Price Total 001 111 Roadway Construction Control 1 LS j p , V' 0Dn s° 002 112 Trench & Excavation Safety Systems 1 LS 7, 003 201 Clearing, Grubbing, & Demolition 1 LS a ,`,' 19,'2 - 004 202 Rock Excavation 10 CY /c2$; p' 'oo 005 202 Undercut Excavation (Plan Quantity) 2400 CY 006 202 Select Fill (Plan Quantity) 1650 CY -Se 007 202 Unclassified Excavation (Plan Quantity) 1725 CY '7, -o a 93'7 008 202 Embankment (Plan Quantity) 1366 CY j`, %S 7 j -q. 4:' 009 203 Subgrade Preparation 2650 SY 010 204 4" Topsoil Placement 4700 SY 011 205 Undercut and Stone Backfill 10 Ton /S, _ f 012 301 18" RCP, Class Ill, Under Pavement 35 LF 3,3, 7, So 013 301 18" RCP, Class III 107 LF 3 p , '7 ago '1j 014 301 30" RCP, Class III 45 LF , 3 015 301 30" Arch RCP, Class Ill, Under Pavement 31 LF /7. j, 3 7j/. 016 301 18" RCP FES 1 EA , �'° 017 301 30" RCP FES 2 EA J, , ,7, -T2 018 302 5'x5' Curb Inlet Box 3 EA , 019 302 4' Curb Inlet Extensions 5 EA 7©D °° 020 306 Rip Rap w/ Filter Blanket 45 SY ° 021 401 6" Class 7 Base Course 2800 SY .2 1, ©OI 022 403 2" HMAC 1989 SY g', 5 )9O(x,, SD 023 403 3" Binder 1989 SY fa, qjbL2 3S 024 501 Concrete Curb & Gutter (Type A) 2075 LF 025 502 Concrete Sidewalk 353 SY /j-, 7y / 026 503 Concrete Trail 815 SY g' °? 3D 7, 027 505 Seeding & Mulching 0.8 AC X96. oa 028 507 4" Pavement Markings (Thermoplastic) 983 LF "'�_ 9/ILL, 19 029 507 12" Pavement Markings (Thermoplastic) 54 LF .3 a ___1, a� - ZY 030 507 Pavement Symbols ("Yield"- Thermoplastic) 1 EA °° c21-0, 60 fan, SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400— 8 Addendum #1 DOCUMENT 00400 -BID FORM (continued) 031 508 Street Sign Installation 7 I EA 3b2' ©o a s o0 032 033 034 509 510 513 Erosion Control Traffic Control & Maintenance Handicap Access Ramp 1 1 35 LS LS SY $ 3OO, F ?S ° DD�oo 035 513 ADA Detectable Warning Panel 6 EA /3p, 036 516 Tree Protection Fencing so LF , 4Q ', 037 SP 4" SCH 40 Conduit 106 LF 7'4 , dfl 038 SP 6" Concrete Median Paving (Patterned) 276 SY 4 039 24" Steel Encasement 46 LF / p,$_ 040 SitePhotographs 1 LS �� i_13e7, ,0 TOTAL ALTERNATE #1 AMOUNT BID $3O�—�— Deduct Alternate #2 (Catalpa Street) The following is being requested to be offered as an alternate to the bid as a deduction, in this case not constructing 'Catalpa', the total amount from this alternate will be deducted from the overall bid amount. Item Spec # Description Qty. Unit Unit Price Total 001 111 Roadway Construction Control 1 LS ,p° 0 002 112 Trench & Excavation Safety Systems 1 LS dam D�, 003 004 005 201 202 202 Clearing, Grubbing, & Demolition Rock Excavation Undercut Excavation (Plan Quantity) 1 10 1790 LS CY CY J /3 , A -D eo !7, - 006 007 008 202 202 202 Select Fill (Plan Quantity) Unclassified Excavation (Plan Quantity) Embankment (Plan Quantity) 1234 1860 75 CY CY CY 7, -cc? I 5,'7 /3 �-D �E' 009 203 Subgrade Preparation 1480 SY dO 010 204 4" Topsoil Placement 1500 SY -5:g 011 205 Undercut and Stone Backfill 10 Ton 8° 012 301 18" RCP, Class III, Under Pavement 75.7 LF 33',5V 55_% 013 301 18" RCP, Class III 136 LF p 7S 18a, r7" 014 015 301 301 30" RCP, Class III 30" RCP, Class III, Under Pavement 150 62 LF LF "7),'j r], ' r !'7.'� 4',2j7.-.. 016 301 30" RCP FES 4 EA /,,s 'Z- -5'F 27 o0 017 302 5'x5' Curb Inlet Box 2 EA pp(> p° jp% SWEET SER CQN$TRUCTION, INC. 00400 -Bid Form 00400-9 Addendum # 1 DOCUMENT 00400 -BID FORM (continued) 018 302 12'x5' Curb Inlet Box 2 EA G r>?,e° 019 306 Rip Rap w/ Filter Blanket 27 SY ,�4O p° - 0 020 401 6" Class 7 Base Course 2100 SY 021 403 2" HMAC 1288 SY ?, - © 94'9, 022 403 3" Binder 1288 SY / , 023 501 Concrete Curb & Gutter (Type A) 1500 LF / 7 la —' 024 502 Concrete Sidewalk 620 SY 'a 025 505 Seeding & Mulching 0.05 AC ?,g93' , ?S 026 507 4" Pavement Markings (Thermoplastic) 650 LF 93, /Oe) 027 507 12" Pavement Markings (Thermoplastic) 36 LF ,30 i 028 507 Pavement Symbols ("Yield" Thermoplastic) 1 EA W, ,-- 0� 029 508 Street Sign Installation 8 EA 3O. 0a 030 509 Erosion Control 1 LS 9C)pa 031 510 Traffic Control & Maintenance 1 LS j �g00 00 032 513 Handicap Access Ramp 11 SY '7�' g �° 0 033 513 ADA Detectable Warning Panel 4 EA 3b, ° aD, 034 516 Tree Protection Fencing 200 LF 2, q ---- 035 SP 4" SCH 40 Conduit 160 LF 7, j., j 036 SP 6" Concrete Median Paving (Patterned) 279 SY a s 037 Site Photographs 1 LS 5 om TOTAL ALTERNATE #2 AMOUNT BID $ < +_> O7'7.. � ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400-10 Addendum #1 DOCUMENT 00400 -BID FORM (continued) A. Required Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond and in the amount of O Dollars ($ B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Al;)Ier- SWEETSER CONSTRUCTION, INC. 50 W. POPLAR FAYETTEVILLE, AR 72703 Email. ��,a...I', e Si�3e-�`�"5��e-c' ,os- r ion, CC Phone No. 2+79— Lf43 FAX No. J-/-79 ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on ) ly 2_ 20 %'` ARKANSAS CONTRACTOR LICENSE # Arkansas State Contractor License No. 0027470416 If Bidder is: SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400— 11 Addendum #1 DOCUMENT 00400 -BID FORM (continued) An Individual Name (type or printed): By: Doing business as: Business address: (Individual's Signature) Phone No.: FAX No.: A Partnership SEAL) Partnership Name: (SEAL) By: (Signature of general partner —attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: 00400 -Bid Form 00400— 12 Addendum #1 DOCUMENT 00400 —BID FORM (continued) A Corporation Corporation Name: SWEETSER CONSTRUCTION, INC. (SEAL) State of Incorporation: ARKANSAS oA NSAS Type (General Business, Professional, Service, Limited Liability): (Signature — attach evidence of authority to sign) Name (type or printed): • WILLIAM G. SWEETSER Qq1(CORPORATE SEAL) Attest: (i\11 11 ga ; (Signaturebf Corporate Secretary) SWEETSER CONSTRUCTION, INC. Business address: FAYETTEVILLE, AR 72703 Phone No.: L)-3-,3(,2 (p FAX No.: /) l END OF DOCUMENT 00400 SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400— 13 Addendum #1 CITY OF 'ville ARKANSAS City of Fayetteville, Arkansas Purchasing Division OFFICIAL BID TABULATION Bid 15-38, Construction - Rupple Road, MLK to Persimmon Friday, July 24, 2015, 2:00 PM, Local Time Dean Crowder Construction Inc Kolb Grading LLC Nabholz Construction Corp Sweetser Construction Inc ITEM DESCRIPTION QTY. UNIT UNIT COST EXTENDED COST UNIT COST EXTENDED COST UNIT COST `. EXTENDED COST - UNIT COST EXTENDED COST I Roadway Construction Control 1 LS x $ 96,800.00 = $ 96,800.00 x $ 165,000.00 = $ 165,000.00 x $ 65,000.00 = $ 65,000.00 x $ 78,000.00 = $ 78,000.00 2 Trench & Excavation Safety Systems 1 LS x $ 24,750.00 = $ 24,750.00 x $ 50,000.00 = $ 50,000.00 x $ 6,975.00 = $ 6,975.00 x $ 5,000.00 = $ 5,000.00 3 Clearing, Grubbing, & Demolition 1 LS $ 73,610.00 = $ 73,610.00 x $ 320,000.00 = $ 320,000.00 x $ 50,300.00 = $ 50,300.00 x $ 52,000.00 = $ 52,000.00 4 Rock Excavation 250 CY x $ 200.00 = $ 50,000.00 x $ 200.00 = $ 50,000.00 x $ 178.00 = $ 44,500.00 x $ 125.00 = $ 31,250.00 5 Unclassified Excavation (Roadway) (Plan Quantity) 54895 CY x $ 6.80 = $ 373,286.00 x $ 3.00 = $ 164,685.00 x $ 4.30 = $ 236,048.50 x $ 7.50 = $ 411,712.50 6 Select Fill (Plan Quantity) 59030 CY $ 9.15 = $ 540,124.50 x $ 10.00 = $ 590,300.00 x $ 10.00 = $ 590,300.00 x $ 7.50 = $ 442,725.00 7 Unclassified Excavation (Outside Roadway) (Plan Quantity) 36727 CY a $ 6.75 = $ 247,907.25 x $ 3.00 = $ 110,181.00 x $ 6.75 = $ 247,907.25 x $ 7.50 = $ 275,452.50 8 Embankment (Plan Quantity) 27597 CY n $ 4.30 = $ 118,667.10 x $ 1.00 = $ 27,597.00 x $ 8.50 = $ 234,574.50 x $ 5.75 = $ 158,682.75 9 Excess Export (Plan Quantity) 51484 CY x $ 6.85 = $ 352,665.40 x $ 7.00 = $ 360,388.00 x $ 4.50 = $ 231,678.00 x $ 5.25 = $ 270,291.00 10 Subgrade Preparation 53905 SY x $ 1.00 = $ 53,905.00 x $ 1.00 = $ 53,905.00 x $ 1.50 = $ 80,857.50 x $ 1.00 = $ 53,905.00 11 4" Topsoil Placement 111867 SY x $ 2.60 = $ 290,854.20 x $ 0.75 = $ 83,900.25 x $ 1.20 = $ 134,240.40 x $ 1.50 = $ 167,800.50 12 Undercut and Stone Backfill 5000 TON x $ 18.35 = $ 91,750.00 x $ 22.00 = $ 110,000.00 x $ 30.00 = $ 150,000.00 x $ 18.50 = $ 92,500.00 13 18" RCP, Class III, Under Pavement 565 LF n $ 46.65 = $ 26,357.25 x $ 56.00 = $ 31,640.00 x $ 70.00 = $ 39,550.00 x $ 33.50 = $ 18,927.50 14 18" RCP, Class III 1165 LF $ 37.55 = $ 43,745.75 x $ 43.00 = $ 50,095.00 x $ 40.00 = $ 46,600.00 x $ 30.75 = $ 35,823.75 15 18" Arch RCP, Class III, Under Pavement 112 LF a $ 60.40 = $ 6,764.80 x $ 90.00 = $ 10,080.00 x $ 70.00 = $ 7,840.00 x $ 71.00 = $ 7,952.00 16 24" RCP, Class III, Under Pavement 162 LF n $ 68.00 = $ 11,016.00 x $ 80.00 = $ 12,960.00 x $ 85.00 = $ 13,770.00 x $ 52.00 = $ 8,424.00 17 24" RCP, Class III 475 LF n $ 57.20 = $ 27,170.00 x $ 56.00 = $ 26,600.00 x $ 50.00 = $ 23,750.00 x $ 47.75 = $ 22,681.25 18 30" RCP, Class III, Underpavemenl 322 LF x $ 86.60 = $ 27,885.20 x $ 100.00 = $ 32,200.00 x $ 100.00 = $ 32,200.00 x $ 77.75 = $ 25,035.50 19 30" RCP, Class III 826 LF x $ 73.30 = $ 60,545.80 x $ 66.00 = $ 54,516.00 x $ 70.00 = $ 57,820.00 x $ 71.25 = $ 58,852.50 20 30" Arch RCP, Class III, Under Pavement 31 LF n $ 122.60 = $ 3,800.60 x $ 150.00 = $ 4,650.00 x $ 100.00 = $ 3,100.00 x $ 121.00 = $ 3,751.00 21 36" RCP, Class III, Under Pavement 590 LF x $ 118.65 = $ 70,003.50 x $ 115.00 = $ 67,850.00 x $ 140.00 = $ 82,600.00 x $ 122.50 = $ 72,275.00 22 36" RCP. Class III 260.5 LF x $ 106.40 = $ 27,717.20 x $ 95.00 = $ 24,747.50 x $ 100.00 = $ 26,050.00 x $ 112.50 = $ 29,306.25 23 42" RCP 90 LF $ 129.40 = $ 11,646.00 x $ 148.00 = $ 13,320.00 x $ 130.00 = $ 11,700.00 x $ 151.50 = $ 13,635.00 24 18" RCP FES 4 EA x $ 810.00 = $ 3,240.00 x $ 750.00 = $ 3,000.00 x $ 780.00 = $ 3,120.00 x $ 790.00 = $ 3,160.00 Page 1 of 8 25 24" RCP FES 3 EA x $ 967.00 = $ 2,901.005 $ 850.00 = $ 2,550.00 x $ 940.00 = $ 2,820.00 z $ 1,070.00 = $ 3,210.00 26 30"RCP FES 11 EA x $ 1,233.00 = $ 13,563.00 x $ 950.00 = $ 10,450.00 x $ 1,180.00 = $ 12,980.00 x $ -1,267.50 = $ 13,942.50 27 36" RCP FES 4 EA e $ 1,814.00 = $ 7,256.00 x $ 1,050.00 = $ 4,200.00 x $ 1,780.00 = $ 7,120.00 x $ 2,502.00 28 42" RCP FES 2 EA x $ 2,521.00 = $ 5,042.00 x $ 1,600.00 = $ 3,200.00 = $ 10,008.00 x $ 2,400.00 _ $ 4,800.00 z $ 3,375.00 = $ 6,750.00 29 505' Junction Box 5 EA a $ 3,630.00 = $ 18,150,00 x $ 2,700.00 = $ 13,500.00 x $ 2,800.00 = $ 14,000.00 x $ 3.500.00 = $ 17,500.00 30 13'x 10'Junction Box 1 EA a $ 13,508.00 = $ 13,508.00 z $ 10,000.00 = $ 10,000.00 x $ 6,600.00 = $ 6,600.00 x $ 12,000.00 = $ 12,000.00 31 5'x5' Curb Inlet Box 19 EA 5 $ 3,625.00 = $ 68,875.00 z $ 2,700.00 = $ 51,300.00 z $ 3,300.00 = $ 62,700.00 x $ 3,000.00 = $ 57,000.00 32 10' x 5' Curb Inlet Box 1 EA x $ 9,205.00 = $ 9,205.00 x $ 3,700.00 = $ 3,700.00 x $ 6,000.00 = $ 6,000.00 z $ 7,000.00 = $ 7,000.00 33 11' z 5' Curb Inlet Box 2 EA $ 10,286.00 = $ 20,572.00 x $ 4,000.00 = $ 8,000.00 x $ 6,100.00 = $ 12,200.00 x $ 7,500.00 = $ 15,000.00 34 12' 016' Curb Inlet Box 1 EA $ 14,125.00 = $ 14,125.00 x $ 9,000.00 = $ 9,000.00 x $ 9,100.00 = $ 9,100.00 x $ 12,500.00 = $ 12,500.00 35 12' x 5' Curb Inlet Box 2 EA x $ 9,736.00 = $ 19,472.00 z $ 4,500.00 = $ 9,000.00 x $ 6,600.00 = $ 13,200.00 x $ 8,000.00 = $ 16,000.00 36 16' x 5' Curb Inlet box 4 EA x $ 13,817.00 = $ 55,268.00 x $ 4,800.00 = $ 19,200.00 x . $ 7,500.00 = $ 30,000.00 z $ 9,200.00 = $ 36,800.00 37 505' Area Drain 3 EA x $ 4,554.00 = $ 13,662.00 x $ 2,300.00 = $ 6,900.00 x $ 4,700.00 = $ 14,100.00 x $ 3,500.00 = $ 10,500.00 38 9'x73' Area Drain 1 EA a $ 12,331.00 = $ 12,331.00 x $ 4,200.00 = $ 4,200.00 x $ 5,800.00 = $ 5,800.00 x $ 7,500.00 = $ 7,500.00 39 Median Inlet - Single 46 EA 0 $ 1,393.00 = $ 64,078.00 x $ 975.00 = $ 44,850.00 x $ 1,500.00 = $ 69,000.00 x $ 500.00 = $ 23,000.00 40 Median Inlet - Double 10 EA x $ 2,663.00 = $ 26,630.00 x $ 1,850.00 = $ 18,500.00 x $ 3,000.00 = $ 30,000.00 x $ 1,000.00 = $ 10,000.00 41 Median Intel -Triple 6 EA n $ 3,934.00 = $ 23,604.00 x $ 2,675.00 = $ 16,050.00 x $ 4,500.00 = $ 27,000.00 x $ 1,500.00 = $ 9,000.00 42 4' Curb Inlet Extensions 49 EA $ 781.00 = $ 38,269.00 x $ 875.00 = $ 42,875.00 z $ 740.00 = $ 36,260.00 x $ 700.00 = $ 34,300.00 43 Precast Bridge Span 120(2- 24' x 8') Footings, Headwalls, Aprons 1 LS e $ 601,025.00 = $ 601,025.00 x $ 600,000.00 = $ 600,000.00 x $ 557,000.00 = $ 557,000.00 z $ 632,257.00 _ $ 632,257.00 44 Precast Bridge Span 1300 (24' a4'( Footings, Headwalls, Aprons 1 LS x $ 306,075.00 = $ 306,075.00 x $ 325,000.00 = $ 325,000.00 x $ 280,000.00 = $ 280,000.00 z $ 288,632.00 = $ 288,632.00 45 Precast Bridge Span 1400 (24'x4') Footings, Headwalls, Aprons 1 LS $ 304,535.00 = $ 304,535.00 x $ 325,000.00 = $ 325,000.00 x $ 280,000.00 = $ 280,000.00 z $ 288,632.00 = $ 288,632.00 46 Rip Rap w/ Filter Blanket 310 SY s $ 47.00 = $ 14,570.00 x $ 50.00 = $ 15,500.00 x $ 36.00 = $ 11,160.00 z $ 40.00 = $ 12,400.00 47 Median Swale 5225 LF e $ 3.50 = $ 18,287.50 x $ 10.00 = $ 52,250.00 x $ 4.00 = $ 20,900.00 z $ 7.50 = $ 39,187.50 48 Swale 5:203 178 LF x $ 3.50 = $ 621.25 x $ 10.00 = $ 1,775.00 x $ 1.35 = $ 239.63 x $ 7.50 = $ 1,331.25 49 Swale5:309 153 LF u $ 3.60 = $ 550.80 x $ 10.00 = $ 1,530.00 x $ 6.00 = $ 918.00 x $ 7.50 = $ 1,147.50 50 SwaleS:409A 196 LF x $ 3.50 = $ 686.00 x $ 10.00 = $ 1,960.00 x $ 3.00 = $ 588.00 x $ 7.50 = $ 1,470.00 51 Swale S:409B 300 LF e $ 3.50 = $ 1,050.00 x $ 10.00 = $ 3,000.00 x $ 2.00 = $ 600.00 z $ 7.50 = $ 2,250.00 52 Swale S:506A 575 LF u $ 3.60 = $ 2,070.00 x $ 10.00 = $ 5,750.00 x $ 2.00 = $ 1,150.00 x $ 7.50 = $ 4,312.50 53 Swale 5:5066 120 LF $ 3.50= $ 420,00 x $ 10.00 = $ 1,200.00 x $ 2.00 = $ 240.00 x $ 7.50 = $ 900.00 54 Sawle S:516A 113 LF z $ 3.65 = $ 412.45 x $ 10.00 = $ 1,130.00 x $ 2.00 = $ 226.00 x $ 7.50 = $ 847.50 55 SwaleS:522 290 LF e $ -3.60 = $ 1,044.00 x $ 10.00 = $ 2,900.00 z $ 3.00 = $ 870.00 z $ 7.50 = $ 2,175.00 56 Swale S:606A 182 LF xl $ 3.80 = $ 691.60 x $ 10.00 = $ 1,820.00 x $ ' 2.00 = $ 364.00 x $ 7.50 = $ 1,365.00 Page 2 of 8 57 Swale S:606B 445 LF $ 3.75 = $ 1,668.75 z $ 10.00 = $ 4,450.00 z $ 2.30 = $ 1,023.50 z $ 7.50 = $ 3,337.50 58 Swale S608 90 LF $ 4.60 = $ 414.00 z $ 10.00 = $ 900.00 z $ 3.00 = $ 270.00 z $ 7.50 = $ 675.00 Page 3 of 8 59 SwES:702 185 LF $ 3.75 = $ 693.75 x $ 10.00 60 Sw 50 LF s $ 5.50 = $ 275.00 z $ 10.00 61 Sw 366 LF x $ 3.80 = $ 1,390.80 x $ 10.00 62 Sw 878 LF $ 3.50 = $ 3,073.00 z $ 10.00 63 SwaleS:1300C 330 LF x $ 3.60 = $ 1,188.00 z $ 10.00 64 Swale S:1300D 495 LF x $ 3.50 = $ 1,732.50 x $ 10.00 65 66 6" Class 7 Base Course 3"HMAC 53905 39518 SY SY s e $ 6.55 $ 13.15 = = $. 353,077.75 $ 519,661.70 x x $ 7.00 $ 12.35 67 4" Binder 39518 SY s $ 16.50 = $ 652,047.00 x $ 14.35 68 2"HMAC 3350 SY x $ 9.35 = $ 31,322.50 z $ 8.85 69 3" Binder 3350 SY s $ 14.45 = $ 48,407,50 x $ 12.60 70 Concrete Curb & Gutter (Type A) 34740 LF n $ 11.65 = $ 404,721.00 z $ 10.11 71 Concrete Curb & Gutter (Modified) 1506 LF x $ 12.50 = $ 18,825,00 x $ 16.00 72 Concrete Sidewalk 5685 SY x $ 33.50 = $ 190,447.50 z $ 36,00 73 Concrete Trail 10527 SY e $ 37.55 = $ 395,288.85 z $ 41.12 74 Commercial Drive Ste 76+65 (L) 1 LS e $ 5,125.00 _ $ 5,125.00 x $ 1,500.00 75 Seeding & Mulching 19 AC e $ 4,037.00 = $ 76,703.00 z $ 1,813.00 76 Sod All Median Areas 18509 SY x $ 3.00 = $ 55,527.00 z $ 3.43 77 4" Pavement Markings (Thermoplastic) 8214 LF x $ 1.65 = $ 13,553.10 z $ 1.00 78 4" Trail Markings 3336 LF e $ 1.10 = $ 3,669.60 x $ 1,00 79 12" Pavement Markings (Thermoplastic) 891 LF e $ 11.00 = $ 9,801.00 x $ 12.00 = 80 Pavement Sympols (Arrows - Thermoplastic) 29 EA n $ 440.00 = $ 12,760.00 x $ 200.00 = 81 Pavement Symbols ("Only" - Thermoplastic) 4 EA x $ 275.00 = $ 1,100.00 x $ 200.00 = 82 Pavement Symbols ("Yield" - Thermoplastic) 14 EA x $ 550.00 = $ 7,700.00 x $ 200.00 = 83 Street Sign Installation 75 EA e $ 385.00 = $ 28,875.00 x $ 400.00 = 84 Erosion Control 1 LS u $ 176,385.00 = $ 176,385.00 x $ 135,000.00 = 85 Traffic Control & Maintenance 1 LS x $ 9,570.00 = $ 9,570.00 x $ 80,000.00 = 86 Mobilization (Shall not exceed 5% of Total Bid) 1 LS n $ 182,424.00 = $ 182.424.00 x $ 300,000.00 87 Five Strand Barbed Wire Fence 6255 LF e $ 9.65 = $ 60,360.75 x $ 5.00 = 88 Handicap Access Ramp 138 SY x NO BID = NO BID x $ 60.00 = 89 ADA Detectable Warning Panel 39 EA e $ 275.00 = $ 10,725.00 x $ 800.00 90 Project Signs 2 EA u $ 495.00 J $ 990.00 x $ 5000.00 = $ 1,850.00 x $ 1.25 = $ 231.25 x $ 7.50 = $ 1,387.50 $ 500.00 x $ 2,00 = $ 100.00 x $ 7.50 = $ 37500 $ 3,660.00 x $ 2,00 = $ 732.00 x $ 7.50 = $ 2,745.00 $ 8,780.00 x $ 2.50 = $ 2,195.00 x $ 7.50 = $ 6,585.00 $ 3,300.00 x $ 3.00 = $ 990.00 x $ 7.50 = $ 2,475.00 $ 4,950.00 x $ 3.00 = $ 1,485.00 x $ 7.50 = $ 3.712.50 $ 377,335.00 $ 488,047.30 x x $ 6.00 $ 12.65 = $ 323,430.00 = $ 499,902.70 x x $ 7,50 $ 11.95 = $ 404,287,50 = $ 472,240.10 $ 567,083.30 x $ 14.70 = $ 580,914.60 x $ 13.90 = $ 549,300.20 $ 29,647.50 x $ 9.00 = $ 30,150.00 x $ 8.50 = $ 28,475.00 $ 42,210,00 x $ 12.85 = $ 43,047.50 x $ 12.15 = $ 40,702.50 $ 351,221.40 x $ 11.80 = $ 409,932.00 x $ 12,75 $ 442,935.00 $ 24,096.00 x $ 12.80 = $ 19,276.80 x $ 12.75 = $ 19,201.50 $ 45.00 = $ 255,825.00 x $ 38.00 = $ 216,030,00 n432,870.24 $ 49.00 = $ 515,823,00 x $ 38.00 = $ 400,026.00 $ 6,750.00 = $ 6,750.00 x $ 12,800.00 = $ 12,800.00 $ 2,000.00 = $ 38,000.00 x $ 1.995.00 = $ 37,905.00 $ 63,485.87 x $ 3.80 = $ 70,334.20 x $ 3.75 = $ 69,408.75 $ 8,214.00 x $ 1,60 = $ 13,142.40 x $ 0.93 = $ 7,639.02 $ 3,336.00 z $ 1.05 = $ 3,502.80 x $ 0.60 = $ 2,001.60 $ 10,692.00 x $ 10.70 = $ 9,533.70 x $ 3.30 = $ 2,940.30 $ 5,800.00 z $ 428.00 = $ 12,412.00 x $ 192.50 = $ 5,582.50 $ 800.00 z $ 267,00 = $ 1,068.00 x $ 220.00 = $ 880.00 $ 2,800.00 x $ 535.00 = $ 7,490.00 x $ 220.00 = $ 3,080.00 $ 30,000.00 x $ 375.00 = $ 28,125.00 x $ 308.00 = $ 23,100.00 $ 135,000.00 z $ 86,140.00 = $ 86,140.00 x $ 64,802.50 = $ 64,802.50 $ 80,000.00 z $ 14,000.00 = $ 14,000.00 z $ 10,000.00 = $ 10,000.00 $ 300,000.00 x $ 365,000.00 = $ 365,000.00 x $ 212,833.61 = $ 212,833.61 $ 31,275.00 x $ 9,40 = $ 58,797.00 x $ 6.00 = $ 37,530.00 $ 8,280.00 x $ 64,00 = $ 8,832.00 x $ 75.00 = $ 10,350.00 $ 31,200.00 x $ 429.00 = $ 16,731.00 x $ 130.00 = $ 5,07000 $ 10,000.00 z $ 481.00 = $ 962.00 x $ 990.00 = $ 1,980.00 Page 4 of 8 91 Handrail 521 LF n $ 125.00 = $ 65,125.00 x $ 74.55 = $ 38,840.55 x $ 88.00 = $ 45,848.00 x $ 91.30 = $ 47,567.30 92 Tree Protection Fencing 975 LF x $ 4.00 = $ 3,900.00 x $ 2.62 = $ 2,554.50 x $ 3.40 = $ 3,315.00 x $ 2.90 = $ 2,827.50 93 Pond Dewatering I LS 5 $ 6,600.00 = $ 6,600.00 x $ 10,000.00 = $ 10,000.00 x $ 4,400.00 = $ 4,400.00 x $ 2,500.00 = $ 2,500.00 94 4" SCH 40 Conduit 1937 LF a $ 10.55 = $ 20,435.35 x $ 4.00 = $ 7,748.00 x $ 11.00 = $ 21,307.00 x $ 7.00 = $ 13,559.00 95 3" SCH 40 Conduit 137 LF a $ 9.65 = $ 1,322.05 x $ 3.00 = $ 411.00 x $ 15.00 = $ 2,055.00 x $ 7.00 = $ 959.00 96 1.25" SCH 40 Conduit 22 LF 0 $ 8.65 = $ 190.30 x $ 3.00 = $ 66.00 x $ 14.00 = $ 308.00 x $ 7.00 = $ 154.00 97 6" Concrete Median Paving (Patterned) 1183 SY a $ 135.00 = $ 159,705.00 x $ 75.00 = $ 88,725.00 x $ 130.00 = $ 153,790.00 x $ 133.45 = $ 157,871.35 98 12" PVC, C-900 Class 200 DR -14 Water Main) 250 LF a $ 52.25 = $ 13,062.50 x $ 80.00 = $ 20,000.00 x $ 56.00 = $ 14,000.00 x $ 41.00 = $ 10,250.00 99 12" Tap & Valve 1 EA x $ 7,095.00 = $ 7,095.00 x $ 7,500.00 = $ 7,500.00 x $ 5,200.00 = $ 5,200.00 x $ 8,800.00 = $ 8,800.00 100 12" 45 Bend & Thrust Blocking 5 EA a $ 1,045.00 = $ 5,225.00 x $ 500.00 = $ 2,500.00 x $ 1,150.00 = $ 5,750.00 x $ 1,100.00 = $ 5,500.00 101 12"GateValvew/Box 1 EA a $ 3,850.00 = $ 3,850.00 x $ 2,000.00 = $ 2,000.00 x $ 2,840.00 = $ 2,840.00 x $ 4,400.00 = $ 4,400.00 102 Cut & Gap Ex 12" Water Main 1 EA n $ 4,785.00 = $ 4,785.00 x $ 5,000.00 = $ 5,000.00 x $ 957;00 = $ 957.00 x $ 1,100.00 = $ 1,100.00 103 Remove Ex Blow -off and Re -Use 1 EA a $ 1,155.00 = $ 1,155.00 x $ 1,000.00 = $ 1,000.00 x $ 350.00 = $ 350.00 x $ 1,000.00 = $ 1,000.00 104 Three-way Fire Hydrant Assembly w/ Valve 1 EA a $ 5,720.00 = $ 5,720.00 x $ 6,000.00 = $ 6,000.00 x $ 4,300.00 = $ 4,300.00 x $ 4,500.00 = $ 4,500.00 105 16" Steel Encasement 229.5 LF a $ 181.50 = $ 41,654.25 x $ 150.00 = $ 34,425.00 x $ 91.00 = $ 20,884.50 x $ 85.00 = $ 19,507.50 106 24" Steel Encasement 46 LF a $ 198.00 = $ 9,108.00 x $ 130.00 = $ 5,980.00 x $ 132.00 = $ 6,072.00 x $ 105.00 = $ 4,830.00 107 Raise Ex Sewer Manhole to Grade 1 LS a $ 1,760.00 = $ 1,760.00 x $ 1,000.00 = $ 1,000.00 x $ 232.00 = $ 232.00 x $ 1,000.00 = $ 1,000.00 108 Site Photographs 1 LS x $ 7,950.00 = $ 7,950.00 x $ 10,000.00 = $ 10,000.00 x $ 1,800.00 = $ 1,800.00 x $ 500.00 = $ 500.00 TOTAL AMOUNT BID _ ;' $ 7,950,906 65 _�; $ 7,580,045 41 _: $ 7,657,973 73 _ �_ $ 7,307,279.98 Page 5 of 8 ITEM DESCRIPTION QTY, UNIT Dean Crowder UNIT COST DEDUCTIVE ALTERNATE, Construction Inc EXTENDED COST #1 ('Alberta Street) Kolb UNIT COST Grading LLC EXTENDED COST Nabholz Construction 4UNIT COST Corp I EXTENDED COST Sweetser UNIT COST r Construction Inc 1 Roadway Construction Control 1 LS $ 2,000.00 = $ 2,000.00 x $ 10,000.00 = $ 10,000.00 EXTENDED COST 2 Trench & Excavation Safety Systems 1 LS n $ 100.00 = $ 100.00 x $ 2,500.00 = $ 2,500.00 x $ 2,000.00 = $ 2,000.00 x $ 5,000.00 = $ 5,000.00 x $ 500.00 = $ 500.00 z $ 500.00 = $ 500.00 3 Clearing, Grubbing, & Demolition 1 LS n $ 1,000.00 = $ 1,000.00 x $ 10,000.00 = $ 10,000.00 x $ 1,500.00 = $ 1,500.00 x $ 2,500.00 = $ 2,500.00 = $ 1,250.00 4 Rock Excavation 10 CY x $ 200.00 = $ 2,000.00 x $ 200.00 = $ 2,000.00 x $ 178.00 = $ 1,780.00 z $ 125.00 5 Undercut Excavation (Plan Quantity) 2400 CY n $ 6.15 = $ 14,760.00 z $ 3.00 = $ 7,200.00 z $ 4.30 = $ 10,320.00 x $ 1325 = $ 31,800.00 6 Select Fill (Plan Quantity) 1650 CY r $ 8.25 = $ 13,612.50 x $ 10.00 = $ 16,500.00 z $ 10.00 = $ 16,500.00 x $ 5.75 = $ 9,487.50 = $ 12,937.50 = $ 7,854.50 7 Unclassified Excavation (Plan Quantity) 1725 CY e $ 6.10 = $ 10,522.50 z $ 3.00 _ $ 5,175.00 x $ 6.75 = $ 11,643.75 x $ 7.50 8 Embankment (Plan Quantity) 1366 CY r $ 3.90 = $ 5,327.40 x $ 1.00 = $ 1,366.00 x $ 8.50 = $ 11,611.00 x $ 5.75 9 Subgrade Preparation 2650 SY x $ 0.90 = $ 2,385.00 x $ 1.00 = $ 2,650.00 x $ 1.50 = $ 3,975.00 x $ 1.00 = $ 2,650.00 10 4" Topsoil Placement 4700 TON x $ 2.35 = $ 11,045.00 x $ 0.75 = $ 3,525.00 x $ 1.20 = $ 5,640.00 x $ 1.50 = $ 7,050.00 11 Undercut and Stone Backfill 10 LF n $ 16.50 = $ 165.00 x $ 22.00 = $ 220.00 x $ 30.00 = $ 300.00 x $ 18.50 _ = $ 185.00 12 18" RCP, Class III, Under Pavement 35 LF n $ 42.00 = $ 1,470.00 x $ 50.00 = $ 1,750.00 x $ 7000 $ 2,450.00 z $ 33.50 = $ 1,172.50 13 18" RCP, Class III 107 LF x $ 33.80 _ - $ 3,616.60 x $ 40.00 _ $ 4,280.00 x $ 40.00 = $ 4,280.00 428000 x $ 30.75 = $ 3,290.25 14 30" RCP, Class III 45 LF n $ 66.00 = $ 2,970.00 x $ 60.00 = $ 2,700.00 x $ 70.00 = $ 3,150.00 z $ 71.25 = $ 3,206.25 15 30" Arch RCP, Class III, Under Pavement 31 LF n $ 110.00 = $ 3,410.00 x $ 150.00 = $ 4,650.00 z $ 100.00 = $ 3,100.00 x $ 121.0p = $ 3,751,00 16 18" RCP FES 1 EA x $ 729.00 = $ 729.00 x $ 500.00 = $ 500.00 z $ 780.00 = $ 780.00 z $ 790.00 = $ 790.00 17 30" RCP, FES 2 EA n $ 1,110.00 = $ 2,220.00 z $ 500.00 = $ 1,000.00 x $ 1,180.00 = $ 2,360.00 x $ 1,267.50 = $ 2,535.00 18 5' x 5' Curb Inlet Box 3 EA n $ 3,262.00 = $ 9,786.00 z $ 2,000.00 _ $ 6,000.00 z $ 3,300.00 = $ 9,900.00 x $ 3,000 00 = $ 9,000.00 19 4' Curb Inlet Extensions 5 EA s $ 703.00 = $ 3,515.00 x $ 500.00 _ $ 2,500.00 x $ 740.00 = $ 3,700.00 x $ 700.00 = $ 3,500.00 20 Rip Rap w/ Filter Blanket 45 SY n $ 42.00 = $ 1,890.00 z $ 50.00 = $ 2,250.00 x $ 36.00 = $ 1,620.00 x $ 40.00 = $ 1,800.00 21 6" Class 7 Base Course 2800 SY n $ 5.90 = $ 16,520.00 x $ 7.00 = $ 19,600.00 x $ 6.00 = $ 16,800.00 x $ 7.50 = $ 21,000.00 22 2" HMAC 1989 SY n $ 8.40 = $ 16,707.60 z $ 8.85 = $ 17,602.65 x $ 9.00 = $ 17,901.00 x $ 8.50 = $ 16,906.50 23 3" Binder 1989 SY a $ 13.00 = $ 25,857.00 x $ 12.60 _ $ 25,061.40 x $ 12.85 = $ 25,558.65 x $ 12.15 = $ 24,166.35 24 Concrete Curb & Gutter (Type A) 2075 LF n $ 10.50 = $ 21,787.50 x $ 10.00 _ $ 20,750.00 x $ 11.80 = $ 24,485.00 x $ 12.75 = $ 26,456.25 25 Concrete Sidewalk 353 SY n $ 30.15 = $ 10,642.95 x $ 30.00 $ 40.00 _ $ 10,590.00 x $ 45.00 = $ 15,885.00 x $ 12.75 = $ 4,500.75 26 Concrete Trail 815 SY o $ 33.80 = $ 27,547.00 z _ $ 32,600.00 z $ 49.00 = $ 39,935.00 z $ 38.00 = $ 30,970.00 27 Seeding & Mulching 0.8 AC u $ 3,633.00 = $ 2,906.40 x $ 1,800.00 = $ 1,440.00 x $ 2,000.00 = $ 1,600.00 x $ 1,995.00 = $ 1,596.00 28 4" Pavement Markings (Thermoplastic) 983 LF n $ 1.50 = $ 1,474.50 z $ 1.00 _ $ 983.00 x $ 1.60 = $ 1,572.80 x $ 0.93 = $ 914.19 29 12" Pavement Markings (Thermoplastic) 54 LF s $ 10.00 = $ 540.00 z $ 200.00 = $ 10,800.00 x $ 10.70 = $ 577.80 x $ 3.30 = $ 178.20 Page 6 of 8 30 Pavement Symbols ("Yield" - Thermoplastic) 1 EA 5 $ 500.00 = $ 500.00 x $ 200.00 = $ 200.00 x $ 535.00 = $ 535.00 x $ 220.00 = $ 220.00 31 Street Sign Installation 7 EA a $ 350.00 = $ 2,450.00 x $ 400.00 = $ 2,800.00 x $ 375.00 = $ 2,625.00 x $ 308.00 = $ 2,156.00 32 Erosion Control 1 LS s $ 2,591.00 = $ 2,591.00 x $ 10,000.00 = $ 10,000.00 x $ 4,000.00 = $ 4,000.00 x $ 8,300.00 = $ 8,300.00 33 Traffic Control & Maintenance 1 LS x $ 300.00 = $ 300.00 x $ 10,000.00 = $ 10,000.00 x $ 500.00 = $ 500.00 x $ 1,500.00 = $ 1,500.00 34 Handicap Access Ramp 35 SY 0 $ 112.50 = $ 3,937.50 x $ 60.00 = $ 2,100.00 x $ 64.00 = $ 2,240.00 x $ 75.00 = $ 2,625.00 35 ADA Detectable Warning Panel 6 EA n $ 250.00 = $ 1,500.00 x $ 800.00 = $ 4,800.00 x $ 429.00 = $ 2,574.00 x $ 130.00 = $ 780.00 36 Tree Protection Fencing 50 LF a $ 3.60 = $ 180.00 x $ 2.00 = $ 100.00 x $ 3.40 = $ 170.00 x $ 2.90 = $ 145.00 37 4" SCH 40 Conduit 106 LF a $ 9.50 = $ 1,007.00 x $ 4.00 = $ 424.00 x $ 11.00 = $ 1,166.00 x $ 7.00 = $ 742.00 38 6" Concrete Median Paving (Patterned) 276 SY n $ 120.00 = $ 33,120.00 x $ 50.00 = $ 13,800.00 x $ 130.00 = $ 35,880.00 x $ 133.45 = $ 36,832.20 39 24" Steel Encasement 46 LF x $ 178.00 = $ 8,188.00 x $ 100.00 = $ 4,600.00 x $ 132.00 = $ 6,072.00 x $ 105.00 = $ 4.830.00 40 Site Photographs 1 LS e $ 200.00 = $ 200.00 x $ 1,000.00 = $ 1,000.00 x $ 250.00 = $ 250.00 x $ 25.00 = $ 25.00 ' - - Total Alternate #1 Amount BId .';.,, i $ 270,480 45 $ 278,517 05 -: $ 297,937 00 S 292,102.94 DEDUCTIVE dLTERNATE #2 (Catalpa Streety Dean Crowder Construction Inc Kolb Grading LLC Nabholz Construction Corp Sweetser Construction Inc ITEM DESCRIPTION QTY. UNIT UNIT COST EXTENDED COST UNIT COST EXTENDED COST UNIT COST EXTENDED COST UNIT COST - EXTENDED COST 1 Roadway Construction Control 1 LS $ 1,000.00 = $ 1,000.00 x $ 10,000.00 = $ 10,000.00 x $ 1,500.00 = $ 1,500.00 x $ 2,000.00 = $ 2,000.00 2 Trench & Excavation Safety Systems 1 LS x $ 100.00 = $ 100.00 x $ 5,000.00 = $ 5,000.00 x $ 500.00 = $ 500.00 x $ 500.00 = $ 500.00 3 Clearing, Grubbing, & Demolition 1 LS a $ 1,000.00 = $ 1,000.00 x $ 10,000.00 = $ 10,000.00 x $ 1,500.00 = $ 1,500.00 x $ 2,500.00 = $ 2,500.00 4 Rock Excavation 10 CY s $ 200.00 = $ 2,000.00 x $ 200.00 = $ 2,000.00 x $ 178.00 = $ 1,780.00 x $ 125.00 = $ 1,250.00 5 Undercut Excavation (Plan Quantity) 1790 CY 5 $ 6.15 = $ 11,008.50 x $ 3.00 = $ 5,370.00 x $ 4.30 = $ 7,697.00 x $ 13.25 = $ 23,717.50 6 Select Fill (Plan Quantity) 1234 CY s $ 8.25 = $ 10,180.50 x $ 10.00 = $ 12,340.00 x $ 10.00 = $ 12,340.00 x $ 5.75 = $ 7,095.50 7 Unclassified Excavation (Plan Quantity) 1860 CY 5 $ 6.10 = $ 11,346.00 x $ 3.00 = $ 5,580.00 x $ 6.75 = $ 12,555.00 x $ 7.50 = $ 13,950.00 8 Embankment (Plan Quantity) 75 CY a $ ' 3.90 = $ 292.50 x $ 1.00 = $ 75.00 x $ 8.50 = $ 637.50 x $ 5.75 = $ 431.25 9 Subgrade Preparation 1480 SY a $ 0.90 = $ 1,332.00 x $ 1.00 = $ 1,480.00 x $ 1.50 = $ 2,220.00 x $ 1.00 = $ - 1,480.00 10 4" Topsoil Placement 1500 SY e $ 2.35 = $ 3,525.00 x $ 0.75 = $ 1,125.00 x $ 1.20 = $ 1,800.00 x $ 1.50 = $ 2,250.00 11 Undercut and Stone Backfill 10 TON x $ 16.50 = $ 165.00 x $ 22.00 = $ 220.00 x $ 30.00 = $ 300.00 x $ 18.50 = $ 185.00 12 18" RCP, Class III, Under Pavement 75.7 LF x $ 42.00 = $ 3,179.40 x $ 50.00 = $ 3,785.00 x $ 70.00 = $ 5,299.00 x $ 33.50 = $ 2,535.95 13 18" RCP, Class III 136 LF e $ 33.80 = $ 4,596.80 x $ 40.00 = $ 5,440.00 x $ 40.00 = $ 5,440.00 x $ 30.75 = $ 4,182.00 14 30" RCP, Class Ill 150 LF x $ 66.00 = $ 9,900.00 x $ 60.00 = $ 9,000.00 x $ 70.00 = $ 10,500.00 x $ 71.25 = $ 10,687.50 15 30" Arch RCP, Class III, Under Pavement 62 LF a $ 77.95 = $ 4,832.90 x $ 100.00 = $ 6,200.00 x $ 100.00 = $ 6,200.00 x $ 77.75 = $ 4,820.50 16 30" RCP FES 4 EA x $ 1,110.00 = $ 4,440.00 x $ 500.00 = $ 2,000.00 x $ 1,180.00 = $ 4,720.00 x $ 1,267.50 = $ 5,070.00 Page 7 of 8 17 5' x 5' Curb Inlet Box 2 EA $ 3,262.00 = $ 6,524.00 z $ 2,000.00 = $ 4,000.00 x $ 3,300.00 = $ 6,600.00 x $ 3,000.00 = $ 6,000.00 18 12' x 5' Curb Inlet Box 2 EA x $ 8,763.00 = $ 17,526.00 x $ 4,500.00 = $ 9,000.00 x $ 6,600.00 = $ 13,200.00 x $ 8,000.00 = $ 16,000.00 19 Rip Rap w/ Filter Blanket 27 SY n $ 42.00 = $ 1,134.00 x $ 50.00 = $ 1,350.00 x $ 36.00 = $ 972.00 x $ 40.00 = $ 1,080.00 20 6" Class 7 Base Course 2100 SY z $ 5.90 = $ 12,390.00 x $ 7.00 = $ - 14,700.00 z $ 6.00 = $ 12,600.00 z $ 7.50 = $ 15,750.00 21 2"HMAC 1288 SY s $ 8.40 = $ 10,819.20 z $ 8.85 = $ 11,398.80 x $ 9.00 = $ 11,592.00 x $ 8.50 = $ 10,948.00 22 3"Binder 1288 SY e $ 13.00 = $ 16,744.00 x $ 12.60 = $ 16,228.80 x $ 12.85 = $ 16,550.80 x $ 12.15 = $ 15,649.20 23 Concrete Curb & Gutter (Type A) 1500 LF x $ 10.50 = $ 15,750.00 x $ 10.00 = $ 15,000.00 x $ 11.80 = $ 17,700.00 x $ 12.75 = $ 19,125.00 24 Concrete Sidewalk 620 SY o $ 30.15 = $ 18,693.00 x $ 30.00 = $ 18,600.00 z $ 45.00 = $ 27,900.00 z $ 38.00 = $ 23,560.00 25 Seeding & Mulching 0.05 AC e $ 3,633.00 = $ 181.65 x $ 1,800.00 = $ 90.00 x $ 2,000.00 = $ 100.00 x $ 1,995.00 = $ 99.75 26 4" Pavement Markings (Thermoplastic) 650 LF $ 1.50 = $ 975.00 z $ 1.00 = $ 650.00 x $ 1.60 = $ 1,040.00 z $ 0.93 = $ 604.50 27 t2" Pavement Markings (Thermoplastic) 36 LF x $ 10.00 = $ 360.00 x $ 12.00 = $ 432.00 x $ 10.70 = $ 385.20 x $ 3.30 = $ 118.80 28 Pavement Symbols ("Yield" - Thermoplastic) 1 EA x $ 500.00 = $ 500.00 x $ 200.00 = $ 200.00 x $ 535.00 = $ 535.00 x $ 220.00 = $ 220.00 29 Street Sign Installation 8 EA 0 $ 350.00 = $ 2,800.00 x $ 400.00 = $ 3,200.00 x $ 375.00 = $ 3,000.00 z $ 308.00 = $ 2,464.00 30 Erosion Control t LS a $ 2,729.00 = $ 2,729.00 x $ 10,000.00 = $ 10,000.00 x $ 1,500.00 = $ 1,500.00 x $ 6,000.00 = $ 6,000.00 31 Traffic Control & Maintenance 1 LS x $ 300.00 = $ 300.00 x $ 10,000.00 = $ 10,000.00 x $ 500.00 = $ 500.00 x $ 1,500.00 = $ 1,500.00 32 Handicap Access Ramp 11 SY o $ 112.50 = $ 1,237.50 x $ 60.00 = $ 660.00 x $ 64.00 = $ 704.00 z $ 75.00 = $ 825.00 33 ADA Detectable Warning Panel 4 EA 0 $ 250.00 = $ 1,000.00 x $ 800.00 = $ 3.200.00 x $ 429.00 = $ 1,716.00 x $ 130.00 = $ 520.00 34 Tree Protection Fencing 200 LF x $ 3.60 = $ 720.00 x $ 2.00 = $ 400.00 x $ 3.40 = $ 680.00 x $ 2.90 = $ 580.00 35 4" SCH 40 Conduit 160 LF 0 $ 9.50 = $ 1,520.00 x $ 4.00 = $ 640.00 x $ 11.00 = $ 1,760.00 x $ 7.00 = $ 1,120.00 36 6" Concrete Median Paving (Patterned) 279 SY x $ 120.00 = $ 33,480.00 x $ 75.00 = $ 20,925.00 x $ 130.00 = $ 36,270.00 x $ 133.45 = $ 37,232.55 37 Site Photographs 1 LS x $ 200.00 = $ 200.00 x $ 1,000.00 = $ 1,000.00 x $ 250.00 = $ 250.00 z $ 25.00 = $ 25.00 • - „ - Total Alternate #2 Amount Bid a ::,'. $ 214,481.95 $ 221,289.60 ;;: •„ $ 230,543.50 ' $ 242,077.00 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: P. Vice, Purchasing Manager Witness Date Page 8 of 8 City of Fayetteville - Purchase Order Request (PO) Requisition o.: ate: (Not a Purchase Order) 7/29/2015 P.O Number: All PO Requests shall be scanned to the Purchasing e-mail: Purchasing@fayetteville-ar.gov. Purchase shall not be made until an actual PO has been issued. Vendor #: 56870 Vendor Sweetser Construction Inc. Mail DIES dvo Legistar#: Name: 2015-0351 Address: 590 West Poplar FOB Point: Taxable QS Expected Delivery Date: City: Fayetteville AR Zip Code: Ship to code: Quotes Attached 72703 DI Requester: Requester's Employee #: Requester's Extension: Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Project.Sub# Inventory # Fixed Asset # 1 Construction of Rupple Road (MLK to Persimmon) 1 376,267.00 $376,267.00 4520.9540.5809.00 06035.2400 2 Construction of Rupple Road (MLK to Persimmon) 1 6,931,013.00 $6,931,013.00 4520.9555.5809.00 06035.2400 3 $0.00 4 $0.00 5 $0.00 6 $0.00 7 $0.00 8 $0.00 9 $0.00 10 $0.00 Shipping/Handling Lot $0.00 Special Instructions: Subtotal: $7,307,280.00 Tax: $0.00 Total: $7,307,280.00 Approvals: Mayor: Department Director: Purchasing Manager: Chief Financial Officer: Budget Director: IT Director: Dispatch Manager: Utilities Manager: Other: rtevisea 1/Z1/ U1b CITY OF • aee e ARKANSAS MEMORANDUM TO: City Clerk's Office FROM: Peggy Vice, Purchasing Manager pv° DATE: August 20, 2015 SUBJECT: Legistar Item 2015-0351 In the official resolution packet submitted for City Council approval, this item did not contain a certified bid tabulation. The one submitted with the packet was a draft copy and not certified. It also did not contain any reference to the bid number in the official bid packet. This will need to. be noted on the performance and payment bonds and the insurance policy as well. Attached is the official bid tabulation for this item. Blake Pennington, Assistant City Attorney, recommended that we attach the official bid tab along with this memo in the official packet to keep on file. CITY OF a e'ttvffle ARKANSAS City of Fayetteville, Arkansas Purchasing Division OFFICIAL BID TABULATION Bid 15-38, Construction - Rupple Road, MLK to Persimmon Friday, July 24, 2015, 2:00 PM, Local Time ITEM DESCRIPTION QTY. UNIT Dean Crowder Construction Inc Kolb Grading LLC Nabholz Construction Corp Sweetser Construction Inc " UNIT COST EXTENDED COST - UNIT COST EXTENDED. COST UNIT COST EXTENDED COST - UNIT COST EXTENDED COST'' 1 Roadway Construction Control 1 LS x $ 96,800.00 = $ 96,800.00 z $ 165,000.00 = $ 165,000.00 x $ 65,000.00 = $ 65,000.00 x $ 78,000.00 = $ 78,000.00 2 Trench & Excavation Safety Systems 1 LS z $ 24,750.00 = $ 24,750.00 z $ 50,000.00 = $ 50,000.00 x $ 6,975.00 = $ 6,975.00 x $ 5,000.00 = $ 5,000.00 3 Clearing, Grubbing, & Demolition I LS x $ 73,610.00 = $ 73,610.00 x $ 320,000.00 = $ 320,000.00 x $ 50,300.00 = $ 50,300.00 x $ 52,000.00 = $ 52,000.00 4 Rock Excavation 250 CY x $ 200.00 = $ 50,000.00 x $ 200.00 = $ 50,000.00 x $ 178.00 = $ 44,500.00 x $ 125.00 = $ 31,250.00 5 Unclassified Excavation (Roadway) (Plan Quantity) 54895 CY x $ 6.80 $ 373,286.00 x $ 3.00 = $ 164,685.00 x $ 4.30 = $ 236,048.50 x $ 7.50 = $ 411,712.50 6 Select Fill (Plan Quantity) 59030 CY x $ 9.15 = $ 540,124.50 x $ 10.00 = $ 590,300.00 z $ 10.00 = $ 590,300.00 x $ 7.50 = $ 442,725.00 7 Unclassified Excavation (Outside Roadway) (Plan Quantity) 36727 CY x $ 6.75 = $ 247,907.25 x $ 3.00 = $ 110,181.00 x $ 6.75 = $ 247,907.25 x $ 7.50 = $ 275.452.50 8 Embankment(Plan Quantity) 27597 CY x $ 4.30 $ 118,667.10 x $ 1.00 = $ 27,597.00 z $ 8.50 = $ 234,574.50 x $ 5.75 - $ 158,682.75 9 Excess Export(Plan Quantity) 51484 CY z $ 6.85 = $ 352,665.40 x $ 7.00 = $ 360,388.00 x $ 4.50 = S 231,678.00 z $ 5.25 = $ 270,291.00 10 Subgrade Preparation 53905 SY x $ 1.00 = $ 53,905.00 x $ 1.00 = $ 53,905.00 x $ 1.50 = $ 80,857.50 x $ 1.00 = $ 53,905.00 11 4"Topsoil Placement 111867 SY x $ 2.60 = $ 290,854.20 x $ 0.75 = $ 83,900.25 x $ 1.20 = $ 134,240.40 x $ 1.50 = $ 167,800.50 12 Undercut and Stone Bartell 5000 TON x $ 18.35 = $ 91,750.00 x $ 22.00 = $ 110,000.00 x $ 30.00 = $ 150,000.00 x $ 18.50 = $ 92,500.00 13 18"RCP, Class If, Under Pavement 565 LF x $ 46.65 $ 26,357.25 x $ 56.00 = $ 31,640.00 x $ 70.00 = $ 39,550.00 x $ 33.50 = $ 18,927.50 14 18" RCP, Class Ill 1165 LF x $ 37.55 = $ 43,745.75 x $ 43.00 = $ 50,095.00 x $ 40.00 = $ 46,600.00 x $ 30.75 = $ 35,823.75 15 18" Arch RCP, Class fit, Under Pavement 112 LF x $ 60.40 = $ 6,764.80 x $ 90.00 = $ 10,080.00 x $ 70.00 = $ 7,840.00 z $ 71.00 = $ 7,952.00 16 24"RCP. Class Ill, Under Pavement 162 LF x $ 68.00 = $ 11,016.00 x $ 80.00 = $ 12,960.00 x $ 85.00 = $ 13,770.00 x $ 52.00 = $ 8,424.00 17 24" RCP, Class Ill 475 LF x $ 57.20 = $ 27,170.00 x $ 56.00 = $ 26,600.00 x $ 50.00 = $ 23,750.00 x $ 47.75 = $ 22,681.25 18 30" RCP, Class 111, Underpavement 322 LF x $ 86.60 = $ 27,885.20 x $ 100.00 = $ 32,200.00 z $ 100.00 = $ 32,200.00 x $ 77.75 = $ 25,035.50 19 30" RCP. Class 111 826 LF x $ 73.30 = $ 60,545.80 x $ 66.00 = $ 54,516.00 x $ 70.00 = $ 57,820.00 x $ 71.25 = $ 58,852.50 20 30" Arch RCP, Class Ill, Under Pavement 31 LF x $ 122.60 = $ 3,800.60 x $ 150.00 = $ 4,650.00 x $ 100.00 = $ 3,100.00 x $ 121.00 = $ 3,751.00 21 36" RCP, Class Ill, Under Pavement 590 LF x $ 118.65 = $ 70,003.50 x $ 115.00 = $ 67,850.00 x $ ' 140.00 = $ 82,600.00 x $ 122.50 = $ 72,275.00 22 36"RCP, Class Ill 260.5 LF x $ 106.40 = $ 27,717.20 z $ 95.00 = $ 24,747.50 x $ 100.00 = $ 26,050.00 x $ 112.50 = $ 29,306.25 23 42"RCP 90 LF x $ 129.40 = $ 11,646.00 z $ 148.00 = $ 13,320.00 x $ 130.00 = $ 11,700.00 z $ 151.50 = $ 13,635.00 24 18" RCP FES 4 EA x $ 810.00 = 3 3,240.00 x $ 750.00 = $ 3,000.00 z $ 780.00 - $ 3,120.00 x $ 790.00 = $ 3,160.00 25 24" RCP FES 3 EA x $ 967.00 = $ 2,901.00 x $ 850.00 = $ 2,550.00 x $ 940.00 = $ 2,820.00 x $ 1,070.00 = $ 3,210.00 Page 1 of 7 26 30" RCP FES 11 EA x $ 1,233.00 = $ 13,563.00 x $ 950.00 = $ 10,450.00 x $ 1,180.00 = $ 12,980.00. x $ 1,267.50 = $ 13,942.50 27 36"RCP FES 4 EA x $ 1,814.00 = $ 7,256.00 x $ 1,050.00 = $ 4,200.00 x $ 1,780.00 = $ 7,120.00 x $ 2,502.00 = $ 10,008.00 28 42"RCP FES 2 EA x $ 2,521.00 = $ 5,042.00 x $ 1,600.00 = $ 3,200.00 x $ 2,400.00 = $ 4,800.00 x $ 3,375.00 = $ 6,750.00 29 5'x5'Junction Box 5 EA x $ 3,630.00 = $ 18,150.00 x $ 2,700.00 = $ 13,500.00 x $ 2,800.00 = $ 14,000.00 x $ 3,500.00 = $ 17,500.00 30 13510' Junction Box 1 EA x $ 13,508.00 = $ 13,508.00 x $ 10,000.00 = $ 10,000.00 x $ 6,600.00 = $ 6,600.00 x $ 12,000.00 = $ 12,000.00 31 5' x 5 Curb Inlet Box 19 EA x $ 3,625.00 = $ 68,875.00 x $ 2,700.00 = $ 51,300.00 x $ 3,300.00 = $ 62,700.00 x $ 3,000.00 - $ 57,000.00 32 10' x 5' Curti Inlet Box 1 EA x $ 9,205.00 = $ 9,205.00 x $ 3,700.00 = $ 3,700.00 x $ 6,000.00 = $ 6,000.00 x $ 7,000.00 - $ 7,000.00 33 11'x 5'Curb Inlet Box - 2 EA x $ 10,286.00 = $ 20,572.00 x $ 4,000.00 = $ 8,000.00 x $ 6,100.00 = $ 12,200.00 x $ 7,500.00 = $ 15,000.00 34 12'x 16' Curb Inlet Box 1 EA x $ 14,125.00 = $ 14,125.00 x $ 9,000.00 = $ 9,000.00 x $ 9,100.00 = $ 9,100.00 x $ 12,500.00 = $ 12,500.00 35 12x5 Curb Inlet Box 2 EA x $ 9,736.00 = -$ - 19,47200: x $ 4,500.00 = $ 9,000.00 x $ 6,600.00 = $ 13,200.00 x $ 8,000.00 = $ 16,000.00 36 16'x 5' Curb Inlet box 4 Flt x $ 13,817.00 = $ 55,268.00 x $ 4,800.00 $ 19,200.00 x $ 7,500.00 = $ 30,000.00 x $ 9,200.00 = $ 36,800.00 37 5'x5'Area Drain 3 EA x $ 4,554.00 = $ 13,662,00 x $ 2,300.00 = $ 6,900.00 x $ 4,700.00 = $ 14,100.00 x $ 3,500.00 = $ 10,500.00 38 9'x 7.3' Area Drain 1 EA x $ 12,331.00 = $ 12,331.00 x $ 4,200.00 = $ 4,200.00 x $ 5,800.00 = $ 5,800.00 x $ 7,500.00 = $ 7,500.00 39 Median Inlet -Single 46 EA x $ 1,393.00 = $ 64,078.00 x $ 975.00 = $ 44,850.00 x $ 1,500.00 = $ 69,000.00 x $ 500.00 = $ 23,000.00 40 Median Inlet -Double 10 EA x $ 2,663.00 = $ 26,630.00 x $ 1,850.00 = $ 18,500.00 x $ 3,000.00 = $ 30,000.00 x $ 1,000.00 = $ 10,000.00 41 Median Inlet -Triple 6 EA x $ 3,934.00 = $ 23,604.00 x $ 2,675.00 - $ 16,050.00 x $ 4,500.00 = $ 27,000.00 x $ 1,500.00 = $ 9,000.00 42 4' Curb Inlet Extensions 49 EA x $ 781.00 = $ 38,269.00 x $ 875.00 = $ 42,875.00 x $ 740.00 = $ 36,260.00 x $ 700.00 = $ 34,300.00 43 Precast Bridge Span 120(2-24' 08') Footings, Headwalls, Aprons 1 LS x $. 601,025.00 = $ 601,025.00 x $ 600,000.00 = $ 600,000.00 x $ 557,000.00 = $ 557,000.00 a $ 632,257.00 = $ 632,257.00 44 Precast Bridge Span 1300(24' x4') Footings, Headwalls, Aprons 1 LS x $ 306,075.00 = $ 306,075.00 x $ 325,000.00 = $ 325,000.00 x $ 280,000.00 = $ 280,000.00 x $ 288,632.00 = $ 288,632.00 45 Precast Bridge Span 1400 (24'x4') Footings, Headwalls, Aprons I LS o $ 304,535.00 = $ 304,535.00 x $ 325,000.00 = $ 325,000.00 x $ 280,000.00 = $ ,280,000.00 x $ 288,632.00 = $ 288,632.00 46 Rip Rap wl Fitter Blanket 310 SY x $ 47.00 = $ 14,570.00 x $ 50.00 = $ 15,500.00 x $ 36.00 = $ 11,160.00 x $ 40.00 = $ 12,400.00 47 Median Swale 5225 LF o$ $ 3.50 = $ 18,267.50a $ 10.00 = $ 52,250.00 x $ 4.00 = $ 20,900.00 x $ 7.50 = $ 39,187.50 48 Swale S:203 178 IF a$ $ 3.50 = $ 621.25 x $ 10.00 = $ 1,775.0U s$ $ 1.35 = $ 239.63 x $ 7.50 = $ 1,331.25 49 Swale 5:309 153 IF a$ $ 3.60 = $ 550.80 x $ 10.00 = $ 1,530.00 x $ 6.00 = $ 916.0U s$ $ 7.50 = $ 1,147.50 50 Swale S:409A 196 LF a$ $ 3.50 = $ 686.00 x $ 10.00 = $ 1,960.0U s$ $ 3.00 = $ 568.00 x $ 7.50 = $ 1,470.00 51 SwaleS:4098 300' IF x $ 3.50 = $ 1,050.00 x $ 10.00 = $ 3,000.00 x $ 2.00 = $ 600.00 x $ 7.50 = $ 2,250.00 52 Swale S:506A 575 LF n$ 3.60 = $ 2,070.00 x $ 10.00 = $ 5,750.0U s$ $ 2.00 = $ 1,150.00 x $ 7.50 = $ 4,312.50 53 Swale 5:5066 120 LF x$ $ 3.50 = $ 420.0U o$ $ 10.00 = $ 1,200.00 x $ 2.00 = 3 240.0U s$ $ 7.50 = $ 900.00 54 Swwle S:516A 113 LF x$ $ 3.65 = $ 412.45 x $ 10.00 = $ 1,130.00 x $ 2.00 = $ 226.00 x $ 7.50 = $ 847.50 55 Swale 5:522 290 LF x $ 3.60 = $ 1,044.0U s$ $ 10.0U s$ $ 2,900.00 x $ 3.00 = $ 870.00 x $ 7.50 = $ 2,175.00 56 Swale S:606A 182 LF x $ 3.80 = $ 691.60 x $ 10.00 = $ 1,820.00 x $ 2.00 = $ 364.00 x $ 7.50 = $ 1,365.00 57 Swale S:606B 445 LF s$ 3.75 = $ 1,668.75 x $ 10.00 = $ 4,450.00 x $ 2.30 = $ 1,023.50 x $ 7.50 = $ 3,337.50 58 Swale S:608 90 LF o $ 4.60 = $ 414.00 x $ 10.00 = $ 900.00 x $ 3.00 = $ 270.00 x $ 7.50 = $ 675.00 Page 2 of 7 59 Swale S:700 185 LF o$ $ 3.75 = $ 693.75 x $ 10.00 = $ 1.850.00 *5 $ 1.25 = $ 231.25 *9 $ 7.50 = $ 1,387.50 60 Swale S:702 50 LF x $ 5.50 = $ 275.00 *5 $ 10.00 = $ 500.00 *5 $ 2.00 = $ 100.00 x $ 7.50 = $ 375.00 61 Swale S:1300A 366 LF x$ 3.80 = $ 1,390.80 *5 $ 10.00 = $ 3,660.00 *5 $ 2.00 = $ 732.00 x $ 7.50 = $ 2,745.00 62 Swale S:13008 878 LF x$ $ 3.50 = $ 3,073.00 *5 $ 10.00 = $ 8,780.00 *5 $ 2.50 = $ 2,195.00* $ 7.50 = $ 6,585.00 63 SwaleS:1300C 330 LF *$ $ 3.60 = S 1,188.00 *5 $ 10.00 = $ 3.300.00 x $ 3.00 = $ 990.00 x $ 7.50 = $ 2,475.00 64 Swale S:1300D 495 LF x $ 3.50 = $ 1732.50 *9 $ 10.00 = $ 4,850.00 *5 $ 3.00 = $ 1,485.00 x $ 7.50 = $ 3,712.50 65 6" Class 7 Base Course 53905 SY x $ 6.55 = S 353,077.75 x $ 7.00 = $ 377,335.00 x $ 6.00 = $ 323,430.00 x $ 7.50 = $ 404.287.50 66 3"HMAC 39518 SY x $ 13.15 = $ 519,661.70 x $ 12.35 = $ 488,047.30 x 3 12.65 = $ 499,902.70 x $ 11.95 = $ 472,240.10 67 4"Binder 39518 SY x $ 16.50 = $ 652,047.00 x $ 14.35 = $ 567,083.30 x $ 14.70 = $ 580,914.60 x $ 13.90 = $ 549.300.20 68 2" HMAC 3350 SY *$ $ 9.35 = - $ 31.322.50 *9 $ 8.85 = $ 29.647.50 *5 $ 9.00 = $ 30,150.00 x $ 8.50 = $ 28,475.00 69 3" Binder 3350 SY x$ $ 14.45 = $ 46,407.50 *5 $ 12.60 = $ 42,210.00 *9 $ 12.85 = $ 43,047.50 *9 $ 12.15 = $ 40,702.50 70 Concrete Curb & Gutter (Type A) 34740 LF z $ 11.65 = $ 404,721.00 x $ 10.11 = $ 351,221.40 z $ 11.80 = $ 409,932.00 x $ 12.75 = $ 442,935.00 71 Concrete Curb & Gutter (Modified) 1506 LF z $ 12.50 = $ 18,825.00 z $ 16.00 = $ 24,096.00 x $ 12.80 = $ 19,276.80 x $ 12.75 = $ 19,201.50 72 Concrete Sidewalk 5685 SY x $ 33.50 $ 190,447.50 *9 $ 36.00 = $ 204,660.00* $ 45.00 = $ 255,825.00 x $ 38.00 = $ 216,030.00 73 Concrete Trail 10527 SY z $ 37.55 = $ 395,288.85 x $ 41.12 = $ 432,870.24 x $ 49.00 = $ 515,823.00 x $ 38.00 = $ 400,026.00 74 Commercial Drive Ste 76+65 (L) 1 LS x $ 5,125.00 = $ 5,125.00 x $ 1,500.00 = $ 1,500.00 x $ 6,750.00 = $ 6,750.00 x $ 12,800.00 = $ 12,800.00 75 Seeding & Mulching 19 AC x $ 4,037.00 = $ 76,703.00 x $ 1,813.00 = $ 34,447.00 x $ 2,000.00 = $ 38,000.00 x $ 1,995.00 = $ 37,905.00 76 Sod All Median Areas 18509 SY a $ 3.00 = $ 55,527.00 x $ 3.43 = $ 63,485.87 x $ 3.80 = $ 70,334.20 z $ 3.75 = $ 69,408.75 77 4" Pavement Markings (Thermoplastic) 8214 LF z $ 1.65 = $ 13,553.10 x $ 1.00 = $ 8,214.00 x $ 1.60 = $ 13,142.40 x $ 0.93 = $ 7,639.02 78 4"Trail Markings 3336 LF u$ $ 1.10 = $ 3,689.80 *5 $ 1.00 = $ 3,336.00 *9 $ 1.05 = $ 3,502.80 *5 $ 0.60 = $ 2,001.60 79 12"PavementMarkings (Themroplastic) 891 LF x $ 11.00 = $ 9,801.00 z $ 12.00 = $ 10,692.00 x $ 10.70 = $ 9,533.70 x $ 3.30 = $ 2,940.30 80 Pavement Symbols(Arrows-Thermoplastic) 29 EA x $ 440.00 $ 12,760.00 x $ 200.00 = $ 5,800.00 x $ 428.00 = $ 12,412.00 x $ 192.50 = $ 5,582.50 81 Pavement Symbols("Only'-Thermoplastic) 4 EA x $ 275.00 = $ 1,100.00 x $ 200.00 = $ 800.00 x $ 267.00 = $ 1,068.00 x $ 220.00 = $ 880.00 82 Pavement Symbols ('Yield' - Thermoplastic) 14 EA x $ 550.00 = $ 7,700.00 x $ 200.00 = $ 2,800.00 x $ 535.00 = $ 7,490.00 x $ 220.00 = $ 3,080.00 83 Street Sign installation 75 EA x $ 385.00 = $ 28,875.00 x $ 400.00 = $ 30,000.00 x $ 375.00 = $ 28,125.00 x $ 308.00 = $ 23,100.00 84 Erosion Control 1 LS x $ 176,385.00 = $ 176,385.00 x $ 135,000.00 = $ 135,000.00 z $ 86,140.00 = $ 88,140.00 x $ 64,802.50 = $ 64,802.50 85 Traffic Control&Maintenance 1 LS x $ 9,570.00 = $ 9,570.00 x $ 80,000.00 = $ 80,000.00 x $ 14,000.00 = $ 14,000.00 x $ 10,000.00 = $ 10,000.00 86 Mobilization (Shall not exceed 5%of Total Bid) 1 LS x $ 182,424.00 = $ 182,424.00 x $ 300,000.00 = $ 300,000.00 x $ - 365,000.00 = $ 365,000.00 x $ 212,833.61 = $ 212,833.61 87 Five Strand Barbed WireFence 6255 LF x $ 9.65 = $ 60,360.75 x $ 5.00 = $ 31,275.00 x $ 9.40 = $ 58,797.00 x $ 6.00 = $ 37,530.00 88 Handicap Access Ramp 138 SY x NO BID = NO BID x $ 60.00 = $ 8,280.00 x $ 64.00 = $ 8,832.00 x $ 75.00 = $ 10,350.00 89 ADA Detectable Waming Panel 39 FA x $ 275.00 = $ 10,725.00 x $ 800.00 = $ 31,200.00 x $ 429.00 = $ 16,731.00 z $ 130.00 = $ 5,070.00 90 Project Signs 2 EA x $ 495.00 = S 980.00 *5 $ 5,000.00 = $ 10,000.00 x $ 481.00 = $ 962.00 *5 $ 990.00 = $ 1,980.00 91 Handrail 521 LF x $ 125.00 = $ 65,125.0C n$ $ 74.55 = $ 38,845.55 *5 $ 88.00=5 45,848.00 x $ 91.30 = $ 47,567.30 Page 3 of 7 92 Tree Protection FencIng 975 LF x $ 4.00 = $ 3,900.00 x $ 2.62 = $ 2,554.50 x $ 3.40 = $ 3,315.00 x $ 2.90 = $ 2,827.50 93 Pond Dewatering 1 LS x $ 6,600.00 = $ 6,600.00 x $ 10,000.00 = $ 10,000.00 x $ 4,400.00 = $ 4,400.00 x $ 2,500.00 = $ 2,500.00 94 4"SCH40Condult 1937 LF x $ 10.55 = $ 20,435.35 x $ 4.00 = $ 7,748.00 x $ 11.00 = $ 21,307.00 x $ 7.00 $ 13,559.00 95 3"SCH 40 Conduit 137 IF x $ 9.65 = $ 1,322.05 *5 $ 3.00 = $ 411.00 x $ 15.00 = $ 2,055.00* $ 7.00 = $ 959.00 96 125" SCH 40 Conduit 22 LF x $ 8.65 = $ 190.30 x $ 3.00 = $ 66.00 x $ 14.00 = $ 308.00 x $ 7.00 $ 154.00 97 6" Concrete Median Paving (Patterned) 1183 SY x $ 135.00 $ 159,705.00 x $ 75.00 = $ 88,725.00 x $ 130.00 = $ 153,790.00 x $ 133.45 = $ 157,871.35 98 12" PVC, C-900 Class 200 DR -14 Water Main) 250 LF $ 52.25 = $ 13,062.50 x $ 80.00 = $ 20,000.00 x $ 56.00 = $ 14,000.00 x $ 41.00 = $ 10,250.00 99 12" Tap &Valve 1 EA x $ 7,095.00 = $ 7,095.00 x $ 7,500.00 = $ 7,500.00 x $ 5,200.00 = $ 5,200.00 x $ 8,800.00 = $ 8,800.00 100 12"45 Bend & Thrust Blocking 5 EA x $ 1,045.00 = $ 5,225.00 x $ 500.00 = $ 2,500.00 x $ 1,150.00 = $ 5,750.00 x $ 1,100.00 = $ 5,500.00 101 12" Gate Valve w/Box 1 EA x $ 3,850.00 = $ 3,850.00 x $ 2,000.00 = $ 2,000.00 x $ 2,840.00 = $ 2,840.00 x $ 4,400.00 = $ 4,400.00 102 Cut& Gap Ex 12" Water Main 1 EA x $ 4,785.00 = $ 4,785.00 x $ 5,000.00 = $ 5,000.00 x $ 957.00 = $ 957.00 x $ 1,100.00 = $ 1,100.00 103 Remove Ex Blowotf and Re -Use 1 EA x $ 1,155.00 = $ 1,155.00 x $ 1,000.00 = $ 1,000.00 x $ 350.00 = $ 350.00 x $ 1,000.00 = $ 1,000.00 104 Three-way Fire Hydrant Assembly wl Valve 1 EA x $ 5,720.00 = $ 5,720.00 x $ 6,000.00 = $ 6,000.00 x $ 4,300.00 = $ 4,300.00 x $ 4,500.00 = $ 4,500.00 105 16"Steel Encasement 229.5 LF x $ 181.50 = $ 41,654.25 x $ 150.00 = $ 34,425.00 x $ 91.00 = $ 20,884.50 x $ 85.00 = $ 19,507.50 106 24" Steel Encasement 46 LF x $ 198.00 = $ 9,108.00 x $ 130.00 = $ 5,980.00 x $ 132.00 $ 6,072.00 x $ 105.00 = $ 4,830.00 107 Raise Ex Sewer Manhole to Grade 1 LS x $ 1,760.00 = $ 1,760.00 x $ - 1,000.00 = $ 1,000.00 x $ 232.00 = $ 232.00 x $ 1,000.00 = $ 1,000.00 108 Site Photographs 1 LS a $ 7,950.00 = $ 7,950.00 x $ 10,000.00 = $ 10,000.00 x $ 1,800.00 = $ 1,800.00 x $ 500.00 = $ 500.00 TOTAL AMOUNT Bit $ -' - 795090665:: $ 7,580,045.41 $ 7,657,973.73 .$ "7;507279[96" Page 4 of 7 Dean Crowder Construction Inc Kolb Grading LLC Nabholz Construction Corp Sweetser Construction Inc ITEM DESCRIPTION QTY. UNIT UNIT COST ..EXTENDED COST"".. UNIT COST . EXTENDED COST UNIT COST EXTENDED COST' - UNIT COST EXTENDED COST 1 Roadway Construction Control 1 LS x $ 2,000.00 = $ 2,000.00 x $ 10,000.00 = $ 10,000.00 x $ 2,500.00 = $ 2,500.00 x $ 2,000.00 = $ 2,000.00 2 Trench & Excavation Safely Systems I LS x $ 100.00 = $ 100.00 a $ 5,000.00 = $ 5,000.00 x S 500.00 = $ 500.00 x $ 500.00 = $ 500.00 3 Clearing, Grubbing, & Demolition 1 LS x $ 1,000.00 = $ 1,000.00 x $ 10,000.00 = $ 10,000.00 x $ 1,500.00 = $ 1,500.00 x S 2,500.00 = $ 2,500.00 4 Rode Excavation 10 CY x $ 200.00 = $ 2,000.00 x $ 200.00 = $ 2,000.00 x $ 178.00 = $ 1,780.00 x $ 125.00 = $ 1,250.00 5 Undercut Excavation (Plan Quantity) 2400 CY x $ 6.15 = $ 14,760.00 x $ 3.00 = $ 7,200.00 x $ 4.30 - $ 10,320.00 x $ 13.25 = $ 31,800.00 6 Select Fill (Plan Quantity) 1650 CV x $ 8.25 = S 13,612.50 x $ 10.00 = $ 16,500.00 x $ 10.00 = $ 16,500.00 x $ 5.75 = $ 9,487.50 7 Unclassified Excavation (Plan Quantity) 1725 CY x $ 6.10 = $ 10,522.50 x $ 3.00 = $ 5,175.00 x $ 6.75 = $ 11,643.75 x $ 7.50 = S 12,937.50 8 Embankment(Plan Quantity) 1366 CY x $ 3.90 = $ 5,327.40 x $ 1.00 = $ 1,366.00 x $ 8.50 = $ 11,611.00 x $ 5.75 = $ 7,854.50 9 Subgrade Preparation 2650 SY x $ 0.90 = $ 2,385.00 x $ 1.00 = $ 2,650.00 x $ 1.50 = $ 3,975.00 x $ 1.00 = $ 2,650.00 10 4"Topsoil Placement 4700 TON x $ 2.35 = $ 11,045.00 x $ 0.75 = $ 3,525.00 x $ 1.20 = $ 5,640.00 x $ 1.50 = $ 7,050.00 11 Undercut and Stone Backfill 10 LF x $ 16.50 = $ 165.00 x $ 22.00 = $ 220.00 x $ 30.00 = $ 300.00 x $ 18.50 = $ 185.00 12 18" RCP, Class III, Under Pavement 35 LF a $ 42.00 = $ 1,470.00 x $ 50.00 = $ 1,750.00 x $ 70.00 = $ 2,450.00 x $ 33.50 = $ 1,172.50 13 18"RCP, Class III 107 IF a$ $ 33.80 = S 3,616.60 x $ 40.00 = $ 4,280.00 x $ 40.00 = $ 4,280.00 x $ 30.75 = $ - 3,290.25 14 30" RCP, Class III 45 LF x $ 66.00 = $ 2,970.00 x $ 60.00 = $ 2,700.00 x $ 70.00 = $ 3,150.00 x $ 71.25 = $ 3,206.25 15 30" Arch RCP, Class Ill, Under Pavement 31 LF x $ 110.00 = $ 3,410.00 x $ 150.00 = $ 4,650.00 x $ 100.00 = $ 3,100.00 x $ 121.00 = $ 3,751.00 16 18" RCP FES 1 EA x $ 729.00 = $ 729.00 x $ 500.00 = $ 500.00 x $ 780.00 = $ 780.00 x $ 790.00 = $ 790.00 17 30" RCP, FES 2 EA x $ 1,110.00 = $ 2,220.00 x $ 500.00 = $ 1,000.00 x $ 1,180.00 = $ 2,360.00a $ 1,267.50 = $ 2,535.00 18 5' x 5' Curb Inlet Box 3 EA x $ 3,262.00 = $ 9,786.00 x $ 2.000.00 = $ 6,000.00 x $ 3,300.00 = $ 9,900.00 x $ 3,000.00 = $ 9,000.00 19 4' Curb Inlet Extensions 5 EA x $ 703.00 = $ 3,515.00 x $ 500.00 = $ 2,500.00 x $ 740.00 = $ 3,700.00 x $ 700.00 = $ 3,500.00 20 Rip Rapw/Filter Blanket 45 SY x $ 42.00 = $ 1,890.00 x $ 50.00 = $ 2,250.00 x $ 36.00 = $ 1,620.00 x $ 40.00 = $ 1,800.00 21 6" Class 7 Base Course 2800 SY x $ 5.90 = $ 16,520.00 x $ 7.00 = $ 19,600.00 x $ 6.00 = $ 16,800.00 x $ 7.50 = $ 21,000.00 22 2"HMAC 1989 SY x $ 8.40 = $ 16,707.60 x $ 8.85 = $ --.'17,602.65'. x $ 9.00 = - $ 17,901.00 x $ 8.50 = $ 16,906.50 23 3" Binder 1989 SY x $ 13.00 = $ 25,857.00 x $ 12.60 = $ 25,061.40 x $ 12.85 = $ 25,558.65 x $ 12.15 = $ 24,166.35 24 Concrete Curb & Gutter (Type A) 2075 LF x $ 10.50 = $ 21,787.50 x $ 10.00 = $ 20,750.00 x $ 11.80 = $ 24,485.00 x $ 12.75 = $ 26,456.25 25 Concrete Sidewalk 353 SY x $ 30.15 = $ 10,642.95 x $ 30.00 = $ 10,590.00 x $ 45.00 = $ 15,885.00 x $ 12.75 =..$ . X4,50075 26 Concrete Trait 815 SY x $ 33.80 = $ 27.547.00 x $ 40.00 = $ 32,600.00 x $ 49.00 = $ 39,935.00 x $ 38.00 = $ 30,970.00 27 Seeding& Mulching 0.8 AC x $ 3,633.00 $ 2,906.40 x $ 1,800.00 = $ 1,440.00 x $ 2,000.00 = $ 1,600.00 x $ 1,995.00 = $ 1,596.00 28 4" Pavement Markings (Thermoplastic) 983 LF x $ 1.50 = $ 1,474.50 a $ 1.00 = $ 983.00 x $ 1.60 = $ 1,572.80 x $ 0.93 = $ 914.19 29 12" Pavement Markings (Thermoplastic) 54 IF x $ 10.00 = $ 540.00 x $ 200.00 = $ 10,800.00 x $ 10.70 = $ 577.80 x $ 3.30 = $ 178.20 Page 5 of 7 30 Pavement Symbols ("Yield"- Thermoplastic) 1 EA x $ 500.00 = $ 500.00 x $ 200.00 = $ 200.00 x $ 535.00 - $ 535.00 x $ 220.00 = $ 220.00 31 Street Sign Installation 7 EA x $ 350.00 = $ 2,450.00 x S 400.00 = $ 2,800.00 x $ 375.00 = $ 2,625.00 x $ 308.00 = $ 2,156.00 32 Erosion Control 1 LS x $ 2,591.00 = $ 2,591.00 x $ 10,000.00 = $ 10,000.00 x $ 4.000.00 = $ 4,000.00 x $ 8,300.00 = $ 8,300.00 33 Traffic Control & Maintenance 1 LS x $ 300.00 = $ 300.00 x $ 10,000.00 = $ 10,000.00 x $ 500.00 = $ 500.00 x $ 1,500.00 = $ 1,500.00 34 Handicap Access Ramp 35 SY x $ 112.50 = $ 3.937.50 x $ 60.00 = $ 2,100.00 x $ 64.00 = $ 2,240.00 x $ 75.00 = $ 2,625.00 35 ADA Detectable Warning Panel 6 EA x $ 250.00 = $ 1,500.00 x S 800.00 = $ 4,800.00 x $ 429.00 $ 2,574.00 x $ 130.00 = $ 780.00 36 Tree Protection Fencing 50 LF x $ 3.60 = $ 180.00 x $ 2.00 = $ 100.00 x $ 3.40 = $ 170.00 x $ 2.90 = $ 145.00 37 4" SCH 40 Conduit 106 LF x $ 9.50 = $ 1,007.00 x $ 4.00 = $ 424.00 x $ 11.00 = $ 1,166.00 x $ 7.00 = $ 742.00 38 6" Concrete Median Paving (Patterned) 276 SY x $ 120.00 $ 33,120.00 x $ 50.00 = $ 13,800.00 x $ 130.00 = $ 35,880.00 x $ 133.45 = $ 36,832.20 39 24" Steel Encasement 46 LF x $ 178.00 = $ 8,188.00 x $ 100.00 _ $ 4,600.00 x $ 132.00 = $ 6,072.00 x $ 105.00 = $ 4,830.00 40 Site Photographs 1 LS x $ 200.00 = $ 200.00 x $ 1,000.00 = $ 1,000.00 x $ 250.00 = $ 250.00 x $ 25.00 = $ 25.00 ' E}�" y, , S 1„ Total Atef g�et,p`mqu i i!! $ 270,480.45 .. $ 278,517 05� _ -'' $ 297,937.00_. $ 292,102.94.: f ,.•. .,. i . _ :. ,�;-.... r.,.. , 3 - lit-� :1'.-:z ."�` .>: < . � � . ,�,yyam� �:�` -�' ,...r S r'��`... .,. � � �:. ,;,. � �5 3v, ..� TM% .`( tC. w'sr:GC (T V8'A �1' RN� TEt Cata- '30�5r=' � 'v ....m�. ';(v �Pt� $k' TMj 1 v t cr x `3 x >:. }" ' � '..�₹. =. ra, a Dean Crowder Construction Inc Kolb Grading LLC Nabholz Construction Corp Sweetser Construction Inc ITEM DESCRIPTION QTY. UNIT ` . UNITCOST _; ;. EXTENDED COST UNIT COST EXTENDED'COST UNIT COST . EXTENDEDCOST. UNIT COST EXTENDED COST 1 Roadway Construction Control 1 LS x $ 1,000.00 = $ 1,000.00 x $ 10,000.00 = $ 10,000.00 x $ 1,500.00 = $ 1,500.00 x $ 2,000.00 = $ 2,000.00 2 Trench & Excavation Safety Systems 1 LS x $ 100.00 = $ 100.00 x $ 5,000.00 = $ 5,000.00 x $ 500.00 = $ 500.00 x $ 500.00 = $ 500.00 3 Clearing, Grubbing, & Demolition 1 LS x $ 1,000.00 = $ 1,000.00 x $ 10,000.00 = $ 10,000.00 x $ 1,500.00 = $ 1,500.00 x $ 2,500.00 = $ 2,500.00 4 Rock Excavation 10 CY x $ 200.00 = $ 2,000.00 x -$ 200.00 = $ 2,000.00 x $ 178.00 = $ 1,780.00 x $ 125.00 = $ 1,250.00 5 Undercut Excavation (Plan Quantity) 1790 CY x $ 6.15 = $ 11,008.50 x $ 3.00 = $ 5,370.00 x $ 4.30 = $ 7,697.00 x $ 13.25 = $ 23,717.50 6 SelectFill (Plan Quantity) 1234 CY x $ 8.25 = $ 10,180.50 x $ 10.00 = $ 12,340.00 x $ 10.00 = $ 12,340.00 x $ 5.75 = $ 7,095.50 7 Unclassified Excavation (Plan Quantity) 1860 CY x $ 6.10 = $ 11,346.00 x $ 3.00 = $ 5,580.00 x $ 6.75 = $ 12,555.00 x $ 7.50 = $ 13,950.00 8 Embankment(Plan Quantity) 75 CY x $ 3.90 = $ 292.50 x $ 1.00 = $ 75.00 x $ 8.50 = $ 637.50 x $ 5.75 = $ 431.25 9 Subgrade Preparation 1480 SY x $ 0.90 = $ 1,332.00 x $ 1.00 = $ 1,480.00 x $ 1.50 = $ 2,220.00 x $ 1.00 = $ 1,480.00 10 4"Topsoil Placement 1500 SY x $ 2.35 = $ 3,525.00 x $ 0.75 = $ 1,125.00 x $ 1.20 = $ 1,800.00 x $ 1.50 = $ 2,250.00 11 Undercut and Stone Backfill 10 TON x $ 16.50 = $ 165.00 x $ 22.00 = $ 220.00 x $ 30.00 = $ 300.00 x $ 18.50 = $ 185.00 12 18" RCP, Class III, Under Pavement 75.7 LF x $ 42.00 = $ 3,179.40 x $ 50.00 = $ 3,785.00 x $ 70.00 = $ 5,299.00 x $ 33.50 = $ 2,535.95 13 18"RCP, Class Ill 136 LF x $ 33.80 = $ 4,596.80 x $ 40.00 = $ 5,440.00 x $ 40.00 = $ 5,440.00 x $ 30.75 = $ 4,182.00 14 30"RCP, Class lit 150 LF x $ 66.00 = $ 9,900.00 x $ 60.00 = $ 9,000.00 x $ 70.00 = $ 10,500.00 x $ 71.25 = $ 10,687.50 15 30" Arch RCP, Class III, Under Pavement 62 LF x $ 77.95 = $ 4,832.90 x $ 100.00 = $ 6,200.00 x $ 100.00 = $ 6,200.00 x $ 77.75 = $ 4,820.50 16 30"RCP FES 4 EA x $ 1,110.00 = $ 4,440.00 $ 500.00 Ix = $ 2,000.00 x $ 1,180.00 = $ 4,720.00 x $ 1,267.50 = $ 5,070.00 17 S x S Curb Inlet Box 2 EA x $ 3,262.00 = $ 6,524.00 $ 2,000.00 = $ 4,000.00 x $ 3,300.00 = $ 6,600.00 x $ 3,000.00 = $ 6,000.00 Page 6 of 7 18 12'x 5' Curb Inlet Box 2 EA x $ 8,763.00 = $ 17.526.00 x $ 4,500.00 = S 9,000.00 x $ 6,600.00 = $ 13,200.00 x $ 8,000.00 = $ 16,000.00 19 Rip Rapw/Filter Blanket 27 SY x $ 42.00 = $ 1,134.00 x $ 50.00 = $ 1,350.00 x $ 36.00 = $ 972.00 x $ 40.00 = $ 1,080.00 20 6" Class 7 Base Course 2100 SY x $ 5.90 = $ 12,390.00 x $ 7.00 = $ 14,700.00 x $ 6.00 = $ 12,600.00 x $ 7.50 = S 15,750.00 21 2"HMAC 1288 SY e$ 8.40 = $ 10,819.20 x $ 8.85 = $ 11,398.80 x $ 9.00 = $ 11,592.00 x $ .8.50 = $ 10,948.00 22 3"Binder 1288 SY x $ 13.00 = $ 16,744.00 x $ 12.60 = $ 16,228.80 x $ 12.85 = $ 16,550.80 x $ 12.15 = $ 15,649.20 23 Concrete Curb & Gutter (Type A) 1500 LF x $ 10.50 $ 15,750.00 x $ 10.00 = $ 15,000.00 x $ 11.80 = $ 17,700.00 x $ 12.75 = $ 19,125.00 24 Concrete Sidewalk 620 SY x $ 30.15 = $ 18.693.00 x $ 30.00 = $ 18,600.00 x $ 45.00 = $ 27,900.00 x $ 38.00 = $ 23,560.00 25 Seeding & Mulching 0.05 AC a $ 3,633.00 = $ 181.65 x $ 1,800.00 = $ 90.00 x $ 2,000.00 = $ 100.00 x $ 1,995.00 = $ 99.75 26 4"Pavement Markings (Them,oplastic) 650 LF x $ 1.50 = $ 975.00 x $ 1.00 = $ 650.00 x $ 1.60 = $ 1,040.00 x $ 0.93 = $ 604.50 27 12" Pavement Markings (Thermoplastic) 36 LF x $ 10.00 = $ 360.00 x $ 12.00 = $ 432.00 x $ 10.70 = $ 385.20 x $ 3.30 = $ 118.80 28 Pavement Symbols("Yield"-Thermoplastic) 1 EA x $ 500.00 = $ 500.00 x $ 200.00 = $ 200.00 x $ 535.00 = $ 535.00 x $ 220.00 = $ 220.00 29 Street Sign Installation 8 EA x $ 350.00 = $ 2,800.00 x $ 400.00 = $ 3,200.00 x $ 375.00 = $ 3,000.00 x $ 308.00 = $ 2,464.00 30 Erosion Control 1 LS x $ 2,729.00 = $ 2,729.00 x $ 10,000.00 = $ 10,000.00 x $ 1,500.00 = $ 1,500.00 x $ 6,000.00 - $ 6,000.00 31 Traffic Control & Maintenance 1 LS x $ 300.00 = $ 300.00 x $ 10,000.00 = $ 10,000.00 x $ 500.00 = $ 500.00 x $ 1,500.00 = $ 1,500.00 32 Handicap Access Ramp 11 SY a $ 112.50 = $ 1,237.50 x $ 60.00 = $ 660.00 x $ 64.00 = $ 704.00 x $ 75.00 = $ 825.00 33 ADA Detectable warning Panel 4 EA x S 250.00 = $ 1,000.00 x $ 800.00 = $ 3,200.00 x $ 429.00 = $ 1,716.00 x $ 130.00 = $ 520.00 34 Tree Protection Fencing 200 LF x $ 3.60 = $ 720.00 x $ 2.00 = $ 400.00 x $ 3.40 = $ 680.00 x $ 2.90 = $ 580.00 35 4" SCH 40 Conduit 160 LF x $ 9.50 = $ 1,520.00 x $ 4.00 = $ 640.00 x $ 11.00 = $ 1,760.00 x $ 7.00 = $ 1,120.00 36 6" Concrete Median Paving (Patterned) 279 SY x $ 120.00 = $ 33,480.00 x $ 75.00 = $ . !20 925 00 $ 130.00 = $ 36,270.00 x $ 133.45 = $ 37,232.55 37 Site Photographs 1 IS x $ 200.00 = $ 200.00 a$ 1,000.00 =$ 1,000.00 x $ 250.00 =5 250.00 x $ 25.00 = $ 25.00 '' $ 214,461.95 ,_ $ 22126960 $ 230,54350 - $ 242,077.00 `NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: Page 7 of 7 kmWhn IN\JOQXJ Original Contract Number: City of Fayetteville Staff Review Form 2015-0413 Legistar File ID 0 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Engineering / Matt Casey 9/11/2015 Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order No.1 for the Rupple Rd. - MLK to Persimmon Project to allow the substitution of concrete box culverts for the creek and floodplain crossings. Budget Impact: 4520.9555.5809.00 Transportation Bond Street Improvements Account Number Fund 06035.2400 Rupple Road (MLK to Persimmon) Project Number Project Title Budgeted Item? Yes Current Budget $ 8,372,613.00 Funds Obligated $ 467,565.49 Current Balance Does item have a cost? Yes Item Cost $ (158,100.00) Budget Adjustment Attached? No Budget Adjustment # Remaining Budget V20140710 Approval Date: Previous Ordinance or Resolution # 150-15 \ Comments: CITY OF 'ttVl e ARKANSAS MEMO To: Mayor Jordan Thru: Don Marr, Chief of Staff Jeremy Pate, Director of Development Services Chris Brown, City Engineer From: Matt Casey, Engineering Design Manager Date: September 10, 2015 Subject: Approval of Change Order No. 1 Mayor's Approval Only PROPOSAL: In May 2014, the City Council approved a contract with Jorgensen & Associates, Inc. for design services for the Rupple Road- MLK to Persimmon project. Rupple Road is shown on the City of Fayetteville Master Street plan as a Principal Arterial Parkway from Martin Luther King Blvd. (Highway 62) north to Howard Nickell Road. The street cross section includes four lanes with a 15' wide median, a 12' trail and a 5' sidewalk. Roundabouts are included in the design at the three intersections with the future Collector street locations as shown on the Master Street Plan. On July 24, 2015, the City received four (4) construction bids for this project. Sweetser Construction, Inc. submitted the lowest bid which was approximately 1.8% above the Engineer's Estimate of $7,180,122.00. In an effort to reduce the construction costs for the project, city staff and the design engineer requested that the contractor provide costs to substitute concrete box culverts for the creek and floodplain crossings instead of the pre -cast bridge spans included in the bid. With the revised costs provided by Sweetser Construction, this change would result in $158,100 in cost savings. RECOMMENDATION: Staff recommends approval of this Change Order which will decrease the contract amount by $158,100. BUDGET IMPACT: This project is funded by the Transportation Bond Program. Mailing Address: DEVELOPMENT SERVICES 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 e eve le ARKANSAS CHANGE ORDER Contract Title Rupple Road - MLK to Persimmon Change (Mier No, I Date of Issuance Ta Contractor: Swectser Construction, Inc. ORDINANCEIRESOLt1TION: 150-15 The Contract is changed as Ibllows: Effective August 18, 2015 Bid Bid Previous Unit Contract Revised Revised Original Revised Contract Chan res Item No. Item Description Estimated Quantity of Measure Unit Price Estimated Quanty Unit Price Estimated Cost Estimate} Cost 043 Precast Bridge Span 120 (2-24'x8') Footings, 1-Ie adwalls, Aprons l LS $632,257.00 0 $632,257.00 $0.00 044 Precast Bridge Span 1300 (24'x4') Footings, Headwalls, Aprons I LS $288,632.00 0 $288,632.00 $0.00 045 Precast Bridge Span 1400 (24',x4') Footings, Headwalls, Aprons I LS $288,632.00 0 $288,632.00 $0.00 109 RCI8 120 (Quad -12'x9') Iicadwalls Aprons 0 LS I $552,957.00 $0.00 $552,957.00 110 RCB 1300 (Dual -12'x5') Headwalls, Aprons 0 LS I $249,232.00 $0.00 $249,232.00 III RCB 1400 (Dual-I2'x5') 1dcadwalts, Aprons U LS I $249,232.00 $0.00 $249,232.00 fC t $1 09521 UU 21 ad l A71 as lmatlon o o 2 s Net Cost for this Change Order The original Contract Price was Net change by previously authorized change orders $ ...............M._......._.._._._.........................._.._...._._......._._...............__........._._........._... $ 7,307,280.00 The Contract Price prior to this Change Order was ..........I,,,_.,.,_.....,,..,_,...................._......._..,..........._..._..........._._..........._...._... The Contract Price will be [increased][decreased] by $ (158,100.00) 'I he new Contract Price including this Change Order will be ----------------I _____ ___-__ $ 7,149,180,00 The Contract Time(s) will be ' [remain unchanged} 365 calendar days Required dates of Competion as of the daft of this Change Order therefore are: �•_,_,........,,, ,,,,,,,,,,,,,,,,,. ..,w, Substantial Completion NA NA Final Completion .---------------------------------------------------- NOTE: This summary does no fleet c this or previm/Cha Orders. in the Contract Price or Tinte(s) which have been 7 DATE vv by Work Change Directives not incorporated in p�5�ek 4VMVW,4- City of Fayetteville Staff Review Form 2015-0504 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Casey 10/20/2015 Engineering / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of an agreement with GTS, Inc. to provide construction testing services for the Rupple Road project between MLK and Persimmon. Budget Impact: 4520.9555.5314.00 Transportation Bond Street Improvements Account Number 06035.2400 Fund Rupple Road (MLK to Persimmon) Project Number Project Title Budgeted Item? Yes Current Budget $ 8,372,613.00 Funds Obligated $ 8,504,845.49 Current Balance Does item have a cost? Yes Item Cost $ 19,264.00 Budget Adjustment Attached? No Budget Adjustment $ - # Remaining Budget V20140710 Previous Ordinance or Resolution # Original Contract Number: Comments: Approval Date: l S CITY OF a e tvte ARKANSAS TO: Mayor Lioneld Jordan THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: October 20, 2015 SUBJECT: Construction Testing Proposal for Rupple Road Project STAFF MEMO RECOMMENDATION: Staff recommends approval of the agreement with GTS, Inc. to provide construction testing services for the Rupple Road Project — MLK to Persimmon. BACKGROUND: In May 2014, the City Council approved a contract with Jorgensen & Associates, Inc. for design services for the Rupple Road- MLK to Persimmon project. Rupple Road is shown on the City of Fayetteville Master Street plan as a Principal Arterial Parkway from Martin Luther King Blvd. (Highway 62) north to Howard Nickell Road. The street cross section includes four lanes with a 15' wide median, a 12' trail and a 5' sidewalk. Roundabouts are included in the design at the three intersections with the future Collector street locations as shown on the Master Street Plan. On July 24, 2015, the City received four (4) construction bids for this project. Sweetser Construction, Inc. submitted the lowest bid of $7,307,280.00. This contract is scheduled for the August 18th meeting of the City Council. DISCUSSION: As part of the construction for the project, the City must hire a testing laboratory to perform quality control testing for the project. The testing includes performing density tests on the soil and gravel base and testing the strength of the asphalt and concrete. This testing is done to ensure that the materials and the workmanship of the construction are meeting the requirements of the project specifications. Engineering staff has received a proposal from GTS, Inc. to perform these services. The estimated cost for testing services for this project is $19,264.00. BUDGET/STAFF IMPACT: This project is funded by the Transportation Bond Program. Attachments: GTS Agreement Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 1915 North Shiloh Drive, Suite i Office /catia►aar lFayetteville, Arkans"S 7'709 t�ayttivville, Arkansas C ', Inc. Office; (A 79) 52764 Forf Sudih, Arka;,sa's Fm'.' Geotechnicat & Testing Services Fax: (479) 521-62a2 Tulsa, Oklahoma AGREEMENT FOR CONSTRUCTION MATERJALSTESTING & ENGINEERING SERVICES THIS AGREEMENT, effective as of thisday ofby and between the City is y of Fayetteville and OTS, Inc, ("Engineer" - also doing business as "Geotechnical and Testing Services, Inc.,,) THE PROJECT is generally described as: Project Name Rupple Road( 15-CMTP-054) and is located at: project site location("Project Site"). THISAGREEMENT consists of the following documents, which are incorporated herein by reference: • GENERAL. CONDITIONS FOR CONSTRUCTION MATERIALS TESTING & ENGINEERING SERVICES; • GTS, Inc.'s SCHEDULE OF CHARGEs(Laboratory and Field Testing Services); and • GTS 15-CMTP-054 GTS, Ii c, agrees to perform the Services set forth in this Agreement and in accordance with its terms, including all 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; I u ►11(1� Company: 1 MuiLv Address:_1 Email 'l address: l i' Q -&•�0V 1f �`i Date; is NC: David Berry President OTS, Inc, 1915 N. Shiloh Dr, Suite I Fayetteville,Arkansas 72704 david.berry@gtsinc.cc I\ jy-1 1 v� Arknosas • Okiuhoma • Missouri • Kansas City of t'ayctteville, Arkansas Project. Name ltuppfc (I5•CMTP•OMe4) Page 2 GrS, Inc. GNNtaekel i }MM! .,,k.. GENERAL CONDITIONS FOR CONSTRUCTION MATERIALS TESTING & ENGINEERING SERVICES I. DEF'INII PIONS 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 days) 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. 1.4 Inspection (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 Score or 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 deterninb 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 Score OF SaRvtces in Exhibit A. GTS, Inc will perform its Services under this Agreement as an independent contractor. 2.2 Authority q/' 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 OTS, Inc is observing, verifying, testing or inspecting all materials on the Project. OTS, 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 partiesinterpretations 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 or SeRvicl s 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, Ine, or if made orally, confirmed by the parties in writing within l0 days. 2.6 Excluded Services, GTS, Inc's Services under this Agreement include only those Services specified in the Score ter SeRvtcEs in Exhibit A. City of Fayetteville expressly releases any claim against GTS, inc relating to any additional Services that CTS, Inc recommended, but that City of Fayetteville either did not authorized or instructed GTS, Inc not to perform. 3. PAYMENTS TO CT'S, INC 3.1 Basic Services, GTS, Inc will perform all Services set forth in the Score or SEttvtces AND SCHEDULE on 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 he incorporated into this Agreement and will supersede any prior fee structure. Arkansas • Oklshoam • Missouri • KatvmNs City of Fayetteville, Arkansas Project Name Rupple (15-CMTP-054) Page 3 a.en.n.a.�: team. seed... 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. OMITI 11 SECTION 3.5 Prevailing Wage Regulations DO Nol APPL\` "J'€) TUIS PROJEC"I OMI IEI) SECTION 3.6 Payment' Timing; Late Charge 3.7 Payment Disputes.If 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 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 of service. 4.2 Sampling, Inspection & Test Locations.Unless specifically stated otherwise, the SCOPE OF 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. 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 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. 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 Arkansas • Oklahoma • Missouri • Kansas City of Fayetteville, Arkansas Project Name Rupple (15-CMTP-054) 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 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." 8. 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 ON.II`I" fED 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. OMITTED SECTION 9.3 Indemnification of GTS, Inc. OMITTED SECTION 9.4No 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, Inc'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. O.MlT-1'ED SEE:CT ION1.0.2 City of I aaa c ttetilie's Insurance OMITTED SI C:T ION 10.3 €ertilicntes of Insurance 11. OWNERSHIP AND USE OF DOC(.-MENTS 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 a Kansas City of Fayetteville, Arkansas Project Name Rupple (155-CMTP-054) Page 5 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 limitation 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. O-1IT'T:D SECTION 11.5 U'nauthor€zed 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 for 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 10 -day period. 12.4 Payment 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 SCHEDULE OF CHARGES 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 O lt'I-1'EE:II SEC.`I'ION 13.1 'Mediation 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 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 a Missouri • Kansas City of Fayetteville, Arkansas Project Name Rupple (15-CMTP-054) Page 6 GnoteMnkni f T�nIMp [.j 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 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 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 a Oklahoma e Missouri e Kansas 1915 North Shiloh Drive, Suite I Fayetteville, Arkansas 72704 Office: (479) 521-7645 Licensed In: Arkansas • Oklahoma • Missouri • Texas Kansas • Louisiana • New Mexico Mississippi • Colorado • Tennessee www.gtsinc.cc August 3, 2015 City of Fayetteville Engineering Department 113 West Mountain Street Fayetteville, Arkansas 72701 Attention: Mr. Matt Casey, P.E. Engineering Design Manager RE: Construction Materials Testing (CMT) Proposal Rupple Road Extension (Bid 15-38) Fayetteville, Arkansas Proposal No. 15-CMTP-054 Mr. Casey: GT5, Inc. Ge•fechnlca! & Tasting Services 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 approximately 7,700 LF of Rupple Road, 600 LF of Catalpa Place and 800 LF of Alberta Road, including the associated earthwork, curb and gutter, sidewalk, trail, drainage, driveways, retaining walls, 12" waterline, 8" sanitary sewer, services, and manholes. ANTICIPATED SCOPE OF SERVICES Testing for this project is anticipated to consist of, but may not be limited to, soil and base densities, cast -in -place concrete testing, asphalt coring for thickness and density determination, and laboratory testing including moisture -density relationship (proctor) , classification (sieve analysis and atterberg limits), and California Bearing Ratio (CBR) on select fill material under new roadway. FEE ESTIMATE BASIS As a service to the client, we have estimated the cost of materials testing for this project on a per trip basis. Below is an estimated per trip price for materials testing including technician/engineer time, mileage, lab fees and reporting fees. We would estimate the following per trip prices: • A per trip price for soil and base density testing (including soundings) to be approximately $73.00 • A per trip price for concrete testing to be approximately $188.00 • A per trip price for engineering proofroll observation to be approximately $215.00 • A per trip price for asphalt coring to be approximately $300.00 �lcfcG2a�m� 70 `J' uLre rya ,�ua�nr.G� Geotechnical Engineering I Construction Materials Testing I Environmental Due Diligence 2oDt201S City of Fayetteville Rupple Road, BID 15-38 Fayetteville, Arkansas G Inc. 15-CMTP-054 wry ! Page 2 of 4 Ceotechnkai 8 Testing Services. • A per trip price for cylinder pick up to be approximately $63.00 Laboratory Testing • Moisture -density relationship (proctor with classification, and including sample pick up fee) - $320.00/each • CBR (per sample) - $250.00 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 5 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 and concrete testing is estimated at 1 hour • Time spent on site per visit for asphalt coring is estimated at 3 hours • One (1) set of concrete cylinders sampled per trip for concrete testing • Five (4" x 8") cylinders made per set for concrete testing Additional sets of concrete can be made during a trip for approximately $85 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 A total cost estimate for this project was developed using our trip prices listed above, and based on the following estimated number of trips for each service as detailed below (frequency as determined by the City of Fayetteville Standard Specifications for Street and Drainage Construction). Engineering Site Visits: • 10 trips for Proof roll / Undercut Observations Geotechnical Engineering I Construction Materials Testing I Environmental Due Diligence City of Fayetteville Rupple Road, BID 15-38 Fayetteville, Arkansas 15-CMTP-054 Page 3 of 4 Geotechnical 8 Testing Servlees Concrete Testing: • 20 trips for drainage structures (this is an estimate for box tops assuming most structures are pre -cast) • 20 trips for curb and gutter • 10 trips for concrete trail • Density Testing: • 20 trips for select fill material • 8 trips for AHTD Class 7 base course • 20 trips for utility backfill and crossings • 5 trips for concrete trail select fill ■ 5 trips for concrete trail AHTD Class 7 base • Asphalt Coring • 4 trips (total of 5-6 cores sampled each trip) • Laboratory thickness and specific gravity (density) determination will be billed at a rate of $25 per core *based on 2 trips for surface course and 2 trips for binder course (frequency will be 1 core per 500 tons placed) • Laboratory Soils Testing • Proctor/Classification for select fill material — 4 samples • CBR Determination —4 samples COST ESTIMATE Based on the assumptions and information outlined in this proposal, we estimate that the total cost of services will be approximately $19,264.00 for this site. Actual billing for this project will be per the attached laboratory and fee schedules. Geotechnical Engineering I Construction Materials Testing I Environmental Due Diligence City of Fayetteville Rupple Road, BID 15-38 Fayetteville, Arkansas 15-CMTP-054 Page 4 of 4 CLOSING , nc. 6eotaeltncat 4Test.Ag Servicos We appreciate the opportunity to provide this estimate to you. Please contact us if you have any questions regarding the information provided in this proposal. Please sign and return the signature page of this proposal to authorize GTS, Inc. to begin work at this site. Sincerely, TS, Inc fl (tootoc6aleat 8 Toed»q 8orviooa Jason Williams E.I. CMT Engineering Manager President Copies to: Addressee (1+email) Andrea Foren (email) Geotechnical Engineering i Construction Materials Testing i Environn enlal Due Diligence 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Field Materials Testing Services (please call for unlisted items) GTS, Inc. Geotechnicat & Testing Services Materials Testing I AASHTO T310, Soil Density Testing Technician performing in- $42.50 NA ASTM D6938 place soil densities Soil/Aggregate On site sampling of soils AASHTO T2, Sample Pick up and aggregates for ASTM D 75 $40.00 NA laboratory testing Engineering observation of Proofroll and on site soils prior to Undercut placement of fill material NA $85.00 NA Observation or after undercut has been completed AASHTO T23, On site sampling, testing T119, T141, Field Concrete and making concrete test T152, T309, Testing specimens of freshly mixed ASTM C31, $42.50 NA concrete C143, C172, C231, C1064 Concrete Cylinder Retrieving concrete test Pick up (per set specimens made by GTS or NA $30.00 NA charge) by the client Assess the in -place Concrete Rebound uniformity of concrete and Hammer (Schmidt ASTM C805 $85.00 $15.00 to estimate in -place Hammer) strength Page 1 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Field Materials Testing Services (please call for unlisted items) GTS, Inc Geotechnical & Testing Services Coring and sampling of Concrete Coring hardened concrete I AASHTO T24 and Sampling I including backfilling with I ASTM C42 $65.00 $65.00 Placement and Concrete maturity downloading of maturity and temperature and temperature ASTM C1074 $85.00 NA testing information and equipment Concrete maturity and temperature Field Sensors ASTM C1074 NA $70.00 sensors (per sensor fee) Evaluating and providing Floor Flatness statistical (and graphical) ASTM E1155 $100.00 02 per square Determination information concerning foot floor surface profiles Concrete Floor Obtaining a quantitative value indicating the rate or Vapor Emission ASTM F1869 $85.00 $25 per kit Testing moisture vapor emission from a concrete floor Concrete Ph testing Concrete mortar time of setting testing Evaluating the Ph of concrete floors me of setting concrete by means of penetration resistance method ASTM F710 1 $85.00 1 $10 per kit ASTM C403 ( $85.00 1 $150.00 Page 2 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Field Materials Testing Services (please call for unlisted items) TS, Inc. Geotechnical & Testing Services Concrete Floor Quantitative Relative Humidity determination of percent $100.00 per site ASTM F2170 $85.00 Insitu Probe Testing relative humidity in visit concrete slabs On site sampling, testing AASHTO T23, Field Grout Testing and making grout test T119, T309, $45.00 NA specimens of freshly mixed ASTM C1019, grout C143, C1064 Field Observation Visual observation of CMU of CMU Block Wall reinforcing, joint Construction placement, bond beams NA $85.00 NA etc. On site sampling, testing Field Mortar and making mortar test ASTM C1714 $45.00 I NA Testing specimens of freshly mixed preblended mortar Evaluation of density with Asphalt Rolling passes of compaction Pattern equipment of fresh hot mix ASTM D2950 $60.00 NA asphalt Asphalt coring and Coring and sampling of in ASTM D979, place asphalt including $80.00 $65.00 sampling AASHTO T168 backfilling with grout Page 3 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 G SA, in c1 Fayetteville, Arkansas Office Geotechnical & Testing Services Field Materials Testing Services (please call for unlisted items) Observation of Observation of soil type, straight shaft depth, reinforcing bars, NA $85.00 NA drilled piers bearing capacity, etc. Observation of Observation of soil type, Geopier depth, compactive effort, NA $85.00 NA foundations bearing capacity, etc. Observation of retaining wall Observation of retaining NA $85.00 NA installation wall construction Observation of soil bearing capacity for Observation of soil types foundation and bearing capacity NA $85.00 NA elements Observation of reinforcing bars for Observation of size, foundation and number and placement of NA $85.00 NA structural elements reinforcing bars Observation of Observation of driven driven pile piles, number of blows, NA $85.00 NA foundations pile size, etc. Observation of soil Observation of soil nails, nail reinforcement bar size, bar length, grout NA $85.00 NA type and strength, etc. Observation of observation of micropiles, micropile bar size, bar length, grout NA $85.00 NA foundations type and strength, etc. Page 4 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Field Materials Testing Services (please call for unlisted items) Observation of Postl observation of installation TS, In Cs Geotechnical & Testing Services Tension concrete and tensioning of post NA $85.00 NA systems tension cables Fireproofing observation of fireproofing Observation for thickness, density and ASTM E605 $75.00 NA cohesion Principal Professional Engineer Professional services in the field or NA $120.00 NA Engineer report writing Staff Professional Professional Engineer services in the field or NA $100.00 NA Engineer report writing Intern -Engineer Intern engineer services in NA $85.00 NA the field or report writing Code compliance, visual and ultrasonic weld Certified Welding inspection, bolt inspection, p p Varies $120.00 NA Inspector (CWI) impact wrench calibration, etc. Locating reinforcing bars, Reinforcing Bar conduits, post tension Varies $120.00 $500.00 Locating cables, etc. in concrete slabs Skidmore Wilhelm I Tension Calibrator I Varies 1 $120.00 1 $40.00 Used in conjunction with Torque Multiplier torque wrench for high NA $120.00 $100.00 strength bolt testing Page 5 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 GTS, in c Fayetteville, Arkansas Office Geotechnicat & Testing Services Field Materials Testing Services (please call for unlisted items) Used for testing torque of ( I Torque Wrench Varies $120.00 high strength bolts Ultra Sonic Testing I UT Machine Mag Particle Mag Particle Yoke Testing x-ray services I x-ray of structural welds Used to check the suitability and allowable Bolt Pulling Test loads of an anchor type and check they have been installed correctly Using sound waves to Impact Echo determine flaws and/or Services thicknesses in concrete structures Using radar to locate, reinforcing bars or Ground Penetrating conduits in concrete, Radar underground utilities, underground structures or tanks, etc. Varies 1 $120.00 $20.00 $40.00 Varies $120.00 $40.00 upon Varies upon request request Varies 1 $120.00 1 $150.00 NA 1 $120.00 1 $250.00 NA 1 $120.00 1 $500.00 Page 6 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Field Materials Testing Services (please call for unlisted items) Non -Destructive method Sonic Echo Impulse of determining length and Response integrity of concrete foundations FLIR Infrared Infrared imaging of Camera Imaging building components using I a Flir E60 camera Portal to portal rates to Mileage and from the GTS, Inc. office to the jobsite Report Preparation Includes report typing and and Review (Per distribution. (Technician Report) reports only) NA NA Inc. Geatechnical & Testing Services $120.00 1 $1,000.00 $120.00 1 $400.00 Based on published current NA IRS government mileage rates plus 5% NA 1 $10.00 1 NA Work requested to be performed on weekends or prior to 6:00 am and Overtime, after 6:oo pm Monday through Friday will be billed an additional $5 per Weekend, and hour above the normal hourly rates listed above and Holiday will be Holiday Rates Triple the normal hourly rates. Minimum Time ( There is a Minimum charge of 1 hour on site Time and .5 hour travel Charge time Page 7 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 GTS, S In G. Fayetteville, Arkansas Office Geotechnlcal & Testing Services Laboratory Materials Testing Services (please call for unlisted items) Moisture - Density AASHTO T99, Standard Proctor $125.00 Relationship ASTM D698 Moisture - Density I AASHTO T180, Modified Proctor $145.00 Relationship ASTM D1557 Moisture Content I Moisture content of soils I ASTM D2216 1 $10.00 3 point wet preparation for liquid AASHTO T-89, Atterberg Limits limit and one point plastic limit AASHTO T-90, $60.00 ASTM D 4318 Washed and dried sieve used for Sieve Analysis soil classification determination (< ASTM D6913 $60.00 5 Ibs) Sieve Analysis Washed and dried oversized sieve AASHTO T 27, $125.00 (greater than 5 lbs) ASTM D 6913 Sieve Analysis Fine particle determination using a AASHTO T 88, $100.00 (Hydrometer) hydrometer ASTM D 422 I Determination of specific gravity Specific Gravity and and absorption or material retained AASHTO T 100, $50.00 Absorption on a #4 or 3/4" sieve Evaluating the potential strength of California Bearing subgrade, subbase, and base ASTM D 1883, Ratio (CBR) 3 -point course material, for use in road and AASHTO T 193 $250.00 method airfield pavements. Page 1 of 4 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Laboratory Materials Testing Services (please call for unlisted items) GK'S, In c. Geotechnicai & Testing Services Obtain a measure of compressive Unconfined strength for soils that possess ASTM D 2166, Compressive sufficient cohesion to permit AASHTO T 208 $100.00 Strength Testing testing in the unconfined state Unconsolidated - Undrained AASHTO T 296, Triaxial testing** (UU) ASTM D 2850 $375.00 Triaxial testing** Consolidated - Undrained AASHTO T 297, g (CU) $500.00 ASTM D 4767 Triaxial testing** I Consolidated - Drained (CD) I ASTM WK 3821 I $750.00 Determining the magnitude and Soil Consolidation rate of consolidation of soil when it ** (One- is restrained laterally and drained ASTM D 2435, Dimensional, axially while subjected to AASHTO T 216 $300.00 Interval Loading) incrementally applied controlled - stress loading. Permeability These test methods apply to one- ASTM D 2434, Testing (Flexible dimensional, laminar flow of water AASHTO T-215, $300.00 Wall)** within porous materials such as soil ASTM D 5084 and rock. ** I sample prep or remolding ( NA 1 $75.00 Page 2 of 4 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 GTS, , Fayetteville, Arkansas Office , Geotechnical & Testing Services Laboratory Materials Testing Services (please call for unlisted items) This test assigns an empirical value Sand Equivalency to the relative amount, fineness, ASTM D 2419, $150.00 Test and character of claylike material AASHTO T 176 1176 present in the specimen. Standard Test Method for Soundness of Soundness of Aggregates by Use of ASTM C $425.00 Aggregates Sodium Sulfate AASHTO 11 04 Resistance to Degradation of Large - LA Abrasion Size Coarse Aggregate by Abrasion ASTM C 131, $575.00 and Impact in the Los Angeles AASHTO T 96 Machine Deleterious Material determination of friable particles, NA $50.00 Determination clay lumps, and soft fragments in an aggregate Standard Test Method for One- Swell Test ** (One- Dimensional Swell or Settlement ASTM D 4546, $300.00 Dimensional) Potential of Cohesive Soils T2 AASHTO T 2 16 using fly ash, cement and lime to Soil Stabilization stabilize soils NA call for quote ***For any soils and aggregate lab testing not listed please call for quote*** s.; Laboratory Compressive Curing, Storing and Testing (Pad Strength of Capping) 6" x 12" cylinders ASTMC39 39 $12.50 Cylinders Laboratory Compressive Curing, Storing and Testing (Pad Strength of g Capping) 4"8" cylinders pp�g) x ASTMC39 39 $11.00 Cylinders Laboratory Flexural Strength of Beams Curing, Storing and Testing 6" x 6" x ASTM C 78 $35.00 (per beam) 18" beams Page 3 of 4 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 �.7 1 S! In C. Fayetteville, Arkansas Office Geotechnical & Testing Services Laboratory Materials Testing Services (please call for unlisted items) o . b A Laboratory Compressive Curing, Storing and Testing (sulfur ASTM C 42, ASTM Strength of drilled Capping) $35.00 C 39 cores N ` Saw cutting Saw cutting ends of contractor cylinders and formed cylinders to,achieve a NA $5.00 drilled cores perpendicular surface (per end) Petrographic Microscopic analysis of hardened ASTM C 457 Call for Quote Analysis concrete Laboratory Compressive Curing, Storing and Testing (Pad ASTM C 1019 $25.00 �rY � ��� �� Strength of Grout Capping) 6 x3 x3 prisms Prisms Laboratory � �� Compressive Curing, Storing and Testing (Pad ASTM C 109 $25.00 4 ��'y Strength Capping) 2" x 2" x 2" cubes of mortar �� cubes This test methods provides various testing procedures Laboratory testing of concrete commonly used for evaluating ASTM C 140 $120.00 k y` characteristics of concrete I1iiPktU masonry units masonry units and related concrete units. Laboratory testing Laboratory Testing of asphalt cores of Asphalt Cores for specific (density) AASHTO T-166 $35.00 gravity �a ca � ZSa Laboratory Density Laboratory determination of SRFM of Fireproofing ASTM E 605 $60.00 sf� t (each density) density Page 4 of 4 City of Fayetteville - Purchase Order Request (PO) Requisition o.: ate: • 10/23/2015 (Not a Purchase Order) P.O Number: All PO Requests shall be scanned to the Purchasing a -mail: Purchasing@fayetteville-ar.gov. Purchase shall not be made until an actual PO has been issued. Vendor 17309 Vendor GTS, Inc. Mail p YES ❑ NO Legistar#: # Name: 2015-0504 FOB Point: Taxable Address: 1915 N. Shiloh Drive, Suite 1 ❑ ves p NO Expected Delivery Date: City: Fayetteville AR Zip Code: Ship to code: Quotes Attached 72704 ❑ ves ❑ No Requester: Requester's Employee #: Extension: Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Project.Sub# Inventory # Fixed Asset # Construction Testing for Rupple Road 1 (MLK to Persimmon) 1 19,264.00 $19,264.00 4520.9540.5314.00 06035.2400 2 $0.00 3 $0.00 4 $0.00 5 $0.00 6 $0.00 7 $0.00 8 $0.00 9 $0.00 10 $0.00 Shipping/Handling Lot $0.00 Special nstructions: Subtotal: $19,264.00 Tax: $0.00 Total: $19,264.00 Approvals: Mayor: Department Director: Purchasing Manager: Chief Financial Officer: Budget Director: IT Director: Dispatch Manager: Utilities Manager: Other: Revised 1/z1/z015 Jonathan Ely Submitted By City of Fayetteville Staff Review Form 2016-0465 . Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 9/29/2016 Engineering / _ Development Services Department Submitted Date Division / Department Action Recommendation: Approval of Change Order No.3 for the Rupple Road Extension project (MLK to Persimmon) - This change will result in the addition of 68 Calendar Days to offset delays encountered during construction, as well as changing from 5 strand barbed wire fence to woven wire fence along the Reading property, and from galvenized powdercoated handrail to Ameristar Montage Plus fence.along headwalls. Comments: Budget Impact: 4520.9555.5809.00 Transportation Bond Street Improvements Account Number Fund 06035.2400 Rupple Road (MLK to Persimmon) Project Number Project Title Budgeted Item? Yes Current Budget $ 8,333,587.16 Funds Obligated $ 8,271,613.32 \ Current Balance $ 61,973.84 Does item have a cost? Yes Item Cost $ (4,185.80) Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 66,159.64 Previous Ordinance or Resolution # -16 ' G, I'D- V V20140710 Original Contract Number: Approval Date: Comments: delay in installation of 28 calendar days. These changes will result in a total cost savings of$4,185.80, and 68 calendar day addition to the contract. RECOMMENDATION: Staff recommends approval of this Change Order which will decrease the contract amount by $4,185.80, and increase the contract time by 68 calendar days. BUDGET IMPACT: This project is funded by the Transportation Bond Program. There is no budget impact associated with this change order. Original Contract Amount $7,307,280.00 Original Funds Approved (Contract Amount plus Contingency) $8,037,280.00 Contract Amount Including Change Orders 1 —3 $7,166,369.20 Remaining Contingency in Budget $ 870,910.80 • • • 2 _14cd City of Fayetteville Staff Review Form �O .RCH NIED 2016-0498 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Casey 10/18/2016 Engineering / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order No.4 for the Rupple Road Extension project (MILK to Persimmon) for the installation of the Traffic Signal at the intersection of MILK Blvd and Rupple Road. Budget Impact: 4520.9555.5809.00 Transportation Bond Street Improvements Account"Number 06035.2400 Project Number Fund Rupple Road (MILK to Persimmon) . Project Title Budgeted Item? Yes Current Budget $ 6,804,346.00 Funds Obligated $ 6,622,220.66 Current Balance I `°' Does item have a cost? Yes Item Cost $ 177,893.09 Budget Adjustment Attached? No Budget Adjustment # Remaining Budget f >$,i<;,:"" Previous Ordinance or Resolution # _a9<6 �5o-15 V20140710 Original Contract Number: Approval Date: "- -lu Comments: See staff memo for budget explanation. RECOMMENDATION: Staff recommends approval of this Change Order which will increase the contract amount by $207,893.09. and increase the contract time by 70 calendar days. BUDGET IMPACT: This project is funded by the Transportation Bond Program. Original Contract Amount $7,307,280.00 Original Funds Approved (Contract Amount plus Contingency) $8,037,280.00 Contract Amount Including Change Orders 1 —4 $7,374,262.29 Remaining Contingency in Budget $ 663,017.71 I 2