Loading...
HomeMy WebLinkAbout157-09 RESOLUTIONRESOLUTION NO. 157-09 A RESOLUTION APPROVING A CONTRACT WITH SEVEN VALLEYS CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $I,757,232.00 FOR THE CONSTRUCTION OF A 36 -INCH WATER MAIN ALONG TOWNSHIP STREET TO INCLUDE APPROXIMATELY 4,462 FEET OF 36 - INCH DUCTILE IRON WATER MAIN; AND APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $90,000.00. 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 contract with Seven Valleys Construction Company, Inc. in the amount of $1,757,232.00 for the construction of a 36 -inch water main along Township Street to include approximately 4,462 feet of 36 -inch ductile iron water main. A copy of the contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a Project Contingency in the amount of $90,000.00. PASSED and APPROVED this 2151 day of July, 2009. APPROVED: By: , ELD J P j' AN, Mayor ATTEST: By: •,''ECtK17R s,,�. • • Aa :FAYETTEVILLE: :,,ti, •: •• o SONDRA E. SMITH, City Clerk/Treasurer Shannon Jones Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 21 -Jul -09 City Council Meeting Date Agenda Items Only Water/Sewer Division Action Required: Utilities Department Approval of a construction contract with Seven Valleys Construction Co., Inc. in the amount of $1,757,232.00, for the construction a 36 -inch water main along Township Street, including approximately 4,462 feet of 36 -inch ductile water main and approve an approximate 5% contingency of $90,000. 1,847,232.00 Cost of this request 5400.5640.5808.00 Account Number 09018.0903 Project Number 7,500,000.00 Category / Project Budget MS Relocations - 2009 Bond Proceeds Program Category / Project Name Water & Wastewater Funds Used to Date Program / Project Category Name 7,500,000.00 Water & Sewer Remaining Balance Fund Name Budgeted Item XX Budget Adjustment Attached Dep- rjtent s rector City Attorne 01 Datil 1 6[61 ate `P(3j 7- 7-2461 Finan e and Internal Services Director Date ate e Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office Received in Mayor's Office Comments: Revised January 15, 2009 "Fl aey AaAAHSASle CITY COUNCIL AGENDA City Council Meeting of July 21, 2009 To: Fayetteville City Council Thru: Mayor Lioneld Jordan Fayetteville Sewer Committee Don Marr, Chief of Staff llu David Jurgens, Utilities Director From: Shannon Jones, Water and Wastewa r Engineer Date: 2 July 2009 Subject: Approval of Bid #09-45 for a construction contract with Seven Valleys Construction Co. in the amount of $1,757,232.00 with a contingency of $90,000.00 for construction of Township Street 36 -inch Water Main. RECOMMENDATION Staff recommends approval of Bid #09-45 for a construction contract with Seven Valleys Construction Co. in the amount of $1,757,232.00 with a contingency of $90,000.00 for construction of Township Street 36 -inch Water Main. BACKGROUND The total project relocating water and sewer lines as a result of the combined Arkansas Highway Department (AHTD) and City widening of Crossover Road (Hwy 265) between Mission and Joyce, upsizing the existing pipes and connecting a 36" transmission line. Work will include installing a 36" and 24" transmission main along Crossover from Joyce to connect to the existing 24" main on Crossover at Mission and to connect to the existing 36" main on Old Wire Road. This work will complete the eastern portion of the loop that was initially constructed when the southern section of Crossover Road between Mission and Huntsville was widened by the AHTD. This is the first phase of the project and includes the installation of approximately 4,462 feet of 36 -inch ductile iron water main and related facilities along Township Street between Old Wire Road and Crossover Road. DISCUSSION The City received twejwe responsive bids on July 2, 2009. Contractor Bid Amount Contractor . Bid Amount Seven Valleys Construction $1,757,232.00 Goodwin & Goodwin $2,151,930.00 Crossland Heavy Contractors $1,789,789.60 Henley Construction $2,284,960.00 Gamey Companies $1,796,249.00 Coakley Company $2,289,259.00 S.J. Louis Construction $1,849,972.00 Redford Construction $2,294,232.00 Sweetser Construction $1,905,437.50 Fochtman Enterprises $2,444,670.00 Rosetta Construction $2,046,866.00 KAJACS Contractors $2,821,549.00 The Engineer's estimate was $2,036,900.00. The bid has been reviewed by McClelland Consulting Engineers. MCE's letter of recommendation is attached. BUDGET IMPACT Funds are available within the W&S Relocations — 2009 Bond Proceeds project budget. RESOLUTION NO. A RESOLUTION APPROVING A CONTRACT WITH SEVEN VALLEYS CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $1,757,232.00 FOR THE CONSTRUCTION OF A 36 -INCH WATER MAIN ALONG TOWNSHIP STREET TO INCLUDE APPROXIMATELY 4,462 FEET OF 36 -INCH DUCTILE IRON WATER MAIN; AND APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $90,000.00. 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 contract with Seven Valleys Construction Company, Inc. in the amount of $1,757,232.00 for the construction of a 36 -inch water main along Township Street to include approximately 4,462 feet of 36 -inch ductile iron water main. A copy of the contract, marked Exhibit "A," is attached hereto and made a part hereof. • Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a Project Contingency in the amount of $90,000.00. PASSED and APPROVED this 21st day of July, 2009. APPROVED: ATTEST: By: By: LIONELD JORDON, Mayor SONDRA E. SMITH, City Clerk/Treasurer /tDIEISIRCIKEIDITiONSTETRWEW MCEMCCLELLAND CONSULTING ENGINEERS, INC. 1810 N. College Avenue P.O. Box 1229 Fayetteville, Arkansas 72703 / 72702-1229 PHONE: 479-443-2377 FAX: 479-443-9241 July 2, 2009 Mr. Shannon Jones, P.E. Engineering Department City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Re: Bid Tabulation Township Street 36 -inch Water Main Dear Mr. Jones: Bids were opened at 11:00 am, July 2, 2009 on the referenced project. Twelve bids were received, eleven of which appear to be in order, other than a few minor math errors. The high bidder listed the extended price in words, instead of the unit price. The low bidder was Seven Valleys Construction Co., of Cassville, Missouri, with a bid total of $1,757,232. Our Engineer's estimate totaled $2,036,900. Five of the bids were below our estimate and seven were above. Seven Valleys recently completed a 24 -inch water main project in Springdale for us. They were a subcontractor to McClinton -Anchor on this project. Their water and sewer main work totaled approximately $2.8 million on this job. They also have completed a water sewer relocation project along Highway 72 in Bentonville for us. They were the prime contractor and the contract amount was approximately $1,242,000 for this Bentonville project. We have found Seven Valley's to be competent and cooperative, and recommend that the Contract be awarded to them in the amount of $1,757,232.00. Very Truly Yours, Robert W. White, P.E. Project Engineer Encl: Bid Tabulation J:2008/082146/Correspondence/Jones 7-2.doc Construction Extended 58,000.00 5727.265.00 gg888Q85�8S8 y N ,1;..... W p8p88�$ Y{ NM NN 510,000.00 1 $159.500.00 510,000.09 ' 52,070,00 885� N49 8 W $St N 88$880, g gi N2w awe p88N�O�pp 8 W NNN g 00888888888 NNNNNNNN � 88 8 $ • 52,590.00 51.100.00 5250.00 88 W , N 8 N W 8g88a N .-N S2 R N 888S N N 8 N 28888 oYm,g 7 W LO NA ga �y� 58,750.00 5119.000.00 88888888888888 8§Ogg8gaagga$8 NNya NN NNya 1 N4ppw 88 NM, 8 y8 Q§ y 8g8 §$g N -of NN N $2,520.00 518.720.00 888 §cr 8§ �NN SJ Louis C Unit Cost 1 g O q N g88$?E m 0g N Q O6§ N p § 8QOQO1�111§<§t� w M 8888S88O N N w N p § N N BSOpggg 48 M p �gygN H -".. 88pO8 88 N W $ �§ W y j 8$S'pQSpYO'J - N19�NNg S80 N Mir 001ZL'900'1.5 00'000'01.5 pepueVr3 saluedwo0 S g8a ni"§§"8 Taa $ o Ogp 8 519,200.00 5300.00 8888 g O gg ii O f 5161.00 56,600.00 $5,200.00 5159,500.00 510,000.00 52,875.00 51,500.00 S8 "pg. `- 401 pQo `- 49 _ 51.875.00 5160,500.00 S po p �NotOi1S pO O 8 8 NNdpNNW S 88 • O88g §§§88SSg 2MNNNNNW q$ S N §§ N g s g 6 N 8. 6 .9 oo go 5° p , bgppQppgppp 02 p� 1 59,360.00 5114,240.00, p.45 NW�NN.N 2bgOpO 589,355.00 _ 58,100.00 ppO pp 88848§ 8 O qHq MNNN � $ ': $gSgOpQO ••^ �y aNY}NNM ggOS Crossland Hee Unit Cost 556,000.00 5186.50 5216.40 597.00 0888888888,8 w. �� N» $2,000.00 51,145.00 5220.00 580.00 52,000.00 $ N 88..w..8 g ww wwmw N is Construction, Co. Extended 836,000.00 $717,820.00 �pp �N.,-.7..,"'ONNM N �8§88 _ om 52,100.00 l $5,000.00 88 88 aGN�pp �N 56,300.00 5147,465.00 58,600.00 51.380.00 52,560.00 8 y� $ S M 52.250.00 1 5197,950.00 8$88 o$8ag 8 `°8 �9M«� N N 3OSBS$$.88888888 ....6, W 94NNNiNKMNV 22g 8880 88 2 8 ,g$$ N 8 $g won, g o yqJ N JJJJ$ QQWWwaawwWmwW Jd W WN.007 O$n inT m rrrr VV. -7N .-N '- rN,§ Y7 — Description Act 291, 1993 Trench and Excavation Safely System 36" Ductile iron Pipe, Gass 350 with Double Polywrap 36' Restrained Joint Ductile Iron Pipe, Class 350 with Double Polywrap, _ 8' Ductile Iron, Class 350 with Double Potywrap 6 Ductile Iron, Gass 350 with Double Potywrap 36" rtes 150B Butterly Valve with Box 8' Gate Valve with Box _ 6" Gate Valve with Box 'c 2i LL 8 4.1• o IRenwve Existing Bkwo6 18" x 8" Tapping Sleeve, 6" Tapping Valve with Bax 16' x 6' Tapping Sleeve, 6" Tapping Valve with Box 36' x 36" Connection Epoxy Coated Ductile Iron Fittings 36" x 8' Outlet 36" x 6' Outtet 48' Bored Steal Casing 46" Direct Bury Steel Casing 16' Direct Bury Casing at Existing Sanitary Sewer Remove and Replace 26"h of 6' VCP Sewer with 6" PVC Sewer, Connect 6" PVC Sewer to Existing Manhole Concrete Thrust Collar on 36' DIP 8' Combination Air Valve Assembly Including Air Valve Vault, Piping, Oudot on 36' Main 9 o$ C a. a a 3 m i R. c i 1- E b ] a 24 Asphalt Surface Restoration Concrete Surface Restoration Concrete Sldexatk Restoration Curb and Gutter Restoration Granular Fill Trench Stabilization Materials Erosion Control 2 -N %7 NiGh 10m.T; V V:.E!:= V,N NN n n n nnnn2n 1 h 05 1+ m m 0 1- r "088888880,g8888888,88 g:RN 88S9 n8.°88$8C68pO S88 S 0 aNO-fOd2.,6NnN 8i'i ".464,-“4,44464 QO88, 8[V 8 o 8 8 0W 8 88 gg 646/ g 0. . 8 oriwNwwwEawS-f wwww4�w 0 0,Umg0 80 8 �ONS 8O4V g8 u° 0"8888888.88P-0066.08 CS a CCl DIA,,,,, w Q ". O w 8,8 O CYo r yt)HNMN w p 0 [N8 w SrO 444 p Qp. p 0 �we- w 0 0 • 00 0Q 0Q W w 0 S Nw 0 tM w s! p N goo_ OgaAww 0 09y 0 S S p 0 0 8, 0 440. w _ a R R ., .. 52 n ., o,, ,sN o8 .0 oo -,_ n 419 R 9 n no M O 4 g 2 0 9 E n n m E 0 3 N w QN M 8 N 04 w .70 W9 0 N O g ) w N (!i 04 0 04 0 4- 8 • 0 2 ry a 0 0 115800.0888800888 aw' p2G t�04OhC '-9'2Wg244'3 v.,6464 n ' 00o....N0000 pp888 00 88 6. w o w wwwwwwww-n 8.. ONpNN � . 0 0 .8 ou--@-O mo88gg8888808Ss0888SS o mam ij C 0 S . W O mSQwg ,. m N,, o ��[g4�J�2525w Yq $�5� Soo$o. N ornvo,0 g N ,sN o8 .0 oo -,_ g 8 8 m SgBgggggc .oFr__,0 _ `SOS N M O 52a g U a 17.'8 xn.606o$ m. o o .-w wu�i�oi S S ayWwww g o 88§g$Somgm§oN �m�.,v5,J,n 5 S5�� g e g www g o "' 0 0 0 �ri,-aa; www 8 0 0 0g `ww 0 ui 8• 8 oo a` 8 o8S$o$448 NF Z`,' wwwW 8 a s432.0 c`'-�`-YmS"p' ; ,,,-"-,-.-.....-4,4.% O 0 o ono. o SociNo� w a oo 04 0 8 0$ �qgg`dgaaoo'�oM nw 00808080. �wm ��oN�as wpb969a 4 W b oo �w 8, 8 N w 8 4 $2,125.00 $347,750.00 $2,925.00 °°0 .- w� S g 69 d " 0 0.�p g g ,d viS44$8000SBgq$u00oSo ,, p w w64y� w , g w OSS r>moo0u� N-0 10 m 8 8 wwHiN9. O o 8 w W 0 0 0 b0,,,, 0 0 a 00 b.9� o 0 N w 0 $ N w 8 8 S Fowsww S S r$10.00 08.000.00 ed06R88R888o088840'o FoN C4-NWW264.8 m$S`3d Sggg$mngS, wNw.,44lg44 '0 000q Eago. a- SS ao Nww S 0 w gg•geg or-ot,99 wwaa'w'�' 01,500.00 015,000.00 uO f,15000..080800888 Up wWww pppO060 8o0NNoOm0SROgg0000_vO 9 ry�wNwwww 8880. w 8 4 8, S 80 Egg0� ,_ 00 yqMw 0 525.00 515,000.00 ¢¢JL±t a6qq J J JW 6 W. 0 on .' a . n tl i'"'- e m n 4 of e0 ,- r r .- 0 .- 'O V V a.9 0 N 'r N - - ry 8 n . 88 ? 0' m rp - Deacfption Act 291, 1993 Trench and Excavation Safely System 36" Ductile Iron Pipe, Class 350 with Double Polywrap 36" Restrained Joint Ductile Iron Pip, Class 350 with Double Polywrap 8" Duette Iron, Class 350 with Double Potywrap 6" Ductile Iron, Class 350 with Double Potywrap 36" Class 1506 Butterfly Valve with Box 9" Gate Valve with Box 6' Gate Valve with Box Three Way Fire Hydrant Salvage Existing Fire Hydrant Remove Existing Blowoff 8" x 8" Tapping Sleeve, 8" Tapping Valve with Box 6" x 6" Tapping Sleeve, 6" Tapping Valve with Box 36' x 36" Connection Epoxy Coated Ductile Iron Fittings 36" x 8" Outlet 36" x6" Outlet 48" Bored Steel Casing 148" Direct Bury Steel Casing 16" Direct Bury Casing at Existing Sanitary Sewer Remove and Replace 26 -ft of 6" VCP Sewer with 5" PVC Sewer, Connect 6" PVC Sewer to Existing Manhole Concrete Thrust Collar on 36" DIP 8" Combination Air Valve Assembly including Air Valve Vault, Piping, Outlet on 36" Main 5" Combination Air Valve Assembly Including Air Valve Vault, Piping, Outlet on 30" Main 'Asphalt Surface Restoration Concrete Surface Restoration Concrete Sidewalk Restoration Curb and Gutter Restoration Granular Fill Trench Stabilization Materials Erosion Control ik _ N P] Y Nh f+ . T, „ ,I„I. 4, N N N 2 N N N N 4 M n Contractors Extended $ g O6 8. 8py t`W d(7i 88 $”8 igp 8. g it 8 g$ 8 . 8 l WN,Xy 8. 8. $. o 8$ 6 0 .§.":06'1E1' wNNapre4 8$818.818.8.; 0 8.$ 1 8. 8; Ng; $S8g8$$8888888 rN N N N wNN N N N N 88888 N M Mp 88 8 • 8888,y'�• g Ente rises Extended 8$$88888888888 $ 0“0N- H 189§$8$8888$ Na..a.a..awp ' $128.800.00 58.400.00 $7,600.00 595,700.00 59,200.00 52,760.00 8 8 w 514,000.00 I 517,000.00 8 § Ki zy 54,250.00 5299,600.00 $1,719.00 8$! IIi.IAIIil!! Igm WMNNN 88 p r99 H =; 7 yLL J LLLLLL J C J 4411 Q 6664 WW WW u1 LLLL11 W n 6a SSll1l :Wll QLLLLLL JJ ll!!11 J '2. J Q Q IL I11 4YiYLLZZln W › ,,,...J,2,9_ a” 0 IJP� r A ri of g P 1 "05 8 r N m o r r r r r, Q V �[II V 4 N ^ r N r r v� N NI 0 vi p56 8p `T S .-- Q. u G Act 291. 1993 Trench and Excavation Safety System 38" Ductile Iron Pipe, Class 350 with Double Polywrap 36" Restrained Joint Ductile Iron Pipe. Class 350 with Double Polywrap 8' Ductile Iron. Class 350 with Double Polywrap 6" Ductile Iron, Class 350 with Double Polywrap 36" Class 1508 Butterfly Valve with Box n e i iiia ' Three Way Fire Hydrant Salvage Eurstine Fire klydrant . . Ramove Exlstig Bkwoff x 8' Taming Sleeve. 8' Tapping Valve with Boz z ? is G G g 0 m3 A? A? 48' Bored Steel Casing 48" Direct Bury Steel Casing 16' Direct Bury Casing at Existing Sanitary Sewer Remove and Replace 26•ft of 6' VCP Sewer with 6' PVC Sewer, Connect 6' PVC Sewer to Existing Manhole J Concrete Thrust Collar on 36' DIP 8' Combination Air Valve Assembly Including Air Valve Vault. Piping, Outlet on 36' Main Z E oC ' ftn m . I m 8 i 0 -Y c- a2Ns°g Mae so m L mN l7 Granular Fig Trench Stabllizaton Materials Erosion Control a s r N n 0. m h m m 9 v M. N :e ' m m n n N nn n 1 4 4 i N Gp� M n Put in all extended prices for where the unit prices belong. DOCUMENT 00300 BID FORM UNIT PRICE NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. 1`o: T�e_�itY of Favetteville, Arkansas Address: 11est Mountain Eavettville. AR 72701 Project Title: Township Street 36 -Inch Water Main Engineer's Project No.: FY082146 Arkansas Contractor's Date: 7-- 2 _ 09 License No.: 0047 $2044-t Bidder: SeVeg.-) CO13S'iQ. Co. 5. Address: boJJC Cp\ssg LLG TN). 0,66-1s-- Contact n56ZS" Contact Person for additional information on this Bid: Name: ciSoaoy cN PE -5 Telephone: 4(.1- t(41- a.. S&' Fax: -n- '41- CEM ADDENDA I'he Bidder hereby acknowledges that he has received Addenda Numbers: PPO. 1 Q . 2 043 3 to these Specifications. (Bidder insert No. of each Addendum received.) I' V( 2I 46 Township Street 36" Water Main Section 00300-1 111 QJ Q1 lig O re. r`i 63 O g o . i . low .E rocmu Qy cs.ca yNnuo III au3 -O � � • _ d a) .a fl. N Elco uJ a) N O 0 Q =.`" c tE o)cri. roas�,a) 4 Q3�Ua II ZO E vi 111 a 1-�� d ra cY a 6: 0. 0 _o w Oco (C o CD 0 Z E-oo� � O L s a p�O�j t]� O re .eil 4) a) O Oa O us `t -a- 4i h �, °�-0 ii p O N ol tij Z u CO u 011 rt t LLI deg 0 as o00 �. • tir -.' z L L ++__fig QJ c ,o oda v al 1..... a v - U. N o 112 LI" CI v N 3 0 Business Name General/Prime Contractor Electrical Subcontractor Mechanical Subcontractor Plumbing Subcontractor J o tri <�Q 0 o¢ LLJ Lu OO.¢ tom 4z Ce cc LLQ Q ¢O= �� a Otc)< 1±1 riN O W 0 Lw 4 o 00� ce oco Zc� VtA a. � Q OO cL'% °Clinm �M� Vii° 5 °oma LL,a Ew a0(n (f) ZZ LLJz Lu Ce4 LUJ C1 W �o� w ri N 0 BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Bid is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Bid. The Bidder further agrees that he has exercised his own judgement and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. 'I•hc Bidder states that he has experience in and is qualified to perform the work herein specified and, if he does not have craftsmen experienced and qualified in any phase of the work for which this Bid is u(Thrcd, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. (,:ON_1'RACT EXECUTION AND BONDS 'I•hc: Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the rnet in the form annexed hereto, and will at that time, deliver to the Owner the Performance I lontl and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery, iuoIS, apparatus, and other means of construction and do the work and furnish all the materials neceNsary to complete all work as specified or indicated in the Contract Documents. F'1CATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND rho 11idder further agrees to furnish the Owner, before executing the Contract, the certificates of iu;arr,unce, Payment Bond, and Performance Bond as specified in these Documents. !'A1t•1. OF CONSTRUCTION, CONTRACT COMPLETION TIME, AND LIQUIDATED 1),AM M: t:::S Citi+1't of (.;ortstruction, Contract Completion Time, and Liquidated Damages are stated in Document (WOO •• Contract. ft`F1#t1.1 4, Township Street 36" Water Main Section 00300-2 1 1 1 r 1 r SALES AND USE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. I JN 1T PRICE BASE BID The Bidder agrees to accept as full payment for the work proposed herein the amount computed under the provisions of the Contract Documents and based on the following unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The bidder agrees that the unit prices represent a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in the Contract Documents. The amounts shall be shown in both words and figures. In ease of discrepancy, the amount shown in words shall govern. Bel) SCI IIsI)UIi TOWNSI-11P S'IRT.'.F,T 6 W.AfER N1A1N ITEM ! ESI' , i UNIT i ,! tiI:N.11.31'1.it (1'FY ' LNI'l' 1 r)ESCR1PTIO J 1'at1(''i. IOTA'. 1' 1 LS Act 291, 1993 Trench and Excavation Safety System -r1ix9r'r Six THOVSA13DDollars/LS Words 2 3,778 LF 36 -Inch Ductile Iron Pipe, Class 350 with Double Polywrap 0 Km— til1/4)6..) carte- rJ e -r1 Words Dol lars/LF 3 684 LF 36 -Inch Restrained Joint Ductile Iron Two t1lV+JtQ E3{,,44T l,Joilars/LF 4 140 LF 8 -Inch Ductile Iron, Class 350 with Double Polywrap TRIP -TY Dollars/LF 5 90 LF 6 -Inch Ductile Iron, Class 350 with Double Polywrap IiisEPTY 63G14T Dollars/LF Words Pipe, Class 350 with Double Polywrap Words (s 36,6co ) ($36"o° ° ) (s 1 t1tg b.)° I' Ott 146 'Township Street 36" Water Main Section 00300-3 M 0 ' 1 i \I \;:3I !t • 1 • \; , ..\ %. ! R'. 114 3-1.3*e NO AltaLeee S�[T�EP TkAtA)5Poi.V> Dollars/EA Words 7 5 EA 8" Gate Valve with Box Vo)Q €.e0 tlaookem SI't`I R) 3 NE Dollars/EA 8 9 EA 6" Gate Valve with Box a•6— ECEVE►J urJpREQ,Fo trf -F *- Dollars/EA Words 9 8 EA Three Way Fire Hydrant f W EraT7 S.SX (A vta P$ F T`/ Dollars/EA Words 10 1 EA Salvage Existing Fire Hydrant ONS TkkOUSAW+. Dollars/EA Words 11 1 EA Remove Existing Blowoff 0 NE T1-1buS p.oJn Dollars/EA Words 12 1 EA 8" x 8" Tapping Sleeve, 8" Tapping Valve with Box 11...sea3TY CIG kT (�1}raORt=� Dollars/EA Words 13 1 EA 6" x 6" Tapping Sleeve, 6" Tapping Valve with Box 14 1 Twewrr we" 1-l�} 41z.e C:5 Dollars/EA Words EA 36" x 36" Connection FTIC5 714005 A ►ate Ir5`ii112 ion Township wnship Street 36" Water Main Words Dollars/EA i()(4(x)Pr' 11(,106:n1) (5 Ii4V1°j 1,140o ($304-0; ($ 1,34s°} 100"460 00 (5 •4---4.411-&.?'‘)) ($fit(DS0°) ($ 21,200-1 ($1,000 °°) ($ li000 °0 ) ($1,00D°° ) ($ (, ono.°° ) ($2,800°° ($ 2,go0 °0) ($A toOn ($21(Op°°) Section 00300-4 1 1 BID sciinI)I,; I .I: TOWNSHIP S-1"I�Iii i'°.i6" \t• .A 1'I•:R MAIN UNIT I'RICE i fO AI, 1'±'Ltii' • I '08'i'. it i�I;bif.3f�It ! ('1'I'Y UNET • I)PSC'IZUP'I'ION 15 16,100 LB Epoxy Coated Ductile Iron Fittings 16 4 EA SS X. Dollars/LB Words 36" x 8" Outlet Two 7-4-10u51b+3.Z. FSV'Ty Dollars/EA Words 17 4 EA 36" x 6" Outlet 1~5 FT &O NL,�catz.E a .S 'velart f &v Dollars/EA Words 18 145 LF 48-1nch Bored Steel Casing c,b3E TIlDOSRUI] SE✓ 1�T o1Iars/LF Words 19 40 LF 48 -Inch Direct Bury Steel Casing Ttbao fithalzirter2. eo y Dollars/LF Words 20 23 LF 16 -Inch Direct Bury Casing at Existing Sanitary Sewer 21 1 SzxTY Dollars/LF Words LS Remove and Replace 26 -ft of 6" VCP Sewer with 6" PVC Sewer, Connect 6" PVC Sewer to Existing Manhole Fsve NUaato SzxTy Dollars/LS Words 22 2 EA Concrete Thrust Collar on 36" DIP ?we tory se- vek) Nvu462.e3D I✓YFTy Dollars/LF Words 23 1 EA 8 -Inch Combination Air Valve Assembly Including Air Valve Vault, Piping, Outlet on 36 -Inch Main CovArrer) 1140`341" -IA 7HReE i•Irj► l)REp .S r &) Dollars/EA Words ($ 4-00 ) ($ 94,1600°L) ($ 60°1° ) ($2,5606°) ($ 2%70°) (5/4,314°} ($ 1,3800) ($ 2,5(0°) (5 3:5-600 0 ) ($ Pit 3/6.0°) 01'0821.16Township Street 36" Water Main Section 00300-5 N • BID S('I•Il1)I. 1.l; TOWNS! i1!' STREIT I] 36' \V.•\ !'F?R \'Ir1IN 1, ITEM ; EST. I i:NI1 —I � 1 til,l,ti•1l3FR QTY I;NI I' I DF SCRIP'!•ION PRICE TOTAL. J 24 1 EA 6 -Inch Combination Air Valve Assembly Including Air Valve Vault, Piping, Outlet on 36 -Inch Main T Tti6usp t ($ l0t(4C --) ($ 10d GOO 0 0 ) S1-14... NVt.11;W..ET Dollars/EA Words 25 25 SY Asphalt Surface Restoration ($ 90"") (5 20-- boo) IN)*srJ a Dollars/SY 0 26 5,350 SY Concrete Surface Restoration ($ 31.6° ) ($ 1q7, q S4 0) THsRTY SEVEN Dollars/SY Words 27 45 SY Concrete Sidewalk Restoration (5 34-6° ) ($ /r 331)-4°) Tl SR t`r Dollars/SY Words 28 3,120 LF Curb and Gutter Restoration (5 17.2° ) ($ 2%701 NSVJE 7 1e(100 Dollars/LF Words 29 8,400 TON Granular Fill FO U RTE. -e13 Dollars/TON Words 30 60 TON Trench Stabilization Materials PET- T-( Dollars/TON Words 31 1 LS Erosion Control -Neon' STA Tldousskw.C• Words Dollars/LS ($ ((4b0 ) (5 i lir (040•° ) ($ So °) ($ 3,CO0 e4 ) ($ 24OOO ($ 2(ttm)6° TOTAL BID $ i 17 S-7 132— • a O i` ,'oo I to Township Street 36" Water Main Section 00300-6 i r I i BUY AMERICAN The Bidder hereby acknowledges the Buy American requirements in SECTION 00100, INSTRUCTIONS TO BIDDERS, Paragraph 26. DEDUCTIVE ALTERNATES Not used. BASIS OF AWARD The Bidder understands that the Contract will be awarded to the responsive, responsible bidder with the lowest Base Bid. MAJOR EQUIPMENT SCHEDULE Not used. PAYMENT SCHEDULE Not used. St il3CONTRACTORS I'hc I3idder further certifies that proposals from the following subcontractors were used in the preparation of this Bid; and if awarded a contract, Bidder agrees to not enter into contracts with others for these divisions of the Work without written approval from the Owner and Engineer. 13OR ING SUBCONTRACTOR Arkansas Contractor License # a1 l$ it ori % 1-1 Rct.7 »tam. Qoe s- - Name Street Address, City, State, Zip Code 111 AV'NG SUBCONTRACTOR Arkansas Contractor License # St wet Address, City, State, Zip Code PV0H21't6 Township Street 36" Water Main Section 00300-7 SUBCONTRACTOR A i'lonisas Contractor License # Sl reel Address, City, State, Zip Code !'.l LJ .. )RMANCE OF WORK BY CONTRACTOR Tho Bidder shall perform at least 70 percent of the work with his own forces (refer to Paragraph 23, INS'I'R.IJCTIONS TO BIDDERS. Bids from so called "Brokerage Contractors" will not be considered.) Lilt below the items that the Bidder will perform with his own forces, if awarded this Contract, and Il l I in the blank showing the estimated total cost of these items. s pc Wog. k , Cala C E t Asp ri Lr Esi1 iiuucted total cost of the above items the Bidder states that will be performed with his own forces, nwarded Contract: ►ltrr►mr.t.z SS S 7 SEvdJ &hi& 2.eDollars (5 (0o9 76,7.°0 76,7.°'0 (Words) .S' WTy Sett& j.,Nj4;RII:;NCE OF BIDDER '1')c Iiiclder states that he is an experienced Contractor and has completed similar projects within the )blit 5 years. (List similar projects, with types, names of clients, construction costs, and references with telephone numbers. Use additional sheets if necessary.) Fla 1 '._ LITT s fog. UTsLITreS 30 •r 00 n P xtO64 Dab -° ° iY HR k 3o 1easnrJ gENTOr.?1t ELLE k.k.RT'E R SEtaerk. 2,600,000.°° Ng_ Burro.) I'Vi)H 2146 Township Street 36" Water Main Section 00300-8 SURETY If the Bidder is awarded a construction Contract on this Bid, the Surety who provides the Performance and Payment Bond will be: \Sr.'( r j< RtS 6- r'ARRECC 1-605 IJG- whose address is: Po. ao)S zit SID LI 'ate Rack AR. / zzz Street, City, State, Zip, Code INSURANCE The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if awarded a construction contract, agrees to furnish the required insurance certificates within fifteen (15) days of the date the award is made. BIDDER The name of the Bidder submitting this Bid is: . Ci eta VALLEYS CtasTR. CO - p.0. RA‹. 88 ClssysLLE t fro. (057.02.5 - Street, City, State, Zip, Code doing business at: which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Bid, or of the partnership, or of all persons interested in this Bid as principals are as follows: ' 6.-71%)06. s PRFs. If Sok Proprietor or Partnership IN WITNESS hereto the undersigned has set his (its) hand this day of , 2009. Signature of Bidder Title V1.'082146 'Township Street 36" Water Main Section 00300-9 M w i 1 If: ,.. ..woration IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed 111141 its seal affixed by its duly authorized officers this 2- day of .30Ly , 2009. (SEAL) SEVeb3 U Nu.Cy's Co a sTR . CA . s1ac. . Name By Title of Corporation Attest 1 c\6\ \e,S Secretary YOU 1a( township Street 36" Water Main Section 00300-10 tee...._ .. THE AMERICAN INSTITUTE OF ARCHITECTS MA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we (Here insets lull name and address or legal title of Contractor) Seven Valleys Construction Co., Inc. P.O. Box 88, Cassville, Missouri 65625 as Principal, hereinafter called the Principal, and The Cincinnati Insurance Company Mere insert lull name and address or legal tide of Surety) P.O. Box 145496, Cincinnati, Ohio 45250-5496 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, Arkansas Here insert Ivil name and address or 'egg tide of Owner) 113 W. Mountain Street, Fayetteville, Arkansas 72701 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount Dollars (5% }, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Township Street 36" Water Main Mere insert lull name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount (or which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obtigation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 30th day of June, 2009 Seven Valleys Construction Co., Inc. (Principal) (Seal) \ (Title) r 5. The Cincinnati Insurance Company { / Li/KA_ A (Surety) .. (Seat) Dorena Wise (Title) Attorney -In -Fact MA DOCUMENT A310 • RIO BONO • AIA ® • FEBRUARY 1970 EO • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N,W„ WASHINGTON, D.C. 70006 Printed on Recycled Paper 9/93 1