Loading...
HomeMy WebLinkAbout09-09 RESOLUTION1 • RESOLUTION NO. 09-09 A RESOLUTION APPROVING A COST -SHARE WITH THE CITY OF FARMINGTON TO CONTRACT WITH GARNEY COMPANIES, INC. IN THE AMOUNT OF $328,402.58 FOR THE CONSTRUCTION OF THE FARMINGTON GRAVITY SEWER LINE, WSIP SUBPROJECT WL -10a, BID # 09-01; AND APPROVING A 10% CONTINGENCY IN THE AMOUNT OF $33,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a cost -share with the City of Farmington to contract with Garney Companies, Inc in the amount of $328,402.58 for the construction of the Farmington Gravity Sewer Line, WSIP subproject WL -10a, Bid # 09-01. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a 10% contingency in the amount of $33,000.00. PASSED and APPROVED this 20th day of January, 2009. APPROVED: B ATTEST: By: SONDRA E. SMITH, City Clerk/Treasurer DOCUMENT 00500 — AGREEMENT BETWEEN THE CITY OF FARMINGTON AND (CONTRACTOR NAME) Project Name: Wastewater System Improvement Project Contract Name: Farmington Gravity Main ContractNo.: WSIP WL -10A RLF Project No.: 00584-CWRLF-L THIS AGREEMENT is dated as of the day of in the year 2009 by and between the CITY OF FARMINGTON (hereinafter called the CITY OF FARMINGTON) and (hereinafter called ). ARTICLE 1 - WORK 1.01 (CONTRACTOR NAME) shall complete all Work as specified or indicated in the Contract Documents. The Work under this Contract is generally described as follows: This project consists of approximately 11,133 linear feet of gravity sewer main, 8 through 21 -inch diameter (1,600 feet of21", 3,623 feet of 18", 2,851 feet of 15", 2,756 feet of 12", and 403 feet of 8"), and 23 new 4 -foot diameter manholes. The project will be mostly installed by open cut, with some areas of rock excavation, other methods of pipe installation include 125 linear feet of 30 -inch encasement, 53 linear feet of 24 -inch encasement, all by bore, and 265 linear feet of 36 -inch encasement by open cut. Additional items include erosion control, bypass pumping, tree removallprotection, creek, road, and highway crossings and related work, along Goose Creek and Farmington Branch Creek in Farmington, Arkansas. 1.02 The Contract for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: The CITY OF FARMINGTON, Arkansas is undertaking a project to redirect sewer flows from portions of the City in the Illinois River drainage basin to a new wastewater treatment plant on the west side of the City of Fayetteville. • 00500 -WL -10 Agreement-Bidder.doc 00500-1 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 2 - ENGINEER 2.01 The Contract has been designed by RJN GROUP, INC. RJN GROUP, INC. assumes all duties and responsibilities, and has the rights and authority assigned to RJN GROUP, INC. in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within Three Hundred (300) consecutive calendar days and completely finalized within Three Hundred Thirty (330) consecutive calendar days after the date when the Contract Times commence to run as provided in the GENERAL • CONDITIONS. Substantial completion shall mean all line work and manholes installed and tested according to the specifications outlined in Division 02, all surface restoration completed including but not limited to disturbed wetlands, fences, pavement, etc. The project shall be completed and ready for final payment in accordance with the GENERAL CONDITIONS within Three Hundred Thirty (330) consecutive calendar days after the date when the Contract Times commence to run. 3.03 LIOUIDATED DAMAGES: The CITY OF FARMINGTON and (CONTRACTOR NAME) recognize that time is of the essence of this Agreement and that the CITY OF FARMINGTON 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 00500 -WL -10 Agreement-Bidder.doc 00500 — 2 1 1 1 1 1 1 1 1 1 1 1 1 1 DOCUMENT 00500 — AGREEMENT (continued) the delays, expense, and difficulties involved in proving the actual loss suffered bythe CITY OF FARMINGTON if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, the CITY OF FARMINGTON and (CONTRACTOR NAME) agree that as liquidated damages for delay (but not as a penalty) (CONTRACTOR NAME) shall pay the CITY OF FARMINGTON One Thousand Dollars ($1,000.00) 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 NAME) shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by the CITY OF FARMINGTON, (CONTRACTOR NAME) shall pay the CITY OF FARMINGTON One Thousand Dollars ($1,000.00) 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 FARMINGTON agrees to pay, and (CONTRACTOR NAME) agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal 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 measurements and determinations of actual quantities and classifications are to be made by RJN GROUP, INC. as provided in the General Conditions. 4.03 The CITY OF FARMINGTON shall pay (CONTRACTOR NAME) for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs below: 00500 -WL -10 Agreement-Bidder.doc 00500 — 3 DOCUMENT 00500 — AGREEMENT (continued) A. For all Work, at the prices stated in (CONTRACTOR NAME)'s Bid, attached hereto as an Exhibit. 4.04 Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: (CONTRACTOR NAME) shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications -for Payment will be processed by the CITY OF FARMINGTON as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The CITY OF FARMINGTON shall make progress payments on account of the Contract Price on the basis of (CONTRACTOR NAME)'s Applications for Payment as recommended by RN GROUP, INC. on or about the 20th 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 KIN GROUP, INC. shall determine, or the CITY OF FARMINGTON may withhold, in accordance with the GENERAL CONDITIONS. 00500 -WL -10 Agreement-Bidder.doc 00500-4 • 1 1 1 1 1 DOCUMENT 00500 — AGREEMENT (continued) a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by RJN GROUP, INC. and if the character and progress of the Work have been satisfactory to the CITY OF FARMINGTON and RJN GROUP, INC., the CITY OF FARMINGTON on recommendation of RJN GROUP, INC may determine that as long as the character and progress of the Work subsequently remain satisfactory to them a 5 percent retainage will be withheld on the remaining progress payments prior to Substantial Completion; 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 FARMINGTON as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, the CITY OF FARMINGTON shall pay an amount sufficient to increase total payments to (CONTRACTOR NAME) to 95% of the Contract Price (with the balance being retainage), less such amounts as RJN GROUP, INC. shall determine, or the CITY OF FARMINGTON may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, the CITY OF FARMINGTON shall pay the remainder of the Contract Price as recommended by RJN GROUP, INC. and as provided in the GENERAL CONDITIONS. 00500 -WL -,0 Agreement-Bidder.doc 00500 — 5 • DOCUMENT 00500 - AGREEMENT (continued) ARTICLE 6 - (CONTRACTOR NAME)'S REPRESENTATIONS 6.0I In order to induce the CITY OF FARMINGTON to enter into this Agreement, (CONTRACTOR NAME) makes the following representations: A. (CONTRACTOR NAME) has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. (CONTRACTOR NAME) 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. f CONTRACTOR NAME) 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 NAME) 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 NAME) acknowledges that the CITY OF FARMINGTON and RJN GROUP, INC. 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. fCONTRACTOR NAME) has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and 00500 -WL -10 Agreement-Bidder.doc 00500-6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DOCUMENT 00500 — AGREEMENT (continued) 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 NAME) and safety precautions and programs incident thereto. (CONTRACTOR NAME) 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 NAME) is aware of the general nature of work to be performed by the CITY OF FARMINGTON and others at the Site that relates to the Work as indicated in the Contract Documents. H. (CONTRACTOR NAME) has correlated the information known to (CONTRACTOR NAME) 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 NAME) has given RJN GROUP, INC. wntten notice of all conflicts, errors, ambiguities, or discrepancies that (CONTRACTOR NAME) has discovered in the Contract Documents and the written resolution thereof by RJN GROUP, INC. is acceptable to (CONTRACTOR NAME) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. • 00500 -WL -10 Agreement-Bidder.doc 00500 — 7 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which compnse the entire Agreement between the CITY OF FARMINGTON and (CONTRACTOR NAME) concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. (CONTRACTOR NAME)'s Bid. c. Documentation submitted by (CONTRACTOR NAME) prior to Notice of Award. d. (CONTRACTOR NAME)'s Act of Assurance Form. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. MBE / WBE Compliance Evaluation Form. 6. Supplementary Conditions. 7. Labor -Related Regulations. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 00500 -WL -10 Agreement-Bidder.doc 00500 —8 1 1 1 1 1 1 1 1 1 • 1 m 1 1 1 1 1 1 1 1 1 1 1 1 MIL DOCUMENT 00500 — AGREEMENT (continued) 9. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: • Farmington Interceptor from Old Lift Station #11 to Double Springs Lift Station Gravity Main WL -10 10. Addenda numbers one to four, inclusive. 1 1. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: 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. 00500 -WL -10 Agreement-Bidder.doc 00500-9 R DOCUMENT 00500 — AGREEMENT (continued) 8.03 SUCCESSORS AND ASSIGNS: A. The CITY OF FARMINGTON and (CONTRACTOR NAME) 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: 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 FARMINGTON and (CONTRACTOR NAME), 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 OTHER PROVISIONS: Not Applicable. 8.06 CONTROLLING LAW A. This Agreement shall be subject to, interpreted and envorced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. 8.07 ARKANSAS FREEDOM OF INFORMATION ACT A. City contracts and documents, including intemal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Infomration Act request is presented to the CITY OF FARMINGTON (CONTRACTOR NAME) 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. 00500 -WL -10 Agreement-Bidder.doc 00500— 10 1 1 1 1 1 1 1 • 1 1 DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, the CITY OF FARMINGTON and (CONTRACTOR NAME) have signed this Agreementin quadruplicate. One counterpart each has been delivered to the CITY OF FARMINGTON, (CONTRACTOR NAME) and RJN GROUP, INC. All portions of the Contract Documents have been signed, initialed, or identified by the CITY OF FARMINGTON and (CONTRACTOR NAME) This Agreement will be effective on Effective Date of the Agreement. (CONTRACTOR NAME) CU ric VO City of Farmington Cirt.4'Farmington, Arkansas By: � Ur By: , 2008, which is the Title: Attest r Title: Mayor, t b tIt ) J (SEAL) ^C` x k s a V O (SEAL) ��0 n 1/4., Attest Address for giving notices Address for giving notices License No. (If Owner is a public body, attach evidence of authority to sign and resolution or other documents Agent for Service of process authorizing execution of Agreement) (CONTRACTOR NAME) Approved As to Form: is a corporation, attach evidence of authority to sign.) By: Attorney For: City of Farmington END OF DOCUMENT 00500 00500 -WL -IO Agreement-Bidder.doc 00500 — 11 David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 20 -Jan -09 City Council Meeting Date Wastewater System Impry Project Water/Wastewater Division Action Required: iV Department Approval of a cost -share with Farmington in the amount of $328,402.58 for a contract with Garney for Fayettevill&s share of construction of the Farmington Gravity Sewer Line, WSIP Subproject WL -10a, Bid 09-01, and a 10% contingency of $33,000. 361,403 Cost of this request 4520.9520.5315.00 Account Number 02133.0415 Project Number Budgeted Item r XX Department Director City Attorney 46,262,358 Category / Project Budget Wastewater System Imp Project Program Category / Project Name 35,616,539 Water and Wastewater Funds Used to Date Program / Project Category Name $ 10, 645, 819 Remaining Balance Budget Adjustment Attached AN °°I Date I) /OS Da e Finance a d Internal Service Director ay 1 —7-oq Date 79 02 Date Water/Sewer Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Comments: nrlayele ARKANSAS CITY COUNCIL AGENDA MEMO City Council Meeting of 20 January 2009 , To: Fayetteville City Council Thru: Mayor Lioneld Jordan Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director Date: 7 January 2009 Subject: Approval of a cost -share with Farmington in the an nt of $328,402.58 for a contract with Garney for Fayetteville's share of construction of the Fa ington Gravity Sewer Line, WSIP Subproject WL -10a, Bid 09-01, and a 10% contingency of $33 000. !�I RECOMMENDATION City Administration recommends approval of a cost -share with Farmington in the amount of $328,402.58 for a contract with Gamey for Fayetteville's share of construction of the Farmington Gravity Sewer Line, WS1P Subproject WL -10a, Bid 09-01, and a 10% contingency of $33,000. BACKGROUND This project involves constructing roughly 11,133 linear feet of 8 - 21" gravity sewer main and 23 new 4 -foot diameter manholes mostly by open cut construction. Additional items include erosion control, bypass pumping, tree removal/protection, creek, road, and highway crossings and related work, along Goose Creek and Farmington Branch Creek. This cost share and the percentage of the cost to be paid by Fayetteville was agreed to and established in the Fayetteville -Farmington Wastewater Agreement of Apnl 3, 2007 which included the projected population in the basin served by this sewer line. Each city bears their portion of the cost based on their respective populations. D SCUSSION The Cities received bids on 6 January, 2009 for this project: Contractor Total Bid Fayetteville Share Farmington Share Gamey Companies (low bid) $ 1,664,231.00 $ 328,402.58 $ 1,335 828.42 Arco Excavation & Paving $ 2,267,440.62 $ 447,433.89 $ 1,820,006.73 Kaiacs $ 1,985,774.80 $ 391,852.80 $ 1,593,922.00 Redford Const $ 2,840,682.00 $ 560,551.57 $ 2,280,130.43 Rosetta Const $ 1,665,739.00 $ 328,700.16 $ 1,337,038.84 S&J Construction $ 2,633,486.61 $ 519,665.72 $ 2,113,820.89 S.J. Louis Construction $ 2,093,000.00 $ 413,011.54 $ 1,679,988.46 Seven Valley's Const $ 2 313 840 30 $ 456,589.94 $ 1 857 250 36 T -G Excavating $ 3,322,222.00 $ 655,573.82 $ 2,666,648.18 Engineer's Estimate $ 2,832,627.00 $ 558,962.08 $ 2,273,664.92 The bid has been reviewed by RJN, the Engineers and the Arkansas Natural Resources Commission who is providing Farmington RLF funding for the project. RJN's letter of recommendation is attached. Gainey has completed many projects for the City, including three for the WSIP, all with excellent results. BUDGET IMPACT Funds are available in the WSIP project budget. WL -I Oa CCMemo Jan09 RESOLUTION NO. A RESOLUTION APPROVING A COST -SHARE WITH THE CITY OF FARMINGTON TO CONTRACT WITH GARNEY COMPANIES, INC. IN THE AMOUNT OF $328,402.58 FOR THE CONSTRUCTION OF THE FARMINGTON GRAVITY SEWER LINE, WSIP SUBPROJECT WL -10a, BID # 09-01; AND APPROVING A 10% CONTINGENCY IN THE AMOUNT OF $33,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a cost -share with the City of Farmington to contract with Gamey Companies, Inc in the amount of $328,402.58 for the construction of the Farmington Gravity Sewer Line, WSIP subproject WL -10a, Bid # 09-01. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a 10% contingency in the amount of $33,000.00. PASSED and APPROVED this 20th day of January, 2009. APPROVED: ATTEST. By: By: LIONELD JORDON, Mayor SONDRA E. SMITH, City Clerk/Treasurer rjngroup 'Excellence through Ownership January 6, 2009 Mr. David Jurgens, P.E. City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Subject: Bid#09-01 WSIP WL -10A Cities of Farmington and Fayetteville, Arkansas Dear Mr. Jurgens: www qn com Nine contractors submitted bids for WL -10A. Please see the attached bid tabulations for more details. Gamey Companies, Inc. is the low bidder for a total construction cost of $1,664,231.00. We have checked their references and find that they have performed well in the past on similar projects. We recommend the Cities of Farmington and Fayetteville enter into a contract with Gamey Companies, Inc. for the construction of the above referenced project. Should you have any questions, please call me at (972) 4374300. Very truly yours, RJN Group, Inc. Aka Peter Z Lai, P.E. Project Manager Project File: 18-1875-02 12160 Abrams Road, Suite 400 • Dallas, TX 75243 • 972 437 4300 • fax 972.437.2707 2 A W N A O S 0 J `,...1> W N+ 0 0 0 J 0 N 8 W N N O b m J 0 01 P IJ N+ O m co -4o 0 P IJ N+ BID OPENING: JANUARY 6, 2009 d88 N Of0. NN SON.,0"'",N>'," Omgm'^SCa la 8N80`"'"w8W+ N 41 �1 r X11 r f/ f! 41 fn N n �!I n �fI X11 r �1I X11 T n Crr r r r r r r m < m r (< D T D r T V1 <( T<< ( D( D D T D D y T D T T T< T T T T T T T T D T D T T 4! p m lIy m mA R d 3 g mAgaCaam Q ff c E n? Q 2 m a m 6 E 'm_22' la 9 N a g j y -4 m o OI m m A 0 A 5 .r, r m R ll i y c 0 o a m A- r ti m m 1+ u m N n n n n m G a 2 g. a n a a 3 i R m 3 a m1 3 3, °o >> i m u+ : C 2 O m N U A 18i N+ O b 0 J 0 H A W N+ 0 0 0 J m N A 23 N+ 0 0 0 411'5;41 W N+ O m co J 0 U a W N+ C v i - IBID OPENING: JANUARY 6, 2000 _ _ O U N ta + -4a m W N J 0 0 ((J� (J .74 1n NNN N W ' ' d N N N o �u N N O 0 W .� N N W o m A 8' U T i W O D U W V V J AA<< ml� N U N l! V) Vl (! n X11 n �1I �1I X11 (1� X11 r r r n r r r r r D T D rT T (( T N T 0 C C T C C( D C D D T D D N T y T C T T T T T T T T T Tt T gi m y N R3 A ♦ d 1°' ? 2 %6-e -2•1§.=°,.00,89°88 _ E C_ m m' w a 04 fll m S" x 0e, m' Ei.F m m' `m 0 3 S � y j y o N N A A A n A ti '-1 ti N ill a A~ 0 0 o P 0 A~71..7,C0;0;-1,16;8 + 00000,M 6 a m a a o 3 341 R' m =A? ' 3 0 R a y y...• S 3 3 8. y 5-g 0235-5-0 S 62 0' s y m m g m' 0 S S' S' 0 0 F F m N m N 2°012 �' p, m q 3 n n g a" 2 X11 m l 5}� 5y b m m_ �i Sni f�fi (Te m g n m a m 2 IIp ffp g d m. O Q c S N O A O n 9 a �R 0. 2. S} T T T S' el E .i N p p 9 9 V S m d d S' a 0 _ 3; t A A l _ 0 m C S 2 E E u u W m n 5 l 0 0 0 0 6 Pj 3 _ S d 0 O' z u S d a 3 z 0 0 0 c m m u 3 3 aa a c o u u m' n m V � a moo z e a. m 0 ° S. a o 2 3 u m m ID v v 3 3 3 o° �. N^ 6gi F ga$ f m m m 3 m m H m m F m co o' maaag 3 3 3 3' - m =moo �^ ' a-00 z n _ 0 ____ m 5 x o N m ° - £ 99- - s m 0 WW U N 0 CO a" NW o 9 0 01 4 ( " *77 o 0U00W O O O O W O O m U 0 0 O O O O O O O 0 O 0 0 O O 0 0 O 0 N A N 0 o g N N 0 0 O O N N 0111 RJN ESTIMATE o 0- 0 0 0 wb `0 0 0 A o 0 0 0 0 0 0 0 0 o 0 0 o 0 0 0 0 N U 0 W o "1 O 0 0 0 0 o 0 o 0 o o 0 0 0 0 0 0 S o 0 0 0 0 0 o S 0 S S S S S S S S SSS SSSS 0 n L C 0 ar 0 g ] y YI U q M N N 0 N N 0 1n 0 of O V O 0 O O bobobbobbobbbbbbbbb0 O O O O O O O O O O O O O Y V M 0 U N W 0 N n 0 Y~ W 0 O« m N N O 0) 0 U 0 0 0 U 0 0 o p N O p p O O O O O O 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 N 0 YY1 N 0 01 N U N V A + 0 0 O 0 o W 0 N O 0 0 0 O 0 O 0 O co N N N Do- N W O N 1 0 O 0 O N O 0 O N U m 0 W 0 0 0- W 0 0 0 b0 0boooo0 0 W N 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ARCO Excavation & Pavin0 M U Y 4~ N M O D 0 0 0 0 0 0 0 0 0 �qq M M M H MM M~ M N MO O N MwH 1 40� N 4A N� N M W T N S 0 + J 1OOV f AU. WY. N O V b O 0 0 0 0 0 0 O O rJ O O O 0 l 0 1 0 N O ID A 00 00 00 0 W .00 N 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O 0 O O O U W o0m0o0{1�0o -•a01.4ao0c0nc0oa0w0a0n1c10ao00-4 0a 0-4, 00 00 0 01 m0a0b 00b pp 00 N 0 0 00 2 0 0 0 0 0i 00 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 00 0 0 0 00 00 0 0 0 0 0 W p0 OO b 0 0 0 0 Seven Valleys Construction 69 0laUN N O+PN-4N4S4-4.Nm-04.0(0'(J^0!$m N gY1Ny i %'$�(0-1$ 0 0 0 N 0 0 U 0 J 0 0 O 0 0 0 0 O 0 INii 0 N 0 0 0 O -404000 O O O O O N 0 (i 0 d J 0 0 004300 p (0 03i 0 000000000000000000000000004000000,000.00040 b 0 O O O O b P W N t B NO 0 V 0 N P V N+ O m d V 0 t0l1 A 0 0 8 0 r0 6 V N N A W N+ O CO CO J N N P LO N+ BID OPENING: JANUARY 6, 2009 O - 01 8+ _+ yy yy P N 1T + O N W P r N wP q c 1'N N o O N N 0 N N '" O O m X N m 0 T. 0 0 01 0 r 0r f0J rV �!I r X11 O1 O1 r X11 X11 �0 r r r r Ell<( D T D (/1 T (( T(( D( D( D y T T y N; T T T( T m T m m T T T T T T T N S 9 S c 3: ci b m m A A Ci A 7 8' @ N 3? A a a o p O 0 0 d d b (13.6 _ z 8— 0 3 3 3 r R m] a3 5. 6 30 0 n N _N N 3c 0 N g a S= 0 0 0 0 0 8 S gel c 9 m 1•m qzqz (� 1D b m m n r a a `� 0 16 3 T 3 A 0^ O l0i n S 6 6 3 3 0 0,2 N T m m D m? m a 33333 ] o 0 o mg a Q_ °2r4 v v o m` - N^ 3' N o C i C �n m S C 3 i m-- 8 5' 2 u �' 6i ago 3 4 4>>? 0 8 8 -1 F,50 U ] q .D00 .o m 6 y S 0 n `m' E‘ 5 m_ 0 01 P m m m ti m ? m m m w _ m N?&'f _ C 0 n v00 gPc c m 03 5 -Ed 8 2 x m C P 0 x g 3 i H y 0 m N u m- 0 0 n g N; 0 o m N N N 4! • b b 5 8 0 68: S S S m m E N T E �O O� F F yy B m g. i k t U y i N• 4 m m a o °i o u ii ii L _L L 9 m a m e v m 3 o m b N 0 3 3 gi n n m... �. n 0 n n O to t b m Co C Moons 0 0 0 3 3 a b° a a a m 3 3 3 3 3 u L m� m m _-^_____ a 0 e a m 00 2 m m% s CO (� (+n ++ N O IP.? N O V + 03 N (a p Nd + 03 O y. a trots ( J C v-. O O O 0033 O O O O r 0 O 0 N O m O O O O 0 O O O O O O O O O 0 N+ N m U O N P N N b o !N + y P� N O O 0 0 0 N N N RJN ESTIMATE N N O r‘jkJ O 9;18p N O + N N N 0 0 0 N O O 0Ni V 0 0 J P 03 m V+ P 03 0 mon- A 00 00 0 t00 i0 01 0 00000888HO000 00000000000)0.888080.888-1,88 0 1s&J Construction, Inc. m80 01 „m00'Nr~N NWA0w000NN0PjNPm 000VO0b0O 0 NOrqO00N b O0 OONO0N 00q pV00 O 0 Ca OO O O NO N VW O OOOO88800OOOO88pOOO8OOOOO 08O888OdN0>8O8pN8O • 0 O N O 03 + 013 N N O O O O O 0 8 O O 01 0 0 P O 0 O 88888's8800000Oo88000000000880000000000000000 1 Redford Construction, Inc. H 6. 0 69 ~ wNVprWrrNNMa00r» rr m AN JN0 A N O NTNr+0 N O bN W tg a00m0000aM0b0b0000000••a000m00r0rWb 0000 8 8 8 8 0 0 0 0 0 8 8 8 0 0 0 0 0 0 0 0 0 0 8 8 0 0 0 0 0 b b 0 8 0 0 0 0 0 0 0 O S 8 8 03 8 0 8 0 0 8 tS r 8 m 8 r o O&" 0 8 S' o w n 0000 080000000800000000000000000000000008880 m 0 03-4 L Y ��qq p p p �q p M• « M p �+ 01 0 „+ N O O N N+ N W 0 m d N P b+ b J N 00 0 01 0+ O V P N 0 w J 800880"b'Om b 8080000088 00000080 o003X' r8 r.oinONO80. 8 8 8 8 8 8 8 8 8 0 8 0 0 0 0 8 0 8 8 8 8 8 8 8 8 0 8 8 8 8 8 8 8 M y� N M �q M_ N N O 0 m Ili 0 q W+ V Oe8r 8 8 8 8 0 8 8 8 8 0 0 0 DOCUMENT 00400 -BID FORM Project Name: Contract Name: Contract No.: RLF Project No.: BID TO: Owner: •` i' BID FROM: Bidder: Wastewater System Improvement Project Farmington Gravity Main WL -10A 00584-CWRLF-L The City of Farmington, Arkansas 324 West Main Street Farmington, Arkansas 72730 GARNFY COMPANTe. INC. 1333 N. W. VIVION ROAD • 18 ARTICLE 1 - INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted; to enter into an agreement with. Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 00400 -Bid Form.doc 00400 —1