Loading...
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