Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
135-16 RESOLUTION
4a7FT 4 i� e ,EPw, • r :lua F• a'�kaHS$S 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 135-16 File Number: 2016-0302 BID # 16-38 APAC-CENTRAL, INC.: A RESOLUTION TO AWARD BID # 16-38 AND APPROVE A CONTRACT WITH APAC- CENTRAL, INC. IN THE AMOUNT OF $2,574,815.20 FOR THE CONSTRUCTION OF IMPROVEMENTS TO OLD WIRE ROAD FROM MISSION BOULEVARD TO ASH STREET, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $386,222.00, AND TO APPROVE A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 16-38 and approves a contract with APAC-Central, Inc. in the amount of $2,574,815.20 for the construction of improvements to Old Wire Road from Mission Boulevard to Ash Street, and further approves a project contingency in the amount of $386,222.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 7/5/2016 :•G�-0 op'. Ate: .FAYETTE •�-_ Attest: : �z•• 9 Q� .' _: Sondra E. Smith, City Clerk Treasurer Page 1 Printed on 716116 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 <i,YI� ; .F Text File -- File Number: 2016-0302 Agenda Date: 7/5/2016 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 1 BID # 16-38 APAC-CENTRAL, INC.: A RESOLUTION TO AWARD BID # 16-38 AND APPROVE A CONTRACT WITH APAC-CENTRAL, INC. IN THE AMOUNT OF $2,574,815.20 FOR THE CONSTRUCTION OF IMPROVEMENTS TO OLD WIRE ROAD FROM MISSION BOULEVARD TO ASH STREET, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $386,222.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 16-38 and approves a contract with APAC-Central, Inc. in the amount of $2,574,815.20 for the construction of improvements to Old Wire Road from Mission Boulevard to Ash Street, and further approves a project contingency in the amount of $386,222.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 7/6/2016 City of Fayetteville Staff Review Form 2016-0302 Legistar File ID 7/5/2016 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item / Chris Brown 6/15/2016 Engineering Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $2,574,815.20 with APAC-Central, Inc. forthe construction of the Old Wire Road — Mission to Ash Project, approve a project contingency of $386,222.00 (15%), and a Budget Adjustment. Budget Impact: 5400.5600.5808.00 4520.9556.5809.00 Account Number 06035.2600 Water and Sewer Sales Tax Construction Bonds Fund Old Wire Road (Mission to 265) Project Number Project Title Budgeted Item? Yes Current Budget $ 1,235,454.00 Funds Obligated $ 924,764.24 Current Balance Does item have a cost? Yes Item Cost $ 2,961,037.20 Budget Adjustment Attached? Yes Budget Adjustment $ 2,720,027.00 Remaining Budget V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments Item cost reflects contract of $2,574,815.20 plus a contigency of $386,222.00 for a total item cost of $2,961,037.20. CITY OF 'ttevi1e ARKANSAS MEETING OF JULY 5, 2016 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Tim Nyander, Utilities Director Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: July 10, 2016 SUBJECT: Approval of a contract in the amount of $2,574,815.20 with APAC-Central, Inc. for the construction of the Old Wire Road — Mission to Ash Project, approve a project contingency of $386,222.00 (15%), and a Budget Adjustment. RECOMMENDATION: Staff recommends City Council approval awarding a contract in the amount of $2,574,815.20 to APAC-Central, Inc. for the construction of the Old Wire Rd. — Mission to Ash Project, approval of a project contingency of $386,222.00 (15%), and approval of the attached Budget Adjustment. BACKGROUND: The City of Fayetteville Engineering Division has prepared the design for the roadway and water and sewer relocations for Old Wire Road from Mission Blvd. to Ash Street. The design includes two vehicular travel lanes, bike lanes on each side, a 10' to 12' wide trail along the east side, a 5' sidewalk on the west side as well as the storm sewer, water and sewer installation. This project is the second phase of the Old Wire Road Improvements. The first phase includes the intersection improvements at Mission Blvd. The construction includes reconfiguration of the travel lanes to allow for the installation of a traffic signal. This project is being managed by the Arkansas Highway and Transportation Department and is currently under construction. The next phase to be constructed will be a sidewalk project along the east and south side of Old Wire Road from the parking lot at Gulley Park to Boxwood Drive. The Engineering Division is currently designing this project which should be bid for construction later this year. The final phase of Old Wire Road will include a trail along the east side of Old Wire Road from Ash Street north to Gulley Park. The project also includes improvements to the lane configuration at the intersection with Township Street. Mailing Address: 113 W. Mountain Street www,layetteville-ar.gov Fayetteville, AR 72701 DISCUSSION: On June 10, 2016, the City received four (4) construction bids for this project. APAC-Central, Inc.. submitted the bid which was approximately 1.7% below the Engineer's Estimate of $2,619,801.00. Schedule 1 (Transportation Bond Fund) - Includes installation of the storm sewer and the roadway construction. Total bid for Schedule 1 is $1,780,867.15. Schedule 2 (Water and Sewer Fund) - Includes all of the work required to relocate the City's water and sewer facilities for the roadway project. Total bid for Schedule 2 is $793,948.05. Total bid for this project is $2,574,815.20. Engineering staff recommends awarding this contract to APAC-Central, Inc. The contract time is 365 days (12 months) for final completion. BUDGET/STAFF IMPACT: The roadway, trail and storm sewer portion of this project is funded by the Transportation Bond Fund. The water and sewer relocations in this project are funded by the Water and Sewer Fund. Attachments: Bid Tab Section 0500 Agreement Section 0400 Bid Form Budget Adjustment Purchase Order Request OLD WIRE ROAD MISSION TO ASH for the City of Fayetteville VICINITY MAP 0$ ore9o,y �+ JUJ _P�u�ti p,vo vcreatr, I •• ncuaisranr a.. a � �� �• � �r u�u LIii) PROJECT LOCATION ll E 1 NOb S° A BID No. 16-38 CITY OF MAY 2016 ARKANSAS ENGINEERING DIVISION PHONE' J) 575-8202 PROJECT ENGR No 8126 }�` ...'�`^• y� •jW'._,.'.�" `'v � � r � �`+-" r �T'�' `jr I r'Y •'1 � I -s'a� •.f IJ� al R��t i _ —..m 9 ir. t',- I — I!J ' IJI •• -;; h t- J / _____ r -* : / / / ¶ r / / 1$ err Kc 3 55f R w: 7i d't+' 't gamy ti+ ]•?—� s �l i _ r�Ytr:"A` ',54 r',*/^ "iT• —r ¢n w f r a A � x "r w.E jy a '��r : / [7] A •`fir air f .ate' � �t� FI _ . �� I —�. _ _ .•t - - ::_• : 'i __ 5 • OLD WIRE ROAD IMPROVEMENTS iV e eYe ENGINEERING DIVISION � 113 W. 10 NT sTac[T r PHASE 1: MISSION TO ASH �, , CITY OF 'tteville ARKANSAS Bid 16-38, Construction - Old Wire Road Improvements 6/10/2016 2:00 PM **OFFICIAL BIDTABULATION** City of Fayetteville ITEM DESCRIPTION Unil Esl Qly. APAC Central Crossland Construction Fochtman Enterprises Goodwin & Goodwin 1 Mobilization (Not to exceed 5% of total bid) LS 1 $120,000.00 $120,000.00 $120,000.00 $120,000.00 $145,000.00 5145,000.00 $125,000.00 $125,000.00 2 Insurance and Bonding LS 1 $7,000.00 $7,000.00 $39,591.00 $39,591.00 $68,100.00 $68,100.00 $78,000.00 $78,000.00 3 Roadway Construction Control Stakin LS 1 $53,290.00 $53,290.00 $20,077.00 $20,077.00 $25,000.00 $25,000.00 $35,000.00 $35,000.00 4 '.French & Excavation Safety Systems LS 1 $5,300.00 $5,300.00 $2,657.00 $2,657.00 $10,000.00 510,000.00 $10,000.00 $10,000.00 5 Clearing, Grubbing & Demolition IS 1 $22,750.00 $22,750.00 $38,574.00 $38,574.00 $20,000.00 $20,000.00 $85,000.00 $85,000.00 6 R&D Existing Storm Sewer LF 1135 59.65 $10,952.75 $11.40 $12,939.00 $35.00 $39,725.00 $20.00 $22,700.00 7 R&D Existing Curb and Gutter LF 600 $5.95 $3,570.00 $9.40 $5,640.00 $15.00 $9,000.00 $10.00 $6,000.00 8 R&D Existing Curb and Gutter SY 1097 $6;50 $7,130.50 $17.40 $19,087.80 $25.00 $27,425.00 $12.00 513,164.00 9 R&D Existing Concrete Driveway ST 858 $8.30 $7,121.40 $18.60 $15,958.80 $30.00 $25,740.00 $12.00 $10,29600 10 R&D Existing Concrete Box Culvert EA 1 $803.00 $803.00 $165.00 $165.00 $2,000.00 $2,000.00 $800.00 $800.00 11 R&D Exsisting Gas Light IS 1 $9,100.00 $9,100.00 $7,226.00 $7,226.00 $27,000.00 $27,000.00 $5,000.00 $5,000.00 12 R&D Existing Storm Drain Inlet EA 5 $952.00 $4,760.00 $765.00 $3,825.00 $2,000.00 $10,000.00 $800.00 $4,000.00 13 R&D Existing 4' Chain Link Fence LF 70 $9.80 $686.00 $6.80 $476.00 $10.00 $700.00 $5.00 $350.00 14 R&D Existing 6' Wood Privacy Fence LF 265 $3.90 $1,033,50 $6.20 $1,643.00 $10.00 $2,650.00 $8.00 $2,120.00 15 R&D Existing Barb Wire Fence LF 515 $4.90 $2,523„50 51.90 $978.50 $5.00 $2,575.00 $3.00 51,545.00 16 R&D Existing Flared End Section EA 2 $120.00 $240.00 $213.00 $426.00 $250.00 $500.00 $250.00 5500.00 17 R&D Existing Street Sign and Return to Owner EA 15 $45.00 $675.00 $48.00 $720.00 $50.00 $750.00 $100.00 $1,500.00 18 R&D Existing Guardrail EA 1 $1,190.00 $1,190.00 5717.00 $717.00 $500.00 5500.00 $1,000.00 $1,000.00 19 R&D Existing Headwalls and Stone fteta}nin Walls LS 1 $3,095.00 $3,095.00 $16,259.00 $16,259.00 $21,600.00 521,600.00 $35,000.00 $35,000.00 ?0 R&D Existing Concrete Sidewalk SY 614 $3.90 $2,394.60 $15.90 $9,762.60 512.00 $7,368.00 $12.00 $7,368.00 21 R&D Existing Mailbox EA 13 5197.00 $2,561.00 555.00 $715.00 $150.00 $1,950.00 $100.00 $1,300.00 22 Unclassified Excavation (Plan 4uan t CY 2680 $15.35 $41,138.00 $16.06 $43,040.80 $16.00 $42,880.00 $10.00 $26,800.00 23 Select Embankment (Plan Quantity) CY 2412 $20.50 $49,446.00 $47.58 5114,762.96 $20.00 $48,240.00 $14.00 $33,768.00 24 Embankment (Plan Quantity) CY 2470 $10.50 $25,935.00 $19.62 $48,461.40 $20.00 $49,400.00 $10.00 $24,700.00 25 Rock Excavation CY 100 $135.00 $13,500.00 $148.77 $14,877.00 $300.00 $30,000.00 $200.00 $20,000.00 26 Subgrade Preparation SY 3620 $3.15 $11,403.00 $1.51 $5,466.20 $5.50 $19,910.00 53.00 $10,860.00 27 4' Topsoil Placement SY 8820 $1.90 $16,758.00 $4.53 $39,954.60 56,00 552,920.00 $3.00 $26,460.00 28 'Undercut and Stone Backfill CY 300 $46.51 $13,953.00 $43.92 $13,176.00 $42.00 $12,600.00 $25.00 $7,500.00 29 18' RCP, Class III, Under Pavement LF 428 $67.80 $29,01&40 $82-34 $35,241-52 $124.00 $53,072.00 $55.00 $23,540.00 210 18' RCP, Class III : LF 505 $47.60 $24,038.00 $61.71 $31,163.55 $70.00 $35,350..00 $45.00 $22,725.00 31 24" RCP, Class III, Under Pavement LF 78 $120.91 $9,430.98 595.04 $7,413.12 $154,00 $12,012..00 575,00 $5,850.00 32 24" RCP, Class III LF 357 557.85 520,652.45 $75.85 $27,078.45 $83.00 $29,631,00 565.00 $23,205.00 33 30' RCP, Class III, Under Pavement LF 60 $112.51 $6,750.60 $112.94 $6,776.40 $173.00 $10,380,00 $100.00 $6,000.00 :34 30" RCP, Class III LF 367 $78.60 528,846.20 $95.98 $35,224.66 $99.00 $36,333.00 $85.00 $31,195.00 35 36" RCP, Class III, Under Pavement LF 79 $120.00 $9,480.00 $135.60 510,712.40 $214.00 $16,906.00 $125.00 $9,875.00 36 36RCP, Class III LF 518 $103.00 $53,354.00 $121.68 $63,030.24 $132.00 $68,376.00 $100:00 $51,800.00 37 42" RCP, Class III, Under Pavement LF 140 $145.00 $20,300.00 $167.15 $23,401.00 $232.00 $32,480.00 $180.00 $25,200.00 38 42' RCP, Class III LF 498 $132.00 $65,736.00 $146.99 $73,201.02 $171.00 $85,158.00 $140.00 :$69,720.00 39 18' RCP FES wJCurtain Wall EA 4 $915.00. $3,660.00 $759.00 $3,036.00 $1,085.00 $4,340.00 $1,200.00 $4,800.00 40 24' RCP FES w/Curtain Wall EA 1 $1,065.00 $1,065.00 $931.00 $931.00 $1,339.00 $1,339.00 51.600.00 $1,600.00 41 :36' FES w/Curtain Wall. EA 1 $1,880.12 $1,880.12 $1,725.00 $1,725.00 $2,186.00 $2,186.00 $2,500.00 $2,500.00 42 4' DIA. Type MO Curb Inlet EA 17 $2,799.00 $47,583.00 $3,842.00 $65,314.00 $4,000.00 $68,000.00 $3,300.00 $56,100.00 43 6' DIA. Type MO Grated Inlet EA 2 $4,515.00 $9,030.00 $3,306.00 $6,612.00 $4,970.00 $9,940.00 $4,200.00 $8,400.00 44 5' DIA. Type MO Grated Inlet EA 1 $4,800.00 $4,800.00 $5,711.00 $5,711.00 $5,700.00 $5,700.00 $5,000.00 $5,000.00 45 5' DIA Type MO Curb Inlet EA 16 $3,210.00 $51,360.00 $5,089.00 $81,424.00 $4,750.00 $76,000.00 $3,900.00 $62,400.00 46 4' DIA. Type MO Junction Box EA 7 $2,792.00 $19,544.00 $3,123.00 $21,861.00 54,400.00 $30,800.00 $4,000.00 $28,000.00 47 4010, Type C Curb Inlet EA 2 $5,199.00 $10,398.00 $7,38LOO $14,762.00 $7,100.00 $14,200.00 $9,000.00 $18,000.00 48 536' Type C Curb Inlet EA 1 $7,985.00 $7,985.00 $9,957.00 $9,957.00 56,300.00 $6,300.00 $6,000.00 56,000.00 49 4' Curb Inlet Extension EA 16 $552.00 58,832.00 $1,465.00 $23,440.00 $2,000.00 $32,000.00 $1,000.00 $16,000.00 50 8' Curb Inlet Extension EA 2 5995.00 51,990.00 $2,225.00 $4,450.00 $3,400.00 $6,800.00 $1,600.00 $3,200.00 51 12' Curb Inlet Extension EA 4 $1,050.00 $4,200.00 $2,954.00 $11,816.00 $4,800.00 $19,200.00 $2,000.00 $8,000.00 52 Trench Drain (E. Ranch Dr.) LS 1 $16,470.00 516,470.00 $12,646.00 $12,646.00 $18,500.00 $18,500.00 $20,000.00 $20,000.00 53 12" Nyloplast Drain Basin with Grate EA 3 $1,525.00 $4,575.00 $1,823.00 $5,469-00 $2,740.00 $8,220.00 $2,000.00 $6,000.00 54 12" ADS N12 Storm Sewer Pipe LF 120 $24.00 $2,880.00 54759 $5,710.80 580.00 $9,600.00 $45.00 $5,400.00 55 Curb Inlet Back Opening EA 1 $1,120.00 $1,120.00 $4,458.00 54,458-00 $150.00 $150.00 $1,000.00 $1,000,00 56 9'x4' Reinforced Concrete Box IS 1 546,050.00 $46,050.00 $55,120.00 $55,120.00 $61,750.00 $61,750.00 572,000.00 $72,000.00 Culvert 57 Connect Existing Yard Drain to EA 2 $485.00 $970.00 $1,473.00 $2,946.00 .$750.00. $1,500.00 $1,000.00 $2,000.00 'rcposni Inlet 58 flip Rap W/ Filter Blanket SY 105 $78.31 $8,222.55 539.20 $4,116.00 $67.00 $7,035.00 $60.00 $6,300.00 59 Asphalt Milling SY 1640 $10.00 $16,400.00 $6.01 $9,856.40 57.00 $11,480.00 $8.00 $13,120.00 110 6" Class 7 Base Course SY 2540 $11-75 529,845.00 $11.51 $29,235.40 $10.00 $25,400.00 $9.00 $22,860.00 61 8" Class 7 Base Course SY 1080 $16.80 $18,144.00 $14.27 $15,411.60 $13.00 $14,040.00 $12.00 $12,960.00 62 Asphalt Concrete Hot Mix Surface TON 2120 $80.75 $171,190.00 $83.00 $175,960.00 $96.00 $203,520,00 $85.00 $180,200.00 Course (P070-22) 133 Temp. Asphalt Paving (Maintenance TON 50 5160.00 $8,000.00 $212.53 $10,626.50 $200-00 $10,000.00 $200.00 $10,000.00 cif Traffic) - - ________ ________ _______ _______ _______ 64 Aggregate Base (Maintenance of TON 75 $75.50 $5,662.50 $70.84 55,313.00 $35.00 $2,625.00 $45.00 $3,375.00 Trafficl 65 Asphalt Street T -Patch SY 870 $32.70 $28,449.00 $21-47 $18,678.90 $90.00 $78,300.00 $80.00 $69,600.00 66 6" Class 840O0 P51 Concrete SY 1345 536.45 $49,025.25 $28.44 $38,251.80 $76.00 $102,220-00 $65 00 $87,425.00 Pavement For Road Widen* 67 Concrete Curb & Gutter (Standard) LF 4400 $14.60 $64,240.00 $17.10 $75,240.00 $16.00 $70,400.00 $18.00 $79,20040 458 Concrete Drop Curb LF 175 $23.00 $4,025.00 $13.06 $2,285,50 $34.00 $5,950.00 $16.00 $2,800.00 69 Concrete Cross Pan LF 85 $29.00 $2,465.00 515.63 $1,328.55 $46.00 $3,910.00 $30.00 $2,550.00 70 4" Concrete Slope Paving SY 70 $72.00 55,040.00 $47.06 $3,294,20 $52.00 $3,640.00 $8040 $5,600.00 71 4" Concrete Sidewalk w/Class 7 SY 885 $38,80 $34,338.00 $43.83 $38,789.55 $56.00 $49,560.00 $45.00 $39,825.00 Base 72 4" Concrete Trail w/Class 7 Base SY 2005 540.90 $82,004.50 537.42 $75,027.10 560,00 $120,300.00 545.00 $90,225.00 73 6Concrete Driveway SY 1030 $43.90 $45,217.00 $51.58 $53,127.40 $76.00 :$78,280.00 $60.00 $61,800.00 74 Concrete ADA Ramp SY 121 $37.00 $4,477.00 $79.92 $9,670,32 $60.00 $7,260.00 $75.00 $9,075.00 75 Cast -in -Place Detectable Warning SF 310 513460 $4,216.00 $35.65 $11,051.50 $32.00 $9,920.00 515.00 $4,650.00 Devices (Truncated Domes) 76 Cast -in -Place Reinforced Concrete SF 440 $56.30 $24,772.00 $62-55 $27,522.00 538.00 $16,720.00 $45.00 $19,800.00 Retaining Wall 77 Guard Rail LF 200 $42.00 58,400.00 $42.51 $8,502.00 $48.00 $9,600.00 $50.00 $10,000.00 78 Furnish and Install Mailbox EA 13 $236.00 $3,068,00 $409.00 $5,317.00 S300.00 53,900.00 $300.00 $3,900.00 79 Seeding & Mulching AC LS $4,575.00 $6,862.50 $2,777.00 $4,165.50 $6,534.00 $9,801.00 $4,500.00 $6,750.00 80 Solid Sod SY 2600 $4.20 510,920.00 $4.14 $10,764.00 $7.00 $18,200.00 $6.00 $15,600.00 Sl Five Strand Barbed Wire Fence LF 495 $9.45 $4,677.75 $7.97 $3,945.15 $8.00 $3,960.00 $6.00 $2,970.00 82 6' Wood Privacy Fence LF .310 $21-00 56,510,00 $18.60 $5,766.00 $25.00 $7,750.00 $20.00 $6,200.00 83 4' Chain Link Fence LF 75 $31.50 $2,362.50 $11.69 $876.75 518,00 $1,350.00 $15.00 $1,125.00 84 Temporary Chain Link Fence LF 60 $31.50 $1,890.00 56.38 $382.80 $18.00 $1,080.00 $5.00 $300.00 85 'Tree Protection Fencing LF 240 $4.91 $1,178.40 $6.38 $1,531.20 $7.00 $1,680.00 $6.00 $1,440.00 N6 13" Solid Yellow Pavement Marking LF 345 $2.10 $724.50 $2.13 $734.85 $3.00 $1,035.00 $2.50 5862.50 Rhcrmoplaatic $7 .4" Solid White Pavement Markings LF 3415 $0.53 $1,809.95 50.53 $1,809.95 51.00 $3,415.00 $0.75 $2,561.25 (Thermoplasticl 88 4" Solid Yellow Pavement Markings Thermasala.ctic LF 970 $053 $514.10 $0.53 5514.10 $1.00 $970.00 $0.75 $727.50 89 4" Solid Double Yellow Pavement LF 1515 $1.05 $1,590.75 $1.06 $1,605.90 $2.00 $3,030.00 $1.25 $1,893.75 markings (Thermoplastic) 530 12" Solid White Pavement Markings LF 1100 $10.50 $11,550.00 $10.63 $11,693.00 $12.00 $13,200.00 $12.00 $13,200.00 j Thermoalastiu 9] Pavement Symbols (Arrows - EA 4 $315.00 $1,260.00 $319.00 $1,276.00 $360.00 $1,440.00 $350.00 $1,400,00 Yhermp lactic) 92 Pavement Symbols ("Only" - EA 4 $367.50 $1,470.00 $372.00 $1,488.00 $420.00 $1,680.00 $400.00 $1,600.00 fhermpplastic '93 Pavement Symbols (Bike Lane EA 12 $525.00 $6,300.00 $531.00 $6,372.00 5600.00 $7,200.00 $550.00 $6,60000 Symbol -Thermoplastic !)4 24' x 30" R2-1 Speed Limit Sign w EA 6 $262.50 $1,575.00 $266.00 $1,596.00 $300.00 $1,800.00 $300.00 $1,800.00 95 30" x 30" Rl-1 Stop Sign w/Support EA 9 $262.50 $2,362.50 $266,00 $2,394.00 $300.00 $2,700.00 $300.00 $2,700.00 96 Street Name Sign w/Mounting EA 9 5105.00 5945.00 $106-00 $954.00 $120.00 $1,080.00 $125.00 $1,125.00 Hardware w/Mounting Hardware 97 ]30"x30" R14-1 Dead End Sign EA 1 $262,50 $262.50 5266.00 $266.00 $300-00 5300.00 $300.00 5300.00 w 5u .art _________ 538 30'x30" W11-2 Pedestrian Sign EA 2 $262.50 $525.00 $266.00 $532.00 $300.00 $600.00 $300.00 $600.00 59 Traffic Control & Maintenance EA I $85,000.00 $85,000.00 $18,065.00 $18,065.00 $40,000.00 $40,000.00 $115,000.00 $115,000.00 100 Project Signs EA .2 $682.50 51,365.00 $691.00 $1,382.00 $1,000.00 $2,000-00 $1,000.00 $2,000.00 101 Site Photographs & Video LS 1 $3,800.00 $3,800.00 $4,251.00 $4,251,00 $5,000.00 $5,000.00 $3,000.00 $3,000.00 102 Erosion Control Straw Wattle LF 2210 $3.82 $8,442.20 $3.87 $8,552.70 $5.00 $11,050.00 $3.00 $6,630.00 103 Erosion Control Curb Inlet EA 40 $218.00 $8,720.00 $91.00 $3,640.00 $150.00 $6,000.00 $200.00 $8,000.00 .Protection 104 Erosion Control Rock Check Dam EA 10 $261.12 $2,611.20 $24900 $2,490-00 $300.00 $3,000.00 $400.00 $4,000.00 105 Erosion Control LS I $9,570,00 $9,570.00 $3,188.00 $3,188.00 $25,000.00 $25,000.00 $15,000.00 $15,000.00 106 53"x11" Fiberglass/Polymer Concrete EA 18 $288.75 55,197.50 $292-00 $5,256.00 $500.00 $9,000.00 $325.00 $5,850.00 107 11/2" Conduit LF 1900 $8.98 $17,062.00 $9.87 $18,753.00 $25-00 $47,500.00 $14.00 $26,600.00 108 4" Electrical Conduit (use as LF 200 $31.50 $6,300.00 $31.88 $6,376.00 $60,00 $12,000.00 $25.00 $5,000.00 drrectedl Tp1a> ginpll -'�clt ui( $1,780,867.15 $1,997,033.44 $2,536,637.00 $2,187,341-00 109 £3' PVC, C-900, Class 200 DR -14 LF 2625 $75.60 $198,450.00 $83.00 $217,875.00 $58.00 $152,250.00 $65.00 $170,625.00 Water Main _ '110 PVC, C-900, Class 200 DR -14 LF 175 $71.40 $12,495.00 $60.49 $10,585.75 $45.00 $7,875.00 $65.00 $11,375.00 Water Main W 111 2" PVC, SDR-13,5, Class 200 DR -14 LF 70 531,50 $2,205.00 $41-79 $2,925.30 $40.00 $2,800.00 $25.00 $1,750.00 Water Main 212 1" Polyethylene Class 200 Water LF 650 $15.75 $10,237.50 $22-00 $14,300.00 $20.00 $13,000.00 $15.00 $9,750.00 Service Tubing 113 S' Gate Valve with Box EA 16 $1,811.25 $28,980.00 $3,400.00 $54,400.00 $1,620.00 $25,920.00 $2,300.00 $36,800.00 .114 13" Gate Valve with Box EA 3 $1,496.25 $4,488.75 $2,914.00 $8,742.00 $1,294.00 $3,882.00 $2,000.00 $6,000.00 115 Three Way Fire Hydrant Assembly EA 4 $4,200.00 $16,800.00 $5,200.00 $20,800.00 $4,000.00 $16,000.00 $4,500.00 $18,000.00 with Valve ;116 Remove Existing Fire Hydrantand EA 2 $1,050.00 $2,100,00 $1,100.00 $2,200-00 $1,000.00 $2,000.00 $800.00 $1,600.00 Deliver to Owner 117 E3" XS" TappingSleeve and Valve EA 1 $3,990.00 $3,990.00 $1.375.00 $1,375.,00 $5,500.00 $5,500.00 $4,500.00 $4,500.00 wFth BNB 118 !3' X 6' Tapping Sleeve and Valve EA 4 $3,517.50 $14,070.00 $1,100.00 $4,400.00 $4,905.00 $19,620.00 $4,200.00 $16,800.00 withBox 119 Epoxy Coated Ductile Iron Fittings LB 7700 $10.50 $80,850.00 51.10 $8,470.00 $8.00 $61,600.00 $0.01 $77.00 - Singe Meter Setting, Comp ete, 120 Including Pressure Reducer and EA 12 51,233.75 $14,805.00 $880.00 $10,560.00 $2,000.00 $24,000.00 $1,000.00 $12,000.00 Plumber Connection to Existing e 1Fr1.s 1' Meter Setting, Complete, With 121 Pressure Reducer and Plumber EA 1 $1,470.00 $1,470.00 $880.00 $880.00 $2,200.00 $2, 200.00 $1,200.00 $1,200.00 Connection to Existing Building Service Double Meter Setting, Complete, 122 With Pressure Reducer and Plumber EA 2 51,680.00 $3,360-00 $1,100.00 $2,200.00 $2,200.00 $4,400.00 $2,000-00 $4,000.00 Connection to Existing Building tr 123 Remove Existing Meter Setting EA 16 5367.50 $5,880.00 $220.00 $3,520.00 $900.00 $14,400.00 $150.00 $2,400.00 .124 B' Saddle, 1" Corporation Stop and EA 15 $24 LSD $3,622-50 $1,375.00 $20,625.00 $320.00 $4,800.00 5200.00 $3.000.00 Tau 125 16" Direct Bury Steel Casing LF 80 5131.25 $10,500.00 $240.00 $19,200.00 $160.00 $12,800.00 $100.00 $8,000.00 126 2' HDPE Bored Casing LF 365 $63.00 $22,995.00 $22.00 $8,030.00 $60-00 $21,900.00 $65.00 $23,725.00 127 Cut and Cap Existing 8' Water Main EA 2 $2,100.00 $4,200.00 $2,475.00 $4,950.00 $2,800.00 $5,600.00 $2,000.00 $4,000.00 128 Cut and Cap Existing6" Water Main EA 4 $2,100,00 $8,400.00 $2,035.00 $8,140.00 52,400.00 59,600.00 $1,700.00 $6,800.00 129 Cut and Cap Existing 2" or 2 1/4" EA 2 $1,050.00 $2,1017.00 5440.00 $880.00 $2,000.00 $4,000.00 $600-00 $1,200.00 Water Main 130 Adjust Existing Water Valve to EA 4 $420.00 $1,660.00 $880.00 $3,520.00 $600.00 $2,400.00 $300.00 $1,200.00 Gra[!R .131 Abandon Existing Water Valve EA 8 $630.00 $5,040.00 $550.00 $4,400.00 $1,000.00 $8,000.00 $600.00 $4,800.00 132 Connect New 2" Main to Existing 2" EA 2 :$630.00 $1,260.00 $440.00 $880.00 $2,100.00 $4,200.00 $1,000.00 $2,000.00 or 2 1/4" Water Main Remove Existing Cap and Connect 133 New 8" Water Main to Existing 8" EA 1 $840,00 $840.00 $1,894.00 $1,894.00 $1,250.00 $1,250.00 $2,000.00 $2,000.00 Water 3rairr ' 134 8' PVC Sewer Main, SDR-26 LF 1464 $114.45 $167,554.80 $108.00 $158,112.00 $70.00 $102,480.00 $85.00 $124,440.00 135 6" PVC Sewer Service, SCH 40 LF 40 $114.45 $4,578.00 $72.26 $2,890.40 $90.00 $3,600,.00 $80.00 $3,200.00 136 4" PVC Sewer Service, SCH 40 LF 700 563.00 $44,100.00 $68.00 $47,600.00 $52-00 $36,400.00 $25.00 $17,500.00 137 4' Diameter Drop Manhole Up to 5 EA 9 $4,200.00 $37,800.00 $3,800.00 $34,200.00 $5,300.00 $47,700.00 $4,500.00 $40,500.00 Dee 138 4' Diameter Standard Manhole Up EA 3 $2,520,00 $7,560,.00 $2,800.00 $8,400.00 $3,800.00 $11,400.00 $3,500.00 $10,500.00 10 6' Deep 139 Extra Manhole Depth Over 6' Deep VF 66 $183.75 $12,127.50 $175.00 $11;550.00 $150.00 $9,900.00 $225.00 $14,850.00 140 Remove/Abandon Existing Manhole EA 8 $2,100.00 $16,800.00 $1,500.00 $12,000.00 $2,300.00 $18,400.00 $800.00 $6,400.00 141 Raise Existing Sewer Manhole to tirade 11s1n N"ser flip EA 1 $420.00 $420.00 $636.00 $638:00 $1,000.00 $1,000.00 $600.00 $600.00 142 Sewer Service Connection on 8' PVC EA 8 $220.50 $1,764.00 $266.00 $2,128„00 $150.00 $1,200.00 $600.00 $4,800.00 143 6" Manhole Tap for Sewer Service EA 2 5525.00 $1,050.00 $1,063.00 $2,126.00 $1,000.00 $2,000.00 $1,400.00 $2,800.00 144 4" Manhole Tap for Sewer Service EA 1 $525.00 $525.00 $956.00 $956.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 145 Plug Existing Sewer at Manhole Wall EA 6 $525.00 $3,150.00 $372.00 $2,232.00 $1,500.00 $9,000,00 $1,000.00 $6,000.00 146 Connect8" Sewer to Existing EA 2 $1,575.00 $3,150.00 $1,328.00 $2,656.00 $1,200.00 $2,400.00 $2,000.00 $4,000.00 Manhole, Core Drill Manhole Wall 147 Convert Existing Manhole to Drop EA 1 $3,675.00 $3,675.00 $1,275.00 $1,275.00 $3,200.00 $3,200.00 $3,500.00 $3,500.00 148 Manhole Sanitaty Sewer Main Televising 15 1 $6,825.00 56,825.00 $5,313.00. $5;313.00 $10,000.00 $10,000.00 $4,800.00 $4,800..00 149 Act 291, 1993 Trench and ltxcavation Safety System for Water ES 1 ,522,050.00 $22,050.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $25,000.00 $25,000.00 5 wer Installation' ��ff}jal Hl.:; tlia'3j $793,948.05 $742,828 45 $704,677.00 $623,492.00 1 i T14t,pA81O $2,574,815.20 $2,739,861.89 $3,241,314.00 $2,810,833.00 a+ owuAti ay,�.s� c�w,,�ri, nest DOCUMENT 00500 - AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Old Wire Road Improvements -Mission Blvd. to Ash St. Contract No.: 16-38, Old Wire Road Improvements -Mission Blvd. to Ash St. THIS AGREEMENT is dated as of the day of J 11..��._.�� in the year 2016 by and between The City of Fayetteville, Arkansas and l (hereinafter called Contractor). ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: Improvements to approximately 2,500 linear feet of Old Wire Road located between Mission Blvd. and Ash St. The improvements include widening Old Wire Road to a two lane Collector Street. Other improvements to be included in this project are: water and sanitary sewer relocations, multi -use trail & sidewalk construction, storm drainage, and bike lanes. Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400 -Bid Form for quantities: ARTICLE 2- ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and 00500 Agreement 00500 - 1 DOCUMENT 00500 — AGREEMENT (continued) responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3- CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 335 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for fmal payment in accordance with the GENERAL CONDITIONS within 365 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the 00500 Agreement 00500 - 2 DOCUMENT 00500 — AGREEMENT (continued) remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) 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 unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5- PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as 00500 Agreement 00500 - 3 DOCUMENT 00500 — AGREEMENT (continued) recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% 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. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder 00500 Agreement 00500 - 4 DOCUMENT 00500 — AGREEMENT (continued) of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6- CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, 00500 Agreement 00500 - 5 DOCUMENT 00500 — AGREEMENT (continued) investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 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. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for perfonnance and furnishing of the Work. 00500 Agreement 00500 - 6 DOCUMENT 00500 — AGREEMENT (continued) 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 Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: Rupple Road Street Improvements 8. Addenda numbers one (1) to two (2), inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or 00500 Agreement 00500 - 7 DOCUMENT 00500 — AGREEMENT (continued) supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8- MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 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 00500 Agreement 00500 - 8 DOCUMENT 00500 — AGREEMENT (continued) reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas 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 has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. 00500 Agreement 00500 - 9 DOCUMENT 00500 — AGREEMENT (continued) This Agreement will be effective on Effective Date of the Agreement. CON Af`T A1f24L I By: A J / Z Title: W (SEAL) V , 20 I%, hick is the Title: Ma or (SEAL) Attest______________________ Attest &, IL(- 00500 Agreement 00500-10 DOCUMENT 00500 AGREEMENT (continued) Address for giving notices Address Address for giving notices 155 • / 7�([Ssfr` i2 R�.X113 W. Mountain St. A1L 123Fayetteville, AR 72701 License No. Co 14.0494-11 (attach evidence of authority to sign and resolution or other documents Agent for Service of process authorizing execution of Agreement) J4&JijL� (If Contractor is a corporation, attach evidence of authority to sign.) Approved As to Form: By: Attorney For: END OF DOCUMENT 00500 00500 Agreement 00500 - I ACTION BY WRITTEN CONSENT IN LIEU OF AN ANNUAL MEETING OF THE BOARD OF DIRECTORS OF APAC-CENTRAL, INC. The undersigned, being all of the members of the Board of Directors (each individually, a "Director" and collectively, the "Directors") of APAC-Central, Inc., a Delaware corporation (the "Corporation"), do hereby, pursuant to §14] (f) of the Delaware General Corporation Law, give this written consent (a) to the dispensation of an annual meeting of the Board of Directors of the Corporation, and (b) to the taking of the following actions, such actions to have the same force and effect had a meeting been duly called and held: I. ELECTION OF OFFICERS RESOLVED, that effective December 7, 2015 all previous elections of officers are terminated, and the following persons be, and hereby are, elected to serve as officers of the Corporation (each individually, an "Officer" and collectively, the "Officers") in the capacities set forth opposite their respective names until such time as their successors shall be elected and qualified: Brandon Lefevre President Murry E. Cline Vice President/Assistant Secretary Park E. Estes Vice President/Assistant Secretary David L. Foster Vice President/Assistant Secretary Kristopher P. -McClanahan Vice President/Assistant Secretary Michael J. Eshleman Vice President/Assistant Secretary Gregory W. White Treasurer Mike Marshall Secretary FURTHER RESOLVED, that the Officers be, and each of them hereby is, authorized to execute and deliver agreements, contracts, documents, certificates, and other instruments, under the seal of the Corporation if required, for the purpose of conducting the Corporation's business, including without limitation, selling products and securing construction work, and to take such other action, as they may deem necessary, advisable, convenient, or appropriate to carry out and fully perform duties incident to the office or offices so appointed, and such other duties as may be prescribed by the Board of Directors from time to time; I1, APPOINTMENT OF AUTHORIZED EMPLOYEES RESOLVED, that effective December 7, 2015 all previous appointments of authorized employees are terminated, and that the following persons be and each of them hereby is appointed to serve as an authorized employee of the Corporation (each individually, an "Authorized Employee" and collectively, the "Authorized Employees"), which persons shall be authorized to execute and deliver such agreements, contracts, documents, certificates and other instruments, under the seal of the Corporation if required, for the purpose of conducting the Corporation's business including, without limitation, selling products and securing construction work: Dallas E. Arnold Michael J. Dugan Ted B. Craft Robert L. Bryant Michael E. Emmons Douglas Fronick Joshua W. Davis Thaddeus Yeargain FURTHER RESOLVED, that the President of the Corporation may from time to time, without further action by the Board of Directors, appoint other persons to serve as authorized employees. or remove any individuals from this capacity, and to direct those appointed to take such action, as he may deem necessary, advisable, convenient or appropriate to carry out and fully perform the duties incident to the office of President. III. AUTHORIZATION OF TRADE NAMES RESOLVED, that the activities and operations of the Corporation may be carried on in any of the following manners or styles as may from time -to -time he deemed necessary or appropriate: Arkhola Sand & Gravel Co. McClinton -Anchor Co. APAC-Central, Inc. IV. MISCELLANEOUS RESOLVED, that all actions previously taken by any Officer or Authorized Employee of the Corporation appointed hereunder in his/her capacity as such Officer or Authorized Employee be, and each of them hereby is, adopted, ratified, confirmed and approved in all respects as the authorized acts and deeds of the Corporation; FURTHER RESOLVED, that each undersigned agrees that electronic signatures, whether digital or encrypted, of the Directors are intended to authenticate this consent and to have the same force and effect as manual signatures. As used in the previous sentence, the term "electronic signatures" means any electronic sound, symbol or process attached to or logically associated with this consent and executed and adopted by a Director with the intent to sign such consent, including, but not limited to, e-mail electronic signatures executed through Adobe® eSign Services; and FURTHER RESOLVED, that this Consent, following execution by each of the Directors, he filed in appropriate order in the minute book of the Corporation. John Parson (JP) E -signed 2015-12-07 08:52AM MST john.parson@oldcastlematerials.com Oldcastle Materials Craig Lamberty (CAL) E -signed 2015-12-07 09:55AM CST clamberty@omgmidwest.com President/COO DOCUMENT 0400 -BID FORM Contract Name: OLD WIRE ROAD IMPROVEMENTS - MISSION BLVD. TO ASH ST. Bid Number: 16-38, Construction - Old Wire Road Improvements - Mission Blvd. to Ash St. BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: APAC-Central, Inc. 755 E. Millsap Road P.O. Box 9208 Fayetteville, AR 72703 ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes an 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 - Revised Addendum #1 00400-1 DOCUMENT 0400 -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 #1 6/2/2016 #2 6/8/2016 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. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 0400 -Bid Form - Revised Addendum #1 00400-2 DOCUMENT 0400 -BID FORM (continued) 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. 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. 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 0400 -Bid Form - Revised Addendum #1 00400-3 DOCUMENT 0400 -BID FORM (continued) 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. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): 0400 -Bid Form - Revised Addendum #1 00400-4 DOCUMENT 0400 -BID FORM (continued) BID SCHEDULE 1 ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL I Mobilization (Shall not exceed 5% of Total Bid) LS 1 $120,000.00 $120,000.00 .2 Insurance and Bonding LS 1 $7,000.00 $7,000.00 3 Roadway Construction Control (Staking) LS 1 $53,290.00 $53,290.00 4 Trench & Excavation Safety Systems LS I $5,300.00 $5.300.00 5 Clearing, Grubbing, & Demolition LS 1 $22,750.00 $22,750.00 6 R&D Existing Storm Sewer LF 1135 $9.65 $10,952.75 7 R&D Existing Curb and Gutter LF 600 $5.95 $3,570.00 8 R&D Existing Asphalt Pavement SY 1097 $6.50 $7,130.50 9 R&D Existing Concrete Driveway SY 858 $8.30 $7,121.40 10 R&D Existing Gas Light EA 1 $803.00 $803.00 11 R&D Existing Concrete Box Culvert LS 1 $9,100.00 $9,100.00 12 R&D Existing Storm Drain Inlet EA 5 $952.00 $4,760.00 13 R&D Existing 4' Chain Link Fence LF 70 $9.80 $686.00 14 R&D Existing 6' Wood Privacy Fence LF 265 $3.90 $1,033.50 15 R&D Existing Barb Wire Fence LF 515 $4.90 $2,523.50 16 R&D Existing Flared End Section EA 2 $120.00 $240.00 17 R&D Existing Street Sign and Return to Owner EA 15 $45.00 $675.00 18 R&D Existing Guardrail EA 1 $1,190.00 $1,190.00 0400 -Bid Form - Revised Addendum #1 00400-5 DOCUMENT 0400 -BI]) FORM (continued) ITEM NO. DESCRIPTION UNIT EST. QTY UNIT' PRICE TOTAL 19 R&D Existing Headwalls and Stone Retaining Walls LS 1 $3,095.00 $3,095.00 20 R&D Existing Concrete Sidewalk SY 614 $3.90 $2,394.60 21 R&D Existing Mailbox EA 13 $197.00 $2,561.00 22 Unclassified Excavation (Plan Quantity) CY 2680 $15.35 $41,138.00 23 Select Embankment (Plan Quantity) CY 2412 $20.50 $49,446.00 24 Embankment (Plan Quantity) CY 2470 $10.50 $25,935.00 25 Rock Excavation CY 100 $135.00 $13,500.00 26 Subgrade Preparation SY 3620 $3.15 $11,403.00 27 4" Topsoil Placement SY 8820 $1.90 $16,758.00 28 *Undercut and Stone Backfill CY 300 $46.51 $13,953.00 29 18" RCP, Class III, Under Pavement LF 428 $67.80 $29,018.40 30 18" RCP, Class III LF 505 $47.60 $24,038.00 31 24" RCP, Class III, Under Pavement LF 78 $120.91 $9,430.98 32 24" RCP, Class III LF 357 $57.85 $20,652.45 33 30" RCP, Class III, Under Pavement LF 60 $112.51 $6,750.60 34 30" RCP, Class III LF 367 $78.60 $28,846.20 35 36" RCP, Class III, Under Pavement LF 79 $120.00 $9,480.00 36 36" RCP, Class III LF 518 $103.00 $53,354.00 37 42" RCP, Class III, Under Pavement LF 140 $145.00 $20,300.00 38 42" RCP, Class III LF 498 $132.00 $65,736.00 0400 -Bid Form - Revised Addendum #1 00400-6 1)OCT1MF.NT 040f1.1 TD FORM (continued) ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 39 18" RCP FES w/Curtain Wall EA 4 $915.00 $3,660.00 40 24" RCP FES w/Curtain Wall EA 1 $1,065.00 $1,065.00 41 36" FES w/Curtain Wall EA 1 $1,880.12 $1,880.12 42 4' DIA. Type MO Curb Inlet EA 17 $2,799.00 $47,583.00 43 4' DIA. Type MO Grated Inlet EA 2 $4,515.00 $9,030.00 44 5' DIA. Type MO Grated Inlet EA 1 $4,800.00 $4,800.00 45 5' DIA. Type MO Curb Inlet EA 16 $3,210.00 $51,360.00 46 4' DIA. Type MO Junction Box EA 7 $2,792.00 $19,544.00 47 4' x 10' Type C Curb Inlet EA 2 $5,199.00 $10,398.00 48 5' x 6' Type C Curb Inlet EA 1 $7,985.00 $7,985.00 49 4' Curb Inlet Extension EA 16 $552.00 $8,832.00 50 8' Curb Inlet Extension EA 2 $995.00 $1,990.00 51 12' Curb Inlet Extension EA 4 $1,050.00 $4,200.00 52 Trench Drain (E. Ranch Dr.) LS 1 $16,470.00 $16,470.00 53 12" Nyloplast Drain Basin with Grate EA 3 $1,525.00 $4,575.00 54 12" ADS N12 Storm Sewer Pipe LF 120 $24.00 $2,880.00 55 Curb Inlet Back Opening EA 1 $1,120.00 $1,120.00 56 9'x4' Reinforced Concrete Box Culvert LS 1 $46,050.00 $46,050.00 57 Connect Existing Yard Drain to Proposed Inlet EA 2 $485.00 $970.00 0400 -Bid Form - Revised Addendum #1 00400-7 DOC4TiV1ENT_0400-BED FORM cone nue ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 58 Rip Rap w/ Filter Blanket SY 105 $78.31 $8,222.55 59 AsphaltMilling SY 1640 $10.00 $16.400.00 60 6" Class 7 Base Course SY 2540 $11.75 $29,845.00 61 8" Class 7 Base Course SY 1080 $16.80 $18,144.00 62 Asphalt Concrete Hot Mix Surface Course (PG70-22) TON 2120 $80.75 $171,190.00 63 Temp. Asphalt Paving (Maintenance of Traffic) TON 50 $160.00 $8,000.00 64 Aggregate Base (Maintenance of Traffic) TON 75 $75.50 $5,662.50 65 Asphalt Street T -Patch SY 870 $32.70 $28,449.00 66 6" Class B 4000 PSI Concrete Pavement (For Road Widening) SY 1345 $36.45 $49,025.25 67 Concrete Curb & Gutter (Standard) LF 4400 $14.60 $64,240.00 68 Concrete Drop Curb LF 175 $23.00 $4,025.00 69 Concrete Cross Pan LF 85 $29.00 $2,465.00 70 4" Concrete Slope Paving SY 70 $72.00 $5,040.00 71 4" Concrete Sidewalk w/Class 7 Base SY 885 $38.80 $34,338.00 72 4" Concrete Trail w/Class 7 Base SY 2005 $40.90 $82,004.50 73 6" Concrete Driveway SY 1030 $43.90 $45,217.00 74 Concrete ADA Ramp SY 121 $37.00 $4,477.00 75 Cast -in -Place Detectable Warning Devices (Truncated Domes) SF 310 $13.60 $4,216.00 76 Cast -in -Place Reinforced Concrete Retaining Wall SF 440 $56.30 $24,772.00 0400 -Bid Form - Revised Addendum #1 00400-8 7!l]rtiMENT 04110-RT[) FORM (continued) ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 77 Guard Rail LF 200 $42.00 $8,400.00 78 Furnish and Install Mailbox EA 13 $236.00 $3,068.00 79 Seeding & Mulching AC 1.5 $4,575.00 $6,862.50 80 Solid Sod SY 2600 $4.20 $10,920.00 81 Five Strand Barbed Wire Fence LF 495 $9.45 $4,677.75 82 6' Wood Privacy Fence LF 310 $21.00 $6,510.00 83 4' Chain Link Fence LF 75 $31.50 $2,362.50 84 Temporary Chain Link Fence LF 60 $31.50 $1,890.00 85 Tree Protection Fencing LF 240 $4.91 $1,178.40 86 8" Solid Yellow Pavement Marking (Thermoplastic) LF 345 $2.10 $724.50 87 4" Solid White Pavement Markings (Thermoplastic) LF 3415 $0.53 $1,809.95 88 4" Solid Yellow Pavement Markings (Thermoplastic) LF 970 $0.53 $514.10 89 4" Solid Double Yellow Pavement Markings (Thermoplastic) LF 1515 $1.05 $1,590.75 90 12" Solid White Pavement Markings (Thermoplastic) LF 1100 $10.50 $11,550.00 91 Pavement Symbols (Arrows - Thermoplastic) EA 4 $315.00 $1,260.00 92 Pavement Symbols ("Only" - Thermoplastic) EA 4 $367.50 $1,470.00 93 Pavement Symbols (Bike Lane Symbol - Thermoplastic) EA 12 $525.00 $6,300.00 94 24" x 30" R2-1 Speed Limit Sign w/Support w/Support EA 6 $262.50 $1,575.00 95 30" x 30" Rl-1 Stop Sign w/Support EA 9 $262.50 $2,362.50 0400 -Bid Form - Revised Addendum #1 00400-9 DDOCIJMFN'1' 0400-8ID FORM (continued ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 96 Street Name Sign w/Mounting Hardware w/Mounting Hardware EA 9 $105.00 $945.00 97 30"x30" R14-1 Dead End Sign w/Support EA 1 $262.50 $262.50 98 30"x30" W11-2 Pedestrian Sign w/Support EA 2 $262.50 $525.00 99 Traffic Control & Maintenance LS 1 $85,000.00 $85,000.00 100 Project Signs EA 2 $682.50 $1,365.00 101 Site Photographs & Video LS 1 $3,800.00 $3,800.00 102 Erosion Control Straw Wattle LF 2210 $3.82 $8,442.20 103 Erosion Control Curb Inlet Protection EA 40 $218.00 $8,720.00 104 Erosion Control Rock Check Dam EA 10 $261.12 $2,611.20 105 Erosion Control LS 1 $9,570.00 $9,570.00 106 9"xl 1" Fiberglass/Polymer Concrete Pull Box EA 18 $288.75 $5,197.50 107 1 1/2" Conduit LF 1900 $8.98 $17,062.00 108 4" Electrical Conduit (use as directed) LF 200 $31.50 $6,300.00 TOTAL AMOUNT BID (SCHEDULE 1) $1,780,867.15 BID SCHEDULE 2 EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL 8" PVC, C-900, Class 200 DR -14 109 Water Main LF 2625 $75.60 $198,450.00 6" PVC, C-900, Class 200 DR -14 110 Water Main LF 175 $71.40 $12,495.00 2" PVC, SDR-13.5, Class 200 DR -14 111 Water Main LF 70 $31.50 $2,205.00 1" Polyethylene Class 200 Water 112 Service Tubing LF 650 $15.75 $10,237.50 113 8" Gate Valve with Box EA 16 $1,811.25 $28,980.00 0400 -Bid Form - Revised Addendum #1 00400-10 DOCUMENT 0400 --BID FORM (continued) EST. ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL 114 6" Gate Valve with Box EA 3 $1,496.25 $4,488.75 Three Way Fire Hydrant Assembly 115 with Valve EA 4 $4,200.00 $16,800.00 Remove Existing Fire Hydrant and 116 Deliver to Owner EA 2 $1,050.00 $2,100.00 8" X 8" Tapping Sleeve and Valve 117 with Box EA 1 $3,990.00 $3,990.00 6" X 6" Tapping Sleeve and Valve 118 with Box EA 4 $3,517.50 $14,070.00 119 Epoxy Coated Ductile Iron Fittings LB 7700 $10.50 $80,850.00 Single Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to Existing Building 120 Service EA 12 $1,233.75 $14,805.00 1" Meter Setting, Complete, With Pressure Reducer and Plumber Connection to Existing 121 Building Service EA 1 $1,470.00 $1,470.00 Double Meter Setting, Complete, With Pressure Reducer and Plumber Connection to 122 Existing Building Service EA 2 $1,680.00 $3,360.00 123 Remove Existing Meter Setting EA 16 $367.50 $5,880.00 124 8" Saddle, 1" Corporation Stop and Tap EA 15 $241.50 $3,622.50 125 16" Direct Bury Steel Casing LF 80 $131.25 $10,500.00 126 2" HDPE Bored Casing LF 365 $63.00 $22,995.00 127 Cut and Cap Existing 8" Water Main EA 2 $2,100.00 $4,200.00 128 Cut and Cap Existing 6" Water Main EA 4 $2,100.00 $8,400.00 Cut and Cap Existing 2" or 2 1/4" Water Main 129 Main EA 2 $1,050.00 $2,100.00 130 Adjust Existing Water Valve to Grade EA 4 $420.00 $1,680.00 131 Abandon Existing Water Valve EA 8 $630.00 $5,040.00 Connect New 2" Main to Existing 2" 132 or2 1/4" Water Main EA 2 $630.00 $1,260.00 0400 -Bid Form - Revised Addendum #1 00400-11 DOCUMENT 0400 -BID FORM (continued) ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 133 Remove Existing Cap and Connect New 8" Water Main to Existing 8" Water Main EA 1 $840.00 $840.00 134 8" PVC Sewer Main, SDR-26 LF 1464 $114.45 $167,554.80 135 6" PVC Sewer Service, SCH 40 LF 40 $114.45 $4,578.00 136 4" PVC Sewer Service. SCH 40 LF 700 $63.00 $44,100.00 137 4' Diameter Drop Manhole Up to 6' Deep EA 9 $4.200.00 $37,800.00 138 4' Diameter Standard Manhole Up to 6' Deep EA 3 $2,520.00 $7,560.00 139 Extra Manhole Depth Over 6' Deep VF 66 $183.75 $12,127.50 140 Remove/Abandon Existing Manhole EA 8 $2,100.00 $16,800.00 141 Raise Existing Sewer Manhole to Grade Using Riser Rings EA 1 $420.00 $420.00 142 Sewer Service Connection on 8" PVC EA 8 $220.50 $1,764.00 143 6" Manhole Tap for Sewer Service EA 2 $525.00 $1,050.00 144 4" Manhole Tap for Sewer Service EA 1 $525.00 $525.00 145 Plug Existing Sewer at Manhole Wall EA 6 $525.00 $3,150.00 146 Connect 8" Sewer to Existing Manhole, Core Drill Manhole Wall EA 2 $1,575.00 $3,150.00 147 Convert Existing Manhole to Drop Manhole EA 1 $3,675.00 $3,675.00 148 Sanitary Sewer Main Televising LS 1 $6,825.00 $6,825.00 149 Act 291, 1993 Trench and Excavation Safety System for Water and Sewer Installation LS 1 $22,050.00 $22,050.00 TOTAL AMOUNT BID (SCHEDULE 2) $793,948.05 0400 -Bid Form - Revised Addendum #1 00400-12 DOCUMENT 0400 -BID FORM (continued) TOTAL AMOUNT BID (SCHEDULE 1+2) $2,574,815.20 The City intends to award to the lowest responsive responsible bidder based on the evaluation of the sum of Schedule 1 and Schedule 2. Bidders shall bid on both schedules. Failure to bid on both Schedule 1 and Schedule 2 shall result in bid rejection. 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: 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 in the amount of 5% of Bid Amount 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: APAC-Central, Inc. 755 E. Millsap Road, P.O. Box 9208 Fayetteville, AR 72703 Email David.Foster apac.com Phone No. (479) 587-3300 Fax No. (479) 521-2826 0400 -Bid Form - Revised Addendum #1 00400-13 DOCUMENT 0400 -BID FORM (continued) 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 JE /O' , 20d(o. Arkansas State Contractor License No. 00 D l l $Y 0 17 If Bidder is: Name (type or rated): By: (SEAL) (Individual's Signature) Doing business as: Business address: Phone No: Fax No. Email Address: Partnership N By: (Signature of Name (type or printed): Business address: Phone No: Email Address: EAL) -attach evidence of authority to sign) Fax No. 0400 -Bid Form - Revised Addendum #1 00400-14 DOCUMENT 0400 -BID FORM (continued) A Corporation or LLC Corporation Name r 2-1 / (SEAL) State of Incorporations# Type (General Business, Professional, Service, Limited Liability): By:_ (Signature of general partner -attach evidence of authority to sign) Name (type or printed): /-AVY ' L E5Z Title: l ______________________________- (CORPORATE SEAL) Attest: (Signature of Corporate Secretary) Business address: '7C /4(&A41° Phone No: i `�"t 1— Fax No. 47 J v Email Address: Cl/, , am?, & d . CQr►1 END OF DOCUMENT 00400 0400 -Bid Form - Revised Addendum #1 00400-15 ACTION BY WRITTEN CONSENT IN LIEU OF AN ANNUAL MEETING OF THE BOARD OF DIRECTORS OF APAC-CENTRAL, INC. The undersigned, being all of the members of the Board of Directors (each individually, a "Director" and collectively, the "Directors") of APAC-Central, Inc., a Delaware corporation (the "Corporation"), do hereby, pursuant to §141 (f) of the Delaware General Corporation Law, give this written consent (a) to the dispensation of an annual meeting of the Board of Directors of the Corporation, and (b) to the taking of the following actions, such actions to have the same force and effect had a meeting been duly called and held: I. ELECTION OF OFFICERS RESOLVED, that effective December 7, 2015 all previous elections of officers are terminated, and the following persons be, and hereby are, elected to serve as officers of the Corporation (each individually, an "Officer" and collectively, the "Officers") in the capacities set forth opposite their respective names until such time as their successors shall be elected and qualified: Brandon Lefevre President Murry E. Cline Vice President/Assistant Secretary Park E. Estes Vice President/Assistant Secretary David L. Foster Vice President/Assistant Secretary Kristopher P. McClanahan Vice President/Assistant Secretary Michael J. Eshleman Vice President/Assistant Secretary Gregory W. White Treasurer Mike Marshall Secretary FURTHER RESOLVED, that the Officers be, and each of them hereby is, authorized to execute and deliver agreements, contracts, documents, certificates, and other instruments, under the seal of the Corporation if required, for the purpose of conducting the Corporation's business, including without limitation, selling products and securing construction work, and to take such other action, as they may deem necessary, advisable, convenient, or appropriate to carry out and fully perform duties incident to the office or offices so appointed, and such other duties as may be prescribed by the Board of Directors from time to time; II. APPOINTMENT OF AUTHORIZED EMPLOYEES RESOLVED, that effective December 7, 2015 all previous appointments of authorized employees are terminated, and that the following persons be and each of them hereby is appointed to serve as an authorized employee of the Corporation (each individually, an "Authorized Employee" and collectively, the "Authorized Employees"), which persons shall be Document Integrity Verified IAth,h:r Document Cloud Transaction Number: CB.ICHBCAABAAO2vIgFZfC7OcXyF6HuE5PrIZWHITFsP authorized to execute and deliver such agreements, contracts, documents, certificates and other instruments, under the seal of the Corporation if required, for the purpose of conducting the Corporation's business including, without limitation, selling products and securing construction work: Dallas E. Arnold Michael J. Dugan Ted B. Craft Robert L. Bryant Michael E. Emmons Douglas Fronick Joshua W. Davis Thaddeus Yeargain FURTHER RESOLVED, that the President of the Corporation may, from time to time, without further action by the Board of Directors, appoint other persons to serve as authorized employees, or remove any individuals from this capacity, and to direct those appointed to take such action, as he may deem necessary, advisable, convenient or appropriate to carry out and fully perform the duties incident to the office of President, III. AUTHORIZATION OF TRADE NAMES RESOLVED, that the activities and operations of the Corporation may be carried on in any of the following manners or styles as may from time -to -time be deemed necessary or appropriate: Arkhola Sand & Gravel Co. McClinton -Anchor Co. APAC-Central, Inc. IV. MISCELLANEOUS RESOLVED, that all actions previously taken by any Officer or Authorized Employee of the Corporation appointed hereunder in his/her capacity as such Officer or Authorized Employee be, and each of them hereby is, adopted, ratified, confirmed and approved in all respects as the authorized acts and deeds of the Corporation; FURTHER RESOLVED, that each undersigned agrees that electronic signatures, whether digital or encrypted, of the Directors are intended to authenticate this consent and to have the same force and effect as manual signatures. As used in the previous sentence, the tern "electronic signatures" means any electronic sound, symbol or process attached to or logically associated with this consent and executed and adopted by a Director with the intent to sign such consent, including, but not limited to, e-mail electronic signatures executed through Adobe© eSign Services; and FURTHER RESOLVED, that this Consent, following execution by each of the Directors, be filed in appropriate order in the minute book of the Corporation. John Parson (JP) Craig Lamberty (CAL) E -signed 2015-12-07 08:52AM MST E -signed 2015-12-07 09:55AM CST john.parson@oldcastlematerials.com clamberty@omgmidwest.com Oldcastle Materials President/COO t . Document Integrity Verified Adobe Document Cloud Transaction Number: THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 KNOW ALL MEN BY THESE PRESENTS, that we APAC-Central, Inc. as Principal, hereinafter called the Principal, and Federal Insurance Company a corporation duly organized under the laws of the State of Indiana as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, AR as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($5%), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BID 16-38, CONSTRUCTION - OLD WIRE ROAD IMPROVEMENTS, MISSION TO ASH NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 10th day of JUNE, 2016. (Witness) (Witness) AP al, Inc. n ripat (Seal) bkU1D L (Title) UP Federal Insurance Company {.A11S::;;;f (Surety) (Seat) Murry'. Cline (Title) Attorney -In -Fact AIA DOCUMENT A310 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Brandon Lefevre, Murry E. Cline and David L. Foster of Fayetteville, Arkansas; Doug Fronick and Michael J. Eshleman of Springfield, Missouri; Kristopher McClanahan and Joshua W. Davis of Tulsa, Oklahoma, each as their true and lawful Attorney- In- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bid bonds and bid undertakings not to exceed $1,000,000.00 (One million United States Dollars) given or executed In the course of business (but not to include any instruments amending or altering the same, nor consents to the modification or alteration of any instrument referred to in said bonds or obligations on behalf of APAC — Central, Inc. as principal in connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bid bonds or bid obligations by such Attorney- in- Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, In pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VICjI.ANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 21 day of March, 2016. Dawn M Soros, Assistant Secretary . Norris, Jr., Vice Preside STATE OF NEW JERSEY ss. County of Somerset On this 21st day of March, 2016 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that she signed said Power of Attomey as Assistant Secretary of said Companies by like authority, and that she is acquainted with David B Norris, Jr, and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr„ and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal KATHERINE J. ADEI.AA;t �QTAR}� NOTARY PUaLIC OF NEW JERSEY rfr.+w No. 2316885 PtTlil,.1 Commission Expires July 16, 2019 Notary Public j� CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'Except as otherwise provided in these By -Laws or by law or as otherwise directed by the Board of Directors, the President or any Vice President shall be authorized to execute and deliver, in the name and on behalf of the Corporation, all agreements, bonds, contracts, deeds, mortgages, and other instruments, either for the Corporation's own account or In a fiduciary or other capacity, and the seal of the Corporation, If appropriate, shall be affixed thereto by any of such officers or the Secretary or an Assistant Secretary. The Board of Directors, the President or any Vice President designated by the Board of Directors may authorize any other officer, employee or agent to execute and deliver, in the name and on behalf of the Corporation, agreements, bonds, contracts, deeds, mortgages, and other instruments, either for the Corporation's own account or In a fiduciary or other capacity, and, if appropriate, to affix the seal of the Corporation thereto. The grant of such authority by the Board or any such officer may be general or confined to specific instances' I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (I) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S Treasury Department; further, Federal and Vigilant are licensed in the U.S. Virgin Islands, and Federal is licensed in Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and (ii) the foregoing Power of Attorney is true, correct and in full force and effect Given under my hand and seals of said Companies at Warren, NJ this 'ccJLih)R 'Z€,t tvj Dawn M. Chloros, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS Form 15-10- 0225B- U CORP CONSENT (rev 12-14) SURETY ACKNOWLEDGMENT STATE OF ARKANSAS COUNTY OF WASHINGTON } SS On this 10TH day of JUNE, 2016, before me personally came MURRY E. CLINE to me known, who, being by me duly sworn, did depose and say that he is an Attorney - In -Fact of FEDERAL INSURANCE COMPANY the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation, that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said seal as Attorney -In -Fact of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. �y`i��A11111 I I f 1 !!!!fljfl 08LIC : Notary Public %OUN `S��� DOCUMENT 00410 - BID BOND KNOW ALL MEN BY THESE PRESENTS: that we as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of as Surety, Dollars ($ ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: Old Wire Road Improvements -Mission Blvd. to Ash St. NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00410 -Bid Bond 00410-i DOCUMENT 00410 - BID BOND (continued) which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 20_ By PRINCIPAL SURETY (CORPORATE SEAL) ATTORNEY -IN -FACT (CORPORATE SEAL) (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 00410 -Bid Bond 00410- 2 DOCUMENT 00430 - LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: OLD WIRE ROAD IMPROVEMENTS - MISSION BLVD. TO ASH ST. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value .. ALL SE? )iLt CL. i T?1C_ ' z oO 1/d% SWPPP/Erosion Control n3 A -1 —LA -;?C LY{A%bSC E 3l, y/ S. z� fi9 H CiCJ l < �—L ►Z A3phalt— 1'tot is Li0.0c� fie- S c Jt?�tJ tJ�LI LL Ey S C� �cl ?S�, l `f ! tTittflEs Gv}s$ J1LLc ? Land3caping -f�i?i,J �S, 7.5� 5.Tgipw(1 Material Testing Other (designate) NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bidder's Signature END OF DOCUMENT 00430 00430 -List of Subcontractors 00430 — City of Fayetteville - Purchase Order Request (PO) Requisition o.: ate: 6/1012016 (Not a Purchase Order} P NumberAll 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 #: 7170 Vendor APAC-Central, Inc Mail prs Svc Leg istar#: Name 2016-0302 FOB Point Taxable Address PO Box 9208 O$ Expected Delivery Date: City Fayetteville State. AR Ship to code: Quotes Attached 72703 D'`•$ N O equester: Matt Casey Requester's Employee #: Extension: 2119 444.3429 Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Project.Sub# Inventory # Fixed Asset # 1 Roadway Construction for Old Wire Rd. (Mission to Ash) 1 1,780,867.15 51,780,867.15 4520.9556.5809.00 06035.2600 Water & Sewer Improvements to Old Wire Rd. (Mission to Ash) 1 793,948.05 $793,948.05 5400.5600.5808.00 06035.2600 3 $0.00 4 $0.00 50.00 $0.00 50.00 $0.00 $0.00 50.00 Shipping/Handling Lot $0.00 Special nstructrons: Subtotal $2,574,815.20 Tax: $0.00 Total: $2,574,815.20 Approvals Mayor: Department Director: Purchasing Manager. Chief Financial Officer: Budget Director. IT Director Dispatch Manager.___________________Utilities Manager Other: I' evJsea lr6-IFCNls City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division: Engineering Adjustment Number 201 6 Dept.: Development Services Requestor: Kristin Cavette for Chris Brown BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Funding to cover Old Wire Road (Mission to Ash) bids including Water & Sewer improvements. RESOLUTION/ORDINANCE COUNCIL DATE: LEGISTAR FILE ID#: 7/5/2016 2016-0302 6/15/2016 1:01 PM Budget Director TYPE: DESCRIPTION: GLDATE: POSTED: Date TOTAL Account Number - Increase / (Decrease) Expense Revenue Project.Sub# Project Sub AT v.20160125 Account Name 5400.5600.5808.00 (772,029) - 11011 1 EX Water Line Improvements 5400.5600.5808.00 772,029 - 06035 2600 EX Water Line Improvements 4520.9556.5809.00 (1,947,998) 06035 1 EX Street Improvements 4520.9556.5809.00 1,947,998 - 06035 2600 EX Street Improvements C:\Users\Ismith\AppData\Roaming\L5\1emp\c8e8d5a8-eoe5-4bd0-94c9-5a36da59f379 I of I I Chris Brown Submitted By City of Fayetteville Staff Review Form 2017-0057 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item AUP64)e4xQ ®Id V (CC -Q. l . 4,Q�, �35-14 1/25/2017 Engineering / Development Services Department Submitted Date Division / Department Action Recommendation: Approval of an Agreement with American Electric Power for Utility Relocations on the Old Wire Rd. (Mission to Ash) Improvements Project. Budget Impact: 4520.800.9556-5809.00 Sales Tax Capital Improvements Account Number Fund 06035.2600 Old Wire Road (Mission to 265) Project Number Project Title Budgeted Item? Yes Current Budget $ 2,041,098.00 Funds Obligated $ 1,781,838.44 Current Balance — Does item have a cost? Yes Item Cost $ 15,839.40 Budget Adjustment Attached? NA Budget Adjustment # Remaining Budget Previous Ordinance or Resolution # 135-16 v20140710 Original Contract Number: Approval Date: Comments: CITY OF 7ay%Zt—Ile ANSAS 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: January 25, 2017 Subject: AEP Agreement (Old Wire Road — Mission to Ash Project) PROPOSAL: Mayor's Approval Only City Council passed Resolution No. 135-16 on July 5, 2016, approving a construction contract with APAC- Central, Inc. for the construction of the roadway improvements along Old Wire Road from Mission to Ash. This project includes two vehicular travel lanes, bike lanes on each side, a 10' to 12' wide trail along the east side, a 5' sidewalk on the west side as well as the storm -sewer, water and sewer installation. The City of Fayetteville Transportation Committee recommended that staff pursue underground relocations of the overhead electric and the communications lines. In order to facilitate the underground relocations, conduit will be installed as part of the roadway improvement project. In addition to the conduit installation there are costs to be incurred by American Electric Power (AEP) to transfer this portion of their system from overhead to underground. SWEPCO has estimated the additional costs for the underground installation to be $15,839.40. RECOMMENDATION: Staff recommends approval of an agreement with American Electric Power in the amount of $15,839.40 for utility relocations along Old Wire Road as part of the street improvement project. BUDGET IMPACT: The roadway, trail, storm sewer and overhead utility relocation portion of this project is funded by the Transportation Bond Fund. The water and sewer relocations in this project are funded by the Water and Sewer. Fund. Attachments: AEP Agreement AEP Cost Estimate S January 20, 2017. To Matt Casey; SOUTF(WESTERN ELECTRIC POWERt Enclosed please find a SWEPCO "Pro -Forma" quote for the work on Old Wire Rd. as we have been discussing. Specifically this quote would be to convert three overhead 7.200 volt electric line crossings on Old Wire Rd. to underground crossings: The locations are approximately at 1781, 1739 and 1701 Old Wire Rd. It would be the City's responsibility to provide and install the conduits and steel 90 degree elbows, per SWEPCO drawing D-16-117. The conduits will be installed to meet SWEPCO specifications. SWEPCO personnel will need to inspect the installation prior to backfilling the ditch. .Swepco will coordinate with your crews, and install and terminate the new underground cable and remove the old overhead cable. However, it will be, necessary for the poles to remain in place until AT&T and COX remove their cables. As always if you have additional questions feel at liberty to contact me. Quote and terms accepted: Cityof Fay tteville, Arkansas By, �h Lioneld Jord ayor Date: O dZ — 0 G — ..Z U / 7 Attest: � nn►n, Sondra Smith, City, fF� fto G:•G\�Y =0;FAYF `VILLA ; . � may° CO. :'QKA NSP • J?.`. 'Jack Reg aI Technician Specialist Senior Bill To: City Of Fayetteville 113 West Mountain Fayetteville, AR 72701 American Electric Power Attn: Sandi Le Vasseur 101 W. Township St. Fayetteville, AR 72703 Company No: Contract No: Customer No: Date: Amount Due: Amount Remitted: PLEASE DETACH AND RETURN WITH PAYMENT Contract No: DWMS00000355655 Date: 1/20/2017 Description Cost to convert 3 overhead, 7200 volt electric line crossings on Old Wire Rd. to underground crossings. The locations are. approximately at 1781, 1739 and 1701 Old Wire Rd. This quote reflects a tax cost. PRO FOS 159 DWMS00000355655 10001101 1/20/2017 15,839.40 Page: .1 Customer No: 10001101 Purchase Order: 63631813 Quantity UOM Init Atgt. Net Amount 1.0 EA 15, 839.40 15, 839.40. Page 1 of 1 Amount Due: 15,839.40 Across from 1781 Old Wire Rd. Across from 1701 Old Wire Rd. City of Fayetteville Staff Review Form Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item TA - sec rW [ e Old ceRc aO A Matt Casey 2/13/2017 Engineering / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order No.2 for the Old Wire Road Improvement project in the amount of $46,179.50 for the installation of approximatley 215 feet of 8" water main along Ranch Drive. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 06035.2600 Old Wire Road Improvements (Mission to Ash) Project Number Project Title Budgeted Item? Yes Current Budget $ 1,193,962.00 Funds Obligated $ 1,074,869.06 Current Balance x _. Does item have a cost? No Item Cost $ 46,179.50 Budget Adjustment Attached? No Budget Adjustment $ - # Remaining Budget s 1 V20140710 Previous Ordinance or Resolution # 135-16 Original Contract Number: Comments: Approval Date: — CITY OF 'ttVi1e 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: February 13, 2017 Subject: Approval of Change Order No. 2 Mayor's Approval Only PROPOSAL: In July 2016, the City Council approved a contract with APAC Central, Inc. for construction of the construction of improvements to Old Wire Road from Mission Boulevard to Ash Street. The contract amount was $2,574,815.20, with a contingency amount of $386,222.00. The project consists of improvements to the collector street that will provide safer pedestrian and bicycle travel paths, as well as improvements to significant drainage issues in the area. There will be two vehicle lanes, with turn lanes at Ash Street, bicycle lanes in each direction, a 5 ft sidewalk along the west side of the roadway, and a 10 foot wide shared use trail along the east side of the roadway. The project also includes replacing the existing water and sewer mains along the length of the project. Initially staff believed that the existing 2" water main on Ranch Drive looped around to the east and connected to an existing 1.5" water line. With that in mind, the design of the new 8" water main along Old Wire included stubbing out an 8" line with a connection to the existing 2" line. This configuration allowed for the future extension of the 8" main if needed. During construction, it was discovered that there is a gap between these ,existing mains and that the meters on Ranch Drive are all served off of small dead end lines. It would be beneficial to extend the proposed 8" main further east than planned so that it connect to the existing 1.5" main. This addition will create a loop for this subdivision and will also provide a fire hydrant within the development. RECOMMENDATION: Staff recommends approval of this Change Order #2 which will increase the contract amount by $46,179.50 but will have no impact on the contract time. BUDGET IMPACT: This project is funded by the Transportation Bond Program and Water and Sewer Sales Tax Construction Bonds. A 15% project contingency was approved with this construction contract. After this change order, there will be $72,913.44 left in the water and sewer portion of the contingency. Mailing Address: DEVELOPMENT SERVICES 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 • CHANGE ORDER aveevle ARKANSAS Contract Title Old Wire Road Improvements (Mission to Ash) Change Order No. 2 Date of Issuance To Contractor: APAC Central, Inc. ORDINANCE/RESOLUTION: 135-16 The Contract is changed as follows: Effective July 5, 2016 Bid Bid Previous Unit Contract Revised Revised Original Revised Contract Item Item Estimated of Unit Estimated Unit Estimated Estimated Changes No. Description Quantity Measure Price Quantity Price Cost Cost 8" PVC ,C-900, Class O00 DR -14 109 Water Main 2625 LF $75.60 2840 $75.60 $198,450.00 $214,704.00 I"PolythyleneClass 200 Water 112 Service Tubing 650 LF $15.75 700 $15.75 $10,237.50 $11,025.00 Three Way Fire Hydrant 115 Assembly with Valve 4 EA $4,200.00 5 $4,200.00 $16,800.00 $21,000.00 8" Saddle, 1" Corporation Stop 124 and Tap IS EA $241.50 17 $241.50 $3,622.50 $4,105.50 150 Asphalt Street T -Patch 0 SY $0.00 250 $32.70 $0.00 $8,175.00 151 Rock Excavation 0 CY $0.00 100 $135.00 $0.00 $13,500.00 Full Depth Class 7 Trench 152 Backfill for Ranch Dr. 0.00 TON $0.00 100.00 $27.80 $0.00 $2,780.00 Summation of Cost $229,110.00 $275,289.50 Net Cost for this Change Order $46,179.50 Kt t _... The original Contract Price was $ 2,574,815.20 Net change by previously authorized change orders The Contract Price prior to this Change Order was �_.._ _..._. .... $ ' The Contract Price will {increased by'r, n[remaia ...................._ __.... $ 2,574,815.20 ..........._................._....................,........................_......_..._..........................................._... . $ 46,179.50 The new Contract Price including this Change Order will be $ 2,630,994.70 The Contract Time(s) will be i __............... --__{�nereased+y]{deereased_bAremain unchanged} calendaz da ys Required dates of Competion as of the date of this Change Order therefore are: ......... SubstantialCompletion.........................................._..._....._._....._.................................. -------- — — -----...-_------------------------------------_-------- November 3, 2017 Final Completion December 3, 2017 NOTE: This summery does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. APAC CENTRAL, INC. i_- �-c� 7 Z- Z1 -r7 BY DATE k Old Wire Road Improvement Project Change Order No. 3 City of Fayetteville Staff Review Form 13 5—I 2017-0489 Legistar File ID N/A Jonathan Ely Submitted By City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item I� 9/6/2017 Engineering / Development Services Department Submitted Date Division / Department Action Recommendation: Approval of Change Order No.3 for the Old Wire Road Improvement project in the amount of $4,480.10 for the installation of approximatley 35 feet of Handrail, and replacement of 2 gates. 4520.800.9556-5809.00 Account Number 06035.2600 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Previous Ordinance or Resolution # 135-16 Original Contract Number: Comments: Budget Impact: Transportation Bond Fund Fund Old Wire Road Improvements (Mission to Ash) Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 5,334,116.00 $ 2,173,227.74 $ 3,160,888.26 $ 4,480.10 $$ 3,156,408.16 V20140710 Approval Date: g_ KI CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Jordan THRU: Don Marr, Chief of Staff Chris Brown, City Engineer FROM: Jonathan Ely, Development and Construction Manager DATE: September 6, 2017 SUBJECT: Approval of Change Order No. 3 STAFF MEMO RECOMMENDATION: Staff recommends approval of this Change Order #3 which will increase the contract amount by $4,480.10 but will have no impact on the contract time. BACKGROUND: In July 2016, the City Council approved a contract with APAC Central, Inc. for construction of the construction of improvements to Old Wire Road from Mission Boulevard to Ash Street. The contract amount was $2,574,815.20, with a contingency amount of $386,222.00. Council approved Change Order No. 1 was approved on 10/3/16 for an extension of 90 days to allow for utility relocation. Change order No. 2 was approved on 2/27/17 for additional water main connection. The project consists of improvements to the collector street 'that will provide safer pedestrian and bicycle travel paths, as well as improvements to significant drainage issues in the area. There will be two vehicle lanes, with turn lanes at Ash Street, bicycle lanes in each direction, a 5 ftsidewalk along the west side of the roadway, and a 10 foot wide shared use trail along the east side of the roadway. DISCUSSION: During construction, it was discovered that a portion of existing handrail along Ash Street was severely damaged, and in need of repair. In addition, a portion of the new sidewalk in this area has a steep drop off next to it near the creek. A new handrail is needed in this area to protect pedestrians from the adjacent drop off. Also, 2 steel gates were damaged during utility relocations for the previous phase, this change order would approve replacement for those. BUDGET IMPACT: This project is funded by the Transportation Bond Program and Water and Sewer Sales Tax Construction Bonds. Attachments: Change Order #3 Picture of Railing Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF P � FAYETTEVILLE ARKANSAS CHANCE ORDER Contract Title Old Wire Road Improvements (Mission to Ash) Change Order No. 3 Date of Issuance To Contractor: APAC Central. Inc. ORDINANCE RESOLUTION: 135-16 The Contract is changed as lilllows: Ellectivc July 5, 22016 Bid Bid Previous Unit Contract Revised Revised Original Revised contract Item Itent Estimated of Unit Estimated Unit Estimated Estimated Chanies No. Description Quantity Measure Price Quantity Price Cost Cost 153 Install Type 42" 111 Handrail (Gals. & Powdercoated Black), includes removal orexisting rail 0 I -P SIi.00 35 S89.S6 50M)) $3145.11) 154 Replace E :stim_ Gates (Primer & Painted Black) 0 EA 50.00 2 $667.50 Sli.00 51.335.00 Summation of Cost $0.00 54,480.10 Net Cost for this Change Order 54,480.10 Not valid until signed by the (honer The original Contract Price was S 2.574.8)5.20 Net change by previously authorized change orders $ 46,17950 ........................................................................................................................................................ The Contract Price prior to this Change Order was S 2.620,994.70 ........................................................................................................................................................ The Contract Price will [increased by}Itlsscuase jremaio-unuharwedj S 4.480.11) -............................................................................................................._........................................ The new Contract Price including this Change Order will be S 2.625.474.80 The Contract Time(s) will be (h+(f4euv esed-[+♦[remain unchanged] calendar days ................................................................ Required dates of Competion as ofthe date of this Change Order therefore are: ..................................._.................................................. I............ Substantial Completion November 3, 2017 Final Completion December 3, 2017 NOTE: This summon• does not reticct change,: in the Contract Price or Timely) +,hich have been authorized by Work Change Directives not incorporated in this or previous Change Orden. A /1 APAC CENTRAL. INC. Y AYE 'IL E BY DATE V -y DATE A?k Old Wire Road Improvement Project Change Order No. 3 City of Fayetteville Staff Review Form 2017-0489 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item I� J / Jonathan Ely 9/6/2017 Engineering Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order No.3 for the Old Wire Road Improvement project in the amount of $4,480.10 for the installation of approximatley 35 feet of Handrail, and replacement of 2 gates. A 4520.800.9556-5809.00 Account Number 06035.2600 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Previous Ordinance or Resolution # 13S-16 Original Contract Number: Comments: Budget Impact: Transportation Bond Fund Fund Old Wire Road Improvements (Mission to Ash) Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 5,334,116.00 $ 2,173,227.74 $ 3,160,888.26 $ 4,480.10 $$ 3,156,408.16 V20140710 Approval Date:q— 15— ) 9 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Jordan THRU: Don Marr, Chief of Staff Chris Brown, City Engineer FROM: Jonathan Ely, Development and Construction Manager DATE: September 6, 2017 SUBJECT: Approval of Change Order No. 3 STAFF MEMO RECOMMENDATION: Staff recommends approval of this Change Order #3 which will increase the contract amount by $4,480.10 but will have no impact on the contract time. BACKGROUND: In July 2016, the City Council approved a contract with APAC Central, Inc. for construction of the construction of improvements to Old Wire Road from Mission Boulevard to Ash Street. The contract amount was $2,574,815.20, with a contingency amount of $386,222.00. Council approved Change Order No. 1 was approved on 10/3/16 for an extension of 90 days to allow for utility relocation. Change order No. 2 was approved on 2/27/17 for additional water main connection. The project consists of improvements to the collector street 'that will provide safer pedestrian and bicycle travel paths, as well as improvements to significant drainage issues in the area. There will be two vehicle lanes, with turn lanes at Ash Street, bicycle lanes in each direction, a 5 ft. sidewalk along the west side of the roadway, and a 10 foot wide shared use trail along the east side of the roadway. DISCUSSION: During construction, it was discovered that a portion of existing handrail along Ash Street was severely damaged, and in need of repair. In addition, a portion of the new sidewalk in this area has a steep drop off next to it near the creek. A new handrail is needed in this area to protect pedestrians from the adjacent drop off. Also, 2 steel gates were damaged during utility relocations for the previous phase, this change order would approve replacement for those. BUDGET IMPACT: This project is funded by the Transportation Bond Program and Water and Sewer Sales Tax Construction Bonds. Attachments: Change Order #3 Picture of Railing Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS CHANGE ORDER Contract Title Old Wire Road Improvements (Mission to Ash) Change Order No. 3 Date of Issuance To Contractor: APAC Central. Inc. ORDINANCE RESOLUTION: 135-16 The Contract is changed as IbIlows: E1lective July 5,'--016 Bid Bid Previous Unit Contract Revised Revised Orieinal Revised (()Illl'ael Ilelll Ilelll Es111naICd of 1;nit Estimated Unit Estimated Estimated C'han_ees No. Description Quanlity \geasure Price Quantity Price Cost Cost 153 Install Type 42" III Handrail (Galv..0 Powdercooted Black), includes removal of exisfing rail 0 LF S1i.00 35 S89.86 50.00 S.i.145.11) 154 Replace Es;slim_ Gales (Primer & Painted Black) 0 EA 50.010 7 5667.50 50.00 51.335.00 Summation of Cos[ $0.00 54,480.10 Net Cost for this Change Order S4,480.10 Not valid until signed by the (honer The original Contract Price leas S 2.574.8 H.20 Net change by previously authorized change orders ........................................................................................................................................................ 5 46,17930 The Contract Price prior to this Change Order was ........................................................................................................................................................ S 2,620,994.70 The Contract Price will [increased b\'��di'l-'-Ffa�`��FeFFldirT-tlnrhBtW_2d� -............................................................................................................._........................................ � 4.4M(I. 10 The new Contract Price including this Change Order will be S 2.625.474.80 ................................................................ The Contract Tinc(s) will be {,remain unchanged] calendar days ................................................................ Required slates of Competion as ofthe date of this Change Order therefore are: - ...................... ............. Substantial Completion ------------------------------------------------------------------------------------------ _..... .................................. ........... I............ November 3. 2017 Final Completion ------------------------------------------------------------------------------------------ Decemher 3, 2017 NOTE: )'his su mmry does not rellcct change,: in the Contract Pric. or Time(s) +vhich hove' been authorized by Work Change Directives not incorporated in this or previous Change Orden. APAC CENTRAL, INC. Y AYE 1IL E n BY DATE Y DA'I E _ < � � o: Y egfr. ' ��-.`ya.'T�-` - parry &�, �..3• a..z " � Yrc. N�i�' �r '• 1�,'�a. � `� E > � • 1, i � �� u �' �f , „� _ . a -u ., � h r y � T u.. z. y »... •ba•� efs„f& ” Kdk NM, r W H �A �' J. • u ' Old Wire Road Improvement Project Change Order No. 4 Res i35J6 City of Fayetteville Staff Review Form 2017-0554 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Engineering / Matt Casey 9/22/2017 Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order No.4 for the Old Wire Road Improvement project in the amount of $46,575.20 for the construction of approximately 380 If of 10' wide sidewalk to connect with the new ARDOT ADA ramp at the intersection with Hwy 45 (Mission Blvd.). Budget Impact: 4520.800.9556-5809.00 Transportation Bond Fund Account Number Fund 06035.2600 Old Wire Road Improvements (Mission to Ash) Project Number Project Title Budgeted Item? Yes Current Budget $ 5,334,116.00 Funds Obligated $ 2,177,707.84 Current Balance $ 3,156,408.16 Does item have a cost? Yes Item Cost $ 46,575.20 Budget Adjustment Attached? No Budget Adjustment $ - # Remaining Budget $ 3,109,832.96 V20140710 Previous Ordinance or Resolution # 135-16 Original Contract Number: Approval Date: (QII Comments: KICITY OF FAYETTEVILLE ARKANSAS TO: Mayor Jordan THRU: Don Marr, Chief of Staff Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: September 22, 2017 SUBJECT: Approval of Change Order No. 4 STAFF MEMO RECOMMENDATION: Staff recommends approval of this Change Order #4 which will increase the contract amount by $46,575.20 and increase the contract time by 21 days. BACKGROUND: In July 2016, the City Council approved a contract with APAC Central, Inc. for construction of the construction of improvements to Old Wire Road from Mission Boulevard to Ash Street. The contract amount was $2,574,815.20, with a contingency amount of $386,222.00. Council approved Change Order No. 1 was approved on 10/3/16 for an extension of 90 days to allow for utility relocation. Change Order No. 2 was approved on 2/27/17 for additional water main connection. Change Order No. 3 was approved on 9/15/17 for the replacement of handrail for the culvert on Ash Street and to replace a gate that was damaged during utility relocations. DISCUSSION: ARDOT recently finished the construction of improvements to Old Wire Road at the intersection with Mission Blvd. (Hwy 45). The City's project will connect to the north end of their completed project. The City's project includes a 10' wide trail along the east side of Old Wire Road, but this trail was not included in the ARDOT project. This change order will add this portion of trail to the City's project and provide a connection to the ADA ramp installed at the signal with Mission Blvd. The City has received a permit from ARDOT for this construction. The contractor has also experience delays recently because of conflicts with Black Hills Energy's gas lines as well as At&t communication lines. This change order includes ' an increase of the contract time by 11 days for utility delays as well as 10 days for the installation of the trail. BUDGET IMPACT: This project is funded by the Transportation Bond Program and Water and Sewer Sales Tax Construction Bonds. Attachments: Change Order #4 Mailing Addrea� 113 W. Mountain Strout wwvdayetber1110-ar.gav Fayettevnle, AR 72701 CHANGE ORDER Ta*y`eV e S Contract Title Old Wire Road Improvements (Mission to Ash) Change Order No. 4 Date of Issuance To Contractor: APAC Central, Inc. ORDINANCE/RESOLUTION: 135-16 The Contract is changed as follows: Effective July 5.2016 Bid Bid Previous Unit Contract Revised Revised Original Revised Contract Item Item Estimated of Unit Estimated Unit Estimated Estimated Changes No. Description Quantity Measure Price Quantity Price Cost Cost 9 R&D Existing Concrete Driveway 858 SY $8.30 1079 $8.30 $7,121.40 $8,955.70 24 Embankment 2470 CV $10.50 2770 $10.50 $25,935.00 $29,085.00 27 4" Topsoil Replacement 8820 SY S 1.90 9485 $1.90 $16,758.00 $18,021.50 72 4" Concrete Trail w/Class 7 Base 2005 SY $40.90 2430 $40.90 $82,004.50 $99,387.00 73 4" Concrete Driveway 1030 SY $43.90 .'•1251 $43.90 $45,217.00 $54,918.90' 80 Solid Sod 2600 SY $4.20 3265 $4.20 $10,920.00 $13,713.00 155 Control I LS $0.00 1 $2,350.00 $0.00 $2,350.00 156 CO #4 -Traffic Control & Maintenance 1 LS $0.00 I $8.100.00 $0.00 $8.100.00 The original Contract Price was Net change by previously authorized change orders The Contract Price prior to this Change Order was The Contract Price will {increased by}fdeereaced-by)[remain unchanged] The new Contract Price including this Change Order will be — ~� The Contract Time(s) will be [increased by] Required dates of Competion as of the date of this Change Order therefore are: NOTE: Summation of Cost $187,955.90 $234,531.10 Net Cost for this Change Order $46575.20 calendar Substantial Completion - November 24 2017 Final Completion December 24, 2017 This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. A APAC CENTRAL, INC. _ , Q-2' —c7 BY DATE fq AVGu�I J1 / n: nng:neer:ng vest n aervlces rro ects uIo were to —Mission to Crossover AHTD To Phase 1 DWG AHTD To PHASE 1 d // � � F / k I F 2p`S�`�� <� $ oc10 I cn z p rD aoo 9 e1•� m sss / � I t ij go HF ' -?°i C / _ •r J1rN103 1 #' of h It—ss _��"' 03 a `I I /� • -Y• o� I I rn/-i� II c� 6f �<za 1 7 I z v c/I CITY OF -°o �_ FAYETTEVILLE .`mo� CITY OF FAYETTEVILLE �' OLE- WIRE ROAD PROJECT ARKANSAS E numhi�1: o A. N MISSIC'N BOULEVARD TO PHASE 1 ENGINEERING DIVISION gsF'>z" 113 W. MOUNTAIN STREET yo 9 APAC-CENTRAL, INC. Changre Order No. 5 Old Wire Improvement Project City of Fayetteville Staff Review Form 2017-0633 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Jonathan Ely 10/31/2017 Engineering / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order No.5 for the Old Wire Road Improvement project in the amount of $20,461.93 for the installation of approximately 8,900 square yards of sod over the disturbed areas, and reduction of seed and straw. Budget Impact: 4520.800.9556-5809.00 Transportation Bond Fund Account Number Fund 06035.2600 Old Wire Road Improvements (Mission to Ash) Project Number Project Title Budgeted Item? Yes Current Budget $ 5,334,116.00 Funds Obligated $ 2,358,202.45 Current Balance $ 2,975,913.55 Does item have a cost? Yes Item Cost $ 20,461.93 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 2,955,451.62 V20140710 Previous Ordinance or Resolution # 135-16 Original Contract Number: Approval Date: i I - (Q'I 7 Comments: ,�----� CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Jordan THRU: Don Marr, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Jonathan Ely, Development and Construction Manager DATE: October 31, 2017 SUBJECT: Approval of Change Order No. 5 STAFF MEMO RECOMMENDATION: Staff recommends approval of this Change Order #5 which will increase the contract amount by $20,461.93 . BACKGROUND: In July 2016, the City Council approved a contract with APAC Central, Inc. for construction of the construction of improvements to Old Wire Road from Mission Boulevard to Ash Street. The contract amount was $2,574,815.20, with a contingency amount of $386,222.00. Council approved Change Order No. 1 was approved on 10/3/16 for an extension of 90 days to allow for utility relocation. Change Order No. 2 was approved on 2/27/17 for additional water main connection. Change Order.No. 3 was approved on 9/15/17 for the replacement of handrail for the culvert on Ash Street and to replace a gate that was damaged during utility relocations. Change Order No. 4 was approved on 9/30/17 for the extension of new concrete trail to connect with improvements at Mission Blvd. DISCUSSION: This request is to change the revegetation methods being used from seed and straw to sod. Due to the steep slopes of much of the disturbed area, the installation of sod will help to immediately revegetate and finish the project. We have worked with the contractor to reduce the unit prices of both sod and topsoil since this is a large increase in quantity. The unit price reduction helps offset total increase to the project, and is a benefit for property owners impacted by construction to allow almost instant revegetation of the disturbed areas. The total amount of approved change orders to date is $97,234.80. With approval of change order 5 this total would increase to $117,696.73, leaving $268,525.27 contingency remaining. BUDGET IMPACT: This project is funded by the Transportation Bond Program and Water and Sewer Sales Tax Construction Bonds. Attachments: Change Order #5 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Ta7et�-ile CHANGE ORDER Contract Title Old Wire Road Improvements (Mission to Ash) Change Order No. 5 Date of Issuance To Contractor: APAC Central. Inc. ORDINANCI-;RESOLL r]ON: 135.16 The Coniraci is changed as IbIlows: Eflectivc July 5. 2016 Bid 13id Previous Unit Contract Revised Revised Original Revised Contract Item Item Estimated of Unit Estimated Unit Estimated Estimated Changes No. Description Quantity Measure Price Quantity Price Cost Cost 27 4"Topsoil Placement 9485 SY $1.90 1594 51.90 $18.021.50 S3,0_8.60 79 Seeding and Mulching I.5 ACRE 54.575.00 0.25 54,575.110 56.862.0 S1,14 .75 SO Solid Sod 3265 SY S4.20 1594 $4.2(1 $13713.00 56,694.80 157 4" Topsoil Placement (CO 51 0 SY S0.00 7891 SI.58 $0).00 $12,467.78 158 Solid Sod (CO 5l 0 SY 51100 8931 S4.00 $0.00 $35,724.00 lime ur igi hill t-uniracl trice was Net change by previously authorized change orders The Contract Price prior to this Change Order was ............. The Contract Price will (increased bvIfdeeFeose44w.1fresssainsrchanedl. The new Contract Price including this Change Order will he The Contract Times) will be increased-bp)(deettased by lremain unchanged Required dates ot'Competion as of the date of this Change Order therefore are: Substantial Completion • Final Completion ---------------------- Summation of Cost $38,597.00 $59,058.93 Net Cost for this Change Order $20.461.93 $ S 20.46 1.93 2,692 51 1.93 calendar days .................................................................................................... November 24, 2017 -------------------------------------------------- December 24, 2017 NOTE: ']'his sununaiy does not reflect changes in the Contract Price or l'intc(sl which have been mnhnrized by Work Change Directives not incorporated in this or precious Change Orders. APAC CENTRAL. INC. S bO.3 a -/ 7 BY DATE -ii 135--1 ' Old Wire Road Improvement Project Change Order No. 6 City of Fayetteville Staff Review Form 2018-0099 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Jonathan Ely Submitted By 2/1/2018 Submitted Date Action Recommendation: Engineering / Development Services Department Division / Department Approval of Change Order No.6 for the Old Wire Road Improvement project in the amount of -$12,744.00 for the installation of 130 LF of additional wood privacy fence, additional costs to replace decorative wood privacy fence, and assessment of delay in completion. Budget Impact: 4520.800.9556-5809.00 Transportation Bond Fund • Account Number Fund 06035.2600 Old Wire Road Improvements (Mission to Ash) • Project Number Project Title Budgeted Item? Yes Current Budget $ 3,310,950.00 Funds Obligated $ 1,831,950.00 Current Balance $ 1,479,000.00 Does item have a cost? Yes Item Cost $ (12,744.00) Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ 1,491,744.00 V20140710 Previous Ordinance or Resolution # 135-16 Original Contract Number: Approval Date: Comments: CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Jordan THRU: Don Marr, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Jonathan Ely, Development and Construction Manager DATE: February 1, 2018 SUBJECT: Approval of Change Order No. 6 STAFF MEMO RECOMMENDATION: Staff recommends approval of this Change Order #5 which will decrease the contract amount by $12,744.00 BACKGROUND: In July 2016, the City Council approved a contract with APAC Central, Inc. for construction of the construction of improvements to Old Wire Road from Mission Boulevard to Ash Street. The contract amount was $2,574,815.20, with a contingency amount of $386,222.00. Council approved Change Order No. 1 was approved on 10/3/16 for an extension of 90 days to allow for utility relocation. Change Order No. 2 was approved on 2/27/17 for additional water main connection. Change Order No. 3 was approved on 9/15/17 for the replacement of handrail for the culvert on Ash Street and to replace a gate that was damaged during utility relocations. Change Order No. 4 was approved on 9/30/17 for the extension of new concrete trail to connect with improvements at Mission Blvd. Change Order No. 5 was approved on 11/6/17 for additional topsoil and sod to repair yard areas. DISCUSSION: This request is to add 130 linear feet of wood privacy fence, as well as the decorative trim on the fence to replace the fence that was removed at 1601 N Old Wire Road. Also included are line items for assessment of liquidated damages and contract delays. The total amount of approved change orders to date is $117,696.73. With approval of change order 6 this total would reduce to $104,952.73, leaving $281,269.27 contingency remaining. BUDGET IMPACT: This project is funded by the Transportation Bond Program and Water and Sewer Sales Tax Construction Bonds. Attachments: Change Order #6 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER Ta*y'elr�1 e3AYSA5 Contract Title Old Wire Road Improvements (Mission to Ash) Change Order No. .6 Date of Issuance To Contractor: APAC Central, Inc. ORDI\ANCE.RESOLUTION: 135-16 The Contract is changed as lidlows: Effective Jule 5, 2016 Bid Bid Previous Unit Contract Revised Revised Original Revised Contract Item Item Estimated. of Unit Estimated Unit Estimated Estimated Chandcs No. Description Quantity Measure Price Quantity Price Cost Cost 82 6' blood Privacy Fence 310 LF $21.00 440 S21.00 $6.510.00 59,240.00 159 AdditionalCost 1'or Wood Privacy Fence 0 LS 50.00 I $4,026.00 $0.00 S4,026.00 16(1 Delay of Completion - Substantial Completion 0 EA -S750.00 26 -S750.00 $0.00 -S 19,500.00 161 Delay of Completion - Final Completion 0 EA -$i00.00 0 -S500.00 50.00 50.00 ,Summation of Cost 56,510.00 ($6,234.00) Net Cost for this Change Order (S12,744.00) Not valid until signed by the Owner The original Contract Price was $ 2,574,815.20 Net change by previously authorized change orders S 117,696.73 The Contract Price prior to this Change Order was S 2,692,511.93 The Contract Price will [increased by . de ae c..............................-...................................................................................................................... (12.744.00) The new Contract Price including this Change Order will be S 2,679,767.93 The Contract Time(sl will he [increased by[[EleeF inain-unchanged{ 15 calendar days ................................................................ Required dates of Competion as of the date of this Change Order therefore are: Substantial Completion ----------------------------------------------------------------------- Decenther 9. 2017 Final Completion January 3, 201.7 NOTE_: This summary does not reflect changes in the Contrnct Price or Tinnei si which have been authorir I Work Change Directives not incorporated in this or previous Chance Orders. APAC CENTRAL, INC. C Y FAYE LE c� BY DATE BY DATE