Loading...
HomeMy WebLinkAbout179-06 RESOLUTIONe RESOLUTION NO. 179-06 SCANNED A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO T -G EXCAVATING, INC. IN THE AMOUNT OF $4,413,664.50 FOR CONSTRUCTION OF THE GREGG AVENUE INTERCEPTOR SEWER WSIP SUBPROJECT WL -2; AND APPROVING A 5% PROJECT CONTINGENCY IN THE AMOUNT OF $220,683.00. 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 a construction contract to T -G Excavating, Inc. in the amount of $4,413,664.50 for the construction of the Gregg Avenue interceptor sewer WSIP Subproject WL -2. Section 2: That the City Council of the City of Fayetteville, Arkansas, hereby, � approves a 5% project contingency in the amount of $220,683.00. PASSED and APPROVED this 7a' day of November, 2006. E� ;FAYETTEVILLE' APPROV ATTEST: s'9R/fANSP�J? _ L "Oo By:By:fdZ' DAN COODY, Ma or SONDRA SMITH, City Clerk CLc S. 17�1'd6 FAYETTEVILLE THE CITY OF FAYETTEVILLE,ARKANSAS City of Fayetteville, Arkansas Water& Wastewater Department David Jurgens, P.E., Director PROJECT MANUAL FOR CONTRACT NO. WL-2 WESTSIDE WASTEWATER COLLECTION SYSTEM IMPROVMENTS GREGG AVENUE INTERCEPTOR NORTH STREET TO VAN ASCHE DRIVE RLF PROJECT NUMBER CS-050803-03 FAYETTEVILLE WASTEWATER SYSTEM IMPROVEMENT PROJECT September 2006 ENGINEER OWNER RUN Group,Inc. CITY OF 12160 Abrams, Ste 400 ++ FAYETTEVILLE Dallas,TX 75243 5�'t�~ In Association With / A::fir, Water and Wastewater McClelland Consulting Eng. Inc. .%. Department P.O.Box 1229 ISTER 113 West Mountain Street Fayetteville,AR 72702 PROFESSI Y Fayetteville, Arkansas 72701 MCE Project No. FY012133 ENGINES R i 4.1/4-po No. 4695 Q WATER/SEWER EASEMENT - Chestnut II,a Ltd.Partnership Page 3 of 3 ACKNOWLEDGMENT STATE OF ARKANSAS SS. COUNTY OF WASHINGTON BE IT REMEMBERED, that on this date, before the undersigned a duly commissioned and acting Notary Public within and for said County and State, personally appeared 3b Ake s S• L M1stcand to me well ,,kp�nown s tile persons who executed the foregoing document, and who statedand acknowledged that they are the rrestr�PlLt r•E- 4teand F Qv\ I ic:1l t.'respectively, of Chestnut II, a Limited Partnership, organized and existing under the laws of the State of Arkansas, and are duly authorized in their respective capacities to execute the foregoing instrument for and in the name and behalf of said corporation, and further stated and acknowledged that they had so signed,executed and delivered said instrument for the consideration,luses and purposes therein mentioned and set forth. WITNESS my hand and seal on this ;a ii day of f' \Ct.l:) , 2005. MY COMMISSION EXPIRES: OFFICIAL SEAL �; [ ICS JOY L.HOOPS ktp N a P o c t JJtFFF NOTARY PUBLIC. .ANKANSAS U WASHINGTON COUNTY CO 188 0 EXP,00 SECTION 00700 - GENERAL CONDITIONS (continued) insurance pursuant to Paragraph 5.02D have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or lapse on account of any such partial use or occupancy. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.01 SUPERVISION AND SUPERINTENDENCE: A. Contractor shall supervise and direct the Work competently and efficiently,devoting such • attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences, and procedures and for coordinating all portions of the Work, but Contractor shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. B. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to Contractor. C. When manufacturer's field services in connection with the erection, installation, start-up, or testing of Equipment furnished under this Contract, or instruction of Owner's personnel thereon are specified, Contractor shall keep on the Work,during its progress or as specified, competent manufacturer's field representatives and any necessary assistants. 6.02 LABOR, EQUIPMENT,AND MATERIALS: A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. Except in connection with the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without Owner's written consent given after prior written notice to Engineer. B. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all Equipment and Materials, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,, temporary facilities, and all other facilities and incidentals necessary for the furnishing,performance,testing, start-up,and completion of the Work. C. All Equipment and Materials shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish to 00700-GENERAL CONDITIONS 00700- 17 RLF-53 (R-7/01) (R-3/15/04) Arkansas Natural Resources Conservation Commission Water Resources Development Division r ‘• atiTi C yup _ tt, SUPPLEMENTAL CONDITIONS OF THE REVOLVING LOAN FUND In Page 1 of 5 Subject: Emailing: getdoc To: <rwhite@mcclelland-engrs.com> Cc: "Mike Core" <Mike.Core@arkansas.gov> GENERAL DECISION: AR20030044 AR44 Date: June 13, 2003 General Decision Number: AR20030044 Superseded General Decision No. AR020044 State: Arkansas Construction Type: HEAVY SEWER AND WATER LINE County(ies) : • ARKANSAS GARLAND OUACHITA ASHLEY GRANT PERRY BAXTER GREENE PHILLIPS BENTON HEMPSTEAD PIKE BOONE HOT SPRING POINSETT BRADLEY HOWARD POLK CALHOUN INDEPENDENCE POPE CARROLL IZARD PRAIRIE CHICOT JACKSON RANDOLPH CLARK JOHNSON SCOTT CLAY LAFAYETTE SEARCY CLEBURNE LAWRENCE SEBASTIAN CLEVELAND LEE SEVIER COLUMBIA LINCOLN SHARP CONWAY LITTLE RIVER ST FRANCIS CRAIGHEAD LOGAN STONE CRAWFORD MADISON UNION CRITTENDEN MARION VAN BUREN CROSS MILLER WASHINGTON DALLAS MISSISSIPPI WHITE DESHA MONROE WOODRUFF DREW MONTGOMERY YELL FRANKLIN NEVADA FULTON NEWTON HEAVY CONSTRUCTION PROJECTS (Includes Sewer and Water Line Construction Projects) Modification Number Publication Date . 0 06/13/2003 COUNTY(ies) : ARKANSAS GARLAND OUACHITA ASHLEY GRANT PERRY BAXTER GREENE PHILLIPS Printed for Robert White <rwhite@@,mcclelland-engrs.com> 9/13/2006 FAYETTE LLE • . • JUL 2 4 2006 THE CITY OF FAYETTEVILLE,ARKANSAS • May.9, 2005-' • Kenneth E. and Cynthia M. Knott 2631 N. Gregg • Fayetteville,AR 72701 • • • • RE: Project No. 02133 Wastewater Improvements Project WL2—Tract 6. Side Letter Dear Mr. and Mrs. Knott: The City of Fayetteville has reviewed the concerns voiced in your conversation with Jill Goddard this morning. • Ingress/egress to your property, via the drive from the south, must be allowed at all times during construction as this is the sole access to the property. • Property will be returned to as good or better condition following construction completion. A City Land Agent will be glad to meet with you at your convenience and discuss all phases of this project and the associated easements and acquisitions. Please contact Jill Goddard at (479) 444-3407, Holly Jones at(479)444-3414,or I can be reached at(479) 575-8330. Sincerely, • Bob Davis, P.E., CHMM Water and Wastewater Director BD/jsg Enclosures • • • • 113 WEST MOUNTAIN 72701 479.521-7700 FAX 479-5754257 • FAYETTEVILLE . • THE CITY OF FAYETTEVILLE,ARKANSAS ' May 17,2005 • Quality Life Associates. Attn: Jack Alexander 2623 N. Gregg Street . • Fayetteville,AR 72703. ' RE: Project No.02133 . Wastewater Improvements Project • ' WL2—Tract? Side Letter Dear Mr.Alexander: . • The City of Fayetteville has reviewed the concerns voicedin your conversations with Gene Frost, contract negotiator for this project. • The offer.dated-April 29, 2005, Is hereby rescinded as it has just come to our attention that the proposed water/sewer easement was signed and recorded as part of the requirements pertaining to the lot split applied for by Quality Life Associates in October 2004. Attached is a copy of the • recorded easement document. • • Direct tapping onto this sewer main (27'—33'in diameter)will not be allowed.A stub-out may be . . allowed at a future date when the main is operational. This will most likely not be until the end of • • . 2007(at the earliest)or mid 2008(at the latest). Alternate sewer connection from another location should be arranged if your building construction will be finished before the above-mentioned time frame. • .• Ingress/egress via the drive from the south, must be allowed at all times during construction as this is.the access to the.property owned.by Quality Life Associates and is the sole access to the . Knott property to the.north. . . This letter will become a part of the contract by addendum and will be honored by the contractor working on this project. If you have any questions regarding this project, please don't hesitate to contact either of the Land Agents; Holly Jones at 479-444-3414, or Jill Goddard at 479-444-3407, or I can be reached at 479-575-8330. Sincerely, 4.----aff4Aaseo . Bob Davis, P.E., CHHM • Water and Wastewater Director BD/jsg 113 WEST MOUNTAIN 72701 479-521-7700 FAX 479-575-8257 DIVISION 1 - GENERAL REQUIREMENTS • SECTION 01110— SUMMARY OF WORK PART 1 - GENERAL 1.01 SUMMARY: A. This Section summarizes the Work covered in detail in the complete Contract Documents. B. Owner: The City of Fayetteville, Arkansas, 113 West Mountain Street,Fayetteville, AR 72701 is contracting for Work described in the Contract Documents. 1. Contract Identification: WL-2, Gregg Avenue Interceptor 2. Work Site Location: North side of City of Fayetteville. • C. Engineer: The Contract Documents were prepared by RJN Group,Inc., 12160 Abrams, Ste 400, Dallas,TX 75243 in association with McClelland Consulting Engineers, Inc., P.O. Box 1229, 1810 N. College, Fayetteville,AR 72702. 1.02 PROJECT DESCRIPTION: A. Description of Project: The City of Fayetteville,Arkansas is undertaking a project to redirect sewer flows from portions of the City in the Illinois River drainage basin to a new wastewater treatment plant on the west side of the City and upgrade sewers in the City which are in the White River drainage basin and upgrade the existing wastewater treatment plant on the east side of the City. The project is known as the Wastewater System Improvement Project and includes but may not be limited to four areas of improvements as follows: 1. Westside Wastewater Treatment Plant. 2. Westside Collection System Improvements. 3. Paul R.Noland Wastewater Treatment Plant Improvements. 4. Eastside Collection System Improvements. B. Work Covered by Contract Documents: These Contract Documents cover construction of the Gregg Avenue Interceptor, part of the Westside Collection System Improvements. The scope of the Contract includes construction of approximately 4612 ft. of 33-inch gravity sewer main, 5799 ft. of 27-inch gravity sewer main, 3196 ft. of 24-inch gravity sewer main, 253 ft. of 8- inch to 18-inch gravity sewer main,approximately 62 new manholes, removal or abandonment of approximately 3 existing manholes,a bored highway crossing, creek crossings and related work. 01110-Summary of Work.doc 01110—1 SECTION 02270—ENVIRONMENTAL SPECIFICATIONS (continued) As project operator, Contractor shall have day-to-day control over construction activities and shall be responsible for implementing, adding, relocating, and/or maintaining erosion control structures and BMPs, as necessary,to maintain compliance with the ADEQ Storm Water Permit for Construction Activities (ARR150541), the Section 404 permit, the Comprehensive BMP Plan, and any Spill Prevention, Control, and Countermeasures Plan(SPCCP) applicable to the Contractor's work. This includes activities that are contracted by the Contractor to subcontractors. Regarding the sequencing of erosion controls, perimeter silt fences, and/or straw bales (and other necessary erosion control structures) shall be installed by Contractor prior to any surface disturbance activity, such as clearing and grubbing. As various phases of construction take place, Contractor shall be responsible for maintaining necessary structural erosion controls from the time of initial surface disturbance until final stabilization has been achieved, and as specified in Part II. Section A. Item 4 b. (page 21) of the ADEQ Storm Water Permit for Construction Activities (ARR150541), which reads in part as follows: "Perimeter controls shall be actively maintained until final stabilization of those portions of the site upward of the perimeter control. Temporary perimeter controls shall be removed after final stabilization." The Contractor shall follow applicable State and/or local sanitary sewer, septic system, and waste disposal regulations. The Contractor shall be responsible for ensuring that the following temporary measures for sediment and erosion control are used where practicable, and/or required. 4.2.1 General Erosion Control Requirements 1)At a minimum, silt fences or equivalent sediment controls shall be installed for all sideslope and downslope boundaries of the construction area. 2) Contractor shall not clear or grub more than 1,000 feet of linear path or more than 5 days of projected trenching/installation activity, unless otherwise approved by the Owner. See Section 6.2 Special Conditions (Upper Clabber Creek/Arkansas Darter Habitat Protection) for more restrictive requirements between station numbers 168+00 and 224+50. 3)Natural vegetation shall be preserved and used to filter silt from surface runoff wherever possible. 4) Straw bale filters or silt fencing shall be anchored below ground surface at the foot of slopes. 5)Earthen interceptor dikes on the upgradient side of all areas of construction shall be used to divert runoff flow away from the area of excavation/surface disturbance and into an area of natural vegetation, or filtered at the downslope end by straw bales or silt fencing wherever practicable. FINALO7Mar05 02270-5 Environmental Specifications SECTION 02270—ENVIRONMENTAL SPECIFICATIONS (continued) has been achieved. Written records of all site evaluations shall be maintained by the City of Fayetteville and the Contractor. 3) The Contractor shall maintain an inventory list of the type and amount of all fuels, oil, hydraulic oils and hazardous and/or toxic chemicals that will be used at the site. 4) The Contractor shall maintain all Material Safety Data Sheets(MSDS) for these chemicals. The MSDS shall be reviewed to determine if hazardous and/or toxic constituents are present, which may be within wastes that may be generated from the chemical. This includes, but is not restricted to any insecticide, herbicide, other pesticide, lubricating fluids,paints, epoxies, solvents, adhesives, and fuels. Construction personnel shall be trained for the proper storage and use of such chemicals. 5)The Contractor shall provide a dedicated chemical storage area that does not allow runoff of contaminated storm water. Containers shall be properly labeled as to their contents. Chemicals shall be stored in containers constructed of materials compatible with the contents. 6)The Contractor shall ensure that all hazardous materials at the construction site are stored, handled, and applied per manufacturer's printed instructions and per all applicable Federal, State, and local codes. 7)The Contractor shall ensure that onsite work crews and subcontractors are trained and knowledgeable in the proper handling of hazardous materials and disposal of wastes. The Contractor shall be responsible for disposing of all waste materials by a waste management firm licensed to dispose of the specific type of waste generated. 8) In the event of a chemical or fuel spill,the Contractor shall immediately halt construction activities in the immediate vicinity. The Contractor shall notify the resident project representative and initiate immediate efforts to contain the spill to prevent runoff or migration of the spilled material. The Contractor shall review MSDS to determine appropriate spill response measures. The Contractor shall be required to follow the appropriate regulatory requirements for disposal of contaminated soil. 9) Contractor shall not store fuel, chemicals, equipment,materials, etc. in environmentally sensitive areas. 10) The Owner and the Contractor are required to retain records of reports required by the general storm water permit, including the SWPPP, site evaluation reports, and the NOI for a period of at least three years from the date of final stabilization. The Contractor shall maintain the following written records and copies shall be submitted to the City of Fayetteville: a) Contractor Certification(s) b) Chemical Use Inventory c) Ha7ardous/Toxic Chemical Inventory d) Waste Disposal Records e) Reporting of Incidents 0 Documentation of Pollution Prevention Training/Meetings g) Releases in Excess of Reportable Quantities h) Records Of Construction Activities FINALO7Mar05 02270-17 Environmental Specifications David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 7 -Nov -06 City Council Meeting Date Water/Wastewater Division Action Water/Wastewater Department ral of a construction contract with T -G Excavating, Inc. in the amount of $4,413,664.50, for construction of the Avenue Interceptor Sewer, WSIP subproject WL -2, and approve a 5% contingency of $220,683.00. $4,634,347.50 Cost of this request 4480.9480.5315.00 Account Number 02133.0322 Project Number Budgeted Item 0 $5,200,000.00 Category / Project Budget Funds Used to Date $5,200,000.00 Remaining Balance Budget Adjustment Attached Wastewater System Imp Project Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name Previous Ordinance or Resolution # Dep enntt iirrecto r Date. Original Contract Date: J Original Contract Number: City Attorney Da e p o Received in C'! Clerk• Office f o' Io 230 0 Finance and Internal Service Director Date Received in Mayor's Office BRENED Mayor Date David Jurgens Submitted By City of Fayetteville A R S ri I V E D Staff Review Form City Council Agenda Items or Contracts N/A- Mayor's Approval City Council Meeting Date Wastewater System Impry Project Division Action Kequirea: ///b IJ dol TG �xccula�in9 Inc. Water/Wastewater Department al of Change Order # 1 to the construction contract with T -G Excavating, Inc. in the amount of $13,205.12, fi ction of the Gregg Avenue Interceptor Sewer, WSIP Subproject WL -2. Funds are available in the approved contingency $13,205.12 Cost of this request 4480.9480.5315.00 Account Number 02133.0322 Project Number Budgeted Item 0 $220,683.00 Category / Project Budget Funds Used to Date $220,683.00 Remaining Balance Budget Adjustment Attached �nNou 6-4 Date City Attorne D2te 4�,a 4_ W t t -6 -6 -7 Finance and Internal Service Director Date Mayor Date Wastewater System Impry Project Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name Previous Ordinance or Resolution # 179-06 Original Contract Date: 11/7/2006 Original Contract Number: 1068 Received in City C s O e wo Received in Mayor's Office .1 I TR David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts IN/A-ilStayor's/q, pproval City Council Meeting Date Wastewater System Impry Project Division was ,2/a)/0$ coa % 6 EXegda�in� Zile. C'G� ARCH IVED Water/Wastewater Department Action Required: Approval of Change Order # 2 to the construction contract with T -G Excavating, Inc. in the amount of $6,949.95, for construction of the Gregg Avenue Interceptor Sewer, WSIP Subproject WL -2. Funds are available in the approved project contingency. Cost of this request 4480.9480.5315.00 Account Number 02133.0322 Project Number Budgeted Item City Attorney 949.95 $ 220,683.00 Wastewater System Impry Project Category / Project Budget $ 13, 205.12 Funds Used to Date $ 207,477.88 Remaining Balance Budget Adjustment Attached Date 3- 12-og Date -Po-i c'. 4'ae.11•� 3-Iz m� Finance and Internal Service Director Date Mayor Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name Previous Ordinance or Resolution # 179-06 Original Contract Date: 11/7/2006 Original Contract Number: 1068 Received in qt']Rm ffice Received in Mayor's Office ENfFAFD