Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
171-12 RESOLUTION
RESOLUTION NO. 171-12 A RESOLUTION AWARDING BID #12-58 AND AUTHORIZING A CONTRACT WITH SEVEN VALLEYS CONSTRUCTION CO., INC. IN THE AMOUNT OF $1,368,379.00 FOR CONSTRUCTION OF WATER AND SEWER IMPROVEMENTS ALONG STATE HIGHWAY 265 BETWEEN JOYCE BOULEVARD AND ALBRIGHT ROAD, APPROVING A PROJECT CONTINGENCY OF $75,000.00, AND APPROVING A BUDGET ADJUSTMENT 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 #12-58 and authorizes a contract with Seven Valleys Construction Co., Inc. in the amount of $1,368,379.00 for construction of water and sewer improvements along State Highway 265 between Joyce Boulevard and Albright Road, and further approves a project contingency of $75,000.00. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 2l St day of August, 2012. APPROVED: ATTEST: Afikuot) E. SMITH, City Clerk/Treasurer gNs‘s1),rrri �V ' ••C� 1 • 0 - E. :FAYETTEVILLE; : City of Fayetteville, Arkansas Budget Adjustment Form V11.0425 Budget Year 2012 Division: Utilities Director Department: Utilities Director Request Date 8/21/2012 Adjustment Number BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION This budget adjustment is for Bid 12-58 (Hwy. 265 North relocation of water and sewer lines) which was awarded to the lowest biddger, Seven Valleys Construction in the amount of $1,368,379.00 with a $75,000.00 contingency. The Water/Sewer revenue bonds balances are being transferred into this project as are funds from Proj. 11011 (W/S relocations for street projects). In addition, AHTD has agreed to pay the City $978,775.00 as their share of the project. Dep-rtm t Dir: ctor D te Date -IJs,2 Date c. _ L.._ g - 3 -2.0(e-, Fina e ■'rector h.1 44.- Chi-fr 410r A 1111111P - +ayor e.' Account Name Date Date _743.7 ate Prtpared By: Peggy Bell Reference: Type: A bfell Budget & Research Use Only B C General Ledger Date Posted to General Ledger Checked / Verified 6 E P Initial Date Initial TOTAL BUDGET ADJUSTMENT 978,775 978,775 Account Number increase / (Decrease) Federal Grants -Capital Water line improvements Sewer improvements Water line improvements Water line improvements Sewer improvements Water line improvements Water line improvements Expense Revenue 5400.0940.4309.00 978,775 5400.5640.5808.00 (174,049) 5400.5740.5815.00 (41,983) 5400.5600.5808.00 (248,572) 5400.5640.5808.00 174,049 5400.5740.5815.00 41,983 5400.5600.5808.00 978,775 5400.5600.5808.00 248,572 Date Project.Sub Number 08072 . 1102 09018 . 0903 09018 . 0902 11011. 1 08072 , 1102 08072 . 1102 08072 . 1102 08072 . 1102 G:IDivslUtilities Capital Projects&PROJECTSIHwy 265 - Joyce to N City LimitslCity Council\BAForm Hwy. 265North Const. 07272012 1 of 1 Shannon Jones Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Si2lI(z City Council Meeting Dat Agenda Items only Utility Division Division Action Required: Utility Division Department Approval of a construction contract with Seven Valleys Construction co. for $1,368,379.00 with a $75,000.00 contingency to construct Hwy. 265 Water & Sewer replacements - Joyce to Albright and a budget adjustment for same. bed 12. ss ($978,775) Federal Grants -Capital Waterline Imprvs. $398,022.00 Sewer Imprvs. $41,983.00 Waterline Imprvs. $1,003,374.00 $ Cost of this request 5400.5640.5815.00 5400.5740.5808.00 5400.5600.5808.00 Account Number 08072.1102 Project Number 1,443,379.00 Hwy. 265 North W/S relocations Category / Project Budget Program Category / Project Name Hwy. 265 North W/S relocations Funds Used to Date Program / Project Category Name $ 1,443,379.00 W/S Improvements Remaining Balance Fund Name Budgeted Item ! 1 Budget Adjustment Attached 2I IL Date Date `P0,,j 0. _ PdJ,,-wiz Finance and Internal Services Director Date r'34) Date Jr- , D to Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: 08-02- 2 P03:33 RCVD Received in City Clerk's Office Received in Mayor's Office Comments: Revised January 15, 2009 v' aF'e eville To: Fayetteville City Council Thru: David Jurgens, Utilities Director Mayor Lioneld Jordan Don Marr, Chief of Staff From: Shannon Jones, Utilities Engineer. Fayetteville Water and Sewer Co IL Date: July 27, 2012 CITY COUNCIL AGENDA MEMO MEETING DATE OF AUGUST 21, 2012 THE CITY OF FAYETTEVILLE, ARKANSAS Subject: Construction contract with Seven Valleys Construction Co., Inc. for $1,368,379.00 with a $75,000 contingency to construct Highway 265 Water & Sewer Replacement - Joyce to Albright, and a budget adjustment RECOMMENDATION Staff recommends approval of a construction contract with Seven Valleys Construction Co., Inc. for $1,368,379.00 with a $75,000 contingency to construct Highway 265 Water & Sewer Replacement - Joyce to Albright, and a budget adjustment. BACKGROUND This project consists of relocating water and sewer lines as a result of the combined Arkansas Highway Department (AHTD) and City widening of Phase II of Crossover Road (Hwy 265) between Joyce and Albright. Work includes relocating existing 6 -inch to 12 -inch diameter water and sewer lines to a location outside of the new highway right- of-way. Additionally, this work will complete a water line grid from Joyce Street to the Botanical Garden. DISCUSSION The City opened three bids on July 20, 2012. The bid submitted by Dean Crowder Construction, Inc. did not contain fully completed documents and must be deemed non-responsive. A summary of the responsive bids are listed below. Seven Valleys (low bid) $1,368,379.00 Goodwin & Goodwin $1,437,489,00 Engineer's Estimate $1,427,385.00 The bids were reviewed by McClelland Engineers; their letter recommending award is attached. Seven Valleys Construction Co., Inc. has completed projects to the satisfaction of the City of Fayetteville. Construction will begin this fall and will be completed by spring 2013. BUDGET IMPACT Based on the bids and AHTD agreement, the City is responsible for 28.47% ($389,604.00) of the cost of this construction contract, and the AHTD is responsible for 71.53% ($978,775.00). The City's portion will be funded proceeds of from Water and Sewer revenue bonds and Water and Sewer capital funds. The attached budget adjustment moves funds from the revenue bond fund to the construction fund, and reflects the revenue from the AHTD. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 Seven Valleys CCMerno 7-27-2012 RESOLUTION NO. A RESOLUTION AWARDING BID #12-58 AND AUTHORIZING A CONTRACT WITH SEVEN VALLEYS CONSTRUCTION CO., INC. IN THE AMOUNT OF $1,368,379.00 FOR CONSTRUCTION OF WATER AND SEWER IMPROVEMENTS ALONG STATE HIGHWAY 265 BETWEEN JOYCE BOULEVARD AND ALBRIGHT ROAD, APPROVING A PROJECT CONTINGENCY OF $75,000.00, AND APPROVING A BUDGET ADJUSTMENT 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 #12-58 and authorizes a contract with Seven Valleys Construction Co., Inc. in the amount of $1,368,379.00 for construction of water and sewer improvements along State Highway 265 between Joyce Boulevard and Albright Road, and further approves a project contingency of $75,000.00. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution as Exhibit "A". PASSED and APPROVED this 21st day of August, 2012. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer DOCUMENT 00500 CONTRACT THIS AGREEMENT, made and entered into on the day of , by and between Seven Valley's Construction Company, Inc., Cassville, MO, herein called the Contractor, and the City of Fayetteville, Arkansas, Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled Crossover Road Water and Sewer Main Replacement -Phase II, dated June 2012. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Payment Bond SHEET INDEX Maintenance Bond General Conditions Supplemental Conditions Specifications Drawings (See Sheet Index below) SHEET NO. SHEET DESCRIPTION 1 Cover 2 Index, Legend & Location Maps 3-7 Highway 265 Water, Plan/Profile 8-10 Highway / Road Crossing, Cross Sections FM1 Force Main, Plan and Prof. Sta 0+00 to Sta 14+00 FM2 Force Main, Plan and Prof. Sta 14+00 to Sta 16+62 Fayetteville Athletic Club Sewer Service, Plan and Prof. Sta. 0+00 to Sta 1+25 Kisor Sewer Service, Plan and Prof. Sta 0+00 to Sta 4+75 S1 Plan/Prof. Sewer Line 1 & 2 S2 Plan/Prof. Sewer Line 3 & 4 15-18 Details 2. That the City of Fayetteville hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: One Million Three Hundred Sixty -Eight Thousand, Three Hundred Seventy -Nine Dollars & 00/100 ($1,368,379.00). FY 112118 Crossover Road Water & Sewer — Phase 11 Section 00500 - 1 3. The Work will be completed and ready for final payment in accordance with the General Conditions within 180 calendar days after the date when the Contract Time commences to run, as provided in the Notice to Proceed. 4. Liquidated Damages: The City of Fayetteville and Contractor recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay the City of Fayetteville Seven Hundred Dollars ($700.00) for each clay that expires after the time specified in Paragraph 3 for completion and readiness for final payment. 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. 6. That upon submission by the Contractor of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. 9. Freedom of Information Act. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Arkansas Freedom of Information Act request is presented to the City of Fayetteville, (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 cost pursuant to the FOIA may be assessed for this compliance. FY 112118 Crossover Road Water & Sewer — Phase II Section 00500 - 2 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. SEAL: WITNESSES: Secretary Seven Valley's Construction Co., Inc. CONTRACTOR By President Title ATTEST: CITY OF FAYETTEVILLE, ARKANSAS OWNER By City Clerk Mayor FY112118 Crossover Road Water & Sewer — Phase II Section 00500 - 3 liltE McCLELLAND ENGINEERS, INC. DESIGNED SERVE TO SERVE 1810 N. College Avenue P.O. Box 1229 Fayetteville, AR 72703/72702-1229 479-443-2377. FAX 479-443-9241 www.mcdelland-engrs.com July 23, 2012 Mr. Shannon Jones, PE Utilities Engineer City of Fayetteville 113 W. Mountain Fayetteville, AR 72701 RE: Highway 265 Water and Sewer Replacement, Phase II Bid Tabulation Dear Mr. Jones: Bids were received on July 20, 2012 at 2:00 pm on the referenced project. Three bids were submitted. One of the bidders, Dean Crowder Construction, Inc., did not execute the Contractor's Act of Assurance Form, so his bid has not been tabulated. The other two bids appear to be in order, the bidders are properly licensed, the assurance forms were executed and appropriate bid bonds were submitted. A copy of the bid tabulation is attached. The low bidder was Seven Valley's Construction Co. Inc., of Cassville, Missouri. Their bid total was $1,368,379.00 which compares favorably to our construction cost estimate of $1,427,385. This contractor has completed similar projects for our firm in the last several years, and is currently working on water and sewer relocation work along Highway 265 in Springdale, immediately north of this Phase II project in Fayetteville. Consequently, we believe they are competent and recommend award of the construction contract to Seven Valley's Construction Co., Inc., in the amount of $1,368,379.00. Very Truly Yours, Robert W. White, PE Project Engineer Encl: Bid Tabulation cc: Ms. Allison Atha with enclosure 3:2011/112118/Correspondence/Jones 7-23-12.com Item BID TABULATION City of Fayetteville Crossover Road tArkansas Highway 265) Water & Sewer Main Replacement, Phase II Fayetteville, AR MCE Arojact#FY112118 July 20, 2912 $ID SCHEDULE Description Qty. Units SevenValiey's Unit Cost Extended Goodwin & Goodwin Unit Cost Extended 1 Act 291, 1993 Trench and Excavation Safety System 1 LS 585,000.00 565,000.00 531,000.00 531.000.00 2 12 -Inch PVC, C-900, DR -14 Water Main 2,989 LF 580.00 5179,340.00 548.00 5137,404.00 3 12 -Inch Restrained Joint PVC, C-900, DR -14 Water Main Installed by Horizontal Directional Drilling 465 LF $80.00 537,200.00 5280.00 5130,200.00 4 8 -Inch PVC, C-900, DR -14 Water Main 1,821 LF $45.00 581,045.00 534.00 361,914.00 5 6 -Inch Ductile Iron, Class 350 Fire Hydrant Stubs with Double Pelywrap 80 LF 555.00 $4 400.00 515.00 51.200.00 6 2 -Inch Polyethylene Service Tubing 50 LF 520.00 $1,000.00 515.00 5750.00 7 1 -Inch Polyethylene Service Tubing 475 LF 515.00 $7,125.00 58.00 $3,000.00 8 12 -Inch Class 250B Butterfly Valve with Bok 19 EA $3,200.00 341.600.00 $3200.00 541,800.00 9 8 -Inch Gate Valve wilh Box 6 EA 51,600.00 $0,600.00 $1,800.00 $10.000.00 10 6 -Inch Gate Valve With Box 13 EA 5900.00 511,70000 51,400.00 $18.200.00 11 2 -Inch Gate Valve with BOX 2 EA 5500.00 51,000.00 5800-00 51,600.00 12 Three Way Fire Hydrant 13 £A 33,400.00 544,200.00 54,200.00 554,600.00 13 Remove Existing Fire Hydrant 8 EA 5600.00 54,800.00 5700.00 35,600.00 14 12 -Inch x 12 -Inch Ta..1n1 Sleeve, 12 -Inch T8..in_ Valve with Box 2 EA 57.000.00 514000.00 58 000.00 512,000.00 15 12 -Incl! x 6 -Inch Tapping Sleeve, 6 -Inch Tapping Valve with Box 1 EA 52,600.00 $2,800.00 53,000.00 $3,000.00 18 8 -inch x 8 -Inch Tapping Sleeve, 8 -Inch Tapping Valve with Box 5 EA 52,800.00 522.400.00 $3.400.90 $27,200.00 17 8-1nch x 6 -Inch TaepinlLSteeve, 6 -Inch Tapping Valve with Box 1 EA 52,200.00 52.200.00 52,800.00 52,800.00 18 12 -Inch x 12 -Inch Connection 1 EA 9800.00 $800.00 51,500.00 $1,800.00 10 8 -Inch x B -inch Connection 1 EA $400.00 $40000 51,250.00 51,250.00 20 Abandon Existing Valve 20 EA 5100.00 52,000.00 5125.00 52,500.00 21 Epoxy Lined Ductile Iron Water Main Fittings 5.700 LB 57.00 $39,900.00 $8.00 534,200.00 22 Single Meter Setting, Complete, Including Plumber Connection to Existing Building SerViCe Dual Meter Setting, Complete, Including Plumber Connection to Existing Building ServiCeS 4 1 EA EA 5600.00 $750.00 52,400.00 5750.90 580900 51,200.00 $3,200.00 $1,200.00 23 24 Dual Meter Settinoin Pavement Area, Complete, Including Plumber Connection to Existing Building Services 3 EA 51,090.00 85,000.00 51,600.00 59,000.00 25 1 -Inch Meter Setting, Complete, Including Plumber Connection to Existing Building Service 5 EA 5750.00 53,750.00 511,000.00 55,000.00 1 -Inch High Pressure Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to Existing Building Service 1 EA 51,100.00 51.100.00 51,400.00 51.400.00 27 Relocate Existing Backliow Prevenler 1 EA 3440.00 5400.00 5900.00 5800.00 28 Service Line Connection to Existing Meter Setting. 1" Valve in Mater Box at Water Meter Setting Outlet 4 1 EA EA 5200.00 $300.00 5800.00 5300.00 $300.00 $400-00 51,200.00 5400.00 29 30 Remove Existing Meter Setting 16 EA 5200.00 $3200.00 $200.00 53200-00 31 12 -Inch Saddle 1 -inch Cor ' • ration Sto. & Ts. 12 EA 3200.00 82 400.00 $250.00 $3,000.00 32 12 -Inch Saddle, 2 -Inch Corporation Stop & Tap 1 EA $500.00 550080 5500.00 $500.00 33 8 -Inch Saddle 1 -Inch Car ration 5t°. & Ta. 4 EA 5175.00 $700.00 $225.00 5900.00 34 8 -Inch Saddle, 2 -Inch Corporation Stop & Tap 1 EA 5350-00 $350.00 5500.00 5500.00 35 24 -Inch Bored Steel Casing 383 LF 5300.00 5108,900.00 5375.00 5135,126.00 96 24 -inch Direct Bury Steel Casing 138 LF 5190.00 528,220.00 $125.00 517,250.00 Ham# BID TABULATION (Page 21, City of Fayetteville Crosse =r Rued 1Arkanses Highway 285) Water tl Sevier Main Replacement, Phase 11 Fsyeltev5le, AR MCE Projecl#FY112118 July 20, 2012 BID SCHEDULE Description City. Units Seven Valley's Unit Cast Extended Goodwin & Goedwln Unit Coat Extended 37 16 -Inch Bored Steel Casing 455 LF 5200.00 581,000.00 5215.00 $97,025.00 38 16 -Inch Direct BOR' Steel Casing 115 LF 5150.00 517,250.00 $100.00 511.500.00 39 8 -Inch Direct Bury Stee1Casinp 65 LF $140.00 $9,240.00 580.00 $5.280.00 40 Short Bore Under Trees, for 8 -Inch and 12 -Inch Main, No Casing 80 LF 5120.40 05,600.00 5200.00 510,000.00 41 Short Bore or Punch Under Trees, for 2 -Inch to 1 -Inch Pipe No Casing 80 LF 550.00 $4,000.00 54000 $3200^00 42 Protec ve Fencing for Trees 6 EA 5500.00 34000.00 $400.00 $2,40000 43 Cut & Cam Existing 12 -inch Main 4 EA 51,200.00 54,600.00 51,200.00 54,800.00 44 Cut & Cap Existing 8 -inch Main 6 EA 51,100.00 58,600.00 01.000.00 56,000.00 45 Cut & Cap Existing 8 -Inch Main 2 EA 51,100.00 52,200.00 5750.00 51,500.00 46 10 -Inch. Epoxy Lined Ductile Iron Sewer Main, Class 350 with Double Potywrap 460 LF $84.00 $38,540.00 580.00 $36.800.00 47 8 -Inch PVC Sewer Main, SDR -26 1.084 LF 530.00 532,520.00 528.00 530,35200 48 4 -Inch PVC Sewer Service, SCH 40, Including Trenching & Backfillirq 265 LF $25.00 56.625.00 52000 55 300.00 49 Sewer Main Trenching & BeckhlFng, 0-0 Feet Deep 707 LF $4.00 $2,828.00 510.00 $7,070.00 50 Sewer Main Trenching 8, Backfilling, 6-10 Feet peep 717 LF 520.00 014,340.00 515.00 $10,755.00 51 Sewer Main Trenching & Backfilling, 10-14 Feel Deep 40 LF 5100.00 34,000.00 530.00 51,200.00 52 4 Foot Diameter Standard Manhole 0 Feet to 6 Feet Dee. 10 EA 02,400.00 $24 000.00 52.300.00 523,000.00 53 Extra Manhole Depth, Over 8 Feet Deep 13 VF 5150.00 51,960.00 $200.00 42.800.00 64 Reprove Existing Manhole 3 EA 51,000.00 53,000.00 51000.00 $3,000.00, 65 Abandon Existing Manhole 3 EA $800.00 52,400.00 5800.00 52,400.00 56 Watertight Hinged Cover on Manhole 2 EA 5400.00 $800.00 0600.00 01,200.00 57 Sewer Service Wye on 8 -Inch PVC, 8" SDR -26 x 4' SCH 40 4 EA 5300.00 51,200.00 5250.00 51,000.00 58 10' x 4' Sewer Service Tap on Existing 10" VCP Sewer 1 EA 5500.00 1000.00 5800.00 5800.00 59 Cut & Cap Existing 10' x 4" Sewer Service Tap 1 FA 850000 5500.00 $600.00 $600.00 60 4 -Inch Manhole Tap for Sewer Service 1 EA 5000.00 $50000 5400.00 3400.00 61 TV Inspection of Existing Sewer to be Abandoned andlor Replaced 1 560 6 LE EA 58.30 0250.00 812 946.00 51,500.00 54.00 5150.00 56 240,00 5900.00 62 Sewer Service Cleanout 63 Plug Existing Sewer at Manhole Well 3 EA 5200.00 5000.00 $500.00 02,400.00 04 Connect 10" or 8" Sewer to Existing Manhole. Core Drill Manhole Wall Clay or Concrete Damon Gravity Sewer 3 6 EA EA 51,000.00 5500.00 $3,000.00, 54,500.00 51,300.00, 5800.00 53,90000 57,200.00 65 60 0 -Inch PVC, C-900, DR -14 Sewage Force Main 1,174 LF 532.00 537 560.00 526.00 530,524.00 07 Connect 6 -Inch Force Main to Existing Force Main 3 EA $+00.00 51,200.00 $1,000.00 53,00000 68 Connect 6 -Inch Force Main to 8 -Inch Sewer Stubout at Existing Manhole 1 EA 3400.00 $400.00 $1,300.00 $1,300.00 60 6 -Inch Epoxy Lined Ductile Iron Force Main Fittings 600 LB 510.00 58,000.00 08.00 0100.00 $50.00, $4,800.00 51,300.00 $200.00 70 Force Mein Trace Wire Access Ports 13 4 EA EA $80.00 $25.00 51,040.90 5100.00 71 Abandon Existing Fora Main Trace Wire Access Ports 72 Two -Inch Combination AirNacuum Valve and Vault on Force Main 1 EA $8,000.00 $6,000.00 57 50000 57 500.00 73 Remove Existing Force Main Air Valve Vault 1 EA 5500.00 5500.00 51,500.00 $1,50000 74 Asphalt Surface Restoration 1,040 SY 5100.00 _ 5104.000.00 $95.00 $98,800.00 Item* BID TABULATION (Page 3) City or Fayetteville Crossover Road (Arkansas Highway 265) Water & Sewer Main Replacement, P1199011 Fayetteville, AR RACE Project eFY112116 July 20, 2012 BIC SCHEDULE Description City. Unita Sewn Valley's Unit Cost Extended Goodwin & Goodwin Unit Coat Extended 75 Asphalt Highway Restoration 20 SY $110.00 $2,200.00 6115.00 52,300.00 76 Concrete Surface Restoration 1,000 SY $51.00 $51,000.00 580.00 580,000.00 77 Concrete Sidewalk Restoration 330 SY $45.00 514,850.00 $80.00 519,800.00 78 Curt and Gutter Restoration 360 LF 520.00 57,200.00 520.00 57.200.00 79 Granular FIl 1,800 TON 516.00 528.000-00 522.00 535,800.00 80 Trench Stabilizalion Material 120 TON $20.00 52.400.00 $16.00 52,160.00 81 Eroston Control 1 LS 515.000.00 $15,000.00 522,000.00 $22,000.00 82 Sod Restoration on Lawns 7.500 SY 58.00 $45,000.00 $8.00 $15,000.00 83 Audio i Video Tape Recordings - 1 LS 55,000-00 55,000.00 $4,000.00 54,000.00 84 Site Photographs 1 LS $4,000.00 $4,000.00 34,000.00 34,000.00 Signature: ! fit', 1.C�+��-�•�P Dale: Robert Whlte, PE 04695 7/2 712c10 - Total Bid Price 51,368,379.00 51,437,469.00 DOCUMENT 00300 BID FORM UNIT PRICE NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. To: The City of Fayetteville. Arkansas Address: 113 West Mountain Fayetteville, AR 72701 Project Title: Fayetteville Crossover Road Water and Sewer Main Replacement — Phase 11 Engineer's Project No.: FY112118 Date: 1-1_0- Bidder: _1.0- Bidder: &evi&i3 /JLLEy S COMST/2_(���G Address: ©t fkpf-SIR Arkansas Contractor's License No.:l~St1#7 S -® 413 CetSSQ TUE' N . s-6 2. S. -- Contact Contact Person for additional information on this Bid: Name: Bowl E 0)E7 Telephone: 41.7 - e T- Fax: tin- `7- g - 1- 6-8( ADDENDA The Bidder hereby acknowledges that he has received Addenda Numbers: 1)to these Specifications. (Bidder - - insert No. of each Addendum received.) 2,118 Crossover Road Water & Sewer — Phase 11 Section 00300-1 BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Bid is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Bid. The Bidder further agrees that he has exercised his own judgement and has utilizedall data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. The Bidder states that he has experience in and is qualified to perform the work herein specified and, if he does not have craftsmen experienced and qualified in any phase of the work for which this Bid is offered, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Bid is accepted, he will, within 15 days alter notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. START OF CONSTRUCTION, CONTRACT COMPLETION TIME, AND LIQUIDATED DAMAGES Start of Construction, Contract Completion Time, and Liquidated Damages are stated in Document OO500 - Contract. FY1 12118 Crossover Road Water & Sewer — Phase II Section 00300-2 SALES AND USE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. UNIT PRICE BASE BID The Bidder agrees to accept as full payment for the work proposed herein the amount computed under the provisions of the Contract Documents and based on the following unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The bidder agrees that the unit prices represent a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in the Contract Documents. The amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern. 1. 1 LS Act 291, 1993 Trench and Excavation Safety System 5 ?c �! �� 1.-x Jt ` rttc L stkotl Dollars/LS Words 2. 2,989 LF 12 -Inch PVC, C-900, DR -14 Water Main cI rcT ( Dollars/LF Words 3. 465 LF 12 -Inch Restrained Joint PVC, C-900, ($ 4:361° ) DR -14 Water Main Installed by Horizontal Directional Drilling ($+D ccor90 ($17,7$;{dpooce (oto .c'° ) f rCr i4 fi Dollars/LF Words 4. 1,821 LF 8 -Inch PVC, C-900, DR -14 Water Main ($ 4 S f 'o, f;"r-t FWW- Dollars/LF Words 5. 80 LF 6 -Inch Ductile Iron, Class 350 Fire Hydrant Stubs with Double Polywrap Dollars/LF Words ticoitor ($371200,0 (sq1,04siGe ($4,400, 6;' FY 112118 Crossover Road Water & Sewer —Phase II Section 00300-3 6. 50 LF 2 -Inch Polyethylene Service Tubing "r"o{E t -0 Dollars/LF Words pC° 7. 475 LF 1 -inch Polyethylene Service Tubing {$ ) ($ 1 1 Z5"` ) F I F i EE Dollars/LF ($ 10 °O) ($ `ittimc ) Words � 8. 13 EA 12 -Inch Class 250B Butterfly Valve w/ ($ 1r1-06;)o� ($1r 1 (°004 ) Box 'TN siZT TECs r.?i. axo Dollars/EA Words 9. 6 EA 8 -Inch Gate Valve w/Box (8 I E (0X ,5) ($ 9,(000,'1 51-1TE-r+J ikutact©Dollars/EA Words 10. 13 EA 6 -Inch Gate Valve w/Box (8 913° Pe ) ($ i i t -1O0) ) 1A,Qt+3QIL . b Dollars/EA Words 11. 2 EA 2 -Inch Gate Valve w/Box ($ 5-1)°4 ) ($ - 110004 ) Fs v e ol-1 aE Dollars/EA Words 12. 13 EA Three Way Fire Hydrant ($3j4OQ P) ($414,2156,V 'Cil -goal F � O>.3t vili- Dollars/EA Words 13. 8 EA Remove Existing Fire Hydrant (8 600 .°) ($ lit Sc© Svgob.) I t?T Dollars/EA Words p'° Ep 14. 2 EA 12 -Inch x 12 -Inch Tapping Sleeve, 12- (871°M) ($ Ni o00+) Inch Tapping Valve w/Box 5 V jt) T1- o%a►S A►.3z Dollars/EA Words 11$ Crossover Road Water & Sewer — Phase II Section 00300-4 1IMHIIS111211 1 EA 12 -Inch x 6 -Inch Tapping Sleeve, 6 -Inch Tapping Valve wBox Words Dollars/EA 16, 8 EA 8 -Inch x 8 -Inch Tapping Sleeve, 8 -Inch Tapping Valve w/Box 1-(ri•# r }a`1i3fi.e�'t a Dollars/EA Words 17. 1 EA 6 -Inch x 6 -Inch Tapping Sleeve, 6 -Inch Tapping Valve w/Box w iti y rt,a a3ic'p Dollars/EA Words 18. 1 EA 12 -Inch x 12 -Inch Connection EVACT ROW ZREO Dollars/EA Words 19. 1 EA 8 -Inch x 8 -.inch Connection F1~] A 11t o>CrN Dollars/EA Words 20. 20 EA Abandon Existing Valve b6.1(. l-tUiaca.e--13] Dollars/LA Words 21. 5,700 LB Epoxy Lined Ductile Iron Water Main Fittings 22. S ev e-iJ Dollars/LB Words 4 EA Single Meter Setting, Complete, Including Plumber Connection to Existing Building Service SAX Hito 'ar Dollars/EA Words ($-ktkOt ($2.21 L 0 P ($ 70-0®) Zee ($ $pp• ) ($ ) 8 Crossover Road Water & Sewer — Phase I€ Section 00300-5 1 EA 12 -Inch x 6 -Inch Tapping Sleeve, 6 -Inch Tapping Valve wBox Words Dollars/EA 16, 8 EA 8 -Inch x 8 -Inch Tapping Sleeve, 8 -Inch Tapping Valve w/Box 1-(ri•# r }a`1i3fi.e�'t a Dollars/EA Words 17. 1 EA 6 -Inch x 6 -Inch Tapping Sleeve, 6 -Inch Tapping Valve w/Box w iti y rt,a a3ic'p Dollars/EA Words 18. 1 EA 12 -Inch x 12 -Inch Connection EVACT ROW ZREO Dollars/EA Words 19. 1 EA 8 -Inch x 8 -.inch Connection F1~] A 11t o>CrN Dollars/EA Words 20. 20 EA Abandon Existing Valve b6.1(. l-tUiaca.e--13] Dollars/LA Words 21. 5,700 LB Epoxy Lined Ductile Iron Water Main Fittings 22. S ev e-iJ Dollars/LB Words 4 EA Single Meter Setting, Complete, Including Plumber Connection to Existing Building Service SAX Hito 'ar Dollars/EA Words ($-ktkOt ($2.21 L 0 P ($ 70-0®) Zee ($ $pp• ) ($ ) 8 Crossover Road Water & Sewer — Phase I€ Section 00300-5 23. 1 EA Dual Meter Setting, Complete, Including Plumber Connection to Existing Building Services Sevei,3 wo &Q 4 it Dollars/EA Words 24. 5 EA Dual Meter Setting in Pavement Area, 5;000P) Complete, Including Plumber Connection to Existing Building Services floc- ; K gN Dollars/EA Words B t 1 rip' pt. 25. 5 EA 1 -Inch Meter Setting, Complete, ($417+66--) 03 an 6° Including Plumber Connection to Existing Buildina Service 5Cr1€1.3 a%)t.aMlet1 PTPTI Dollars/EA Words 26. 1 EA 1 -Inch High Pressure Meter Setting, ($ 1106°) ($ Il (Oc» ) Complete, Including Pressure Reducer ($ 7 �d •�� ) ($ .7s) ." ) and Plumber Connection to Existing Building Service etEvE i t -k Ret Dollars/EA Words 27. 1 EA Relocate Existing Backflow Preventer ($ 4100•C) 6.)R (-vvai7SC D Dollars/EA Words 28. 4 EA Service Line Connection to Existing ($ -2.013P ) Meter Setting TWO 4.3ttiN.0 Dollars/EA Words 29. 1 EA I" Valve in Meter Box at Water Meter ($ 300 ° ) Setting Outlet 11-i Kee c)zen Dollars/EA Words FY 1.12118 Crossover Road Water & Sewer -- Phase II Section 00300-6 30. 16 EA Remove Existing Meter Setting uc, atliJ UE J Dollars/EA Words 31. 12 EA 12 -Inch Saddle, 1 -inch Corporation Stop and Tap i-kt)INII3keM Dollars/EA Words 32. 1 EA 12 -Inch Saddle, 2 -Inch Corporation Stop. and Tap F'sv . 1-Lywilaket1 Dollars/EA Words 33. 4 EA 8 -Inch Saddle, 1 -Inch Corporation Stop and Tap 010e- SeVei i i F-ive- Dollars/EA Words 34. 1 EA 8 -Inch Saddle, 2 -Inch Corporation Stop and Tap F3'C'l Dollars/EA Words 35. 363 LF 24 -Inch Bored Steel Casing (WC:: L {-t ir.:iMZDollars/LF Words 36. 138 LF 24 -Inch Direct Bury Steel Casing ooze. tA. t torsRciN N zo" 1•y Dollars/LF Words 37. 455 LF . 16 -Inch Bored Steel Casing tko ivt.Ets Dollars/LF Words 38. 115 LF 16 -Inch Direct Bury Steel Casing () I 1.-1u. # 15(t il t~ I F T 7 Dollars/LF Words ($ 213o .01 ($ 2.1400P°) ($ got, ° ) ($ t75°) ($ i(5b,© ) ($3 Se°) ($ 3 C3 ($.300i�Q ) ($17,2•5-0.r FY1 121 18 Crossover Road Water & Sewer — Phase II Section 00300-7 39. 66 LF 8 -Inch Direct Bury Steel Casing 01,3E Foi:T1 DollarsfLF ($ � ($ 9 2q0 .06) Wards 40. 80 LF Short Bore Under Trees, for 8 -Inch and ($ !) ($ 9L(0(0` ) 12 -Inch Main, No Casing (3 t tki3 bs h ir3lr� `'l Dollars/LF Words 41. 80 LF Short Bore or Punch Under Trees, for 2- ($ S-0 )($ Lt Ott ) Inch to 1 -Inch Pipe, No Casing F3 F rl Dollars/LF Words 42. 6 EA Protective Fencing For Trees ($ COOP ) ($ teto`o) Five i.4004c,Ret:$ Dollars/EA Words � 43. 4 EA Cut and Cap Existing 12 -inch Main ($ 1 i 2CO `C) ($ 4, R0) 'fit 1..vC } Ja) & Dollars/EA Words 44. 6 EA Cut and Cap Existing 8 -Inch Main($ E (Qbf�) ($ %. �%O.g11 LtrPt • I k OR.C) Dollars/EA Words 45. 2 EA Cut and Cap Existing 6 -Inch Main ($ to 0£) ($ 't)-601 e ,) AV 61 Dollars/EA Words 46. 460 LF 10 -Inch Epoxy Lined Ductile Iron Sewer ($ ° ) ($ 3% ''(40 )r Main, Class 350 with Double Polywrap Gt-VT i FCA.10, DollarsfLF Words 47. 1,084 LF 8 -Inch PVC Sewer Main, SDR -26 ($ 30P4:) ) ($.3atop)p -1R-rf DollarsfLF Words FY.112118 Crossover Road Water & Sewer — Phase II Section 00300-8