Loading...
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 •