HomeMy WebLinkAbout2011-12-13 - Agendas Uev
WATER/SEWER/SOLID WASTE COMMITTEE AGENDA
aye e MEETING DATE OF DECEMBER 13, 2011
THE CITY OF FAYETTEVILLE,ARKANSAS
S
Committee: Chairperson Sarah Lewis; Aldermen: Adella Gray, Mark Kinion, Justin Tennant
Copy to: Mayor Lioneld Jordan; Sondra Smith, o arr, Paul Becker, Lindsley Smith, Jeremy Pate, Chris
Brown, Lynn Hyke, Shannon Jones, cr ell, Will Winn, CH2M Hill, Allison Atha
From: David Jurgens, P. E., Utilities Director rlf,
A Fayetteville Water, Sewer and Solid Waste Com i ee eting will be December 13, 2011, 5:15 PM,
following the City Council Agenda Session, in room 32 Fayetteville City Hall. Proposed topics include:
Agenda Items Requiring Committee Approval
1. Irrigation Reel for the Biosolids Management Site bids were opened on December 7, 2011, and are
attached. The reels are used to apply treated wastewater to the land application site, minimize discharge to
the White River d ring summer months, and helpthe growth of the Bermuda grass. Three bids were received.
Vendor Quantity Price Each Total Bid Price
Amadas Industries 2 $41,971.70 $83,923.40
Keeling Company 2 $37,419.80 $77,333.33
Ho 's Ag Parts & Supply LLC 2 $38,666.67 $74,839.60
The lowest bid did not meet the minimum specification requirements; therefore, Keeling Company's bid for
$77,333.34 will be awarded. Staff requests this item be forwarded to the full City Council.
2. Swimming Pool Regulations and Best Management Practices are attached for review and comment.
Swimming pools can create significant hazards to the environment, both when drained and when filters are
backwashed. When drained to the environment, both chlorine and salt can create environmental harm. In
Fayetteville, we have experienced fish kills from both sources. ADEQ delegates responsibility for swimming
pools to the local authority. They are specifically not addressed within regulations, but discharging them to the
environment is a violation if it creates environmental harm or impacts other land owners. Swimming pools can
also create sanitary sewer overflows when discharged to the sanitary sewer system, due to the high rate of
discharge. Thus, the flow volume must be managed when pools are drained or filters backwashed. Staff
requests Committee approval on this item, so staff can begin the resulting ordinance changes.
Agenda Items for Committee Information
3. Ca ital Pro'ect U date.
Contract Description Contractor Cost % Complete
WL-10a Farmin ton Gravity Sewer Line Gamey Const $ 1,750,122 100%
EL-3&5 Razorback-Ha Hollow 36/42" Swr Line S J Louis Const $ 5,387,098 100%
CIPP 2011 Rehab-Cured in Place Pipe City Wide Insituform $ 330,000 100%
Mt Se uo ah Area Wtr/Swr Upgrades LaRue Contr $ 852,976 100%
36"W/L 36"Water Line on Township Seven Valles $ 1,783,720 100%
265 W/S Relocation & 36"Wtr Line, Hwy 265 Gamey Const $ 4,989,135 82.0%
WL-13 Broyles Avenue Gravity Sewer Lines Goodwin&Goodwin $ 845,359 100%
WL-14 Broyles Avenue Sewer Force Mains Redford Const $ 899,626 100%
WL-15 Broyles Avenue Sewer Pump Station Seven Valles $ 591,768 100%
BIO-1 Biosolids Solar Drying Dean Crowder $ 4,971,886 100%
BI0-2 Biosolids Thermal Drying Crossland Heavy $ 2,770,280 99.6%
BIO-Gast Biosolids Gas Line River Crossing Goodwin&Goodwin $ 119,250 100%
Elkins Gravity Sewer Outfall Line Bids January 2012
Canterbury 500,000 Gallon Water Tower C B & I Inc. $ 1,590,091 100.0%
Canterbury Water Lines& Pump Station I Sweetser Const $ 1,057,331 79.5%
Project is substantially complete, meaning the work can be used to execute its mission.
W-S-SW CommitteeAgenda 13Dec11
Water,Sewer and Solid Waste Committee Agenda Page 1 of 32
WATER/SEWER/SOLID WASTE COMMITTEE AGENDA
MEETING DATE OF DECEMBER 13, 2011
4. White River Use Attainability Analysis process is well underway; fish samples were taken in September
with excellent results. Benthic samples were taken in October. The study will be completed in summer 2012.
5. Illinois River Phosphorus Evaluation process is continuing, with the EPA developing a Total Maximum
Daily Load (TMDL) study for the basin. There is very active conversation between Arkansas, Oklahoma, and
EPA Region 6 representatives. The five Northwest Arkansas Cities and the NWA Council continue to evaluate
the need and potential cost to collectively hire a consultant to run the model parallel with the EPA consultant in
order to validate the model, confirm assumptions, and ensure the model is fully accurate. The City received
the McGoodwin, Williams and Yates report on the removal options to modify the West Side WWTF to
consistently treat to a 0.1 phosphorus limit.
6. Change Order 2 with Crossland Heavy Contractors for$10,500 for the construction of the Biosolids
Management Thermal Dryer is attached. The change order increases the total amount of concrete by 30 cubic
yards that is used for the foundation of the building for the thermal dryer. During the review of the design from
the steel building manufacturer, it was discovered that a modification to the foundation was necessary to
account for the overturning moment of the broadside of the building during high winds (the building would blow
over). The additional concrete used in the foundation will counteract the effect of high wind loads. $123,830
will remain in contingency after this change order is approved.
7. Change Order 2 with C B & I Inc for a $12,975 deduction related to excess engineering costs is attached.
The change order is for excess engineering costs related to the in-house inspection of the water tank
construction. The water tank was placed into service on June 20, 2011. Additional work was required to
complete the site construction after the tank was placed into service. All of the site work was completed by
October 31, 2011. The changed order covers the additional costs related to the extra time required to
complete the project.
8. Solid Waste & Recycling Resource Management Plan, developed by the Strategic Planning team in
cooperation with Solid Waste, is expected to be published in January. This document identifies short, medium,
and long range diversion goals with methods of achieving the goals.
9. Recycling Program Changes.
a. Recycling Plastics 3—7 are being collected in bulk collection points at the Solid Waste facility and
at the Ozark Natural Foods on North College. We are continuing to work with Preferred Waste Solutions of
Pryor, OK, regarding sale of this product, and the City's requirement for tracking the final disposition of all
recycled products.
b. Commercial recycling programs have expanded in 2011. The commercial cardboard program
has expanded from 118 to 131 businesses, and the commercial curbside recycling program to 153 to 193
businesses. As these programs continue to grow, we will reach a point, probably in the first half of 2012,
where we may need to add trucks, personnel, and probably change some routings to service these customers.
Businesses average 2.5 bins per stop, whereas most residences use only one. Additionally, the City has
access to Energy Corp volunteers that are providing education services by canvassing the city and talking to
businesses in hopes of encouraging more participation in our recycling program. We will likely see strong
growth this year.
10. Water Treatment Residuals Land Application. Staff submitted the land application permit November 4,
and received a letter from ADEQ Director Teresa Marks supporting the project, thus allowing us to start our
process as soon as the required ADEQ permit application is submitted, rather than waiting up to six months for
the permit to be issued. Based on her letter, staff will begin the required capital equipment purchases (truck
with spreader, and loader).
11. Hinhway 265/Crossover Water/Sewer Relocation Easement Condemnations have been filed and
orders of possession acquired. Easements have been acquired from 27 of 29 owners. We are still
negotiating. Two new easements were added with the extension north of Joyce; one of these two has been
acquired.
W-S-SW CommitteeAgenda 13Decl l
Water,Sewer and Solid Waste Committee Agenda Page 2 of 32
WATER/SEWER/SOLID WASTE COMMITTEE AGENDA
MEETING DATE OF DECEMBER 13, 2011
Perm Temp Temp
Tract Property Owner Parcel# Easmnt Eesmnt Perm Const Damages Total
k ft= �t� Easement Easement
10 John David Brown 765-13295-000 22.883 9,603 $23,700 $ 3,500 $ 400 $27,600
12. Solid Waste Franchise Program Alternatives Evaluation is deferred the next Water/Sewer/Solid Waste
Committee meeting.
13. Water/Sewer/Solid Waste Committee Meeting is Tuesday, January 10, 2012, 5:15 p.m., room 326.
Attachments: 1 Irrigation Reel Bid Packet
2 Swimming Pool Regulations and Best Management Practices
6 Crossland Heavy Change Order 2 Biosolids Thermal Dryer
7 C B & I Inc Change Order 2, Canterbury Tank
W-S-SW CommitteeAgenda 13Decl I
Water,Sewer and Solid Waste Committee Agenda Page 3 of 32
CITY COUNCIL AGENDA MEMO
aye a MEETING DATE OF JANUARY 3,2011
THE CITY OF FAYETTEVILLE,ARKANSAS
LdS
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Fayetteville Water/Sewer/Solid Wa e Cc nmittee
Date: December 9, 2011
Subject: Approval of the purchase of two (2) Irrigation Reels for the Biosolids Management Site from Keeling
Company for$77,333.34 in accordance with Bid 11-71
RECOMMENDATION
Staff recommends approval of the purchase of two (2) Irrigation Reels for the Biosolids Management Site from
Keeling Company for$77,333.34 in accordance with Bid 11-71.
BACKGROUND
The Biosolids Management Site has twelve irrigation reels that were purchased between 1985 to1987. Repairs
on these reels have become more extensive and costly, as the life expectancy of these reels is approximately 20
years. The irrigation reels are used to apply treated wastewater to the land application site, as described in the
State approved Waste Management Plan and the State Land Application Permit. The effluent irrigation helps to
minimize discharge to the White River during the summer months, therefore reducing the nutrient loadings of
ammonia and phosphorus to the receiving stream. It also helps to stimulate growth of the bermuda grass,
therefore enhancing phosphorus uptake from the soil.
These reels will be the first replacement of the twelve irrigation reels. The other reels will be replaced as budget
allows.
DISCUSSION
The City received three bids on December 7, 2011. The lowest bid, submitted by Hoyt's Ag Parts & Supply,
did not meet the minimum specification requirements. Therefore,the second lowest bid from Keeling Company
should be considered.
Vendor Quantity Price Each Total Bid Price
Amadas Industries 2 $41,961.70 $83,923.40
Keeling CoInpany 2 $38,666.67 $77,333.34
Ho 's Ag Parts & Supply LLC 2 $37,419.80 $74,839.60
BUDGETIMPACT
Funds for the purchase of the Irrigation Reels are available in the Wastewater Treatment Plant Capital
Improvement budget.
Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701
Irrigation Reels CC Memo 9DecI 1
Water,Sewer and Solid Waste Committee Agenda Page 4 of 32
§ > CD co A
». d Oi V)
$ R m
2 1� I k
LL
7 � A
C4LL
§ .
° _ _ Q
2 � k [ � . � \
� 8 2 !
W w ¥ ,
U It CD
G §
2 w IV� co §
m 2 W
a. r .
c _
o - - ® -
2 C141 CNI N [
o f ;
k {
. ! &
� � k
\ �
CIL5
zw
§ j
\ CL
E k
� FL
° IM
S 2 k ) E E
° 2 J z 0 r N
: v CNI n
_rte,__Waste Committee Agenda Page ,=
City of Fayetteville, Arkansas
Purchasing Division - Room 306
PVJ aye V T 113 W. Mountain
Fayetteville, AR 72701
ARKANSAS Phone: 479.575.8220
TDD(Telecommunication Device for the Deaf):479.521.1316
N mi Sol No
INVITATION TO IJIU: ID 11-71, Irrigation Reels
DEADLINE: Wednesday, December 07, 2011 before 2:00 PM, Local Time
DELIVERY LOCATION: Room 306 — 113 W. Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Andrea Foren, CPPB, aforen@ci.favetteville,ar,us, 479.575.8220
DATE OF ISSUE AND ADVERTISEMENT: Wednesday, November 23, 2011
INVITATION TO BID
Bid 11-71, Irrigation Reels
No late bids shall be accepted. Bids shall be submitted in sealed envelopes labeled `Bid 11-71,
Irrigation Reels"with the name and address of the bidder.
All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid
documents attached hereto. Each bidder is required to fill in every blank and shall supply all
information requested; failure to do so may be used as basis of rejection.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated
herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of
this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City
Purchasing Manager.
Name of Firm: k1 EE LTr G Cow p m4 I\l
Contact Person: WEL-Cl1G D-R Title:
E-Mail: iKeel�narnwrn y)q- rorA Phone: ,50)— 94- 8511
Business Address: o I I D
City: hD t4-kk `fk 20 Ck State: A- R Zip: 72-231_l53 )b
Signature: Date: I /I
City of Fayetteville,AR
Bid 11-71, Irrigation Reels
Page 1 of 14
Water,Sewer and Solid Waste Committee Agenda Page 6 of 32
City of Fayetteville
Bid 11-71, Irrigation Reels
Bid Form
DATE REQUIRED AS A COMPLETE UNIT: 90 calendar days from Date of Order
*GUARANTEED DELIVERY DATE: QrCi'1 Is f -L(D ) �)"
F.O.B. City of Fayetteville Biosolids Management Site, 16464 Wyman Road, Fayetteville, AR 72701
ITEM: DESCRIPTION: QUANTITY: *PRICE EACH: **TOTAL PRICE
1. Hard Hose Traveler Axial 33
Turbine Irrigation System, 2 $ 3g ldP7 $ i
Gun and Gun Cart
** Price bid shall include all labor, materials, overhead, profit, insurance,shipping, freight, etc., to cover the products and
services presented. Sales tax is not to be included In the bid Price. Applicable Arkansas sales tax laws will apply
when'necessary but will not be considered in award of this project.
Please Specify for Unit(s) Bid: , /
*MANUFACTURER: MODEL: y R!5
TOTAL BID PRICE (Items 1 and 2): **$ 7 333, 3
Bids must be submitted on this bid form in its entirety AND accompanied by descriptive
literature on the products being bid.
THIS FORM CONTINUES ON THE NEXT PAGE. . .
City of Fayetteville,AR
Bid 11-71,Irrigation Reels
Page 2 of 14
Water,Sewer and Solid Waste Committee Agenda Page 7 of 32
EXECUTION OF BID-
Bidders are requested to indicate by check mark or "Yes/No" on each line of the Technical
Specifications the compliance of the item bid. Actual specification of any deficient item must be noted
on the bid sheet or separate attachment. If specifications of item bid differ from provided literature,
deviation must be documented and certified by the manufacturer as a regular production option.
Upon signing this Bid, the bidder certifies that:
1. He/she has read and agrees to the requirements set forth in this proposal, including
specifications, terms, standard conditions, and any pertinent information regarding the articles
being bid on.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these
requirements as specified by The City of Fayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery,
documentation and support as specified herein.
4. The City of Fayetteville reserves the right to award the bid in its whole, by line item, or all
rejection.
Unsigned bids will be rejected. Items marked*Sarre mandatory for consideration.
*NAME OF FIRM: I1 C E�r L & 00"M PI�h Y
�} Purchase Order/Payments shall be Issued fo this name
*BUSINESS ADDRESS: f'' D E D K l D
�n
*CITY: / IDy4b �_i -H 2 ROCK *STATE: A_*ZIP: —5✓ L b
*PHONE: 50)— q45— 45 11 FAX: 50 1— 945 —554`5
*E-MAIL: iek@ gee l�Cowtoo-0, cov" 7
*BY: (PRINTED NAME) Z11 E EE LLYI 6— cT 2
*AUTHORIZED SIGNATURE:
*TITLE:
Acknowledge Addendums:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
Addendum No., Dated: Acknowledged by:
i
I
i
City of Fayetteville,AR
Bid 11-71, Irrigation Reels
Page 3 of 14
Water,Sewer and Solid Waste Committee Agenda Page 8 of 32
City of Fayetteville
Bid 11-71, Irrigation Reels
General Terms and Conditions
1. SUBMISSION OF BID&BID EVALUATION:
a. Bids will be reviewed following the stated deadline,as shown on the cover sheet of this document.
b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division.
c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing
Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid,
RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in
shipping containers or boxes.
d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at
479.575.8220 to ensure correct receipt of bidding documents orior to opening time and date listed on the
bid form.
e. Bidders must have experience in providing products and/or services of the same or similar nature.
f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its
response to the bid. Failure to do so may lead the City to declare any such term non-negotiable.
Proposer's desire to take exception to a non=negotiable term will not disqualify it from consideration for
award.
g. Local time is defined as the time in Fayetteville,Arkansas on the due date of the deadline. Bids shall be
received before 2:00:00 as shown by the atomic clock located in the Purchasing Division Office.
h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City
reserves the right to award bids in their entirety, none,or by line item.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All
questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the
Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification
to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be
responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the
contract.
3. DESCRIPTION OF SUPPLIES AND SERVICES:
Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this
project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design,and specification
as to what has been specified,will be acceptable for consideration only if approved by the City of Fayetteville Purchasing
Division. The City of Fayetteville reserves the right to accept or reject any requested equal.
4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS:
In addition to all other rights of the City of Fayetteville,under state law, the City specifically reserves the following:
a. The City of Fayetteville reserves the right to select the bid that It believes will serve the best interest of the
City.
b. The City of Fayetteville reserves the right to accept or reject any or all bids.
c. The City of Fayetteville reserves the right to cancel the entire bid.
d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the +
invitation to bid or in bids submitted.
City of Fayetteville,AR
Bid 11-71,Irrigation Reels
Page 4 of 14
Water,Sewer and Solid Waste Committee Agenda Page 9 of 32
e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information,
or data without changing the terms of the bid.
5. COSTS INCURRED BY BIDDERS:
All expenses involved with the preparation and submission of bids to the City, or any work performed in connection
therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other
effort required of, or made by,the bidder(s)prior to contract commencement.
6. CONFLICT OF INTEREST:
a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or
indirect, which would conflict in any manner with the performance or services required hereunder, as
provided in City of Fayetteville Code Section 34.26 titled"Authority of City Employee to Contract With The
City"which states the following:
L An employee of the City shall be permitted to conduct business with the City, provided the
contract or job is for services, is submitted as a competitive bid, is approved by the City Council
following disclosure of the direct or indirect financial interest of the individual employee, and the
total sum payable under the contract does NOT exceed$500.00.
b. All bidders shall promptly notify Andrea Foren, City Purchasing Agent, in writing, of all potential conflicts
of interest for any prospective business association, interest, or other circumstance which may influence
or appear to influence the bidder's judgment or quality of services being provided. Such written
notification shall identify the prospective business association, interest or circumstance, the nature of
which the bidder may undertake and request an opinion to the City as to whether the association,interest
or circumstance would, In the opinion of the City, constitute a conflict of interest if entered into by the
bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within
thirty days of receipt of notification.
7. WITHDRAWAL OF PROPOSAL:
A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized
representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the
Purchasing Division.
8. LATE PROPOSAL OR MODIFICATIONS:
Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received
prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the
Purchasing Division at(479)575-8220 to verify receipt of their submittal documents prior to opening time and date listed.
9. LOCAL,STATE,AND FEDERAL COMPLIANCE REQUIREMENTS:
a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with
all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent
contract(s) including but not limited to Equal.Employment Opportunity (EEO), Disadvantaged Business
Enterprises(DBE),&OSHA as applicable to this contract
b. Pursuant to Arkansas Code Annotated §22-9-203 the City of Fayetteville encourages all qualified small,
minority and women's business enterprises to bid on and receive contracts for goods, services, and
construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their
contract to qualified small, minority and women's business enterprises.
10. PROVISION FOR OTHER AGENCIES:
Unless otherwise stipulated by the bidder,the bidder agrees to make available to all Government agencies,departments,
municipalities,and counties,the proposal prices submitted in accordance with said proposal terms and conditions therein,
should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all State of Arkansas
i
City of Fayetteville,AR
Bid 11-71, Irrigation Reels
Page 5 of 14
Water,Sewer and Solid Waste Committee Agenda Page 10 of 32
agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community
colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms
and conditions of the contract.
11. COLLUSION:
The Proposer,by affixing his or her signature to this proposal,agrees to the following:"bidder certifies that his or her bid is
made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal
for the same item(s)and/or services and is in all respects fair,without outside control,collusion,fraud,or otherwise illegal
action."
-12. RIGHT TO AUDIT, FOIA.AND JURISDICTION:
a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to
purchases between the City and said vendor.
b. Freedom of Information Act: City contracts and documents prepared while performing City contractual
work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is
presented to the City of Fayetteville,the(Contractor)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 et seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this
compliance.
c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law
applying to the case.
13. CITY INDEMNIFICATION:
The successful bidder(s)agrees to indemnify the City and hold it harmless from and against any and all claims, liability,
loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed
trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof
covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City.
14. VARIANCE FROM STANDARD TERMS&CONDITIONS:
All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the
subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to
submitting a proposal on this requirement.
15. ADA REQUIREMENT FOR PUBLIC NOTICES&TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceedinglevent, should call
479.521.1316(telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing
translation of this document shall contact the City of Fayetteville,Purchasing Division,immediately.
16. PROCUREMENT POLICY FOR RECYCLED MATERIALS:
The City of Fayetteville wishes to encourage its bidders to use recycled products In fulfilling contractual obligations to the
City and that such practices will serve as a model for other public entities and private sector companies.
17. PAYMENTS AND INVOICING:
The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted
for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the
Purchasing Division of any company name change, which would cause invoicing to change from the name used at the
time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville Is very credit
worthy and will not pay any interest, fees,.or penalty for untimely payments. Payments can be processed through
bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not
agree to any nonrefundable deposit or retainer that would remain property of the bidder even If the hourly work actually
City of Fayetteville,AR
Bid 11-71,Irrigation Reels
Page 6 of 14
Water,Sewer and Solid Waste Committee Agenda Page 11 of 32
performed by the bidder would notjustify such fee.
The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after
approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice.
18. CANCELLATION:
a. The City reserves the right to cancel this contract without cause by giving thirty(30) days prior notice to
the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill
or abide by any of the terms or conditions specified.
b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a
material breach of contract and shall be cause for immediate termination of the contract at the discretion
of the City of Fayetteville.
c. In addition to all other legal remedies available to the City of Fayetteville, the City.reserves the right to
cancel and obtain from another source, any items and/or services.which have not been delivered within
the period of time from the date of order as determined by the City of Fayetteville.
d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the
vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without
penalty or expense to the City
19. ASSIGNMENT SUBCONTRACTING.CORPORATE ACQUISITIONS AND/OR MERGERS:
a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without
prior written consent of the City. If a bidder intends to subcontract a portion of this work,the bidder shall
disclose such intent in the bid submitted as a result of this bid.
b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the
City within thirty (30)calendar days of Contractor's notice of such action or upon the occurrence of said
action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably
exercised by the City,shall include, but not be limited to, instances in which a corporate acquisition and/or
merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the
City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to
the bid,without exception shall constitute approval for purpose of this Agreement.
20. NON-EXCLUSIVE CONTRACT:
Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type,which may develop
during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently
contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of
multiple-term contracts,this provision shall apply separately to each item.
21. LOBBYING:
Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for
proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the
bidder/proposer/protestor or any member of the gidder's/proposer's/protestor's staff, and agent of the
bidder/proposer/protestor,or any person employed by any legal entity affiliated with or representing an organization that is
responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly
prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either
an award is final or the protest is finally resolved by the .City of Fayetteville; provided, however, nothing herein shall
prohibit a prospectivelbiddedproposer from contacting the Purchasing Division to address situations such as clarification
and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but
not be limited to, influencing or attempting to Influence action or non-action in connection with any request for proposal,
request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain
goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request
for qualification,bid or contract to be rejected.
City of Fayetteville,AR
Bid 11-71,Irrigation Reels
Page 7 of 14 -
Water,Sewer and Solid Waste Committee Agenda Page 12 of 32
22. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City
as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional
requirements as may become necessary.
23. ADD OR DELETE LOCATIONS OR SERVICES:
The City reserves the right to unilaterally add or delete locations and/or services, either collectively or Individually, at the
City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the
City. In such case, the Contractor(s)will be required to provide services to this contract in accordance with the terms,
conditions,and specifications.
24. INTEGRITY OF BID DOCUMENTS:
Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces
where a response is requested. Bidders may use an attachment as an addendum to the bid form(s)if sufficient space is
not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the
original documents by the bidder,whether intentional or otherwise,will constitute grounds for rejection of such
response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's
response and presented in the form of an addendum to the original bid documents.
25. OTHER GENERAL CONDITIONS:
a) Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any
manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way
affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of
misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of
the contract. No representations shall be binding unless embodied in the contract.
b) Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products
and services presented: Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws
will apply when necessary but will not be considered in award of this project.
c) Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of
services to the City of Fayetteville.
d) Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on
behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder.
e) The City reserves the right to request any additional information it deems necessary from any or all bidders after
the submission deadline.
f) The request for bid is not to be construed as an offer,a contract, or a commitment of any kind; not does it commit
the City to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs
incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a
cast of doing business. The City of Fayetteville shall not be liable for reimbursemeht to the Proposer for any
expense so incurred, regardless of whether or not the proposal is accepted.
g) If products, components, or services other than those described in this bid document are proposed, the bidder
must include complete descriptive literature for each. All requests for additional information must be received
within five working days following the request.
h) NOTE: Any uncertainties shall be brought to the attention to Andrea Foren Immediately via telephone
(479.575.8220) or e-mail (aforenaMeLfavettevllle.ar.us ). It Is the Intent and goal of the City of Fayetteville
Purchasing Division to provide documents providing a clear and accurate understanding of the scope of
work to be completed andlor goods to be provided. We encourage all interested parties to ask questions
to enable all bidders to be on equal bidding terms.
City of Fayetteville,AR -
Bid 11-71,Irrigation Reels
Page 8 of 14
Water,Sewer and Solid Waste Committee Agenda Page 13 of 32
1) Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Andrea
Foren, City of Fayetteville, Purchasing Agent via e-mail (aforen(cDci.favetteville.ar.us) or telephone
(479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request
for proposal. All questions, clarifications,and requests, together with answers, if any,will be provided to all firms
via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed
until after a contract is in place.
j) Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to
properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to
submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's
content or to exclude any relevant or essential data.
k) Bidders irrevocably consent that any legal action or proceeding against It under,arising out of,or in any manner
relating to this bid, or any contract entered related thereto, shall be governed by Arkansas law without regard to
conflicts of law principles. Proposer hereby expressly and irrevocably waives any claim or defense in any action
or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis.
k) The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due
hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any
monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially
to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the
successful bidder shall be subject to prior liens of all persons, firms and corporations for services rendered or
materials supplied for the performance of the services called for in this Contract.
1) The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal
ordinances, and.the rules and regulations of all authorities having jurisdiction over the services shall apply to the
contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The
successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal,
State, and municipal governments or authorities in any manner affecting those engaged or employed in providing
these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals
having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in the
Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation,
order or decree,s/he shall herewith report the same in writing to City of Fayetteville.
26. ATTACHMENTS TO BID DOCUMENTS:
a. N/A
City of Fayetteville,AR
Bid 11-71,Irrigation Reels
Page 9 of 14
Water,Sewer and Solid Waste Committee Agenda Page 14 of 32
City of Fayetteville
Bid 11-71, Irrigation Reels
Specifications: Hard Hose Traveler Axial Turbine Irrigation System, Gun and Gun Cart
1. INTRODUCTION
a. This specification concerns two hard hose traveler axial turbine irrigation systems with guns and gun carts
per the following specifications.
b. Bid prices shall exclude applicable taxes; however, sales tax must be charged on all invoices submitted
for payment as applicable to local,state,and federal law.
c. All materials are FOB at the City of Fayetteville Bioselids Management Site, 16464 Wyman Road,
Fayetteville,AR 72701.
d. The City of Fayetteville reserves the right to deviate from estimated purchase quantities. .
e. Standing purchase orders will be issued and orders will be placed as needed by the using department.
The City of Fayetteville offers an alternate payment method via a P-Card(Visa card). Payments received
by this method are not required; however use of accepting payment via P-Card is encouraged as it allows
payments to vendors within 24-48 hours as opposed to a net 30 day processing period.
2. DEFINITIONS
Wherever used in this specification,the following terms shall be understood to have the following definitions:
a. "Owner"shall mean the City of Fayetteville,Arkansas, or its authorized agent.
b. "Supplier" shall mean the individual, partnership, or corporation,whose bid to supply the items and work
specified herein has been accepted by the Owner. "Supplier" shall also encompass any employee,
partner,consultant,or subcontractor,to the winning bidder.
c. "Work"shall mean the furnishing of all necessary equipment,ancillary Items,and services required
herein.
3. OWNERSHIP AND DELIVERY
Equipment supplied under this specification shall remain the property of the Supplier until delivery to and
accepted by the City of Fayetteville. Deliveries for the equipment will only be accepted during normal business
hours between 7:30 AM and 4:00 PM local time.
4. TERMS AND CONDITIONS
The City's standard Purchasing Terms and Conditions'shall apply to the Work specified herein.
5. SCOPE OF WORK AND SERVICES
Furnish a total of two hard hose traveler axial turbine irrigation systems, guns and gun carts per the following
specifications:
Hard Hose Traveler Axial Turbine Irrigation Systems:
a. Tandem Axles(11 L x 15"10 Ply Tires)
b. Heavy Duty Tubular Chassis Construction
c. Center Axel Design for water weight load and mobility
d. 270 Degree Turntable—special aircraft roller bearings
e. Two Stabilizers
f. Adjustable Tongue Hook—Up
City of Fayetteville,AIR -
Bid 11-71,Irrigation Reels
Page 10 of 14 _
Water,Sewer and Solid Waste Committee Agenda Page 15 of 32
g. Gun Cart Lift
h. Safety Shields and Guards(OSHA Standards)
i. Solid Wall Drum Construction
j. Dual Chain Drum Drive
k. P.T.O Auxiliary Drive with PTO Shaft
I. Continuous operating band break for blacklash prevention in operation and a two position disc brake for
blacklash prevention in transport
m. Turbine Drive —variable speed, axial flow, low flow, designed impellers, minimum pressure loss with drain
plug.
n. Pressure Gauges.
o. Hose 4.10" ID x 1250 ft. long,high density heavy duty polyethylene.
p. Mechanical Hose Guide—chain driven.
q. Automatic Hose Retrieve Stop.
r. Reel Speed Compensator for level application rates.
s. Hose wrap ratio 16 to 1.
t. 5'Plumbing for less friction loss
u. Quick Couple Hose Disconnect
v. Supply Hose Collapsible—4.5'ID 30 ft.long with fittings both ends
w. Supply Hose Storage Reel on Main Frame
x. Paint and Primer high solid acrylic enamel
y. 4"ten position butterfly valve
z. 4"Ring Band Lock, Galvanized
Gun and Gun Cart:
a. Full or Part Circle,Slow Return Gun
b. Trajectory 24 Degree
c. Nozzle:Taper Bore
d. Galvanized square tubing frame
e. Wheels—Front adjustable for tracking,front 16.5 x 16.5 load rating B, rear adjustable in and out,rear 9.51"x
15"6 ply
f. Drain Plug
g. Length:95"
h. Width Adjustable:74"to 86"
i. Height:87"
j. Clearance:42"
As manufactured by Amadas Industries C2400AT, axial turbine, gun and gun cart, or approved equal. Refer to item#3
under General Terms and Conditions listed on page 4.
6. WARRANTY:
Equipment shall Include a one year manufactory's warranty Including all parts used In the manufacturing of the irrigation
system, gun and gun cart. Hard hoses shall carry a five year pro-rated warranty of 18t year— 100%, 28 year—80%, 3f°
year—60%,4h year 40%, and 5th year—20% minimum. Warranty date shall start upon the delivery by the manufacturer
and completion of the manufactures representative inspection and acceptance of the equipment by the City of
Fayetteville. Warranty shall Include complete shipping charges paid by the bidder both ways for transport of repairs.
7. APPROVAL REQUIREMENTS:
Supplier will submit specifications to the City for their approval before order is placed for the equipment.
�I
City of Fayetteville,AR
Bid 11-71,Irrigation Reels
Page 11 of 14
Water,Sewer and Solid Waste Committee Agenda Page 16 of 32
City of Fayetteville
Bid 11-71, Irrigation Reels
Debarment Certification Form — THIS FORM SHALL BE SUBITTED WITH ALL BIDS
As A BIDDER on this project, you are required to provide debarment/suspension certification
indicating that you are in compliance with the below Federal Executive Order. Certification can be
done by completing and signing this form.
1. Debarment.
Federal Executive Order -(E.O.) 12549 "Debarment and Suspension" requires that all
contractors receiving individual awards, using federal funds, and all sub-recipients certify that
the organization and its principals are not debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded by any Federal department or agency from doing
business with the Federal Government.
Your signature certifies that neither you nor your principal is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department or agency.
Questions regarding this form should be directed to the City of Fayetteville Purchasing Division.
ME NAME: � I E E K EFLI '& T � ``
COMPANY: 4 EE1 ACY I n0m )0" T
PHYSICAL ADDRESS: D r17 LrTTLFR0CVA99W 17
MAILING ADDRESS: M 1-s-TTLZ�QOd6 N2 7aa3 j-53 co
PHONE: iD)G4i-1} 5 L I FAX:
EMAIL:
SIGNATURE:
DATE:
NOTICE:
CAUSE.Debarment by an agency pursuant to FAR 9.406-2,GPO Instructions 110.11A,or PS Publication 41,throne or more of
the following causes (a) conviction of or civil judgment for fraud violation of antitrust laws, embezzlement, theft, forgery,
bribery,false statements,or other offenses Indicating a lack of business Integrity;(b)violation of the terms of a Government
contract,such as a willful failure to perform in accordance with its terms or a history of failure to perform; or(c) any other
cause of a serious and compelling nature affecting responsibility. (See Code N- Debarment pursuant to FAR 9.406 2(b)(2)
Drug Free Workplace Act of 1988.)
TREATMENT:Contractors are excluded from recelWng contracts,and agencies shall not solicit offers from,award contracts
to renew or otherwise extend the duration of current contracts,or consent to subcontracts with these contractors,unless the
City determines that there is a compelling reason for such action.Government prime contractors,when required by the terms
of their contract,shall not enter Into any subcontract equal to or In excess of$25,000 with a contractor that Is debarred,
suspended,or proposed for debarment,unless there Is a compelling reason to do so.Debarments are for a specified term as
determined by the debarring agency and as indicated In the listing.
City of Fayetteville,AR
Bid 11-71,Irrigation Reels -
Page 12 of 14
Water,Sewer and Solid Waste Committee Agenda Page 17 of 32
City of Fayetteville
Bid 11-71, Irrigation Reels
Statement of Disclosure—To Be Submitted With ALL Bids
This page does not count towards page limitations set forth In this request for proposal or bid.
Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not
limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a
known relationship exists between any principal or employee of your firm and any City of Fayetteville
employee or elected City of Fayetteville official.
If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to
disclose such a relationship may result in cancellation of a purchase and/or contract as a result of
your response. This form must be completed and returned in order for your bid/proposal to be eligible
for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES
TO YOUR FIRM:
1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain)
PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID OR
PROPOSAL:
1.) I,as an officer of this organization, or per the attached letter of authorization, am duly authorized
to certify the information provided herein are accurate and true; and
2.) My organization shall comply with all State and Federal*Equal Opportunity and Non-Discrimination
requirements and conditions of employment.
Printed Name ` /
C�
g ure
;L j
Date
City of Fayetteville,AR
Bid 11-71,Irrigation Reels
Page 13 of 14
Water,Sewer and Solid Waste Committee Agenda Page 18 of 32
City of Fayetteville n ) /
Bid 11-71, Irrigation Reels
Statement of No Bid — If Applicable
In order to assist the Purchasing Division of Fayetteville in evaluating and Improving our
solicitation process, we are asking for completion of this form and returning via fax or e-mail. By
submitting this form, it will assist us in evaluating all responses, Improving our bid solicitation
process, and maintaining a positive relationship with our vendors.
We, the undersigned, have declined to bid for the following reason(s):
1. We do not offer this service/product
2. Our schedule would not permit us to perform
3. Unable to meet specifications
4. Insufficient time to respond to the Invitation to Bid
5. We are unable to meet bond requirements
6. Other(Explain)
*NAME OF FIRM:
*BUSINESS ADDRESS:
*CITY: *STATE: *ZIP:
*PHONE: FAX:
*E-MAIL ADDRESS:
*BY :( PRINTED NAME)
*AUTHORIZED SIGNATURE:
*TITLE: *DATE:
*PLEASE LIST OTHER COMMENTS BELOW:
*Please note:We appreciate your feedback on this form and are very interested in your reason for not bidding. Please do
not hesitate to contact us at 479-575-8220 if you have questions,comments,or concerns regarding these bid documents.
City of Fayetteville,AR -
Bid 11-71,Irrigation Reels
Page 14 of 14 -
i
Water,Sewer and Solid Waste Committee Agenda Page 19 of 32
*IV
cdnpary
4227 East 43`d Street
P.O.Box 15310
North Little Rock,AR 72115
PH.501-945-4511,FAX 501-945-2766,Mobile 501-786-0962
Email:jeff@keelingcompany.com
I appreciate the opportunity to bid on the travelers you are looking to purchase and would
like to highlight some of the features of the Ocmis brand reel we have on our bid. I think
you will the features beneficial to help in your decision to accept the Ocmis reels as an
equal to the Amadasbrand you have specified.
-Galvanized chassis and gun cart
-The most efficient turbine on the market
-4-speed gearbox
-Ability to free debris from the turbine w/out having to disassemble turbine
-Double side water inlet
-Requires less pressure to operate compared to competition
-Parts distribution center located in Yukon, Oklahoma
(*see enclosed brochure for more information not listed)
Keeling Company is a family owned and operated business here in Arkansas with a
branch office in Springdale and Bentonville. We have been selling Ocmis reels since
2002 and feel we have a very knowledgeable and customer oriented sales force to help
with any questions you may have before,during and after the sale.Please feel free to give
me a call or email if you should have any questions about the machines we have
submitted on our bid.
Sincerely,
Jeff Keeling
Company
JEFF KEELING I
4727 EAST 43rdST. .P.O.BOX 15310-NO.LOTLE ROCK,AR72231
(501)3454511 • FAX:(501)600.3552 . CELL(501)786-0862
EMAIL:j86@kealingwmpany.wm . w.w,r.keaGngcompany.com
Water,Sewer and Solid Waste Committee Agenda Page 20 of 32
i � Y
r
loom
Patented Werio
s an OCMIS dealer,we realize you have a choice when it comm-s to'travel -
manufacturers and'whieh brand to buy. We have chosent epresent OCMIS. 'f."
for'several tdasuns'that we know are impartantto you:
Enlinc Biro for Sin •OCMIS has a large network of dealers who buy direftfrom the factory in
ry i
. .Italy and therefoFe have'6 competitive pricing'advantage, [
OCMIS is 1509001 certified-an International stia Ard for tlllality
.. P' •? . ,. ,E'
and productivity.- •"y. s�:
OCMIShasapartsandtechnicalsarvicedepatcentralI � ''-
located outside m
of Oklahoa City OK(K1D1 which in Oros
g; Mo t fficicntTurbine n Y, tor iespartstosiipportyourmechinis.-We shipne><t
�iPay arr to in
yixhere in'the
U
r Y r{ .00MIS has over 33f�years of prf2vcn experienee•
p j7t m the Industry,pienufacture complete t
, i
machilie, isfirks ciallysodk-indh8s 'eery,"
ItR>foFSEli9d�ipl�tll �, Prevent Irl this marketfdr deer l3YeaYs y
v v v
t]CMISwasthe,Krsttd-fleve10 andpatont
i
Micro Rain theWanoHainturb115rgRarboS<whlil iso f
Y..
tll'omost efFiciert eme an, g$ariecuton
.`�r
q �'a�`zarrlf■yC?. n: ■��., —..�� F �7�i� .i 1 l} � �'` j��f `a A,, 'I ,y
- OCINIS ePs a ga[vanizeriliass5sartd
AL r gun cam is taridard 4n a rr onlploti
xa� YuSeodtkavelers. Nooneiiidkesa1i99Lder e
* w tl+ a K ,. , p
tlphge}1f�e5 than O�iYfdS ra�6gmgyi-`6m t'
, ' r�- I � // 11 •/.li/l � � \ �p::nPP l' h F 4' ..0 � 1 1.. y+ SS_ �
I �Ers
a a a
1
r.
V
Y
� V �
T
Swimming Pool
F
Maintenance
Information Packet
!h
THE CITY OF FAYETTEVILLE,ARKANSAS
Tayvft e eve le UTILITIES DEPARTMENT
113wvst 575-62 7 Fayett West Mo]3]01
P 14]915]5-0330 F14]913]5-015]
hO Kh NShS
October 31, 2011
Dear Pool Owner, Operator or Contractor:
This packet was compiled by the City of Fayetteville Engineering and Utility Services Departments to assist the
swimming pool service industry in complying with local, state, and federal environmental regulations.
The rules begin with federal requirements. Section 301 of The Clean Water Act prohibits a direct discharge of
pollutants into the waters of the United States without a permit from the U.S. Environmental Protection Agency
(EPA). It mandates that all cities in the United States with a population greater than 50,000 have a National Pollutant
Discharge Elimination System (NPDES) Stormwater Permit to operate their municipal storm sewer systems.
One of the key elements of this permit requires each city to have and enforce an ordinance that prohibits illicit
discharges to a storm drain, creek or stream. An illicit discharge is a discharge to the storm drain system that has
measurable flow containing pollutants and/or pathogens. Chapter 170.13 Stormwater Pollution Prevention Section
A of the City of Fayetteville's Code of Ordinances fulfills this requirement.
Filter backwash water, chlorinated pool water and salt water discharged during swimming pool operation and
maintenance activities are some of the many discharges prohibited because they contain pollutants such as dissolved
solids, suspended solids,chlorides, and abnormal pH. These pollutants can clog fish gills,reduce fish growth rates
and their resistance to disease,and cause acute and chronic effects to many species of aquatic life that may kill many
creatures, including fish.
It is illegal to discharge filter backwash water, chlorinated pool water or salt water from saline pools into a storm
drainage system or into a city street that drains to a storm sewer inlet.Doing this may lead to prosecution,resulting
in fines and/or jail.Remember anything that enters a storm drain goes to our creeks,streams and lakes.Please keep
this information in mind when planning to install or maintain a pool.
You will find more detailed information concerning"Best Management Practices"to use during swimming pool
maintenance activities within this packet.The City of Fayetteville is committed to assisting all of our customers in
understanding compliance with environmental regulations. Please feel free to share this information with pool
owners, as well as other pool professionals. Should you have any questions, feel free to call the City Engineer's
office at 479-575-8206, or the Water/Sewer Operations Division 479-575-8386,
Sincerely,
City of Fayetteville
Chris Brown, P.E. David Jurgens, P.E.
City Engineer Utilities Director
TDD(Telecommunications for the Deaf)(479)521-1316 SwimmingPoolMaint mnce BMP 310cll 1
Water,Sewer and Solid Waste Committee Agenda Page 23 of 32
THE CITY OF FAYETTEVILLE,ARKANSAS
NT
7ay eUell
le U FayetSDEe,AR72 01 113 West Mountain
Fayetteville,AR 72701
P(4791575.8330 F(479)5]5-825]
S
SWIMMING POOL INSTALLATION REQUIREMENTS
Water from swimming pools,hot tubs, etc., can be harmful to the environment,up to and including killing fish
and other organisms in the receiving stream.
Permits for swimming pool construction and/or modification must be obtained through the City of Fayetteville
Building Safety Division. Permits may be issued for swimming pools under the following conditions.
1. Application is complete and the address is verified
2. Valuation of work is indicated.
3. An electrical permit has been approved.
4. A plumbing permit has been approved.
5. The system must meet all backflow prevention requirements.
Large swimming pool operators (municipal, neighborhood, institutional)may be required to:
1. Connect to the sanitary sewer system,
2. Provide additional test results that are conducted by a certified laboratory when discharging to the
storm sewer system.
Pools may not be installed in any type of easement.
Pools and all attached or related facilities shall meet building setback requirements.
TDD(Telecommunications for the Deaf)(479)521-1316 SwimmingPoolMaintenance BM?310e11
Water,Sewer and Solid Waste Committee Agenda Page 24 of 32
THE CITY OF FAYETTEVILLE,ARKANSAS
UTILITIES DEPARTMENT
113 Wen rs
ByMnFayeUevllle,AR)3)01
P14)91S) B33n F14)91S)5a]5)i5
SA SWIMMING POOL MAINTENANCE,BACKWASH, AND DRAINAGE WATER DISPOSAL
ALTERATIVES
Swimming pool filter backwash, chlorinated, or salt laden pool water may not be
discharged to a storm sewer system or waterway per Federal, State, and City
stormwater regulations.
Pool filter backwash disposal options:
• To a vegetated area on the pool owners property.
1) The area must be large enough to contain the discharge without any contact, subsequent runoff or other
negative affect to neighboring properties.
2) Avoid creating puddles of standing water which could potentially provide breeding grounds for
mosquitoes.
3) Use caution when backwashing diatomaceous earth(DE)filter material as it will harden to cement-like
consistency over time possibly damaging soil and vegetation.
4) Saline pool backwash water can significantly impact vegetation, soils, and insects due to the high salt
content.
5) High chlorine levels in backwash water can harm certain sensitive plants, insects and animals.
• To the sanitary sewer system with prior approval from the City of Fayetteville Water/Sewer Utility.
1) The customer must apply for and receive written or emailed authorization to discharge from the
Fayetteville Water/Sewer Operations Division. Call (479-575-8386) prior to discharge.
2) The connection must be through an indirect waste line with an air gap between the discharge line and the
waste receptor. The unrestricted rate of flow of swimming pool discharges can sometimes exceed the
capacity of the sanitary sewer system. In order to prevent sanitary sewer overflows into the environment
or homes, it is necessary to restrict the rate of flow from swimming pools. The maximum size of the
discharge line shall be 1 inch in diameter and the flow shall be limited to a maximum often(10)gallons
per minute, unless specifically authorized, by email or in writing, by the Fayetteville Water/Sewer
Operations Division. Additionally, all sewer charges must be paid for all pool water that is ultimately
discharged into to the sanitary sewer.
3) The customer must prevent the discharge of soil,sediment,rock,debris or other solid material during the
discharge in accordance with Chapter 51 of the Fayetteville Code of Ordinances.
• For smaller pools, consider the use of a closed loop cartridge filter system, which does not require
backwashing.
Note: Pool backwash water is strictly prohibited from discharge to the storm sewer system, lakes, creeks,
streams, waterway, or any connection thereto including street curbs and dry drainage swales, per
Federal, State, and City stormwater regulations.
TDD(Telecommunications for the Deaf)(479)521-1316 SwinvingPoolMaint mmeBMP 310cUl
Water,Sewer and Solid Waste Committee Agenda Page 25 of 32
THE CITY OF FAYETTEVILLE,ARKANSAS
aye �eveile
UTILITIES DEPARTMENT
AR 72 01
113 West Mountain
Fayattar1110.57)8201
F 10291523-8330 F(429)5)5-885)
g0KAN5A5
Chlorinated pool water disposal options (less than 35,000 gallons):
• To a vegetated area on the pool owners property.
1) The area must be large enough to contain the discharge without any subsequent runoff or negatively
effecting neighboring properties.
2) Avoid creating puddles of standing water which could potentially provide breeding grounds for
mosquitoes.
3) Pool water shall be dechlorinated to avoid damage to vegetation.This can be done by letting it sit for a
sufficient period of time before discharging it,or by adding dechlorination chemicals that can be found
in pet stores or the pet section of many discount stores. A home pool test kit (chlorine/pH) can help
determine presence/absence of chlorine prior to discharge.
4) Pool owners may choose to water their landscaping with pool waste water. This may be done at their
own risk. The chemistry of pool water may damage landscaping as it contains more salt and chlorine
than tap or rain water. Watering salt-sensitive landscaping should be avoided. Also avoid spraying the
water directly on leaves or watering the same area repeatedly.
• To the storm sewer system if the water discharged meets the following requirements:
♦ The chlorine residual is less than 0.01mg/L.
♦ The pH is between 6.0 and 9.0.
♦ The water is clear(no algae, sediments or other pollutants).
♦ The pool is not a salt water swimming pool.
• To the sanitary sewer system with prior approval from the City of Fayetteville Water/Sewer Utility.
1) The customer must apply for and receive written or emailed authorization to discharge from the
Fayetteville Water/Sewer Operations Division. Call (479-575-8386) prior to discharge.
2) The connection must be through an indirect waste line with an air gap between the discharge line and the
waste receptor. The unrestricted rate of flow of swimming pool discharges can sometimes exceed the
capacity of the sanitary sewer system. In order to prevent sanitary sewer overflows into the environment
or homes, it is necessary to restrict the rate of flow from swimming pools. The maximum size of the
discharge line shall be 1 inch in diameter and the flow shall be limited to a maximum of ten gallons per
minute, unless specifically authorized, by email or in writing, by the Fayetteville Water/Sewer
Operations Division. Additionally, all sewer charges must be paid for all pool water that is ultimately
discharged into to the sanitary sewer.
3) The customer must prevent the discharge of soil,sediment,rock,debris or other solid material during the
discharge in accordance with Chapter 51 of the Fayetteville Code of Ordinances.
• For smaller pools, consider the use of a closed loop cartridge filter system, which does not require
backwashing.
• Large swimming pool operators (municipal, neighborhood, institutional) or any pools greater than
35,000 gallons may be required to:
1) Connect to the sanitary sewer system,meeting all above requirements.
2) Provide additional test results that are conducted by a certified laboratory when discharging to the storm
sewer system.
TDD(Telecommunications for the Deaf)(479)521-1316 SwimmingPco1Maintenance BMP 3loctl1
Water,Sewer and Solid Waste Committee Agenda Page 26 of 32
THE CITY OF FAYETTEVILLE,ARKANSAS
aye evil le
UTILITIES DEPARTMENT
01
113 west Mountain
Fayetteville,F(41e,AR)3)01
P IR)915)5-8330 FIV9)3J5-82A
AaNAN5A5
Saline (salt water) swimming pool water disposal options (less than 35,000
gallons):
• To a vegetated area on the pool owners property.
1) The area must be large enough to contain the discharge without any subsequent runoff or negatively
effecting neighboring properties.
2) Avoid creating puddles of standing water which could potentially provide breeding grounds for
mosquitoes.
3) Discharging salt water to vegetated areas can significantly impact vegetation,soils,and insects due to the
high salt content.
• To the sanitary sewer system with prior approval from the City of Fayetteville Water/Sewer Utility.
1) The customer must apply for and receive written or emailed authorization to discharge from the
Fayetteville Water/Sewer Operations Division. Call (479-575-8386)prior to discharge.
2) The connection must be through an indirect waste line with an air gap between the discharge line and the
waste receptor. The unrestricted rate of flow of swimming pool discharges can sometimes exceed the
capacity of the sanitary sewer system. In order to prevent sanitary sewer overflows into the environment
or homes, it is necessary to restrict the rate of flow from swimming pools. The maximum size of the
discharge line shall be 1 inch in diameter and the flow shall be limited to a maximum of ten gallons per
minute, unless specifically authorized, by email or in writing, by the Fayetteville Water/Sewer
Operations Division. Additionally, all sewer charges must be paid for all pool water that is ultimately
discharged into to the sanitary sewer.
3) The customer must prevent the discharge of soil,sediment,rock,debris or other solid material during the
discharge in accordance with Chapter 51 of the Fayetteville Code of Ordinances.
• Large swimming pool operators (municipal, neighborhood, institutional) or any pools greater than
35,000 gallons may be required to:
1) Connect to the sanitary sewer system,meeting all above requirements.
2) Provide additional test results that are conducted by a certified laboratory.
Note: Saline/Salt pool water is strictly prohibited from discharge to the storm sewer system, lakes, creeks,
streams, waterway, or any connection thereto including street curbs and dry drainage swales, per
Federal, State, and City stormwater regulations.
The Bottom Line:
Improper swimming pool maintenance can result in significant negative impacts to local creeks, lakes and
aquatic life,and may be costly.An unauthorized discharge is a violation of City Code Section 170.13(A)(1),
which states "No person shall discharge anything but uncontaminated stormwater,into the storm drainage
system." Unauthorized discharges are considered a Class C Misdemeanor,and are punishable with a fine of
up to$500 per day per violation.It can also be costly to cleanup pollutants from the ground,a storm drain or
waterway. So, please help preserve Fayetteville's valuable water resources by conducting appropriate pool
installation and maintenance. For additional information, please feel free to contact the resources listed
below.
TDD(Telecommunications for the Deaf)(479)521-1316 SwimmingPoolMaintemnce BMP 310ctl I
Water,Sewer and Solid Waste Committee Agenda Page 27 of 32
THE CITY OF FAYETTEVILLE,ARKANSAS
raylen2lic UTFayetSDEPARTMENT
113wast Mountain
Fayetteville.AR R)Ol
S P(4➢91575-8339 F14)91575-835)
Swimming Pool Operations/Maintenance Definitions
Backwash water. Water generated by the process of cleaning your swimming pools filter by a method of reversing
the flow of water
Chlorine residual. The amount of chlorine remaining in the water after application at some prior time.
Drainage water. Water(in any amount) from emptying the contents of a swimming pool.
pH. A measure of the acidity or alkalinity of a solution,numerically equal to 7 for neutral solutions,increasing with
increasing alkalinity and decreasing with increasing acidity. The pH scale commonly in use ranges from 0 to 14.
Saline (salt water) pool. A swimming pool that utilizes dissolved salt, through a process of electrolysis, for
disinfection.
Sanitary sewer. A pipe or conduit owned,controlled,or subject to the jurisdiction of the City,designed to collect
and transport wastewater.
Storm sewer. A network of pipes and channels carrying storm and surface water to surface water bodies such as
ditches, creeks, streams, and lakes.
Swimming Pool Operations/Maintenance Contact List
City of Fayetteville Engineering Division, Stormwater Engineer: 479-575-8206
City of Fayetteville Water/Sewer Operations Division: 479-575-8386
City of Fayetteville Building Safety Division: 479-575-8233
After Hours Emergency for All City Operations, Contact Police Dispatch 479 587-3555 option "1".
Use this number after normal business hours to report unauthorized discharges to the City's stormwater system,or
any type of after hours non-life threatening emergency.
TDD(Telecommunications for the Deaf)(479)521-1316 SwinuwngPmIMaintetvi=e BMP 310ct11
Water,Sewer and Solid Waste Committee Agenda Page 28 of 32
a reIe CONTRACT CHANGE ORDER MEMO
THE CITY OF FAYETTEVILLE, ARKANSAS
S
To: Mayor Lioneld Jordan
Thru: David Jurgens, Utilities Director
Don Marr, Chief of Stall'
Fayetteville Water and Sewer Co mittec
From: Shannon Jones, Utilities Engineer�lJ! L
Date: November 22, 2011
dd
Subject: Change Order 2 to the construction contract with Crossland Heavy Contractors, Inc. for construction of
the Biosolids Management - Thermal Dryer project for$10,500.00.
RECOMMENDATION
Staff recommends approval of Change Order 2 to the construction contract with Crossland Heavy Contractors,
Inc. for construction of the Biosolids Management -Thermal Dryer project for$10,500.00.
BACKGROUND
The Contract provides for the construction of thermal dryer at the Noland Biosolids Processing Site, to dry
biosolids from both wastewater treatment plants. Prior to the installation of this dryer and the adjacent six solar
drying houses, the City hauled an average of 15 tractor trailer loads of biosolids weekly to landfills in Lamar or
Russellville. Fuel prices and tipping fees made the landfill operation much more expensive than when selected
in 2003. This summer, the solar dryer units have been able to dry the material to 85-90% solids, although
normal operations expect to produce a range of 40 - 70% solids. Substantial completion for the solar dryers was
reached on May 12, 2011.
DISCUSSION
The change order increases the total amount of concrete by 30 cubic yards that is used for the foundation of the
building for the thermal dryer. During the review of the design from the steel building manufacturer, it was
discovered that a modification to the foundation was necessary to account for the overturning moment of the
broadside of the building during high winds (the building would blow over). The additional concrete used in
the foundation will counteract the effect of high wind loads.
BUDGETIMPACT
Funds are available in the project budget. $123,830 will remain in contingency after this change order is
approved.
Crossland CO2 CCMeiro 22Novl Ldoe
Water,Sewer and Solid Waste Committee Agenda Page 29 of 32
ye vllle
('hnnge Order No 2 Page I of I
CONTRACT CHANGE ORDER Cay Coalmct a 2162 schedule
Cily Rcsoultinn 11 203-10 Dale II/I8/2011
City Project No.: 02133-0610
Project Name: Biosolids Management-"I hernial Dryer Location: Fayetteville,Alt
Owner: City of FayctLcville Contractor ('rosaland I leavv C'onlractors,Inc.
Address: 113 W.Mountain Address 1'-0 Boz 350
Fayetteville,Ali 72701 Columbus,KS 66725
HE FOLLOWING CHANGES ARE IiVUBY AMENDED INTO'I I It:CON'I'RACI PLANS AND3PI(C'110C'ATION9:
ITEM lF DI'SCRIPTION DFCREASP. INCRI:ASF.
I Add 30 cy of concrete for building toundadon to counleracl
overturning moment
101'AL DECREASE AMOON'1 $0.0(
'I0'1'AI,INC CEASE AMODN 11 10.500.00
NE"IClIANGEORDER1 1 $10.500,00
ENGINI'.ERS FINAL
:HANGETOCONTRAC"I'AMOHN'I'. lOtAI.AMOIIN-I- 1_I.1(iIBI.EAMOIIN'1'
Original Contract Amount $2 770 2.so Q0 $2 77(12811011011
Total Previous Change Ordei(n) 5 G'F . 7(f 00 $5,670.00
Net Amount This Change Order slosoo_(111 :610 5(1111)(1
TOTAL CONTRACTAMOIIN'I'TO DA I'l $2-796l150.un $2.78645(1.00
'HANGE TO CONTRAC I COMPLI'.IION DATE:
riginal Completion Dale September 9,201 1
Previous Adjusted Completion Date November 8.2011
Increase)(Decrease)This Change Order 1) Calendar Dan
NEW CONTRACT COMPLEOON OA 1'IS: November 8,2011
RECOMMENDED: Cl'I OI'PAYET'I'EVILLE
Catocli,gtOrrvcr
13 /
v: 1{1{
�� lI CUN.til kll('I I(1N @('ONI MGa �✓(-f� -ll
Sieu:ut a fille 11:ve
RECOMMENDED: Cl TY OF EA Yii'I"I'I:Vl1.1 di
F.n�ii •cr
7 i
BY: 11'1'111"IIES ENGINEER
Siglnuure Title Dale
ACCEPTED: Crossland Heavy Contractors,Inc.
BY: �Contractor a,r
[�liwr->�i�� �YLO_TFI� I !'"W'ae
SignaRtrc 'Fide Date
APPROVED: CITY OF FAYETTEVILLE
Owner
f3Y: Mayor
Signature Tide Dale
Water,Sewer and Solid Waste Committee Agenda Page 30 of 32