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