HomeMy WebLinkAbout45-10 RESOLUTIONRESOLUTION NO. 45-10
A RESOLUTION AWARDING BID #10-18 AND APPROVING A
CONTRACT WITH GOODWIN & GOODWIN, INC. IN THE AMOUNT OF
$433,005.00 FOR CONSTRUCTION OF THE BROYLES AVENUE GRAVITY
SEWER LINE, APPROVING A PROJECT CONTINGENCY OF $45,000.00,
AND APPROVING A BUDGET ADJUSTMENT OF $478,005.00
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 awards bid
#10-18 and approves a contract with Goodwin & Goodwin, Inc. in the amount of $433,005.00
for construction of the Broyles Avenue gravity sewer line. 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 of $45,000.00, and a budget adjustment of $478,005.00, a copy of which is
marked as Exhibit "B" attached hereto and made a part hereof.
PASSED and APPROVED this 16th day of March, 2010.
APPROVED:
ATTEST:
fA4A1116PBy
6414.(4.)
IO:ELD JO Or, Mayor SONDRA E. SMITH, City Cleric/Treasurer
,,1111f1
,,,,
,,,,,,,
c>
•
•
:: CI • %/3
7- ;FAYETTEVILLE:
VA/G•T6IA•c,?,„
,,III,,,,
DOCUMENT 00500 — AGREEMENT
BETWEEN THE CITY OF FAYETTEVILLE AND
GOODWIN & GOODWIN, INC.
Project Name: Wastewater System Improvement Project
Contract Name: Broyles Road Gravity Main (WL -13)
Contract No.: WSW BID # 10-18
THIS AGREEMENT is dated as of the /1( 44-- day of
in the year 2010
by and between the CITY OF FAYETTEVILLE (hereinafter called the CITY OF
FAYETTEVILLE) and GOODWIN & GOODWIN, ENC.
GOODWIN & GOODWIN, INC.).
ARTICLE 1 - WORK
(hereinafter called
1.01 GOODWIN & GOODWIN, INC. shall complete all Work as specified or indicated in
the Contract Documents. The Work under this Contract is generally described as
follows:
The Contract provides for the construction of approximately 3,211 linear feet of
gravity sewer main, 15 through 18 inches in diameter (2,133 feet of 18", 1,078 feet of
15"), 1 new 4 foot diameter drop manhole, and remove and replace 10 4 -foot
diameter manholes. The project will be mostly installed by open cut, with some
areas of rock excavation, other methods of pipe installation include 70 linear feet of
30 inch encasement, and 145 linear feet of concrete encasement by open cut.
Additional items include erosion control, bypass pumping, tree removal/protection,
creek, road, and highway crossings and related work, along Owl Creek, Persimmon
Road, and Broyles road in Fayetteville, Arkansas.
1.02 The Contract for which the Work under the Contract Documents may be the whole or
only a part is generally described as follows: .
1. The CITY OF FAYETTEVILLE, Arkansas is undertaking a project to redirect
sewer flows from portions of the City in the Illinois River drainage basin to a
new wastewater treatment plant on the west side of the City of Fayetteville.
00500- Agreement Unit 1 - Goodwin & Goodwin.doe00500 — 1
EXHIBIT
A
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 2 - ENGINEER
2.01 The Contract has been designed by R.IN GROUP, INC. RJN GROUP, INC. assumes
all duties and responsibilities, and has the rights and authority assigned to KIN
GROUP, INC. in the Contract Documents in connection with completion of the
Work in accordance with the Contract Documents.
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. For Unit 1 (gravity line) the Work will be Substantially Completed within
one hundred eighty (180) consecutive calendar days after the date when the
Contract Times commence to run as provided in the GENERAL
CONDITIONS. Substantial completion shall mean all line work and
manholes installed and tested according to the specifications outlined in
Division 02, all surface restoration completed including but not limited to
disturbed wetlands, fences, pavement, etc. The project shall be completed
and ready for final payment in accordance with the GENERAL
CONDITIONS within two hundred ten (210) consecutive calendar days after
the date when the Contract Times commence to run.
3.03 LIQUIDATED DAMAGES:
A. The CITY OF FAYETTEVILLE and GOODWIN & GOODWIN, INC.
recognize that time is of the essence of this Agreement and that the CITY OF
FAYETTEVILLE will suffer financial loss if the Work is not completed
within the time specified above, plus any extensions thereof allowed in
accordance with the GENERAL CONDITIONS. The parties also recognize
the delays, expense, and difficulties involved in proving the actual loss
00500- Agreement Unit 1 - Goodwin & Goodwin.doc00500 —2
DOCUMENT 00500 — AGREEMENT (continued)
suffered by the CITY OF FAYETTEVILLE if the Work is not Substantially
Completed on time. Accordingly, instead of requiring any such proof, the
CITY OF FAYETTEVILLE and GOODWIN & GOODWIN, INC. agree that
as liquidated damages for delay (but not as a penalty) GOODWIN &
GOODWIN, INC. shall pay the CITY OF FAYETTEVILLE One Thousand
Dollars ($1,000.00) for each calendar day that expires after the time specified
above in Paragraph 3.02 for Substantial Completion until the Work is
Substantially Complete. After Substantial Completion, if GOODWIN &
GOODWIN, INC. shall neglect, refuse, or fail to complete the remaining
Work within the time specified in Paragraph 3.02 for completion and
readiness for final payment or any proper extension thereof granted by the
CITY OF FAYETTEVILLE, GOODWIN & GOODWIN, INC. shall pay the
CITY OF FAYETTEVILLE One Thousand_Dollars ($1,000.00) for each
calendar day that expires after the time specified for completion and
readiness for final payment.
ARTICLE 4- CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and GOODWIN & GOODWIN,
INC. agrees to accept, as full and final compensation for all work done under this
agreement, the amount based on the prices bid in the Proposal which is hereto
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications. ' - • •
4.02 As provided in the General Conditions estimated quantities are not guaranteed, and
measurements and determinations of actual quantities and classifications are to be
made by RJN GROUP, INC. as provided in the General Conditions.
4.03 The CITY OF FAYETTEVILLE shall pay GOODWIN & GOODWIN, INC. for
completion of the Work in accordance with the Contract Documents an amount in
current funds equal to the sum of the amounts determined pursuant to paragraphs
below:
00500- Agreement Unit 1 - Goodwin & Goodwin.doc00500 —3
DOCUMENT 00500 — AGREEMENT (continued)
A. For all Work, at the prices stated in GOODWIN & GOODWIN, [NC. 's Bid,
attached hereto as an Exhibit.
4.04 Changes, modifications or amendments in scope, price or fees to this contract shall
not be allowed without a formal contract amendment approved by the Mayor and the
City Council in advance of the change in scope, costs, fees, or delivery schedule.
ARTICLE 5- PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. GOODWIN & GOODWIN, INC. shall submit Applications for Payment in
accordance with the GENERAL CONDITIONS. Applications for Payment
will be processed by the CITY OF FAYETTEVILLE as provided in the
GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The CITY OF FAYETTEVILLE shall make progress payments on account
of the Contract Price on the basis of GOODWIN & GOODWIN, 1NC.'s
Applications for Payment as recommended by RIN GROUP, INC. on or
about the 20th day of each month during construction. All such payments
will be measured by the schedule of values established in the GENERAL
CONDITIONS (and in the case of Unit Price Work based on the number of
units completed) or, in the event there is no schedule of values, as provided
in the General Requirements.
1. Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previously made and less such
amounts as RJN GROUP, INC. shall determine, or the CITY OF
FAYETTEVILLE may withhold, in accordance with the GENERAL
CONDITIONS.
00500- Agreement Unit 1 - Goodwin & Goodwin.doc00500 —4
DOCUMENT 00500 — AGREEMENT (continued)
a. 90% of Work Completed (with the balance being retainage). If
Work has been 50% completed as determined by RJN GROUP,
INC. and if the character and progress of the Work have been
satisfactory to the CITY OF FAYETTEVILLE and RJN
GROUP, INC., the CITY OF FAYETTEVILLE on
recommendation of RJN GROUP, INC. may determine that as
long as the character and progress of the Work subsequently
remain satisfactory to them a 5 percent retainage will be
withheld on the remaining progress payments prior to Substantial
Completion; and
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to the CITY OF FAYETTEVILLE as
provided in the GENERAL CONDITIONS.
2. Upon Substantial Completion, the CITY OF FAYETTEVILLE shall
pay an amount sufficient to increase total payments to GOODWIN &
GOODWIN, INC. to 95% of the Contract Price (with the balance
being retainage), less such amounts as RJN GROUP, INC. shall
determine, or the CITY OF FAYETTEVILLE may withhold, in
accordance with the GENERAL CONDITIONS.
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, the CITY OF FAYETTEVILLE shall pay the
• • • • remainder of the Contract Price as recommended by MN GROUP, INC. and
as provided in the GENERAL CONDITIONS.
00500- Agreement Unit 1 - Goodwin & Goodwin.doc00500 — 5
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 6- GOODWIN & GOODWIN, INC. 'S REPRESENTATIONS
6.01 In order to induce the CITY OF FAYETTEVILLE to enter into this Agreement,
GOODWIN & GOODWIN, INC. makes the following representations:
A. GOODWIN & GOODWIN, INC. has examined and carefully studied the
Contract Documents including the Addenda and other related data identified
in the Bid Documents.
B. GOODWIN & GOODWIN, INC. has visited the Site and become familiar
with and is satisfied as to the general, local, and Site conditions that may
affect cost, progress, performance, and furnishing of the Work.
C. GOODWIN & GOODWIN, INC. is familiar with and is satisfied as to all
federal, state, and local Laws and Regulations that may affect cost, progress,
performance, and furnishing of the Work.
D. GOODWIN & GOODWIN, INC. has carefully studied all:
(1) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous
to the Site; and
(2) reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. GOODWIN & GOODWIN, INC. acknowledges
that the CITY OF FAYETTEVILLE and RJN GROUP, INC. do not
assume responsibility for the accuracy or completeness of
information and data shown or indicated in the Contract Documents
. .
. -
with respect to Underground Facilities at or contiguous to the Site.
E. GOODWIN & GOODWIN, INC. has obtained and carefully studied (or
assumes responsibility of having done so) all such additional supplementary
examinations, investigations, explorations, tests, studies, and data concerning
conditions (surface, subsurface, and Underground Facilities) at or contiguous
to the Site or otherwise which may affect cost, progress, performance, and
00500- Agreement Unit 1 - Goodwin & Goodwin.doc00500 —6
9
DOCUMENT 00500 — AGREEMENT (continued)
furnishing of the Work or which relate to any aspect of the means, methods,
techniques, sequences, and procedures of construction to be employed by
GOODWIN & GOODWIN, INC. and safety precautions and programs
incident thereto.
F. GOODWIN & GOODWIN, INC. does not consider that any additional
examinations, investigations, explorations, tests, studies, or data are
necessary for the performing and furnishing of the Work at the Contract
Price, within the Contract Times, and in accordance with the other terms and
conditions of the Contract Documents.
G. GOODWIN & GOODWIN, INC. is aware of the general nature of work to
be performed by the CITY OF FAYETTEVILLE and others at the Site that
relates to the Work as indicated in the Contract Documents.
H. GOODWIN & GOODWIN, INC. has correlated the information known to
GOODWIN & GOODWIN, INC. information and observations obtained
from visits to the Site, reports and drawings identified in the Contract
Documents, and all additional examinations, investigations, explorations,
tests, studies, and data with the Contract Documents.
GOODWIN & GOODWIN, INC. has given RJN GROUP, INC. written
notice of all conflicts, errors, ambiguities, or discrepancies that GOODWIN
& GOODWIN, IN. has discovered in the Contract Documents and the
written resolution thereof by RJN GROUP, INC. is acceptable to
GOODWIN & GOODWIN, INC.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
00500- Agreement Unit 1 - Goodwin & Goodwin.doe00500 —7
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 7- CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between the
CITY OF FAYE1TEVILLE and GOODWIN & GOODWIN, INC.
concerning the Work consist of the following and may only be amended,
modified, or supplemented as provided in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. GOODWIN & GOODWIN, INC.'s Bid.
c. Documentation submitted by GOODWIN & GOODWIN, INC.
prior to Notice of Award.
d. GOODWIN & GOODWIN, INC.'s Act of Assurance Form.
3. Performance, Payment, and other Bonds.
4. General Conditions.
MBE / WBE Compliance Evaluation Form.
6. Supplementary Conditions.
7. Labor -Related Regulations.
8. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
00500- Agreement Unit 1 - Goodwin & Goodwin.doc00500 —8
DOCUMENT 00500 — AGREEMENT (continued)
9. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title:
Broyles Road Gravity Main WL -13
10. Addendum number one
11. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: Al! Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
Or discharge the assignor from any duty or responsibility under the Contract
Documents.
00500- Agreement Unit 1 - Goodwin & Goodwin.doc00500 — 9
DOCUMENT 00500 — AGREEMENT (continued)
8.03 SUCCESSORS AND ASSIGNS:
A. The CITY OF FAYETTEVILLE and GOODWIN & GOODWIN, INC. each
binds himself, his partners, successors, assigns, and legal representatives to
the other party hereto, its partners, successors, assigns, and legal
representatives in respect to all covenants, agreements, and obligations
contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon the CITY
OF FAYETTEVILLE and GOODWIN & GOODWIN, INC., who agree that
the Contract Documents shall be reformed to replace such stricken provision
or part thereof with a valid and enforceable provision that comes as close as
possible to expressing the intention of the stricken provision.
8.05 OTHER PROVISIONS: Not Applicable.
8.06 CONTROLLING LAW
A. This Agreement shall be subject to, interpreted and enforced according to the
laws of the State of Arkansas without regard to any conflicts of law
provisions.
8.07 ARKANSAS FREEDOM OF INFORMATION ACT
A. _City contracts and•documents, including intemal documents and documents
of subcontractors and sub -consultants, prepared while performing City
contractual work are subject to the Arkansas Freedom of Information Act
(FOIA). If a Freedom of Information Act request is presented to the CITY
OF FAYETTEVILLE, GOODWIN & GOODWIN, INC. will do everything
possible to provide the documents in a prompt and timely manner as
prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101
et seq.). Only legally authorized photocopying costs pursuant to the FOIA
may be assessed for this compliance.
00500- Agreement Unit 1 - Goodwin & Goodwin.doc00500 — 10
DOCUMENT 00500 — AGREEMENT (continued)
IN WITNESS WHEREOF, the CITY OF FAYETTEVILLE and GOODWIN &
GOODWIN, INC. have signed this Agreement in quadruplicate. One counterpart
each has been delivered to the CITY OF FAYETTEVILLE, GOODWIN &
GOODWIN, INC., and RJN GROUP, INC. All portions of the Contract Documents
have been signed, initialed, or identified by the CITY OF FAYETTEVILLE and
GOODWIN & GOODWIN, INC.
GOODWIN & GOODWIN, INC.
CITY OF FAYETTEVILLE
Fayettevi
By: a41" tauLgeze-,0 By:
Title: &kg- Title: Mayor
(SEAL)
(SEAL)
Attest Attest(
Address for giving notices
352)3 reed /c,it tepad
.14 7.,2 703
License No. oaq, 94 02/-/o
GOODWIN & GOODWIN, INC.
is a corporation, attach evidence of authority
to sign.)
Address for giving notices
/4 a ker.t- 4aeit4/6k4v
/A., 702-4
7 ,01111111 I r
.411141-.441:1'11,,,,
• &\ ' • • . V. • 6 '(/ 1#,
::._),.. . • 01 . 0/- I. ...;) 'f•
Z:7/*... : • t.(S
i :FAYETTEVILLE:
";,-57 I. iiPif 5V -V4.1
•••, (3%;:.. 41:1„ ...,(3.,,,,,)
lc ,,,,,,,,, ,,,,,,,,
END OF DOCUMENT 00500
00500- Agreement Unit 1 - Goodwin& Goodwin.doe00500 - 11
ciblif4e-6L
itoiL vice,
oAktutizz.
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
2010
Department: Utilities
Division: Water & Sewer Maintenance
Program: Sewer Mains Construction
Request Date
3/16/2010
Adjustment Number
JUSTIFICATION TO INCREASE PROJECT / ITEM:
$478,005 in the Broyles Road Gravity Lines and Force Main Project. Increase project for the construction of
approximately 3,211 linear feet of 15" to 18" gravity line flowing along Owl Creek, Persimmon Road, and Broyles
Ave. to the new lift station at the intersection of Broyles Ave. and Persimmon Road.
JUSTIFICATION TO DECREASE PROJECT / ITEM (OR RECOGNIZING REVENUE):
To recognize impact fee funds to construct gravity line to improve capacity to the West Side Wastewater Treatment
Plant.
Increase Decrease Project.Sub
Account Name Account Number Budget Budget Number
Contract Services 5400.5700.5315.00 478,005 10020 . 1001
Transfer from Impact Fee 5400.0940.6602.30 478,005 10020 . 1001
TOTAL 478,005 478,005
Division Head
OULU 1
•ment fp rector
1
$
Final c Director
Chief 4 St
dm.
Date
Date
M/hea f
Date ' ,
3 -?-2010
Date
-10
Date
Requested By
Budget & Research Use Only
Type: A
Description:
kspringer
General Ledger Date
Posted to General Ledger
Posted to Project Accounting
CADOCUME-11KSPRIN-1 LOCALS -1 \Temp\GWVieweA5AForrn_2010_Broyle
Initial Date
EXHIBIT
a
Initial Date
David Jurgens
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
3/16/2010
City Council Meeting Date
Agenda Items Only
Utilities Capital Projects
Division
Action Required:
Utilities
Department
Approval of a construction contract with Goodwin and Goodwin, Inc. for $433,005.00, for construction of the Broyles
Avenue gravity line, approval of a 10% contingency of $45,000.00, WL -13, Bid 10-18, and approval of a budget
amendment in the amount of $478,005.
478,005
Cost of this request
5400-5700-5315.00
Account Number
10020-0100
Project Number
Budgeted Item
XX
2,000,017
Category / Project Budget
Funds Used to Date
2,000,017
Remaining Balance
Budget Adjustment Attached
XX
Wastewater Impact Fee Improvement
Program Category / Project Name
IWastewater Impact Fee Imrovement
Program / Project Category Name
Water/Sewer
Fund Name
Cepa
Olney
1
recto
114R-10
Date
1 -8 -to
Date
Finance and Internal Services Director Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Comments:
Revised January 15, 2009
'Fakvtle
CITY COUNCIL AGENDA MEMO
MEETING DATE OF MARCH 16,2010
THE CITY OF FAYETTEVILLE, ARKANSAS
ARKANSAS
www.accessfayetteville.org
To: Fayetteville City Council
Thni: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director('
Fayetteville Water and Sewer Com t 1(14='
Date: March 5, 2010
Subject: Approval of construction contract with Goodwin and Goodwin, Inc. for $433,005, for construction of
the Broyles Ave gravity line and a 10%contingency of $45,000, WL -13, Bid 10-18, and approval of a
budget amendment in the amount of $478,005
RECOMMENDATION
City Administration recommends approval of a construction contract with Goodwin and Goodwin, Inc. for
$433,005.00, for construction of the Broyles Avenue gravity line and approval of a 10% contingency of
$45,000.00, WL -13, Bid 10-18, and approval of a budget amendment in the amount of $478,005.
BACKGROUND
The Contract provides for the construction of approximately 3,211 linear feet of 15" to 18" gravity line, flowing
along Owl Creek, Persimmon Road, and Broyles Avenue to the new lift station at the intersection of Broyles
Avenue and Persimmon Road.
DISCUSSION
The City received 5 bids on February 24th for this project.
Goodwin and Goodwin, Inc.
$ 433,005.00 (low bid)
Redford Construction, Inc.
$ 529,120.00
Gamey Companies, Inc.
$ 529,825.00
Dean Crowder Construction, Inc.
$ 569,877.66
T -G Excavating, Inc.
$ 755,555.00
Engineer's Estimate
$ 727,094.50
The bid has been reviewed by the RJN Group, the Engineers; their letter recommending award is attached.
Goodwin and Goodwin successfully completed several City projects, including WSIP Subproject WL -9. Their
performance has been very good.
BUDGET IMPACT
Funds are available in the impact fee sewer project budget. The budget amendment for $478,005 is attached to
transfer funds from the impact fee fund to the water/sewer fund.
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
WL -13 BroylesLS CCMemo 1 6Mat10,doc
RESOLUTION NO.
A RESOLUTION AWARDING BID #10-18 AND APPROVING A
CONTRACT WITH GOODWIN & GOODWIN, INC. IN THE
AMOUNT OF $433,005.00 FOR CONSTRUCTION OF THE
BROYLES AVENUE GRAVITY SEWER LINE, APPROVING A
PROJECT CONTINGENCY OF $45,000.00, AND APPROVING A
BUDGET ADJUSTMENT OF $478,005.00
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 awards bid #10-18 and approves a contract with Goodwin & Goodwin,
Inc. in the amount of $433,005.00 for construction of the Broyles Avenue gravity
sewer line. 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 of $45,000.00, and a budget adjustment of
$478,005.00, a copy of which is marked as Exhibit "B" attached hereto and made
a part hereof.
PASSED and APPROVED this 16th day of March, 2010.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
Finance & Internal Services Director: Budget Manager
IT Manager
Dispatch Manager: Utilities Manager: Other
. Shipping/Handling
1 1 Lot
1
Is
1 $0.00
peaal Instructions:
_
1
-... ..
0 10 0) --1 o a• a. r.,1 m
EIT
3
'Requester.
David Jurgens
City
Fort Smith
'Address:
3503 Free Ferry Rd
1 Goodwin and Goodwin Inc.
(P0) Request •
All purchases under $2500 shall be used on a P-Carq:unless medical or 1089 service x256 with oyestlonsY:
•
• •All P0 RequesPstiall,be-wcanne'dkethe;Purchasing e-mail:Purchaiino@afayadvilleraris,*
1Broyles Ave Gravity Line WL -
13 Bid 10-18 1
0
§m
a
c.:
o
o
mill
D
c
m
c
=
•2"
'Vendor Name:
Goodwin & Goodwin Inc.
m
co
c
7
-..7.:
o
-,‘
—
8
c
0
V 0)
G
o if
lUnit Cost
IA
0
b.
0
44
0
O
0
44
0
b
0
$0.00
01
CI
b
0
40
0
O
0
44
0
O
0
44
0
C,
0
I $0.00
V
1.4
SA
0
0
CI
b
0
jExtended Cost
.
-
Account Numbers
Requester's Employee #:
490
C4
13
0
g a
o p
03 '
LI
Fob Point: 1400 N 113 W Mountain
Fayetteville, AR 72701
CO
a
5"
§1.
5:1!
Subtotal: $433,005.00
Tax: $0.00
Total: $433,005.00
_
1Project/Subprolect #
co
Cal
GO
0
•
m
a)
a.
4.
a
g
a) 03
PI g
X CT
Z
P.'
Mail
Yes: x No:
;..
2
a
a,
:1
Requisition No.:
3'
0
m
o
4*
.
I
I
'Quotes Attached
'Yes: No: x
Expected -Delivery Date:
ASAP
C
e :cif
.412
CO
1FIxed Asset #
rj n group
Excellence through Chvnership
February 25, 2010
Mr. David Jurgens, P.E.
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
Subject: Bid #10-18 Unit 1 WL -13 — Broyles Road Gravity Main and
Bid #10-19 Unit 2 WL -14 — Broyles Road Force Main
City of Fayetteville, Arkansas
Dear Mr. Jurgens:
www.rjn.com
Five contractors submitted bids for Unit 1 (WL -13) and four contractors submitted bids for
Unit 2 (WL -14). Attached please find the bid tabulations for both units. Goodwin and Goodwin,
Inc. is the low bidder for Unit 1 for a total construction cost of $433,005.00. Redford
Construction, Inc. is the low bidder for Unit 2 for a total construction cost of $893,640.00. We
have checked their references and find that they have performed well in the past on similar
projects.
We recommend the City of Fayetteville enter into a contract with andGoodwin and Goodwin,
Inc. and Redford Construction, Inc.. for the construction of the above referenced projects.
Should you have any questions, please call me at (972) 437-4300.
Very truly yours,
RJN Group, Inc.
Project File: 18-1875-03
Enclosure
Joseph Cotton, P.E.
Project Manager
12160 Abrams Road, Suite 400 • Dallas, TX 75243 • 972.437.4300 • fax 972.437.2707
SUMMARY SHEET
FAYETTEVILLE WASTEWATER SYSTEM IMPROVEMENT PROJECT
CONTRACTOR
ADDENDUM 1
ACKNOWLEDGMENT
BID BOND
(Y OR N)
AMOUNT OF BID
UNIT 1
Goodwin & Goodwin, Inc.
YY
"
Y
$433,005.00
Redford Construction, Inc.
Y
Y
$529,120.00
Garney Companies, Inc.
Y
Y
$529,825.00
Dean Crowder Construction, Inc.
Y
Y
$569,877.66
T -G Excavating, Inc.
Y
Y
$755,555.00
CONTRACTOR
ADDENDUM 1
ACKNOWLEDGMENT
BID BOND
(Y OR N)
AMOUNT OF BID
UNIT 2
Redford Construction, Inc.
Y
Y
$893,640.00
Garney Companies, Inc.
Y
Y
$983,040.00
Goodwin & Goodwin, Inc.
Y
Y
$1,037,537.50
Dean Crowder Construction, Inc.
Y
Y
$1,289,576.80
-
DOCUMENT 00400 —BID FORM
Project Name:
Contract Name:
Contract No.:
Bid No.:
BID TO:
Owner: .
BID FRC/M:
Bidder:
Wastewater System Improvement Project
Unit 1 - Broyles Road Gravity Main
WL -13
10-18
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
Goodui--v iticocfccitoo XC
ree T-erry -Rct
SAACTAA, Ar
ARTICLE 1 - BIDDER'S INTENT
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Bid price and
within the Bid time indicated in this Bid and in accordance with the other terms and
conditions of the Contract Documents.
ARTICLE 2- TERMS AND CONDITIONS
2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of Bid security. This
Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will
sign and deliver the required number of counterparts of the Agreement with the Bonds and
other documents required by the Bidding Requirements within 15 days after the date of
Owner's Notice of Award.
00400 -Bid Form.doc
00400-1UNIT 1