Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
124-15 RESOLUTION
RESOLUTION NO. 124-15 A RESOLUTION TO AWARD BID NO. 15-39 AND AUTHORIZE A CONTRACT WITH GOODWIN & GOODWIN, INC. IN THE AMOUNT OF $755,654.50 FOR THE CONSTRUCTION OF THE MISSION BOULEVARD AND OLD WIRE ROAD INTERSECTION WATER AND SEWER IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $113,000.00, 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 awards Bid No. 15- 39 and authorizes a contract with Goodwin & Goodwin, Inc. in the amount of $755,654.50 for the construction of the Mission Boulevard and Old Wire Road Intersection Water and Sewer Improvements Project, and further approves a project contingency in the amount of $113,000.00. 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. PASSED and APPROVED this 21 sc day of July, 2015. ATTEST: C� .By: J"'�' SONDRA E. SMITH, City Clerk TreoTce rlr,, .� ., JERK ����`��:' �G1T Y 0 :mss C3: FAYF i� ��. 77EVILLE .y � xx NSA �����1i111111 � �`4 >.:.: City of Fayetteville, Arkansas. 113 West Mountain Street /,..- Fayetteville, AR 72701 ` (479) 575-8323 Text File File Number: 2015-0309 Agenda Date: 7/21/2015 Version: 1 Status: Agenda Ready In Control: City Council Meeting File Type: Resolution Agenda Number: A. 9 BID NO. 15-39 GOODWIN & GOODWIN, INC. A RESOLUTION TO AWARD BID NO. 15-39 AND AUTHORIZE A CONTRACT WITH GOODWIN & GOODWIN, INC. IN THE AMOUNT OF $755,654.50 FOR THE CONSTRUCTION OF THE MISSION BOULEVARD AND OLD WIRE ROAD INTERSECTION WATER AND SEWER IMPROVEMENT'S PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $113,000.00, 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 awards Bid No. 15-39 and authorizes a contract with Goodwin & Goodwin, Inc. in the amount of $755,654.50 for the construction of the Mission Boulevard and Old Wire Road Intersection Water and Sewer Improvements Project, and further approves a project contingency in the amount of $113,000.00. 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. City of Fayetteville, Arkansas Page 1 Printed on 7/17/2015 City of Fayetteville Staff Review Form Legistar File ID 7/21/2015 City Council Meeting Date -Agenda Item only N/A for Non -Agenda Item Chris Brown 7/1/2015 Engineering / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $755,654.50 with Goodwin & Goodwin, Inc. for the construction of the Mission & Old Wire Rd. Intersection Water and Sewer Improvement Project, approve a project contingency of $113,000 (15%), and approve a Budget Adjustment. 5400.5600.5808.00 4520.9555.5809.00 Account Number 06035.2600 Project Number Budget Impact: Water and Sewer Fund Sales Tax Construction Bond Fund Fund Old Wire Road (Mission to 265) Project Title Budgeted Item? Yes Current Budget $ 20,029,672.00 Funds Obligated $ 5,687,611.99 Current Balance 1bgmgg Does item have a cost? Yes Item Cost $ 868,654.50 Budget Adjustment Attached? Yes Budget Adjustment $ 586,578.00 Remaining Budget n kAM ba V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: Item cost reflects contract of $755,654.50 plus a contigency of $113,000 for a total item cost of $868,654.50 CITY OF Sy VARqKANSiAS MEETING OF JULY 21, 2015 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Tim Nyander, Utilities Director Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: July 2, 2015 SUBJECT: Approval of a contract in the amount of $755,654.50 with Goodwin & Goodwin, Inc. for the construction of the Mission & Old Wire Rd. Intersection Water and Sewer Improvements Project, approve a project contingency of $113,300.00 (15%), and a Budget Adjustment. RECOMMENDATION: Staff recommends City Council approval awarding a contract in the amount of $755,654.50 to Goodwin & Goodwin, Inc. for the construction of the Mission & Old Wire Rd. Intersection Water and Sewer Improvements Project, approval of a project contingency of $113,000 (15%), and approval of the attached Budget Adjustment. BACKGROUND: The Arkansas Highway and Transportation Department will be bidding the construction of the Hwy 45 and Old Wire Road Intersection project in the fall of 2015. This project includes improvements to the lane configuration to allow for the installation of a traffic signal. Sidewalk installation and storm sewer are also included in the work proposed by the AHTD. AHTD is responsible for the engineering, advertising and awarding the construction contract, and construction inspection of the project. The City is responsible for relocation of the public water and sewer mains as well as acquisition of the rights-of-way and utility easements to accommodate this project. The project was approved for Federal (80%) and State (10%) funding with the City responsible for the remaining 10%. The total amount of Federal Funds available is $1,200,000. The City of Fayetteville Transportation Committee recommended that staff pursue underground relocations of the overhead electric and the communications. In order to facilitate the underground relocations, conduit was included in this project to accommodate both AEPISWEPCO and Cox Communications. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 DISCUSSION: On June 30, 2015, the City received one (1) construction bid for this project. Goodwin & Goodwin, Inc. submitted the bid which was approximately 17% above the Engineer's Estimate of $646,783.00. Schedule 1 (Water and Sewer Fund) - Includes all of the work required to relocate the City's water and sewer facilities for the roadway project. Total bid for Schedule 1 is $510,302.50. Schedule 2 (Transportation Bond Fund) - Includes installation of conduit necessary for the underground relocation of the electric and communication lines for the roadway project. Total bid for Schedule 2 is $245,352.00. Total bid for this project is $755,654.50. Engineering staff recommends awarding this contract to Goodwin& Goodwin, Inc. The contract time is 90 days (3 months) for substantial completion. BUDGETISTAFF IMPACT: The water and sewer relocations in this project are funded by the Water and Sewer Fund. The conduit for the utility relocations is funded by the Transportation Bond Fund. Attachments: Bid Tab Section 0500 Agreement Section 0400 Bid Form Budget Adjustment Purchase Order Request Pa Crrr Or City of Fayetteville, Arkansas Purchasing Division ARK��5 OFFICIAL BID TABULATION Bid 1$39, Construction - Mission & Old Wire Rd. Intersection Water & Sewer Improvements Tuesday , June 30, 2015, 2:00 PM, Local Time DESCRIPTION QTY. UNIT :'s[a4lT; Goodwin & Goodwin Inc ITEM Cf95T,=. := ,. : Je1CTEN0EG:9GS1'<' 1 Trench and Excavation Safety Systems i I LS v S 5,000.00 = $ 6,000.00 2 TialtIe Control and Maintenance 1+'L $ x $ 25,000.00 = S 25,000.00 3 Mo641aat en (Max 5%of Teial Bid Schedule 1) 15 . 6 20,000.00 = $ 20,000.00 4 Site Prepsrelicn 1 LS 8 30.000.00 = S 30,000.00 5 8416, PVC. CROD, Cless200OR-14 Water Main 1193 LF v $ 56.00 = 3 66,806.00 6 81n0, PVC. C-805, Class 200 DR -14 Water Mein 150 IF • $ 45.00 = $ 5,750,00 7 1d,ttlt Polyedryane Class 200 WalerService Tubing 662 €F x $ 9.00 = $ 5,958.00 8 8.Irv$s Gale VaVey4Box 10 EA x 3 2,300.00 = $ 23,000.00 916 -IoM Get. Valve wf0ox 2 EA x $ 1.800,00 = $ 3,600.00 10 Three Way Fee Hydrant Assembly vrVelve 2 FA x S 4,500.00 = $ 9.000.00 11 Remove Existing Fire Hydrant and Deaver to Owner 1 EA x $ 800.00 = S 800.00 12 6Onoh x 6.Indr Tapping Sleeve & Vaie wlBdx 4 6.6 x $ 4,500.00 = $ 16,000.00 13 Epoxy Coated Oudie Iron Fillings 6001) I.B. x $ 0,01 = $ 60.00 14 if8'SinlNe Meter Selling, Complele, Including Pressae Reducer and Plumber Connedlan ld Ex;sln 905410 Servke 10 EA s $ 900.00 = $ 900000 15 Remove Eeisling Meter Setting 10 EA I' S 150.00 = $ 1,500.00 16 8•MG1 Saddle, I -Inch Corporaliro Stop and Tap 10 EA 4 $ 200.00 a S 2.000.00 17 12 -Inch Direct Eeop Steel Casalg 40 LF x $ 125.00 = $ 5,000.00 18 249th Bared Casing 375 LF x 3 60.00 = $ 22,500.00 19 Cull and Cap Existing 64001 Water Main 5 EA v $ 1,700.00 = $ 8,500.00 20 Ad)uMExis0n9Yrater Valve to Finished Grade I EA e $ 300.00 = $ 300.00 21 Aamld0n EAstln9 Water Valve 5 LF x $ 600.00 - $ 3,000.00 22 Tree Poleclon Fencing 800 LF . $ 8.00 = S 6,400.00 23 8-brch PVC Sewer Main, SDR-26 891 LF v $ 80.00 = $ 71,280,00 24 4 -Inch PVC Sewer Service. SCH40 325 €F x $ 25.00 = $ 6,125,00 25 4 -Fool Diameter Slender] Manhole Up to 6 Feed Deep 6 Eli v $ 3,500.00 = $ 21,000.00 26 Exlrs Manhole Depth, Oyer6 Feet Deep 6 VF v $ 250,00 = S 1,500,00 27 Remove Existing Manhole 3 EA x S 000.00 = $ 2,400.00 28 Sevner Service Cannw(iion on 6" PVC 8 EA x S 425.00 = $ 3,400,00 29 4 -Inch Manhole Tap far Sewer Service 1 FA x $ 325.00 = $ 325.03 30 Plug Existing Sewer al Manhole Wap 4 EA x S 1,000.00 = 3 4,000.00 31 Conrecl 8-inUl0ewer to Existing Manhole, Cone Dnl Manhole Wait 3 EA x $ 2,000.00 = 5 6,000.00 32 AHTO Pavement Repar, T -Patch 210 Sr x $ '225.00 = $ 47,250.00 33 Asphalt5udace Repair(Driveways) 40 SY x $ 85.00 = $ 3,400.00 34 Concrele Surtece Repair 200 SY x 5 75,00 = $ 15,000.00 35 Gcaee1 O6weway Repair 40 51 S 65.00 = $ 2,600.00 36 Cold Mix Asphalt Tenmporary Pavement Repair 50 TON . 3 150.00 = $ 7.500.00 37 Rack Excavation 50 CV x $ 0.01 = $ 0.50 38 Erosion Control 1 IS x $ 17,000.00 = $ 17.000,00 39 Site Phdt0s and AudlnNideo Recordings I LS' x It 2,000.00 = $ 2,000.00 40 Sewerinspeci eby CCTV 891 LF e $ 6.00 e $ 5,346.00 41 She ResWrslion 1 LS . $ 20.000.00 = S 20,000.00 $ 510.302.50 _ - _3 aSCHEDi7L& } r 42 Mxbiliationlor Conduit Installation(Max 54%ofl'elal Bid Schedule2) t x It 10,000.00 = $ 13,000.00 43 2" SCH ADPVCEIecbical Conduh 906 LF x $ 18.00 = $ 10,306.00 44 2" Galvanized Rigid Steel Bends 12 EA x $ 125.00 = 3 1.5110.00 45 3"SCH 40 PVC Eledneal Ceadoli 810 LF x $ 20.00 = $ 16.200,00 46 3"Galvanized Rigid Sleet Bends 14 FA 3 200,09 S 3,500.50 47 4' SCH 40 PVC Electrical Conduit 3450 LF v S 24,00 - $ 82,800.00 48 4-Non-M8Iallie08e0s 42 EA x $ 150.00 = S 6.300.00 49 6-SCH40 PVC Elereical C6nduil 2844 IF x $ 26.00 = $ 73,944.00 50 6' Galvanized Rigid Sleet Bends 23 EA x $ 675.00 = $ 13,500.00 Si AHTO Pavement Repair, T -Patch 71 SY $ 360,00 • $ 21,300.00 - SCHEDULEr2 SID- AMOUNT $ 245.952.00 TOTAL AMOUNT BID (SCHEDULE I • SCHEDULE 2) S 755,654.50 'Np110E: Bic award(( R contingent upon vendor meeting mnimu,n Speei6ea110ns and format au 0500 Cily ul0dals. CERTIFIED: _f j 1: _ i7"/ �:/1^Vnc. i��--"r.rc d//J!!I �(j �Q DOCUMENT 00140 - BIDDER'S UALI.FICATION STATEMENT: Contract Name: MISSION BLVD./OLD WIRE RD. INTERSECTION. WATER AND SEWER IMPROVEMENT PROJECT Date: (r,' 3o -(S SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: • Company GUO Gc)f c- Namur Sri Address t- A. v, -1_740 Principal Office t fh kT4KD .r Corporation artnership, individual, joint venture, other Arkansas State General Contractor's License Number 0ot 6W t` % EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 35 years and has performed work of the nature and magnitude of this Contract for 3years. Bidder has been in business under its present name fora. ' 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.) 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, 00140 -Bidder Qualifications 00140— 1 Project # 040642 DOCUMENT 00140 - BIDDER'S qUALIFICATION STATEMENT: CONTINUED owner, name of owner contact, engineer / architect, name of engineer/architect 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. -0) 5. Bidder normally performs the following work with his own forces: Li L 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 4 ( 6O _ gyp-. , ! L, ,L /c- c, — /R 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: 8. Bidder's Workmen's Compensation Experience Modifier Factor is: 00140 -Bidder Qualifications 00140— 2 Project #040642 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 financial 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. ctr 5- t' ti I c. Other assets. iQ O3 d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). 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: 14"% (0 If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. b. $ 00140 -Bidder Qualifications 00140-3 Project 4 040642 DOCUMENT 00140 - BIDDER'S qUALIFICATION STATEMENT:(CONTINUED)) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: (4 — 201S (OFFICIAL SEAL) Name of Organization: (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF DOCUMENT 00140 00140 -Bidder Qualifications 00140-4 project # 040642 CITY OF Tay t_ Ile ARKANSAS City of Fayetteville, Arkansas Purchasing Division -- Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 15-39, Construction — Mission & Old Wire Rd. Intersection Water & Sewer Improvements DEADLINE: Tuesday, June 30, 2015 before 2:00 PM, Local Time, Room 306 PRE -BID MEETNG: Monday, June 22, 2015 at 2:00 PM, Local Time, Room 326 DELIVERY LOCATION: Room 306-113W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren Rennie, CPPO, CPPB, aforen@fayettevilfe-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Friday, June 12 and 19, 2015 INVITATION TO BID Bid 15-39, Construction -- Mission & Old Wire Rd. Intersection Water and Sewer Improvements No late bids shall be accepted. Bids shall be submitted in sealed envelopes. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. NOTICE TO ALL BIDDERS: All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren Rennie, via e-mail at aforen@fayetteville-ar.gov. When registering as a plan holder, vendors shall submit primary contact information including name_ of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Interested parties are responsible for printing. All bids will be distributed electronically from the City of Fayetteville Purchasing Division. Receiving electronic links from the City of Fayetteville, AR automatically registers as a plan holder. E -MAILED BID PACKAGE INCLUDES LINKSTOTHE FOLLOWING FILES: *FILE #1: PROJECT MANUAL: 429 total pages *FILE #2: PROJECT DRAWINGS: 16 total pages *Additional files added as addendums are issued. Addendums will be directly e -mailed to all listed plan holders and posted on the City's website. *PLAN HOLDER LISTINGS & ADDENDUMS WILL BE POSTED AT http:(Lids.fayetteville-ar gov Bidder shall assume all responsibility for receiving updates and any addenda issued to this project by monitoring htt : bids. o ettevllle-ar. pay. Failure to acknowledge addenda issued as instructed could result in bid rejection. Telecommunications Device for the Deaf TDD {479) 521-1316 113 West Mountain - Fayetteville, AR 72701 This page intentionally left blank. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain Fayetteville, AR 72701 CITY OF qllq ARS TABLE OF CONTENTS MISSION BLVD./OLD WIRE INT. WATER AND SEWER IMPROVEMENT PROJECT CONTRACT DOCUMENTS INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 00010-1 of 3 00100 BID SOLICITATION 00120 INVITATION TO BID 00120-1 of 1 00140 BIDDER'S QUALIFICATION STATEMENT 00140-1 of 4 00200 INSTRUCTIONS TO BIDDERS 00200-1 of 10 PREVAILING WAGE DETERMINATION 1 of 1 00400 SID FORMS AND SUPPLEMENTS 00400 BID FORM 00400-1 of 9 00410 BID BOND 00410-1 of 2 00430 LIST OF SUBCONTRACTORS 00430-1 of I 00500 AGREEMENT FORM 00500 AGREEMENT FORM 00500-1 of 11 00550 NOTICE TO PROCEED 00550-1 of 2 00600 BONDS AND CERTIFICATES 00610 PERFORMANCE BOND 00610-1 of 3 00611 LABOR AND MATERIAL PAYMENT BOND 00611-1 of 4 00700 CONTRACT GENERAL CONDITIONS 00700-1 of 51 DIVISION 1- GENERAL REQUIREMENTS 01110 SUMMARY OF WORK 01110-1 of 3 01250 CONTRACT MODIFICATION PROCEDURES 01250-1 of 2 01270 UNIT PRICES 01270-1 of 2 01271 MEASUREMENT AND PAYMENT FOR WATER 01271-1 of 13 IMPROVEMENTS 01290 PAYMENT PROCEDURES 01290-1 of 2 01320 PROJECT MEETINGS, SCHEDULES, AND REPORTS 01320-1 of 2 01321 SCHEDULE 01321-1 of 2 01325 CONSTRUCTION PHOTOGRAPHS 01325-1 of 4 01420 DEFINITIONS AND STANDARDS 01420-1 of 3 01530 BARRIERS AND TEMPORARY CONTROLS 01530-1 of 6 01560 TEMPORARY UTILITIES AND FACILITIES 01560-1 of 7 02444 FENCING 02444-1 of 4 00010 Table of Contents 00010-1 Project #040642 TECHNICAL SPECIFICATIONS CITY OF FAYETTEVILLE STANDARD SPECIFICATIONS FOR DESIGN AND CONSTRUCTION OF WATER LINES AND SEWER LINES END OF DOCUMENT 00010 Table of Contents 00010-2 Project #040642 DOCUMENT 00120 - INVITATION TO BID Contract Name: MISSION BLVD/OLD WIRE RD. INTERSECTION WATER AND SEWER IMPROVEMENT PROJECT City of Fayetteville Bid Number 15-39, Construction — Mission & Old Wire Rd. Intersection Water & Sewer Improvements. Advertising Dates: Friday, June 12 and June I9, 2015 The City of Fayetteville, AR (City) is accepting sealed bids from properly licensed professionals for the construction of water and sewer main relocations for the intersection of Mission Blvd. and Old Wire Rd. including approximately 1200 feet of water main from 6" to 8" in diameter, approximately 900 feet of 8" sewer main, fire hydrants, fittings, manholes and related facilities. Sealed bids shall be submitted in a sealed envelope or package labeled Bid 15-39. All bids shall be received by Tuesday. June 30 2015 before 2:00 PM local time to the City of Fayetteville, Purchasing Division — Room 306, Attention: Andrea Foren Rennie, 113 W Mountain, Fayetteville, Arkansas 72701. All bids will be opened and read aloud immediately following the deadline. Late bids will not be accepted. A non -mandatory pre -bid conference will be held on Monday, June 22, 2015,, at 2:00 PM, local time at the City of Fayetteville Administration Building, City Hall, Room 326 at 113 W. Mountain St, Fayetteville, AR 72701. All interested parties are strongly encouraged to attend. All bidders shall register as a plan holder with the City of Fayetteville Purchasing Division. Upon registration, bidders and interested parties will be emailed an electronic set of bid documents. Bidding documents and plans shall be obtained from the City of Fayetteville Purchasing Division. Any questions concerning the bidding process should be addressed to Andrea Foren Rennie, at aforen afayetteville _ar.cov or by calling (479) 575-8220. No partial sets will be issued. All bids shall be accompanied by a cashier's check, from a bank located in the State of Arkansas, or a corporate bid bond, in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the City. Corporate bid bonds shall be from a reliable surety company and all bid bonds shall serve as a guarantee that the Bidder will enter into a contract and execute performance and payment bonds within ten (10) calendar days after notice of award of contract. Bid guarantees shall be made payable to the City of Fayetteville, AR. Attention is called to the fact that the minimum prevailing wage rates for each craft or type of worker and the prevailing wage rate for overtime work as determined by the Arkansas Department of Labor is exempt for this project. The successful bidder shall furnish a performance and payment bond upon the form provided in. the amount of one hundred percent (100%) of the contractprice from an approved surety company holding a permit from the State of Arkansas to act as surety, or other surety or sureties acceptable to the City, and file marked by the Washington County Circuit Clerk's Office is required with a contract awarded amount of $20,000.00 or more. 00120 -Invitation to Bid, revised AR 00120— 1 DOCUMENT 00120 - INVITATION TO BID (continued) Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualif ed small, minority and women business enterprises. The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of time which shall not exceed beyond ninety (90) days from the bid opening date. CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren Rennie, CPPO, CPPB Purchasing Agent Ad dates: 06/12/15 and 06/19/15 i 00120 -Invitation to Bid, revised AR 00120 -2 MIKE BEEBE STATE OFARKANSAS GOVERNOR ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DMSION 10421 WEST MARKHAM + LITTLE ROCK, AR 72205-2190 Phone: 501-682-4536 Fax: 501-682-4508 TRS: 800-285-1131 September 15, 2014 Matt Casey City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 RE: Water and Sewer Improvements Mission Blvd./Old Wire Rd. Fayetteville, Arkansas Washington County Dear Mr. Casey: RICKY BELK DIRECTOR Please be advised that the Arkansas Prevailing Wage Law shall not be construed to apply to or affect highway, road, street, or bridge construction and maintenance or related work contracted for or performed by incorporated towns, cities, counties, or the Arkansas State Highway and Transportation Department. Ark_ Code Ann. § 22-9-303 (b) (1987). Since your request is for relocation of water and sewer mains for a highway widening project, the Prevailing Wage Law would exclude the above -referenced project from coverage and you are under no obligation to obtain a wage determination from this department. Please note that you may access a copy of the Prevailing Wage Law and Regulations at ht :I/www.labor.ar.gov. If you have any questions, or if I can be of further assistance, please contact me at the above address or call (501) 682-4536. Sincerely, Lorna Kay Smith Prevailing Wage Division DOCUMENT 0400 —BID FORM Contract Name: Mission Blvd. / Old Wire Rd. Intersection Water and Sewer Improvement Project Bid Number: 15-39, Construction — Mission & Old Wire Rd. Intersection Water & Sewer Improvements BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder:, , LC1 lAQe 4/ 72ft3 ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 0400 -Bid Form 00400— 1 Project # 040642 DOCUMENT 00400 BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date B. Bidder 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. Bidder 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. Bidder 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. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 00400 -Bid Form 00400-2 Project # 040642 DOCUMENT 00400 BID FORM (continued) 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, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, 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. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. 3. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and 00400 -Bid Form 00400— 3 Project # 040642 DOCUMENT 00400 BID FORM (continued) Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4- BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s): BID SCHEDULE 1 ITEM EST. NO. DESCRIPTION UNIT OTY UNIT PRICE TOTAL I Trench and Excavation Safety Systems LS 1 :5 2 Traffic Control and Maintenance LS 1 25 l 3 Mobilization (Max 5% of Total Bid Schedule 1) LS I 4 Site Preparation LS 1 5 8 -Inch PVC, C-900, Class 200 DR -14 Water Main LF 1193 f tQ 6 6 -Inch PVC, C-900, Class 200 DR -14 LF 150 a`o Water Main 7 1 -Inch Polyethylene Class 200 Water LF 662 `�. Service Tubing - €5g 8 8 -Inch Gate Valve WBox EA 10 L3c�_� L— � o(� .�.� 9 6 -Inch Gate Valve WBox EA 2 10 Three Way Fire Hydrant Assembly WNalve EA 2 1l Remove Existing Fire Hydrant and Deliver to Owner EA 1 12 6 -Inch x 6 -Inch Tapping Sleeve & Valve WBox EA 4 f S QU 0 00400 -Bid Form 00400-4 Project # 040642 DOCUMENT 00400 —BID FORM (continued) BID SCHEDULE J. ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 13 Epoxy Coated Ductile Iron Fittings LB 6000 o /541 , a 5/8" Single Meter Setting, Complete, 14 Including Pressure Reducer and EA 10 Plumber Connection to Existing `� Buildin Service ✓�-�`-' 15 Remove Existing Meter Setting EA 10 � t t ` '. 16 8 -Inch Saddle, 1 -Inch Corporation EA 10 e O Q o Stop and Tap 17 12 -Inch Direct Bury Steel Casing LF 40 18 2 -Inch Bored Casing LF 375 19 Cut and Cap Existing 6 -Inch Water Main EA 5 1100 20 Adjust Existing Water Valve to Finished Grade EA 1° 21 Abandon Existing Water Valve LF 5lt 22 Tree Protection Fencing LF 800 23 8 -Inch PVC Sewer Main, SDR-26 LF 891 O +• 24 4 -Inch PVC Sewer Service, SCI-! 40 LF 325 �jI _!i5 25 4 -Foot Diameter Standard Manhole, Up to 6 Feet Deep EA 6 ® 2 dC) 26 Extra Manhole Depth, Over 6 Feet VF 6 5-O Deep . 27 Remove Existing Manhole EA 3 �, �fic 28 Sewer Service Connection on 8" PVC EA 8Z 2 4 oo 29 4 -Inch Manhole Tap for Sewer Service EA l 30 Plug Existing Sewer at Manhole Wall EA 4 t oc. 4 00400 -Bid Form 00400-5 Project # 040642 DOCUMENT 00400 —BID FORM (continued) BID SCHEDULE 1 ITEM NO. DESCRIPTION UNIT EST. TY UNIT PRICE TOTAL 31 Connect 8 -Inch Sewer to Existing Manhole, Core Drill Manhole Wall EA 3 oo o�4.-. 32 AHTD Pavement Repair, T -Patch SY 210 33 Asphalt Surface Repair (Driveways) SY 40 O,z 34 Concrete Surface Repair SY 200 35 Gravel Driveway Repair SY 40 �S 36 Cold Mix Asphalt Temporary Pavement Repair TON 50 37 Rock Excavation CY 50 tot J §o4 38 Erosion Control LS 1 l i"'j 4 39 Site Photos and Audio/Video Recordings LS I 4 0 p lty 40 Sewer Inspection by CCTV LF 891 to S 41 Site Restoration LS 1� �� O TOTAL AMOUNT BID SCHEDULE 1 $ (0) ° Z 00400 -Bid Form 00400-6 Project # 040642 DOCUMENT 00400 —BID FORM (continued) BID SCHEDULE 2 ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 42 Mobilization for Conduit Installation (Max 5% of Total Bid Schedule 2) LS 1 i d o cr 43 2" SCH 40 PVC Electrical Conduit LF 906 �s ® o 44 2" Galvanized Rigid Steel Bends EA 12 teco 45 3" SCH 40 PVC Electrical Conduit LF 810 o 2C�C3A` 46 3" Galvanized Rigid Steel Bends EA 14 3,5oo 47 4" SCH 40 PVC Electrical Conduit LF 3450 Z41 48 4" Non -Metallic Bends EA 42 iso 49 6" SCH 40 PVC Electrical Conduit LF 2844 50 6" Galvanized Rigid Steel Bends EA 20 1 5 51 AHTD Pavement Repair, T -Patch SY 71 °c r 3oo TOTAL AMOUNT BID SCHEDULE 2 $ Q TOTAL AMOUNT BID (SCH 1 and SCH 2) $ S t The City intends to award to the lowest responsive responsible bidder based on the evaluation of the sum of Schedule 1 and Schedule 2. Bidders shall bid on both schedules. Failure to bid on both Schedule 1 and Schedule 2 shall result in bid rejection. ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 00400 -Bid Form 00400-7 Project # 040642 DOCUMENT 00400 BID FORM (continued) 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a certified or bank cashier's check or a Bid Bond and in the amount of, F T \ t tvy (/C it�osLDollars ($ d )• B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: I I ` o e 9I.'j j c a Jp< / f C r ,7x.9 o3 Email. 1tpcuJ? Phone No. ' (r -,1 FAX No. i., �.• . ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED o 201-5 Arkansas State Contractor License No. 00400 -Bid Form 00400— 8 Project # 040642 DOCUMENT 00400 BID FORM (continued) If Bidder is: An Individual Name (type or printed): (SEAL) By: (Individual's Signature) Doing business as: Business address: Phone No.: FAX No.: A Parknershi (SEAL) Partnership Name: By: (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX NO.: 00400— 9 Project # 040642 00400 -Bid Form DOCUMENT 00400 BID FORM (continued) A Corporation or LLC Corporation Name: XX 4 1 i 4 State of Incorporation: Type (General Business, Professional, Service, Limited Liability): Narne (type or nri Title: Business address: 'e — attach evidence of authority to sign) vi (CORPORATE SEAL) (Signature of Corporate Secretary) Phone No.:`G S(7& ( FAX No.; -i9 1 s END OF DOCUMENT 00400 00400 -Bid Form 00400- 10 Project # 040642 DOCUMENT 00410 -- BID BOND KNOW ALL MEN BY THESE PRESENTS: that we as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Surety, as Obligee, hereinafter called Owner, in the sum of Dollars ($ , for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: Mission Blvd. / Old Wire Rd. Intersection Water and Sewer Improvement Project NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00410 -Bid Bond 00410— 1 Project # 040642 5 DOCUMENT 00410 — BID BOND (continued) which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this By PRINCIPAL SURETY day of 20 By ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 (CORPORATE SEAL) (CORPORATE SEAL) 00410 -Bid Bond 00410-2 Project # 040642 DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: Mission Blvd. I Old Wire Rd. Intersection Water and Sewer Improvement Project Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Clearing/Demolition SWPPP/Erosion Control Water line Sewer line Other (designate) II £ Expected Percentage or Value Lf p NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bidder's Signature END OF DOCUMENT 00430 00430 -List of Subcontractors 00430— 1 Project #040642 4f3JqC- I N S U R A N C E More Than a Pwoj'se 5500 Euper Lane PO Box 3529 F₹. Smith, AR 72913 (479) 452-4000 www.bhca.com Bid Bond KNOW ALL., MEN BY THESE PR.FSFNTS, that we (Here insert full name and address or legal title of Contractor) Goodwin & Goodwin, Inc. 3503 Free Ferry Road Fort Smith, AR 72903 ae Principal, hereinafter called the Principal, and (Herein ert full name and address Or ie.gal title of.Suraty) Cincinnati Insurance Company P.O. Box 145496 Cincinnati, OH 45250-5496 a corporation duly organized under the laws of the State of Ohio as Surety, hcrcinaftor called the Surety, are hold and firmly bound unto !Here insert fall name and address or legal title of Owner) City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter called the Obligee. in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID Dollars ($ 5% ), for the paytnent of which earn well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs-, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Mission Blvd/Old Wire Road Intersection Water & Sewer Improvement (Here inserr full name, address and descr₹prion ofprojecr) Project NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in aernrdanre with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to pc form the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed a is 30th day of June 2015 Goodwin & Goodwin, Inc. (F 'ncipal, (Seal) (Winess) (Td) Groot nati Insurance Company J I 'i2t {,Sic ry (Wiruess) e) (Seal) zabeth A. Solomon ,Attorney -In -Fact AM Document A310- 1970. Copyright O1963 and 1970 by The American Institute of Arch tarts. THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor; Elizabeth A. Solomon; Sarah Day and,/or Brent Frueh of Fort Smith, Arkansas its true and lawful Attorney(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Million. and No/100 Dollars ($20,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 61 day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke'any such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." - This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7" day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary ot''Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 101 day of May, 2012. cct�nfy��'. THE CINCINNATI INSURANCE COMPANY d 00RPORATE 3 SEAL A 42H$o Vice President STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this 101 day of May, 2012, before me came the above -named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. \1 • MARK J. H LLER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO My commission -has no expiration date. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. this 30th day of June, 2015 �e�yu lssw��,i e u OOAPOR0.TE � SEAL .t 428$0 . BN-1005 (5/12) 1(:�,4 / Assistant Secretary GOODWIN & GOODWIN, INC. General, Plumbing & Utility Contractor 3503 Free Ferry Road Fort Smith, Ar 72903 Cell (479) 651-7321 Fax (479) 783-7555 C M dc.Cue/ b C�-�(�� C rtt� c�� �'iU 59 ` �� rr• t -gyp-[�- B ComCj2dV - Z - 1- Z�i� �+> 'e, c tk 014 Uviie t)' d3 -F3. LLI+P. S 5 W S M(A Ccyc; �? ( AIL- 95 Ie4 ?V C r C v- nx`t N3) aA'e Co-rt�z,r1� DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Mission Blvd. I 016 Wire Rd. Intersection Water and, Sewer Improvement Prof ect Al TD Job 040642 FA.P. STP-9142(32) H' y. 451014 Wire Rd. Signal & Inters. Impvts. (Fayetteville) (S) Washington County Contract No.: 15-39, Construction -- Mission & Old Wire Rd. Intersection Water & Sewer Iniproveznents THIS AQREEMENT is dated as of the UJday of lu they ax 2015 by and between'The City of Fayetteville, Arkansas and Goodwin & Cr vain c (hereinatler called Contractor). ' 4f • ARTICT.. ii. -. WORK 1.01 contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract inolvdes, but is not limited to: The construction of water and sewer main relocations for the intersection of Mission Blvd. and Old Wire Rd. including approximately 1200 feet of water main from f," to 8" in diameter, apptozdaanately -900 feet of 8" sewer main, fire hydrants, fittings, manholes and related facilities. Any use of a third party dumpster or roll of` container shall be procured from the City of Fayetteville Recycling and Trash Collection Divisions. Use of a Non -City dumpster or roll off container is not alio'Wed- Contractor is responsible for obtaining all applicable permits} however, fees for the City issued pits shall•be waived. The • Contr. aet includes work in A,1Tf3 Right-of-way, City of Fayetteville i isle of -way and in General-U'tility:.Easements, ........ . 00500 Agreement 00500-1 Project # 040642 i'. )O OO -. AGE (ern t ied) Refer to Section O0440O-Bid Form for quantities: Aux L• E 2 ENG1N 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering bivisiota. City of Fayetteville Engineering Division assumes all duties and tesponsibiliftes, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Pocuments in connection with completion of the work in accordance with the Contract Documents. ART CL . CONTRACT TLk1 3.01 TIEOFThEESSBNC& ti. . A. All time limits for milestones, if any, Substantial Completion; and =q . completion and readiness for final payment as stated in the Contract • Documents are of the essence of the Contract. y 2l .02 pAThS FOUANLcOMPLETJONAIM FL PA N � s . A. SCIEDUt€ 1t. The Work will be Substantially Completed witbin 2f calendar days after the date when to Contrt�4 Times commence to run as provided in the GENERAL CCNPmoNS, and completed and ready for dal payment in accordance with the GENES COMMONS within 12t) calendar days after the date when the Contract Times commence to tun. $. SCmDVLE 2. The Work will be Substantially Completed within 45 calendar days after the date when the Contract Times coz hence to run as provided in the GENERAL CONDITIONS. Schedule 2 of the project will be considered Substantially Complete when all of the bid items in the schedule have been installed and backfilled, 3.03 LT U D GES: O1AAer ............................ 0 Agreement and that The City of Fayetteville will suffer financial loss if the 00500 Agreement 00500 - Job # 04042 DOCUMENT 00500 — AGREEMENT (cauti*ued) Work is not completed within the hne specified above, plus any extensions thereof allowed in accordnce with the GENERAL CONDITIONS- The parties also t'ecognize 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 tirntb. 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) Contraotor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires afr the time speed above in Paragraph 3.02 for Substantial Completion until the Work is Substantlaily Complete. After Substantial >. •• Completion, if Contractor shall neglect, refuse, or fail to complete the h h remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proms extension thereof gated by The City of Fayetteville, CGnttaoter shall. pay The City of Fayetteville Seven. Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time speeifted for completion and readiness for final payment. Ag ICL 4- CONTRACT PRICE+ 4.01 The CITY OF FAXETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all Avork done under this agreement, the amount based on the prices bid in the Proposal (BIT) FORM) which. is hereto atclxed, for the actual amount accomplished under e&ch 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, 00500 Agreerltertt 44500 - 3 Job #040642 DOCUMENT 00500 -- AGREEMENT (continued) 4•,03. Changes, modifications, or amendments hi scope, price or fees to this contract shall not be allowed without a prior formal coulxact amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE S - FAYM1NT PROCEDURES 5.01 LUBMITTAL AND PROC SSING PAY: S: 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 CONDITTIONS_ 5.02 PROGRESS PAYMENTS. RZ GE: A. The City of Fayetteville shall make progress payments on account of the Contracti'rice on the basis of Contraoto?e Applications for Payment as recommended by Engineer, on or about the . 5th day of each month dtu'ing construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no •' . schedule of values, as provided in the General Requirements. • h • 7. Prior to Substantial Completion, progress payments will be made in p . 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 witlJtold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed ('with the balance being retainage), if Work has been 50% completed as detennined by Engineer, and if the character and progress ofthe Work have been satisfactory to The City of Fayetteville and Engineer, The City of µ' r Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to therm, there will be no additional xetvainage on account of Work subsequently completed, in which case the 00500 Agreem eat 00500-4 Job 4 040642 DOCUMENT 11 OD AGREEP#'IN (eo ttaueci) remaining progress payments prior to Substantial Completion will be an amount equal to 100°!0 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 liay ettevitle as provided in the GENERAL CONDITIONS. • . Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95°/0 of the Contract Price (with the balance being retaina e), less such amounts as Engineer shall determine, orT e City ofFayetttevllle may withhold, in accordance with the GENERAL CONDITIONS. ' 3 , 5.03 IFEAL RAYMENT; A. Upon final Coaapletion and acceptance of the Workin 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. A K ARTICLE 6- CONTH ACTOWS REPRESENT TIONS 6.01 In order to induce The City of Fayyetteville 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 B. Coi ttaotor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect oast, progress, performance, and furnishing of the Work. • 00500 Agreement 00500 - 5 Job # 040642 DOCUMENT 00500 — AGREEMENT (continued) 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 earefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions itt or relating to dsti g 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 itiformation and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous tot the Site. f3. Contractor has obtained and caxefthily 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 fifinishing 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. Coniractor does not consider that any additional examinations, ixivestiatons, explorations, tests, studies, or data are necessary for the performing and furbishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. A • 0Q hO Agreement 00500 -6 Yob # 040642 DOCC.ENT OQ5OO — AGREEMENT (continued) 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 Document€. H. Contractor has correlated the information known to Contraetor, 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. Z. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or dlscrepancies that Contractor has discovered to the Contract Documents and the written resolution thereof'by Engineer is acceptable to Contractor. J. The Contract DoeuineAts are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of • the Work. 1 M 'ARTICLE 7- CO4TRACT DQQCCUI NTS .7,41 CONTENTS: AThe Contract Documents Which comprise the eahe 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 (3ENBRAL CONDITIONS: 1. This ,Agreement. 2. Exhibits to this Agreement (enumerated as follows); 0Q500 Agreement L Notice to proceed. b. Contractor's Bid.. _. 00500-7 job A 040642 DOCUMENT 00500 AGREEMENT(continued) 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. • , Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general titan t Mission BlvdJOld Wire Rd. Intersection Wat and • 5 Sewer Irnp mve it Project 8; Addenda numbers one (l) to two( 2), inclusive. 9. The following which may be delivered or issued after the aaffective :•• pate of the Agreement and are not attached hereto: All Written Amendmee*s and other documents amending, modifying, or • supplementing the Contract Documents writ to the GENERAL CONDITIONS. ARTICLE 8 MICLLLANEOUS $.61 TERMS: A. Terms used in this Agreement which are defined in the OBNERAL • CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A —No-assignment.byaparty herettaof_any htsirndetor iaite sts is rhe__ Contract Documents will be binding on another party hereto without the 00500 Agreement 00300 - B Job t 040642 DOCUMENT 00500 -- AG1 EEMENT (continued) written consent of party sought to be bound; and specir ically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary hi any written c anent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.43SUCGESSORS MW A$N: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party horeto, its } e , partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents- SEtERAf3.ITY' •A. Any provision or part of the Contract Documents held. to be void or uanen orceable under any Law or Regulatio1 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 . _ rsformed 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 ]F1:EBDCIM OF INFARMA pl(? T ACT; A. City contracts and documents prepared white pexforr.ing 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 payettevilte, the contractor wit] do every'tbing 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 FOl A. may be assessed for this eomplianee, • h "'©0500 Agreement ©0500 -9 lob #040642 DOCUMENT 9050#1-- AGRTEME ,'' (continued) 8,06 A. No liens against this construction project are allowed. Arkansas law (A.C,,A. §§18-44-501 through 508) prohibits the tiling of any mechanics' of materialmon's liens in relation to this public cocsttuctlon project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a stm7i, equal to the amount of this contract. My subcon#raotor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises uo notify every subcontractor and materials supplier for this project of this paragraph and obtain their written aclw,owledgement of such notice prior to commencement of the work of the subcontract€rr or materials supplier. ICI WITNESS WHEREOF, The City of Eaye'ttevilto and Contractor have signed this Agreement * in quadruplicate. O to counterpart each has been delivered to Contractor and Engineer. Two counterparts each has beau 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 • identiisd by Engineer on their behalf. This Agreement will be effective on 9 \, 20which is the . E7 fective Date of the Agreement. Ct31+1`1` ACTUI ' 1 CITY FAME .E CF . 13y: Ersan C,00dwn By: J,jo 1S Y O '•`sG��i Title: President Title: Jia�r : FAYi=TT£VILLE •�" G• µ Attest 00500 Agreetxteat 00500 -10 Job #040642 Q CTJ E T ' 00500 - , GREE1V E.,; (continued) ,address for giving nolces Address forgiving notices 3503 Free Ferry Rd. _ 11-3 W .l atara#ain St.,, Smith AR 72,903 Pao gev L,& 72701 License No. i t., ..i (atta�h evidence of authority to '' ` . sign and resolution or other documents .Agentfor Service of process authorizing exeoiitwi ofAgr'eement) •''' E i r►tractor is a corporion, Approved As to Form: att of evidece of a hori r to s n) By •" Attorney For: 4E DI�T� ARAM END 00500 Agr�ernent 00500- Ii Job ₹! 040642 City of Fayetteville - Purchase Order Request (PO) eqursi on o.: a e: (Not a Pumhase order) - - ` 6130/2015 P,O Number. All PO Requests shall he scanned to the.Purchasin e-mail: Purchasin 4 gg�fayetteviEle-ar.gov. Purchase shall not be made until an actual PO has been issued. - Vendor 293 #: Vendor Goodwin & Goodwin MiI p Sn Dice Legfstar#: !Jame: 2015.0309 Address: 3503 Free Ferry Road FOB Point: Taxable ❑ ws ONO Expected Delivery Date: City' Fort Smith State: AR Zip Code: Ship to code: Quotes Attached 72903 Doss Den equester. Chris Brown Requester's Employee #: Extension; 2695 575-8207 Item Description Quantity tJnit of Issue Unit Cost Extended Cost Account Number Project $ub# Inventory # Fixed Asset # 1 Water & Sewer Improvements to Old Wire Rd. and Mission intersection 510,303.00 $510,303.00 5400.5600,5808.00 06035.2600 2 Conduits for Old Wire & Mission intersectlon/WJS Improvement Proj. 1 245,352.00 $245,352.00 4520.9555.5809.00 06035.2600 3 $0.00 4 $0.00 5 $0.00 6 $0.00 7 $0.00 8 $040 9 $0.00 10 $0.00 Shippinglliandling Lot $0.00 Special nstructions: Subtotal: $755,655.00 Tax: $0.00 Total: $755,655.00 Approvals: MayorDepartment Director: Purchasing Manager, Chief Financial Officer Budget Director: IT Director: Dispatch Manager. Utilities Manager; Other: Kevsea vzir2uia City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year I Division: Engineering 2015 I Dept.: Development Services I Requestor: Chris Brown BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Adjustment Number Approval of a contract in the amount of $755,654.50 with Goodwin & Goodwin, Inc. for the construction of the Mission & Old Wire Rd. intersection Water & Sewer Improvement project, with the share from W/S being $510,303.00 and the transportation bonds paying for the conduits ($245,352.00). The contingency of $113,000.00 will be split using the percent to total method of allocating W/S $76,275.00 (67.5%) and the transportation bonds being $36,725.00 (32.5%). COUNCIL DATE: LEGISTAR FILE ID#: 7/21/2015 2015-0309 B cu bcwa, Fe2l' 7/2/2015 10:51 AM Budget Director TYPE: DESCRIPTION: GLDATE: Date RESOLUTION/ORDINANCE I POSTED: I v.20150402 TOTAL - - increase /Decrease) Praiect.Sub# Account Number Expense Revenue Project Sub AT Account Name 5400.5600.5808.00 (586,578) - 11011 1 EX Water Line Improvements 5400.5600.5808.00 586,578 - 06035 2600 EX Water Line Improvements 4520.9555.5314.04 (508) - 06035 1720 EX Engineering Contra Servs 4520.9555.5809.00 (119,396) - 06035 2000 EX Street Improvements 4520.9555.5314.04 (40,000) - 06035 2500 EX Engineering Contra Servs 4520.9555.5314.04 (213) - 06035 3200 EX Engineering Contra Servs 4520.9555.5809.00 (17,658) - 06035 3200 EX Street Improvements 4520.9555.5809.00 (104,302) - 06035 2700 EX Street Improvements 4520.9555.5809.00 282,077 - 06035 2600 EX Street Improvements C:\Users\dmccoy\AppData\Roaming\L5\Temp\cfda5201-fc76-422d-8e45-1 d7dc37e0350 1 of 1 aLtt� Bond # B1222776 DOCUMENT 00610 — PERFORMANCE BOND: KNOW ALL MEN BY THESE PRESENTS: that Goodwin & Goodwin, Inc. 3503 Free Ferry Road Fort Smith, AR 72903 as Principal, hereinafter called Contractor, and Cincinnati Insurance Company P. O. Box 145496 Cincinnati, OH 45250-5496 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 I llllflllllfll 111 11111 full lllff Illll full X111 Illlllllll 1{III lull 11111111 1111 Doc ID: 016384330008 Type: LIE Kind: PERFORMANCE BOND Recorded: 08/10/2015 at 02:24:29 PM Fee Amt: $50.00 Page 1 of 8 Washington County, AR Kyle Sylvester Circuit Clerk FileBO33-00000373 1I 111111 I11L1 Ill lullll111111111I1I11111111I111111111111111111111111ILI1111 Doc ID: 016400160008 Type: LIE Kind: PERFORMANCE BOND Recorded: 08/20/2015 at 10:36:16 AM Fee Amt: $50.00 Page 1 of 8 Washington County, AR Kyle Sylvester Circuit Clerk FileBO33-00000407 as Obligee, hereinafter called Owner, in the amount of $755$755 654.50, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated I Z 20L, entered into a contract with Owner for Mission Blvd./Old Wire Rd. Intersection Water and Sewer Improvement Project which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions, or 00610 Performance Bond 00610— 1 Project #040642 DOCUMENT 00610 — PERFORMANCE BOND: (continued) SURETY Cincinnati Insurance Company By 1JAL d. Elizabeth A. Solomon, Attorney -in -Fact ATTORNEY -IN -FACT (Tbis Bond shall be accompanied with Attorney -in -Fact's authority from Surety) COUNTERSIGNED: Resident Agent State of Arkansas By Elizabeth A_ Solomon (CORPORATE SEAL) Approved as to Form: Attorney for END OF DOCUMENT 00610 00610 Performance Bond 00610-3 Project #040642 THE CINCINNATI INSURANCECOMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor; Elizabeth A. Solomon; Sarah Day and./or Brent Frueh of Fort Smith, Arkansas its true and lawful Attorney(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Million and No/100 Dollars ($20,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke'any such appointment or authority. Any such writings so executed by such Attorneys -iii -- Fact shall be• binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 71 day of December, 1973. _ "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney, granted, and the signature of the Secretary ox" Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 10'" day of May, 2012. THE CINCINNATI INSURANCECOMPANY is OURP0"Fe a •r SEAL Vice President STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this 10th day of May, 2012, before me came the above -named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seat affixed to the preceding instrument ii the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction -of said corporation. H LLER, Attorney at Law . �P� �� • NOTARY PUBLIC - STATE OF OHIO '.tq2> My eommtsslon has no expiration & of _ date. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. this day of yG�y I�ar.�4 3 C0�lOnr1TE • g SEAL OHIO' BN-1005 (5/12) Assistant Secretary Bond # 61222776 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that Goodwin & Goodwin, Inc. 3503 Free Ferry Road Fort Smith, AR 72903 as Principal, hereinafter called Contractor, and Cincinnati Insurance Company P. O. Box 145496 Cincinnati, OH 45250-5496 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 l 111[111 111141 l� lull [[1[11[l1i lull 1144411111 �11144II1114i1111111141111414111 Doc ID: 016384330008 Type: LIE Kind: PERFORMANCE BOND Recorded: 08/10/2015 at 02:24:29 PM Fee Amt: $50.00 Page i of 8 Washington County. AR Kyle Sylvester Circuit Clerk FileBO33-00000373 II111 111111 111 I111 11111 11111 I 1> I111L1 11111 11111 11111 11111 I l I l 11111111 Doc ID: 016400160008 Type: LIE Kind: PERFORMANCE BOND Recorded: 08/20/2015 at 10:36:16 AM Fee Amt: $50.00 Page 1 of 8 Washington County, AR Kyle Sylvester Circuit Clerk FileBO33-00000407 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of $ 755,654.50 , for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated J 20J, entered into a contract with Owner for Mission Blvd./Old Wire Rd. Intersection Water and Sewer Improvement Project which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 00611 -Labor & Matl Payment Bond 00611 —1 Project # 040642 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 00611 -Labor & Mat] Payment Bond 00611-2 Project # 040642 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this Z� day of 20 1 s. CONTRACTOR Goodwin & Goodwin, Inc. By: SURETY Cincinnati Insurance Company By4iJ /4t Elizabeth A. Solomon, Attorney -in -Fact (CORPORATE SEAL) COUNTERSIGNED: Resident Agent State of Arkansas By Elizabeth A. Solomon 00611 -Labor & Matt Payment Bond 00611 — 3 Project # 040642 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) (CORPORATE SEAL) Approved as to Form: Attorney for END OF DOCUMENT 00611 00611 -Labor & Mail Payment Bond 00611 — 4 Project # 040642 THE CINCINNATI INSURANCE'COlri.rt+i4Y Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marty C. Clark; Sam B. Hiller; Larry R. Clark; Scott R. Clark; Janice A. Butler; Scott Taylor; Elizabeth A. Solomon; Sarah Day and./or Brent Frueh of Fort Smith, Arkansas its true and lawful Attorneys) -in -Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Million, and No/100 Dollars ($20,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6w day of December, 1958, which resolution is still in effect: ' "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seat; and may with or without cause modify or revoke 'any such appointment or authority. Any such writings so executed by such Attorneys -in.; Fact shall be- binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7's day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary ot"Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attacheb;' continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 10a` day of May, 2012. �p lesyr�� THE CINCINNATI INSURANCE COMPANY 1 v C4RR%4SF y SEAL A Vice President - STATE OF OHIO ) as: COUNTY OF BUTLER ) On this 10" day of May, 2012, before me came the above -named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the.corporate seat of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrur ent by the authority and direction of said corporation. !'• p'3 NMARK J. H LLER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO - �++++�/% My commission has no expirallon E O���S► date. Section 147.03.O.R.C. I, the undersigned Secretary or Assistant Secretary of TIME CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said' Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. this day of �? CpRPpRArf e SEAL ox,o BN-1005 (5/12) Assistant Secretary GOOD&GO-02 LINDA ACORD" CERTIFICATE OF LIABILITY INSURANCE DAT2/912 DIYYYYI 219!2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the poiicy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER BHC Insurance 5500 Euper Lane P.O. Box 3529 Fort Smith, AR 72913-3529 CONTACT Linda E. Thomas NAME: PHONE F (Arc• Ne. : (479) 452-4000 we No): (479) 464-5185 E-MAIL ADDRESS' INSURER(S) AFFORDING COVERAGE NAIL # INSURER A:Cincinnati Insurance Company 10677 INSURED INSURERB:Cincinnati Indemnity Company 10677 INSURER C ; •• Goodwin & Goodwin, Inc. INSURER 0: 3503 Free Ferry Road Fort Smith, AR 72903 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE A O Wy POLICY NUMBER MM UCYDfYYYY MM/OCYOfYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ti!1 OCCUR CPP0874683 0810612014 0810612015 • EACH OCCURRENCE $ 1,000,00 PREM SES�a orOencs S 50,00 MED EXP (Any one person) S 5,00 PERSONAL & AOV INJURY $ . 1;000,000 GENL AGGREGATE OMIT APPLIES PER: POUCY lEGOT LOC OTHER: GENERAL AGGREGATE S . 2,000,000 PRODUCTS-COMP/OP AGO $ 2,000,00 S A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON•OWNEO HIRED AUTOS X AUTOS CPA0874683 08106/2014 0810612015 COMBINED SINGLE LIMIT Ea ac�denl S 1,000,000 BODILY INJURY (Per person) S X BODILY INJURY (Per amdent) 5 AM Peramdent • $ A X UMBRELLA LIAB EXCESS LUAS X OCCUR CLAIMS -MADE CPP0874683 0810612014 0810612015 EACH OCCURRENCE S 5,000,000 AGGREGATE s 5,000,000 DED I X RETENTIONS 0 $ L B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERJ©(ECUTIVE YIN OFFICER/MEMBER EXCLUDED? I (Mandatory In NH) It yes, desrxibe under DESCRIPTION OF OPERATIONS below N IA C1862223-00 0810612014 08106/2015 X SPER TATUTE ERH F.L. EACH ACCIDENT $ 100,000 E.L. DISEASE - EA EMPLOYE S •100,000 E.L DISEASE - POLICY LIMIT S 500,000 A Installation Floater CPP0874683 0810612014 08/06/2015 Limit 912,90 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, AddlUonal Remarks Schedule, may be attached it more space In required) Bid 16.15 CERTIFICATE HOLDER CANCELLATION City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN' ACCORDANCE WITH THE POLICY PROVISIONS. IL. AUTHORIZED REPRESENTATIVE CLL- © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD • eocco(:0(r; @ OCC IA I n fir: m( 101-1 + e d uDve")-Nd CD City of Fayetteville Staff Review Form ; I ,1 Li- 15 2016-0184 Legistar File ID N/A City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Engineering/ Matt Casey 4/7/2016 Development Services Department Submitted By Submitted Date Division/Department Action Recommendation: Approval of a reconciliation change order for the Mission &Old Wire Rd. Intersection Water and Sewer Improvement Project. Budget Impact: 5400.5600.5808.00 Water and Sewer Fund 4520.9555.5809.00 Sales Tax Construction Bond Fund Account Number Fund 06035.2600 Old Wire Road (Mission to 265) Project Number Project Title Budgeted Item? Yes Current Budget $ 1,135,454.00 Funds Obligated $ 506,353.10 Current Balance 629 100.90 Does item have a cost? Yes Item Cost $ (27,651.38) Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 656,752.28 V20140710 Previous Ordinance or Resolution# iay- 15 Original Contract Number: Approval Date: 4- 04H W Comments: • CITY OF are¶ ttev tile I ARKANSAS • MEMO Mayor's Approval Only To: Mayor Jordan Thru: Don Marr, Chief of Staff Jeremy Pate, Director of Development Services Chris Brown,City Engineer From: Matt Casey, Engineering Design Manager Date: April 7,2016 Subject: Mission & Old Wire Rd. Intersection- Approval of Change Order#1 PROPOSAL: The Mission&Old Wire Rd. Intersection project was awarded for construction to Goodwin &Goodwin. Inc. on July 21, 2015 and the Notice to Proceed was issued on September 21,2015. The construction of the improvements were completed as of February 2, 2016. Change Order No. 1 is a reconciliation change order. The reconciliation change order adjusts the contract quantities to match the actual quantities in the final payment application. RECOMMENDATION: Staff recommends approval of Change Order#1 which will decrease the contract amount by $27,651.38. BUDGET IMPACT: This project is funded by the Water and Sewer Fund and also the Transportation Bond Program. Attachments: Change Order No. I Change Order No. 1 Page I of 2 CONTRACT CHANGE ORDER City Contract M Schedule City Resolution IS Date City Project No.: BID 15-39 Project Name: Mission&Old Wire Rd.Intersection W/S Location: Fayetteville,Arkansas Owner. City of Fayetteville Contractor. Goodwin&Goodwin Inc. Address: 113 West Mountain Address: 3503 Free Ferry Rd. Fayetteville,AR 72701 Fort Smith,AR.72903 THE FOLLOWING CHANGES ARE HEREBY AMENDED INTO THE CONTRACT PLANS AND SPECIFICATIONS: ITEM H DESCRIPTION DECREASE INCREASE I Reconcile contract quantities. See attached breakdown. -$27,651.38 TOTAL DECREASE AMOUNT -$27,651.38 TOTAL INCREASE AMOUNT $0.00 NET CHANGE ORDER -$27,651.38 ENGINEERS FINAL CHANGE TO CONTRACT AMOUNT- TOTAL AMOUNT ELIGIBLE AMOUNT Original Contract Amount 5755.654.5Q $755,654.50 Total Previous Change Order(s) $110Q SIM Net Amount This Change Order -$27.65I.3h -$27.651.38 TOTAL CONTRACT AMOUNT TO DATE $728.003.12 $728.003.12 CHANGE TO CONTRACT COMPLETION DATE: Original Completion Date January 19,2016 Previous Adjusted Completion Date Increase This Change Order Calendar Days NEW CONTRACT COMPLETION DATE. RECOMMENDED: CITY OF FAYETTEVILLE �City�Engineer BY: '"1c046.. 3xstr.J MGR Yh//i. Sigg0Tre Title Date ACCEPTED: Goodwin&Goodwin,Inc. . Contractor /� BY: —.o 477. i i"n-w),eti 1/106/2.ols Signature Ti e Date APPROVED: CITY OF Pant EVILLE BY: �n ,/�9,�(/// Si•...:re Title ate . 4 I Cost Breakdown for Change Order P Contract Contract Contract Contract Item \ Description Unit Estimated Actual Adjust Adjusted • • - Unit Cost Quantity Quantity +1. Amount I I Trench and Excavatio Safety Systems LS $5,00 0.00 1.00 1.00 0.00 $ - 2 Traffic Control and Ma tenance IS $25/•00.00 1.00 1.00 0.00 $ • 3 Mobilization(Max 5%o otal Bid Schedule 1) LS $20.000.00 1.00 1.00 0.00 S - 4 Site Preparation LS $:0,000.00 1.00 1.00 0.00 S - 5 8-Inch PVC,C-900,Class 2 DR-14 Water Main IF $56.00 1193.00 1331.00 138.00 $ 7,728.00 6 6-Inch PVC,C-900,Class 200 0k14 Water Main LF $45.00 150.00 105.00 45.00 S (2.025.00) 7 1-Inch Polyethyene Class 200 Wa r Service Tubing Lr $9.00 662.00 390.00 -272.00 $ (2,448.00) 8 8-Inch Gate Valve w/Box :A $2,300.00 10.00 10.00 0.00 S - 9 6-Inch Gate Valve w/Box EA $1,800.00 2.00 1.00 -1.00 S (1,800.00) 10 Three Way Fire Hydrant Assembly wNa e EA $4,500.00 2.00 2.00 0.00 5 • 11 Remove Existing Fire Hydrant and Deliver o Owner EA $800.00 1.00 1.00 0.00 S - 12 6-Inch x 6-Inch Tapping Sleeve 8,Valve w/B. EA $4,500.00 4.00 4.00 0.00 $ - 13 Epoxy Coated Ductile Iron Fittings LB. $0.01 6000.00 1202.00_ -4798.00 S (47.98) 14 5/8"Single Meter Setting EA $900.00 10.00 12.00 2.00 $ 1,800.00 15 Remove Existing Meter Setting EA $150.00 10.00 10.00 0.00 $ • 16 8-Inch Saddle,1-Inch Corporation Stop and Tap EA $200.00 10.00 11.00 1.00 $ 200.00 17 12-Inch Direct Bury Steel Casing LF $125.00 40.00 16.00 -24.00 $ (3,000.00) 18 2-Inch Bored Casing LF $60.00 375.00 205.00 -170.00 5(10,200.00) 19 Cut and Cap Existing 6-Inch Water Main EA $1,700.00 5.00 5.00 0.00 S - 20 Adjust Existing Water Valve to Finished Grade EA $300.00 I.00 1.00 0.00 S - 21 Abandon Existing Water Valve EA $600.00 5.00 5.00 0.00 S - 22 Tree Protection Fencing LF $8.00 800.00 75.00 -725.00 $ (5,800.00) 23 8-Inch PVC Sewer Main,SDR-26 IF $80.00 891.00 868.00 -23.00 S (1,840.00) 24 4-Inch PVC Sewer Service,SCH 40 LF $25.00 325.00 88.00 -237.00 $ (5,925.00) 25 4-Foot Diameter Standard Manhole Up to 6 Feet 4eep EA $3,500.00 6.00 5.00 -1.00 $ (3,500.00) 26 Extra Manhole Depth,Over 6 Feet Deep VF $250.00 6.00 6.00 0.00 $ - 27 Remove Existing Manhole EA $800.00 3.00 3.00 0.00 S - 28 Sewer Service Connection on 8"PVC EA $425.00 8.00 9.00 1.00 $ 425.00 29 4-Inch Manhole Tap for Sewer Service EA S325.00 1.00 1.00 0.00 $ - 30 Plug Existing Sewer at Manahole Wall EA $1,000.00 4.00 4.00 0.00 S - 31 Connect 8-Inch Sewer to Existing Manhole,C.re Drill Manhole Wall $2,000.00 3.00 3.00 0.00 $ - 32 AHTD Pavement Repair,T-Patch $225.00 210.00 74.92 -135.08 $(30,393.00) 33 Asphalt Surface Repair(Driveways) S $85.00 40.00 91.32 51.32 $„4,362.20 34 Concrete Surface Repair SY $75.00 200.00 50737 307.77 V23,082.75' • 35 Gravel Driveway Repair SY $65.00 40.00 51.11 11.11 5' 722.15 36 Cold Mix Asphalt Temporary Pavemen -epair TON 150.00 50.00 34.90 -15.10 $1(2,265.00) 37 Rock Excavation Cr $0.01 50.00 0.00 -50.00 $ (0.50) 38 Erosion Control LS $17,000.00 - 1.00 1.00 0.00 $ - 39 Site Photos and AudioNideo Reco •ings LS $2,00000 1.00 1.00 0.00 $ - 40 Sewer Inspection by CCTV LF $6.00 891.00 868.00 -23.00 S (138.00) 41 Site Restoration LS $20,000.00 1.00 1.00 0.00 $ - Contract Totals(Schedule r :431,062.38 42 Mobilization for Conduit Insta -tion(Max 5%of Total Bid Schedule 2) LS $10,000.00 1.00 1.00 0.00 S • 43 2" SCH 40 PVC Electrical •nduit LF $18.00 06.00 684.00 -222.00 $ (3,996.00) 44 2"Galvanized Rigid Steel -nds EA $125.00 2.00 6.00 -6.00 S (750.00) 45 3"SCH 40 PVC Electrical onduit IF $20.00 81 .00 793.00 •17.00 S (340.00) 46 3"Galvanized Rigid Ste:- Bends EA $250.00 14. 0 13.00 -1.00 $ (250.00) 47 4"SCH 40 PVC Electri•<1 Conduit LF $24.00 3450.0 3136.00 -314.00 $ (7,536.00) 48 4"Non-Metallic Bend EA $150.00 42.00 40.00 -2.00 S (300.00) 49 6"SCH 40 PVC Else deal Conduit LF $26.00 2844.00 2770.00 -74.00 $ (1.924.00) 50 6"Galvanized Rigid teel Bends EA $675.00 20.00 12.00 -8.00 S (5,400.00) 51 AHTD Pavement R'pair,T-Patch SY $300.00 71.00 0.69 79.69 $ 23,907.00 Contract Totals Schedule I) _ $3,411.00 Contract Total (Schedule I &Schedule 2) -$27,651.38 Jr • • t6 -6 l v Cost Breakdown for Change Order C- Y f3 G.L Contract v Contract Contract Contract Item Description Unit Estimated Actual Adjust Adjusted Unit Cost Quantity Quantity +1- Amount I Trench and Excavation Safety Systems LS $5,000.00 1.00 1.00 0.00 $ - 2 Traffic Control and Maintenance LS $25,000.00 1.00 1.00 0.00 $ - 3 Mobilization(Max 5%of Total Bid Schedule I) LS $20,000.00 1.00 1.00 0.00 $ - 4 Site Preparation LS $30,000.00 1.00 1.00 0.00 S - 5 8-Inch PVC,C-900,Class 200 DR-14 Water Main LF $56.00 1193.00 1331.00 138.00 S 7,728.00 6 6-Inch PVC,C-900,Class 200 DR-14 Water Main LF $45.00 150.00 105.00 45.00 S (2,025.00) 7 1-Inch Polyethyene Class 200 Water Service Tubing LF $9.00 662.00 390.00 -272.00 S (2,448.00) 8 8-Inch Gate Valve wBox EA $2,300.00 10.00 10.00 0.00 $ - 9 6-Inch Gate Valve wBox EA $1,800.00 2.00 1.00 -1.00 S (1,800.00) 10 Three Way Fire Hydrant Assembly wNalve EA $4,500.00 2.00 2.00 0.00 S - 11 Remove Existing Fire Hydrant and Deliver to Owner EA $800.00 1.00 1.00 0.00 S - 12 6-Inch x 6-Inch Tapping Sleeve&Valve w/Box EA $4,500.00 4.00 4.00 0.00 S - 13 Epoxy Coated Ductile Iron Fittings LB. $0.01 6000.00 1202.00 -4798.00 S (47.98) 14 5/8"Single Meter Setting EA $900.00 10.00 12.00 2.00 S 1,800.00 15 Remove Existing Meter Setting EA $150.00 10.00 10.00 0.00 S - 16 6-Inch Saddle, 1-Inch Corporation Stop and Tap EA $200.00 10.00 11.00 1.00 $ 200.00 17 12-Inch Direct Bury Steel Casing LF $125.00 40.00 16.00 -24.00 $ (3,000.00) 18 2-Inch Bored Casing LF $60.00 375.00 205.00 -170.00 $00,200.00) 19 Cut and Cap Existing 6-Inch Water Main EA $1,700.00 5.00 5.00 0.00 S - 20 Adjust Existing Water Valve to Finished Grade EA $300.00 1.00 1.00 0.00 S - 21 Abandon Existing Water Valve LA $600.00 5.00 5.00 0.00 S - 22 Tree Protection Fencing LF $8.00 800.00 75.00 -725.00 S (5,800.00) 23 8-Inch PVC Sewer Main,SDR-26 LF $80.00 891.00 868.00 -23.00 $ (1,840.00) 24 4-Inch PVC Sewer Service,SCH 40 LF $25.00 325.00 88.00 -237.00 S (5,925.00) 25 4-Foot Diameter Standard Manhole Up to 6 Feet Deep EA $3,500.00 6.00 5.00 -1.00 S (3,500.00) 26 Extra Manhole Depth.Over 6 Feet Deep VF $250.00 6.00 6.00 0.00 S - 27 Remove Existing Manhole EA $800.00 3.00 3.00 0.00 $ - 28 Sewer Service Connection on 8"PVC EA $425.00 8.00 9.00 1.00 $ 425.00 29 4-Inch Manhole Tap for Sewer Service EA $325.00 1.00 1.00 0.00 $ - 30 Plug Existing Sewer at Manahole Wall EA 51,000.00 4.00 4.00 0.00 S - 31 Connect 8-Inch Sewer to Existing Manhole,Core Drill Manhole Wall EA 52,000.00 3.00 3.00 0.00 S - 32 AHTD Pavement Repair,T-Patch SV $225.00 210.00 74.92 -135.08 5(30,393.00) 33 Asphalt Surface Repair(Driveways) SY $85.00 40.00 91.32 51.32 S 4362.20 34 Concrete Surface Repair SY $75.00 200.00 118.80 -81.20 S?(6,090.00) 35 Gravel Driveway Repair SY $65.00 40.00 39.11 -0.89 $ $ (57.85) 36 Cold Mix Asphalt Temporary Pavement Repair TON $150.00 50.00 9.38 40.62 $ (6,093.005 37 Rock Excavation CV $0.01 50.00 0.00 -50.00 S (0.50) 38 Erosion Control LS $17,000.00 1.00 1.00 0.00 S - 39 Site Photos and AudioNideo Recordings LS $2,000.00 1.00 1.00 0.00 S - 40 Sewer Inspection by CCTV LF $6.00 891.00 868.00 -23.00 S (138.00) 41 Site Restoration LS $20,000.00 1.00 1.00 0.00 S - Contract Totals(Schedule I) SS64 843.13 42 Mobilization for Conduit Installation(Max 5%of Total Bid Schedule 2) LS $10,000.00 1.00 1.00 0.00 S - 43 2' SCH 40 PVC Electrical Conduit LF $18.00 906.00 684.00 -222.00 S (3,996.00) 44 2"Galvanized Rigid Steel Bends EA $125.00 12.00 6.00 -6.00 S (750.00) _ 45 3"SCH 40 PVC Electrical Conduit LF $20.00 810.00 793.00 -17.00 S (340.00) 46 3"Galvanized Rigid Steel Bends EA $250.00 14.00 13.00 -1.00 S (250.00) 47 4"SCH 40 PVC Electrical Conduit LF $24.00 3450.00 3136.00 -314.00 S (7,536.00) 48 4"Non-Metallic Bends EA $150.00 42.00 40.00 -2.00 S (300.00) 49 6"SCH 40 PVC Electrical Conduit LF $26.00 2844.00 2770.00 -74.00 $ (1,924.00) 50 6"Galvanized Rigid Steel Bends EA $675.00 20.00 12.00 -8.00 $ (5,400.00) 51 AHTD Pavement Repair,T-Patch SY $300.00 71.00 150.69 79.69 $ 23,907.00 34B RCCO Concrete Surface Repair SY $75.00 0.00 388.97 388.97 $ 29,172.75 / 35B RCCO Gravel Driveway Repair SY $65.00 0.00 12.00 12.00 Sir '780.00 36B RCCO Cold Mix Asphalt Temporary Pavement Repair TON $150.00 0.00 25.52 25.52 Sir 3,828.09 Contract Totals(Schedule 2) $37,191.75 Contract Totals(Schedule I &Schedule 2) -$27,651.38 l-IESE. ITEMS WERE MOVE-) MGM 5Q-I T"O SCM.f. I