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