Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2013-05-14 - Agendas
km WATER/SEWER/SOLID WASTE COMMITTEE AGENDA TaZeredlle MEETING DATE OF MAY 14, 2013 THE CITY OF FAYETTEVILLE,ARKANSAS haKn sw5 Committee: Chairman Mark Kinion; Aldermen Sarah Marsh, Martin Schoppmeyer, Alan Long Copy to: Mayor Lioneld Jordan; Sondra Smith, Don Marr, Paul Becker, Lindsley Smith, Jeremy Pate, Chris Brown, Lynn Hyke, Shannon Jones, Bell, Tim Nyander, CI-12M Hill From: David Jurgens, P. E., Utilities Director , A Fayetteville Water, Sewer and Solid Waste Com ee Meeting will be held on May 14, 2013, 5:15 PM, following the City Council Agenda Session, in room 32 Fayetteville City Hall. Proposed topics include: Agenda Items Reauirinu Committee Approval 1. Noland WWTF Generator Repair and Upgrade contract with Clifford Power Systems for $36,705.17 is attached. Noland's WWTP generator is a 2937 horsepower engine that was installed in 2005. This unit's main purpose —as is required by our NPDES discharge permit—is to serve as an emergency backup to operate the WWTP in the event of a power failure to prevent overflows and permit violations. It also functions as a load shedding unit during times of peak electrical demand. The WWTP is contracted with Ozarks Electric Cooperative to receive power at a discounted rate during normal power demands; however, if the WWTP operates using Ozarks Electric Cooperative power during peak loads, the rate increases significantly. Under this agreement, using the generator for load shedding has saved an average of over $130,000 per year. This January, the Environmental Protection Agency (EPA) amended the National Emission Standards for generators. Under the new requirements, we are required to modify the emissions system for the Noland generator. The main purpose of the upgrade is to install a catalyst system—somewhat similar to a catalytic converter on a vehicle —that will reduce the amount of carbon monoxide released in the atmosphere. Without this modification, the Noland WWTP generator is prohibited from operating for load shedding purposes and would only be usable for emergency backup power. The City received two bids on April 30, 2013. Clifford Power Systems submitted the lowest bid that meets s acifications. Bidder I Bid Clifford Power Systems $ 36,705.17 Thompson Machinery $48,5 8.00 STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR APPROVAL. 2. Elkins OutfallLine Area Sanitary Sewer Improvements contract with Suncoast Infrastructure for $162,495.00 is attached. The City of Fayetteville was awarded a State and Tribal Assistance Grant (STAG) in 2010 for$485,000. The grant funding is matched 55%federal to 45% local. The City's matching funds are $396,818. The purpose of the grant is help fund the rehabilitation of the sanitary sewer system in the area of and including the Elkins outfall sewer line. $355,698 of the grant money was used to upgrade the Fayetteville owned line that carries Elkins' wastewater flow in addition to Fayetteville flows from that area. The balance of the grant money is being used to rehabilitate gravity sewer lines within the sewer collection system that connects to the primary outfall gravity sewer line. Under this contract, we will rehabilitate approximately 5,800' of 6" and 8" sanitary sewer main line pipe using the cured in place pipe method and internally reinstated approximately 25 sewer connections on the sewer collection system that connects to the primary outfall gravity sewe line. The City opened two bids on May 9, 2013. Suncoast Infrastructure $ 162,495.00 Insituform Technolo ies $ 224,340.25 Engineer's Estimate $ 205,000.00 STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR APPROVAL. 3. Garland Avenue Construction Chance Order 2 with Goodwin & Goodwin, Inc. for Water/Sewer relocations on Hwy. 112 (Garland Ave.), for$111,116.35 is attached. Relocation of existing water and sewer lines is required in preparation for the combined Arkansas Highway Department (AHTD) and City widening of Water,Sewer and Solid Waste Committee Agenda Page 1 of 42 W-S-SW CommitteeAgenda 14Mayt3 WATER/SEWER/SOLID WASTE COMMITTEE AGENDA MEETING DATE OF MAY 14, 2013 Hwy. 112 (Garland Ave.) from North Street to Janice Street. The majority of the existing water and sewer lines in this section of roadway are located within the AHTD right of way (ROW), so the City is bearing the majority of the expense to relocate these lines. Several additional changes have occurred during the project. Other utility companies were simultaneously moving their lines while we were relocating the water and sewer lines. This, in combination with the limited space between homes and the AHTD right-of-way, made this one of the most physically challenging water and sewer line relocations projects the City has faced in years. This change order reconciles the original project quantities and addresses the remaining unforeseen costs associated with the difficult working conditions. The majority of the unit quantity changes are from increased street repairs that were required. The breakdown of the change order is as follows: Increase in unforeseen costs $ 40,557.00 Increase in quantities from bid to actual $ 70.608.35 Total cost of change order $111,165.35 STAFF REQUESTS THIS BE FORWARDED TO THE CITY COUNCIL FOR APPROVAL. Agenda Items for Committee Information 4. Cavital Protect Update Contract Description Contractor Cost Complete CIPP 2013 Swr Rehab-Cured in Place Pipe City Wide Insituform $ 330,000 0% 265 W/S Relocation & 36" Wtr Line, Hwy 265 Gamey Const $ 5,062,135 100.0% Hwy 16 Hwy 16 Water/Sewer Relocations Edwards Const $ 1,5 8 9,4 K 1_00.0% '-- Hwy 112 Garland Ave Water/Sewer Relocations Goodwin &Goodwin $ 1,575,497 100.0% Hwy 265 N Hwy 265 North Water/Sewer Relocations Seven Valles Const $ 1,419,659 100.0% Compost Solid Waste Compost Slab, Phase 2 Benchmark Const $ 347,882 100.0% SE Fay CIPP SE Fayetteville/Elkins Outfall CIPP Suncoast Infrastruct. $ 162,495 0% Wtr Trans Water Transmission Line Easements McClelland En rs Easmt Acquisition Underway Hwy 16 Bride Water Line Relocation West Fork Bride McClelland En rs Easmt Ac uisition Underway Hamestrin Channel Monster Repair In-House/ $ 21,658 0% Noland Generator Noland Generator Upgrade Clifford Power $ 36,705 0% South Mtn PS South Mountain Pump Station Rehab I Design/Const n-House 1 $ 200,000 50% Project is substantially complete, meaning the work can be used to execute its mission. 5. Illinois River Phosphorus Arkansas Oklahoma Second Statement of Joint Principles and Actions. Funding is being gathered, and details are still being worked at State level for execution of the stressor- response study. 6. Illinois River Phosphorus Evaluation process is continuing, with EPA developing a Total Maximum Daily Load (TMDL) study for the basin. No significant action has occurred in the last month. The NWA Intergovernmental Working Group has hired Wright Water Engineers to overwatch the process. 7. White River Use Attainability Analysis report is being updated — incorporating ADEQ's comments and suggestions and the USGS Beaver Lake Model Report—for final submission back to ADEQ. We expect the final report to be completed and submitted to ADEQ within four to six weeks. 8. Paper Shredding and Prescription Medication Take Back Event. The City of Fayetteville and Project Right Choice partnered to host a "Paper and Pills" paper shredding and prescription medication disposal event on Saturday, April 27th. Results were that we shredded 5 tons of paper and 260.6 pounds of prescription medications were collected. The number of cars nearly doubled for the prescription medication event due in part to great publicity and combing the event with shredding. The old high was 65 cars and this event had 104 for the prescription medication drop off. Another date for a combined event is planned for October. The prescription medication disposal event is part of the National Take Back Initiative 6 sponsored by the DEA. The shredding event was for Fayetteville residents only, with a limit of 5 normal-size (copy paper sized) boxes of paper for drop-off. The prescription medication event was for all residents, including those from outside of Fayetteville. Water,Sewer and Solid Waste Committee Agenda Page 2 of 42 W'-S-SW CommitteeAgenda 14May13 WATER/SEWER/SOLID WASTE COMMITTEE AGENDA MEETING DATE OF MAY 14, 2013 9. 2013 Sprinsa Ward Bulky Waste Clean Ups have been completed; results are shown below. Ward Date Electronics" Tons Trash Tons Metal Tons Total Tons 4 3/23/2013 0 18.02 3.87 21.89 3 4/6/2013 0 42.41 6.20 48.61 1 4/27/2013 0 30.13 1.34 31.47 2 5/4/2013 0 22.51 3.68 26.19 2013 Spring Total 1 0 113.07 15.09 128.16 2012 SDrino Total 1 0 119.22 23.18 142.40 2011 Spring Total 0 148.92 24.74 173.66 2010 Spring Total 0 166.40 35.40 201.80 2009 Spring Total 7.76 83.57 28.00 119.33 2008 Spring Total 8.32 120.33 25.95 154.60 2007 Spring Total 8.26 156.41 59.62 216.03 2006 Spring Total 10.18 156.75 64.51 231.44 2005 Spring Total 0 191.27 54.15 246.19 *Electronics were neither accepted after December 31, 2009 nor before 2006. 10. Water/Sewer/Solid Waste Committee Meets next on Tuesday, June 11, 2013, 5:15 p.m., room 326. Attachments: 1 Noland Generator Contract Pages 4-17 2 Suncoast Infrastructure Contract Pages 18-37 3 Garland Relocation Change Order 2 Pages 38-42 W-S-SW CommitteeAgenda 14Mayl3 CITY COUNCIL AGENDA MEMO Taywelte—dle MEETING DATE OF 21 MAY,2013 THE CITY OF FAYETTEVILLE,ARKANSAS A0.KANSAS To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff From: David Jurgens, Utilities Director Fayetteville Water and Sewer Cam e Date: May 3 2013 Y Subject: Approval of Bid 13-28 for the modification to the emissions system of Noland's WWTP generator RECOMMENDATION City Administration recommends approval of Bid 13-28 with Clifford Power Systems for the modification of Noland's WWTP existing backup power generator for$36,705.17. Funds are available within the Wastewater Treatment Plant CIP—Plants Pumps and Equipment. BACKGROUND Noland's WWTP generator is a 2937 horsepower engine that was installed in 2005. This unit's main purpose— as is required by our NPDES discharge permit—is to serve as an emergency backup to operate the WWTP in the event of a power failure to prevent overflows and permit violations. It also functions as a load shedding unit during times of peak electrical demand. The WWTP is contracted with Ozarks Electric Cooperative to receive power at a discounted rate during normal power demands; however,if the WWTP operates using Ozarks Electric Cooperative power during peak loads,the rate increases significantly. Under this agreement,using the generator for load shedding has saved an average of over$130,000 per year. DISCUSSION On January 14, 2013, the Environmental Protection Agency(EPA) amended the National Emission Standards for Hazardous Air Pollutants for Reciprocating Internal Combustion Engines(RICE). These standards were created to reduce air pollution from stationary engines, including generators. The amendments include changes to various part of RICE rules. Under the new requirements, we are required to modify the emissions system for the Noland generator. The main purpose of the upgrade is to install a catalyst system—somewhat similar to a catalytic converter on a vehicle—that will reduce the amount of carbon monoxide released in the atmosphere. Without this modification, the Noland WWTP generator is prohibited from operating for load shedding purposes and would only be usable for emergency backup power. The City received two bids on April 30,2013. Clifford Power Systems submitted the lowest bid that meets specifications. Bidder Bid Clifford Power Systems $ 36,705.17 Thompson Machinery $48,518.00 BUDGETIMPACT Funds are available in the Wastewater Treatment Plant CIP — Plants Pumps and Equipment. Noland Generator Modification CC Memo OlMay2013 Water,Sewer and Solid Waste Committee Agenda Page 4 of 42 § � k / 0 � § — � / ¥ � _ } \ {� ^ \ 7 2 2 � } � ) k \ / \� ■ k ( 0 ; \ Q k � ( co ; > ■ ° o � + ` E / \} § ; • 2 : 7 § . ) \� o ° _rte,__Waste Committee Agenda Page ,< City of Fayetteville, Arkansas Purchasing Division-Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8220 ARKANSAS TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 13-28, Modifications to Existing Generator DEADLINE: Tuesday, April 30, 2013 before 3:00 PM, Local Time — Room 306 DELIVERY LOCATION: Room 306 — 113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPB, CPPD, aforenaa.ci.favetteville.ar.us DATE OF ISSUE AND ADVERTISEMENT: Thursday, April 11, 2013 INVITATION TO BID Bid 13-28, Modifications to Existing Generator No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled 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: Z Contact Person: SOM- ' Title: 6wut U E-Mail: St1J 71tN���i r ne,y-ohone: 11�- bo-7- 53YO Business Address: �3/fD : . Ll City: T State: AJC Zip: --7` P Signature: �D Date: City of Fayetteville,AR Bid 13-28, Modifications to Existing Generator Page 1 of 11 Water,Sewer and Solid Waste Committee Agenda Page 6 of 42 City of Fayetteville Bid 13-28, Modifications to Existing Generator Bid Form DATE REQUIRED AS A COMPLETE UNIT: Products shall be receiveo anqinstalled it inD c I n r da from date of Notice to Proceed 1 Total Lump Sum Bid: -4 *Price shall include sales taxes,materials, labor,shipping, warranty,otc. EXECUTION OF BID- 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. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the Information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal Equal Opportunity and Non-Discrimination requirements and conditions of employment in addition to all federal,state,and local laws. 6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response 'shall 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 no relationship exists,this should also be stated in your response. Failure to disclose such ayr a relationship msuit in cancellation of a purchase and/or contract as a result of your response. 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): Unsigned bids will be rejected.Items marked*are mandatory for consideration. *NAME OF FIRM: �,II��yr� p � 9 , , Purchase Qr /PYmeets shall be issued to this name *BUSINESS ADDRESS: 931 . 4 (7 S7 . P. *CITY: _ppMLJAt _ _ _ *STATE: DIC / *ZIP: -2V I st *PHONE: 1�4 '(s 67- �3t (7 rrf/ FAX: 14 - P.3 f0_- 001 *E-MAIL: SU`JGM1��Q �'t 6Y _t�r'(_dQ_r. *BY: (PRINTED NAME) - ) om-e r *AUTHORIZED SIGNATURE: _ *TITLE: Acknowledge Addendums: t J Addendum Nos. Dated: -! - 3 Q'13 _Acknowledged by: City of Fayetteville,AR Bid 13-28, Modifications to Existing Generator Page 2 of 11 Water,Sewer and Solid Waste Committee Agenda Page 7 of 42 City of Fayetteville Bid 1328, Modifications to Existing Generator Bid Form 1. SUBMISSION OF BID&BID EVALUATION: a. Bids shall 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 documentsrp for 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 the time 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 CLA I ICATION: 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 Dr 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 13-28, Modifications to Existing Generator Page 3 of 11 Water,Sewer and Solid Waste Committee Agenda Page 8 of 42 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". b. All bidders shall promptly notify Andrea Force, 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 mall within thirty days of receipt of notification. 7. WITHDRAWL 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. e. LATE PROPOSAL OR MODIFICATIONS: 1.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 insure 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 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 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 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. City of Fayetteville,AR Bid 13-28, Modifications to Existing Generator Page 4 of 11 Water,Sewer and Solid Waste Committee Agenda Page 9 of 42 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 JURISDICITON• 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. 525-19- 101 at.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 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 proceeding/event, 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 he 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 performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after City of Fayetteville,AR Bid 13-28, Modifications to Existing Generator Page 5 of 11 Water,Sewer and Solid Waste Committee Agenda Page 10 of 42 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 falls 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 bidders/proposer's/protector'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 prospective/bidder/proposer 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 13-28, Modifications to Existing Generator Page 6 of 11 Water,Sewer and Solid Waste Committee Agenda Page 11 of 42 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 forms) 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 forms) 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 pan 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. SaJeiii,faar shall be Included In the bid once, Applicable Arkansas sales tax laws will apply to this bid. The City of Fayetteville is not exempt from sales tax. 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. I) The request for bid is not to be construed as an offer, a contract,or a commitment of any kind; nor 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 cost of doing business. The City of Fayetteville shall not be liable for reimbursement 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 (aforenaci.favetteville.er.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 and/or 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 13-28,Modifications to Existing Generator Page 7 of 11 Water,Sewer and Solid Waste Committee Agenda Page 12 of 42 i) 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 IaforOn@ci.faV9Pevllls.arLusl 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 Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. 1) 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 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. m) 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 these 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. Attachment A: Engine Emission Data b. Attachment B: Package Performance Data City of Fayetteville,AR Bid 13-28, Modifications to Existing Generator Page 8 of 11 Water,Sewer and Solid Waste Committee Agenda Page 13 of 42 City of Fayetteville Bid 13-28, Modifications to Existing Generator Technical Specifications: Catalytic Converter 1. INTRODUCTION: 1.1 This specification concerns the provision, installation, commissioning, and acceptance testing of a catalytic converter to be installed on an existing diesel engine driven generator. 2. DEFINITIONS: Wherever used in this bid, the following terms shall be understood to have the following definitions: 2.1 "City of Fayetteville" shall mean the City of Fayetteville,Arkansas, or its authorized agent. 2.2 "Supplier" and "Bidder' shall mean the individual, partnership, or corporation, whose bid to supply the items and work specified herein has been accepted by the City of Fayetteville. "Supplier" shall also encompass any employee, partner, consultant, or subcontractor, to the winning bidder. 2.3 "Work"shall mean the furnishing of all necessary equipment, labor, ancillary Items, and services required herein. 3. ADDITIONAL INFORMATION: 3.1 Attachment A: Engine Emissions Data 3.2 Attachment B: Package Performance Data 4. LOCATION: 4.1 All work and services required under this specification shall occur at and be specifically designed for the existing generator owned by the City of Fayetteville, Arkansas, and installed at the Noland Wastewater Treatment Plant. The physical address of the plant is 1400 N Fox Hunter Rd., Fayetteville, Arkansas 72701. 5. OWNERSHIP AND DELIVERY OF SUPPLIED MATERIALS: 5.1 Materials and equipment supplied under this specification shall remain the property of the Bidder until acceptance by the City of Fayetteville. City of Fayetteville will make an area available for staging and storage of delivered equipment. The area is within the treatment plant's perimeter fence, however, the Bidder shall remain solely responsible for the safety and security of any materials or equipment staged or stored within or on the designated area. The City of Fayetteville will allow reasonable access to the storage area for deliveries between the hours of 9:OOAM and 3:30PM local time. The City of Fayetteville will not provide any assistance with or equipment to facilitate the physical offloading of any delivered materials or equipment nor will the City of Fayetteville formally accept any delivery. Delivery shall be the responsibility of the Bidder. 6. SCOPE OF WORK: 6.1 This specification concerns the evaluation of existing operating conditions, provision, installation, commissioning, and acceptance testing of a catalytic converter and its attendant electronic monitoring system. It also includes the supplying of all ancillary piping, spool pieces, gaskets, flange bolts, stands, and brackets to effect installation to the existing generator. City of Fayetteville,AR Bid 13-28, Modifications to Existing Generator Page 9 of 11 Water,Sewer and Solid Waste Committee Agenda Page 14 of 42 Factory authorized commissioning is also required under this specification. Physical installation of the catalytic converter and all ancillary appurtenances will be the responsibility of the Bidder. 7. EXISTING GENERATOR: Engine: Caterpillar 3516B DITA Engine S/N: 1HZ03111 Manufacture Date: 2004 Horsepower: 2937 RPM: 1800 Exhaust Temperature (100% load): 940° F Exhaust Flow Rate (100% load): 17,200 CFM Fuel: Diesel/Natural Gas adder Run Hours: 1481 8. EQUIPMENT SPECIFICATION 8.1 The catalytic converter system required herein shall reduce the carbon monoxide emission of the existing generator engine to the extent required by 40 CFR Part 63, Subpart ZZZZ In effect as of April 01,2013. The converter system shall meet the requirements of 40 CFR Part 63, Subpart ZZZZ during operation of the generator under all fuel combination proportions from 100% Diesel-0% natural gas to 10% Diesel—90% natural gas, inclusive at full load. CO emissions shall be reduced by 70% or more. 9. EXISTING CONDITIONS VERIFICATION: 9.1 The Bidder shall establish baseline parameters by measuring the actual emissions and exhaust backpressure for the various fuel combinations listed above. The City will assist by running the generator at various fuel combinations subject to the demand load of the system at the time of testing. The City makes no guarantee that the generator can be ran at full load conditions. 10. SUBMITTALS: 10.1 The supplier shall provide the following submittal information before commencing with any manufacturing or installation of equipment. a. A complete listing of emissions data and exhaust backpressure gathered from the existing conditions verification. b. A certification of the warranty and statement of extended warranty if the manufacturer's standard warranty is of less duration than that required herein. c. A detailed list of items and services to be supplied. d. A statement specifying the maximum backpressure by virtue of the installation of the catalytic converter. e. A statement from the engine manufacturer that the maximum backpressure is acceptable and will not damage the engine or reduce it's developed shaft horsepower. f. Drawings indicating the intended location and method of installation of the catalytic converter and all ancillary items. Any structural framework is not part of this bid. g. A suggested acceptance test plan for City of Fayetteville approval meeting 40 CFR Part 63, Subpart ZZZZ. City of Fayetteville,AR Bid 13-28, Modifications to Existing Generator Page 10 of 11 Water,Sewer and Solid Waste Committee Agenda Page 15 of 42 11. WARRANTY; 11.1 Catalytic converter performance shall be warranted for a period of two (2) years from the date of startup. Bidder shall promptly, without cost to the City of Fayetteville, correct any defects and/or problems with the equipment to ensure compliance with 40 CFR Part 63, Subpart ZZZZ. 11.2 Warranty shall include all parts, labor, shipping, mailing charges, and transportation of parts to and from the location of the warranty service center. 11.3 Successful vendor shall be responsible for warranty administration of all items bid. City of Fayetteville,AR Bid 13-28, Modifications to Existing Generator Page 11 of 11 Water,Sewer and Solid Waste Committee Agenda Page 16 of 42 Guoto ODmosr. Ouzlome'Prlcln SlandAld flpfes" GATE: A n120.2019 Parts Prlcing:r- p Do You Want to provide Option B pricing 900 at Non PM)9 CPB Bre hl,:'.' (� --ice nnBonouou�•''� 0.1101641 F ar,M Le nna (PIT.: Pn munt nrm ra504D7a�b� nl. Mfiuf x MGO.fano - .pl,uu,rn racgp�l J ss ID trMlmnteS Faw11ov3o Mnnw+ All ktv Plop IN WTIFbunmh &9• l CY laly zIP A o qR 2 et L M �/Ji--I'YrYhi 91�'�+�'pf5J1 Fl h10' >9: •_ cTO rJ-Y5.§22p - G or V rues, •ar .SAT' -_ Alodcl'Jur tv �s�se s*„r Irrmmn � -n,llnr L.,, 7rab011ti oft and porYWv0 px150Y9 OrthODSI SySlem and iaelall I"em165[on ce11hCotOM4,%eySierO,IpBlw[CBIBIyaI I,OOnII00Yg system IDa Palfly stem 1 eilli in wit 7a moot pogula0ens.Work will rCaDlno Ionia'Df SK forkllP,;Q111om PDWe *l llj be fnni w 111fe ra Ia5ta5Bllon bl System only:Ni CONIBpallpn6 thfO"O FPA will ho lhO raSPOntabIIIly of th0 add U501 Fabd"16iof syctOpl S•ff 11dt1Vho 0>.SoW;e1GDnbfig QI n”§IGri s0 Any Dwilale Sceciftallon5 mel by the manulacl6 ter p11160 ousted-Otlylttlfther nulFd 66d4o?•- 00 h0 mo IMPOSialrrly Otltl9 elle user 7leS up0lads alhaws for the cuslome'1 to I]0 CIXp;0:11 yf(lli the 41eAddird'SU AOCFK p-Stub 3*bpM III and 40 CP R,part 07 4a0palt 177,2 aver the rVrnalh iS CoMplol0. - l fln[ame Fnu �aFlow ntl+hqv —"_. _ �_ oxBn _- 5o0 51ai c0 3,5?5n 00 5090 x a.s to so.co_ sow ss:Er_5�.a-[-•"., 10 50.011 _ 5u ca 66 SON scrttt 10 Sow 5000 1.0 Sow 59 CO (.'rTJ-.:J :.[•r I 0 So Co S9 W . 10 — SON S90 WOU Sam 10 Few 59M .. 10 Fa no 14M -- - - to sow SOw i.0 Moo IQ cc _ No - Sr no SOW V rrnnre?aniat ii On __ M'Qu-- SOW -:.III D.0 toeao , $juo -- - ... . n3a0 625h P.rn Enu onlr Beton' �inu u,.ne aJrvo+ tkn"a lfirr . . '_ M3Si+3e[,i9a2FStia niA:9 _ Ema Ernwt 9lac . ams—K-T _W F.,Wtt SIf J+:R!2•+OMn0 Fen(�:a gpnl,J1 f0 SL4VOW`� SLW]W 2Bsw0 50', t.2$V JO __iS290� R059A3 ' Ji FBw 9o'W NS ft �tU 525224 412495 Jana R00 il,wnC an 10 St209u 3Va so 2LFapa 8'lwadtn LO 526010 S5N nn '/fr.Mr YWC Nom t V -- _ - 9P,`.l•624_1StOW.M saw 54Cn -tow 5o ca 5o w So to s a soon . .SD_W YJ Vh J.hro 5o eJ So ca Se L> 3000 .al Cn:rt+ 1 :nsrger d n-nryvll -5,J_lCP 5l1 Cil Sozo 50E0 r.u.6m a- Va .o-„Ip'. mSlsi9np.�za;l'=601 5JQr%- S:IIS•.a9 0.1,v_�:nLeglr. zoco Cold FJe Yc• 5ro- Y!ro —_ 5,sie ]OIAI '$30,705.17 Water,Sewer and Solid Waste Committee Agenda Page 17 of 42 CITY COUNCIL AGENDA MEMO FayrKIOHe MEETING DATE OF JUNE 4,2013 THE CITY OF FAYETTEVILLE,ARKANSAS 5 To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr,Chief of Staff David Jurgens, Utilities Director Fayetteville Water and Sewer Com /Ii tee From: Shannon Jones, Utilities Engineer�r�l. Date: May 10, 2013 Subject: Resolution approving a construction contract with Suncoast Infrastructure, Inc. for$162,495, Bid 13- 19, to construct Elkins Outfall Gravity Sewer Improvements—Cured in Place Pipe Method. RECOMMENDATION Fayetteville City Staff recommends approval of a construction contract with Suncoast Infrastructure, Inc. for $162,495, Bid 13-19, with a contingency of$20,000 to to construct Elkins Outfall Gravity Sewer Improvements — Cured in Place Pipe Method. BACKGROUND The City of Fayetteville was awarded a State and Tribal Assistance Grant (STAG) in 2010 for $485,000. The grant funding is matched 55% federal to 45% local. The City's matching funds are $396,818. The purpose of the grant is help fund the rehabilitation of the sanitary sewer system in the area of and including the Elkins outfall sewer line. $355,698 of the grant money was used to upgrade the Fayetteville owned line that carries Elkins' wastewater flow in addition to Fayetteville flows from that area. The balance of the grant money is being used to rehabilitate gravity sewer lines within the sewer collection system that connects to the primary outfall gravity sewer line. DISCUSSION Under this contract, we will rehabilitate approximately 5,800' of 6" and 8" sanitary sewer main line pipe using the cured in place pipe method and internally reinstated approximately 25 sewer connections on the sewer collection system that connects to the primary outfall gravity sewe line. The City opened two bids on May 9, 2013. Suncoast Infrastructure $ 162,495.00 Insituform.Technologies $ 224,340.25 Engineer's Estimate $ 205,000.00 Staff reviewed the bids and recommends awarding the contract to Suncoast Infrastructure, Inc. based upon the evaluation of past work performace on projects of similar size and scope. Suncoast Infrastructure has not worked for the City of Fayetteville. However, the company has satisfactorily completed work on a project that I was involved in prior to my employment with the City. Construction will begin this spring and will be completed this fall. BUDGETIMPACT Funds are available in the sewer rehabilitation budget. Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701 Elkins Outfall-Suncoast-CCMemo-05-10-2013.doc Water,Sewer and Solid Waste Committee Agenda Page 18 of 42 ' q L6 § � C4 2 § �) §W > � 2 ! k �k � ] § t>v 2 \ A # U � ° §CD 1k § - - � ` ! � | , � . � , « � �' • e W . w I c � Cc « 2 .\ ) § % 2 L. �� to 0 \ © \ { / z T11 r 2 t t k $ : a k § 3 k g \ — N51 . _«_r__Waste Committee Agenda Page 19 NCOAST INFRASTRUCTURE, INC. P.O. Box 397 Phone: 601-420-9682 Florence, MS 39073 Fax: 601-420-9300 CORPORATE RESOLUTION A meeting of the Board of Directors of Suncoast Infrastructure, Inc. a corporation organized under the laws of the State of Mississippi and domiciled in Rankin County was held this 9th day of May, 2013, and as attended by a quorum of the members of the Board of Directors. The following resolution was offered, duly seconded and, after discussion,was unanimously adopted by said quorum: BE IT RESOLVED, that Richard A. Rula is hereby authorized to submit bid proposals and execute agreements on behalf of this corporation with the City of Fayetteville, AR. BE IT FURTHER RESOLVED, that said authorization and appointment shall remain in full force and effect, unless revoked by resolution of this Board of Directors and that said revocation will not take effect until the City of Fayetteville,AR, is furnished a copy of said resolution, duly certified. I, Mary Beth Harrison, hereby certify that I am the Secretary of Suncoast Infrastructure, Inc. a corporation created under the laws of the State of Mississippi domiciled in Rankin; that the foregoing is a true and exact copy of a resolution adopted by a quorum legally called and held on the 9th day of May, 2013, as said resolution appears of record in the Official Minutes of the Board of Directors in my possession. This 9th day of May, 2013. I Mar eth arriso , tary i i I 'Taking Utilities into the 21st Century" www,suncoastinfrastructure.com Water,Sewer and Solid Waste Committee Agenda Page 20 of 42 f Bid 13-19, Addendum 1 Date: Tuesday, April 23, 2013 Taye eel e To: All Prospective Vendors ARKANSAS From:Andrea Foren, CPPB, CPPO—479.575.8220—aforenAci.favetteville.ar.us BE: Bid 13-19, Construction—Elkins Outfall Area Gravity Sewer Improvements This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the bid form. Failure to do so may subject bidder to disqualification. • Bid 13-23 has the following modifications and clarifications listed below. Changes to the original bid documents have been listed in BOLD. 1. Line Obstructions - It shall be the responsibility of the CONTRACTOR to clear the line of obstructions such as solids and roots that will prevent the insertion of CIPP. If pre-installation inspection reveals an obstruction such as a protruding service connection, dropped joint, or a collapse that will prevent the inversion process, that was not evident on the pre-bid video and it cannot be removed by conventional sewer cleaning equipment, then the CONTRACTOR shall request the City of Fayetteville to make a point repair excavation to uncover and remove or repair the obstruction. 2. The Contractor shall be responsible to reinstate each service without excavation, utilizing a remote controlled cutting device, monitored by a video TV camera. The service connection shall be cut at 95% of the opening with the remaining brushed into the lateral using a wire brush to provide a smooth transition from the main line to the service lateral. The CONTRACTOR shall certify he has a minimum of two complete working cutters plus spare key components on the site before each inversion. The Contractor must provide with his bid demonstrated successful experience with internal reinstatement of services located on 6-inch diameter sewer mains. The CONTRACTOR shall externally reinstate all services that cannot be internally reinstated at not additional cost to the City of Fayetteville. 3. The WORK is located in public rights-of-way or easements that permit access to the sewer lines and manholes. The CONTRACTOR shall be responsible for developing an access plan to execute the WORK. No clearing of live vegetation shall be permitted. City of Fayetteville,Arkansas Bid 13.19,Addendum 7 Pae 1 of 1 TelecommunicationsDevice for the Deaf TDD(429)521-1316 113WestMauntain-Fayetteville,AR72701 Water,Sewer and Solid Waste Committee Agenda Page 21 of 42 e DNV BUSINESS ASSURANCE MANAGEMENT SYSTEM CERTIFICATE Certificate No.CERT-11493-2006-AQ-HOU-ANAB This is to cerdfy that Suncoast Infrastructure Inc. at 1858 Highway 49 South,Florence,MS 39073 USA has beenfound to conform to the Management System Standard: ISO 9001:2008 This Certificate is valid for the followingproduct or service ranges: Manufacturer of Cured-In-Place Pipe(CIDP) Initial Certokatton date: Place and date: August 18,2006 Houston,Texas,July 30,2012 fordwiloaredhedUnik Ybis Certificate is valid umd: DETNORSKE VERITAS July 30,2015 * , CERTIFICATION INC.,HOUSTON TEXAS i The audit has been Performed under the r swervisum of Bob Bliobenes Chan"Ilango LeadAndlior Management RepreseatatNe Lack of fWfilletmtof conditions as set out in the CatlBgebn Agtoematt may retder this Cermcatc Invalid ' nmml®usnDUNOasavavMCnIVCKM .we 1400a6wJAouss,7744%Xs JXUSA.TE-211-39&1000,aw¢mrnarmr i I Water,Sewer and Solid Waste Committee Agenda Page 22 of 42 * NCOAST INFRASTRUCTURE, INC. ' P.O. Box 397 Phone: 601-420-9682 Florence, MS 39073 Fax: 601-420-9300 Attachment "A" Bid 13-19, Construction . Elkins Outfall Area Gravity Sewer Improvements Cured-in-Place Pipe Method MBE/WBE/SBRA UTILIZATION INFORMATION SHEET 5. After review of the bid package for the above referenced project,we concluded that all work will be performed by Suncoast Infrastructure, Inc., employees. All Equipment involved for this project is owned by Suncoast Infrastructure, Inc.. Due to our DNV Business Assurance Management System Certificate, ISO 9001:2008 Certification we are required to use only approved suppliers. A copy of this certificate is enclosed. None of the approved suppliers qualify as MBE,WBE, or SBRA. I I `Taking Utilities Into the 21st Century" www.suncoastinfrastructure.com Water,Sewer and Solid Waste Committee Agenda Page 23 of 42 4.3 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Suncoast Infrastructure, Inc. as Principal, and Federal Insurance company as Surety, are hereby held and firmly bound unto the City of Fayetteville in the penal sum of Five Percent of Bid for payment of which, well and truly to be made,we hereby jointly and severally bind ourselves,successors and assigns. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Fayetteville a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for Project_ ELKINS OUTFALL AREA RAVITY SEWER IMPROVEMENTS CURED IN PLACE PIPE METHOD NOW,THEREFORE, (a) If said BID shall be rejected,or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto(properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID,then this obligation shall be void,otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall,in no event,exceed the penal amount of this obligation as herein stated. IN WITNESS WHEREOF,the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first set forth below. Signed,this 9 day of May 2013. (Principal) Richard A. Rule, President Federal Insurance company (Surety) �n n By: 1 Y1 dun0, tk. Mary A. Coodu, Attorney in Fact Water,Sewer and Solid Waste Committee Agenda Page 24 of 42 C Chubb POWER FederalInslgrancsCompany Attn: Surety Department OF Vigilant Insurance Comparry 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren,NJ 07059 Know All by Thsse PmamW That FEDERAL INSURANCE COMPANY,an Ind'erm ooryorebon,VIGILANT NISURANCE COMPANY,a NswYork mrpomSon,and PACIFIC tNushit COMPANY,a Wisconsin meomilon,do each hereby consuls nd ls a &Pont Ronald L. Andrews Mary A. Goodin and Susan G. Johnston of Vicksburg,Mississippi each as their true and lawful ASarrey-in-Fad to execute under such dmignaeon in their names and to amx Meir corporate awls to and deliver for and on their behahas surety thereon or otherwise,bonds and undertakVlgs and other writings ohlitiatcry in the nature thereof(other than baa bonds)given or executed in the mune of business,and any Instruments amending or sharing the same,and consents he the modyloadon or aftamtion of tiny Instrument referred to in said bonds or obligations. In Witness Whemd said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY Me each executed and alesed iheaepressors and affvea Meircorpofawmass on this 7th dayof September,2011. Z Kainflath C.Wendel, SecretaryZEn,NCeP QeM STATE OF NEW JERSEY Countyorsomemet IS, On this 7th day of September,2011 before me,a Notary Pu6loorNew Jersey,PersosslNcame Kenneth C.Wendel.to me krwwn to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the compantas which executed the foregoing Power of Attorney, and the weld Kenneth C.Wendel, being by me duty swum,did depose and spy Mat he is Assistant Secretary M FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereof,that the$sate anted to the foregoing Power of Attorney am such mryomte amts and were thereto crowd by autledbr of the By-Laws of said Companies;and Mat he signed said Power of Attorney as Assatant Secretary of said Companles by like authodbc and that he is acquainted With James E.Ahman,and knows him to be VIm Prescient of said Companies;and that the signature of James E.Altman,subscribed to sad Fewer of Attorney Is In the genre handwrMng of James E.Allman,and was thereto subscribed by authority of said By-laws and N deportmers presence. Nob"Seal KATHMNE 1.ADEIAAR R0%W PIJNXOF NEW JFW% TAR Na 281"85 �..r 10&P1p4Jfdy16.201A PU841� NOIaryPublO mW.fm CERTIFICATION Extract tram the Sy-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: All powers of altomey for and on behalf of Me Company may and shag be executed in the name and on behalf of the Comparty,either by Me Chairman or the President or a Vice President or an Assistant Vim President,jointly with the Secretary or an Assistant Secretary,under their raspechva desgnahons.The sgnature of such officers may be ergmved,printed or lithographed The slgretum of each of the following of icem:Chairman,President,any Vim Freedom,any Assistant Vice Presiders,any Secretary,arty Assistant Secretary and the seal of the Company may be affixed by facsimla to any power of allomey w to any certlheae relating therein Speckling Assistant secretaries or Allomeys-in-Fact for purposes ony of executing and Showing bonds and undertakings and other writings obligatory In Me nature thereof,end any such power of eMHaay or cerhlcme hearing such humimile algnBMm M fac"19 seat shag be veld and binding upon the Company and any such power m executed and certlbed by such facsimile signalum and facsimile Seal snarl be wild and binding upon the Company with respect to any bond or undertaking to which it is attached.' 1,Kenneth G Wardet Assistant Ssaetaryd FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY - (the'Companlee)do hereby ON*that @ the foregoing SAW of the By.Laos of the Companies is true and coned On the Companies am duty Ilcensed and aulhodaed to transact surety business M all 50 of the United States of America and Me Disbiotd Columbia and are authortaed by the U.S.Treasury Department;fuller,Fedaml and Vigllem are licensed M Puedo Rlco and the U.S.Virgin islands,and Federal is licensed In American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (ill) the foregoing Poyser ofAaomey is true,correct and In full force and eHeel. Given under my hand and seals of said Companies st Warner,NJ this; 9 day of May, 2013 0 (00) �Cer��tA1 e anaIftWender.AasNtam Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,DR BY Telephone(908)903-9493 Fax(908)903-3353 B-Maif: Stirety0daubb.wrin Form 15.10-02256-U (Ed.5.03) CONSENT Water,Sewer and Solid Waste Committee Agenda Page 25 of 42 BID DOCUMENTS AND SPECIFICATIONS ELKINS OUTFALL AREA GRAVITY SEWER IMPROVEMENTS CURED IN PLACE PIPE METHOD EPA Stag Grant XP-OOF27401-0 CITY PROJECT NUMBER 10010 a PVIyelre IleI t�RT AINSAS ARKANSAS * ,r * EGIS OFE S L City of Fayetteville,Arkansas q No.1105,o '$ ►� i loop February,2013 1 I Water,Sewer and Solid Waste Committee Agenda Page 26 of 42 4.0 BIDDER'S PROPOSAL 4.1 ITEMIZED DESCRIPTION OF BID PRICING TO: City of Fayetteville Fayetteville,Arkansas I The undersigned bidder, having examined the specifications and contract documents, and being fully advised as to the extent and character of the work, propose to furnish all equipment and to perform all labor and work necessary for the completion of the work described by and in accordance with the specifications and contracts for the following prices to wit. The unit prices shall be written in words on each line below the item description. The unit price in figures and extended total in figures shall be written on the lines provided. The total bid amount shall be written in both figures and words on the lines provided. tem Approx. Unit Price No. Item Description -QbL Unit In Fig_es Total 6"x 4.5mm trenchless rehabilitation by CIPP of existing sewer pipe 1 mainline,complete in place n �P_M�IA_a�1 � Q1►1kgon dollars 4360 LF �CD $ 8"x 6.0mm trenchless rehabilitation by CIDP of existing sewer pipe 2 mainline,complete in place I dollars 1430 LF Internal reinstatement of Service 3 Laterals S) I�A dollars 25 EA $ $ 195 4 Standard Mobilization ',dulJQfY1��pu� 49(Mdltad „dollars 1 EA $7 2D0° $ 1jg9D,co Water,Sewer and Solid Waste Committee Agenda Page 27 of 42 fn TOTAL BID AMOUNT �- Ow (In Writing) The undersigned understands that this bid is for a term maintenance contract for the rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas and that the City of Fayetteville here may choose to purchase more, less, or none of the rehabilitation,depending upon its needs.The City of Fayetteville is under no obligation to purchase a minimum amount of any item awarded.This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured-in-place pipe method. The bidder understands that the City of Fayetteville reserves the right to reject any or all bids,and to waive informalities in the bidding. The undersigned further agrees that the proposal guaranty may be retained by the City of Fayetteville, Arkansas, provided the undersigned is one of the lowest and most advantageous bidders, and that said proposal guaranty shall remain with the City of Fayetteville until the contract has been signed,and the bond required for the faithful performance of the contract has been made by one of the lowest responsible bidders;otherwise, proposal guaranty may be obtained from the City of Fayetteville after forty-eight hours from the time of opening of the bids. The undersigned hereby declares that he has had sufficient time to make all test and investigations to arrive at an intelligent estimate of the cost of doing the work,and has carefully examined the specifications and documents relating to the work covered by his bid or bids,that he agrees to do the work,and that no representation made by the City of Fayetteville are in any sense a warranty,but are mere estimates for guidance of the CONTRACTOR. Upon receipt of notice of the acceptance of the bid,we will execute the formal contract attached in quintuplicate,within ten days, and will deliver a Surety Bond for the faithful performance of the contract,and such other bonds as may have been required in the specifications.The bid security attached in the sum of 5%of the greatest amount of the total bid is($5019)is to become the property of the City of Fayetteville if a cashier's check,and if a bond,the principal amount shall be paid to the City of Fayetteville,in the event the contract and bond are not executed within the time set forth,and to be considered as liquidated damages because the delay and additional work caused thereby are incapable of accurate ascertainment. RESPECTFULLYSUB b Bidder Seal f bidder is a corporation) 81CNAiVRB T1r1.E Piicllard A• Aulp t VrS50ent �_11 SIGNATaIte ArIDTRl3t Business Address P },,,, ,�w. 2r� fj, 0 �& YlyOfrYt�`p�tl td�^bq(T ") Telephone Number �1�—t p1 t--t�pty d 1 FAX Number U01-qao'C15 1 l Arkansas Contractors License Number W gak-\ )pLk l r NOTE: DO NOT DETACH BID FROM OTHER PAPERS BOUND IN THIS DOCUMENT.Fill Bid Form in with ink and submit complete with all other papers bound in this document Water,Sewer and Solid Waste Committee Agenda Page 28 of 42 4.2 GENERAL INFORMATION • Representatives from the CITY OF FAYETTEVILLE will contact the CONTRACTOR with their specific work items. The estimate will reflect and be based on the listed bid items. Upon notification and approval by the CITY OF FAYETTEVILLE, the CONTRACTOR shall start work on the project within fifteen(15)working days. • Payment for work on a particular project shall be made upon completion and acceptance of the work by the City of Fayetteville. There will be no partial payment made for any project. • Invoices shall be sent to the City of Fayetteville. They shall be itemized to include: - The specific bid items utilized, - The quantities of those bid items. - The total cost for that project. - The total billing to date under the annual contract,including any change orders. • The CONTRACTOR will be responsible for all signing and barricading and will comply with those portions of the"Arkansas Manual on Uniform Traffic Control Devices for Streets and Highways"which pertain to construction. • The CONTRACTOR shall take precautions and use care to avoid damaging, disturbing, or disrupting existing private facilities on private or public property, i.e., fences, sprinkler facilities, shrubs, landscaping, etc. The CONTRACTOR shall restore, to the City of Fayetteville's satisfaction, any damaged property at the Contractor's expense. • Completion of a particular project is defined to include the satisfactory performance of all minor and non- pay work items such as clean-up and restoration/replacement of all damaged private and public property, etc. POST LINING VIDEOING • After lining, the CONTRACTOR shall provide the City of Fayetteville television results of the lining showing all taps made upon the new line. Upon completion of the video,a DVD shall be supplied to the CITY OF FAYETTEVILLE. UTILITIES COORDINATION • During the construction of this project,the CONTRACTOR shall be responsible for contacting Arkansas One Call for locating any utilities that may be involved in any excavations. Water,Sewer and Solid Waste Committee Agenda Page 29 of 42 4.4 CONTRACTOR'S ACT OF ASSURANCE FORM As the authorized representative of the individual, incorporation, or corporation (hereinafter referred to as the company) bidding on or participating in the project, I certify that I have read and understand the requirements of the General and/or Supplemental Conditions and that the principles, agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto. I further certify as the authorized agent of the company that: EQUAL OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each sub- contract awarded in excess of $10,000 and I will furnish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. NONSEGREGATED FACILITIES The company that I represent does not and will not maintain any facilities provided for its employees in a segregated manner, or permit its employees to perform their services at any location under company control where segregated facilities are maintained; and that the company will obtain a similar certification prior to the award of any subcontract exceeding$10,000 which is not exempt from the equal opportunity clause. LABOR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract Documents and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance. I will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of$2,000. OSHA REQUIREMENTS I will comply with the Department of Labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act(40 U.S.C. 327-333) in the performance of the contract. PROCUREMENT PROHIBITIONS As required by Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law if the goods or services are to be produced by the facility that gave rise to the violation. DEBARMENT AND SUSPENSION I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen i property; Water,Sewer and Solid Waste Committee Agenda Page 30 of 42