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