Loading...
HomeMy WebLinkAbout86-12 RESOLUTIONRESOLUTION NO. 86-12 A RESOLUTION TO APPROVE A CONTRACT FOR RELOCATION OF WATER AND SEWER MAINS ALONG GARLAND AVENUE WITH THE LOW BIDDER, GOODWIN & GOODWIN, INC. IN THE AMOUNT OF $1,575,497.00 WITH A PROJECT CONTINGENCY OF $78,775.00 AND TO APPROVE 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 approves a contract for relocation of water and sewer mains along Garland Avenue with the low bidder, Goodwin & Goodwin, Inc. in the amount of $1,575,497.00 with a project contingency of $78,775.00, approves a budget adjustment and authorizes Mayor Jordan to sign this attached contract. PASSED and APPROVED this 1st day of May, 2012. ATTEST: By: Ao,v1.54.b, NELD J AN, Mayor SONDRA E. SMITH, City Clerk/Treasurer David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 5/1/2012 City Council Meeting Date Agenda Items Only Utility Division Division Action Required: Utility Division Department A resolution to award a contract in the amount of $1,575,497.00 to Goodwin & Goodwin(bid 12-25) for the relocation of existing water and sewer lines on Garland Ave. from North to Janice Streeet. Also, to approve a project contingency of 5% ($78,775) and to approve a budget adjustment. AHTD will reimburse the City $101,990.00 upon completion of the project. $101,990 Federal Grants -Capital $815,529.00 Cont Sry & Contingency $736,753.00 Contract Services Cost of this request 5400.0940.4309.00 5400.5640.5845:00 5400.5740.531'7.00 51443 Account Number 06035.2250 Project Number 1,887,505.00 Category / Project Budget $ Garland Ave. W/S relocations Program Category / Project Name 132,281.00 Garland Ave. W & S Funds Used to Date Program / Project Category Name $ $ 1,755,224.00 W & S Revenue bonds Remaining Balance Fund Name Budgeted Item Budget Adjustment Attached Depart rt Dir l rrl. City Attorney or `Pt ► O (L Finance and Internal Services Director p<71 1 - Previous Ordinance or Resolution # Date +I Original Contract Date: Pt it0, /►!ti Original Contract Number: Date Date Date (// 7AV- Date Received ineity-I3—'l 2 P03: 24 RCVD Clerk's Office k-Ett Received in Mayor's Office Comments: Revised January 15, 2009 rEtville CITY COUNCIL AGENDA MEMO MEETING DATE OF MAY 1, 2012 THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayetteville.org To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff From: David Jurgens, Utilities Director Water/Sewer Committee Date: April 13, 2012 Subject: Hwy. 112 (Garland Ave.) Water and Sewer Relocation Construction Contract- Goodwin & Goodwin RECOMMENDATION City Administration recommends awarding a contract to Goodwin & Goodwin, Inc., for $1,575,497 for construction of water and sewer improvements on Garland Avenue from North Street to Janice Street, approving of a 5% project contingency for $78,775, and approving the attached Budget Adjustment. BACKGROUND Relocation of existing water and sewer lines is required in preparation for the combined Arkansas Highway Department (AHTD) and City widening of Hwy. 112 (Garland Ave.) from North Street to Janice Street. The majority of the existing water and sewer lines in this section of roadway are located within the AHTD right of way (ROW), so the City will bear the majority of the expense to relocate these lines. DISCUSSION On April 11, 2012, the City received five construction bids shown below. Per the previously approved agreement, the AHTD will reimburse the City for 6.47% of the total project cost, $101,990, and the City to pay the remaining 93.53%, or $1,473,507. In general, the AHTD pays for relocating lines currently existing outside the existing ROW, and the City pays for lines that are currently inside the ROW and any increases in capacity. In this arrangement, the City designs, awards, and supervises construction of the utility relocation project, and will submit monthly requests f Contractor Bid Goodwin & Goodwin $ 1,575,497.00 Fochtman $ 1,682,997.50 Redford $ 1,743,820.00 T -G Excavating $ 1,811,111.00 B R McGinty $1,675,153,616.45 Engineer's Estimate $ 1,588,807.00 BUDGET IMPACT This project is funded from several sources, including water and sewer revenue bonds, water and sewer funds, and possibly transportation bond funds. The budget adjustment moves funds as appropriate to reflect the various funding sources. 11wy112 Goodwin Contract CC Memo Apr12 RESOLUTION NO. A RESOLUTION TO APPROVE A CONTRACT FOR RELOCATION OF WATER AND SEWER MAINS ALONG GARLAND AVENUE WITH THE LOW BIDDER, GOODWIN & GOODWIN, INC. IN THE AMOUNT OF $1,575,497.00 WITH A PROJECT CONTINGENCY OF $78,775.00 AND TO APPROVE 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 approves a contract for relocation of water and sewer mains along Garland Avenue with the low bidder, Goodwin & Goodwin, Inc. in the amount of $1,575,497.00 with a project contingency of $78,775.00, approves a budget adjustment and authorizes Mayor Jordan to sign this attached contract. PASSED and APPROVED this 1St day of May, 2012. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer City Of Fayetteville - Purchase Order (P0)Request (Nota Ponceau Green All purchases under 52500 shall be used one P -Card unless rneaGlCsl•or 7:799 service related :(Gail x256 with questions) . Alt PO Request shah be scanned to the Purehasln0 040611: Purchesing@i:l..ieyetteville.arus . Requisition No.: Date: 4/1212012 P.O Number. Expected Delivery Date: Vendor #: 293 Vendor Name: Goodwin &Goodwin Mail Yes._ XX No: Address: 3503 Free Ferry Rd. Fob Point: Taxable Yes:_ No:_ Quotes Attached Yes:_. _ No: XX City: Fort Smith State: AR Zip Code: 72903 Ship to code: Division Head Approval 1 u_ fUfr. WYE Requester: Matt Casey Requesters Employee P. 2119 Extension: 429 Description quantity Unit of Issue Unit Cost Extended Cost Account Numbers Project/Subproject # Inventory # Fixed Asset # 1 2 3 4 5 s 7 8 9 10 Contract Services 1 101,990.00 5101,990.00 5400.5500.9319:90— 05035.2250 This is a grant 54°&'''e/ 50.00 Contract Services 1 736,754.00 5738,754.00 5400.5840.5844^00 5-1gG4 i'DD 09035.2250 Contract Services 1 736,753.00 5735,753.00 5400.5740.534510 06035.2250 $0.00 5 ]S,.o 50.00 $0.00 *0.00 $9.00 Shipping/Handling Lot 50.00 'pedal instructions: Subtotal: Tax: Total: 51,575.497.00 51,575,497.00 Approvals: Mayor: Finance Dispatch Deparlment Director. Budget Manager. Ulnas Manager: 4. . pVter Purchasing Manager: & Internal Services Director: Manager: II! IT Manager. {rf Y Other: Revised 112120t4 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Garland Ave. Water and Sewer Improvement Project Job 040489 (Utilities) STP -9142(22) Hwy. 112 Spur —North Route 112 Section 1 Washington County Contract No.: THIS AGREEMENT is dated as of the day of in the year 2012 by and between The City of Fayetteville, Arkansas and . (hereinafter called Contractor). ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The construction of water and sewer main relocations for the widening of Garland Avenue (Highway 112) from North Street to Janice Avenue including approximately 5400 feet of water main from 2" to 24" in diameter, approximately 3020 feet of 8" sewer main, highway bores, fire hydrants, fittings, manholes and related facilities. The Contract includes work in AHTD Right-of-way , City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400 -Bid Form for quantities: ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 00500 Agreement 00500 - 1 Project # 040489 DOCUMENT 00500 — AGREEMENT (continued) 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. The Work will be Substantially Completed within 1$0 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 210 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor 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 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 Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) 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 Contractor 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, Contractor shall pay The City of Fayetteville Seven 00500 Agreement 00500.2 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) Hundred Fifty Dollars ($750.00) 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 the CONTRACTOR 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 (BID FORM) 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 determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees 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. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer 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 Contractor's Applications for Payment as recommended by Engineer, on or about the 15th 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 00500 Agreement 00500 - 3 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) 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 Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; 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 Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 00500 Agreement 00500 - 4 Job # 040489 DOCUMENT 00500 -- AGREEMENT (continued) 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 Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor 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. Contractor 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. Contractor 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. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated 00500 Agreement 00500 - 5 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor 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 furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor 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. Contractor 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. Contractor has correlated the information known to Contractor, 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. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 00500 Agreement 00500 - 6 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor 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. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: Garland Ave. Water and Sewer Improvement Project 8. Addenda numbers one (1) to ), inclusive. 00500 Agreement 00500 - 7 Job 14 040489 DOCUMENT 00500 -- AGREEMENT (continued) 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All 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. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor 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. 00500 Agreement 00500 - 8 Job # 040489 DOCUMENT 00500 -- AGREEMENT (continued) 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 Contractor, 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 FREEDOM OF INFORMATION ACT: A. 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. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two 00500 Agreement 00500 - 9 Job # 040489 DOCUMENT 00500 -- AGREEMENT (continued) counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. This Agreement will be effective on , 20, which is the Effective Date of the Agreement. CONTRACTOR CITY OF FAYETTEVILLE By: By: Title: Title: (SEAL) (SEAL) Attest Attest Address for giving notices Address for giving notices 00500 Agreement 00500 - 10 Job # 040489 DOCUMENT 00500 — AGREEMENT (continued) License No. Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: By: Attorney For: END OF DOCUMENT 00500 00500 Agreement 00500 - 11 Job # 040489 GARLAND AVE. WATER d SEWER IMPROVEMENTS - BID TAB - APRIL 11 7012 I."' Ny Oen Dear.' (hi 13uu0i09 148209 '4 ENimate R.R. MUMS. 143A. C00 8e00000 RedImd Cmmu529n T -G E533159237 0431 Price 27410.1 uu Prix- 9154 5(2 560.000.00 1601 Pr6.T 27418:1 0108 Prwe 17111191 1137 Prm 1.54 851 LAIR Priv 1661201 ACT 201 720530E19046142E3062611061 SAFETY 0Y30673 LS 1 010.04.00 60.000.00 52040040 31.607640 51647940 13,90.9 5300].0] 9739.9 32,50040 35.40.00 558940 2 11116.F241700002 01, LS 1 530.023.12 20.1[008) 3/0.000.00 fy.,31,1J9 822.370(2 3]3,310.73 513000.03 311800.00 510800.00 210.11(0.4 225.005.4 219.090.291 2 MCE1320T1ON 1,3 1 013.0.288 517.000.70 560.01687 3668048 513.190.50 233,399-30 540,00040 551-0940 515800.00 185.40.4 191.165.4 3.11,145-4 0 SITE P0EFA04111P4 45 1 511.00912 501,48.40 5110,40243 111605705 126.1117.17) 311-807.02 31340040 071.4080 510.0 080 110.012.00 195.000.00 135-900.00 3 24914 mm3 Pinns PAPE. c4Ass 36011111 m72L16.32669uP LP 165 512040 550,210.48 514262 547,90180 3215.69 5104.619.65 3110.00 167.9440 3200.00 597.000.00 5117.00 157.300091 6 47.967.8.1.633.650 52131 480E10wan LF 2555 35080 5127,110.00 1614 515641000 257.53 5146.109-15 543.50 1111.142 30 57009 5175,570,20 57590 0151,615.4 i .1741440114417. 9461.8i6v6,6120,4SS we 0834 wATFRIUN 1.2 1111 310.4 510280.00 155310 165.17080 133.28 562637290 53180 376.31290 36000 5112.35.27 5170.1( 1111712.011 8 f. 6434PVC,3.6. 8L6632300114411161116 WM • LF 201 130.00 15.030.00 334.00 16.03180 113.24 53916324 5,15-26 57,065.4 36002 112,260.12 950.00 512.060.9 9 24431 PVC. 61784136,614686316 WATER 166144 LF 776 31000 32.700.12 11322 31,06140 5181 32196.12 3134 51,170.4 190.0 511.9(0.12 516.12 111.340.10 19 4-14231160L0E11132E74E CLAM C10 WAIERSERIICERIRING 11' 2466 56.00 114.796.9 91.00 12219040 2.99 17.373.31 211.00 127.126,00 115.110 536.990.00 563) „_2112k00 11 240400 CLASS LIYOBUTIE4FLYVALVEW(SOX EA 2 17-040.4 51/80600 51.40.12 1169008.48 112720.94 21.448110 57.125.00 114250.90 56.0808-60 . W.000.935J0000.00 520 610.2) 02 1240((1 CLASS 251921l1900L8'424.VE 330602 EA 7 52500.02 017.7(57 52,020.27 119.600.02 05.205.44 522,,304 52.13102 610.917.4 52,40.4 $11.49.8 54.612.12 522,80.20 13 4111313 9431E VALVE 0710511( EA 10 21.502.60 515000.00 52.000.00 507.42042 11.051.43 512514.50 51,510.4 515,112.80 11.20080 512.09.12 32,48.00 533.120.48 94 94701690E 5�44.5'E 6R150 EA 1 11429,9 31.79003 51920.(2 51,500.0 31,209.15 51,919.13 51,962.4 116458 565040 5651.07 32220.12 13.49.40 15 9.414114 6431E VALVE Wein FA 5 56048 318980 2932.0 51,040.4 11.51 57.51 157342 2,39028 1720.40 2370.02 37430.00 53.200.20 14 piREEWAYFIREI1Y➢RRT41.122I LT WANVE E3. 11 52.530.4 327599 6459.9 549,500.4 321.20 055.16 53.91240 143.010.12 13.500.60 336.520.0) 33.000.20 59,(00.9 17 0001/40F161110.13 FIRE HYDRANT AND DELIVER T00NHER FA 7 5563.4 1360000 5602.0] 59200.4 510.35 576.74 171 0.00 55.250.4 1702.00 535130.00 5340.23 53.3)9.00 16 01221L08QWl70F 139287 EA 1 5 80.4 - 540.4 51,50].12 51,500.00 3131 14.51 11.566.02 11.365.60 52.000.00 02.0990 27.409,40 3200900 00 19.119131•3461161 TAPPV4G SLEEVE A41VALVE 114203 116 1 54.002.20 5189.4 26,012.05 16.54.112 231 53.56 10.101.00 56.6(0.20 56.0.5.02 362330.03 99,9.00 51.000.02 29_ 064921% 60201 TAPPING SLEEVE AND 04L3L96901( CA 6 22,59.9 51590040 2.40.20 22.601780 111.169.79 567.736.34 11.460.60 126.769.0 53.502.02 329,91090 3609-4 536.09.9 21 64NCR 161NCH 3'AP4008LEEYE3NDVAL3E910400 EA 4 22.24.00 11520940 02.300.02 519.248.48 2.112.91 512.041.65 53.640.60 52).3310.(0 52.542.0 3154940 25499 110,09.00 72 01-1NC1512441[ri 9E61139313N E1 2 21012.9 11444042 31912.12 111.94.00 51951.61 14.107.62 37.5(0.60 110.23004, 530,202,02 $3041040 5404940 311080312 23 24NC1PAYICHCC14482760 EA 4 11.000.12 6402048 5420.07 53.202.60 2727.31 512.905.64 51.034.02 51.236.9 5508.9 53,2463 514003 212.120.12 2 EPDXY CQA1LDWCTILE 1R041F1111109 111 3114 13.12 2177.50040 5091 255.00 516.207.19 51.02407.745.(0 56.75 5247.625.9 5103 3353463 5001 545.12 35 MALE 4 3613 9617131C, 007.173E7E 11102.PRE9922E REDUCER Y EA 4'1 51.112.20 144.420.20 5696.07 533.312.120 56.513.93 591.141.41 5091.9 516183.9 51,120.00 227.000.08 11.50641 131.20012 26 14S211461E7319E111616 COMPLETE 15 9L.PRE86ALE REDUCER T EA 2 51.612.00 2,21005 11.700.00 53.49.02 3054.95 22.951.0) 31.247.40 92,494.12 5912.8 01.610641 22314 55,000.03 27 000,LE METER 6E11893. C0.PLE1E INCL. 111618516L 1016171 :L61d EA 1 51.40600 111.270.4 5190080 93.69.9 6189216 517,557.14 21.440.12 511.920.48 51,027.05 54041.00 515340 320867.9 20 0044131EE7207144316ETE03E7910 EA 53 5302.00 515,9169 370042 51069.9 517535 596291.33 5721.00 319.7(.40 519.9 53.3063 95063 52650.9 20 12490(41501046. 14Na5OO1uyRA11v464693525620 EA 26 2150.9 53,99.4 535063 07.19.9 5599.00 511.2)1.43 309.133 (2360.05 3108x1.9 516.02003 545040 116.900.9 30 33900*048.E+ ITCH CORPCHSAIION STOP ANC TAP EA 15 5140.00 52.11280 3310.03 52.38.05 3011.21 3071983 519010 32.15040 19(.00 510.25007 5600.4 39.17.12 31 CINCH86084E, 3144N211 CORPORATION Era, .66.r TAF 3130. SA, 0.ra1 3730.42 8300.9 3451A1 531612 5143.12 5200.12,900.42 51.00400 23011.07 311.040 32 2417021003E0 wee. 50554405 LF 10 50(1290 042.002.00 0370-20 92430080 5624.12 545309,40 3463.6 3123.3080 31.5040 531 .59.9 535080 52430080 8 1440331 14416171 OLNY STEEL 00821 LF 40 3120510 24,45.0 51090 21,9.12 5135.11 24.924+10 510.43 51.020-00 5100.00 55.49.4 3300.4 5472000.4 34 143446022209113 61GA5H6 LF 430 951940 5243.000.0 0175350 1134.73640 9131.73 561.517.70 321080 516260080 326040 512740.4 210.4 50072990.4 35 104104 63.94E.T 01,112 31E8. 2.324.116 LF 191 99040 217 100.9 513590 527,630.9 557,96 512.31249 3112.20 327530.01 415680 (12.79.4 319.4 130100-4 )6 126530 BORED 61E0.170311]0 LF 60 34501 521.000.12 513000 30.0200 3344.33 518014.30 321080 5116940 1290.03 31589.00 5190.4 111.400.1 37 12111010 DWELT BURT 933361. 008113 LF 26 573.(20 31.164.02 5151.4 32.500321 5123.15 62,46580 2111-4 3224040 5120-4 55.412.40 1139.92 17,92.9 32 416C1 1BORED OA0NG LE 95 113.48 3550.05 593.60 15,52140 379.53 16,74305 50200 13.2704 113000 511.5(1.02 5160.48 512660.4 )9 4410CH D61ECT RAY CASING LF' 0 1747.90 40810 563.017 511.6! 90.4 114.4 50.03 0110.4 50,02 5170.4 50.9 00 611(2( ROPED (001110 14' 4118 145.00 372.9724 515.8 55^44000 713634.03 525.527,172.4 445-4 57720011 1504 500.09.12 532.65 5436[0.9 41 2.902229]00T BURN 0601210 LE 0 090.0) 52.95 500.12 10044 34.55 50.9 390.60 30.4 1200.4 30.02 573.02 5093 42 TREE PROTEO11GN FE I3 413 11' 519 53.9 55.50063 56.4 111,112.40 311332 5544,48.20 50.0 55.558.4 13.4 15350.9 51.12 51.300.12 43 CUT 6940866 E106ORC 84414(1+ WATER MAW EA 1 198.8 2.6210.00 51.803.05 11.960.8 31104 560.16 240.09 83.030.9 2.950.9 8512014 11.107.4 12 CAM 151240 :8.0481?j_ 32.400.05 53.200.00 3120111.9 512.48.20 33.39.9 44 CUT AM) CAP E1047W01?-4336 W20P211661 F 3 $00.20 52,500.03 51,4848 5959.9 515.36 45 CUT ANO CAP E10033116 6-19449WATER 0019 EA 17 5502.02 56105.9) 31.560.9 321663.9 313187 52,631.9 82.150.9 836.53080 1700.20 311,960.41 9600.27 311602.9 W 0810 6610 CAP 4101171904-INOIIWATER MAW EAit (05.72 4,20001 5767.61 122.663.30 3136-90 54,576.55 42,000.9 922.000.1 0600.20 04.4457.4 $400.26 511,271.53 47 CUT 6110 CAP 171131316 2-16M1 WATER MAW EA 4 5;190.43 51.024 550091 Si 603.80 312.52 190.08 5203102 54.08.00 517090 YNUW 5900.02 5069.9 58 4271J37 E5651300WATER 461 VF T. 611160F00S020F R 4 9623.9 $14100 53940 31.29.9 31,020.01 94813.64 828.9 550360 $1241.00 51940 541080 31.69.9 49 A1AN17O11E93TINC WATER2AL91 EA 34 529.9 5109.00 512540 34.258.9 50.40 514.90 5370,12 311.96505 1103.02 05:940 25063 11.74.9 50 15-19(11 PVCSEWEO 6451140426 LF 366 542.00 115,37202 3102008 516.176.9 01546265 35352079.4 15003 31}.9]1.9 397.9 33194240 114-67 530.000.9 11 641CH PVC 647.436541/ 600-21 LF 2935 53102 1112110.4 53640 518,140.12 512.25 3126.624.90 52+.63 317/10.9 515.9 9734.57510 19040 5299.599,03 217, j75P0.11800 006re4SERV/603CH 40, LF 27 523.12 6401.0 337200 594.00 521109 33247.43 326.9 5002.9 587.00 55,16010 500.00 5210133 31 864:446209215512430415E. 02114q3. 1 300 015.900.02 34140 021.2(.9 505.13 32336).26 520.00 316.960.9 5.9 61 560600.4 135.4 515.10612 It 4u02TER61A405RO 5100512Ll, u15110u151106 FEET DEEP 0A 23 333039 .1.4 05200 2494 0..501.35 840.99 :2 330.0.11.25 32.005.9 531.105.00 52. 8(.12 096.94.40 14.060,4 3924902 51 6.211.66.6.09E166.6.0LE DEfTN,9VE00 FEET OEEP VF 4 51308 57.100.20 27594 $4.500.20 5217.03 17.17982 3135.8 55370M 5150.00 56,19-02 2300.4 2102003 Sfi 001400EE10811101122101471.E FA 15 T 31.05257 515,48.60 300.00 313,0019 5105.32 36.03260 3121000 520.3012(2 3410.4 54.563.4 50DM 57300.07 57 RADOTE3397816AW91g9670166094r10[MADE 1-16 4 31600.9 5060.9 0840,0 212010 1531.01 32-124.22 5930.93 32A000 35040 6.79030 50312.93 6204.00 52 3E43E4596310F450.074119244 211191P00 EA. 1 0110.9 5324.0] 012400.4 50.04(.20 5145.02 56,20036 51.170.0 J�51,.94040 3600.9 14.230.00 40.62 55,093.4 39 SEWER 39109140c266r4(7T 12240'1195( 0A 39 33940 511.10.0 17017.4 92730500 1456.03 11942338 5910.9 333,49200 55940 11930.12 1550.60 119.54800 0) 14110111199,101 FTAP FOR SEVIER SERVICE E,5 1 540000 5041.4 11.(18.4 21800.21 1693.62 5095/2 302540 342540 2650,0 1020.9 56(0.60 56900 0I 448,1A1.16.1867i6f TAP 2016041408 1051114E 1,1 1 254040 559.9 11209.4 21488.00 1034.8 5141 A2 3300.9 4F040 264.00 1612.12 155060 5550.4 02 7(03 419517616 5224111 AT 11440401E WALL lA 3 330240 31,59.9 11.0314 358209 1397.03 51915.15 5230.00 51,200180 3130.4 1750.8 52(1100 51.0990 20 `a4 T]LPR4r4EWER TO EAMINa was Mil, cryo BALL 16 EA 2 51.1440 07.2D.9 51 .400A) 17.0164 1971.10 3124240 565040 11,39240 5000.00 51.612.12 2.592.60 53.600,0 44 181E676E666.7.367841 5Y 417 515040 361.0511.9 570.4 21.290.00 57.31 57.17057 35(040 540.230.4 37590 23.525.8 560.20 326.537.90 w ASPHALT SURFACE REALAGEILIMI 56 46 51540 52470.9 56590 37-99046 542,57 5592.02 990.4 14.140.00 160.00 52,700.12 560.20 52.700410 66 2.222436212 SURFACE 4E222ACE0E400 SW 220 530.1 02.000.072 563.60 514,583.00 543.45 18.56541 19780 21.30280 175.08 5107103.00 552.9 513,220.4 67 4544.0E1.1704E0043609'61 TOM 50 140481 52)39.52 525.8 34.252-02 89.70 531.4 125.00 11.250.00 31240 1601.00 ,66,92 U.,352.00 60 OSLO 1114A4854LT7E461706508'P6VE61@.1REP0•R 7074 50 550.00 54.51047 517.5.20 553750.4 563.21 55.194.50 522040 17,00140 216042 53,9.9 530.9 54.59.90 69 Race1x60500619 CY 10 33940 SITE- 5150.9 51,0924 526362 32.690.20 250.20 52000.02 3520.60 63,940 3512.9 5599.9 70 ERO6101]CONTROL 14 1 555,00.4 965.4240 903.90.8 145.105.112 235.160.21 525.18.22 27.160.4 57140.1 5058880 92590001 51980.12 510.120.12 71 40106'10400204501104 14 1 51300.40 1158242 34.000.8 50.80.2 34,419.44 56979.06 51.5(030 5/ .333277 51000.60 32,940 55,00040 0.00660 56 811E A4IOT040AP149 1-5 1 51.5(0.(0 11.58.00 52.02.9 55,4.4 94653.74 54.455.34 52500.20 51 .59.9 42.008.9 77.000.9 50.61.9 54.012.4 113(95L 031151I4T1113 2.0]522P303/C110174CU2'15 01558,897.00 51 ,575,497.00 S1.675,153,61d.45 01,682,997.50 01,743,820.00 01,811,111.00 1 [513,310.070 451.673.064,009.439 1804,2516.,501 10155,013009 40222,224.227 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: Contract Name: GARLAND AVE. WATER AND SEWER IMPROVEMENT PROJECT Date: SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company W tf1 l GO - Name tv �r Address 051 - Qv Principal Office RyafI 5.0c1 w {'1 pora o partnership, individual, joint venture, other Arkansas State General Contractor's License Number 100/01091Z EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 3Z years and has performed work of the nature and magnitude of this Contract for ` years. Bidder has been in business under its present name for 3Z_ years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion • date.)C �-r! VaA Fur s ba c- . e Th -a 5e Curs tw 37.51,Q 15 C o -,(1-r SAu cctf ,52c)J L t kt P Q(t 6 Cum 1N 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect VAZorba. ,1C a cc j tet_ -,3 CAT/ ?ID__ tA. c- - 9-- CON/ a 4u 1) 6031C WANA COI 0 11) Master 00140 -Bidder Qualifications 00140 —1 Project #:040489 1 1 1 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 1\l\fie � Su1)S O 05 rBZYakt 1027(11A -Ar 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: CcInT f , Imo( et,r Ar early IAQL I LqL CiCcEr 01-1- - GA-gt, 8. Bidder's Workmen's Compensation Experience Modifier Factor is: et °ay Master 00140 -Bidder Qualifications 00140.2 Project # 040489 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a fmancial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. Mar cpA, l ei c. Other assets. C 1 M d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). 5 e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof tAZI R ti1/4dt i CC,-, nC4k If financial statement is not for identical organization named herein, explain relationship and fmancial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Jud ; t Creditors Where Docketed and Date Amount a. b. $ Master 00140 -Bidder Qualifications 00140.3 Project # 040489