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