Loading...
HomeMy WebLinkAbout2006-02-16 - Agendas - Final Tayve evi I ARKANSAS WATEMEWER COMMITTEE AGENDA Update Date of February 16, 2006 COMMITTEE: Chairman Kyle Cook; Alderman: Lioneld Jordan, Bobby-Ferrell, Robert Reynolds COPY TO: Mayor Dan Coody, Sondra Smith, Gary Dumas, Steve Davis, Susan Thomas, Tim Conklin, Jeremy Pate, Ron Petrie, Shannon Jones, Tom Hubbard FROM: David Jurgens, Water and Wastewater Director This is an update to the Fayetteville Water and Sewer Committee. It c ins items requiring approval for submission to the March 7 City Council meeting and other in mational updates. I. WSIP Update. a. West Side Wastewater Treatment Plant. Construction is underway. b. Subproject WL-5, Force Mains from Hamestring Lift Station to West Side WWTP. Construction is underway. c. Subproject WL-1 and 3, Gravity Lines from Old Wire Road to Gregg Avenue, and from Porter Road to Hamestring Lift Station, combined as one contract. The bid, bid tab, contract documents, and Engineer's letter of recommendation are attached. The job includes construction of approximately 30,831' of mostly 21-36" gravity sewer main, 116 new manholes, remove and/or abandon 114 manholes, install 2,015' of 36-48" bore and jack, and related work, along Hamestring Creek and Mud Creek. We received four bids on January 24: Oscar Renda $ 7,014,948.00 (low bid) Kraus Const 9,737,357.00 S. J. Lewis 8,169,975.82 Perma Corporation 15,349,406.60 Engineer's Estimate $ 8,765,122.00 Staff requests this item be forwarded to the full City Council for approval. d. Subproject WL-4, Gravity Lines and Force Main from Gregg Avenue Lift Station to Hamestring Lift Station. The bid, bid tab, contract documents, and Engineer's letter of recommendation are attached. The contract includes construction of approximately 24,751' of 8- 48" gravity sewer main (mostly 48"), 3,876' of 30" force main, 74 new 6' and 4' diameter manholes, 2,188 of 48 - 72" encasement, and related work along Clabber Creek. We opened January 31 : Oscar Renda $ 10,441,319.20 (low bid) S. J. Lewis 10,492,508.82 Kraus Const 11 ,870,598.00 Garney Companies 12,148,192.50 John Plott Company 14,870,598.00 Engineer's Estimate $ 13,503,435.00 Staff requests this item be forwarded to the full City Council for approval. e. Project Staffing. Blank contracts, as developed by staff and Cross Gunter, are attached. Jobs are advertised. Staff requests this item be forwarded to the full City Council for approval to add the new positions and approval of the contracts as to form. W-S committee Update 16 Feb 06.doc 2. Sanitary Sewer Rehabilitation Project Update. a. Basin,1-5, 18 8: 19 Sewer Rehabilitation Construction. We opened bids January 19: T-G Excavating $ 2,223,022.00 (low bid) Heller Company 3,674,173.00 Kraus Const 4,450,786.00 Engineer's Estimate 2,987,030.00 The bid, bid tab, contract documents, and Engineer's letter of recommendation are attached. T-G has completed a number of sewer rehabilitation projects for us in recent years, including our manhole rehabilitation in Farmington. Staff requests this item be forwarded to the full City Council for approval. 3. 24 Inch Water Line Replacement. Design for the water line sections on Custer and Morningside/Lewis Lane are complete. Six hundred feet north of the planned end of this replacement project, a section of the 24" water line has to be lowered in order to install the 42" gravity sewer line that is part of the WSIP. Staff recommends extending the replacement to include this line lowering as part of the 24" water line project. The cost of the additional pipe distance would be split between the WSIP and 24" water line projects. Benefits are: (1 ) the 24" main will only be shut down for one project rather than for two; (2) the net cost will be reduced if all 24" diameter water work is performed under one contract; (3) more pipe will be replaced in an area where we have experienced numerous corrosion leaks; and (4) the repaired section will have better structural integrity for having been completed in one project. There was no contingency approved with the Engineering contract for designing the 24" line replacement, so adding this portion to the scope of work requires City Council approval. The cost of this Engineering amendment to complete this design work is $11 ,000. The change order is attached. Staff requests this item be forwarded to the full City Council for approval. 4. Scheduling the Next Water/Sewer Committee Meeting. The next W/S Committee meeting is scheduled for Tuesday, February 28, 2006 at 6:30 in room'326. Attachments: WL-1 and 3. - bid - contract documents - Engineer's letter of recommendation WL-4. - bid - contract documents - Engineer's letter of recommendation Project Staffing. memorandum - Project Manager contract with job description - Project Inspector contract with job description - Secretary contract with job description Sewer Rehabilitation. - bid contract documents - Engineer's letter of recommendation 24 Inch Water Line Replacement. - Memorandum - Contract Amendment i W-S committee Update 16 Feb 06.doc City Council Meeting of March 7, 2006 CITY COUNCIL AGENDA MEMO To: Fayetteville City Council Thru: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director Date: February 16, 2006 Subject: Approval of a construction contract with Oscar Renda Contracting, as approved by the Sewer Committee, in the amount of$7,014,948.00, for construction of the gravity sewer lines from Old Wire Road to Gregg and Porter Road to the Hamestring Lift Station, WL-1 and 3, and approve a 4% contingency of$280,000.00. Funds are available in Fiscal Year 2006 WSIP budget. RECOMMENDATION Fayetteville Sewer Committee and City Administration recommend approval of a construction contract with Oscar Renda Contracting., in the amount of$7,014,948.00, for construction of the gravity sewer lines from Old Wire Road to Gregg and Porter Road to the Hamestring Lift Station, WL-1 and 3, and approve a 4% contingency of$280,000.00. BACKGROUND The City received four bids for this project, as follows: Oscar Renda $ 7,014,948.00 (low bid) Kraus Const 9,7375357.00 S. J. Lewis 8,1692975.82 Perma Corporation 1553497406.60 Engineer's Estimate $ 81765,122.00 The project entails installing construction of approximately 30,831 ' of mostly 21-36" gravity sewer main, 116 new manholes, remove and/or abandon 114 manholes, install 2,015' of 36-48" bore and jack, and related work, along Hamestring Creek and Mud Creek, from the existing Old Wire Road Lift Station to the Gregg Avenue Lift Station, and from the existing Porter Road Lift Station to the new Hamestring Lift Station . DISCUSSION The bid has been reviewed by RJN Group, the Engineer; their letter recommending award is attached. The Arkansas Natural Resources Commission will complete their review prior to contract award. Oscar Renda is out of Arlington Texas. AIthough they have not performed any work in this area, their references are excellent and we seldom have local projects large enough to attract them. BUDGET IMPACT Funds are available in Fiscal Year 2006 budget. This contract will be funded by sales tax bond proceeds or by a sales tax based Revolving Loan Fund loan. WL-1 and3 Oscar CCMemoFeb06.doc _ _ ___ _ _ i j �� i i I i i i i i E . a , r in e-rQuip www.rjn.com OW JL FxceUenco through Ownership February 9, 2006 Mr. Dave Jurgen, P.E. City of Fayetteville Director Water and Wastewater 113 West Mountain Street Fayetteville, AR 72701 Subject: - Bid 06-05 Fayetteville WL-1/WL-3 Old Wire to Gregg Interceptor and Porter to Hamestring Interceptor RJN#18187500 Dear Mr. Jurgen: RJN has reviewed and processed the Contractor Bids for the above referenced project. All bids are correct as submitted by each contractor. Oscar Renda Contracting, Inc. is certified to be the low bidder with a total bid amount of seven million fourteen thousand nine hundred forty-eight and no cents ($7,014,948.00). RJN has checked references supplied by Oscar Renda Contracting, Inc. All references checked have stated that Oscar Renda's work has been excellent and completed on time. Oscar Renda Contracting, Inc. has completed projects of similar in nature, with many projects having a total cost of over $4 Million, and has completed two projects within the past three years that each exceed $21 Million. RJN recommends that the contract for Bid 06-05 in the amount of$ 7,014,948.00 be awarded to the low bidder, Oscar Renda Contracting,, Inc.. Attached are the documents submitted by Oscar Renda. Contracting, Inc. that demonstrate a good faith effort in utilizing MBE/WBE firms.' Should you have any further questions, please call me at (972) 437-4300. RJN Group, Inc. Thomas A. Harris, P.E. Senior Project Manager xc: file Meadow26 East • - 72701 l (O W -11M Cn A W N > O W m J W (n A W N > O 0 W V m O1 A W N -+ 0 O DO W V Mo AW W N > O O N n mNWM ..a OWcOWO > m O W V M W> Nw _> 0W N V WW A m J N N > N•W.` AN MOmANmowm mM O AO+A W7 W Fi N O N ;D V o (n O co m (n m O r- 0 m mrmfn m r r r r r r r r O r r r r r m r r r r r r r r r T �fin7 a N < -n >- w < D D mD DD (n -n in m -n -i 'n 'T7 { TmT -n -nm m m '1lT T mm -n -n > > mD D Ti (n 11 1 ca .ZI .Y7 .17 .x M0x -1 -1 -1 (n m0 > x -190 wAA W A ;� -1 -1 -I -1 -1 N Oo C2 ANN W W C) 0 C) C) 00 C) 0cn ..a m m m m m d O m m Ds 0 O' m �p O W N OD O) OD O N N (V (D (D A O N OD _ .A -1 O m 0 0 0 0 0 0 0 0 QO N O o o 0 F O O > > > 3 (n (n W w (nx r r m (n (n (n (n (n (n (n (n » » » » w » y m 3 3 3 > > 2 m m > > > > > w < < < < p A m' O Zi m m a p n m (o m m m m 'm f m m m m m m m m c c 2 2 c c c 2 m $ mmmm3 (7mm ,- � A» 0mo0o- mmmmm2MTMmmaammmmmmmmmP� 2 � � 2000 D, .n RD d N n) o o m (n m m o �i x x x x p m 0 0 > ;u c o m m x ° m 3 m m MM m < (, ° ° O - A A A m W W J O n'i din as m3 � mm x_. = x > > o ❑ ° - m 606ii v vv v T 1 :9 vv W W W o o O N mm m m .Z1 :O M m n C d O 2. ° » ° no) 0 ui m d < < < < < m = _ _ _ _ - (n o m m m _» m m m > > > > m D) D, w w (n »'. �'. �'. »'. °=. m m m m m m m m m m p p p p p p p ° � p1 o � � � zr m' 33333 0oo � o ° mn � oo > > � > > mddmmdm �cn - �' m d m o m 3 a (n c n a n n n n a a o m �. m 09 Z m �O y m ° m m m m m m m m m m m 0 3 0 m O 0 o m m m (VD d m =O r D > > v > > > > > ° _o m m m m m m m mom m m m m m m 3 r CD o ODD v, f c m so c m Qwaoalao a a a a n m CO Co ED co CD U) m m v v v v v v v v a s ? a a a p D m O s ? m m (D m m mmm m n m m m m m m m m o o o 0 o m m m W coO O O n O O m C 3 annnnnnam m m m _m m m m {'! 0 0 �c �c x >r x o' > m m m mCD n m m 'm m CD =, = =R =, =' 3 m m m m m m m m m' m =- M D a - m N 0). 00 O W N O ^ m m m m C 7 W a a a C C m p pCD V O _a A0 W m m m O O O O O M (D CD N O •n n > x x x (o CD (o m g g m M g G) D -o H t» b3 w 9 &D69 60 IF) <0 <0 EA fA(A fA d3 69 fA EA EA fA EA EA lfl fA di EA d9 EA lfl 6i 69 fA (H (H 6fl 69 EA fA fA EA EA FA (fl (y 69 EA 69 H m x m Z mcZi m W V > m V > W Ol W 6n N A (n W > W O W V W W (� -+ Cn W A W A to A co N V m M (o (D V V7 OMA V M O V7 O M W W W W (O O m (.A > M O t0 A A O 1J 4 W O (T O O O -• O O CD W O <d Ol 01 -�O O OD OD W J A V > W .P 01 t0 .P O A W I (T W -A 6 O A M M W O J O W O N O N O O O O O m 0 0 0 0 0 0 0 O O W A (n 0 O W " 0 " W M W W 0 0 0 0 A 0 0 M O O O O O O O O O M O O O O O O O W O O O o 0 0 0 0 0 0 W A 0 0 W A m O W m O 0 A 0 0 0 0 0 0 0 W 0 m EA fA iA EA to fA fA fA 1A fA fA f9 fA fA EA EA EA EA EA EA &)fA (A EA&) 6 69 fA fA 69 di fA fn 19 1A 10 H) &i fA fA fA EA Hi Hi to 1W fA fA (A y O. o N •D --4 CU O W O > ( N W O O A m V N > to > >_ > > N > Cn W > W (T O dp m 0 > A N N p m 0 0 0 0 0 0 0 0 O V O O A N A O A W N > O m V V m m 0 N A (O O O O O V O O O n �v m w m O f A O( 0 0 0 6n O J 0 0 0 0 0 0 0 > O O O O W 0 0 0 0 0 0 0 0 p O Gn O O O O O O O O O O O O O O C n O O on 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a 0 O 00000000000000000 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o X r m O "n m EA (fl V) fN(fl fo di EH w 16 9 ,69 EA 1 i EA to(A 69 EA ND(A V ( EA EA EA fA EA fA Hi fA <» fA (fl fA EA Hi ffl (fl b9 69 1A b9 f9 (N Hi f9 (A f9 fA G tJ N N j O RI > N d X m (C00OA1 QWW0) A0WaO0) VWoIOoV OAoOOoIW(Jn -0o+ O0oO0oM0oA0o0o -0o� MwOo �OoOOo .AOoP (VcDnONoAOooNoWo �oAo0o (n >ov( oNo �oAo0000 (0D >0 �0O0AoWoNooMcnOo DO Om > W O mW ) A A O J 70 -W -M OO W > ON -1COOOmA JNWOAOWNOOOO (OOO > O Oa D r 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 'O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .mss w 0 m I o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 to 'W fo 1s EA fA f 11A w lw fA 69 1s EA fA fA Hi Vi 69 En{» fn EA 69 EA fA iA 69 i9 'w &3 69 69 EA 69 fn (A Y) (A fA EA bi EA EA EA fH &) fA EA m Q $ N (n .> M j V m OMD ^ m (n r m O _ O J W J N W M > > > > > (J N O W N W O Q pp W m C C M V " M OI ' O N 0 0 0 0 000 O W m V m W W O A > -• N -� N N A A m O N 0 0 0 0 0 O p_ a Vj O M (n (T O Op 000 0 0 0 0 0 0 0 0611 V1 VI W O OOOO OO O N W MOO N W O (O W OO O OOO O N O ° .V. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 » -1rn 0 X 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 > -• > o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 . J X y Z Fn�fA to fA av EA (nE» f» tn to vD to to to t» tn to vD t»vDtn vi to tn<nt» t» vi to to ts( fn rn rn F»rn bn vD to to rn to fA fA fA fA VD 1 Op � � +n > _ > W W A > N N � A (o W > W d NO W "' C O T A A A W N > W N A W A m CO W N W m V m O O W m W W W W MM O O ,••' N AOJ W lO W OM W > N W OO� fn� n7A 01A N A > CnJ (n V W JN W OA mA m W W D (0611 W V (DONO > Cn -+ 000MOCnO 0 (n > 0) N co Cn > W WWA (o O �I > .t, MQ) O O J M O O O O O N O O O O O O O W O O to O O m 0 m V A 0 A (o (0 W W A W 0 W W 0 W. O O O O O A O 0 d D 0 0 0 0 M 0 0 0 0 0 W M Cn W O W A Cn O W m N O m A 0 0 0 0 0 0 0 W O O O O O O O O O O O O O O O O C - 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o M O A A 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 1_ 6- 2 rnr» <» fn <» tnF» fnE»r» e1>t»svvDrnvD<» tn<» E» tnF» F» viF» F» virnr» F» F» vi (nra (nrnrnrnvevDVDen (nF» v( F» F» F» vD myO a -a ;K W Z )G n a O C C. 1 OW Cl) N W O1 V N N " v J = 9 O n m 0) I V O O O J W W N N - [n > O W O O A A O O O cn N T O o m m J J m W N A V O A O O N O O O ov 000000S+D0000Oooi+ 000000 (nAm 000000 W CO') cnm0000000 > 0 JJ DJS 9 y O O O O O O O O O O G O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o 0 0 O 0 m W '� O ^ O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W V N o p j F» tn vi 6s be to v. tnt» t» t»tn (nt» tb c60 to 6S vD to rn rn rn to EA EA[A WD t» t» ei rn E» vir» rn (n ei to t» t» fn to rn t» tn rn t» (n � � w n M '� O W - A N O A N M W W M > � O N (n f N N N (D Cl) (O O W O V7 W -� j N D r W W A W Omm00 V W ONOmm V AM W (0N W A W (0 W > W W _ V W O N N m m N (n Ot (O N > 0 N JGn A J W n OMJ W W W A00 W ONA (TN mW W NONCOIn CDW v W WOD CD (0N O -• O O W m 0m0 3 O N W O O O W O J O 0 0 0 0 0 0 O O W W W W N A (O J O W O M W W W A W V O W O O N O O A O O N O O O Cn O O O O O O O O O O O O O O N O 0 0 0 0 0 (n O O O A W O O O O O O W W O O A O O O O O O O W O C O O O O O O O O O C O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 » 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 0 0 0 0 0 0 0 0 0 0 0 00 _ di fA fA fA fA EA fA df Vi fA Hi fA EA (A EA EA fH EA b9 to fA EA &) (N (!i EA (fl (N EA EA fA EA fA (N fA EA EA fA EA EA fA fA fA 4A EA H) d (N i» }Dmf 0 " (D J C C M W N C �c m (7 N wCn O W W -N CA O O O O -� IJ V O > N > (n -+ > 0 0) CD N V O Q K) W ° N W W Gn W O m O W O O .P 0 0 0 0 O (n (n O N M J N W Co W (n O M N N W (n O6n1 W W O W O m O O A 0 0 O ° W (0 O1 Ut O O O W O W O O O O O O O N O O O O U• O M V V W W O O A J O O .A N W W m 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QD O O O O O O O 00 O W O O O O O O O O O O O O O O O O O O O W O M W (n m m 0000000000000000000000 0 Vi fA 69 EA VD di f» fA 4A ffl to di to EA IA IA.69 EA iA to Vi fA fA !A fA fH EA fA Vi fA EA fA Hi EA EA fA(A fA EA fA E9 69 E9 fA fA fA EN fA fA O W CO N O oCL -' A W -+ _ OD O (J A A W Cn + N -� O N W W > (J N W W N O W -� Ula (n w w W O W w W m W > (o (° o c > � W J W V W N w MW W A W N W W V W O W (OA N A (n W (nA OfOA W W W AN M o W Mmm V NOA (n ONJ > NM D AO A 0 0 0 J C, t, WOO W O O A A. co OO 0(T mOm()1 " -W+ MN M0O M OA0 > A ADDOJ O AOD OSN A JM O _ N0OOmOWp0O () OG00000NO000J -N CO N � 0NORAJ00W000 Gm0D0B 0000000000 $ 00000000000000000000000000000000000000 4 W_ w -4TIicV1 WKi � 0 3 a O W ° m EL m C p N L ED O O S r d 3 En i � V �mt �mn C N NlrDcnn -n co -WCDD 3 0 <C w m r S CI) � � -4mWWvx pe c m m m p O m O m CD 21 �o a n 0 . w ao o m n 0 m ° m m 3 � 0 m no. o 0 0 0 o 2 ^ 50 " O 3 m o o p 3 ^• j x m d cc GG n i 7 7 N N m m \ LIM 0m m O w D 69 t» vi W 69 69 69 En rn v. 69 w m m Z •m Z CD m m A m m m v m.rmZi Z 0 pV� p� (.A1 W OO 00 K) O A - ON m - C O W N OOS W SNr" O 0 O N O O m fA FA 69 69 69 69 t9 fA 69 Ty Q 0 N 0 9 D -� pA p O pO pO W X ° W O A = S O O O S O ~ 0 x 1 O m O O O O A O o O m m o �• 000000000 inn m m 000000000 AA x m nOm SD W CO N m 19 69 69 69 6 V 9 , W 1W v, i i'v N W 3 Z -1 D C M mN p d V W C A A O m O (A 0 0 0 a m r O m pop0Srn0m00p o � D W 000WON5D00 G 3 Q < CO C O G O O G O O .moi ` r O 000000000 r p m fn (n to EA t» (n 69 t9 t» DnD O m W W T` o 0 ocn 0Wr 3 COw m c c aZ MOM $ b o o co 0o m 02P*(Dmn'— +�y P . 000o� . 00 o ? mow ,N.� D •Z o0o00S00a 00 0gSScc ' AVgVAni = o tvnt� VJ0 >m S�Iamy .I oo .wm � W ° (0)) CD 0, W 0 oa N 0040000 ooo00b OOOOO00owl 00 rI ` 3 _ to to 69 to 69 to w 69 to -n -n -o ;KZ c " yoCD CL m b a -� p pvf ° prnOW O O W v ff X 0000 0o Dm cw tQ mopc oS 'poiCrA - oOD CO G. f9 to FA N 69 N 69696% J O m 3 w I� to O m V W C m t v r uioCA) pmow �orn a n (WD 0 0 0 v 0 N O S 0 O V O O O O 31 O O W O O G $ $ 0 00 0 6A fA t9 W t9 d! 69 sA 69 o C _ c G a m +o Ni w � mrn SSpo SA S ° o wv s ° O 00 -+ 0 A 00 S �, NmN 000000000 ca Wmm W m p O 69 f9 69 W 69 69 W W t9 O V V1 N N W W N N - m -+ OO opN WpoW [D W (pnN a OOO c0 ON 8O S L -n D - 70 ;u o D ` G O CD W V O Ut A W N N m, ,Al O r:. 3 < •m:: m ':� Q Q . m n cn0 N NC'�90 CA (D O cin a 'Ot G 3:lD to O (n O. (O CD W. (D O = (a O 3 O O' O CD CL CD O m to Oy 3X o a3 ; r F 4;M r m. O m r O D N m NCD sr>` C V 3 x M Q (D a ur :D: A O OCD m m m o' tp O CD mCD m m (D n - < o J ' m — D r (D rn rn rs rs rn r» rn rA rig rn �. C O O O O O O O O O Co ACD - O O O O O O O O O O t0. ' Q m O O O O O O Co O O O CO O ,�y,. N O m O sn e: N 2) OT o C7 c7 (D ' v O '. o L✓, mm < =3 ` f' D N CD es' ' co O _ 0 o ""EA) co o. Zea 3 �rt. > s cn CDD t o � h 0 > vyxi •nes, p 'U -1 —t cn v < —1 C S o X c : ,,. .,:. N m (D m. (D CD cr m � I N ((D C -- c p m Nl Q 7 W O O D m c o o m o Z o Z I o X X vi r» 4 o -4 < m x W m 0 0 0 m M o mm O N O N A A O N O 00 co O O N < CDQ m CD X N Q Z O O ; Xk fll m a V O W DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: - Project Name: Fayetteville Wastewater System Improvement Project Contract Name: Old Wire Road to Gregg Avenue Interceptor and Porter Road to Hamestring Lift Station Interceptor Contract No.: WL-I / WL-3 RLF Project.No.: CS-050803-03 Date: 121 /O G SUBMITTED TO: The City of Fayetteville,Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMTITED BY: Company 5sr-4ct RyinnR CDYtTRam,r1 Fh. Name FYtstvott Address rJ X22 6F nSor% l�r� Principal Officeesti+►sKe Corporation artnership, individual,joint venture, other Arkansas State General Contractor's License Number EXPERIENCE STATEMENT 1. Qualification of Bidders a. It is the intention of the City of Fayetteville to award a Contract only to a Bidder who furnishes satisfactory evidence that he has the requisite experience and ability and that he has sufficient capital, facilities, and plant to enable him to prosecute the work successfully and promptly, and to complete the work within the time specified in the Contract Documents. 00140-WLI&3 Bidder Qualifrcations.doc 00140 - 1 } DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) date.) This sheet shall be inserted directly after this page or otherwise securely fastened to the back of this page. 4. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) SEE AVACRED 5. Has Bidder ever failed to complete any project? If so, state when, where, and why. IQ 6. Bidder normally performs the following work with his own forces: WATGQ �rnF �ItSTAJ1AT1M1 lyER �/ht IhSTgJJATIenT. ( o�1CRE7E PAvinf.l STRuir uRA ! C-M CETF C QoSian l OnTIed 5r-&&O4 Wye lnci AIIAT1on 7. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): SSE A7fA1NFb !C S iM E-S 00140-WLI&3 Bidder Qualifications.doc 00140- 3 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (COhITINUED) 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. $ Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: , 20 (OFFICIAL SEAL) Name of Organization: 0SCAR REhDR CO RA(�1nle� tr�C . By 1:1�7< Title V ► C- S f,GAl (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-WL1&3 Bidder Qualifrcations.doc 00140- 5 DOCUMENT 00400 —BID FORM (continued) 2.02 If the contract provides for bidding in lump sum amounts, the apparent low bidder will be required to furnish an itemized breakdown of bids. This breakdown must include a separate item for each major category of work and each major piece of equipment. Loan eligible work must be separated from ineligible work. 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 1 - tit -o4 2 — ZD q 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 00400-Bid Form 00400 - 2 DOCUMENT 00400 —BID FORM (continued) 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 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 4.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): A. Unit Price Schedule: PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1 I LS Site Preparation, Clearing and Grubbing T RAE �vr►��LfD THnuswnt — Dollars& Cents per LS $. 300.00D $ 3x0.600" 2 31,823 LF Construction Staking �tvF Dollars & n u _ Cents per LF $ 00400-Bid Form 00400- 4 f DOCUMENT 00400 —BID FORM (continued) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 7 72 EA Construct 48" Diameter Manhole Dry Tt40uca x\Q 'FwE Dollars & Cents per EA 8 318 VF Construct 48" Diameter Manhole, Extra Depth l J✓\ � ti v v�11 R,g 1� Dollars & 100 Cents per VF $ 9 8 EA Construct 48" Diameter Drop Manhole �� i� THOUgfint� 1 W � 4�vv.�R�cyt —'—Dollars & y,O "' '— Cents per EA $ $ 10 518 LF 36" Sewer Pipe and Embedment 0116 /YVAD&C n /�Ih7�.f '�'-dollars yj t) ----Cents per LF $ O('- $ qv ZD 00400-Bid Form 00400 - 6 DOCUMENT 00400 —BID FORM (continued) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 15 302 LF 18" Sewer Pipe and Embedment Dollars & W O Cents per LF 16 14 LF 12" Sewer Pipe and Embedment Dollars & V% D Cents per LF 17 113 LF 10" Sewer Pipe and Embedment Dollars & V� Cents per LF $ 7 5 $ �q 7 S 18 233 LF 8" Sewer Pipe and Embedment S � v>r�Tti Dollars & " 0 Cents per LF $ 77 $_&4 t4 3l 0� 00400-Bid Form 00400- 8 9 DOCUMENT 00400 —BID FORM (continued) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 23 61530 LF Trench Excavation and Backfill, 12'-16' Deep Dollars & V10 Cents per LF $ 196. cyoo� 24 685 LF Trench Excavation and Backfill, 16`-20' Deep F-6 RT'-t Dollars & O Cents per LF _ $ 25 60 LF Trench Excavation and Backfill, 20'-24' Deep O h �b ►r to 1)2t= rl Dollars & n O Cents per LF $ / 00 $ (04000 - 26 0, 00026 3,735 CY Rock Excavation Dollars & 4 'h Cents per CY $ �I D✓ $ 00� 00400-Bid Form 00400 - 10 i DOCUMENT 00400 —BID FORM (continued)' — PAY APPROXIMATE DESCRIPTION OF ITEMS WI'TI I UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 31 880 LF 36" Steel Encasement by Bore and Jack �Jt: vT--,oTq Dollars & Y� -—Cents per LF $ 7 o $ 3 Do 32 I LS Connection to Existing Gregg Lift Station Dollars & A D Cents per LS $ -7. O U o— 33 14,653 LF Abandon Existing Sewer n U;- V Dollars & n O --------Cents per LF $ $ / q (' 53 - 34 ' 5334 1 LS Tree Protection and Pruning �E h � r/UvSAn >11 Dollars & I w O -Cents per LS $ 10, 000 — $ /0, 000- 00400-Bid 0, U00-00400-Bid Form 00400 - 12 DOCUMENT 00400 —BID FORM (continued) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 39 1 EA Service Lateral Cleanout Ow 7-tiouSAv< n Dollars & A p Cents per EA 40 7 EA Temporary Plug in New Sewer TT 1f v, t�k2E; A Dollars & Cents per EA 41 605 CY Trench Foundation material Dollars & YA 0 Cents per CY $ $ y Z 3 5 42 1 LS Trench Compaction Test Dollars & Y1� Cents per LS 00400-13id Form 00400- 14 DOCUMENT 00400 —BID FORM (continued) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 47 538 SY Remove and Replace Concrete Paving Dollars & >n Cents per SY 48 915 SF Remove and Replace Concrete Sidewalk Dollars & vN D Cents per SF $_ y J $ to L l� 49 1,290 SY Replace Gravel Surfaces ollars & _ D Cents per SY $ 5 $ 50 2 EA Relocate or Steel Encase Water Main �Nlee Dollars & V% O Cents per EA $ $ Eo E fJo L) "- 00400-Bid 00400-Bid Form 00400 - 16 s a DOCUMENT 00400 —BID FORM (continued) — PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 55 29,169 LF Trench Safety owls Dollars & Cents per LF $ $ poet 56 1 LS Traffic Control Z h No o S fkv% b Dollars & Cents per LS $ /a, oo D $ lot Old c7 57 l LS Wetland Topsoil Excavation/Restoration Measures �Oy K �pv 4 an d Dollars & 'j hc7 Cents per LS $ ,c} 000 $ y 0017 58 I LS Surface Video Documentation (7 hE T ooscs,np Dollars & �Q Cents per LS $ /j boD I 00400-Bid Form 00400- 18 DOCUMENT 00400 —BID FORM (continued) — E. Contractor's Act of Assurance form, RLF-52. F. MBE / WBE Compliance Evaluation Form, RLF-96. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: �o�t[ ►arc 1< EADA C oink- �T1�►1 �. � 5 2.Z r3Enson 1.. anc' RnA n o k E Tu —1 L 7 ts -1, Phone No. i1-7 7 `191 - 7-703 FAX No. 8�1 -7 - ygl - 1Z. 21 ARTICLE 8 - TERMINOLOGY 8.0I 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 on IAvtivaw•Z ? 'I , 200& Arkansas State Contractor License No. n/3.P? 4vO ZO G If Bidder is: An Individual Name (type or printed): By: (SEAL) (Individual's Signature) Doing business as: Business address: Phone No.: FAX No.: 00400-Bid Form 00400- 20 e a _.. __. ._.__ __ .. . _....__ _..._... .........__ ....._........_ _.___ _____ ._....._ ...-..._..... ........... . ....._........ ....._......_ . .. ......... ..............._..._.. .___........ .... ._...- . _..__ _ _.._ _. .. .. ..__ .............. ....._... . ............... ...__.__...... ......__. .... .._.............. . ............ .. ...__......................... ._....._...-.... .. . ................ ... . ......... ....._.._.._ .........._..._: BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, OSCAR RENDA CONTRACTING, INC . as Principal, (hereinafter called the "Principal"), and Fidelity and Deposit Company of Maryland { Colonial American Casualty and Surety Company Maryland a corporation duly organized under the laws of the State of Mas Y >as Surety,(hereinafter called the "Surety") are held and firmly bound unto City of Fayetteville Aikansas as Obligee, (hereinafter called the "Obligee"), in the sum of _..........................._..__.__..................._..........._FIVE... PERCENT- .OF..__.t..E--GREAT.EST.....AMOUNT.....BID........._.._......._-.. ....._...... ....................._....._ Dollars ($ 57 GAB ), for the payment of which sum 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 Wastewater System Improvement Project Old Wire Road to Gregg Avenue Interceptor/.Por ...... _..-- - -.._._. --- Intercegtor RFL Proiect Number CS-050803-0? P11-01 C.1Ti� �7� — {WL— NOW, THEREFORE, r the Obligee shall accept the bid o the Pnncipa and the nncupa shall enter into a contract with the Obligee 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 _.............._............................paymertt-of labor and material furnished irr the-prosecution-thereof or in the.event-Of-the..failure of the-Principal...to-enter.__.._..__...._......---..__..._.__...._._..__.: into 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 with contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise __...__..__.._._...._--...__.;..to-remain..in.fuli_.foree_and_effect—._..---- -- --- ----- .....------ ---...---- ---... -----..._.._------------...------ ----- -- ------- 24 January 2006 Signed and sealed this �Y of A.D., OSCAR RENDA CONTRACTING., INC. (SEAL) Cszw- Pal ----.._.._---_.._.._._._._........_._....----...............................-----............-....._...._......-_......._. Itnsss...__..... -----..._._.. _._...------.. -- ---- ----....---...._.................-----...-----_ - ------.... Title Frank .Benda, V.P. Fidelity and Deposit Company of Maryland Colonial American Casualty and Surety Company - > rety By (SEAL) -- 7ttorney-tn- act ---------� Printed in cooperation with the American Institute of Architects(AIA)by - vouches that the language in the document conforms exactly to the language used in AIA Document A-310;February 1970 Edition. BID70000TX0101c _........ . .. ............ . ...._... .. __.. ._. ................ .. _........_. ... _..... .. .............. ... . ......._ . . ......._ ........................... .. EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically, reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 24th day of January 2006 Assistant Secretary O RL-F-96 (R-7101) MBFJ"E COMPLIANCE EVALUATION FORM _ SUPPLEMENTAL CONDMONS OF THE REVOLVING LOAN FUND Bid Packan Uocumcntationl Bidders ase to complex this form and submit with the bid proposal. A condition for taotming in eornpedtim for awW is the Satiatactary compktion of dm form. The w%dempied aubn its im fotlowmg data with respect to&e firm. efforra to meet the Aritamw Nawal Ram rtes Cmaupadw Coarniniaas Soot for MBEMIDE pa5406oa. 1. Name of Project:Fayettevillo Wastewater System lmproverncni Project,Ha:nestri g to Gregg Avenue interceptor and Force Main,Contract No.: W4-4 FLF Project No.CS-050803-03 2_ Naate of Gertcrai Contractor: asCA-12, J2 PW ©A c ovia RA GT tN 6 3. M M WBE Firm (Name) (Compkw a separate form for each M www to be umd as a subcontractor) (Address) (<aty,smrw zip cede) (P ho"Nw*a) (Fax Number) 4. Describe Work to be performed by the MBFJWBE, provide dollar amount of the subcontract. DocumENTATION OF Al~ MMATM STSrS TAKEN TO ODTAIN MBFJWBE PART MA_ T10N (TO BE COMPLEM IF THE MBS/WBW GOALS ARE NOT OBTAINED) 5_ Documentation that MBEMBE quotes were solicited through direct mail and other advertising sources, doeumentanon of follow-up action for firms not respondmg;and docurrmodon of responses received(both postave neagativWC Tcsp scs)� t oivS a^d ot, 6. Wtmt so"ms were used to identify potential MBFJWBE firms: (Arlo ass R*fiway and Tnntq,onadon Dmabna lk Arioamas . tndus<rial tkrdopmedt Commiuiotve MinoriAy Bttaiatess Dei^daptneait Ditisiaa:Zi.S.SaoaU ti�sinKt w�a*tiom other soaeee,ptesse specify"A ovided°c�aWattioa) IN S 7. De&cdbe steps taken to divide work items into small tasks in an effort to ntaxrnize MBPIWBEE n2r1icipation. v �r V 1 N K.� Lt-� lel OG{CK +K S Ptc�I K� CE)a Gov tt^ak. 8. Listr for r��8 a MB B that indica ed a desire to participate and/or submitted bids. S��eACh-o-d T11�?�7 The undersigned hereby certified, having provided responses or documentation to the questions in the foregoing affirmative steps taken to obtain MBEtWBE participation,dist they arc dire and cornet to the best of herAw knowledge, information and belief. Name of GcacM Conu'atwr (QS C�•1Z-- ��e {� /� ty 1`a Z uJ�� Sigunturc: TitlrJDatc: L� ��L t e r.�l 1 31} 0 to i DOCUMENT 00500 — AGREEMENT (continued) — 1. Westside Wastewater Treatment Plant. 2. Westside Collection System Improvements. 3. Paul R. Noland Wastewater Treatment Plant Improvements. 4. Eastside Collection System Improvements. ARTICLE 2 - ENGINEER 2.01 The Contract has been designed by RJN Group, Inc., who is hereinafter called Engineer. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - . CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within Three Hundred Thirty (330) consecutive calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. Substantial completion shall mean all line work and manholes installed and tested according to the specifications outlined in Division 02, all surface restoration completed including but not limited to disturbed wetlands, fences, pavement, etc. The project shall be completed and ready for final payment in accordance with the GENERAL CONDITIONS within Three Hundred Sixty-five (365) consecutive calendar days after the date when the Contract Times commence to run. 00500-WL1&3Agreement-Bidder.doc 00500-2 DOCUMENT 00500 — AGREEMENT (continued) 4.03 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs below: A. For all Work, at the prices stated in Contractor's Bid, attached hereto as an Exhibit. ARTICLE 5 PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Owner as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer. on or about the 20`}' day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. I. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine; or Owner may withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer and if the character and progress of the Work have been satisfactory to Owner and Engineer, Owner on recommendation of Engineer 00500-WL1&3 Agreement-Bidder.doc 00500-4 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 carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or.data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 00500-WLi&3 Agreement-Bidder.doc 00500- 6 • 0 DOCUMENT 00500 — AGREEMENT (continued) 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. MBE / WBE Compliance Evaluation Form. 6. Supplementary Conditions. 7. Labor-Related Regulations. 8. Specifications consisting of divisions and sections as listed in table of contents of Project Manual 9. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: Old Wire Road to Gregg Avenue Interceptor and Porter Road to Hamestrin,g Lift Station Interceptor. Project WL-1/WL-3 10. Addenda numbers to , inclusive. 11 . The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8.- MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 00500-WL1&3 Agreement-Bidder.doc 00500- 8 DOCUMENT 00500 — AGREEMENT (continued) _ This Agreement will be effective on , 2006, which is the Effective Date of the Agreement. CONTRACTOR Oscar Renda Contracting, Inc OWNER City of Fayetteville Roanoke, Texas Fayetteville, Arkansas By: By: Title: Title: Mayor (SEAL) (SEAL) Attest Attest Address for giving notices Address for giving notices License No. (If Owner is a public body, attach evidence of authority to sign and resolution or other documents Agent for Service of process authorizing execution of Agreement) (If Contractor is a corporation, Approved As to Form: attach evidence of authority to sign.) By: Attorney For: City of Fayetteville END OF DOCUMENT 00500 00500-WL1&3 Agreement-Bidder.doc 00500- 10 '�� 'I i