Loading...
HomeMy WebLinkAbout184-02 RESOLUTIONIIla • ! RESOLUTION NO. 184-02 MICROFILMED A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO INSITUFORM TECHNOLOGIES IN THE AMOUNT OF THREE HUNDRED EIGHT THOUSAND TWO HUNDRED FIFTY DOLLARS ($308,250.00) IN EACH YEAR OF THE FIRST TWO CONTRACT TERMS FOR SANITARY SEWER MAIN LINE AND SERVICE LATERAL LINING; AND APPROVING PROJECT CONTINGENCIES IN THE AMOUNT OF THIRTY THOUSAND DOLLARS ($30,000.00) EACH YEAR OF THE FIRST TWO CONTRACT TERMS, WITH SECOND TERM FUNDING EXPRESSLY CONTINGENT UPON 2003 BUDGET APPROVAL OF AT LEAST THREE HUNDRED THIRTY THOUSAND DOLLARS ($330,000.00) FOR THE SANITARY SEWER REHABILITATION PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of Fayetteville, Arkansas, hereby awards a construction contract to Insituform Technologies in the amount of Three Hundred Eight Thousand Two Hundred Fifty Dollars ($308 250 00) each year of the first two contract terms for sanitary sewer main line and service lateral lining. Section 2. That the City Council of Fayetteville, Arkansas, hereby approves project contingencies in the amount of Thirty Thousand Dollars ($30,000.00) each year of the first two contract terms. Section 3. That all Second Term funding is expressly contingent upon 2003 Budget approval of at least Three Hundred Thirty Thousand Dollars ($330,000.00) for the Sanitary Sewer Rehabilitation Project. PASSED and APPROVED this 3rd day of December, 2002. APPROVE By: DAN COODY, Mayo NAME OF FILE: CROSS REFERENCE• Item # Date Resolution No.184-02 Document 1 12/03/02 Resolution # 184-02 2 11/15/02 Staff review form 3 11/06/02 Purchase requisition 4 12/06/02 Memo from Heather Woodruff, City Clerk to David Jurgens, Water and Sewer NOTES: r •STAFF REVIEW FORM XXX AGENDA REQUEST XXX CONTRACT REVIEW GRANT REVIEW For the City Council meeting of: December 3, 2002 • FROM: David Jurgens Water/Sewer Public Works Name Division Department ACTION REQUIRED: City Council: (1) award the attached construction contract to Insituform Technologies, Inc., the lowest qualified bidder, for sanitary sewer main line and service lateral lining, cured in place pipe method; (2) approve the first (2002) term in the amount of $308,250.00, with a contingency of $30,000; and (3) approve the second (2003) term in the amount of $308,250.00, with a contingency of $30,000, contingent upon approval of the 2003 budget including the sewer rehabilitation project rnntainerl therein COST TO CITY: $ 338,250 — 2002 Cost of this request $2,203,317 Project Budget 5400-5700-5815.00 $ 677,664 Account Number Funds used to date 02017-0201 Project Number $ 1,525,653 Remaining Balance BUDGET REVIEW: XXX Budgeted Item Bud et Coord or Sewer Rehabilitation Project Name Sewer Mains Const Program Name Water and Sewer Fund Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW GRANTING AGENCY: Accounting Manager Date ADA Coordinator Date hasing Officer Date FF n OMMENDATION: Approve construction contract as stated above. Division H Dep dent Director Mayor Dn ttne.sWCLPP2002Aca.WPD • $IUJU02. Date Date I1— LS-61— Date Date Cross Reference: New Item: Yes No Previous Ord/Res 11: Orig Contract Date: Meeting Date: December 3. 241 STAFF REVIEW FORM • Page 2 Description: Construction contract, CIPP sewer rehabilitation, Insituform Technologies, Inc. Comments: Reference Comments: Budget Coordinator: Accounting Manager: City Attorney: Purchasing Officer: ADA Coordinator: Internal Auditor: DJWREHAB-S W \CIPP2002AGR W PD FAYETTEfILLE THE CHT' OF FAYEREVILLE, ARKANSAS WATER AND SEWER MAINTENANCE DIVISION DEPARTMENTAL CORRESPONDENCE • To: Fayetteville Mayor and City Council Thru: Greg Boettcher, Public Wor From: David Jurgens, Water/Sewer Date: November 6, 2002 4ego Re: Agenda Request- December 3 City Council Meeting, Construction Contract, 2002 Sanitary Sewer Main Line and Service Lateral Lining, Cured in Place Pipe Method, Insituform Technologies, Inc. 1. Project Description. This sanitary sewer rehabilitation project involves approximately 5,500 feet of 6" - 18" trenchless sewer line repairs throughout the entire City. Some of these lines have been identified in rehabilitation projects, while others have been identified by City -crews. This involves a specialized and unique form of construction, restoring an existing sewer line to excellent condition while minimizing digging. This method costs significantly less per foot than an average line replacement, but is best used in areas where excavation would be costly, impossible or extremely inconvenient to the public. As the lined pipe is not quite as good as new pipe installed by traditional methods, this technique is only used in those locations where the reduced pipe diameter is acceptable. The process is called Cured -in -Place Pipe (CIPP). This repair method involves placing a resin - impregnated felt tube inside the existing sewer line. The felt tube is expanded and then hardened using hot water or steam. The newly lined pipe has all leaks sealed and gives up only a small portion of its diameter. Service lines connecting to the pipe are either reinstated by digging up and manually attaching the service to the new pipe, or by using a robotic cutter from inside the pipe. This project also includes lining some laterals using the same method. We have used this type of product in five previous projects, the first of which was in 1992, with excellent results. 2. Project Engineering and Execution. Specifications, engineering and field work are being performed primarily in-house by the Water/Sewer Department, with some assistance on the specifications from the RJN Group, Inc. as part of their sanitary sewer rehabilitation contract. Additionally, Water/Sewer crews will perform all digging support required for this project. These measures allow us to save over 35% off of a traditional consultant designed, completely contracted project of this scope. This contract is written such that we can use this method of repair in emergency situations as well as planned projects. 3. Term Contract. This contract is set up to have as many as five annual terms, with restrictions on the unit price increases per year. While there is no obligation to execute future terms of the contract, this technique allows us to get the best possible prices, increases our flexibility, and greatly reduces the administrative demands involved. Each annual term would go through the City Council for approval. I request the City Council approve 2002 and 2003 terms of this contract. The 2003 term would be approved contingent upon the budget approval process allocating at least $330,000 for the sanitary sewer rehabilitation project. 4. Bids. Bids were opened on October 30, 2002. As a specialized sewer rehabilitation project, firms were required to meet very strict qualifications contained within the contract documents in order to be considered a qualified bidder. We received three bids, shown in the bid tabulation below. The low bid from a qualified bidder is $107,250 below the engineer's estimate. Company Suncoast Infrastructure, Inc. BRH Garver, Inc. Insituform Technologies, Inc. Engineer's Estimated Cost Bid % of Engineer s Estimate Bid $284,900.00 432,443.85 308,250.00 $415,500.00 74.2% Suncoast Infrastructure, Inc. submitted the low bid, but did not provide any documentation that they met the experience requirements specified in the contract. The contract required that the documentation be included with the bid. They did not document experience lining 4" service laterals, documented very little and only partially successful experience internally reinstating taps on 6" mains, did not meet the experience requirement for lining 6" mains, and did not meet several other qualification requirements. On 1 November we requested, via a telephone conversation, that they provide verifiable documentation that they could meet these requirements, with a submission deadline of noon, 5 November. We received their follow up documentation at 5:31 p.m. 5 November. Their revised qualifications still did not meet any of the bid specification requirements. These exceptions to the bid requirements are great enough that we cannot award the bid to Suncoast Infrastructure, Inc. Nor would we want to, as this job is difficult and requires significant experience and proven capabilities. A table with the experience requirements and each firms' qualifications is attached. 5. Scope and Difficulty of Work. This project targets sewer lines throughout the City which warrant this specialized trenchless type work. For the 2002 and 2003 terms, we plan to line a number of mains and connected services on North College Avenue. These lines have had some blockages causing sewer overflows, and it is imperative to correct them before the condition deteriorates such that they must be dug up and repaired In an effort to never have to dig up North College when it can be prevented, we will also use this process to repair the 4" service laterals within the highway right of way. The critical nature and location of these lines is why I put the strict experience requirements in the specifications. I did not feel it was appropriate to have a company performing very difficult work in North College unless they had a great deal of successful experience doing so. We have had two contractors perform this type of work in Fayetteville in the last four years One of the two, although they performed very well repairing larger lines, was unable to make the 4" taps on a repaired 6" pipe without digging up the tap. In North College, this is not an acceptable risk. We will also rehabilitate other lines City-wide that are significant maintenance problems, causing dry - weather overflows and backups, and requiring significant and frequent maintenance. The lines involved in this project are the most difficuh we have to deal with, as they are in locations which are very difficult to dig up and repair the existing line. • • 6. Budgeting. This projectis in the 2002 Capital Improvements Plan (page 129) and is funded by Water/Sewer funds. $1,525,653 remains in the project budget for 2002; $1,248,000 is identified for 2003_ 7. Staff Recommendation. The Staff recommends that the City Council: (1) award the attached construction contract to Insituform Technologies, Inc., the lowest qualified bidder, for sanitary sewer main line and service lateral lining, cured in place pipe method; (2) approve the first (2002) term in the amount of $308,250.00, with a contingency of $30,000; and (3) approve the second (2003) term in the amount of $308,250.00, with a contingency of$30,000, contingent upon approval of the 2003 budget including the sewer rehabilitation project contained therein. Enclosures: Agenda Review Request Complete Bid Tab Qualifications Requirements Summary Proposed Contract Purchase Requisition \REHAB -S W \CIPP2002-CC-DEP. W PD 4e1 P!9 ZOOZ ddIOWlCOCZ • • Total Bid I10 (O CO V 0) V1 A W N Item No. Bidder CIPP Point Repair Emergency Mobilization Standard Mobilization 4" CIPP Svc Lateral Lining Internal Lateral Reinstatement 18" CIPP lining 15" CIPP lining 12" CIPP lining 10" CIPP lining 8" CIPP lining 6" CIPP lining Description EA m D EA LF LF LF LF LF LF Unit m D m D 01 -s N 3& 0) 0 100 100 500 500 1500 3500 Quantity N V A N V V CO N 01 0 V CO N VI 0 N W V VI 0 N (T O 0 82.00 70.00 0) -S O 0 48.00 A O O 0 A N O 0 Unit BRH Garver $432,243.85 EA W _V Co N W A W 0) 91 O O $73,125.00 EA CO N 0 O O EA -I O 0 O O 00.009'0£$ Line Item CA A v 0 0 O O O EA 1 CO N N O � CO 01 0 990 O O N A 0 0 O O O 0) 0 0 0 O O O 2,000.00 2,500.00 1,500.00 2,000.00 100.00 V O O o 55.00 42.50 40.00 CO 0) O o 34.00 Unit Insituform EA co O CO N O O o EA O 0 O O O to N N o O O to W 0 O O O EA 0) O 0 O O O $21,250.00 EA N O bb O O O EA V1 A O O 0 $119,000.00 Line Item EA 0) O O O O EA V O O O O EA N N O O O 43 N o O o tv in 0 o o N 0 O O O 0 O O 150.00. 55.00 44.00 N O O 30.00 o O O 33.00 Unit Suncoast to N CO A (0 o 9O o EA O 0 o O o 00'005'£$ (A O 0 Oa O EA 01 A O 0 O 00'000'6$ EA CD N 0 O o EA - -+ 0) O 0 O o toes-. 01 O 0 O O EA N N 0 O O Line Item A N O 0 O O EA A A o O 0 4,000.00 VI O O o o 1,500.00 3,000.00a CO O O O O A O O 0) O O 55.00 50.00 40.00 O O Unit Engineer's Estimate $4151500.001 EA o o 0 o o ES N o o o 299.999299 o o 63 W O O 0 0 EA W O O O 0 0 vmNO O O O 0 0 O O o 0 0 EA v 01 O 0 0 o EA (J O O 0 0 O EA O O O 0 0 O EA a A O O o 0 O r N - al 3 EA O O O 0 0 W O 0 O N 0 O I1 11 gqcc.0 N 0 ID 0 O n N C N aN d .03 ma 7 N 6 d cn m Om •••F 3 p7 m a 3 r. lD d cna co 0 0 0 tD 3 0 • • Specification Experience Requirements by Contractor 2002 Sanitary Sewer Main Line and Service Lateral Lining, Cured in Place Pipe Method Specification Item Specification Requirement Suncoast Experience lnsituform Experience BRH Garver/ Experience 4" Service Pipes Lined by Contractor 250 0 Yes Yes' Internal Taps on 6" main by Contractor 250 177 Yes Yes * Ft of 6" Pipe Lined by Contractor 25,000 13,777 Yes Yes Ft of Pipe Lined for Product in USA 1,000,000 536,371 Yes Yes Ft of Pipe Lined for Product in Arkansas 50,000 16,178 Yes Yes ISO 9000 Certification Yes No Yes Yes Office In Arkansas Yes No Yes Yes * Based on a very quick check, BRH Garver appears to meet these experience requirements. I did not research their qualifications in more detail as there was a lower qualified bidder. • 7 HE AMECAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Insituform Technologies, Inc. as Principal, hereinafter called the Principal, and Travelers Casualty & Surety Company of America a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, AR as Obligee, hereinafter called the Obligee, In the sum of Five percent of the amount of the bid Dollars ($ 5% of amount bid ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Bid No. 02-61 2002 Annual Sanitary Sewer Mainline and Service Lateral Rehabilitation, Cured -In -Place Pipe Method NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished In the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified In said bld and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. 'Signed and sealed this 30 day of October ad Smith (Witness) ontracting & Attesting Officer ,2002 Insituform Technologies, Inc. (Principal) (Seal) A/ p �� .= f-y,-� H.Douglas ThomaQrde)Vice President -Project Travelers Casualty & Surety Company of America Support (Surety) (Srel) ` 1.9 �_ DV d (Title) Kathleen M. Hearn, Attorney-in-fact AIA DOCUMENT A310 • BID BOND • AIA O • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE.. N.W., WASHINGTON, O.C. 20008 • • • IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 27th day of June 2002. STATE OF CONNECTICUT }SS Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY By George W. Thompson Senior Vice President On this 27th day of June, 2002 before me personally tame GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. �Sign"ed and Sealed at the Home Office of the Company, in the City of Hartfbrd, State of Connecticut. Dated this day of (blob„ -r 2 ✓ By Kori M. Johanson Assistant Secretary, Bond • • • (pnpurtS 007,11) 'PogJelln st It gamin o18un[sltapun Io puoq ,Sue o1 laadsat t[1IM amin; ag1 It! ,tuedwop asp uodn 8uipwq pun pijm aq ITegs Teas apwisatJ pue amleu2ls ammtsaej tions ,(q pagtuaa pup palnaaxa os taMod gans tae pun Auedwop ayi uodn 8utputq put mien aq pegs was anlwtsoEJ to amleu8ts a[nutsaEJ mons 8uueaq aleogntao 10 ,C01uo11e Jo samod gans XuE pue `Joantp arum aql ut ,StoieB1[go s8untim Jamo pue s&uo[eyapun pun spuoq 8unsaue pup 8unnaaxa;o .quo sasodmd soj lana-ui-s,(awo1Ty to satlslanas uspis Ssy luaptsa;j `sluaptsaid aacA 1uaplsau 8utlutodde olatatp 8wleja1 aiEatutpaa Sue 01 10 ,Cawour Jo .aMod 'Cue 01 apunso2J ,Cq paxgjt aq Amu Auedwo0 asp Jo Teas am pup `,Ctnlataas luelstssy Xue `Smlalaag Sup 'luaptsatd aaiA lupistssy ,Sun luaptsatd aalA ,(WE `luaptsatd aaiA to1uaS 4u2`uaptsatd aacA anlnaax3 ,(un `luaptsatd :gloom() 8wmoJT0J am Jo yaea Jo amleu8ls agl tutu Q3.LOA :pajfa pue 03.tOJ pnJ u) Mou s) uopnmosag gaigM'ANVdI/110D AI'IVRSVO NOIO1.4I1ARIV3 Puy ANVJWOJ AI2IRS «NY AI'IVIISVJ S2I3I3AV?II `VDfITLQV 30 AAIVd1AIO0 AI4IRS QNV AJ IVRSVO SuI3'JaAVIII Jo siolpanq Jo spteog am Sy pawn uollnmosag twpuns SmMopoj aql jo .Cluoq;nu Sq pue .iapun (paluud t0 jeaturgoaw) a[iwisaej Sq pajeas pue paaajs sI SluoglnV Jo a1ea39.7a0 pue Sautopv Jo tamod RILL -,Sluoglne jo uogt8ajap uanpm a of luensmd ssaatapo Suedwo0 stow to auo Sq 10 ,Sluoglnt Jo salsatJnlaa nam 10 alnagtltaa tag 10 stg m paquasatd IaMod agl of luensmd slua8y pus lana-m-s&awonv atom to auo ,Sq (pannbas J1 `Teas tapun) palnaaxa S[np (q) to `&inalaas 1uslstssy 10 £telataas p ,Sq was s,,CuedwoD ag1 gltm papas pue palsanu A[np pus Xtelasaas luelsissy ,Sus so Slelataas alelodlop am `lamseaij luslstssy Sus `Iamseall am `luaptsatd aotA puoaaS Sue'luaptsatd aacA Aum .10 ]uaptsald aacA somas Aum'luaptsatd aacA angnaaxa )(up `usuutmo aacA Sue`uaptsatd agl £q pauSts (e) uagM Suedutoj am uodn 8mpmq pup pipit aq [[pqs 8unjeltapun nEuotupuoa to `aausziuSooas `puoq u Jo atnwu aql w Asoulggo 8utlum 10 `Xuumaptn ;o pertuoa `aaueztu oaa1 `puoq ,(us ]ma Q3.LOA .Antaloas ag1jo aorno alp it pang s! panto Ado° a pue 8w4uM w st uona8a[ap inns papa;Etf paptnotd `Auedwo0 sign jo saaXojdwa to =at -p° atom to auo 02 Alpoglns 8mo8ato; am jo lied Sus to pp als8ajap Amu luapisasd aacA Sup to luaptsatd aacA somas Aug 'luaptsatd =IA anpnaax3 ,Sue `ueuuInj3 =IA Sus `luaptsatd atjl `ueuutpgj atil 1e1.12. :QgjBA 'tag .10111111 110n18 taMod aql 0310&1 pue aalwodde pans Sue anowas Amu aunt Sue le slolaa1tU JO ptgog am to staat_p;o peas Jo ,Sus pus `81.73j511apun Teuot)tpuoa .10 `aauszui oaai `puoq p;0 atnlau am m ,Ctolu2ggo s2uppM tatpo pue `(lnnuapm jo slaupuoa `saaueztu8oaat `spuoq was s,&uedmop asp mtm Teas we aumu sAtiodwoj aql gitm u8ts of agpasatd ,Saw Sluoglns Jo aTeatJtltao tag 10 sty sn ,(luotpna gans aalutodde gans ant8 Sew pue ,Cuedmoa ammo Jjegaq 110 puE 102 lap 01 slua8y pug las3-m-s'awouy lmodde ,iew Amason 1u2lstssy ,Cue to Ste]a;Oag aletodto0 asp `tamseaty luelsissy Aur `lamssaly alp `luaptsasd aacA puoaaS ,Sue `luaptsatd aacA Atm luaptsatd aacA socias Sue`uaptsatd aacA antlnaaxa [Ire `usu l e140 aacA ,Sun yuaprsatd asp `v¢w11eg0 D11112111 -Q310A :13ag0 pue 0310j Tpg w Mou ale suonnjOsag ¶OIgM `santudwop pws Jo suoun[osa- j 8utpuElg 9mMo[Ioj am Jo Suiogina Sq pue lapin aptw st luou luioddE sm.", pauul-uoo put pupal Sgalaq act `uant9 utatag Xlpoglnr alp 01 luEnslnd lora-ui-(s)Saulolly Pres Jo sloe agl pa pm `sawadwoj atp jo snowo pazuoglne Sjnp aqs Sq pau9ts atom awes 041 Jt se mom awes 0141 01 pug Amp sr Sgatagl 'satuadwoj agl putq of pue 0101041 luapt3ui sluasuoa Ile puE Sue pm 9mlluuapun nauOnipw3 10 'aourzlu9ooal `puoq E Jo arum ag1 Ut ,(IO1E9ggo S9Un!M 1ag10 pUE `,(AUwapUi JO 51OaIIUOO `S0OUEZw903a1 `spuoq tm pue Sue `lay pue atnleuSTs otos taq/siq Sq :(s)luawnusui 9uiMojo; am 'smuts pauuf ayl u!g11M amid Aum se `a9p0IMoulpt pue alnoaxa `u9ts of ponowo3 Sgalaq Sluomue puE .iamod [[nU gum `lana-ui-(s)Sawo11V [njMe[ pia ants nail `unossljkJ 'stnorj '1S J0 "If loom •J suwogy 'p gngplad y uaajgleg 'ptiq;oH •JAJ uaanglt}j loom •3 uagdals :luioddr pu1: alnlusuoa `a)[ew Sluasaid asagl Sq op par `palutoddr pue paltugsuo3 `apew iprq („ satuedwoD„ aq1 1almulalaq) '1nopoauuoD Jo aww1S `plojUEH Jo Ssunop `i moJ11eH Jo SMD out Tr! =pp [edtauud nags 9wntq put 'lnopoauuoJ Jo owls agl Jo sore[ alp lapin paztuE910 ' Inp suotlatodloo 'ANVdI1IOR AI'IVRSV3 NOIONIIARIV3 Pay ANVdINOJ .C,L32IRS QNV AI'IVRSVD Sisa'T3AVILL 'VJnIaIAIV 30 ANVd1A1O3 .i.L32IRS (INV AI'IVRSVD SHI3'I3AV&LL .LVH.L `SIN3S1Hd 3Sau.L, Ag, SNOSHI3d 'IZV MON}I ,•., I31,3-MI-(S)AaN 10IIV 30 AIRIOHIf1V 30 3IVRI3IIlI30 (NV A3N1IOIIV 30 HaMOd Z906-£81901n3ll3auuop `pJo;1.1IH ANV31NIO3 AI'TVRSVD NOIONIMMV3 ANVdIA[OJ AI'3iIfls (NV AI'TVRSVD SIIiI'IaAVIII VDRITHIV 30 ANVdI11OD AI'32IIIS (INV AI'IYRSVD SIIalaAVH.L §2 a >C eo n/ \§ ]§\ƒ§) 8 z CD 7-a a n. \\\ 0 -0 a g. \ $ /�( / °-- - "I") - (40- •` � CD ,• � =14 CtB 2 , > *\ \; ( / ƒ \ \ ].e/ \ \ r. C �B _&_§ 0-3 #).a CD • ; )ski in ; 0t< 0 $ i ƒ / �/ }\ etaD n 0.i\ e\ A\ C §c co * [ $ \• } \�$ k \} \ kƒk - ;ƒ ] } § n 09 § ] q coxi -I CO N a CO N S m c m Address: 07988 Edison Avenue Venda-#: IVendor Name: 1454 1 Insduform Technologies CITY OF FAYETTEVILLE Purchase Requisition (not a purchase oda) a g. SHIPPING/HANDLING 2002 Sanitary Sewer Pipe Lining (CIPP) osii §.0 < d c C o [0 N fto 7 N 0 3 Z N O m m D s c g = 0 o W 0 o rn nent Director Coordinator: 44 10 N tT o b o S ; - = 00'0$ $0.001 H 1w 0 CO .3 O 0 O 0 Extended con O b 0 O 0 O 0 b 0 0 0 O 0 O 0 O 5400-5700-5815.00 Account Number: *Requesters Employee#: 490 35 35 1 0 1 m FOB Pdnt: Fayetteville, AR II02017-0201 1 m M < -1 < $ v O c 3 .'S Requisition No.: '. _ 3 • Z o Expected Delivery Date: See Remarks Date: 6 November 2002 $3081250.00 3 a = 1T FAYETTEVII1E THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: David Jurgens From: Heather Woodruff, City Clerk Date: December 6, 2002 Attached is a copy of Resolution No. 184-02 awarding a construction contract to Insituform Technologies, Inc. for sanitary sewer main line and service lateral lining. I am also returning 2 signed copies and 1 unsigned copy of the bid documents. The original resolution and the original signed bid document will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Auditor 1 • • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID DOCUMENTS AND SPECIFICATIONS CONTRACT FOR 2002 SANITARY SEWER MAI\ LINE AND SERVICE LATERAL LI\ING City of Fayetteville, Arkansas October 14, 2002 CURED IN PLACE PIPE METHOD /Aii.. B 011 p i t ARAl SAS '\ REGISTERED PROF SSION",!. 01,89` a -0ti'0Cren RC's/',�/ • • MICROFILMED BID DOCUMENTS AND SPECIFICATIONS CONTRACT FOR 2002 SANITARY SEWER MAIN LINE AND SERVICE LATERAL LINING City of Fayetteville, Arkansas October 14, 2002 CURED IN PLACE PIPE METHOD ARI Al AS Z BECISTERED PROFFSSIONAL IEr?[?1 954 Re-zoo/001 , ADDENDUM!TO BID DOCUMENTS ANPSPECIFICATIONS CURED IN PLACE PIPE METHOD City of Fayetteville, Arkansas Released October 22, 2002 BID NUMBER 02-61 This Addendum Number 1, consisting of four (4) items, is hereby made a part of the Contract Documents to the same extent as though it were originally included therein, and shall supersede anything contained in the Plans and Specifications with which it might conflict. This Addendum shall be attached to the Index Sheet of the Contract Document and submitted with the bid. Bidders shall acknowledge receipt of this Addendum on the outside of the sealed bid envelope. The Contract Documents for the above titled project is revised and amended as follows: 1. Attach the Engineer's stamped cover/certification sheet to the contract documents. 2. In the advertisement to bid, change the first paragraph to read as follows: Separate sealed bids for 2002 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN PLACE PIPE METHOD, Bid Number02-61, Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at room 306, 113 W. Mountain, Fayetteville, Arkansas, 72701 on or before, but no later than 1_00 p.m. on October 30, 2002 and immediately thereafter or as soon thereafter as is practicable all bids will be publicly opened in a room to be designated at that time and the bid prices read aloud. The bid opening will be in room 326 of the City of Fayetteville Administration Building at 113 West Mountain. 3. Replace paragraph 2.2.4 with the following. 2.2.4 CONTRACT RENEWAL • The contract may be renewed for additional periods up to four (4) additional contract penods beyond the original bid and will be based solely upon the option and agreement between both the City and the CONTRACTOR. The prices and rates bid by the successful bidder shall be firm throughout the initial one year penod of the contract. Prices and rates may only be increased or decreased for the next or subsequent contract extension penod, and only if the parties agree to extend the contract If Owner seeks to decrease or Contractor seeks to increase any price or rate, each party shall give the other party wntten notice thereof at least ninety (90) days prior to the end of the contract year, together with a justification for each proposed rate of pnce change Owner and Contractor shall negotiate in good faith the amount, if any, in the increase or decrease in the price or rate; provided, however, in no event may any specific unit cost change more than five percent (5%) of the preceding year's value. If the parties are unable to agree on the extension of the contract, then to contract shall terminate at t•end of the contract year, subject to the Owner's nght to unilaterally extend the contract of the same terms and conditions, for a period not to exceed four (4) months to enable the Owner time to rebid this document. 4. Delete paragraph 2.3.9 b). Sincerely, "c ►Tto N ARI) -IAS L REGISTERED �2 �N ROFESSIONAL David . urg ns, PGINEER 24� Water/ wer ainte Superi endent SIBJ VN- `ID ]UG%% CIPP-term2002Addendum I 0-22-02.doc • • Contract Documents CONTRACT FOR 2002 SANITARY SEWER MAIN LINE AND SERVICE LATERAL LINING CURED IN PLACE PIPE METHOD City of Fayetteville, Arkansas October, 2002 I hereby state that this Project Manual was prepared under my direct supervision and that I am a duly Registered Professional Engineer und. jeJaws of the State of Akansas. 9s"s T T E 0?-., AR At SAS Z REGISTERER P� FESSIONAG 22 A A A No.8954 % ' J uftN #" w.� 1 r • 1 TABLE OF CONTENTS 1 1.0 ADVERTISEMENT FOR BIDS 1 1 1 1 1 1 1 2.0 INFORMATION FOR BIDDERS 2.1 INVITATION TO BID 2.2 SCOPE OF WORK 2.3 GENERAL INFORMATION 2.4 SPECIAL CONDITIONS 3.0 TECHNICAL SPECIFICATIONS 3.1 CURED -IN-PLACE MAINLINE RECONSTRUCTION 3.1.1 INTENT 3.1.2 REFERENCED DOCUMENTS 3.1.3 PRODUCT, MANUFACTURER, INSTALLER QUALIFICATION REQUIREMENTS 3.1.4 MATERIALS 3.1.5 STRUCTURAL REQUIREMENTS 3.1.6 INSTALLATION RESPONSIBILITIES FOR INCIDENTAL ITEMS 3.1.7 REINSTATEMENT OF BRANCH CONNECTIONS 3.1.8 INSPECTION 3.1.9 CLEAN-UP 3.2 CURED -IN-PLACE LATERAL RECONSTRUCTION FROM MAINLINE 3.2.1 INTENT 3.2.2 REFERENCE SPECIFICATIONS 3.2.3 GENERAL CORROSION REQUIREMENTS 3.2.4 CURED -IN-PLACE PIPE MATERIALS 3.2.5 PHYSICAL STRENGTH 3.2.6 DEVIATIONS 3.2.7 INSTALLATION PREPARATIONS 3.2.8 INSTALLATION OF LATERAL LINING 3.2.9 CLEAN-UP 3.2.10 PAYMENT 3.3 CURED -IN-PLACE LATERAL RECONSTRUCTION FROM CLEANOUT OR ACCESS PIT 3.3.1 INTENT 3.3.2 REFERENCE SPECIFICATIONS 1 3.3.3 GENERAL CORROSION REQUIREMENTS 3.3.4 CURED -IN-PLACE MATERIALS 3.3.5 PHYSICAL STRENGTH 1 3.3.6 DEVIATIONS 3.3.7 INSTALLATION PREPARATIONS 3.3.8 INSTALLATION OF CURED -IN-PLACE LATERAL LINING 1 3.3.9 CLEAN-UP 3.3.10 PAYMENT 1 1 • • 3.4 CURED -IN-PLACE PIPE FOR TRENCHLESS PIPELINE POINT REPAIR 3.4.1 INTENT 3.4.2 PREQUALIFICATION 3.4.3 MATERIALS 3.4.4 STRUCTURAL REQUIREMENTS 3.4.5 INSTALLATION 3.4.6 TESTING REQUIREMENTS 3.4.7 INSPECTION 3.4.8 CLEAN-UP 3.4.9 PAYMENT 3.5 CLEANING AND INTERNAL TELEVISION INSPECTION OF EXISTING SANITARY SEWERS 3.5.1 GENERAL 3.5.2 MATERIALS 4.0 BIDDERS PROPOSAL 4 1 ITEMIZED DESCRIPTION OF BID PRICING 4 2 GENERAL INFORMATION 5.0 CONTRACTS AND BONDS 5.1 AGREEMENT 5.2 PERFORMANCE BOND 5.3 PAYMENT BOND 5.4 MAINTENANCE BOND 5.5 CONTRACTOR'S AFFIDAVIT OF BILLS PAID 1,0 • INVITATION TO BID • BID NUMBER 02-61 2002 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN PLACE PIPE METHOD RECEIPT OF BIDS Separate sealed bids for 2002 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN PLACE PIPE METHOD, Bid Number 02-61, Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at room 306, 113 W. Mountain, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00 p.m. on October 30, 2002 and immediately thereafter or as soon thereafter as is practicable all bids will be publicly opened in a room to be designated at that time and the bid prices read aloud. The bid opening will be in room 326 of the City of Fayetteville Administration building at 113 West Mountain. The work consists of a term contract for sewer rehabilitation using an approved cured in place pipe lining method and material, up to an estimated 6,200' of 6" - 18" sanitary sewer main line pipe, 30 each 4" service laterals, five cured in place point repairs, and 60 internally reinstated connections on the 6"-1 8" mains. Sealed envelopes or packages containing bids shall be marked or endorsed "2002 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN PLACE PIPE METHOD, Bid Number 02-61." The contractor's state contractor's license number must be clearly stated on the envelope or package containing the bid. CONTRACT DOCUMENTS Copies of the Contract Documents required for review or bidding purposes may be obtained only from the office of the office of Purchasing Officer located at Room 306, 113 West Mountain, Fayetteville, Arkansas Bid documents are available for inspection at the same office. BID SECURITY Each bid shall be accompanied by a certified check, a cashier's check or bid bond payable to the order of the City of Fayetteville, Arkansas in an amount not less than five percent of the bid as a guarantee that the bidder will, within ten (10) days after the date of the award of contract, execute an agreement and file bonds and insurance as required by the Contract Documents if his bid is accepted. A pre-bid meeting shall be held at the office of the Water and Sewer Division, 1475 Cato Springs Road, Fayetteville, Arkansas on Tuesday, October 22, 2002 at 10:30 a.m. Attendance at this pre- bid meeting is not mandatory. Said Contract Documents are by this reference incorporated into and made a part of this Invitation to Bid and should be consulted for full particulars. • • The City of Fayetteville reserves the right to reject any and all bids, and to waive minor defects or informalities deemed to be in the City's best interest. Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas, encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, the City of Fayetteville, Arkansas, encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." All questions or correspondence concerning the plans and specifications shall be directed to the Water and Sewer Maintenance Division, 1475 West Cato Springs Road, Fayetteville, AR, 72701, (479) 575-8386. Peggy Vice Purchasing Officer Publication: October 16, 2002 October 23, 2002 Bid # 02-61 • • INFORIVATION FOR BIDDERS • • 2.0 INFORMATION FOR BIDDERS 2.1 INSTRUCTIONS FOR BIDDING 2.1 1 SUBMITTING. THE BID • Each Bid must be submitted in a SEALED ENVELOPE addressed to Peggy Vice Purchasing Officer, Room 306 City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 • Each sealed envelope containing a Bid must be plainly marked on the outside of the envelope as Bid for 2002 SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION CONTRACT The envelope should bear the full name and address of the Bidder on the outside. The envelope shall also bear the valid Arkansas Contractor's License Number. • If forwarded by mail the above-described envelope containing the Sealed Bid must be enclosed in another envelope addressed to: Peggy Vice Purchasing Officer City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 2.1.2 FILLING OUT THE BID DOCUMENTS • All Bids must be made on the required bid form as contained within the Contract Documents. • All spaces for bid prices must be filled-in in ink or typewritten, and the Bid Form must be fully completed and properly executed by a bona fide anent of the Bidder when the Bid is submitted. • The City of Fayetteville is not exempt from state and local use taxes, Bid amounts shall include State and local sales or use tax. • Only one copy of the Bid Form is required to be submitted. • The Bid Form should be left in the Contract Documents and Specifications and the entire set should be submitted with the Bid. • A conditional or qualified bid may be resected. • • 2.1.3 BID CONDITIONS AND REQUIREMENTS • A Bidder may not withdraw his bid within sixty (60) consecutive calendar days after the date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified 60 -day penod, the time may be extended by mutual agreement between the Owner and the Bidder. • The Owner may waive anv informalities or minor defects in the bidding, or rerect any or all bids without recourse. • Any Bid may be withdrawn prior to the scheduled time for the opening of Bids or authorized postponement thereof. • Any Bid received after the time and date specified for receipt of bids will not be considered and will be returned to the Bidder unopened. • The Contractor's Bid shall be accompanied by a cashier's or certified check upon a national or state bank in an amount not less than five (51 percent of the total maximum Bid Price, payable without recourse to the City, or a Bid Bond in the same amount from a reliable surety company, as a guarantee that the Bidder will enter into a Contract and execute Performance and Payment Bonds within ten 1101 days after Notice of Award of Contract to him. The Notice of Award shall be given by the Owner within sixty (601 dans following the opening of Bids. • The successful bidder must furnish Performance and Payment Bonds upon the form provided in the amount of 100% of the total contract price from an approved bank or surety company holding a permit from the State of Arkansas to act as surety, or other surety or sureties acceptable to the City. • The CONTRACTOR shall furnish a Maintenance Bond for an amount equal to ten percent 110%1 of the contract pnce for improvements and shall be for two (2) years from and after the date of the Engineer's acceptance of the work • The CONTRACTOR agrees that they will comply with the terms of the "Americans With Disabilities Act". • Attention of Bidders is particularly called to the requirement as to conditions of employment to be observed and minimum wages to be paid under the Contract as incorporated. • The Bidder shall submit within the same envelope with his Bid Form, complete "submittal data" to thoroughly define the character of the methods and materials upon which his Bid is based. Submittal data shall include catalog data sheets, descriptive material, photographs, etc., so as to thoroughly explain to the Owner the character of the proposed rehabilitation. If such submittal is deficient in the opinion of the Owner, the Owner may request of the Bidder supplementary information as necessary to satisfy the Owner. • • 2.1.4 STATEMENT OF QUALIFICATIONS • It is the intention of the City to award a Contract only to a bidder who furnishes satisfactory evidence that he has the requisite experience and ability and that he has sufficient capital, facilities, and plant to enable him to prosecute the work successfully and promptly. Prospective bidders must complete and submit the enclosed Qualification Statement with his bid. The Contractor must also provide documentation with his bid that he has successful experience with the following: (1) lining no less than 25,000 feet of 6" sewer main; (2) reinstatement of no fewer than 250 each 4" services connected to 6 -inch diameter sewer mains; (3) lining no fewer than 250 each service laterals in lengths no less than 10 feet and no more than 75 feet. 2.2 SCOPE OF WORK 2.2.1 PROJECT DESCRIPTION • Term maintenance contract for the rehabilitation of sanitary sewer mainlines and service laterals throughout the City of Fayetteville, Arkansas. 2.2.2 LOCATION OF PROJECT • Multiple miscellaneous locations within the Fayetteville, Arkansas sanitary sewer collection system have been identified for rehabilitation. The City's goal is to accomplish the rehabilitation in phases. The City may choose to purchase more, less, or none of the rehabilitation, depending upon its needs. The City 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. 2.2.3 PURCHASE ORDERS • Purchase orders may be issued to the successful bidder for an amount up to an approximate total of $250,000 with a contract period not to exceed one (1) year. • The cost of any change orders will be included in the original contract total i.e.; they will count against the approximate total of $250,000. Payment for the work will be in accordance with the prices set forth in the proposal for the quantity of work performed. Progress payments will be made monthly based on the work performed during that period. 2.2.4 CONTRACT RENEWAL • The contract may be renewed for additional periods up to four (4) additional contract periods beyond the original bid and will be based solely upon the option and agreement between both the City and the CONTRACTOR. The prices and rates • bid by the successful bidder shall be firm throughout the initial one year period of the contract. Prices and rates may only be increased or decreased for the next or subsequent) contract extension period, and only if the parties agree to extend the contract. If Owner seeks to decrease or Contractor seeks to increase any price or • • rate, each party shall give the other party written notice thereof at least ninety (90) days prior to the end of the contract year, together with a justification for each proposed rate of price change. Owner and Contractor shall negotiate in good faith the amount, if any, in the increase or decrease in the price or rate, provided, however, in no event may the total contract cost change more than five percent (5%) of the preceding year's value. If the parties are unable to agree on the extension of the contract, then the contract shall terminate at the end of the contract year, subject to the Owner's right to unilaterally extend the contract of the same terms and conditions, for a period not to exceed four (4) months to enable the Owner time to rebid this document. 2.2.5 MISCELLANEOUS • The basis for award of the contract shall be the lowest total of unit prices bid by an acceptable and qualified CONTRACTOR who meets all or the experience requirements stated within this contract. Any bidder who does not meet all of the experience requirements stated within this contract will be considered a nonqualified bidder and will not be awarded the contract. • The CONTRACTOR will establish a point of contact for all field and construction related topics, and a point of contact for all billing and office related topics. • It is the City's intent to minimize disruption and street or access closure time to the residents of the City of Fayetteville. Therefore, the CONTRACTOR shall arrange crews in a way to have continuous work from the time a particular project has begun until it is complete. It shall be the responsibility of the CONTRACTOR to inform the City regarding dates and locations of work activities that may impact the flow of traffic. 2.3 GENERAL INFORMATION 2.3.1 SPECIFICATIONS • This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mainlines and service lines using the cured -in-place pipe method. Bids offering alternative methods or products may be considered for award if such methods and products are clearly identified in the bid and are determined by the Owner to be equal in all respects to the materials and methods referenced in the Specifications. Exceptions taken to the Specifications, if any, shall be clearly documented within the Bidder's bid package. - 2.3.2 STATE AND LOCAL TAXES • The City of Fayetteville is not exempt from state and local use taxes. • Bid amounts shall include State and local sales or use tax. • • 2.3.3 MONTHLY ESTIMATE • All invoices for payment presented by the CONTRACTOR shall provide documentation to support the location and amount of work accomplished during the payment period. 2.3.4 PAYMENT • The Contractor's Invoice and all supporting documents shall be submitted to the City. • Owner will pay invoice amounts due to the Vendor within 30 calendar days after receipt of invoicing, or less any allowed discount as offered by the Vendor. • Payment for work on a particular project shall be made upon completion and acceptance of the work by the City. 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 location of the project. The total cost for that project. - The total billing to date under the annual contract, including any change orders. - All state and local taxes applicable. • 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. • Unless otherwise indicated, there will be no separate pay items for the following miscellaneous construction items. Cost for these items shall be considered incidental to other contract bid items. - Pre -TV and Post -TV inspection of pipelines - Bypass systems to include set up, operation, and removal - Excessive pipeline cleaning and root removal - Final Cleanup. 2.3.5 RETAINAGE • As security for the faithful completion of the work by the CONTRACTOR, the Owner shall retain five percent (5%) of the total dollar amount of work done on this contract per work order issued. • Thirty (30) days after successful completion of a work order by the CONTRACTOR the retainage will be released to the CONTRACTOR.