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