HomeMy WebLinkAbout57-06 RESOLUTION111. ml • -••
RESOLUTION NO. 57-06
A RESOLUTION APPROVING A CONSTRUCTION
CONTRACT WITH OSCAR RENDA CONTRACTING IN THE
AMOUNT OF $7,014,948.00 FOR CONSTRUCTION OF
GRAVITY SEWER LINES FROM OLD WIRE ROAD TO
GREGG AND PORTER ROAD TO THE HAMESTRING LIFT
STATION, WL -1 & WL -3; AND APPROVING A 4% PROJECT
CONTINGENCY IN THE AMOUNT OF $280,000.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARICANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a
contract with Oscar Renda Contracting in the amount of $7,014,948.00 for construction of
gravity sewer lines from Gregg and Porter Road to the Hamestring Lift Station, WL -1 & WL -3.
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
4% project contingency in the amount of $280,000.00.
PASSED and APPROVED this 20 day of March, 2006.
APPROVE ATTEST:
By:
DAN COODY, Mayo
By: ilkd5C
' vt. E4S`' ••
SONDRA SMITH, City Clerk 4.c..153..f.c,\IY 0:e.,Vs
516.- • • ip tz
- . • _
FE
•• FAYETTEVILLE: ..1
_
r. • :.N.. 5
7;#-Z..' 1 co.• A. ..17
VP • • :9014**.)÷,
......... CI '''
''' 11114111111 %%%%%
DOCUMENT 00500 - AGREEMENT
BETWEEN TBE CITY OF FAYETTEVILLE AND OSCAR RENDA
CONTRACTING, INC.
Project Name:
Contract Name:
Contract No.:
RLF Project No.:
Wastewater System Improvement Project
Old Wire Road to Gregg Avenue Interceptor and Porter Road to Hamestring
Lift Station Interceptor
WL- I AVL -3
CS -0500803-03
THIS AGREEMENT is dated as of the d day of MAW+ in the year 2006 by and
between City of Fayetteville (hereinafter called Owner) and Oscar Renda Contracting, Inc.
(hereinafter called OSCAR RENDA CONTRACTING, INC.).
ARTICLE el - WORK
1.01 OSCAR RENDA CONTRACTING, INC. shall complete all Work as specified or
indicated in the Contract Documents. The Work under this Contract is generally
described as follows:
Construction of approximately 30,831 linear feet of wavily sewer main, 8 -inch
through 36 -inch diameter, mostly 2I -inch through 36 -inch, 116 new manholes,
removal and or abandonment of 114 manholes, 632 linear feet of 48 -inch bore and
jack, 503 linear feet of 42 -inch bore and jack, 880 linear feet of 36 -inch bore and
jack, creek crossings and related work, along Hamestring Creek and Mud Creek in
the northern part of Fayetteville, Arkansas.
1.02 The Contract for which the Work under the Contract Documents may be the whole or
only a part is generally described as follows:
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
00500 -WL I &3 Agreemeni-Bidder.doc 00500 — I •
DOCUMENT 00500 — AGREEMENT (continued)
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.
ARTICLE 2- ENGINEER
2.01 The Contract has been designed by MN GROUP, INC. RN GROUP, INC. assumes
all duties and responsibilities, and has the rights and authority assigned to KIN
GROUP, INC. in the Contract Documents in connection with completion of the
Work in accordance with the Contract Documents. •
ARTICLE 3- CONTRACT TIME
3.01 TIME OF THE ESSENCE:
All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will be Substantially Completed within Three Hundred Thirty
(330) consecutive calendar days after the date when the Contract Times
commence to run as provided in the GENERAL CONDITIONS. Substantial
completion shall mean all line work and manholes installed and tested
according to the specifications outlined in Division 02, all surface restoration
completed including but not limited to disturbed wetlands, fences, pavement,
etc. The project shall be completed and ready for final payment in
accordance with the GENERAL CONDITIONS within Three Hundred
Sixty-five (365) consecutive calendar days after the dale when the Contract
Times commence to run.
00500 -WL I &3 Agreement-Bidder.doc 00500 — 2
DOCUMENT 00500— AGREEMENT (continued)
3.03 LIQUIDATED DAMAGES:
THE CITY OF FAYETTEVILLE and OSCAR RENDA CON1RACTING,
INC. recognize that time is of the essence of this Agreement and that THE
CITY OF FAYETTEVILLE will suffer financial loss if the Work is not
completed within the time specified above, plus any extensions thereof
allowed in accordance with the GENERAL CONDITIONS. The parties also
recognize the delays, expense, and difficulties involved in proving the actual
loss suffered by THE CITY OF FAYETTEVILLE if the Work is not
Substantially Completed on time. Accordingly, instead of requiring any such
proof, THE CITY OF FAYETTEVILLE and OSCAR RENDA
CONTRACTING, INC agree that as liquidated damages for delay (but not
as a penalty) OSCAR RENDA CONTRACTING, INC. shall pay THE CITY
OF FAYE1TEVILLE One Thousand Dollars ($1,000.00) for each calendar
day that expires after the time specified above in Paragraph 3.02 for
Substantial Completion until the Work is Substantially Complete. After
Substantial Completion, if OSCAR RENDA CONTRACTING, INC. shall
neglect, refuse, or fail to complete the remaining Work within the time
specified in Paragraph 3.02 for completion and readiness for final payment or
any proper extension thereof granted by THE CITY OF FAYETTEVILLE,
OSCAR RENDA CONTRACTING, INC. shall pay THE CITY OF
FAYETTEVILLE One Thousand_Dollars ($1,000.00) for each calendar day
that expires after the time specified for completion and readiness for final
payment.
ARTICLE 4- CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and OSCAR RENDA
CONTRACTING, INC. agrees to accept, as full and final compensation for all work
done under this agreement, the amount based on the prices bid in the Proposal which
is hereto attached, for the actual amount accomplished under each pay item, said
payments to be made in lawful money of the United States at the time and in the
manner set forth in the Specifications.
00500 -WL I &3 Agreement-Biddendoc 00500 — 3
DOCUMENT 00500 — AGREEMENT (continued)
4.02 As provided in the General Conditions estimated quantities are not guaranteed, and
measurements and determinations of actual quantities and classifications are to be
made by TUN GROUP, INC. as provided in the General Conditions.
4.03 THE CITY OF FAYETTEVILLE shall pay OSCAR RENDA CONTRACTING,
INC. for completion of the Work in accordance with the Contract Documents an
amount in current funds equal to the sum of the amounts determined pursuant to
paragraphs below:
For all Work, at the prices stated in OSCAR RENDA CONTRACTING,
INC.'s Bid, attached hereto as an Exhibit.
4.04 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 5- PAYMENT PROCEDURES
a 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
•
A. OSCAR RENDA CONTRACTING, INC. shall submit Applications for
Payment in accordance with the GENERAL CONDITIONS. Applications
for Payment will be processed by THE CITY OF FAYETTEVILLE as
provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS RETAINAGE:
A. THE CITY OF FAYETTEVILLE shall make progress payments on account
of the Contract Price on the basis of OSCAR RENDA CONTRACTING,
INC.'s Applications for Payment as recommended by RJN GROUP, INC. on
or about the 20"dayof each month during construction. All such payments
will be measured by the schedule Of values established in the GENERAL
CONDITIONS (and in the case of Unit Price Work based on the number of
units completed) or, in the event there is no schedule of values, as provided
in the General Requirements.
00500-WL1&3 Agreement-Bidder.doc 00500 —4
DOCUMENT 00500 — AGREEMENT (continued)
1. Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
Jess the aggregate of payments previously made and less such
amounts as AIN GROUP, INC. shall determine, or THE CITY OF
FAYETTEVILLE may withhold, in accordance with the GENERAL
CONDITIONS.
a. 90% of Work Completed (with the balance being retainage). If
Work has been 50% completed as determined by RJN GROUP,
INC. and if the character and progress of the Work have been
satisfactory to THE CITY OF FAYETTEVILLE and RJN
GROUP, INC., THE CITY OF FAYETTEVILLE on
recommendation ofRIN GROUP, INC. may determine that as .
long as the character and progress of the Work subsequently
remain satisfactory to them a 5 percent retainage will be
withheld on the remaining progress payments prior to Substantial
Completion; and
b. 100% of Equipment and Materials not incoiporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to THE CITY OF FAYETTEVILLE
as provided in the GENERAL CONDITIONS.
Upon Substantial Completion, THE CITY OF FAYETITVILLE
shall pay an amount sufficient to increase total payrnents to OSCAR
RENDA CONTRACTING, INC. to 95% of the Contract Price (with
the balance being retainage), less such amounts as RJN GROUP,
INC. shall determine, or THE CITY OF FAYETTEVILLE may
withhold, in accordance with the GENERAL CONDITIONS.
5.03 FINAL PAYMENT':
Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, THE CITY OF FAYETTEVILLE shall pay the
00500 -WL I &3 A greement-Bidder.doc 00500 — 5
DOCUMENT 00500— AGREEMENT (continued)
remainder of the Contract Price as recommended by RJN GROUP, INC. and
as provided in the GENERAL CONDITIONS.
ARTICLE 6 - OSCAR RENDA CONTRACTING, INC.'S REPRESENTATIONS
6.01 In order to induce THE CITY OF FAYETTEVILLE to enter into this Agreement,
OSCAR RENDA CONTRACTING, INC. makes the following representations:
A. OSCAR RENDA CONTRACTING, INC. has examined and carefully
studied the Contract Documents including the Addenda and other related
data identified in the Bid Documents.
OSCAR RENDA CONTRACTING, INC. has visited the Site and become
familiar with and is satisfied as to the general, local, and Site conditions that
may affect cost, progress, performance, and furnishing of the Work.
OSCAR RENDA CON I RACTING, INC. is familiar with and is satisfied as
to all federal, state, and local Laws and Regulations that may affect cost,
progress, performance, and furnishing of the Work.
D. OSCAR RENDA CONTRACTING, INC. has carefully studied all:
(I) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous
to the Site; and
(2) reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. OSCAR RENDA CONTRACTING, INC.
acknowledges that THE CITY OF FAYETTEVILLE and RJN
GROUP, INC. do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the
Contract Documents with respect to Underground Facilities at or
contiguous to the Site.
• 00500-WL1&3 Agreement-Bidder.doc 00500 — 6
•
1
1
1
1
1
1
1
1
1
DOCUMENT 00500 — AGREEMENT (continued)
E. OSCAR RENDA CONTRACTING, INC. has obtained and carefully studied
(or assumes responsibility of having done so) all such additional
supplementary examinations, investigations, explorations, tests, studies, and
data concerning conditions (surface, subsurface, and Underground Facilities)
at or contiguous to the Site or otherwise which may affect cost, progress,
performance, and furnishing of the Work or which relate to any aspect of the
means, methods, techniques, sequences, and procedures of construction to be
employed by OSCAR RENDA CONTRACTING, INC. and safety
precautions and programs incident thereto.
OSCAR RENDA CONTRACTING, INC. does not consider that any
additional examinations, investigations, explorations, tests, studies, or data
are necessary for the performing and furnishing of the Work at the Contract
Price, within the Contract Times, and in accordance with the other terms and
conditions of the Contract Documents.
OSCAR RENDA CONTRACTING, INC. is aware of the general nature of
work to be performed by THE CITY OF FAYETTEVILLE and others at the
Site that relates to the Work as indicated in the Contract Documents.
11 OSCAR RENDA CONTRACTING, INC. has correlated the information
known to OSCAR RENDA CON1RACTING, INC., information and
observations obtained from visits to the Site, reports and drawings identified
in the Contract Documents, and all additional examinations, investigations,
explorations, tests, studies, and data with the Contract Documents.
OSCAR RENDA CONTRACTING, INC. has given RJN GROUP, INC.
written notice of all conflicts, errors, ambiguities, or discrepancies that
OSCAR RENDA CONTRACTING, INC. has discovered in the Contract
Documents and the written resolution thereof by JUN GROUP, INC. is
acceptable. to OSCAR RENDA CONTRACTING, INC..
00500-WLI&3 Agreement-Bidder.doc 00500 — 7
•
•
DOCUMENT 00500 —AGREEMENT (continued)
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions forperformance and furnishing of
the Work.
•
ARTICLE 7- CONTRACT DOCUMENTS
701 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between
THE CITY OF FAYETTEVILLE and OSCAR RENDA CONTRACTING,
INC. concerning the Work consist of the following and may only be
amended, modified, or supplemented as provided in the GENERAL
CONDITIONS:
This Agreement.
Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. OSCAR RENDA CON I RACTING, INC.'s Bid.
c. Documentation submitted by OSCAR RENDA
CONTRACTING, INC. prior to Notice of Award.
d. OSCAR RENDA CONTRACTING, INC.'s Act of Assurance
Form.
Performance, Payment, and other Bonds.
General Conditions.
MBE / WBE Compliance Evaluation Form.
Supplementary Conditions.
Labor -Related Regulations.
00500 -WL I &3 Agreement -Bidder. doe 00500— 8
DOCUMENT 00500 — AGREEMENT (continued)
8. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title:
Old Wire Road to Gregg Avenue Interceptor and Porter Road to
Hamestring Lift Station Interceptor, Project WL I /WL -3
10. Addenda numbers one to four, inclusive.
11. The following which may be delivered or issued Mier the Effective
Date of the Agreement and are not attached hereto: Al] Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
ARTICLE 8- MISCELLANEOUS
8.01 TERMS:
Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
00500 -WL I &3 Agreement-Bidder.doc 00500 — 9
•
DOCUMENT 00500 — AGREEMENT (continued)
8.03 SUCCESSORS AND ASSIGNS:
THE CITY OF FAYETTEVILLE and OSCAR RENDA CONTRACTING,
INC. each binds himself, his partners, successors, assigns, and legal
representatives to the other party hereto, its partners, successors, assigns, and
legal representatives in respect to all covenants, agreements, and obligations
contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon THE CITY
OF FAYETTEVILLE and OSCAR RENDA CONTRACTING, INC., who
agree that the Contract Documents shall be reformed to replace such stricken
provision or part thereof with a valid and enforceable provision that conies as
close as possible to expressing the intention of the stricken provision.
8.05 OTHER PROVISIONS: Not Applicable.
8.06 CONTROLLING LAW
This Agreement shall be subject to, interpreted and envorced according to the
laws of the State of Arkansas without regard to any conflicts of law
provisions.
8.07 ARKANSAS 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). ]fa Freedom of Information Act request is presented to the CITY
OF FAYETTEVILLE, OSCAR RENDA CONTRACTING, 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-
101 el seq.). Only legally authorized photocopying costs pursuant to the
FOIA may be assessed for this compliance.
00500 -WL] &3 Agreement-Bidder.doc 00500 — 10
DOCUMENT oosim — AGREEMENT V (con tin II ed)
IN WITNESS WHEREOF, THE CITY OF FAYETTEVILLE and OSCAR RENDA
CONTRACTING, INC. have signed this Agreement in quadruplicate. One
counterpart each has been delivered to THE CITY OF FAYETTEVILLE, OSCAR
RENDA CONTRACTING, INC., and RJN GROUP, INC. An portions of the
Contract Documents have been signed, initialed, or identified by THE CITY OF
FAYETTEVILLE and OSCAR RENDA CONTRACIING, INC.
This Agreement will be effective 011
Effective Date of the Agreement.
,2006, which is the
OSCAR RENDA CONTRACTING, INC. Cit of Fa tteville
Roanoke
By:
Title:
exa
Attest
(SEAL)
Address for giving notices
License No. _123C61(0071:10
•
Agent for Service of process
(If OSCAR RENDA CONTRACTING, INC.
is a cotporation, attach evidence of authority
to sign.)
Fa ettevi
By:
Title. Ma
lllll IIIIIIff
tteV<VMT •
•jIY 0».
(SEAL)
Attest
•
to.
E :FAYETTEVILL
%Ids.1*CA N
llllll
Address for giving notices
it3 KotAdni-ein
Rarifwifiet At. 7;/.701
(If Owner is a public body, attach
evidence of authority to
sign and resolution or other documents
authorizing execution of Agreement)
Approved As lo F
By:
Attorney For: City of Fayetteville
END OF DOCUMENT 00500
00500 -WL I &3 Agreement-Didder.doc
00500 — II
ACORal CERTIFICATE OF LIABILITY INSURANCE
DATE IMMIDD/TYYYI
2/14/2006
ADD'L
INSID
PRODUCER . m(817)737-4947
K & S Group, Inc.
Frank Siddons Ins. Fort Worth
4021 Hwy 377 South
Fort Worth TX 76116
THIS
ONLY
' HOLDER
ALTER
POLICY EFFECTIVE
DATE (MMIDDITY)
CERTIFICATE
AND
THE
M ISSUED AS A MATTER
CONFERS NO RIGHTS UPON
THIS CERTIFICATE DOES NOT
COVEFtAGE' AFFORDED BY
THE
THE
AMEND,
POLICIES
OF
11/01/2005
INFORMATION
CERTIFICATE
EXTEND
BELOW.
OR
INSURERS AFFORDING COVERAGE
Rik #
INSURED
Oscar Renda Contracting,
522 Benson Lane
Roanoke
Inc.
TX 762626397 •
INSURER A: Zurich Insurance
COMMERCIAL GENERAL
INSURER B: Great American Insurance
INSURER C: Hanover Insurance Company
INSURER II
CLAIMS MADE
INSURER E:
OCCUR
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY
REQUIREMENT, TERM OR CONDITION.OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POL CIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR
LTR
ADD'L
INSID
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDDITY)
POLICY EXPIRATION
DATE (MWDD/TY)
LIMITS
A
/
GENERAL LIABIUTY
CPO 5916936-00
11/01/2005
11/01/2006
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
PREMISES (Ea cccumance)
$ 300,000
X
COMMERCIAL GENERAL
LABILITY
CLAIMS MADE
X
OCCUR
MED EXP (Any ape person) '
$ 5,000
PERSONAL 3 ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP/OP AGG
$ 2,000,000
GEN1
AGGREGATE LIMIT APPLIES
PER:
X
POLMY
X n
1 ILOC
A
AUTOMOBILE
UABIUTY
BAP 5916935-00
11/01/2005
11/01/2006
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
ANY AUTO
BODILY INJURY
(Per person)
$
ALL OVVNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
X
HIRED AUTOS •
X
NON-OVVNED AUTOS .
PROPERTY DAMAGE
(Per accident)
$
GARAGE
UABIUTY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
ANY AUTO
AUTO ONLY:
AGO
$
B
EXCESS/UMBRELLA
LIABILITY
EACH OCCURRENCE
$ 10,000,000
AGGREGATE
$ 10,000,000
X
OCCUR
CLAIMSMMIE
$
$
DEDUCTIBLE
$
X
RETENTION $ 10 , 000
A
WORKERS
EMPLOYERS
ANY
OFFICEILMEMBER
dyes,
SPECIAL
PROPRIETOWPARTNEFUEXECIIRVE
descnbe
PROVISIONS
COMPENSATION AND
UABIUTY
EXCLUDED?
under
below
WC 5916937-00
11/01/2005
11/01/2006
Y
ITMNi-s
TP -
E.L. EACH ACCIDENT
1,000,000
ELOMEASE-EAEMPLOYEES
1,000,000
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
C
°MIER Contractor's
Equipment
=8163047
11/01/2005
11/01/2006
Al]. Risk Subject to policy
limitations & exclusions,
desductibles are various.
DESCRIPTION
Project:
Waiver
from
OF OPERATIONS/LOCATIONSNEHICLES/EXCUUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Old Wire to Gregg Interceptor and Porter to Hamstring Interceptor Contract # WL -1 & W1-3
of Subrogation- and Additional Insured in favor of the Certificate Holder. Professional Liability is excluded
the additional insured.
11 NW. 1 1- 1 ••••YON•••• ‘
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
SHOULD ANY OF THE ABOVE
EXPIRATION DATE THEREOF,
30 DAYS WRITTEN NOTICE
DESCRIBED POLICIES BE CANCELLED BEFORE THE
THE ISSUING INSURER WILL ENDEAVOR TO MAIL
TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT
NO OBUGATION OR LIABILITY OF ANY KIND UPON THE
FAILURE TO 00 SO SHALL IMPOSE
INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Steven Siddons/BILLY
I
/
ACORD 25(2001/08)
INS025 (0108).06 AMS
VMP Mortgage Solutions, Inc. (800)327-0545
®ACORDCORPORA
Page 1 of 2
L3L-
ACORD
Th. CERTIFICATE
OF LIABILITY INSURANCE
DATE (MINDDIVYY19
2/14/2006 .
TYPE OF INSURANCE
PRODUCER
K 6 S Group, Inc.
Frank Siddons Ins.
4021 Hwy 377 South
Fort Worth
FAX (817)737-4947
Fort Worth
TX 76116
HMS
ONLY
HOLDER.
ALTERTHECOVERAGEAFRNMEDBYTHEPOLICMSBELOW.
LIMITS
CERTIFICATE
AND
THM
CONFERS
CERTIFICATE
M ISSUED AS A MATTER
NO RIGHTS UPON
DOES NOT
OF
THE
AMEND,
INFORMATION
CERTIFICATE
EXTEND
OR
MSURERSAFFOMINSCOVERASE
NMC#
INSURED
Oscar Renda Contracting, Inc.
522 Benson Lane
....
Roanoke TX 762626397
INSURER At Zurich Insurance
INSURER o. Great American Insurance
iNsuRERc:Hanover Insurance Company
INSURER D:
INSURER E:
COMMERCIAL GENERAL LIABILITY
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
ADM
INSRD
TYPE OF INSURANCE
POUCY NUMBER
POLICY EFFECTIVE
DATE (MMIDDNY)
POLICY EXPIFtATION
DATE (MM/DD/YY)
LIMITS
A
GENERAL LIABILITY •
EACH OCCURRENCE
$ 1,000,000
-DAMAGE
X
COMMERCIAL GENERAL LIABILITY
TO RENTED
PREMISES (Ea occurrence)
300,000
CLAIMS MADE
X
OCCUR
MED EXP (Any one person)
5,000
PERSONAL & ADV INJURY
$ 1,000,000
CPO 5916936-00
11/01/2005
11/01/2006
GENERAL AGGREGATE
$ 2,000,000
GESIL
AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPADP AGG
$ 2,000,000
X
POUCY
X
Mi
1 Iioc
A
AUTOMOBILE UABILITY
COMBINED SINGLE Mil'
$ 1,000,000
X
ANY AUTO
(Ea accident)
FJ_L OYVNED AUTOS
BODILY INJURY
$
SCHEDULED AUTOS
(Per person)
X
HIRED AUTOS
,
BODILY INJURY
$
X
NON -OWNED AUTOS
(Per accident)
BAP 5916935-00
11/01/2005
11/01/2006
PROPERTY DAMAGE
1
(Per accident)
GARAGE
UABIUTY
AUTO ONLY - EA ACCIDENT
X
ANY AUTO
OTHER THAN EA ACC
$
AUTO ONLY: AGG
$
B
EXCESWUMBRELIA
LIABILITY
EACH OCCURRENCE
$ 10,000,000
X
OCCUR
CLAIMS MADE
AGGREGATE
$ 10,000,000
$
DEDUCTIBLE
$
X
RETENTION $ 10,000
$
A
WORKERS
COMPENSATION AND
cy
x
WC STATU-
TORY LIMITS
OTH-
ER
EMPLOYERS LIABIUTY
E.L. EACH ACCIDENT
I 1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
WC 5916937-00
11/01/2005
11/01/2006
EL DISEASE-EAEMPLOYEE
$ 1,009/000
II yes. describe under
SPECIAL PROVISIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
C
OTHER
Contractor's
Equipment
IHD8163047
11/01/2005
11/01/2006
All Risk Subject to policy
limitations s exclusions,
desductibles are various.
DESCRIPTION
Project:
Waiver
from
OF OPERATIONSROCATIONSNEHICLESEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS .
Old Wire to Gregg Interceptor and Porter to Hamestring Interceptor Contract # WL -1 S W1-3 .
of Subrogation and Additional Insured in favor of the Certificate Holder. Professional Liability is excluded
the additional insured.
....G.n e IF non 11— 1 MOImiallmiN
(972)437-2707
RJG Group, Inc.
Attn: Tom Harris
12160 Abrams Road
Suite 400
Dallas, TX 75243
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
FAILURE TO DO SO SHALL IMPOSE NO OBUGATION OR UABIUTY OF ANY KIND UPON THE
INSURER, ITS AGENTS OR REPREKENTATWES.
AUTHORIZED REPRESENTAkTylVE
-709 opci- der56-Lx0
Steven Siddons/BIL ---
... .
ACORD25(2001106)
I MC AOC fn. nen na A MC
NAM kAnrincene eaboir.ne Irr MAI)11,7.rig4g
Peru:tied,
David Jurgens
Submitted By.
City of Fayetteville
Staff Review Form
dity Council Agenda Items
Or
Contracts
4 -Mar -06
City Council Meeting Date
Water/Wastewater
Division
Action Required:
r.
tires;
3/a7/o6
S7-0
050( ken(' a
(Odra et I r15
v) L-- I OL -3
Water/Wastewater
Department
Approval of a construction contract with Oscar Renda Contracting, as approved by the Sewer Committee, in the
amount of $7,014,948.00, for construction of the gravity sewer lines from Old Wire Road to Gregg and Porter Road
to the Hamestring Lift Station, WL -1 and 3, and approve a 4% contingency of $280,000.00. Funds are available in
Fiscal Year 2006 WSIP budget.
$7,294,948.00
Cost of this request
4480-9480-5315.00
Account Number
02133.0312
Project Number
Budgeted Item
XX
105,920,694.00
Category/Project Budget
83,414,779.00
Funds Used to Date
22,505,915.00
Remaining Balance
Budget Adjustment Attached
Wastewater System Imp Project
Program Category / Project Name
Water and Wastewater
Program / Project Category Name
Water/Sewer
Fund Name
Departm
Dire tor
City Attorney
Finance and Internal Service Director
Mayor
14 ate 06
Date
g 04 -
Date
)A 46
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
•
•••••••"----..%
Received in
tity Clerk
EN RE
Ir7
Office
Received in Mayor s Office
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 Directo
Date: February 16, 2006
ow,
Subject: Approval of a construction contract with Oscar Renda Contracting, as approved by the
Sewer Committee, in the amount of $7,014,948.00, for construction of the gravity Sewer lines from
Old Wire Road to Gregg and Porter Road to the Hamestring Lift Station, WL -1 and 3, and approve
a 4% contingency of $280,000.00. Funds are available in Fiscal Year 2006 WSIP budget.
RECOMMENDATION
Fayetteville Sewer Committee and City Administration recommend approval of a construction
contract with Oscar Renda Contracting., in the amount of $7,014,948.00, for construction of the
gravity sewer lines from Old Wire Road to Gregg and Porter Road to the Hamestring Lift Station,
WL -1 and 3, and approve a 4% contingency of $280,000.00.
BACKGROUND
The City received four bids for this project, as follows:
Oscar Renda $ 7,014,948.00 (low bid)
Kraus Const 9,737,357.00
S. J. Lewis 8,169,975.82
Perma Corporation 15,349,406.60
Engineer's Estimate $ 8,765,122.00
The project entails installing construction of approximately 30,831' of mostly 21-36" gravity sewer
main, 116 new manholes, remove and/or abandon 114 manholes, install 2,015' of 36-48" bore and
jack, and related work, along Hamestring Creek and Mud Creek, from the existing Old Wire Road
Lift Station to the Gregg Avenue Lift Station, and from the existing Porter Road Lift Station to the
new Hamestring Lift Station.
DISCUSSION
The bid has been reviewed by RJN Group, the Engineer; their letter recommending award is
attached. The Arkansas Natural Resources Commission will complete their review prior to contract
award.
Oscar Renda is out of Arlington Texas. Although they have not performed any work in this area,
their references are excellent and we seldom have local projects large enough to attract them.
BUDGET IMPACT
Funds are available in Fiscal Year 2006 budget. This contract will be funded by sales tax bond
proceeds or by a sales fax based Revolving Loan Fund loan.
WL -I and3 Oscar CCManoFeb06.doc
RESOLUTION NO.
A RESOLUTION APPROVING A CONSTRUCTION CONTRACT
WITH OSCAR RENDA CONTRACTING IN THE AMOUNT OF
$7,014,948.00 FOR CONSTRUCTION OF GRAVITY SEWER LINES
FROM OLD WIRE ROAD TO GREGG AND PORTER ROAD TO
THE HAMESTRING LIFT STATION, WL -1 & WL -3; AND
APPROVING A 4% PROJECT CONTINGENCY IN THE AMOUNT
OF $280,000.00.
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 Oscar Renda Contracting in the amount of
$7,014,948.00 for construction of gravity sewer lines from Gregg and Porter Road
to the Hamestring Lift Station, WL -1 & WL -3 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 Fayettv4iIIIKArk nsas
hereby approves a 44 project contingency in the amount of /IWO.
PASSED and APPROVED this 21st day of March, 2006.
Ni1:600DY, Mayor
ATTEST:
By
StINDRAMI H City Clerk
rj n group
Excellence through -ownership
February 9, 2006
Mr. Dave Jurgens, P.E.
City of Fayetteville
Director Water and Wastewater
113 West Mountain Street
Fayetteville, AR 72701
www.qn.com
Subject: Bid 06-05
Fayetteville WL-1/WL-3 Old Wire to Gregg Interceptor and Porter to Hamestring
Interceptor
RJN#18187500
Dear Mr. Jurgens:
•
RJN has reviewed and processed the Contractor Bids for the above referenced project. All bids
are correct as submitted by each contractor. Oscar Renda Contracting, Inc. is certified to be the
low bidder with a total bid amount of seven million fourteen thousand nine hundred forty-eight
and no cents ($7,014,948.00).
RJN has checked references supplied by Oscar Renda Contracting, Inc. All references checked
have stated that Oscar Renda's work has been excellent and completed on time. Oscar Renda
Contracting, Inc. has completed projects of similar in nature, with many projects having a total
cost of over $4 Million, and has completed two projects within the past three years that each
exceed $21 Million.
RJN recommends that the contract for Bid 06-05 in the amount of $ 7,014,948.00 be awarded to
the low bidder, Oscar Renda Contracting, Inc.. Attached are the documents submitted by Oscar
Renda Contracting, Inc. that demonstrate a good faith effort in utilizing MBE/WBE firms.
Should you have any further questions, please call me at (972) 437-4300.
Thomas A. Harris, P.E.
Senior Project Manager
xc: file
•
•
26 East Meadow #8 • Fayetteville, AR 72701 • 479.444.6119 • fax 479.444.6119
un9eltN9J. PiEl
tt
47
tAttt!:88fl1666
33
668884:188=8888Z88
'
Othth-4thth•wh4"
g
3
z
0
Bld Date: Januraty 27, 2006
CITY OF FAYETTEVILLE
OLD WIRE TO GREGG AVENUE INTERCEPTOR 1 PORTER ROAD TO HAMESTRING LIFT STATIN INTERCEPTOR
PROJECT 140. WL-11INL-3
w68th
I 538
t
8
EThr
R-
605
..4-.aaaa
0
wa
1 -71M -5r
880
o
w
632
675
to
'6
--48
En=
r.30
1r64
w
.a
a
a
1 13
233
a--•
w
302
6
r84
0.6P+0+J_4
8
Se
°I
a3
ha
227
IZI
1r23
1 Quantity
m
<
1 SF
cm
-c-c<
EA
OrommrmmmrrrrrrrrOrrrrrMrrrrrr
<Col
ppMppy.MMCOmMT(MMTIMMymmmmmm
1 LF
r
m
1 LF
rIll
m>
1./r
Tm<mMrr
)0
M
>
>
MO
C
a.
X)
A
g
2
0
R
El,
C0
A
F,
•
'Remove 8 Replace Concrete Sidewalk
'Remove and Replace Concrete Paving
'Remove and Replace Asphalt Trails and Paths
'Remove and Replace Asphalt Paving
0
g
.‹
0
Mock Rip -Rap
(Trench Compaction Test
'Trench Foundation Material
'Temporary Plug in New Sewer
[Service Lateral Cleanout
'Extension of Service Lateral
'Connect SeMce Lateral
g
N
o
F
g
a
z
E
=
o
6
'Remove Existing manhole
'Tree Protection and Pruning
go
A§
a
p
w6
gM
aK
0=
V
a
CD
g
6
0
2,
a
n
0
6
,
136" Steel Encasement by Bore and Jack
147 Steel Encasement By Bore and Jack
kft" Steel Encasement By Bore and Jack
136- Steel Encasement By Open Cut
148- Steel Encasement By Open Cut
Mock Excavation
'Trench Excavation and Saatchi' (20-24 feet)
'Trench Excavation and Backfill (16-20 feet)
'Trench Excavahon and Backfill (12-16 feet)
'Trench Excavation and Backlit' (8-12 feel)
'Trench Excavation and Saatchi' (0-8 feet)
124" Lined DIP Manhole Stubout
18" Lined DIP Sewer Pipe
18" Sewer Pipe and embedment
110" Sewer Pipe and embedment
112" Sewer Pipe and embedment
118" Sewer Pipe and embedment
121' Sewer Pipe and embedment
124" Sewer Pipe and embedment
I21 Sewer Pipe and embedment
I30" Sewer Pipe and embedment
Mir Sewer Pipe and embedment
'Construct 48" Dia, Drop Manhole
'Construct 48" Dia. Manhole, Extra Depth
'Construct 48" Dia. Manhole
[Construct 60" Dia, Drop Manhole
'Construct 60" Dia, Manhole, Extra Depth
'Construct 60- Dia. Manhole
'Construct 72" Dia. Manhole (All Depths)
'Construction Staking
0
g
9
1
..:.
g
2
m
n
a
co
a
a
0
2
g
n
. • • Item Descdption
arna
to4.4g8
im
8St
0
8
5,400
co6fl�4&SM
m.-•
V
A
8
Ls 6,000
27,225
tan§
aa
mr
5 50,0001
.
-Lou
..+6
00
WO
so
484,000
Is 301,800
410,800
awn+
..
wo-4
o.04...
§t§§§
w
a
333.030-1
5 562,048
aaeormta
0
-•-•-•coo
001.1JA
T888'428888
-Ault
CD
+0.4%
.69a
_,r
J
ln
5 340.6801
al
_4
0
CD
0
8
Is 71,4841
tm000
swans
W-LaWCN3ag
000+
-a-maa
888gtttt
w
eeta
I
RJN Group
Engineers
Estimate
amaaa
Pe9'0P
888g8
Ar.)t.)
Is 100.00
a
01
P
8
1$ 20rn00.00
aavevaaaa«m«aaaa
-J.....
88888888888.888
g§§§g§8
.71
P
0'0000P
rJ
"8-641.
1 $ 220.00
aaaa
. 8gath
8888
.
PP
14 20.00
aaaa
atth-4
P.
8888
th°
1 $ 75.00
Is ao.oa 1
4a4a«a«avaa
880440tgttgl
88888888
NJ
10
g
aa
g
g
1 $ 4,800.00
aaa
P
tat
888
*Unit Cost
Oscar Ronda Contracting
522 Benson Lane
Roanoke, TX 76262
Ofc: (817)491-2703
FAX: (817)491-1627
Contractors Bidding Project
aa,
-,
05.'
LI
g§
88
(5 24.210.00
1 63.600.00
I
a
8
g
6
o
$ 1,200 00
$ 118,040.00
I $ 20,000.00
1 $ 4,235.00
ataaaaaag
Nri.
§§§§iii
8888888
-b.-'
1 14,653.00
aa
- ti
oo
oo
a
...
-
1 $ 301,800.00
1 $ 442,400.00
alam
00A
-4.00.-ip
-cota:ao.a04
888888
888888
a..
aa
NOD
a
1 $ 351,280.00
1 $ 43340.00
ama
o.la
888
888
+
0
$ 8475.00
aaaa
'4`Po
--.--.0-ta
8888
8888
M-
400.800.00.]
«a«
O0 ga.
00:4
‘J'ao
888
888
I_$ 31,800.00
ocr000'so s
$ 40,600.00
g
bb
8g
88
«
N
0
$ 6,500.00
aa
-A
SI
"-Lip
TE;ig
88
Total Amount •
mom
aiaaaa
1 $ 750.00
aa«
w
s swim
$ 100.00
I S100.00
«
aaaa
-•6)
1 $ 735.00
1 $ 685.00
1 $ 775.00
arnaaaa««««
aaaaa
$ 140.00
aaa
220.00
«
$ 12,100.00
aaaaa
w
, Unit Cost
S.J. Louis Construction
520 South 61h Street
Mansfield, TX 76063
Ofc: (817)477-0320
FAX: (817) 477-0552
PPPPP
88888
.-4
Up
J§N
0.5.71
g88
P
N
§§§§-.8
888888
P
00
0
"
Pg$20°044r4W4
88822.9:26
N
88888888
-6-1-.
-•
Y)fl
888
P
P
g
8
EliNg
88888
'493
wa
a
NA--
r
88
-1
A
1 40,350.00
aaaa
aa
-VL
§§g
8888
1 20,000.00
aaaa
'
8888
ag
.
§
1 2.000.00
aaaa
mmaa
P000
§•
88
§
§gn
oo
oo
a
1 $ 35,000.00
1 646,800.00
-
gttt
bbbo
0000
ma
86
1 $ 224,100.00
08A
oincorib
0mo
4+4
0_.
68
+444(4
ao
)
bi
546.00
lama«
.'
-.'os'o
W08
bbog
000
ii8
0
1 $ 267,546.00 1
$ 2,175,132.001
aaaaa
A0
74Pr"0
.....
S
tham0?Jots6ow
PE
o00P0
8800
-4
oo
$ 360,000.00 1
84.700.00
I s
a«
00
8g
a
8,800 .00]
«a
fiN
0SO8
88
w
Total Amount
mml
690000
.
88888
.
.
.
..
$ 2,400.00
0
8
$ 40,000.00
4469
coo"
88
+
1 $ 800.00
000
888888o
?-'NP
a
.
.t'
.....
0
0
000
aoo
+
P
o
o
o
Is 810.00
1 $ 830.00
Is 230.001
1 $ 260.001
+4444444
5
8888
4
0
s lino]
CO
P
8
1 $ 3,500.00 I
to
mom
PPP
888
Is 70.001
+44444444444
-4wwwa-88igg
PPPPP
888888
r'
4
1 $ 12,000.00 1
6900
6§.
PP
888
P0
+
8S
1$ 420.00 1
1$ 7,400.00 1
+44444
r41
§+§
888
+
i
'2.
, Unit Cost --1
Kraus Construction Co., LLC
P.O. Box 5170
Fort Smith, AR 72913
Ofc: (479) 783-6017
FAX: (479) 783-3479
maiesama«
68$8.888
ggggs•
a
a
00
-g•
a
g
1 $ 40,000.00
1 $ 20,570.00
..:
t4
e
8
I$ 300.00
«a
038
8
.§
1
1 $ 82,000.00
am.,
888PJ
88
g
-8
°I7g:
I
t::1
1 524.560.00
aaaaaa
gif3.06A
88g8
b
1
b;
1 $ 193,204.00
aaaaaaaaaaa
gia
b.
2
.g0OPPgI
!.
.
80)
g"
-a 4
8888
2Ig60
ti.alefs
-7S.
-.Clam
8
$ 92,204.00 1
«a
Eg
..
.g8
18:
$ 432.000.00 1
a
g
0
$ 95,340.00 1
aaaa
g86'2
I.
LPttg28
.
r.
a
1.
Total Amount
11- Unit Cost 1
Perms Corporation
125 Armstrong Road
Columbus, MS 39702
Ofc: (662) 328-8461
FAX (662 328-3338
««««aaaa«
88888
a
a
I $ 40.00
"--a
§§§.
88881
I 5 65,000.00
I 5 2.50
+44344
N
00-
oo
N
N
1 $ 725.00:
4944
-*
gg
I $5 227.001
175.001
amiaaaaaaa
t°66$188
g8Og8888
0
I $ 50.00
$ I
30.00
aaaaamaaa
TglEggtTett:tgot
888888888
P
e0
144.00 I
$ 8,600.00
44+4
0"
-.
444
N
W
°
1,500.00
g§g§§
88888
a
+
Q)
8
1 32,025.00 1
1 496,080.00 I
1 126,430.00
1 337,680.00 I
0
888
1 $ 150,728.00 I
0
550
11•1111140:44114.1
1 5 4200.001
I $ 300.001
15 400.001
$ 2,400.00 1
I $ 41.000.00 I
$ 54.600.00
$ 65,000.00
$ 38,632.50
$ 35.000.00
1 $ 1,081,450.00
1 $ 1,809,000.00
I $ 489,375.00 I
$ 1,390,400.00
0
p
S
I $ 13,620.001
I $ 653.625.00
0
69
0+
69
1 $ 231,822.00 1
0
p
69
1 5,592.00 11
$ 3,051 00 11
a 69
88
0
+'
g
to.
+
1$ 277.220.00 11
$ $82•0041/0 [
0
-4
888
0
P
331,200.00 II
25,758.00
$ 60,200.00 11
0
0
J
69
0
O
$ 2.345,000.00 11
lanouiTh I
S4ERTEg9E
—
!
o
[Bid Date: Janurary 27, 2005
1
CITY OF FAYETTEVILLE
OLD WIRE TO GREGG AVENUE INTERCEPTOR / PORTER ROAD TO HAMESTRING UFT STATIN INTERCEPTOR
PROJECT NO. WL -IML -3
-h
-TIC"
to
-.
.
0
c
f
LS
unc,
LF •
LS
?ITT
g
=
TOTAL ESTIMATE
1 10% contingency & Fuel Surch
•
TOTAL PROJEC11
[Sulfas° Video Documentation
1;
gl4'
ic
T
m
1
ci
g
g
g
2
2
t5
Trench Safety
Erosion Control
11
if Ei
IR
a
'Porter Road Junction Box
'Relocate or Steel Encase Water Main
g
3
F
n
2
1
0
S
tiE
.-A
EEE
4.14s
-4
W
41
8
E
Is 40.0001
*men/
CONOl+ON
HEM§
TT2
it i)
gh
oem000
-h.86
gggAsA
88888888
8
8
1 $ 3,000.00
1 • Unit Cost •
Oscar Renda Contracting
522 Benson Lane
Roanoke, TX 76262
Ofc: (817) 491-2703
FAX: (817) 491-1627
Contractors Bidding Project
I.
-.1
9
4.
E
8
*Imam«
-.4,8
EEEAE
88888
E8
$ 5,392.001
mom
Egm
AEE
888
•Total Amount • •
...moo
.
E.E0E..EE
888288888
6.3
A
to
•
g
F
:
S.J. Louis Construction
520 South 6th Street
Mansfield, TX 76063
Ofc: (817)477-0320
FAX: (817) 477-0552
v
8
234
2
-.
g
8•
88g8888
8
PAM
go8E
$ 10,000.00
• Total Amount
et
E
g
8
1 $ 20000.00
infooseet
8
gagt-4
88888
8
1 $ 20,000.00
ev
ca
g
8
Unit Cost —
Kraus Construction Co., LLC
P.O. Box 5170
Fort Smith. AR 72913
Ofc: (479) 783-6017
FAX: (479) 783-3479
t
,-4
4
.4
8
-
g
g
8
1 $ 20000.00]
"men
888EjEm
8888888
HMI§
-Total Amount •
•
to
118
gg
88
$ m000.00]
to«
E8
A
Is 44.00
0.30
$ 25000.00
4.
--4
g
8
1
E
417;
?
I
Penna Corporation
125 Armstrong Road
Columbus, MS 39702
Ofc: (662) 328-8461
FAX (662 328-3338
$15,349,406.60
amvotornisto
:88E08‘488
gggacagg
888888888
-Total Amount •