Loading...
HomeMy WebLinkAbout210-09 RESOLUTIONeri RESOLUTION NO. 210-09 A RESOLUTION APPROVING A TASK ORDER TO THE CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. IN THE AMOUNT OF $300,000.00 FOR CURED IN-PLACE SANITARY SEWER MAIN LINE LININGS,; AND APPROVING A CONTINGENCY IN THE AMOUNT OF $30,000.00. 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 Task Order to the contract with Insituform Technologies, Inc. in the amount of $300,000.00 for cured in-place sanitary sewer linings. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a contingency in the amount of $30,000.00. PASSED and APPROVED this 6'h day of October, 2009. APPROVED: By: ATTEST: By:8Y AJ SON RA E. SMITH, City Clerk/Treasurer G".• S&'% fV• •FAYETTEVILLE' *it•• :. a1/21:QkANSPS J`a � #1.0.ASON 1110" Shannon Jones Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 10/6/2009 City Council Meeting Date Agenda Items Only Water and Sewer Division Action Required: Utilities Department Resolution approving a task order to the contract with Insituform Technologies, Inc. for $300,000 with a contingency of $30,000 for cured -in-place sanitary sewer linings. 330,000.00 Cost of this request 5400.5700 5815 00 Account Number 02017.0009 Project Number $ 3,470,043.00 Category / Project Budget Sanitary Sewer Rehabilitation Program Category / Project Name 640,804.09 Water and Wastewater Funds Used to Date Program / Project Category Name 2,829,238.91 Water/Sewer Remaining Balance Fund Name Budgeted Item XX Budget Adjustment Attached 1Mre Depart =nt Dire orr_ City Atto ney Date 1 Previous Ordinance or Resolution # 104-08 Original Contract Date: 5/20/2008 Original Contract Number: 4/2 Date °4t 9 ° Date 2040 Comments: Revised January 15, 2009 TMleylle ♦S CIT COUNCIL AGENDA MEMO City Council Meeting of October 6, 2009 To: Thru: Mayor and City Council David Jurgens, Public Utilities Director Don Marr, Chief of Staff From: Shannon Jones, Water & Wastewater Engin $ r Date: September 18, 2009 Subject: Resolution approving a task order to the contract with Insituform Technologies, Inc. for $300,000 with a contingency of $30,000 for cured -in-place sanitary sewer linings. RECOMMENDATION Fayetteville City Administration recommends approving a task order to the contract with Insituform Technologies, Inc. for $300,000 with a contingency of $30,000 for cured -in-place sanitary sewer linings. BACKGROUND On May 20 2008 the City awarded a contract to Insituform Technologies for sanitary sewer main line and service lateral lining based on a bid in which Insituform was 7.3% below the second bid. The bid schedule includes specific unit prices for various items of work; with the sanitary sewer rehabilitation program then using the pricing to complete the annual rehabilitation program. The exact needs of each rehabilitation activity generally cannot be specifically defined until the final design is completed, hence the unit price bid schedule to correlate costs to project scopes. This contract allows for multiple work orders to be issued for up to five years. DISCUSSION The contract allows for a limited price adjustment each year. Due to economic conditions and as the exact lines to be relined have been identified in advance, Insituform has agreed to reduce the price 4.2%. This decrease is not only being applied to this work order, but also to the previous work order issued in March, 2009. Combining the work under the two work orders creates a total savings of $26,400 compared to the already low price presented in the bid. Pipes being lined under this contract have been identified by City forces through normal maintenance operations and by RJN Group, Inc. that recently completed a Sanitary Sewer Evaluation Study in the South Fayetteville and Greenland areas. City Staff has prepared the work order to release to Insituform, thus minimizing engineering and administrative costs. This work is an integral part of the City's ongoing program to maintain its sewer system in the most long-term yet cost effective fashion, with cured -in-place linings being by far the lowest cost strategy for applications where it is appropriate. BUDGET IMPACT The City received a 2008 State Tribal Assistance Grant in the amount of $286,000 that will be applied towards this project. The City's cost from Water/Sewer revenues will be $344,000. Funds are available in the 2009 Sanitary Sewer Rehabilitation Project budget. Insituform Contract 2009 - STAG 2008 CC Memo RESOLUTION NO. A RESOLUTION APPROVING A TASK ORDER TO THE CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. IN THE AMOUNT OF $300,000.00 FOR CURED IN-PLACE SANITARY SEWER MAIN LINE LININGS,; AND APPROVING A CONTINGENCY IN THE AMOUNT OF $30,000.00. 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 Task Order to the contract with Insituform Technologies, Inc. in the amount of $300,000.00 for cured in-place sanitary sewer linings. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a contingency in the amount of $30,000.00. PASSED and APPROVED this 6th day of October, 2009. APPROVED: ATTEST. By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer 5.0 CONTRACT AND BOND DOCUMENTS 5.1 AGREEMENT 2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN PLACE PIPE METHOD THIS AGREEMENT, made this 01434h day of mnir , 2008, by and between the City of Fayetteville, Arkansas, and U Insttuform Technologies, Inc. doing business cis a Corporation, hereinafter called "Contractor", WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The Contractor will commence and complete the projects selected for rehabilitation under this Term Maintenance Contract at the City of Fayetteville, Arkansas and all incidental and ancillary work in accordance with the conditions and at the prices stated in the Bid Proposal which are a part of these Contract Documents attached hereto and made a part hereof. 2. The Contractor will furnish all materials, supplies, tools, equipment, labor and other services necessary for the construction and completion of the projects selected for rehabilitation. 3. The Contractor will commence the work required under this term maintenance contract for the rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas in a timely manner as projects are selected. The Contractor shall furnish City of Fayetteville a timeline for each project as preparation for the work begins. 4. The timeline for this contract shall end December 31, 2008 Upon approval of the City of Fayetteville, the contract may be extended on a yearly basis for up to four years, through December 31, 2012. 5. The Contractor shall be entitled to receive up to Three Hundred Thousand Dollars ($330,000). City of Fayetteville is under no obligation to purchase a minimum amount of any item awarded and City of Fayetteville may choose to purchase more, less, or none of the rehabilitation, depending upon its needs This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method. The City of Fayetteville will pay the Contractor in the manner and at such times as set forth in the General Conditions such amounts, as required by the Contract Documents. 6. The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. 7. The term "Contract Documents" means and includes the Advertisement for Bids Information for Bidders, Technical Specifications, Bid Proposal, Agreement, General Conditions, Performance Bond, Payment Bond, Notice of Award, Notice to Proceed, Change Orders and Addenda prepared or issued by the City of Fayetteville. 8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 9. It is mutually agreed that should it appear to the City of Fayetteville or to the Authorized Agent in charge, at any time during the existence of this Contract, that the sureties on the Contractor's bond have become insolvent, bankrupt, or otherwise financially unable to protect the City of Fayetteville under the terms of the Contract, the City of Fayetteville may demand the Contractor furnish additional security in some approved surety company satisfactory to the City of Fayetteville. The acts of the City of Fayetteville or the Agent with reference to demanding new or additional security shall never be construed to relieve the original sureties of their obligations under the contract. or to relieve the Contractor. The City of Fayetteville may stop performance under the Contract until additional security has been furnished by the Contractor, and the City of Fayetteville shall in no case be liable to the Contractor on account thereof. In the event of the refusal or failure of the Contractor to comply with the demands of the City of Fayetteville with reference to furnishing additional security, the City of Fayetteville may exercise its right as provided herein to stop all payments under the Contract and to arrange for completion of the Contract requirements obligating the Contractor for any and all additional expenses incurred. 10. Changes, modifications, or amendments in scope, price or tees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City council in advance of the change in scope, cost or fees. 11. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in four (4) counterparts, each of which shall be deemed an original on the date first above written. THE CITY OF FAYETTEV. LE By: Title: Mayor 1 13 West Mounta'n Street Fayetteville, AR 72701 CONTRACTOR: // oug as omas Title: V.P.-Global Procurement/Ops. Support By: Company Address Insituform Technologies, Inc. 17988 Edison Avenue Chesterfield, MO 63005 Attest: Title: 'Attes Title: • (Corporate Seal) 'If a corporation, the Secretary of the Corporation should Attest. & Attesting Officer 2008 CIPP Bid Tabulation April 16, 2008 at 2:00 p.m. Insituforzn Technologies Suncoast Infrastructure tem Item Description tiaprox. Unit Unit Price In 1_111/1_Figures Unit Price IR Total No. Oty. figures I 6" x 4.5mm of existing place trenchless rehabilitation by CIPP sewer pipe mainline, complete in 3500 LF $ 36.50 $ 127,750.00 $ 30.60 $ 107,100.00 2 8" x 6.0mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place 1500 LF $ 32.00 $ 48,000.00 $ 3030 $ 45,45000 3 10" of place x 6.0mm trenchless rehabilitation by CIPP existing sewer pipe mainline, complete in 500 LF $ 34.00 $ 17,000.00 S 31.00 $ 15,500.00 4 12" x 6.0mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place 500 LF $ 42.00 $ 21,000.00 $ 32.80 $ 16,400.00 5 15" x 7.5mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place 100 LF $ 57.00 $ 5,700.00 $ 50.00 $ 5,000.00 6 18" x 9mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place 100 LF $ 73.00 $ 7,300.00 $ 60.50 $ 6,050.00 7 Internal reinstatement of Service Laterals 60 EA S 0.01 $ 0.60 $ 150.00 $ 9,000.00 8 Trenchless rehabilitation by CIPP of existing 4" Service Lateral 30 EA $ 2,000.00 $ 60,00000 S 2,900.00 $ 87,000.00 9 Standard Mobilization (within 15 working days) 2 EA $ 2,000.00 $ 4,000.00 $ 2,50000 $ 5,000.00 10 Emergency Mobilization (within 3 working days) 1 EA $ 3,000.00 $ 3,000.00 S 9060.00 $ 9,060.00 11 CIPP Point Repair, 6" - 12" Diameter, 10 LF 5 EA $ 1000.00 $ 5,000.00 $ 3,320.00 $ 16,600.00 Total Bid $ 298,750.60 $ 322,160.00 4.0 BIDDER'S PROPOSAL 4.1 ITEMIZED DESCRIPTION OF BID PRICING TO: City of Fayetteville Fayetteville, Arkansas GENTLEMEN. The undersigned bidder, having examined the specifications and contract documents, and being fully advised as to the extent and character of the work, propose to furnish all equipment and to perform all labor and work necessary for the completion of the work descnbed by and in accordance with the specifications and contracts for the following prices to wit. Item Auprox Unit Price leo. Item Description ntv.UUit InFi¢ures 6" x 4.5mm trenchless rehabilitation by CIPP of existing sewer pipe 1 mainline, complete in place • Total 1 tItRWY S\y iue AND derifetFfre 3500 LF $ 3c.50 $ I2 6*$6, ccs FYI'e..e 8" x 6 Omm trenchless rehabilitation by CIDP of existing sewer pipe 2 mainline, complete in place Ttit TY Two dollars t 1500 LF $ 32• ehO $ • if 3r 000. eo zeal cwr} 10' x 6.Omm trenchless rehabilitation by CIPP of existing sewer pipe 3 mainline, complete in place TI}lit l Fou?, dollars t 500 LF $ 3-l•ei $ lit coo o -canCeuttj 12" x 6.Omm trenchless rehabilitation " by CIPP of existing sewer pipe 4 mainline, complete in place fo?SY Two dollars t 500 1.F recto CEIJI" $ yt $ Z4Doc .00 Item Approx. Unit Price No. Item Description Qm Unit In Figures 15" x 7.5mm trenchless rehabilitation by CIPP of existing sewer pipe 5 mainline, complete in place Total • FIFN SC1le) dollars3 100 LF $ 5OO $ 5, 4 -cc. 5c ter& deur& 18" x 9mm trenchless rehabilitation by CIDP of existing sewer pipe 6 mainline, complete in place %nay 114g.a dollarsZ 100 LF zee ems Internal reinstatement of Service 7 Laterals ONE CEW( .dollar. 60 EA $ .01 Trenchless rehabilitation by CIPP of 8 existing 4" Service Lateral. Soo .Otto Two 7140LL$ A WD dollars t 30 EA $ 2000.00 $ Get 000.00 tap Ceur, Standard Mobilization (within 15 9 working days) iu,e V1ou5k»D dollars4 2 EA $ ZCOp.00. $ � 060. Od lad CEnTS Emergency Mobilization (within 3 10 working days) ?}KCi' * L$AyuV dollars1 EA $ 30'x.00 $ 4000. 00 tam Ce.vey CIPP Point Repair, 6" - 12" 11 Diameter, 10 LF ate rM u)suD dollars '• eel& COO 5 EA $ 1000. oo $ 00o . o d TOTAL BID AMOUNT $ ZSS, ¥50. &O 10 WM:0 t.eo NturY amt. T/(o✓Sau4 scveu HuuPReP. F(FTY Tht.t as , AMD 6%X7Y Cca»r (In Writing) The undersigned understands that this bid is for a term maintenance contract for the rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas and that the City here may choose to purchase more, Tess, or none of the rehabilitation, depending upon its needs. The City.is under no obligation to purchase a minimum amount of any item awarded. This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured-in-place pipe method. The bidder understands that the City reserves the right to reject any or all bids, and to waive informalities in the bidding. The undersigned further agrees that the proposal guaranty may be retained by the City of Fayetteville, Arkansas, provided the undersigned is one of the lowest and most advantageous bidders, and that said proposal guaranty shall remain with the City until the contract hos been signed, and the bond required for the faithful performance of the contract has been made by one of the lowest responsible bidders; otherwise, proposal guaranty may be obtained from the City after forty-eight hours from the time of opening of the bids. The undersigned hereby declares that he has had sufficient time to make all test and investigations to arrive at an intelligent estimate of the cost of doing the work, and has carefully examined the specifications and documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representation made by the City are in any sense a warranty, but are mere estimates for guidance of the CONTRACTOR. Upon receipt of notice of the acceptance of the bid, we wit execute the formal contract attached in quintuplicate, within ten days. and will deliver a Surety Bond for the faithful performance of the contract, and such other bonds as may have been required in the specifications. The bid security attached in the sum of 5%of the greatest amount of the total bid is ($5%) is to become the property of the City if a cashier's check, and if a bond, the principal amount shall be paid to the City of Fayetteville, in the event the contract and bond are not executed within the time set forth, and to be considered as liquidated damages because the delay and additional work caused thereby are incapable of accurate ascertainment. RESPECTFULLY SUBMITTED.: Insituform Technologies, Inc. Bidder Business Address Telephone Number FAX Number SIGNANREANDTIE H. Douglas Thomas V.P.-GIobal Procurement/Ops.Suppo SIGNATURE AND TILE 17988 Edison Avenue Chesterfield, MO 63005 636-530-8000 636-530-0751 Arkansas Contractors License Number 0072030409 Seal If bidder Is a co • oration NOTE: DO NOT DETACH BID FROM OTHER PAPERS BOUND IN THIS DOCUMENT. Fill Bid Form In with ink and submit complete with all other papers bound in this document Fayetteville, AR - 2009 CRP Maintenance Contact Stied Name Bade Mao Page GSMH 1311,4H GIS Length Dia SmMn unit Extolled Pike Actual Price Amur Length City Contractor Pon LW e Wert Kash 104 1{04)132 I{04)131 209.13 6 a 5 34.75 1 7267.18 5 Itasca IF.In 144 1411)093 14111092 88.43 I 2 5 30.23 $ 2143298 $ - Rebecca /Bailin 1.11 14111194 1411093 9067 8 2 $ 30.25 $ 2.74182 $ - Marco /WOO 1.11 1411/145 1411094 99.74 8 2 $ )..25 1 3017.14 $ - Rebecca /WON 1-11 1411092 1411091 162.48 8 4 $ 30.25 $ 793999 5 15th Tnila Park W-15 W415)059P W{I5)058P 70363 6 5 5 3475 5 7,076.22 5 - Carolyn/ Hammond 1.16 1416)257 14161256 32109 6 6 5 34 75 5 11.15774 $ - Calvin/ Hennaed 416 14161256 14161255 2L]9 6 3 5 3215 5 7.950.49 $ Carolyn /Wmmq 416 14161227 14161226 388959 6 J 5 3475 5 1153820 $ - Carolyn /Himmel 1-16 14161224 1416)223 14962 6 J 1 34.75 $ 1114913 1 Nati Si) College Ave 1.10 14101138 1{10)131 1911.00 6 1 $ 3475 5 6,830.39 5 Old Wue/ Ash 1-09 1409093 1409)092 41232 12 1 $ 40.50 5 16314.26 5 OM Wire/ Qv,cro( 109 1409002A 1409)802 129.89 12 0 5 41.50 5 5.260.74 5 - 0ldWire 1(Notion IM 1{09)003 1409001 162.01 12 0 5 40.30 $ 6561$3 5 - Old We& Ovdcml IM 1409)001 1403)078 300.26 11 0 5 40.50 5 11160.53 5 Old Wire /pmigl 108 1403076 1406077 78.37 12 0 $ 1450 5 11701 S - 0111 W /Ovm7ml 108 1408077 1408)076 145.04 12 0 5 41.50 5 5.87419 5 - OIdW / OvraI 108 1406)076 1408)072 87.78 12 1 5 4050 5 3.35493 5 - Old Whe/Ovauml -08 14031072 1408)071 138.56 12 2 5 41.50 5 5.61163 $ Old Wire / Ovaaml 108 1408071 1408066 68.98 12 0 $ 10.30 5 2.793.80 $ - Old Wire / Ovmeat 108 14081166 1408063 43.56 12 0 $ 40.50 5 1.845211 5 Old Wire / Overt -rex 108 1408)063 1408062 160.54 12 0 $ 40.50 5 6663.97 1 01d Wire 1 Pittman 109 1409099 14091098 125 56 12 0 5 411.50 $ 5.08518 $ - Old Wire /Pittman 109 1409098 1409097 591 12 0 $ 411.50 $ 239.83 5 - Ruck W4112 W402)181 W4013180 25944 6 4 1 34.75 $ 9015.58 5 ❑nh La/ Wilma NN 1404047 1448946 432.94 6 I 1 3475 $ 15044.63 5 - Levadt/Caraway 1.12 14111080 1412079 167.13 6 2 5 34.75 $ 6,50177 5 - Hannon /Palma W.13A W413AI138 W{I3A)137 250.00 6 2 $ 34.75 $ 8687.50 5 - Harmon /Pelmet W -13A W413A1137 W413A)I36 29103 6 2 $ 3475 5 10.112.25 $ - Hartman /Palmer WIJA W413AII36 W413A1135 6500 6 0 5 34.75 $ 2.25375 $ - Wooley/Grean'Mkv 1-13 1413033 14131031 364.00 6 5 5 3475 $ 12,64930 $ - Woolsey / Grtandhy 1-13 14130$ 1413031 203.00 6 4 5 3475 $ 705425 $ - Woolsey /Grmolky 1-13 1413031 1413030 23800 6 5 $ 34.75 5 8,270S0 $ - Ramey/AA/Gwen 1-16 1416)189 1416)118 196.02 12 4 $ 4181 5 7.93864 $ - Reimer. /MOl Com; 1.16 1416)181 1{16)187 12562 12 0 5 40.50 5 5,037.72 $ - Reimer /AYr/Cowen 1-16 1416)187 1{16)186 29594 12 0 $ 40.50 5 1198544 $ - Kamer; / Adi / Cynrm 1.16 1416)186 1416)185 26987 12 1 $ 4130 5 10929.65 1 - Panner/Ash/Coven 1.16 1416)165 1416)184 27894 12 J $ 40.50 5 1129703 $ - Kamen. / Ash /Cymru 616 1416064 1416)133 37379 12 4 1 40.50 5 15.138 68 $ - Raman. /Ath/Camas 1-16 141611113 1416)182 406.58 12 2 $ 40.50 5 16,466.46 $ - Ramsey / Ash /Careen 1-16 14161132 1416)181 38868 12 0 5 40.50 $ 15741.70 5 - Ramsey / Ash /Cypress 116 1416)131 1416)180 174 26 12 1 1 40.30 5 705738 5 - Wnwmd/Liu/Kama 1-16 14161169 1416)168 141145 12 0 5 40.50 5 6,012.37 5 - Winwm1/Lisa /Kama 1.16 14161168 1416)167 256.57 12 1 5 4050 5 10,39113 5 - Wnwad/UtalKant 1.16 14161167 1416)166 143.33 12 0 5 10.50 5 5,304X5 $ - Minor/ /Lisa l Kama Id6 14161166 1416)163 30699 12 1 5 10.5`11 1 12,431911 1 - Wn'wN /Iia l Kant 1-16 1416)165 14161164 197.25 12 0 $ 40.50 $ 7.98166 $ - Winwrd/Liam/ Kant 1-16 1416)164 1416)156 17577 12 0 $ 4050 $ 7,11859 5 - Winwoodll5.u/Kanu 1-16 1416)158 1416)15 15165. 12 1 4150 $ 6149.80 5 - WmuW/Lisa /Kona 1-16 1416)157 1{161156' 31844 12 0 _$ $ 41.50 $ 12119484 1 - W w 3/I4a I Kant; 1-16 1416)156 1416)155 11545 12 O 5 40.50 5 546574 $ - Wnwonl/Lig /Kautz 1.16 1416)155 1{16)153' ". 147881 12 0 5 40.50 $ 5,963.99 $ - Winwood/Lite /Kent 116 1416)151 1416)149A 16749 a 12 1 1 40.50 $ 6,181.25 $ - Cantos/ Wnwad 166 1416073 1416)176 15396 12 0 $ 40.50 5 41'006 F - Camas / Wnwrmd 136 1416)176 1416)173 40151 12 0 $ 40.50 5 16594.22 $ - Id6 1416)173 1416)172 46.36 12 0 5 40.50 $ 1877.49 5 - Com /W mood 1-16 1{16)172 1416)171 19186 12 3 $ 40.51 $ 785138 5 - Otero /W d Cwneo/ Wnwood 1-16 1416)171 1416)170 20964 12 2 5 40.50 $ 8,491155 $ - CwwalWnwmd 1-16 1416)170 1416)169 269.15 13 3 5 40.51 5 10,9050 $ - WAS W405021 W405023 248.65 6 1 $ 34.75 $ 905746 $ room Haddon / Denim- WAS W405342 W405041 0360 6 4 $ 34.75 S. 13,92085 1 - WAkn/Denver W.5 W405043 W{05)042 20984 6 3 $ 34.75 $ 8,66194 $ - Haddon lDerma W415 W405)043A V3/403043 4600 6 0 5 3475 $ 1.66800 5 - Haddon/ Denver WAS W405046 W{05045 24803 6 2 5 3475 $ 8,61904 $ - Haddon /Denver W.5 W405)347 W405046 154.34 6 2 1 3475 5 5.363.32 $ Haddon /Dowel WA5 W405043 W405047 306.83 6 3 1 305 1 10 661.34 5 County Club W415 W405071 W405077 23451 6 6 $ 3475 5 314816 1 CFA Oak W415 W405093 W405092 209.51 6 1 $ 3475 $ 7279.96 1 29th Circle WA5 W4051120 W405)121 250.85 3 0 $ 30.25 $ 7188.21 1 - %tu ick W46 W4061024 W406023 32000 6 $ 5 34.75 5 1111999 5 - W1ulkck W406 W406026 W406025 29400 6 3 5 3475 $ 495000 5 - Hot !Walton W -13A W413A)129 W413/0128 5502 6 1 5 34,75 5 191191 $ - Har/Halton W -13A W413A)130 W413A)129 110.25 6 3 5 1475 5 3831.31 $ Hoz lWOE. W -13A W413A)135 W413A1134 166.89 8 1 $ 30.25 5 5048.39 $ - Gamin i24µ W -I 3A W413N147 W413A1145 155.13 6 2 5 34.75 1 5348.48 $ - Garvin /Holz W.I 3A W413g148 W413g147 245.23 6 2 $ 3475 $ 8,521.74 $ - Wlba6hbv W-10 W42000070 W420107F 154.35 6 1 5 34.75 $ 5-36366 $ Benefield Trail W -M W420023 W420027 224.00 6 1 5 34.75 5 7.73398 $ Butterfield Trail W-20 W420029 W420)028 16448 6 0 5 34.75 5 5.69897 1 - 14603.61 Tq9 134 $ 001 $ 134 MMlivnion $ Z000 00 Total $ 62125621 $ - Revised 1/2/2008 ,�„ g„ amid "r'- . • -"` :�'H1 yy' "r - _ r' :. - - -"•. P.O Number: Expected Delivery Date: mm m..14purch ses under $25000,shall'beru crl orr r P cardunl m edt it or 1099,serwce rohted (CaIbx 50 with qucshons) ," .3._ Al uest.^,hallibe,scannedrtoithe Purchastng.e-mail: Purchdsmg ar.•ayettewllo.acus' Quotes Attached Yes: No: Division Head Approval: 1Fixed Asset # 1 11/v\, Purchasing Manager: CCC IT Manager: Other: 1' /� /l It z 0 0 0 c 'Mail Yes:_ No: XX xx XI 0 Z 0 n Iea 1- i c 0 c d w IProject/Subproject # 02017-0009 m o Fob Point: Fayetteville, AR Zip Code: Ship to code: 75284-2359 Requester's Employee #: 2689 Account Numbers 5400-5700-5815.00 0 3 - u E o re N L Address: - PO Box 842358 0 3 x co f Requester: Shannon Jones/Cheryl Partain Extended Cost o 0 e o 0 0. M W $0.00 e 0 w $0.00 o 0 w 0 0 w $0.00 0 0 ,wwF o 0 0 0 $0.00 'Unit Cost 1 300,000.00 Unit of Issue Lot I N o U D 'Quantity a e v J Description 2009 Cured In Place Lining .per Terin :Contract Shipping/Handling o r N O) O Lo t0 A co 0) Revised 1/2/2008