Loading...
HomeMy WebLinkAbout56-06 RESOLUTIONRESOLUTION NO. 56-06 A RESOLUTION APPROVING A CONSTRUCTION CONTRACT WITH T -G EXCAVATING, INC. IN THE AMOUNT OF $2,223,022.00 FOR SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION CITY-WIDE; AND APPROVING A 5% PROJECT CONTINGENCY IN THE AMOUNT OF $111,151.00. 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 approves a contract with T -G Excavating, Inc. in the amount of $2,223,022.00 for sanitary sewer main replacement and rehabilitation city-wide. A copy of the contract, marked Exhibit "A" is attached hereto, and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a 5% project contingency in the amount of $111,151.00. PASSED and APPROVED this 21st day of March, 2006. APPROVE ATTEST: By: DAN COODY, Mayo By: c41-1 autika...) SO DRA SMITH, City Clerk CITY OF FAYETTEVILLE, ARKANSAS AGREEMENT SANITARY SEWER REPLACEMENT AND REHABILITATION THIS AGREEMENT, made this 21 sfday of Marek 2006, by and between the City of Fayetteville, Arkansas, a municipal corporation and T -G Excavating, Inc. hereinafter referred to as Contractor. WITNESSETH: WHEREAS, the City of Fayetteville has heretofore solicited Bids for all the work and improvements for the doing of all things included within the hereinafter specified Sanitary Sewer Replacement and Rehabilitation, Illinois River and White River Watershed Basins I-(1- 5), I-(10-12), 1-16, 1-17, I-19, W-2 and W-27. WHEREAS, the City of Fayetteville did on the ,,2 (Way of /41.40-th , 2006 find that T -G Excavating, Inc. was the lowest responsive, responsible Bidder for the hereinafter specified work and did award the Corporation •a Contract for said work. NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertaking and agreements, the parties do hereby agree as follows: ARTICLE 1- WORK TO BE DONE BY CONTRACTOR T -G EXCAVATING, INC. agrees, at its own cost and expense, to do all the work and to furnish all the labor, materials, equipment and other property necessary to do, construct, install and complete all the works and improvements included in Sanitary Sewer Replacement and Rehabilitation, Illinois River and White River Watershed Basins I-(1- 5), 1410-12), 1-16, 1-17, 1-19, W-2 and W-27. All in full accordance with and in compliance with and as required by the hereinafter specified Contract Documents and any addenda for said work, and to do, at his own cost and expense, all other things required of T -G EXCAVATING, INC. by said Contract Documents for said work. ARTICLE II - CONTRACT DOCUMENTS The Contract Documents are defined n the General Conditions. Controlling Law - This Agreement shall be subject to, interpreted and enforced according to the laws of the State of Arkansas without regard to any conflicts of law provisions. Freedom of Information Act - City contracts and documents, including internal documents and documents of subcontractors and sub -consultants, prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Agreement City of Fayetteville Sewer System Improvements Information Act request is presented to the CITY OF FAYETTEVILLE, T -G EXCAVATING, INC. will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-10I et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. ARTICLE III - CONTRACT AMOUNT T -G Excavating, Inc. agrees to receive and accept the attached contract unit prices and/or lump sum prices as hill compensation for furnishing all materials and equipment for doing all the work contemplated and embraced in this Agreement, also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City of Fayetteville, and for all risks of every description connected with the work; also for well and faithfully completing the work, and the whole thereof, in the manner and according to and in compliance with the Contract Documents and the requirements of the Engineer under them, also for any and all things required by the Contract Documents. Changes, modifications or amendments in scope, price or fees to this contract shall not be allowed without a formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, costs, fees, or delivery schedule. ARTICLE IV - LIQUIDATED DAMAGES OR ACTUAL DAMAGES AND EXCESS ENGINEERING COSTS T -G Excavating Inc. shall, and agrees to, pay to excess engineering as described in the General Conditions. T -G Excavating, Inc. shall, and agrees to, pay for liquidated damages or actual damages if T -G Excavating, Inc. fails to complete the project within the specified time in accordance with the General Conditions. ARTICLE V - STARTING AND COMPLETION T -G Excavating Inc. agrees to commence work under this Agreement within ten calendar days of receipt of written Notice to Proceed and to complete all work included in this Contract to the point of substantial completion no later than 280 Calendar Days from the date of Notice to Proceed. T -G Excavating Inc. further agrees to complete all work to the point of final acceptiince by the City of Fayetteville no later than 310 Calendar Days from the date of Notice to Proceed. T -G Excavating, Inc. shall, and agrees to, furnish and deliver to the City of Fayetteville, the Faithful Performance Bond, the Contractor's Labor and Material Bond, the Maintenance Bond and the insurance certificates and policies of insurance required of him by provisions of the Contract Documents, and to do, prior to starting work, all other things which are required of him by the Contract Documents as a prerequisite of starting work. Agreement City of Fayetteville Sewer System Improvements 2 ARTICLE VI - PAYMENTS TO CONTRACTOR The City of Fayetteville agrees with said T -G Excavating, Inc. to employ, and does hereby employ, the said T -G Excavating, Inc. to provide the materials and do all the work, and do all other things hereinabove contained or referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth or referred to in the Contract Documents; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. There shall be no measurement or separate payment for any items not listed and all costs pertaining thereto shall be included in the Contract unit prices for other items listed. IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in three original counterparts the day and year first above written. (SEAL) (Contractor) Attest. Name it #4R.Av itiochtle/ (please type) Title Sc-e_Rr 1-zue/ (SEAL) Attest: aa,..6, a PrAk-/ So.Ndl. ea_ E (please type) Name Tilt b eialt-e t.A.o.eutiaga3 Name ...CAtinhateAK NaPiifr. (please type) Title 4„, bey r CITY OF FAY EVILLE, AR By Name Title PAPNOlt 3 Agreement City of Fayetteville Sewer System Improvements 47 a David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items Or Contracts 7 /Mar -06 City Council Meeting Date WaterNVastewater Division Action Required: ietiZr<7 -1127 no -as gireatt1/2 1:Ne/stair Main Water/Wastewater Department Approval of a construction contract with T -G Excavating, Inc., as approved by the Sewer Committee, in the amount o $2,223,022.00, for sanitary sewer main replacement and rehabilitation City-wide, and approve a 5% contingency of $111,151.00. Funds are available in Fiscal Year 2006 budget. $2,334,173.00 Cost of this request 5400-5700-5315.00 Account Number 02017-0401 Project Number Budgeted Item XX • 7,071,008.00 Category/Project Budget 792,494.29 Funds Used to Date 6,278,513.71 Remaining Balance Budget Adjustment Attached Sanitary Sewer Rehabilitation Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name . Fzisi Depa f t Dir ctor Date 3 144 - City Attorney ZiP4IC:Z> Finance and nternal Service Director Mayor •-c)i Date Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in Mayor's Office ED Comments: City Council Meeting of March 7, 2006 CITY COUNCIL AGENDA MEMO To: Fayetteville City Council Thru: Mayor Dan Coody From: Fayetteville Sewer Committee David Jurgens, Water and Wastewater Director Date: February 16, 2006 Subject: Approval of a construction contract with T -G Excavating, Inc., as approved by the Sewer Committee, in the amount of $2,223,022.00, for sanitary sewer main replacement and rehabilitation City-wide, and approve a 5% contingency of $111,151.00. Funds are available in Fiscal Year 2006 budget. RECOMMENDATION Fayetteville Sewer Committee and City Administration recommend approval of a construction contract with Oscar Renda Contracting., in the amount of $2,223,022.00, for sanitary sewer main replacement and rehabilitation City-wide, and approve a 5% contingency of $111,151.00. BACKGROUND The City received four bids for this project, as follows: 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 project includes replacing 6, 096 linear feet of sewer by open cut, 77 manholes, replacing or enlarging 6,321 linear feet of sewer using trenchless rehabilitation methods, and 31 point repairs. The majority of the work is in the sewer system which flows into the Gregg Avenue lift station (near Mud Creek just south of Johnson), although some is also being performed in the Mt. Sequoyah south Industrial Park areas as well. No work will be done on lines that are being replaced in conjunction with the Wastewater System Improvement Project. 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. T -G has completed a number of sewer rehabilitation projects for us in recent years, including our manhole rehabilitation in Farmington. BUDGET IMPACT Funds are available in Fiscal Year 2006 budget. This contract will be funded by a combination of Water/Sewer capital and EPA STAG grant funds administered by the Arkansas Natural Resources Commission. STAG Rehab T -G CCMemoMan96.doc RESOLUTION NO. A RESOLUTION APPROVING A CONSTRUCTION CONTRACT WITH T -G EXCAVATING, INC. IN THE AMOUNT OF $2,223,022 00 FOR SANITARY SEWER MAIN REPLACEMENT AND REHABILITATION CITY-WIDE; AND APPROVING A 5% PROJECT CONTINGENCY IN THE AMOUNT OF $111,151.00. 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 approves a contract with T -G EXCAVATING, INC. in the amount of $2,223,022.00 for sanitary sewer main replacement and rehabilitation city-wide. A copy of the contract, marked Exhibit "A" is attached hereto, and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansag hereby approves a 5% project contingency in the amount of $111,151.00 A PASSED and APPROVED this 21st day of March 2006 APPROVED: ANICOIODY, May By creksir rj flgroup Excellence through ownership I- • Mr. Dave Jurgens, P E City of Fayetteville Director Water and Wastewater 113 West Mountain Street Fayetteville, AR 72701 January 24, 2005 Subject: Bid 06-01 Fayetteville Main Replacement and Rehabilitation RJN#18195900 Dear Mr. Jurgens: www.qn.com RJN Group, Inc. has reviewed and processed the Contractor Bids for the above referenced project. Attached is the bid tabulation for each of the bidders. In the table, the bidders are arranged according to bid amount (low to high), and the units costs and extensions evaluated. The low bidder is T -G Excavating, Inc., with a bid amount of $2,223,022.00. This amount is greater than $2,222,222.00 as indicated on their signed bid proposal because of an extension error for bid item number 20. The correct extension should be $40,800.00 instead of $40,000 00 This does not alter the order of low to high bidder. T -G Excavating, Inc. is certified to be the low bidder with a total bid amount of two million two hundred twenty three thousand twenty two and no cents ($2,223,022.00). RJN has checked references supplied by T -G Excavating, Inc. All references checked have stated that T -G's work has been excellent and completed on time. According to submittal documents, T -G Excavating, Inc. has completed projects of a similar nature with a total cost of over $34 Million, and has completed several projects within the past three years that each exceed $1 Million. RJN Group, Inc. is currently in the process of reviewing MBE/WBE, bond and insurance documents and will issue a recommendation concluding our review. Should you have any further questions, please call me at (972) 437-4300: RJN Group, Inc. Thomas A. Harris, P.E. Senior Project Manager xc: file 12160 Abrams Road, Suite 400 • Dallas, TX 75243 • 972.437.4300 • fax 972.437.2707 8 11 NweiLa. 8 8 8 tl 8 . ti. !?,' ti 2 t1 8 8 8 t, a; tt, r. z.., R,L :: 8 cb co -4 a u, a ( a IV -• CONSTRUCTION BID OPENING: JANUARY 19, was -• PPNPP en G G Gn ‘79 la" 84 4- --“CeliZtj "g 8 fEue§tigta a 4:1.t. la m 9(P5c)Pg,' -T -`2 '4 ; 9<' t73 cl W W ; c c CI mm-n-n-n-nLmTWT*IT*1 A 0 9,3i rw, 8 8 g 0,›: „n no KoKzz-otn>ron ID ° 2x On oZ :00<0>tIng3.5-mr,ncig3 -I -1 2 "I ms',7i Prnom;12rncVmm/"•v53?: ° (C 007.z<'22 En5rnrOcCM;;•-40];`,;,4,6 A T 2 . A rtilt rn Felix,- (13 z -c Er413m2 m A g c91c,:2gp 12° 0 r'P c °7 Z-IGI?G. TcP,01112)-4 rnr935.,, ZT, ”mnz*mrnzczm- ,0Th It -Iii08cS 2 2 7: ' g f 5 o zmoc$:',t>pa.2 mgE 0 0 0 -n > > C m -a 0 • cOr zm * do0'i oin3§ rli o goTzno ti't02 o 0 zP)Torz -I 8-90;11'n m m5:."10mcl; m o0 En T" g m 2 -I 2 - I p 41: mcn v. 1.40tvn0 ,(;), ,z.cn=«AririZu)Thii-tRIAgg,5;200>> kcjj 4 0 5 mt:i5 „,c 0 m2, -loop g. % m 2 del -n-n-c° Zr 00;r9 0Qz mzi„ovr-g ) ' - 7 - YR 2 5 LI C g s g ri ‘p 9; -17 L0 ma zm win Prl Roc'j, Parnx --1 t'M -20 r- 0gmz Gy m .0 GI r I) - 6 2 41 8 ci at 4 oi go: (I -4 8 ?ni c D> g g 4 g t leerim-000mm0 3 C > I 3 3 3 fg k 2 ro &n, 5 sr^ nz nz A sm SI, it, 0 nz (4' 22 4 El 5 k eg ;3 -0 -pi Z 2 m PPiingrnzi5 r'l.til. -orns29.-01-,,-,'.4* *303 rn m rnc.. 14; *f.. sj; Eni XZ Z0I I f mAgTo < r 4- Z - G El (3 El (3 G') PP pp z CD Al 24:2A19-21§rnIQQ:pMgM -(-(pt 2 ,.nin, a zzz,zz66 ii -mm I:- 413 3 3) Fni 0 •;' a ° c 22er° >mWq ri ren, nrorn Fai ,,,-1-1 o it?,62 ciyi» -21 5r71 c0:30, .0 ,,,,zz zm -› 0 13 -0 PP' m m on ni'D -0 ,T, 1; Elc Eit,X12 c p Z - k G 1 gi) a WF52 -< o -00z -^mmEE z xi c) rn'rlf z22 m m Z c 0 m X z T •T 0 -. r.top,4Sso .17I r.iS -a gi• F 3) E E 88.88888888888 88888 88888 8p 1.2 geari21.1:11,3SAfr,,,,,n7.44 E E 1E' -g.. E il E E E E E E E E E E E g 888888888888gg RJN ESTIMATE P PI gg Fri § 8 $0r,I$Pgg §§§gg §§g0g. g.8-moggigg§§g§8.§ 88.88888888888 88888 88888 8 88888888888888 T -G EXCAVATING 4. • .., ../- 61. IA r rli 6.1 6V 4' t9g1g-gTei.:41g,t g Pg4-4 2 el 8 8 riii - g g g IC ; 8 g t3 8 8 t. ilg§g§.0E§§§ §1§-0-0 §§§0. § 0 §Eli§g110§§10§-44 8888888888888.88888 88888 8 888888888888.88 - g• p r !,) r • - • - • N a0 g!figP1.01g i. 4g §§gEg Egg:ER g A , p• N 0 ;i',3 ;iii `LE) g s g g 8888888888888 88888 88888 8 88888888888888 r iF6, 6 . 4 rlrEs -: r • n r r 14 :' 4:6sE : p 0 rn 901 E:Egg rr;2tt,:1; 1 9 i 42n n .4r,ggE gEEEE. EEEgE g Eg.(0-1§EgggEg-4EEE ggggggggsgggg gggag gggsg 888888888888888 , N S -• zg• 54 P• IT :Is . g S I 8 g 13 PO N§I;IU 8. 893t88.1ing.§0§4.0E 8888g888 8 8888 88888 88888 8 8888888.888888g KRAUS CONSTRUCTION CO, LLC r IS 4. 6 ) 113 RI) r r t 11 ral St.. ig ; E r tll E 4 AEI. :gbis E 5 ! ts&,-;ls-r,st94-0;5.IEJ 1 1 E E E E E E E E -c.§ E § E E E E E E E S $ E 8g8888gg88888 88888 888 8 g8888888888888 44 4.4. 4.4, 66 4 • • 99 9;For, . 4 13 131) 'NJ IT: :7.1 .:: E; g 9., 1 9 gm c ccc. 8 tr. & t t t t 1 t is t t i39 EA . UTILITY ADJUSTMENTS BID OPENING: JANUARY 19,2006 .. m to I))" 818. al -A -I -. -. - § -.P0 a " r r r r r r- r an Cr) CO (I) LO IA 0) co al 0) 0) Le 0) ID CO Mr W VI (-74) T CI (71 rL T1 rL 7) rif;CTgP onClcz°1°2‘1' zicon A A 0 rl'I .1111(11 -02 222 >m mm m 8 8 ——n) 71 mum °31 $1 13in $m 0r m315 cz 2zz mo woo -ig g -i il m - - M 6 0 -1 z 0 "0 A 0 a P1 °cr. ca? a<' grno m -amoamon-o ?I - 21 10°28 m rnm -a -0 m m 8 m 8 -n m -n P1 rci iT) mE/11°2211=r116 z %z6r9E9cs-z 0 <ozmzoz° rt;) M E 9 M o 8 M 0 ; -I 0 0 'a z m rl o o tlz 9.0 8. 1 74 < r <«c5)mci 9'8T 8- g 8 oOm ocm m u) r11 m r11 m cn m -rn o 13 13 - "0 F.; -4,2 8 _T1 cm PA E PA 0 -2 0 0 -T-1 RI M c 0 z ° cli"; 9 :1 o m 2 rn0 g n1 - m m 0 m 8 2 rn, g 7•)"01-4 m-,im 31D2 rwia 2 RI -1 0 13 A 0 t m 1 SUBTOTOTAL, CONSTRUCTION 1 ALTERNATE BID ITEMS (CONSTRUCTION) HDPE DR -17 SEWER PIPE BY DIRECTIONAL DRILLING, AL CI ICITINTA 1 AI TEDLI ATE DIM ITCRAC REPAIR BOX CULVERT REMOVE AND REPLACE EXISTING RCP REMOVE AND REPLACE EXISTING CMP ECCENTRIC REDUCER POINT REPAIR REMOVAL OF OBSTRUCTIONS OR SAGS SURFACE VIDEO DOCUMENTATION EROSION CONTROL TRAFFIC 'CONTROL TREE PROTECTION AND PRUNING SAG REMOVAL EXPLORATORY EXCAVATION ROCK EXCAVATION ROOT CUTTING OBSTRUCTION REMOVAL m m m a Nn03 : g ggg g gggsgggg gg g 2,446,133.00 1 29,000,00 ; MS;;8IAt4-paap;a-. o•P$9;$ Nfr9".4 88888g888888888 m Cfl F ..ca .9 " I") " " " P ^3 " Ca 03 1', P0P0 g gt§ -S' ,§§§§§g0 §g1 c 888 8 88888888 88 ..,- P 8 §pg-§g§reig-§-§§-§ 88888888888888 743 EXCAVATING t ti PI g ggg g gggggggg gg 8888 g ggg g gggggggg gg es S n g in EPP!es;;Pt3;-="-IrSPr P00 8.8.8.8.8.8.888.888.8ggg 9 P N N _a la N lb ilz. Pi N 9 N P 9 § §gg § g§ggg§gg g§ g ggg g gggggggg gg ig 8 1 N P. !n$114 N -•-•N §!§3§Ogggg!g§F§0 888888888888888 HELLEFt CO., INC. . p p p p ; p s-2 § §gi A AllAgggl AAA g ggg s gggagggg ag g .. 4. tIgggAggggggAAgAg gggggggggggggggg }2. ti ISIIE5SIXL74,1,1PrNV Ire $ sip 92 pa it 7: 5 7. 8 so 8 8 8 8 § § g § § § § § § § § § § 0" 8 888 8 gggggggg gg 8 -- -. !en' :.' t -. - -. m 88888888888888 KRAUS CONSTRUCTION CO, LLC 4 "g Tggg g aa . e " aZ tt 99 9 NaPIaPPPP PP g g ggg g gggggggg 88 ggggggggggggggg 93,974,666.00 548,720.00 ti ?g. 42 Aglcg_gt'Jts.- AAnSPg.EsE9 gAAggggg Z ?.73'3 9 9 9 11 9 t II V 11 '0 9 9 V II A23 A T.23'32323 AM A A tu. ctt t 5."“t8 MEI ell 1BID OPENING: JANUARY 19, 2008 -- -- - ,- -- 71 ; GI rr rr r rr rr u) co 0, CO CO 01 �U) CO CO SUBTOTAL, ALTERNATE BID ITEMS RECAP SUBTOTAL. CONSTUCTION SUBTOTAL. CONSTUCTION ALTERNATE BID ITEMS SUBTOTAL POINT REPAIRS SUBTOTAL POINT REPAIRS, ALTERNATE BID ITEMS 10% CONTINGENCY TOTAL SUBTOTAL, POINT REPAIRS ALTERNATE BID ITEMS (POINT REPAJRS) ADDITIONAL PIPE FOR POINT REPAIRS (AS DIRECTED BY ENGINEER) CLAY DAM UNE 6" VCP 0-ff DEEP 10 FEET LONG VCP 0-6 DEEP 10 FEET LONG WITH POSSIBLE GAS MAIN CROSSING 8" VCP 06 DEEP 10 FEET LONG VCP 6-10* DEEP 15 FEET LONG 8" VCP 8-10' DEEP 10 FEET LONG 6" VCP 0-8 DEEP 10 FEET LONG (10' DRIVEWAY REPAIR) VCP 0-6 DEEP REPLACE SERVICE UNE TO PROPERTY LINE Ir PVC 6-10' DEEP 10 FEET LONG (CONCRETE ENCASEMENT IN A CREEK) IT PVC 0-13DEEP 10 FEET LONG r VCP 6-10' DEEP 14 FEET LONG NTH MANHOLE REPLACEMENT 8" VCP 6-1B DEEP 30 FEET LONG 8" VCP 08 DEEP 10 FEET LONG so 49 aa ev el titiP3;.:Mg WM 8g8gg8 Eg g8 r n § g 12: g§§ ggg a " el V; §§ § §§§§§ §§ §§ gg g ggggg gg gg § g rn 6aa !lz rn g g 8 g NP NN P ?PPP?PN PP gg gg g ggggg gg gg gg gg g ggggg gg gg P g g T4 EXCAVATING . .... ;F-4Inr 8 gggg ZS gg S .11.P; g 888 PP P PPPPP PP rn § §§§§§ §§ §§ gg g ggggg gg gg P 8 g SY' 8 8 PIS PP P PPPPN PP NN Ug gg g ggggg gg gg 88 gg g ggggg 88 88 P g 8 2 1 0 P -,g, e• Go e• 4% 4* fro ca E itAX.-2 li ggge g gggg ;X gg gg X • g 8 VPS Ogg 8gg PP $ XXXXX xr rr gg g ggggg gg gg gg 888888 88 88 r g g g g g.g Y1=13 Ypi P ;PpP'p op, :IP gg gg g ggggg gg gg 88 88 8 ggggg 88 88 :7'4 g 8 KRAUS cossmucnoN co, tic go ee el 49 el P P E rbE&I°4 i§^ 8 8888 To."' Fi8 r 8 igg 88888 gv E ;EvEn vv 4.3 .. ..•. 88888888 88 8 Clarice Pearman - T -G Excavating Page 1 From: Clarice Pearman To: Jurgens, David Date: 3.22.06 5:08PM Subject: T -G Excavating David, The Council passed a resolution approving a construction contract with T -G Excavating Inc. There is no signed agreement attached. Please see that I get a signed original agreement so that I can continue processing the resolution. Thanks. Clarice Clarice Pearman - Res. 56-66:1-7-06, 58-06 Pige From: Clarice Pearman To: Jurgens, David Date: 3.28.06 5:26PM Subject: Res. 56-06, 57-06, 58-06 David, Attached are copies of the above resolutions passed by City Council, March 21, 2006. This will also that you have pick up the 4 of the five originals for T -G Excavating. You may pick the extra copies of the signed agreements. I will forward to the auditor the original purchase requisitions. Thanks. Clarice CC: Bell, Peggy Deaton, Vicki 1 1 1 1 December 2005 Contract Documents Sanitary Sewer Replacement and Rehabilitation Illinois River and White River Watershed Basins I-(1-5), I-(10-12), 1-16, 1-17, 1-19, W-2 and W-27 Prepared for the City of Fayetteville Fayetteville, Arkansas prepared by RJN Group, Inc. Consulting Engineers Dallas, Texas REGISTERED PROFESSIONAL A ENGINEER co * * * No. 8589 in association with a McClelland Consulting Engineers, Inc. Fayetteville, Arkansas ljn_group Icellence through Owrimrship January 13, 2006 Mr Larry Haney T -G Excavating, Inc. 26016 E. Admiral Place Catoosa, OK 74015 Subject: Fayetteville Sanitary Sewer Replacement & Rehabilitation, RJN #18195900 Addendum No.1 Dear Mr. Haney: www. rin.com Attached is Addendum No. 1. Please indicate receipt of the Addendum in the Contract Documents. The Addendum transmits, includes clarifications to items discussed at the mandatory Pre -Bid Conference held on January 5, 2005, changes to Specifications, and the BID FORM. Please attach the revised BID FORM to the Contract Documents. Should you have any further questions, please call the at (972) 4374300. Thomas A. Harris, P.E. Senior Project Manager xc: file 12160 Ablams R6ad aiite-400 Dallas, TX 75243 •- 972.437.4300 •fax 972.437.2707 CITY OF FAYETTEVILLE, ARKANSAS SANITARY SEWER REPLACEMENT and REHABILITATION ILLINOIS RIVER and WHITE RIVER WATERSHED BASINS I-(1-5), I-(10-12), 1-16, 1-17, 1-19, W-2 and W-27 STAG GRANT NO. 00105 -STAG -6 ADDENDUM NO. 1 January 11,2006 TO: ALL PROSPECTIVE BIDDERS The following changes shall be made part of the Construction Documents for the above project and area as follows: Replace the Bid Form with the attached Bid Form (29 pages). CLARIFICATION Bid item 18 may be installed by pipe bursting according to SECTION D2-19, however any costs for damage to property, trees, landscape, and any other structure or feature due to "ground heave" from the pipe bursting operation or associated with retrieval and removal of bursting equipment shall be at the sole expense of the contractor. INSTRUCTIONS TO BIDDERS Page 8 Change Paragraph Y. to read: ... damages as defined in the General Conditions of the Contract, if extensions of time are not granted by City of Fayetteville because of avoidable delas as defined in the General conditions of the Contract. Change Paragraph Z to read: ... terms and conditions of the Contrct Documents no later than 310 calendar days from Notice to Proceed. The Notice ... AGREEMENT Page 2 Change next to last paragraph to read: Page 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ...Notice to Proceed and to complete all work included in.this Contract to the point of substantial completion no later than 280 Calendar Days from the date of Notice to Proceed. Further agrees to complete all work to the point of final acceptance by the City of Fayetteville no later than 310 Calendar Days from the date of Notice to Proceed. SECTION D1-1 Page D1-1(5) Change paragraph A.6.r. to read: r. Project Sequence: Contractor shall construct projects LR122 to LR123 before any other project under this contract, followed by the construction of projects LR 119 to LR12 I , then projects LR116 to LR118. Upon completion of thc aforementioned projects, the Contractor may perform work on any of the remaining projects under this contract. SECTION D2-5 Page D2-5(2) Change paragraph B.4.b. to read: b. For manholes placed over sanitary sewer lines 15 -inches or smaller, the body of the insert shall be made of ultra high density, high molecular weight polyethylene copolymer virgin Marlex 50100 or equal meeting ASTM specification designation D1248 Class A, category 5, type 111, with a minimum impact brittleness temperature of -I80 degrees F. The thicicness shall be a minimum 0.187 (3/16") inches. For manholes placed over lines greater than 15 -inches in diameter, the manhole insert body shall be manufactured from 304 stainless steel with a thickness of not less than 18 gage, and be Rainstopper or approved equal. SECTION D2-9 Page D2-9(5) Delete paragraph C.2.c. Cement -Sand Fill in its entirety. Change C.2.d. to C.2.c. Page 2 Change C.2.e. to C.2.d. Change C.2.1 to C.2.e. Change C.2.g. to C.2.f. Page D2-9(7) Delete paragraph D.4. Unsuitable soil removal Change D.5. to D.4. Change D.6. to D.5. Change D.7. to D.6. in its entirety. SECTION D2-10 Page D2-10(1) Change paragraph B.3.ato read: a Street and Driveway Backfill: Street and Driveway backfill material .... Page D2-10(3) Add paragraph D.2.e. to read: e. Temporary Paved Surface Provide cold mix asphalt at a minimum depth of 2 inches for riding surface in all sewer trenches in paved areas. Page D2-10(4) Change paragraph D.4.a. to read: a. Tests shall be performed at two.(2) feet vertical intervals beginning at a level two (2) feet above the top of all installed pipes and continuing to the top of the completed backfill, at intervals along the trench not to exceed 300 linear feet, but no less than two (2) tests per segment, to assure required densities of 95 percent Modified Proctor in roadway and residential areas, and 90 percent Standard Proctor in non -roadway non -populated areas. Test reports shall be furnished to the Engineer upon completion of testing, as part of the qualification for acceptance of the installed manhole. The Engineer also expects to perform unannounced spot checks of the compaction tests for verification and control purposes. These spot checks will be performed by Engineer at Owner expense and will not be charged to the Contractor. However, the Contractor will be responsible for providing Page 3 • access and trench safety system to the level of trench back fill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the Engineer. Page D2-10(5) Add paragraphs E.3. E.4, and E.5. to read: No separate payment will be made for the 2 inches of cold m x asphalt placed as temporary pavement in trenches in the pavement area. 4. All costs involved in perfonning the trench compaction tests made by independent laboratories shall be considered subsidiary to other bid items. 5. No separate payment will be made for protecting repairing and/or replacing existing culverts. SECTION D2-13 Page D2-13(11) Change paragraph D.3. to read: Payment for connection of service laterals to the proposed replacement/relief sewer shall be at the Contract Unit Price indicated. Payment shall include four (4) linear feet of the service lateral which may be required to connect the service lateral to the proposed replacement/relief sewer. Payment shall also include trench backfill, restoration (except pavement) and testing. SECTION D2 -I9 Page D2 -I9(7) Change paragraph D.4. to read: 4. Television Inspection Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for "Cleaning and Television Inspection of Existing Sanitary Sewers". Page 4 1 Page D2-19(9) Change Paragraph F.3. to read: 3. Access Pits Access pits including all excavation, backfill and surface restoration (except pavement), shall be considered subsidiary to pipe installation and not paid for separately. Manholes removed and/or replaced for insertion or access shall only be paid at the unit price for manholes per Section D2-14 — Concrete Structures, when the construction plans call for removal and/or construction of a manhole. Othenvise, such removal and/or construction shall be considered subsidiary to the pipe installation cost. SECTION D2-24 Page D2-24(3) Change paragraph C.1.a.5. to read: 5) Pipe shall be sized by inside diameter. For example: an 8" designated pipe shall have at least an 8 -inch inside diameter, or next largest inside diameter. Page D2-24(4) insert as paragraphs I-1 and 1. the following: 11. All sags and grade problems in existing sewer lines shall be corrected as part of this project. If the pre -construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flow. If available, the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manhole and diverted to another sewer line or Page 5