Loading...
HomeMy WebLinkAbout72-20 RESOLUTIONF FCYETT L ogi �Rk AN SPS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 72-20 File Number: 2020-0080 BID #20-26 TRI STAR CONTRACTORS, LLC - 2019 BOND PROJECT: A RESOLUTION TO AWARD BID #20-26 AND AUTHORIZE A CONTRACT WITH TRI STAR CONTRACTORS, LLC IN THE AMOUNT OF $620,456.38 FOR THE UPPER SCULL CREEK 2 DRAINAGE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $93,068.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 SALES TAX BOND 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 #20-26 and authorizes Mayor Jordan to sign a contract with Tri Star Contractors, LLC in the amount of $620,456.38 for the Upper Scull Creek 2 Drainage Improvements Project, and further approves a project contingency in the amount of $93,068.00. 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 2/18/2020 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0080 Agenda Date: 2/18/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 4 BID #20-26 TRI STAR CONTRACTORS, LLC - 2019 BOND PROJECT: A RESOLUTION TO AWARD BID #20-26 AND AUTHORIZE A CONTRACT WITH TRI STAR CONTRACTORS, LLC IN THE AMOUNT OF $620,456.38 FOR THE UPPER SCULL CREEK 2 DRAINAGE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $93,068.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 SALES TAX BOND 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 #20-26 and authorizes Mayor Jordan to sign a contract with Tri Star Contractors, LLC in the amount of $620,456.38 for the Upper Scull Creek 2 Drainage Improvements Project, and further approves a project contingency in the amount of $93,068.00. 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 2119/2020 Matt Casey City of Fayetteville Staff Review Form 2020-0080 2/18/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/24/2020 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $620,456.38 with Tri-Star Contractors, LLC for the construction of the Upper Scull Creek 2 Drainage Improvements Project, approval of a project contingency of $93,068. (15%) and approval of a budget adjustment. 4604.860.7422-5817.00 Account Number 46040.7422 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Budget Impact: 4604 - Drainage Bond Projects Fund Upper Scull Creek Drainage Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 7,968,467.00 $ 919,253.48 $ 7,049,213.52 $ 713,524.38 $ 6,335,689.14 , V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Approval Date: Comments: Amount includes bid amount of $620,456.38 plus a 15% contingency of $93,068.00. CITY OF FAYETTEVILLE ARKANSAS MEETING OF FEBRUARY 18, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: January 24, 2020 CITY COUNCIL. MEMO SUBJECT: Approval of a contract in the amount of $620,456.38 with Tri-Star Contractors, LLC for the construction of the Upper Scull Creek 2 Drainage Improvements Project, approval of a project contingency of $93,068. (15%) and approval of a budget adjustment. RECOMMENDATION: Approval of a contract in the amount of $620,456.38 with Tri Star Contractors, LLC for the construction of the Upper Scull Creek 2 Drainage Improvements Project, approval of a project contingency of $93,068 (15%) and approval of a budget adjustment. BACKGROUND: The City of Fayetteville Engineering Division has prepared the design for this project. The project includes Installation of approximately 968 linear feet of 4'x3' box culvert to 36" storm sewer pipe from Walnut Avenue, east along Johnson Street, north along Olive Avenue and ending on the north side of Rebecca Street. This project replaces existing storm sewer pipes and ditches that are deteriorating and are much too small to handle the amount of water that drains through this neighborhood during larger rain events. DISCUSSION: On January 16, 2020, the City received five (5) construction bids for this project. Tri Star Contractors, LLC submitted the low bid which was approximately 25% below the Engineer's Estimate of $830,200.00. Engineering staff recommends awarding this contract to Tri Star Contractors, LLC. The contract time is 210 days (7 months) for final completion. BUDGET/STAFF IMPACT: The drainage improvements are funded by the 2019 Drainage Bond Program. The water and sewer relocations in this project are funded by the Sales Tax Capital Improvements Water and Sewer Improvements Fund. Attachments: Section 0500 Agreement Bid Submittal Bid Tab Vicinity Map Mailing Address: 113 W. Mountain Street www:fayetteville-ar.gov Fayetteville, AR 72701 DOCUMENT 00500 — AGREEMENT BETWtEN OWNER AND CONTRACTOR Contract Name/Title: UPPER SCULL CREEK 2 DRAINAGE IMPROVEMENTS Contract No.: 20-26, Construction THIS AGREEMENT is dated as of the �— day of Te6YAaf in the year 2010by and between The City of Fayetteville, Arkansas and Tri Star Contractors (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: The project requires demolition, removal, and replacement of existing storm sewer inlets and pipe, curb and gutter, fencing, waterlines, sidewalk, and asphalt pavement. 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 responsibilities, and has the rights and authority assigned to City of Fayetteville 00500 Agreement 00500-1 DOCUMENT 00500 — AGREEMENT (continued) 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 1.80 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 210 calendar days after the date when the Contract Times commence to run: 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT (continued) and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville 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. 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 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. 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: 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. DOCUMENT 00500 — AGREEMENT (continued) 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on. account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month dw ing 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. I . 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. 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT (continued) 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of. the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as, recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied. the Contract Documents including the Addenda and otherrelated 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 a11: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at, or contiguous to the Site, and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT (continued) in the Contract Documents with respect to Underground Facilities at, or contiguous to. the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary, examinations,, 'investigations, explorations, tests, studies, mud 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 byContractor 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 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. L Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 00500 Agreement 00500-6 DOCUMENT 00500 — AGREEMENT (continued) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended,, modified, or supplemented as provided in the GENERAL CONDITIONS: 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. b. 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: UPPER SCULL CREEK 2 DRAINAGE IMPROVEMENTS 8. Addenda numbers inclusive. 00500 Agreement 00500-7 DOCUMENT 00500 — AGREEMENT (continued) 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto.:.AlI Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which.are defined in the GENERAL CONDITIONS. shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A: No assignment by a party hereto of any rights under or interests in the ContractDocuments will be binding on another party hereto without the wr..itten consent of the patty 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. 00500 Agreement 00500-8 DOCUMENT 00500 — AGREEMENT (continued) 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information. Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be'assessed for this compliance. 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. Three counterparts 00500 Agreement 00500-9 DOCUMENT 00500 — AGREEMENT (continued) each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on, (, tii y LL 20 Inwhich ;is the Effective Date of the Agreement. CONTRACTOR: By: A ti -l -hon u� N F �c>edQ i�� S (Type or legibly print) CITY OF FAYETTEVILLE (Signature) Title:CQSice� Title: Mayor 00500 Agreement 00500-10 DOCUMENT 00500 — AGREEMENT (continued) Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy ofthe Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State•to document that the corporation, corporate entity or LLC is in current' Good Standing' with thr--Stale_ of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) (SEAL) Atte Attest 00500 Agreement 00500-11 DOCUMENT 00500— AGREEMENT (continued) Address for giving notices Address for giving notices . VVI O - 113 W. Mountain St. St�O C�XYI S�C,uc1�, Qt Q ,`lCo� Fayetteville. AR 72701 License No. `)1 } 0.0z03X. Agent.for Service of process (Type or legibly print) Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor s.a corporation, corporate` entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is, a corporation, corporate entity or LLC, attach evidence of authority to sign.) END OF DOCUMENT 00500 00500 Agreement 00500-12 Aft CITY OF �4W FAYETTEVILLE ARKANSAS Dates of Advertisement 12.11.2019 & 12.18.2019 Issue Date: 01.16.2020 Number of Addendums: Certification of Funds: Max Award Amount: Bid 20-26, Construction - Scull Creek Drainage Ph 2 Official Bid Tabulation Lioneld Jordan, Mayor 835,000.00 3,043,750.00 Bid No. 20-26 Dale: 01.17.2020 Time: 200 PM ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY Goodwin & Goodwin, Inc. UNIT PRICE AMOUNT Kai... Contractors, Inc. UNIT PRICE AMOUNT Mission Contractors, LLC UNIT PRICE AMOUNT Sweeteer Construction, UNIT PRICE Inc. AMOUNT Tri-Star Contractors, LLC UNIT PRICE AMOUNT 1 Mobilizatim(ShAl not exceed 5% of Total Bid) IS 1 5 35,000.00 5 35,000.00 5 45,00000 $ 45,000.00 5 30,00000 5 30,000.00 5 23,700.00 5 231700.00 5 25,819.58 $ 25,819.58 2 Insurance and Bonding LS 1 $ 401000.00 $ 40,000.00 $ 20,000.00 $ 20,000.00 5 25,000.00 5 25,000.00 $ 10,97500 $ 10,975.00 5 17,660.30 5 17,660.30 3 Construction Control(Staking) IS 1 S 8,000.00 5 8,000.00 5 10,00000 $ 10,000 D0 $ 5,000.00 5 5,00000 $ 5,,400.00 $ 5,400.00 S 5,500.00 $ 5,500.00 4 Traffic Control and Maintenance LS 1 5 20,000.00 $ 20,000.00 5 15,000.00 5 15,00000 S 10,000.00 S 10,000.00 $ 18,000.00 S 18,000.00 S 8,500.00 5 8,500.00 5 Act291,1993 Trench& Excavation Safety Systems LS 1 $ 1,000.00 $ 1,000.00 S 7,500.00 $ 7,500.00 5 5,000.00 S 5,000.00 5 2,500.00 S 2,500.00 5 4,00000 $ 4,00000 6 Clearin&Grubbing,&Demolition IS 1 $ 45,00000 5 45,000.00 $ 20,0..00 $ 20,000.00 5 10,000.00 S 10,000.00 5 9,000.00 5 9,000.00 5 20,000.00 $ 20,000.00 7 Remove antl Dispose of Concrete 5ldewalkand Driveway SY 216 $ 20.00 $ 4,32000 $ 10.00 $ 2,160.00 $ 50.00 S 10,800.00 $ 20.00 S 4,320.00 $ 5.00 S 1,080.00 8 R--nd Dispose of Concrete Carband GNter LF 550 $ 20.00 $ 11,00000 $ 1000 $ 5,50000 $ 25.00 5 13,750.00 $ 20.00 5 11,000.00 $ 5.00 5 2,750.00 9 Remove and Dispose of Existing 5trom Sewer Inlet EA 4 S 1,200.00 $ 4,800.00 $ 1,000.00 5 4,000.00 $ 800.00 $ 3,20000 $ 1,500.00 $ 6,000.00 $ 1,200.00 $ 4,80000 30 Remove and Dispose of Existing Storm Sewer Pipe LF 525 $ 2500 $ 13,125.00 5 10.00 $ 5,250.00 $ 45.00 $ 23,625.00 $ 30.00 $ 15,750.00 5 1000 $ 5,250.00 11 Scut and Remove Asphalt Pavement Sy 208 5 20.00 $ 4,160.00 $ 1000 $ 2,080.00 S 65.00 $ 13,520.00 S 25.00 S 5,20000 $ 5.00 5 1,040.00 12 Site Grading LS 1 S 30,00000 $ 30,000.00 5 20,000.00 $ 20,000.00 S 5,000.00 $ 5,000.00 IS 33,000.00 5 331000.00 $ 7,500.00 $ 7,500.00 13 Rock Excavation CY 50 $ 100.00 5 5,00TOD 5 1... $ 5,000.00 5 100.0 5 5,000.00 5 250.00 5 12,500.00 S 50.00 S 2,500.00 14 Headwa11,Writ-Ils and Apron Sto 0.00 IS 1 S 8,000.00 $ 8,000.00 $ 45,000.00 $ 45,000.00 $ 9,000.00 $ 9,000.00 $ 8,000.00 $ 8,000.00 $ 10,000.00 $ 30,000.00 15 Handrail LF 34 $ 85.00 5 20890.00 5 200.00 $ 6,800.00 5 50.00 S 1,700.00 $ 130.00 5 3,740.00 5 100.00 5 3,400.00 16 4'x 3'Reinforced Concrete Box Culvert LF 528 $ 47(100 5 248,160.00 $ 425.00 $ 224,400.00 $ 400.00 $ 211,20.00 $ 510.00 $ 261 $ 3W.00 $ 158,400.00 17 18" RCP Storm Sewer Pipe LF 44 5 50.00 $ 2,200.00 S IW.00 5 4,400.00 S 100.00 5 4,400.00 S 42.00 S 1,848.00 $ 55.00 $ 2,420.00 18 36' RCP Stonn Sewer Pipe LF 16 5 17000 S 2,720.00 S 150.00 $ 2,400.00 $ 250.00 $ 4,00.00 $ 135.00 $ 2,160.00 $ 105.00 $ 1,680.00 19 53" x 34' ERCP Storm Sewer Pipe LF 390 5 250.00 S 97,500.00 $ 2-.- S 78,000.00 $ 240.00 $ 93,600.00 $ 250.00 $ 97,500.00 $ 175.00 $ 68,250.0 20 9' x 9' Drop In let(Al) EA 1 $ 16,000.00 5 16,000.00 5 17,500.00 $ 17,500.00 $ 9,W0.W $ 9,000.00 5 15,000.00 $ 15,000.00 $ 11,000.00 $ 11,-0.00 21 4' 14' Drop In let (A2-1, A4-1) EA 3 S 4,500.00 S 13,500.00 S 4,500.00 $ 13,500.00 5 5,000.00 S 15,000.00 5 4,200.00 S 32,600.00 S 3,500.00 $ 30,500.00 22 6'x 8'D,.p inlet EA 1 $ 10,000.00 $ 10,000.00 5 10,000.00 $ 10,000.00 S 10,00000 5 10,000.00 5 11,000.00 $ 11000.00 I $ 6,000.00 S 6,000.00 23 6'x 6'Drap lnlet(A2, A4, AS, A6, A7) EA 5 5 7,600.00 $ 38,OW.00 $ 9,000.00 S 45,000.W $ 7,B00.W $ 39,W0.00 $ 8,800.00 $ 440".00 $ 5,500.00 $ 27,500.00 24 6'x 6'Area Het (Ag) EA I S 7,60.00 $ 7,600.00 S 9,000.00 $ 9,000.00 $ 8,000.00 $ 8,000.00 5 9,000.00 $ 91000.00 5 5,700.00 5 5,700.00 25 6'x 4'Drop Inlet (A3) EA 1 5 7,603.00 $ 7,600.00 $ 7,000.00 $ 7,000.00 5 6,500.00 S 6,500.00 $ 7,SW.00 $ 7,500.00 $ 5,400.. $ 5,400.00 26 ]'x 4'Drop Inlet (AS -1) EA 1 5 8,000.00 S 8,0-.- S 7,000.00 S 7,00.00 S 7,500.00 $ 7,500.00 $ 8,100.00 5 81100.00 $ 5,000.00 5 5,000.0 27 Flowable Fill for Existing Storm Sewer Pipe Cy 6 5 125.00 1 5 750.00 5 250.00 $ 1,500.00 S 350.00 5 2,1wOD $ 300.00 5 1,800.00 5 140.00 $ 840.00 28 8'Drop Inlet Extension EA 2 5 3,000.0 $ 6,000.001$ 1,000.00 5 2,000.00 S 2,50.00 S 5,000.00 S 1,200.00 $ 2,400.00 $ l'soom $ 3,600.00 29 12' Drop Inlet EM ... ion EA 1 $ 4,500.00 $ 4,500.00 $ 1,3..00 5 1,300.00 $ 3,50.00 S 3,500.00 $ 1,800.00 $ 1,800.00 5 2,975.00 $ 2,975.00 30 Concrete Curb and Gutter LF 998 $ 30.00 $ 29,940.00 $ 2500 $ 24,950.00 $ 23.00 S 22,954.00 $ 24.00 S 23,952.00 $ 18.00 $ 17,964.00 31 6"Concrete Driveway Replacement Sy 135 $ 65.00 S 8,775.00 $ 120.00 $ 16,200.00 $ 63.00 $ 8,505.00 S 75.00 S 10,125.00 $ 60.00 S 8,1W.W 32 Concrete Sidewalk Replacement Sy 375 S 55.00 5 20,625.00 $ 75.W $ 28,125.00 $ 44.00 $ 16,500.00 $ 64.00 5 24,000.00 5 42.00 5 15,750.00 33 Tuncated Domes for AOA Ramps 5F 60 $ 30.00 S 1,800.00 $ 30.00 $ 1800.00 $ 18.00 $ 1,080.00 5 30.00 S 1,80.00 $ 25.00 S 1,SW.00 34 Asphalt Milling Sy 410 S 20.00 $ 8,200 GO $ 20.00 5 8,20OW S 13.00 $ 5,330.00 5 15.00 $ 6,150.00 $ 8.00 $ 3,280.00 35 2"HMAC Overlay Sy 410 $ 22.00 $ 9,020.00 $ 35.00 5 14,35000 5 23.00 5 9,430.00 $ 42.00 $ 17,220.00 $ 13.75 $ 5,637.50 36 Gravel Driveway Replacement(6') Sy 190 $ 20.00 $ 3,800.00 5 30.0 $ 5,700.00 $ 35.00 $ 6,650.00 $ 15.00 $ 20850.00 $ 8.00 5 1,520.00 37 T -Patch Concrete Orly) Sy 110 5 115.00 S 12650.0 $ WDo 5 6600. $ 150.00 5 16500.00 $ 150.00 S 16500.00S 75.00 $ 8250.00 38 T-Patch(Concrete and Asphalt) Sy 108 S 105.00 S 11,340.001 85.00 5 9,180.00 $ 200.00 $ 21,600.00 S 175.00 $ 18,9-.00 S 85.00 $ 9,180.00 39 Fl examat Channel Uning Sy 80 $ 60.00 $ 4,800.00 $ 135.00 5 30,800.00 S 325.00 $ 10,000.00 S 40.00 $ 3,200.00 $ 67.50 $ 5,400.00 40 Solid Sad SY 1,100 S &50 5 94350.. $ 10.00 S 13,00000 S 9.00 S 9,900.00 S 6.00 $ 6,600.00 $ Sm $ 5,SW.- 41 Mailbox Replacement EA 1 $ 300.00 $ 300.00 $ 350.00 S 35000 $ 100.00 S 100.00 $ 400.00 $ 400.00 $ 500.00 $ 500.00 42 Block Wall Replacement Sta 7.10(ifneeded) LS 1 $ 5,000.00 $ 5,000.00 $ 500.00 5 50.00 S 1,500.00 $ 1,SW.W $ 1,500.00 S 1,5wOO $ 2,500.00 $ 2,500.00 43 Tree Protection Fencing LF 250 5 8.00 5 2,000.00 $ 2.00 5 500.00 5 1000 $ 2,500.00 $ 7.00 $ 1,750.00 5 7.50 $ 1,875.00 44 2" Sugar Maple (Acer Saccharum Plant Where Directed EA 30 $ 500.00 5 5,000.00 5 1,000.- 5 10,000.00 5 4W.00 $ 4,000.00 $ 425.00 $ 4,250.00 $ 750.00 5 7,500.00 45 Site Photographs&Video US 1 S 3,000.00 $ 3,000.. 5 100000 5 1,00000 S 1,000.00 S 1,000.00 S 3,000.00 $ 3,00000 $ I'loom S I'loom 46 Site Restoration LS 1 5 40,000.00 5 40,000.00 $ 20,000.00 5 20,000.00 $ 20,000.00 $ 20,000.00 $ 22,000.00 $ 22,000.00 $ 20,000.00 $ 20,000.00 4] Erosion Contrd LS 3 S S,WO.W $ 5,000.00 S 22,000.. 5 22,0000 S 7,000.00 $ 7,00.00 S 7,000.00 S 7,000.00 $ 1,300.00 S 1,300.00 48 Relocate Existing S[ree[Sign EA 5 $ 3]5.00 $ 1,875.. $ 250.00 $ 1,250.00 $ 250.00 5 1,250.00 $ 300.00 $ 1,500.00 $ 250.00 $ 1,250.00 49 Core Drill Box C.Nertand Stub Out lO-of 2"PVC EA 1 $ 1,5-.W 5 1,5..00 $ 750.00 $ ]50.00 $ 1,000.00 $ 1,000.00 S 800.00 $ 8.00 $ 1,00000 $ 1,000.. TOTAL BASE BID (SCHEDULE I): $ 878,800.00 $ 829,545.00 $ 756,194.00 $ 826,570.00 $ 548,171.38 i�„�' :. ITEM NO. DESCRIPTION '.;,fk ESTIMATED UNIT UNIT UNIT OUPRICE AMOUNT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 50 Cut E,is6rg6"CIPandlnstall Tee EA 3 $ 3,000.00 $ 9,000.00 5 1,50000 5 41SW.W 5 7DwOD $ 6,000.00 $ 1,500.00 5 6,500.00 5 2,00000 S 6,000.00 51 6" Gate Valve EA 5 $ 1,800.00 $ 9,000.00 $ 1,500.00 5 7,500.00 $ 3,000.00 $ 15,00000 $ 2,000.00 5 10,000.00 $ 1,800.00 $ 9,0-.W 52 6' PVC C900 DR -14 Water Main LF 135 $ 85.00 5 1],4]5.00 $ 75.00 $ 10,325.00 $ 55.0 $ 7,425.00 $ 56.00 $ 7,560.00 $ 45.00 $ 6,075.00 53 1" Copper Service Line LF 220 $ 15.00 5 3,300.00 5 50.00 5 11,OD0.00 $ 20. $ 4,400.00 5 43.00 S 9,460.00 5 30.00 S 6,600.00 54 Connect New Service Line to Existing Water Meter EA 9 $ BW.W S 7,200.00 5 1,000.00 $ 9,00000 $ 233.00 $ 2,097.00 S 600.00 5 5,40000 5 750.00 S 6,750.00 55 12" Steel Encasement(By Open Cut) LF 44 $ 130.00 S 5,720.00 5 125.00 5 5,50000 $ 157.00 $ 6,908.00 $ 12000 5 5,280.00 S 115.0D S 5,06000 56 Cut and Cap Existing 6'Water Main 57 Epoxy Coated Ductile Iron Fittings EA LB 6 2500 S 1,600.00 $ $ 6.00 $ 9,600.00 5 15,000.00 $ 1,50.00 5 12.50 5 9,000.00 $ 31250.00 $ 1000.00 $ 7.00 $ 6,000-W $ 17,500.0 $ 3,500.00 $ 12.00 $ 21,00000 5 30,000.00 5 1,100.00 S 8.00 $ 6,600.00 20,00000 58 Three Way Fire Hydrant Assembly With Valve EA 1 S 5,000.. $ 5,0.00 5 4,850.00 S 4,850.0 $ 5,850.00 5 5,850.00 $ 6,8W.00 S 6,Boom 5 54500.00 5 5,500.00 59 Remove Existing Fire Hydrantand Deliverto Owner EA 1 $ E00.00 $ 800.00 $ 500.00 5SW.- 5 1,200.00 $ 3,200.- $ 7010000 $ 700. $ 00 ]00. 5 ]00.00 TOTAL BASE BID (SCHEOULE 2): $ 76,095.00 $ 93,225.00 $ 72,380.00 $ 100,700.00 S 72,285.00 TOTAL BASE BID (SCHEDULE 1 & 2): 5 954,895.00 5 922,770.00 $ 828,574.- 1 927,270.00 5 620,456.38 UPPER SCULL CREEK DRAINAGE IMPROVEMENTS PHASE 11 for the City of Fayettevi 11 e Bid No. 19-59 November 2019 .:wj6ort.F'ikreet. Vvest`3+oghk�e�t:�t----•--, _—• _+ �indh3crm �``' _2--+t_ z S YY t i ayy0e'.liynweet,-:.'. .uwnwM� r t �a = EastGkawnWeet? —=-[aut7eownA. U! PRtOJEC LO �IsrWilson' I i�•` - :EPark 7F= wast Eeua.Artet it rrr r Fi v ~F i ,E .................. �•--�WMt-spy ----�� - ��_ _ _ _ F _ — ; t �s 1 F QRS r✓ , AA 45Ir �"` __,•�" r.tast to plc ..[»tSwton SlrM � ,�� �_S!Rel__—. �1Me+t.�;—fon Sliett +�tF, •. •Eas;GKMson Street- _ j ,• D � VICINITY MAP q� CITY OF FAYETTEVILLE �® ARKANSAS www.fayetteville-ar.gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 113 W. MOUNTAIN STREET PROJECT: ENGR. No. 8126 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /0rg2 ENGINEERING (621) 2020 Requestor: Kevin Springer BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of a contract in the amount of $620.456.38 with Tri-Star Contractors, LLC for the construction of the Upper Scull Creek 2 Drainage Improvements Project, approval of a project contingency of $93,068 (15%) and approval of a budget adjustment COUNCIL DATE: 2/18/2020 LEGISTAR FILE ID#: 2020-0080 Rovy 3lcac 1/28/2020 8:02 AM Budget Director Date TYPE: JOURNAL #: D - (City Council) RESOLUTION/ORDINANCE GLDATE: CHKD/POSTED: 2/18/2020 TOTAL Account Number - - Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.20191231 Account Name 4604.860.7422-5817.00 620,457 - 46040 7422 EX Improvements - Bridge & Drainage 4604.860.7422-5911.99 4604.860.7999-5899.00 93,068 - (713,525) - 46040 7422 EX 46040 7999 EX Contingency - Capital Project Unallocated - Budget H:\Budget Adjustments\2020_Budget\City Council\02-18-2020\BA 2020-0080 Upper Scull Creek Drainage 1 of 1 Approval of Change Order No. 1 City of Fayetteville Staff Review Form 2021-0290 N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Casey 4/14/2021 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order No. 1 in the amount of $13,500.00 for the Upper Scull 2 Drainage Improvements Project 4604.860.7422-5817.00 Account Number 46040.7422 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? NA Budget Impact: 4604 - Drainage Bond Projects Fund Upper Scull Creek Drainage Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 428,599.00 $ 332,493.75 $ 96,105.25 $ 13, 500.00 i $ 82,605.25 j V20180321 Purchase Order Number: 2020-00000357 Previous Ordinance or Resolution # 72 20 Change Order Number: Original Contract Number: Comments: Approval Date: 04/27/ 12 i CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Inspector FROM: Matt Casey, Engineering Design Manager DATE: April 14, 2021 STAFF MEMO SUBJECT: Approval of Change Order No. 1 in the amount of $13,500.00 for the Upper Scull 2 Drainage Improvements Project RECOMMENDATION: Staff recommends approval of Change Order No. 1 in the amount of $13,500.00 for the Upper Scull 2 Drainage Improvements Project BACKGROUND: The City of Fayetteville Engineering Division has prepared the design for this project. The project includes Installation of approximately 968 linear feet of 4'x3' box culvert to 36" storm sewer pipe from Walnut Avenue, east along Johnson Street, north along Olive Avenue and ending on the north side of Rebecca Street. This project replaces existing storm sewer pipes and ditches that are deteriorating and are much too small to handle the amount of water that drains through this neighborhood during larger rain events. On February 18, 2020, the City Council approved Resolution 72-20 authorizing a construction contract with Tri Star Contractors, LLC in the amount of $620,456.38 plus a construction contingency of $93,068.00 for this project. DISCUSSION: After the start of construction for this project, the contractor discovered a conflict with the existing 10" water main in the middle of Rebecca Street. The water main had been excavated to obtain an elevation during the design, but the location of the storm sewer crossing changed just enough during the development of the design to interfere with the water main. The water main is an older main and our Water and Sewer Division recommended capping the main on either side of the new storm sewer and installing a sleeve for the future replacement of the line under the storm sewer. It was also discovered that a portion of one of the yards would hold water after the installation of the new sidewalk along Walnut Avenue. A yard drain was installed to capture this water and convey it to the storm sewer system. The contractor has provided staff with a proposed cost of $13,500.00 for this additional work. Lastly, the work covered in this change order as well as delays beyond the contractor's control, such as gas main conflicts, have added 139 days to the project. These additional days are included in this change order. BUDGET/STAFF IMPACT: This project is funded by the 2019 Drainage Bond Program and the Water and Sewer fund. The City Council approved a contingency of $93,068.00 for this project which will cover the cost of this change order ($4,412 Drainage Bond and $9,088 Water and Sewer). Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Ift CHANGE ORDER CiTY OF W9% FAYETTEVILLE ARKANSAS Contract Title: Upper Scull Creek 2 Drainage Improvements Change Order No. I Date of Issuance April 14, 2021 To Contractor: TRI-STAR CONTRACTORS LLC ORDINANCEIRESOLUTION:72-20 The Contract is changed as follows: Effective April 14, 2021 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 49.1 18" Yard Drain 0 EA $0.00 1 $3,500.00 $3,500.00 60 10" Waterline Relocation 0 LS $0.00 1 $10,000.00 $10.000.00 Summation of Cost $13,500.00 Net Cost for this Change Order $13,500.00 Not valid until signed by the Owner The original Contract Price was $ 620,456.38 Net change by previously authorized change orders $ The Contract Price prior to this Change Order was $ 620,456.38 The Contract Price will be adjusted by $ 13,500.00 The new Contract Price including this Change Order will be $ 633,956.38 The Contract Time(s) will be increased by —139 calendar days Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion ------------------------ 16-Apr-21 ----------------------------------------------- Final Completion --------------------------- 16-May-21 NOTE: 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. n TRI-STAR CONSTRACTORS LLC 0 E EVIL 4/14/21-.04/27/21 BY47 DATE / Y DATE UPPER SCULL CREEK DRAINAGE IMPROVEMENTS PHASE 11 for the City of Fayettevi 11 e Bid No. 19-59 November 2019 „ .,,.. -.n r•n Wr.: baCc Stteet Ent Nont, stfelt i Easy B—, tene i _ 3 :L.• . i„«. Srreetz ` PROJECT LOCATION N.tr Prpypec i Si �•�� - _asr yen.• 3�oa;�t Y � A W�u :�, strHtz West Maplr iirM _ � ZF.r'.' t ` s a i z 5nt Lara,•-. ��, � _Ent tatayeRe knelt AR 45 k tE.qt ib4W SfrRt / t t f P i VICINITY MAP CITY OF .� FAYETTEVILLE ARKANSAS www fayetteville-ar.gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 113 W. MOUNTAIN STREET PROJECT: ENGR. No. 8126 t