HomeMy WebLinkAbout95-07 RESOLUTIONRESOLUTION NO. 95-07
A RESOLUTION AWARDING BID # 07-38 AND APPROVING A
CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN
THE AMOUNT OF $1,527,000.00 FOR THE RENOVATION OF THE
GREGG AVENUE SEWER LIFT STATION, WSIP SUBPROJECT WL -7;
AND APPROVING A 5% PROJECT CONTINGENCY IN THE AMOUNT
OF $76,000.00.
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
awards Bid # 07-38 and approves a Contract with Crossland Heavy Contractors, Inc. in
the amount of $1,527,000.00 for the renovation of the Gregg Avenue Sewer Lift Station,
WSIP Subproject WL -7. 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 $76,000.00.
PASSED and APPROVED this 5th day of June, 2007.
APPROVED:
By:
-
DA COODY, Mayo
ATTEST:
By:
E
o. .co
• A
FAYETTEVILLE:
\5C,";1?)/(4 NStfPW
ite 'NcroN .�°.'.
SONDRA E. SMITH, City Clerk/Treasurer
r
DOCUMENT 00500 — AGREEMENT
BETWEEN THE CITY OF FAYETTEVILLE AND CONTRACTOR
Project Name: Wastewater System Improvement Project
Contract Name: Gregg Avenue Lift Station Renovation
Contract No.: WL -7
RLF Project No.: CS -050803-03
THIS AGREEMENT is dated as of the day of s((fL' in the year 2007 by and
between the CITY OF FAYETTEVILLE (hereinafter called the CITY OF FAYETTEVILLE) and
CROSSLAND HEAVY CONTRACTORS, INC. (hereinafter called CROSSLAND HEAVY
CONTRACTORS, INC.).
ARTICLE 1 - WORK
1.01 CROSSLAND HEAVY CONTRACTORS, INC. shall complete all Work as
specified or indicated in the Contract Documents. The Work under this Contract is
generally described as follows:
Renovation of the Gregg Avenue Lift Station, consisting of removing three 100 Hp
dry pit pumps, modifying the station to a submersible pump station and installing
four submersible pumps with related facilities.
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 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.
00500 -WL -7 Agreement 00500 — 1
DOCUMENT 00500 — AGREEMENT (continued)
3. Paul R. Noland Wastewater Treatment Plant Improvements.
4. Eastside Collection System Improvements.
ARTICLE 2 - ENGINEER
2.01 The Contract has been designed by RJN GROUP, INC. RJN GROUP, INC.,
assumes all duties and responsibilities, and has the rights and authority assigned to
RJN GROUP, INC. in the Contract Documents in connection with completion of the
Work in accordance with the Contract Documents.
L ? ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. 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:
The Work will be Substantially Completed within Two Hundred Ten (210)
consecutive calendar days after the date when the Contract Times commence
to run as provided in the GENERAL CONDITIONS. Substantial completion
shall mean the new pumps and associated equipment are ready for startup.
The project shall be completed and ready for final payment in accordance
with the GENERAL CONDITIONS within Two Hundred Fifty -Five (255)
consecutive calendar days after the date when the Contract Times commence
to run.
3.03 LIQUIDATED DAMAGES:
A. The CITY OF FAYETTEVILLE and CROSSLAND HEAVY
CONTRACTORS, INC. recognize that time is of the essence of this
Agreement and that the CITY OF FAYETTEVILLE will suffer financial Toss
if the Work is not completed within the time specified above, plus any
extensions thereof allowed in accordance with the GENERAL
00500 -WL -7 Agreement 00500 — 2
DOCUMENT 00500 — AGREEMENT (continued)
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 CROSSLAND HEAVY CONTRACTORS, INC.
agree that as liquidated damages for delay (but not as a penalty)
CROSSLAND HEAVY CONTRACTORS, INC. shall pay the CITY OF
FAYETTEVILLE 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 Substantially
Complete, if CROSSLAND HEAVY CONTRACTORS, 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, CROSSLAND
HEAVY CONTRACTORS, INC. shall pay the CITY OF FAYETTEVILLE
One Thousand Dollars ($1,000.00) for each calendar day that expires after
the time specified for completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and CROSSLAND HEAVY
CONTRACTORS, INC. agrees to accept, as full and final compensation for all work
done under this agreement, in accordance with the Contract Documents an amount in
current funds equal to the sum of the amounts determined pursuant to paragraphs
below:
A. LUMP SUM CONTRACT PRICE: For all Work a Lump Sum of:
One million five hundred twenty-seven thousand Dollars
($ 1,527 000 00).
4.02 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.
00500 -WL -7 Agreement 00500 — 3
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. CROSSLAND HEAVY CONTRACTORS, 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 CROSSLAND HEAVY
CONTRACTORS, INC.'S Applications for Payment as recommended by
RJN GROUP, INC., on or about the 20th day of each month during
construction. All such payments will be measured by the schedule of values
established in the GENERAL CONDITIONS or, in the event there is no
schedule of values, as provided in the General Requirements.
1. Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
Tess the aggregate of payments previously made and Tess such
amounts as RJN 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 of RJN 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
00500 -WL -7 Agreement 00500 — 4
DOCUMENT 00500 - AGREEMENT (continued)
rir
withheld on the remaining progress payments prior to Substantial
Completion; and
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to the CITY OF FAYETTEVILLE as
provided in the GENERAL CONDITIONS.
2. Upon Substantial Completion, the CITY OF FAYETTEVILLE shall
pay an amount sufficient to increase total payments to CROSSLAND
HEAVY CONTRACTORS, 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:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, the CITY OF FAYETTEVILLE shall pay the
remainder of the Contract Price as recommended by MN GROUP, INC. and
as provided in the GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce the CITY OF FAYETTEVILLE to enter into this Agreement,
CROSSLAND HEAVY CONTRACTORS, INC. makes the following
representations:
A. CROSSLAND HEAVY CONTRACTORS, INC. has examined and carefully
studied the Contract Documents including the Addenda and other related
data identified in the Bid Documents.
B. CROSSLAND HEAVY CONTRACTORS, INC. has visited the Site and
become familiar with and is satisfied as to the general, local, and Site
00500 -WL -7 Agreement 00500 — 5
DOCUMENT 00500 — AGREEMENT (continued)
conditions that may affect cost, progress, performance, and furnishing of the
Work.
C. CROSSLAND HEAVY CONTRACTORS, 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. CROSSLAND HEAVY CONTRACTORS, INC. has carefully studied all:
(1) 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. CROSSLAND HEAVY CONTRACTORS, 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.
E. CROSSLAND HEAVY CONTRACTORS, 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 CROSSLAND HEAVY CONTRACTORS, INC. and safety
precautions and programs incident thereto.
F. CROSSLAND HEAVY CONTRACTORS, 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
00500 -WL -7 Agreement 00500 — 6
DOCUMENT 00500 — AGREEMENT (continued)
Price, within the Contract Times, and in accordance with the other terms and
conditions of the Contract Documents.
G. CROSSLAND HEAVY CONTRACTORS; 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.
H. CROSSLAND HEAVY CONTRACTORS, INC. has correlated the
information known to CROSSLAND HEAVY CONTRACTORS, 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.
CROSSLAND HEAVY CONTRACTORS, INC. has given RJN GROUP,
INC. written notice of all conflicts, errors, ambiguities, or discrepancies that
CROSSLAND HEAVY CONTRACTORS, INC. has discovered in the
Contract Documents and the written resolution thereof by RJN GROUP,
INC. is acceptable to CROSSLAND HEAVY CONTRACTORS, INC.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and fumishing of
the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between the
CITY OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS,
INC. concerning the Work consist of the following and may only be
amended, modified, or supplemented as provided in the GENERAL
CONDITIONS:
00500 -WL -7 Agreement 00500 — 7
DOCUMENT 00500 — AGREEMENT (continued)
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. CROSSLAND HEAVY CONTRACTORS, INC. Bid.
c. Documentation submitted by CROSSLAND HEAVY
CONTRACTORS, INC. prior to Notice of Award.
d. CROSSLAND HEAVY CONTRACTORS, INC. Act of
Assurance Form.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. MBE / WBE Compliance Evaluation Form.
6. Supplementary Conditions.
7. Labor -Related Regulations.
8. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
9. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title:
Gregg Avenue Lift Station Renovation
10. Addenda number one.
11. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
00500 -WL -7 Agreement 00500 — 8
0
DOCUMENT 00500 — AGREEMENT (continued)
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
ARTICLE 8- MISCELLANEOUS
8.01 TERMS:
A. 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.
8.03 SUCCESSORS AND ASSIGNS:
A. The CITY OF FAYE I l EVILLE and CROSSLAND HEAVY
CONTRACTORS, 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
00500 -WL -7 Agreement 00500 — 9
DOCUMENT 00500 — AGREEMENT (continued)
OF FAYETTEVILLE and CROSSLAND HEAVY CONTRACTORS, 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
comes as close as possible to expressing the intention of the stricken
provision.
8.05 OTHER PROVISIONS: Not Applicable.
8.06 CONTROLLING LAW:
A. 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
A. 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 Information Act request is presented to the CITY
OF FAYETTEVILLE, CROSSLAND HEAVY CONTRACTORS, 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.
IN WITNESS WHEREOF, the CITY OF FAYETTEVILLE and CROSSLAND HEAVY
CONTRACTORS, INC. have signed this Agreement in quadruplicate. One counterpart
each has been delivered to the CITY OF FAYETTEVILLE, CROSSLAND HEAVY
CONTRACTORS, INC., and RJN GROUP, INC. All portions of the Contract
Documents have been signed, initialed, or identified by the CITY OF FAYETTEVILLE
and CROSSLAND HEAVY CONTRACTORS, INC.
00500 -WL -7 Agreement 00500 — 10
DOCUMENT 00500 — AGREEMENT (continued)
This Agreement will be effective on
the Effective Date of the Agreement.
knit, 6
CROSSLAND HEAVY CONTRACTORS, INC. City of Fayetteville
By: a_A.cI % .t irnarn
Title: V/G.e 1'r'e5et oma.
Attest
Address for giving notic
(SEAL)
, 2007, which is
Fa ettevil
By:
Arkansas
AlararI
or1
Title: Ma
Twist, O}< 741(G'
License No. OO (.7 .b 1 1 07
Agent for Service of process
\
CROSSLAND HEAVY CONTRACTORS, INC.
is a corporation, attach evidence of authority to sign. By.
Attorney For: City o Fayetteville
END OF DOCUMENT 00500
00500 -WL -7 Agreement 00500 — 11
(SEAL)
yz,,9gkANS:O'.
t�R,a- �d�n ..
��;NGTONiiiii
•• p�• c,\TY SC
. '
:FAYETTEVILLE
•
Address for giving notices
113 W. R01-41-64/1
Batt+..o►Itt � 114 -70_7171
(If Owner is a public body, attach
evidence of authority to
sign and resolution or other documents
authorizing execution of Agreement)
proved As to
CROSSLAND
HEAVY CONTRACTORS
833 S. East Avenue • P.O. Box 350
Columbus, Kansas 66725
fel 620.429.1410
fax 620.429.2977
CROSSLAND HEAVY CONTRACTORS, INC.
SECRETARY'S CERTIFCATE OF
CORPORATE RESOLUTION AND
AUTHORIZED SIGNATURES
1, Ivan E. Crossland, Jr., do herby certify that I am the duly elected and qualified secretary of Crossland
Heavy Contractors, Inc., a corporation duly organized and validly existing under and by virtue of the laws
of the State of Kansas (the "Corporation"), that the following resolution was duly adopted by the Board of
Directors of the Corporation at a meeting of the members thereof, called and held in accordance with rhe
requirements of the bylaws of the Corporation, on usi 2.006 , and that such
resolution has not been modified, repealed, or rescinded an is in fu force and effect as of the date of this
certification.
Be it resolved that the Board of Directors of Crossland Heavy Contractors, Inc. hereby authorizes and
empowers Darrell Moorman in the name of and on behalf of the Corporation, to execute bid forms,
construction agreements, change orders and other associated construction documents between the
Corporation and the City of Tulsa (ATIMA) and Tulsa Metropolitan Utility Authority (TMUA).
further certify that the persons named below are the duly acting Board of Directors and they are serving
on this date as officers of the Corporation in their respective capacities set forth opposite jlwir name and
the manual signatures set forth opposite their names are the true manual signatures ?e sucji p son.
Name of Director
Darrell W. Moorman
Name of Director
Vice -President
Title
Ivan E. Crossland, Jr. Secretary
Name of Director Title
Bennie L. Crossland
Name of Director
PALA
Signature
Signatu
Treasurer DwrwG (24arS
Title Signature
In witness whereof, the undersigned has executed this certificate and impressed the seal of the Corporation
thereon on this day of May , 20 (J% .
(Cor6or4faW ti
yc
•
•
''‘
ecretary
www.heavycontractors.com
•
•
•
•
y.
•
•
A
FAYETTEVIL
THE CITY OF FAYETTEVILLE. ARKANSAS ... .
•
•
•
•
•
•
•
I
•
G .
i
•
City.. of,Fayetteville; 'Arkansas"
.Water & Wastewater Departinent - :
David Jurgens RE , Director .'
• 5 1. n
PROJECT MANUAL
CONTRACT, NO: WL 7.
WESTSIDE WASTEWATER COLLECTION SYSTEM
IMPROVEMENTS
_
•
•
•
•
•
•
GREGGAVENUE LIFT STATION RENOVATION
• RLE" PROJECT NUMBER CS
050803-03
•
•
•
FAYETTEVILLE WASTEWATER SYSTEM
iMPROVE1VIENT`P4OJECT`
•
ENGINEER ,
RJN'Group, Inc.
•.12160 Abrams, Ste'400 •'
Dallas, TX 75243
In Association With
McClelland Consulting Eng Inc.
P.O: Box 1229'
Fayetteville, AR 72702 ,
• MCE Project No. FY01.2133
•
• July`2005
• Revised Jainiary 2007 ;1;
•
•
•
•
•
,
•
•
•
•
•
I
OWNER...""
•
•CITY OF' 4
FAYETTEV,ILLE
Water and. Wastewater
•
Department, • ,
113West Mountain Street . •
-
Fayetteville; Arkansas'72701',
•
•
•
•
•
•
•
•
DOCUMENT 00900 — ADDENDUM NO. 1:
Issued to All Bid Document Holders of Record
•
Date: March 6, 2007
Project Name: Fayetteville Wastewater System Improvement Project
Contract Name: Gregg Avenue Lift Station Renovation
Contract No.: WL -7
RLF Project No.: CS -0500803-03
This Addendum forms a part of the Contract described above. The original Contract Documents
and any prior Addenda remain in full force and effect except as modified by the following which
shall take precedence over any contrary provisions in the prior documents.
ADDENDUM NO. 1.
SPECIFICATIONS:
SECTION 01110 — SUMMARY OF WORK
Under Paragraph 1.07, C.2., for the Phase 2 work, the flow will not be directed to the
north wetwell. The pumps connected to this wetwell are not functioning properly (these are the
pumps to be removed). Instead the flow will be routed to the south wetwell, as Listed under the
Phase 3 work, and the Owner will operate the south wetwell pumps as necessary to keep the
water level down, to allow the slide gates to be removed and the cover plates installed, as
required under the Phase 2 work.
SECTION 15080 — MANUALLY OPERATED VALVES AND CHECK VALVES
Approved check valves, as listed under Paragraph 2.08, shall also include the Val -Matic
surge buster swing flex check valve, which basically consists of the specified'check valve with.
spring assist closure
SECTION 15082 — SELF-CONTAINED AUTOMATIC PROCESS VALVES
Approved sewage air release valves, as listed in Paragraph 2.02, shall also include Val -
Matic Model No. 304 BW, or approved equals.
DRAWINGS:
SHEET 3, CHAIN LINK FENCE MODIFICATIONS
New chain link fencing, including an 8 -ft. gate and a 3 -ft. gate, shall be extended around
the new electrical building as shown on the attached partial plan from revised Sheet 3. A
segment of barbed wire fence with gate is required for a closure between the existing barbed wire
fence and the new chain link fence.
SHEET 3 AND 11, NEW CUT -IN VALVE
These plans sheets require installation of a new valve on the existing 18 -inch force main
yard piping. The purpose of this valve is to allow abandonment of a segment of force main pipe
connecting to the dry well pumps. This pipe is under continuous pressure, ranging from
approximately 40 psi when the pumps are off to approximately 100 psi when multiple pumps are
on. Higher pressure surges occur when the pumps cycle off and on. Without this valve in place,
ADDENDUM NO. 1-00900 & MODIFICATIONS.doc 00900-1
approximately 3 miles of 18 -inch force main will drain back to this location if the force main is
cut or is broken
A permanent valve is not required at this location, provided that a permanent cut and cap
is completed between the pump station wall and the cut -in valve location. Consequently, a
temporary line -stop type valve is acceptable if the permanent cut and cap is installed while the
temporary valve is in place. The existing 18 -inch ductile iron force main does not have
restrained joints. The nearby 18 -inch valve on the other leg of 18 -inch yard piping is a tapping
sleeve and valve that must remain open and in service.
In order to cut and cap the existing pipe, some form of thrust restraint that will insure that
the pipe does not come apart while it is being cut and capped must be used if a temporary valve
is to be used. If the Contractor proposes to use a temporary line -stop type valve, he shall provide
a submittal on his proposed method of thrust restraining the pipe while it is being cut and capped.
This submittal will require approval by the Engineer and Owner before work is started on the
abandonment of this yard piping.
SHEET 8 AND 13, VALVE VAULT VENT GOOSENECKS
Two 12 -inch valve vault vents are required. The plan sheets indicate these gooseneck
vents shall be of PVC or fiberglass material. Flanged ductile iron fittings may also be used,
provided that they are lined with the specified corrosion resistant linings designed for sewer
applications.
Each Bidder shall acknowledge receipt of this Addendum by affixing his signature below, by
noting this Addendum on his Bid Form, and by attaching this Addendum to his Bid
Robert W. White, P.E. (Engineer)
?Al Pr2
3/6/07
ACKNOWLEDGEMENT
The undersigned acknowledges receipt of this Addendum and the Bid submitted is in accordance
with information, instructions and stipulations set forth herein.
Bidder: ernsrhol Heavy eenkathets, T„c
By: ibSiavnnw
Date: /Vfizy $ 2007
ATTACHMENT
REVISED
FENCING PLAN
END OF DOCUMENT 00900
ADDENDUM NO. 1-00900 & MODIFICATIONS.doc 00900-2
NEW /782
ELECTRICAL
BLDG
CHAIN UNK FENCE
W/ N TE AND
EW3'GA
WATER\
W
PROJECT MANUAL
Gregg Avenue Lift Station Renovation
Wastewater System Improvement Project
Fayetteville, Arkansas
Water and Wastewater Department Contract No. WL -7
RLF Project No. CS -050803 -03
Engineer's Project No. FY012166
Engineer:
RJN Group, Inc.
12160 Abrams, Ste. 400
Dallas, TX 75243
Telephone 972-437-4300
Fax 972-437-2707
In Association With
McClelland Consulting Engineers, Inc.
P.O. Box 1229, 72702
1810 N. College, 72703
Fayetteville, AR 72702
Telephone 479-443-2377
Fax -479-443-9241
00001b Project Title Page 00001-1
City of Fayetteville, Arkansas
Wastewater System Improvement Project
Contract No. WL -7
RLF Project Number CS -050803-03
DOCUMENT 00005 - INDEX AND CERTIFICATION PAGE
DOCUMENT
/ DIVISION
00020 to 00700
Div.1
Div. 2
Div. 3
Div. 4
Div. 5
Div. 7
Div. 8
Div. 9
Div. 10
Div. 11
Div. 15
Div. 16
SPECIFICATION INDEX
DESCRIPTION
Invitation to Bid through General Conditions
General Requirements
Site Construction
Concrete
Masonry
Metals
Thermal and Moisture Protection
Doors and Windows
Finishes
Specialties
Equipment
Mechanical
Electrical
NUMBER
OF PAGES
105
86
52
15
12
12
13
10
17
3
24
31
99
CERTIFICATIONS
DIVISION 1 through DIVISION 15, except Sections 02270, 11349, 11357, and 11360:
,�o ntsittl/ll�1 S` A T rat
`\\00PTE .
yGco,
t� �,
CONSULTING T:
zat V i
bic Q
9 14
1.
si • octe,`.
DIVISION 16, ELECTRICAL:
/ p F i • i ~
tf
EGISTERE
PROFESSIO
k ENGINEE
tr
9 No 4695 t, 4
•
NEEit
!PP Sz
co
.0 No.2918 4• f
w4m eRi- M. 10 oi
-07
-OOO405-Index & Cert.Boc / — 2 3
00005-1
ODOR CONTROL SECTIONS
11349, 11357, AND 11360:
oat.F E<• to.
a it RUSH, III -Oct'
. ' ▪ . •-
23727 moo.
��n /OENSCRe :'`i. o�
a
%zz/o7
FAYETTEVILLE
THE CfTY OF FAYETTEVILLE, ARKANSAS
INTRODUCTORY INFORMATION
00005 Index and Certification Page
00010 Table of Contents
00100 BID SOLICITATION
00120 Invitation to Bid
00140 Bidder's Qualifications Statement
00200 Instructions to Bidders
TABLE OF CONTENTS
Project Number. WL -7
Contract Title: Gregg Avenue Lift Station
Renovation
RLF Project Number. CS -050803-03
00400 BID FORMS AND SUPPLEMENTS
00400 Bid Form
00410 Bid Bond
00430 List of Subcontractors
00450 Equipment Questionnaire
Contractor's Act of Assurance Form RLF-52
MBE/WBE Compliance Evaluation Form RLF-96
00500 AGREEMENT FORM
00550 Notice to Proceed
00600 BONDS AND CERTIFICATES
00610 Performance Bond
00611 Labor and Material Payment Bond
00612 Maintenance Bond
00700 CONTRACT GENERAL CONDITIONS
00800 SUPPLEMENTARY CONDITIONS
Supplemental Conditions of Revolving Loan Fund RLF-53
Appendix A -Labor Standards Provisions
Appendix B -Compliance Responsibility for Equal Opportunity Employment
Prevailing Wage Determination
29 CFR Part 1926 Subpart P, OSHA Standards
Geotech Report
00900 ADDENDA AND MODIFICATIONS
00900 Addendum No.
00930 Request for Interpretation
00931 Field Order
00932 Request for Proposal
00940 Change Order
00945 Work Change Directive
DIVISION 1 - GENERAL REQUIREMENTS
01110 Summary of Work
01250 Contract Modification Procedures
01290 Payment Procedures
00010 Table of Contents 00010- 1
00005-1 of 1
00010-1 of3
00120-1 of4
00140-1 of5
00200-1 of 11
00400-1 of 7
00410-1 of2
00430-1 of 1
00450-1 of 1
l of2
l of2
00500-1 of' 11
00550-1 of2
00610-1 of3
00611-1 of4
00612-1 of 1
00700-1 of 49
1ofI5
Ap A-1 of 8
Ap B-1 of 11
1of15
1 of 55
l of2
00900- I of 2
00930-1 of 1
00931-1 of 1
00932-1 of 1
00940-1 of 1
00945-1 of 2
01110-1 of4
01250-] of2
01290-1 of2