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