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. 2.3.6 SAFETY [I H I I H I J I H I I I iP1 H [1 H • 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 will be responsible for contacting Arkansas One Call in order to determine the location of all utilities in all work areas relating to any excavation performed by the contractor. The City shall be responsible for contacting Arkansas One Call in order to determine the location of all utilities in all work areas relating to any Excavation performed by CITY crews. • 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's satisfaction, any property damaged by the CONTRACTOR, at the CONTRACTOR's expense. • The CONTRACTOR shall arrange crews in a way to have continuous work from the time a particular project has begun until it is complete in order to minimize disruption and street or access closure time to the residents of the City of Fayetteville. 2.3.7 INDEMNIFICATION • The CONTRACTOR agrees to indemnify and hold harmless and the City of Fayetteville, its officers, agents and employees, from and against liability for any and all claims, liens, suits, demands, and actions for damages, injuries to persons (including death), property damage (including loss of use), and expenses, including court costs, attorneys' fees and other reasonable costs arising out of or resulting from Contractor's work and activities conducted in connection with or incidental to this contract and from any liability arising out of or resulting from any acts or negligence, including all such causes of action based upon common, constitutional, or statutory law, or based in whole or in part upon the negligent or intentional acts or omissions of CONTRACTOR, including but • not limited to its officers, agents, employees, subcontractors, licensees, invitees, and other persons. • The CONTRACTOR further agrees that it shall at all times exercise reasonable precautions on behalf of, and be solely responsible for, the safety of its officers, agents, employees, subcontractors, licensees, invitees and other persons, as well as their property, while in the vicinity where the work is being done. It is expressly understood and agreed that the City shall not be liable or responsible for the negligence of the CONTRACTOR, including but not limited to its officers, agents, employees, subcontractors, licensees, invitees, and other persons. • The CONTRACTOR agrees to indemnify and save the City harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, moterialmen, and furnishers of machinery and parts thereof, equipment, power fools, all supplies, including commissary incurred in the furtherance of the performance of this contract. When the City so desires, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. I I I J I I I • It is further agreed, with respect to the above indemnify, that the City and the CONTRACTOR will provide the other prompt and timely notice of any event covered which in any way, directly or indirectly, contingently or otherwise, affects or might affect the CONTRACTOR or the City, and the City shall have the right to compromise and defend the same to the extent of its own interests. • Insurance coverage shall be of the following types and not less than the following specified amounts: • Commercial General Liability $500,000 per occurrence $1,000,000 aggregate Automobile Liability $250,000 per occurrence $1,000,000 aggregate Property Damage $100,000 per occurrence Excess Liability Other than umbrella from $1,000,000 Employer's Liability $250,000 per occurrence $500,000 aggregate Worker's Compensation Statutory worker's compensation coverage Umbrella Liability Not less than $1,000,000 per occurrence combined limit for bodily injury and properly damage 2.3.8 PROGRESS SCHEDULE I. The CONTRACTOR, upon the execution and delivery of the contract, shall prepare and submit for the OWNER'S approval a Critical Path Method (CPM) progress schedule showing the manner of prosecution of the work in order to complete the contract within ' the allocated time. The OWNER will review and approve the proposed progress schedule not later than the issuance of the notice to proceed. The progress schedule shall be revised if, in the opinion of the OWNER, the scheduled progress of the work is ' not being maintained. This revised schedule will address the methods by which time lost shall be made up. I I I I I I I 2.3.9 CONTRACTOR QUALIFICATIONS Al bidders on this project must be deemed qualified by the City to perform this work. In order to be considered qualified to bid on this contract, the bidding CONTRACTOR, product, manufacturer, and installing CONTRACTOR must provide documentation to satisfy compliance with the following requirements: a) For the bidding CONTRACTOR to be considered acceptable, the CONTRACTOR must satisfy all insurance, financial, and bonding requirements by the City and must have completed a Term Service Contract, as the General CONTRACTOR, similar in scope to this project with a minimum duration of (1) one year. 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. CI H I I I J .I I I H I I I I I I b) For the bidding COMPACTOR to be considered acceptable, the CONTRACTOR must satisfy all insurance, financial, and bonding requirements by the City and must have completed a Term Service Contract, as the General CONTRACTOR, similar in scope to this project with a minimum duration of (1) one year. 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 100 each 4" services connected to 6 -inch diameter sewer mains; (3) lining no fewer than 100 each service laterals in lengths no less than 10 feet and no more than 75 feet. C) For a mainline Product to be considered Commercially Proven, a minimum of 1,000,000 linear feet or 4,000 manhole -to -manhole line sections of successful wastewater collection system installations in the U.S. must be documented to the satisfaction of the City to assure commercial viability. In addition, at least 50,000 linear feet of the product shall hove been in successful service within the State of Arkansas for a minimum of five years. The exact mainline product intended for use on this contract must be specified with the submittal documents. All materials furnished shall be manufactured in the U.S.A. d) For an Contractor to be considered as Commercially Proven, the Contractor and the Contractor's personnel must have had at least 5 (five) years active experience with the Contractor in the commercial installation of the exact products bid. The installing CONTRACTOR must be specified with the submittal documents. e) Sewer rehabilitation products submitted for approval must provide Third Party Test Results supporting the long-term performance and structural strength of the product and such data shall be satisfactory to the City. No product will be approved without independent third party testing verification. f) Both the rehabilitation manufacturing and installation processes shall operate under a quality management system that is third party certified to ISO 9001 or other internationally recognized organization standards. Proof of certification shall be required for approval. g) The CONTRACTOR shall have an existing office/operation in the State of Arkansas. This office/operation must have been established for a period of not less than 12 months. 2.4 SPECIAL CONDITIONS 2.4.1 PERMITS AND RIGHT-OF-WAY • The intent of this contract is for the City to perform all excavations to include external lateral reinstatements, required point repairs, and obstruction removal. The CONTRACTOR shall not be required to do this excavation without a written work directive change. Ali references to work relative to excavation only apply if the contractor performed the excavation. 1 • • The City will provide rights -of -way for the purpose of construction without cost to the CONTRACTOR by securing permits in areas of public dedication or by obtaining easements across privately owned property. I. It shall be the responsibility of the CONTRACTOR, 48 hours prior to the initiation of construction on easements through private property, to inform the property owner of his intent to begin construction. Before beginning construction in areas of public ' dedication, the CONTRACTOR shall inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the work. ' 2.4.2 TRADE NAMES AND MATERIALS • No material, which has been used by the CONTRACTOR for any temporary purpose t whatsoever, is to be incorporated in the permanent structure without written consent of the City. • Where materials or equipment are specified by a trade or brand name, it is not the t intention of the City to discriminate against an equal product or another manufacturer, but rather to set a definite standard or equality or performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper", or "equal Ito" are used, they shall be understood to mean that the thing referred to shall be proper, the equivalent of, or equal to some other thing, in the opinion of judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their ' respective kinds and shall be in all cases fully equal to approved sample. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connections with the materials, manufactured article or process, t the material, article or process specifically designated shall be used, unless a substitute shall be approved in writing by the City and the City shall have the right to require the use of such specifically designated material, article or process. 2.4.3 PROPERTY AND MONUMENT LINES • The CONTRACTOR shall protect all property corner markers, and when any such marker ' or monuments are in danger of being disturbed, they shall be property referenced and if disturbed shall be reset at the expense of the CONTRACTOR. ' 2.4.4 DURING CONSTRUCTION • During construction of the work, the CONTRACTOR shall at all times, keep the site of the work and adjacent premises as free from material, debris, and rubbish, as is practicable, shall remove some from any portion of the site, if in the opinion of the City such material debris, or rubbish constitutes a nuisance or is objectionable. ' • The CONTRACTOR shall remove from the site all of his surplus materials and temporary structures when no further need therefore develops. ' 2.4.5 PROJECT MAINTENANCE • The CONTRACTOR shall maintain and keep in good repair the work contemplated under these plans, specifications, drawings, etc., and shall perform for a period as set forth in the Maintenance Bond from the date of acceptance all necessary repair, 1 I H I I I I H I I I I I I I I I I I reconstruction and renewal of any part of said construction and shall furnish the labor and materials to make good and to repair any defective condition growing out of or on the account of the breakage or failure of any substance or the improper function of some. Said maintenance contemplates the complete restoration to a functional use during the said period as set forth in the Maintenance Bond. 2.4.6 PROTECTION OF IMPROVEMENTS • The CONTRACTOR shall be entirely responsible for the protection of all improvements that are not designated by the City to be removed for proper construction of the project. This shall include sidewalks, building walls, existing inlets and manholes, underground utilities, shrubs, trees, signs, sod and fences. The CONTRACTOR shall be entirely responsible for the protection of all pavements adjacent to the project. 2.4.7 ACCIDENTS • The CONTRACTOR must report in writing to the City all accidents whatsoever arising out of, or in connections with the performance of the work, whether on, or adjacent to, the site, which caused death, personal injury, or property damages, giving full details and statements of witnesses. In addition, if death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the City. • If any claim is made by anyone against the CONTRACTOR or any subcontractor on account of any accident, the CONTRACTOR shall promptly report the facts in writing to the City giving full details of the claim. 2.4.8 ARRANGEMENTS FOR WATER FURNISHED BY THE CITY • Water used for installation purposes, jetting or flooding trenches, sprinkling, testing and flushing of pipelines or any other purpose incidental to this project, will be furnished by the CONTRACTOR. The CONTRACTOR shall make the necessary arrangements for securing the transporting of such water and shall take such water in a manner and at such time that will not produce a harmful drain or decrease of pressure in the City's WATER SYSTEM. Water shall not be used in a wasteful manner. 2.4.9 USE OF FIRE HYDRANTS • No person shall open, turn off, interfere with, attach any pipe or hose to, or connect anything with any fire hydrant, stop valve or stop cock, or tap any water main belonging to the City, unless duty authorized to do so by the City Water Department. 2.4.10 LIGHTS AND POWER • The CONTRACTOR shall provide, at his own expense, temporary lighting and facilities required for the proper prosecution and inspection of the work. I • • 2.4.11 PROTECTION OF TREES • No trees shall be cut except upon the specific authority by the City. Trees adjacent to the work shall be protected from all damage by the construction operations. 2.4.12 REMOVAL OF TREES, FENCES, ETC. ' Fences within the right-of-way of this project shall be kept in good repair and closed at all times, except when it is necessary to move machinery and equipment through the fence. Gates shall be closed immediately after use. When the project is complete, the CONTRACTOR shall repair all fences and gates that have been moved or damaged by the CONTRACTOR as a result of construction. Fences shall be left in repair equal to the original condition. No separate compensation shall be made for this work. I. Where surface drainage channels are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work of construction is completed. • The CONTRACTOR shall not be held liable for unavoidable damage to crops provided such damage occurs within the construction easement provided by the Owner. ' 2.4.13 POLES, SIGNS, GUY WIRES, ETC • All utility poles and guy wires, private sign posts, signs and guy wires, and similar private obstructions which interfere with the construction of this project will be removed and replaced, or moved to new permanent locations by the Owners thereof without cost to the CONTRACTOR. ' The removal and replacement of CITY street sign posts and signs is the responsibility of the CONTRACTOR. The CONTRACTOR shall be responsible for all damage to sheet ' signposts and signs within the limits of his operations that remain in place or are removed and replaced. In the event street sign posts and signs are injured or destroyed by the CONTRACTOR'S operations, they shall be replaced by the ' CONTRACTOR. No separate compensation will be paid for this work, but the costs thereof shall be included in such contract pay items as are provided. 2.4.14 EXISTING UTILITIES AND SERVICE LINES • Nor to the start of any excavation by the CONTRACTOR, the CONTRACTOR shall communicate with ARKANSAS ONE CALL, the proper representative of all the utility systems included but not limited to the water and sewer department, the gas company, electric company, telephone company and any other private utility companies and advise said representative of the route of the proposed construction, in order to obtain the assistance of the utility in the location of and in the avoidance of conflicting with utility lines. • The CONTRACTOR shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operations, Where existing utilities or service lines are cut, broken, or damaged, the CONTRACTOR shall replace or repair the utilities or service lines with the same type of original material and construction, or I better, at his own cost and expense, with the exception of those items included in the bid schedule. 2.4.15 EXISTING STRUCTURES • No construction plans have been prepared for this contract. It is the Contractor's responsibility to verify the locations of existing surface and subsurface structures. It is ' mutually agreed that such shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or requires the building of special work, provisions for which are not made in the plans and proposal, in which case the provisions in these specifications for extra work shall apply. 2.4.16 TESTING, INSPECTION AND CONTROL I. Testing of CIPP field samples and other materials used in the work shall be done by an approved commercial laboratory employed and paid directly by the CONTRACTOR. ' 2.4.17 BORINGS • Not intended for use on this contract. 2.4.18 DRAINAGE • The CONTRACTOR shall provide at his own cost and expense all methods for adequately draining the work. No separate measurement or compensation will be paid for sub -drains or other methods of draining, but the cost thereof shall be included in such contract pay items as are provided in the Proposal and Contract. • 2.4.19 CONSTRUCTION IN CITY STREETS AND PRIVATE DRIVES • It shall be the responsibility of the CONTRACTOR to build and maintain all weather bypasses and detours, if necessary, and to property light, barricade, and mark all bypasses and detours that might be required on and across the streets involved in the 'work included in this contract. • Street shall remain open to traffic at all times unless special permission for closing the t• street is given by the City. After permission is given for closing any portion of the street, the CONTRACTOR shall be responsible for notifying the Police and Fire Department six (6) hours in advance of such closing. • The CONTRACTOR shall make every effort to complete construction and allow immediate access to adjacent property at all driveway entrances located along the streets. Owners or tenants or improvements where access and/or entrance drives are ' located shall be notified at least eight (8) hours prior to the time the construction will be started at their driveways or entrances and informed as to the length of time driveways will be closed. ' I During wet weather the CONTRACTOR shall construct temporary gravel crossings and wooden walkways to allow ingress and egress across excavated areas at no expense to the City and as directed by the City. I H H I I H H I I I I I I I • The CONTRACTOR shall at all times, keep a sufficient width of the roadway clear of dirt and other materials to allow the free flow of traffic. The CONTRACTOR shall assume any and all responsibility for damage, person or otherwise, that may be caused by the construction along City streets or private drives. • If it becomes apparent that barricades do not sufficiently protect the general public and the CONTRACTOR'S workmen from traffic hazards, the CONTRACTOR may be required to furnish such flagmen and/or watchmen as may be deemed necessary to property direct traffic. 2.4.20 CONSTRUCTION IN ARKANSAS HIGHWAY DEPARTMENT RIGHT-OF-WAY • Where the work encroaches upon any right-of-way of the Arkansas Highway Department, the City will secure the necessary permits for the work. Where highways are crossed, the CONTRACTOR shall observe all the regulations and instructions of the Arkansas Highway Department as to methods of doing the work, or precautions for safety of property and the public. Al negotiations with the Arkansas Highway Department except for permits shall be made by the CONTRACTOR. The Arkansas Highway Department shall be notified by the CONTRACTOR not less than five days previous to the time of his intention to begin work. 2.4.21 MAINTENANCE OF STORM SEWER AND UTILITIES THAT CROSS EXISTING ROADWAY • The CONTRACTOR shall maintain at all times during construction storm sewer and utility crossings of existing roadways at no expense to he City. Storm sewers and utilities crossing existing roadways shall be back -filled in accordance with the provisions of these specifications to an elevation six inches below the elevation of the existing roadway. A sa-inch thick compacted gravel base shall be constructed to the elevation of the existing pavement within the limits shall be maintained throughout the construction. Potholes appearing in the existing pavement, which in the opinion of the City is a hazard to the general public, shall be filled and maintained as directed by the City. 2.4.22 BARRICADES, LIGHTS AND WATCHMEN • Where the work is carried on in or adjacent to any sheet, alley or public place, the CONTRACTOR shall at his own cost and expense furnish and erect such barricades, fences, battery type flasher -markers and danger signals, shall provide such watchmen, and shall provide such other precautionary measures for the protection of persons or property and of the work as are necessary. UNLESS OTHERWISE INDICATED, ALL SIGNS, BARRICADES, AND TRAFFIC CONTROL DEVICES SHALL BE PLACED AND MAINTAINED IN ACCORDANCE WITH THE LATEST EDITION OF THE ARKANSAS MANUAL FOR UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) • From sunset to sunrise, the CONTRACTOR shall furnish and maintain at least one battery type flasher -marker at each barricade and sufficient number of barricades shall be I L I I C L I I I I L I I I I erected to keep vehicles from being driven on or into any work under construction. The CONTRACTOR shall furnish watchmen in sufficient numbers to protect the work. • The CONTRACTOR will be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect 4, and whenever evidence is found of such damage, the City may order the damaged portion immediately removed and replaced by the CONTRACTOR at his cost and expense. The CONTRACTOR'S responsibility for the maintenance of barricades, signs, and lights, and for providing watchmen shall not cease until the project shall have been accepted by the City. • During the prosecution of the work, the CONTRACTOR shall obstruct public travel as little as possible and in no case shall there be less than twelve (9 2) feet in width of unobstructed roadway for the use of traffic. Materials and equipment stored in or near the path of traffic shall be protected with red flags during the day and with lights during the night. 2.4.23 PROTECTION OF EXISTING WATER VALVE BOXES • Protection of existing water valve boxes located within the limits of the work shall subsequently be the responsibility of the CONTRACTOR. Failure to show water valve box locations on the plans does not relieve the CONTRACTOR of the responsibility to prevent damage to the valve and boxes. 2.4.24 SURPLUS MATERIALS • Surplus materials shall be disposed of by the CONTRACTOR at his own cost and expense. • All excavated earth in excess of that required for back filling shall be removed from the job site and disposed of in a satisfactory manner except in locations where, in the judgment of the City, it can be nearly spread over along the sites to form the finished contours. 2.4.25 SALVAGED MATERIALS • All materials removed during the construction of the project as salvaged materials shall be removed, cleaned, hauled to and stacked on the City's grounds. Salvaged materials shall be the property of the City. 2.4.26 FINAL CLEAN-UP • Upon completion of the work and before acceptance and final payment, the CONTRACTOR shall clean, remove rubbish, unused materials and temporary structures from the limits of the project and restore in a manner acceptable to the Engineer, all property, both public and private, that has been damaged by the CONTRACTOR during the prosecution of the work, and shall level and grade all portions of the work where the surface of the natural ground or street surface has been disturbed during construction and shall leave the site of the work in a neat and presentable condition, free from ruts or holes. I I I H H I I H H C I I I I I • Material cleared from the limits of the project and deposited on adjacent property will not be considered satisfactory unless prior approval is obtained from the property owner involved, the work is accomplished to the satisfaction of the City, and a proper City grading permit is issued, if required. 2.4.27 WAGE RATES • Al employees directly employed on the work shall be paid the prevailing wage scale for work of a similar character in this locality, as determined by the Arkansas Department of Labor. One and one-half times the prevailing per diem wage based on a 40 hour work week shall be paid for all hours worked in excess of 40 hours in one week, or for all hours worked on Sundays and on holidays. The days to be considered holidays are as follows: New Year's Day Presidents' Day Memorial Day July 4 Labor Day Thanksgiving Day Christmas Day 2.4.28 LABOR PREFERENCE The CONTRACTOR should give preference to all labor hired on the project in the following order: (a) to bona fide residents of the City of Fayetteville, Arkansas (b) to bona fide residents of the County of Washington, Arkansas (c) to bona fide residents of the State of Arkansas (d) to bona fide residents of the United States • Provided that these preferences shall apply only where such qualified labor is available to perform the work to which the employment relates. 2.4.29 LEINS Neither the final payment nor any part of the retained percentage shall become due until the CONTRACTOR, if required, shall deliver to the City a complete release of all liens arising out of this contract, or receipt in full in lieu thereof and, if required in either case, an affidavit that so far as he has knowledge or information the releases and receipts include all the labor and material for which a lien could be filed; but the CONTRACTOR may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the City, to indemnify the City against any lien. If any lien remains unsatisfied after all payments are made, the CONTRACTOR shall refund to the City all moneys that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorneys fee. H ' 0 ' 2.4.30 PRIVATE PROPERTY ACCESS • The CONTRACTOR shall not enter upon or use private property except as allowed by easements or if the CONTRACTOR obtains specific written permission from the property owner. 2.4.31 COMPANY LOGO All equipment used on the project shall be clearly marked with the Contractor's name and LOGO. Subcontractor equipment shall also be similarly marked. 2.4.32 CONSTRUCTION SEQUENCING • For construction sequence & traffic control plan other than what is included in the contract document, the CONTRACTOR will provide his proposed plan sealed by a licensed engineer in the State of Arkansas, which will be reviewed and accepted by the City prior to construction. 2.4,33 TRENCH SAFETY SYSTEM • Where trenching by the Contractor is necessary, the CONTRACTOR shall provide a trench shoring design. Such design shall be prepared, signed and sealed by a Registered Professional Engineer. Such engineer shall carry liability insurance against errors and omission in the amount of $50,000 minimum. A copy of the policy binder shall be furnished to the C'rfy. If an alternative trench safety system is to be used, then four (4) copies of the final report shall be provided to the City prior to the issuance of the notice to proceed for this project. • The Trench Support System shall cover trench excavations more than five feet (5') in depth. Such excavations shall be provided with a support system or some equivalent means of protection, which will provide a safe environment for workmen. The minimum such support shall be a trench box consisting of a pre -fabricated movable trench shield composed of steel plates welded to a heavy steel frame. Other systems may consist of sheet piling, shoring or bracing and must be approved by the City. All work, reports, and plans required herein shall be included in the cost of the project. 2.4.34 MOBILIZATION • It is the intent of this Contract to supply the Contractor with work orders constituting the majority of the plan quantity upon issuance of the Notice to Proceed. In the work order the City will specify whether the Contractor will mobilize in accordance to standard conditions or emergency conditions. Standard Mobilization will require the Contractor to begin work within fifteen (15) working days from the issuance of the work order or orders. Emergency Mobilization will require the Contractor to begin work within three (3) working days from the issuance of the work order or orders. Payment shall be made at the Contract Unit Price indicated on the Bid Schedule. Quantities stipulated in the Bid Schedule are approximate. The basis of payment for Mobilization will be the actual number of Emergency and Regular Mobilizations performed. The Contractor agrees that he will make no claim for damages, or anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and the estimated amounts therefore. I 1 • • I Mike Huckabee Gwemo, I I I I F F H Peter Lai RJN Group Inc. 12160 Abrams Road, Suite 206 Dallas, TX 75243 Dear Mr. Lai: STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205.2190 (501) 682-4500 • FAX: (501) 68 p ; fg0(1r 88`✓r9 01, December 26, ( !+ _HV R f ci ( DEC 2 E 2001 I UL.yu uTfV' Re: 2002 Sanitary Sewer Mainline and Service Lateral Rehabilitation Fayetteville, Arkansas Washington County James L. Salkeld Dvecto, In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 01-214 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law. Ark. Code Ann. §§ 22-9-301 1O 22-9-315 and the administrative regulations promulgated thereunder. If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann. § 22-9-308 (b) (2). Also, the public body awarding the contract shall cause to be inserted in the contract a ' stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. § 22-9-308 (c). ' Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. § 22-9-309 (a). ' Also enclosed is a "Statement of Intent to Ps:y Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible forgetting this form filled out and returned to this office within 30 days of the Notice to Proceed for this project. When you issue the Notice to Proceed for this project, please ,nail orfax a copy of the notice to my office. I I If you have any questions, please call me at (501) 682-4599 or fax (501) 682-4508. ' Enclosures Sincerely. l+nil `Jackie Malone Prevailing Wage Investigator H I I I I LI I Hi Hi I I I I I I I Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATES DATE: December 26, 2001 DETERMINATION #: 01-214 PROJECT: Sanitary Sewer Mainline and COUNTY: Washington Service Lateral Rehabilitation EXPIRATION DATE: 06-26-02 Fayetteville, Arkansas SURVEY #: 701-AH05 CLASSIFICATION Bricklayer/Pointer, Cleaner, Caulker Carpenter Concrete Finisher/Cement Mason Electrician/Alarm Installer Ironworker (Including Reinforcing Work) Laborer Pipelayer Truck Driver Power Equipment Operators: Backhoe, Rubber tired 1 yd. or less Bulldozer, Finish Bulldozer, Rough Crane, Derrick, Dragline, Shovel & Backhoe, 1-1/2 yds. or less Crane, Derrick, Dragline, Shovel & Backhoe, Over 1-1/2 yds. Distributor Front End Loader, Finish Front End Loader, Rough Mechanic Motor Patrol, Finish Motor Patrol, Rough Roller Scraper, Finish Scraper, Rough BASIC HOURLY RATE 8.50 9.35 9.40 13.30 17.25 8.50 10.30 11.90 12.15 13.15 10.25 11.65 11.20 12.35 9.65 10.40 14.70 13.05 9.00 11.15 11.75 11.25 FRINGE BENEFITS .72 1.00 17 Welders —receive rate prescribed for craft performing operation to which welding is incidental. Certified July 2, 2001 Classifications that are required, but not listed above, must be requested in writing from the Arkansas Department of Labor, Prevailing Wage Division. Call (501) 682-4536 or 682- 4599 for a request form. I I I I I I I I I I I I I I I I I I }E I$ 222 (h - I - < <u pat§ C2=& kk/ § } • . 00 U\ U, bE §$ § 2\§ Q. (0 oow <q§ ott< WOO U- V) - V) I- .5 « (D [»0 e3( [rn§ O 3 \ \ stn E in z \}j a 2 �LUo§ ) [2� t LL CD \to \ .- I- 25[� Cl) \ \ \ \ W<uz <u z j { F ' ° ) E / E »/ /R§k TECHNICAL SPECIFICATIONS I- I I I P1 I I I I I I I I I I I I TABLE OF CONTENTS 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, CONTRACTOR 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 3.3.3. GENERAL CORROSION REQUIREMENTS 3.3.4. CURED -IN -PLACE MATERIALS 3.3.5. PHYSICAL STRENGTH 3.3.6. DEVIATIONS 3.3.7. INSTALLATION PREPARATIONS 3.3.8. INSTALLATION OF CURED -IN -PLACE LATERAL LINING 3.3.9. CLEAN-UP 3.3.10. PAYMENT 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 I3.4.9. PAYMENT 3.5 CLEANING AND INTERNAL TELEVISION INSPECTION OF EXISTING SANITARY SEWERS 3.5.1. GENERAL 3.5.2. MATERIALS 1 I I I I I I I I I 9 I Fl I I I I H J I I I [1 I I I 3.0 TECHNICAL SPECIFICATIONS 3.1 CURED -IN -PLACE MAINLINE RECONSTRUCTION 3.1.1 INTENT • It is the intent of this specification to provide for the reconstruction of pipelines and conduits by the installation of a resin -impregnated flexible tube, which is formed to the original conduit by use of a hydrostatic head. The resin is cured using hot water under hydrostatic pressure within the tube. The Cured -In -Place Pipe (CIPP) will be continuous and tight fitting. Any, pulled -in -place method of installation will only be allowed for pipe sizes of 6", 8", 10", and 12". • The CONTRACTOR shall submit engineering calculations for liner thickness using ASTM F1216 and sealed by a Registered Professional Engineer for approval by the City prior to the start of work. 3.1.2 REFERENCED DOCUMENTS • This specification references ASTM F1216 (Rehabilitation of pipelines by the inversion and curing of a resin -impregnated tube), ASTM F1 743 (Rehabilitation of pipelines by pulled -in -place installation of a cured -in -place thermosetting resin pipe), and ASTM D790 (Test methods for flexural properties of un-reinforced plastics), which are made a part hereof by such reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and these referenced documents, this specification will govern. 3.1.3 PRODUCT, MANUFACTURER, CONTRACTOR QUALIFICATION REQUIREMENTS: • In order to minimize the City's risk, only proven products with substantial successful long-term track records will be approved. All trenchless rehabilitation products and Contractors must be approved by the City for the bid to be acceptable. • Products and Contractors seeking approval must meet all of the following criteria to be deemed Commercially Acceptable: For a Product to be considered Commercially Proven, a minimum of 1,000,000 linear feet or 4,000 manhole -to -manhole line sections of successful wastewater collection system installations in the U.S. must be documented to the satisfaction of the Owner to assure commercial viability. In addition, at least 50,000 linear feet of the product shall have been in successful service within the State of Arkansas for a minimum of five years. For a Contractor to be considered as Commercially Proven, the Contractor must satisfy all insurance, financial, and bonding requirements of the Owner, and must have had at least 5 (five) years active experience in the commercial installation of the product bid. In addition, the Contractor must have successfully installed at least 50,000 feet of the product bid in wastewater collection systems. Acceptable documentation of these minimum installations must be submitted to the Owner. Sewer rehabilitation products submitted for approval must provide Third Party Test Results supporting the long-term performance and structural strength of the • S ' product and such data shall be satisfactory to the Owner. No product will be approved without independent third party testing verification. Both the rehabilitation manufacturing and installation processes shall operate ' under a quality management system that Is third party certified to ISO 9001 or other internationally recognized organization standards. Proof of certification shall be required for approval. ' 3.1,4 MATERIALS • Tube - The sewn Tube shall consist of one or more layers of absorbent non -woven felt ' fabric and meet the requirements of ASTM F1216 or ASTM F1743, Section 5. The tube shall be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. ' • The wetout Tube shall have a uniform thickness that when compressed at installation pressures will meet or exceed the Design thickness. I. The Tube shall be sewn to a size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during inversion. Overlapped layers of felt in longitudinal ' seams that cause lumps in the final product shall not be utilized. • The outside layer of the Tube (before wetout) shall be coated with an impermeable, ' flexible membrane that will contain the resin and facilitate monitoring of resin saturation during the resin impregnation (wetout) procedure. • The Tube shall be homogeneous across the entire wall thickness containing no ' intermediate or encapsulated elastomeric layers. No material shall be included in the Tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. • The wall color of the interior pipe surface of CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. ' • Seams in the Tube shall be stronger than the unseamed felt. • The outside of the Tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturers name or identifying symbol. The tubes must be manufactured in the USA. ' • Resin - The resin system shall be a corrosion resistant polyester, vinyl ester, or epoxy and catalyst system that when properly cured within the tube composite meets the requirements of ASTM Fl 216 and ASTM F1743, the physical properties herein, and ' those which are to be utilized in the Design of the CIPP for this project. The resin shall produce CIPP which will comply with the structural and chemical resistance requirements of this specification. ' 3.1.5 STRUCTURAL REQUIREMENTS: • The CIPP shall be designed as per ASTM F1 216, Appendix Xl. The CIPP design shall assume no bonding to the original pipe wall. I [11 I. The CONTRACTOR must have performed long-term testing for flexural creep of the CIPP pipe material installed by his Company. Such testing results are to be used to determine the long-term, time dependent flexural modulus to be utilized in the ' product design. This is a performance test of the materials (Tube and Resin) and general workmanship of the installation and curing. A percentage of the instantaneous. flexural modulus value (as measured by ASTM D-790 testing) will be used in design calculations for external buckling. The percentage, or the long-term ' creep retention value utilized, will be verified by this testing. Values in excess of 50% will not be applied unless substantiated by qualified third party test data. The materials utilized for the contracted project shall be of a quality equal to or better ' than the materials used in the long-term test with respect to the initial flexural modulus used in Design. I. The Enhancement Factor 'K' to be used in 'Partially Deteriorated' Design conditions shall be assigned a value of 7. Application of Enhancement (K) Factors in excess of 7 shall be substantiated through independent test data. ' • The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If separation of the layers occurs during testing of field samples, new samples will be cut from the work. Any reoccurrence may cause rejection of the work. • The cured pipe material (CIPP) shall conform to the structural properties, as listed ' below. MINIMUM PHYSICAL PROPERTIES I I Cured Composite Properly Test Method per ASTM F 1216 (400k Resin Modulus of Elasticity ASTM D-790 (short term) 250,000 psi 400,000 psi Flexural Stress ASTM D-790 4,500 psi 4,500 psi • The required structural CIPP wall thickness shall be based as a minimum, on the physical properties above and in accordance with the Design Equations in the appendix of ASTM F 1216, and the following design parameters: Design Safety Factor = 2.0 ' Retention Factor for Long -Term Flexural Modulus to be used in Design = 1 % - 60% (as determined by Long -Term tests described in paragraph 5.2) Ovality* = 2% ' Enhancement Factor, k = See Section 5.3 Groundwater Depth (above invert)* = ft. Soil Depth (above crown)* = ft. ' Soil Modulus** = Psi Soil Density** = 120 pcf Live Load** = H20 Highway Design Condition (partially or fully deteriorated)*** _ *** * Denotes information which can be provided here or in inspection video tapes or project construction plans. Multiple line segments may require a table of values. ** Denotes information required only for fully deteriorated design conditions. *** Based on review of video logs, conditions of pipeline can be fully or partially deteriorated. 1 ' (See ASTM F1216 Appendix) The City will be sole judge as to pipe conditions and parameters utilized in Design. • Any layers of the tube that are not saturated with resin prior to insertion into the ' existing pipe shall not be included in the structural CIPP wall thickness computation. • Chemical Resistance - The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. CIPP samples for testing shall be of tube and resin system 'similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. I. Hydraulic Capacity - Overall, the hydraulic profile shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly ' accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. I I I I H I I I I I I I • CIPP Field Samples - When requested by the Owner, the CONTRACTOR shall submit test results from field installations in the USA of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified in Section 5.0 have been achieved in previous field applications. 3.1.6 INSTALLATION RESPONSIBILITIES FOR INCIDENTAL ITEMS • It shall be the responsibility of the City to locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. The City shall provide free access to water hydrants for cleaning, inversion and other work items requiring water. • Cleaning of Sewer Lines - The CONTRACTOR, when required, shall remove all internal debris out of the sewer line that will interfere with the installation of CIPP. The City shall provide a dumpsite for all debris removed from the sewers during the cleaning operation. Unless stated otherwise, it is assumed this site will be at or near the sewage treatment facility to which the debris would have arrived in absence of the cleaning operation. Any hazardous waste material encountered during this project will be considered as a changed condition. • Bypassing Sewage - The CONTRACTOR, when required, shall provide for the flow of sewage around the section or sections of pipe designated for repair. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The City may require a detail of the bypass plan to be submitted. • Inspection of Pipelines - Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by close circuit television. The interior of the pipeline shall be carefully inspected to determine the location of any conditions, which may prevent proper installation of CIPP into the pipelines, and it shall be noted so that these conditions can be corrected. A videotape and suitable log shall be kept for later reference by the City. I. 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 to make a ' point repair excavation to uncover and remove or repair the obstruction. • Public Notification - The CONTRACTOR shall make every effort to maintain service • usage throughout the duration of the project. In the event that a service will be out of ' service, the maximum amount of time of no service shall be 8 hours for any property served by the sewer. A public notification program shall be implemented, and shall as a minimum, require the CONTRACTOR to be responsible for contacting each ' home or business connected to the sanitary sewer and informing them of the work to be conducted, and when the sewer will be off-line. The CONTRACTOR shall also provide the following: ' Written notice to be delivered to each home or business the day prior to the • beginning of work being conducted on the section, and a local telephone number of the CONTRACTOR they can call to discuss the project or any problems which could arise. Personal contact with any home or business, which cannot be reconnected ' within the time, stated in the written notice. The CONTRACTOR shall be responsible for confirming the locations of all branch service connections prior to installing and curing the CIPP. 1 Installation - CIPP installation shall be in accordance with ASTM Fl 216, Section 7, or ASTM F 1743, Section 6, with the following modifications: Resin Impregnation - The quantity of resin used for tube impregnation shall be • sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the length of the felt tube, the point of vacuum shall be no further than 25 feet from the point of initial resin introduction. After vacuum in the tube is established, a vacuum point shall be no further than 75 feet from the leading edge of the resin. The leading edge of the resin slug shall be as near to perpendicular as possible. A roller system shall be used to uniformly distribute the resin throughout the tube. If the Contractor uses an alternate method of resin impregnation, the method must produce the same results. Any alternate resin impregnation method must be proven. ' Tube Insertion - The wetout tube shall be positioned in the pipeline using either inversion or a pull -in method. If pulled into place, a power winch should be ' utilized and care should be exercised not to damage the tube as a result of Pull- in friction. The tube should be pulled -in or inverted through an existing manhole or approved access point and fully extend to the next designated manhole or ' termination point. Temperature gauges shall be placed inside the tube at the invert level of each end to monitor the temperatures during the cure cycle. H I- Curing shall be accomplished by utilizing hot water under hydrostatic pressure in accordance with the manufacturer's recommended cure schedule. 3.1.7 REINSTATEMENT OF BRANCH CONNECTIONS: • All possible service connections will be externally reinstated by City forces except for those under North College Avenue (US 71 B) which will be reinstated by Contractor ' 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. Additional internal reinstatements by Contractor may be ' required if external excavation is deemed inappropriate by the City. The Contractor must provide with his bid demonstrated successful experience with internal reinstatement of services located on 6 -inch diameter sewer mains. 3.1.8 INSPECTION: ' • CIPP samples shall be prepared and physical properties tested in accordance with ASTM F1216 or ASTM F1743, Section 8, using either method proposed. The flexural properties must meet or exceed the values listed in Table 1 of the applicable ASTM. ' • Wall thickness of samples shall be determined as described in paragraph 8.1.6 of ASTM Fl 743. The minimum wall thickness at any point shall not be less than 87'/2% of the design thickness as calculated in paragraph 5 of this document. ' • Visual inspection of the CIPP shall be in accordance with ASTM F1 743, Section 8.6. 3.1.9 CLEAN-UP ' • Upon acceptance of the installation work and testing, the CONTRACTOR shall restore the project area affected by the operations to a condition at least equal to that existing prior to the work. 3.2 CURED -IN -PLACE LATERAL RECONSTRUCTION FROM MAINLINE ' 3.2.1 INTENT: It is the intent of this portion of the specification to provide for the reconstruction of ' service lateral sanitary sewer lines, normally without excavation, by the installation of a resin impregnated, flexible, non -woven felt tube inverted into the existing service ' lateral utilizing a pressure apparatus positioned in the mainline pipe. Curing shall be accomplished by circulating hot water or other approved method to cure the resin into a hard impermeable cured -in -place pipe liner. When cured, the liner should ' extend over the length of the inversion in a continuous tight -fitting, watertight pipe - within -a -pipe to effect a junction with the mainline reconstructed pipe. I I I 3.2.2 REFERENCE SPECIFICATIONS: • This specification references ASTM test methods which are made a part hereof by such reference and shall be the latest edition and revision thereof. 3.2.3 GENERAL CORROSION REQUIREMENTS: • The finished cured -in -place pipe shall be fabricated from materials which when cured will be chemically resistant to withstand internal exposure to domestic sewage. I. All constituent materials will be suitable for service in the environment intended. The final product will not deteriorate, corrode or lose structural strength that will reduce the projected product life. I. In industrial areas subject to possible flows other than domestic sewage, the City shall obtain samples of the dry weather sewage flow to be analyzed for chemical content. This analysis shall be supplied to the Contractor for his information. ' 3.2.4 CURED -IN -PLACE PIPE MATERIALS: ' • The liner shall be fabricated to a size that when installed will neatly fit the internal circumference of the conduit specified by the City. Allowance shall be made for circumferential stretching during insertion. ' • The minimum length shall be that deemed necessary by the Contractor to effectively span the distance from the lateral connection at the main to the desired termination location in the service lateral pipe. For the purpose of this specification, 'the termination point shall be a distance within 18 inches of the intersection of the resident cleanout at the property line. The Contractor shall verify the lengths in the field before impregnation. ' • Unless otherwise specified, the Contractor shall furnish a specially designed, unsaturated, polyester resin and catalyst system compatible with the cured -in -place 1 process that provides cured physical strengths specified herein. 3,2,5 PHYSICAL STRENGTH: ' The structural performance of the finished pipe must be adequate to accommodate all anticipated loads. throughout its design life. No cured -in -place ' pipe reconstruction technology will be allowed that requires bonding to the existing pipe for any part of its structural strength. Only resin vacuum impregnation will be allowed. If reinforcing materials (fiberglass, etc.) are used, the reinforcing material ' must be fully encapsulated within the resin to assure that the reinforcement is not exposed, either to the inside of the pipe or at the interface of the CIPP and the existing pipe. I. Design methods are to be derived from traditionally accepted pipe formulae for various loading parameters and modes of failure. All equations will be modified to include ovality as a design parameter. The design method shall be submitted to the ' Engineer for approval prior to installation. Ii I. The cured -in -place pipe shall conform to the minimum structural standards as listed below: PROPERTY ASTM Standard RESULTS Flexural Stress ASTM D 790 4,500 psi Flexural Modulus of Elasticity ASTM D 790 250,000 psi NOTE TO DESIGNER: Values shown are for commonly used polyester resins in the United States at the time of ' this writing. Values for non -typical polyesters, vinyl esters, and epoxies should be substituted when applicable. Unless otherwise specified, these values shall be supported using lab test samples. 3.2.6 DEVIATIONS: • The CONTRACTOR shall submit his price proposal for the appropriate length, diameter ' and thickness designated in the proposal section. The deterioration of service laterals is an ongoing process. Should pre -construction inspections reveal the service laterals to be in substantially different conditions than those in the design ' considerations, the CONTRACTOR shall request such changes in liner thickness, supporting such request with design data. The deviation, if approved, shall be reflected by the appropriate addition or reduction in the unit cost for that size as shown in the optional portion of the proposal section. 3.2.7 INSTALLATION PREPARATIONS: • The following installation procedures shall be adhered to unless otherwise approved by the City's representative. I. Access - The City shall ensure that a clean out or access point exists at or beyond the termination point of the length of service lateral to be rehabilitated, to allow for the passage of the required cleaning and video equipment. The point of access ' shall be constructed of materials which provide a four inch (4") minimum diameter circular opening. '• Safety - The CONTRACTOR shall carry out his operations in strict accordance with all applicable OSHA standards. Particular attention is drawn to those safety requirements involving entering confined spaces. I. Cleaning of Sewer Line - It shall be the responsibility of the CONTRACTOR to verify, prior to installation, that all internal debris has been removed from the sewer line. Internal debris consists of broken pipe sections, roots, loose gravel, etc. • Inspection of Pipelines - Inspection of pipelines shall be performed by experienced personnel trained in locating breaks and obstacles by closed circuit television. The interior of the pipeline shall be carefully inspected to determine the location of any conditions which may prevent proper installation of the lateral liner into the pipelines, and it shall be noted so that these conditions can be corrected. A videotape and ' suitable log shall be kept for later reference by the City. • Bypassing Sewage - The CONTRACTOR, when required, shall provide for the flow of sewage around the section or sections of mainline pipe where the service lateral i J ' designated for lining is located. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and ' size to handle the flow. • It is required that the service lateral be inactive during the time of installation. This is normally accomplished by turning off the homeowner's services or requesting that ' the homeowner relinquish using his services during the period of installation. • Line Obstructions -. It shall be the responsibility of the CONTRACTOR to clear the line of obstructions such as solids, dropped joints, roots or collapsed pipe that will prevent the insertion of the cured -in -place liner. If inspection reveals an obstruction that cannot be removed by conventional sewer cleaning equipment, then the City shall ' make a point repair excavation to uncover and remove or repair the obstruction. • The mainline pipe opening shall be prepared to accept the lateral CIPP and the mainline reconstructed pipe shall be maximized to obtain the best possible connection. 3.2.8 INSTALLATION OF LATERAL LINING ' • The CONTRACTOR shall designate a location where the liner will be vacuum impregnated prior to installation. The CONTRACTOR shall allow the City's ' representative to inspect the materials and "wet -out" procedure. A catalyst system compatible with the resin and liner shall be used. • The wet -out liner shall be loaded inside a pressure apparatus above ground. The ' pressure apparatus, with an end attached to a robotic device, shall be winched through the mainline pipe to the service connection. The robotic device, together with a television camera, will be used to position the pressure apparatus' inversion ' elbow at the service connection opening. Air pressure, supplied to the pressure apparatus through an inversion hose, shall be used to invert the wet -out liner through the lateral pipe. The inversion head will be adjusted to be of sufficient pressure to cause the impregnated liner to invert completely in the lateral pipe and hold the tube tight to the pipe wall. Care shall be taken during the curing process so as not to overstress the Insitutube. • Curing - In most circumstances, an accelerated ambient -temperature curing resin system will be utilized. However, if a heat cure is required, the CONTRACTOR shall supply a suitable heat source and water recirculation equipment. The equipment shall be capable of delivering hot water or other approved heating medium throughout the section by means of a pre -strung hose to uniformly raise the water temperature above the temperature required to effect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed. • If a heat cure is required, the heat source shall be fitted with suitable monitors to ' gauge the temperature of the incoming and outgoing water supply. Water temperature in the line during the cure period shall be recommended by the resin manufacturer. • Initial cure shall be deemed to be completed when inspection of the exposed portions of the cured in place pipe appear to be hard and sound and the LI ' temperature gauge indicates that the temperature is of a magnitude to realize an exotherm. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the installation process. I. Cool -down - The CONTRACTOR shall cool the hardened cured in place pipe to a temperature below 100°F before relieving the pressure in the pressure apparatus. Cool -down may be accomplished by the introduction of cool air into the pressure ' apparatus to replace water being forced out of the pressure apparatus. Care shall be taken to maintain proper pressure throughout the cure and cool -down period. I. Finish - The finished CIPP shall be continuous over the entire length of an inversion run and be free of dry spots, lifts, and delamination. The lateral CIPP shall not inhibit the closed circuit television post video inspection of the mainline or service lateral pipes. I. During the warranty period, any defects which will affect the integrity or strength of the cured -in -place liner shall be repaired at the CONTRACTOR's expense in a manner mutually agreed upon by the Owner and the CONTRACTOR. ' After the work is completed, the CONTRACTOR will provide the Owner with a videotape showing the completed work including the restored conditions. ' 3.2.9 CLEAN-UP: • Upon acceptance of the installation work, the CONTRACTOR shall reinstate the 1 project area affected by his operations. 3.2.10 PAYMENT: ' Payment for the work included in this section will be in accordance with the prices set forth in the proposal for the quantity of work performed. ' 3.3 CURED -IN -PLACE LATERAL RECONSTRUCTION FROM CLEANOUT OR ACCESS PIT ' 3.3.1 INTENT: It is the intent of this portion of the specification to provide for the reconstruction of ' service lateral sanitary sewer lines, normally without excavation, by the installation of a resin impregnated, flexible, non -woven felt tube. The resin -impregnated tube shall be installed in the existing service lateral utilizing a pull rope or a push rod. The curing ' method shall be suitable for the selected resin, such that the resin produces a hard, impermeable cured -in -place pipe liner. When cured, the liner should extend throughout the initially defined and agreed upon length in a jointless, continuous, • tight -fitting, watertight pipe -within -a -pipe to effect a junction with the mainline • reconstructed pipe. • 3.3.2 REFERENCE SPECIFICATIONS: • This specification references ASTM test methods which are made a part hereof by such reference and shall be the latest edition and revision thereof. I 3.3.3 GENERAL CORROSION REQUIREMENTS: The finished cured -in -place pipe shall be fabricated from materials, which when cured will be chemically resistant to withstand internal exposure to domestic sewage. ' • All constituent materials will be suitable for service in the environment intended. The final product will not deteriorate, corrode or lose structural strength that will reduce ' the projected product life. • In industrial areas subject to possible flows other than domestic sewage, the City shall obtain samples of the dry weather sewage flow to be analyzed for chemical ' content. This analysis shall be supplied to the CONTRACTOR for his information. 3.3.4 CURED -IN -PLACE MATERIALS: ' The liner shall be fabricated to a size that when installed will neatly fit the internal circumference of the conduit specified by the City. Allowance shall be made for circumferential stretching during insertion. • The minimum length span the distance from the cleanout or access pit to the lateral connection at the main. The CONTRACTOR shall verify the lengths in the field before 'impregnation. • Unless otherwise specified, the CONTRACTOR shall furnish a specially designed, ' unsaturated, polyester resin and catalyst system compatible with the cured -in -place • process that provides cured physical strengths specified herein. ' 3.3.5 PHYSICAL STRENGTH: • The structural performance of the- finished pipe must be adequate to accommodate all anticipated loads throughout its design life. No cured -in -place pipe reconstruction technology will be allowed that requires bonding to the existing pipe for any part of its structural strength. Only resin vacuum impregnation will be I. allowed. If reinforcing materials (fiberglass, etc.) are used, the reinforcing material must be fully encapsulated within the resin to assure that the reinforcement is not exposed, either to the inside of the pipe or at the interface of the CIPP and the • ' existing pipe. Design methods are to be derived from traditionally accepted pipe formulae for various loading parameters and modes of failure. All equations will be modified to include ovality as a design parameter. The design method shall be submitted to the Engineer for approval prior to the pre -bid conference. • The cured -in -place pipe shall conform to the minimum structural standards as listed below: ' PROPERTY ASTM Standard RESULTS Flexural Stress ASTM D 790 4,500 psi Flexural Modulus of Elasticity ASTM D 790 250,000 psi j I NOTE TO DESIGNER: ' Values shown above are for commonly used polyester resins in the United States at the time of this writing. Values for non -typical polyesters, vinyl esters, and epoxies should be substituted when applicable. Unless otherwise specified, these values shall be supported using lab test samples. 3.3.6 DEVIATIONS: ' • The CONTRACTOR shall submit his price proposal for the appropriate length, diameter and thickness designated in the proposal section. The deterioration of service ' laterals is an ongoing process. Should pre -construction inspections reveal the service laterals to be in substantially different conditions than those in the design considerations, the CONTRACTOR shall request such changes in liner thickness, ' supporting such request with design data. The deviation, if approved, shall be reflected by the appropriate addition or reduction in the unit cost for that size as shown in the optional portion of the proposal section. 3.3.7 INSTALLATION PREPARATIONS: ' • The following installation procedures shall be adhered to unless otherwise approved by the City's representative. • Access - The City shall ensure that a clean out or access point exists at or beyond ' the termination point of the length of service lateral to be rehabilitated, to allow for the passage of the required cleaning and video equipment and the pull -in of the impregnated tube. The point of access shall be constructed of materials which 'provide a four inch (4") minimum diameter circular opening. • Safety - The CONTRACTOR shall carry out his operations in strict accordance with all applicable OSHA standards. Particular attention is drawn to those safety requirements involving entering confined spaces. • Cleaning of Sewer Line - It shall be the responsibility of the CONTRACTOR to verify, ' prior to installation, that all internal debris has been removed from the sewer line. Internal debris consists of broken pipe sections, roots, loose gravel, etc. ' • Inspection of Pipelines - Inspection of pipelines shall be performed by experienced personnel trained in locating breaks and obstacles by closed circuit television. The interior of the pipeline shall be carefully inspected to determine the location of any ' conditions which may prevent proper installation of the lateral liner into the pipelines, and it shall be noted so that these conditions can be corrected. A videotape and suitable log shall be kept for later reference by the City. I. Bypassing Sewage - The CONTRACTOR, when required, shall provide for the flow of sewage around the section or sections of mainline pipe where the service lateral designated for lining is located. The bypass shall be made by plugging the line at Ian existing upstream manhole and pumping the flow into a downstream manhole or • adjacent system. The pump and bypass lines shall be of adequate capacity and • size to handle the flow. I J • It is required that the service lateral be inactive during the time of installation. This is tnormally accomplished by turning off the homeowner's services or requesting that the homeowner relinquish using his services during the period of installation. ' • Line Obstructions - It shall be the responsibility of the CONTRACTOR to clear the service lateral line of obstructions such as solids, dropped joints, roots or collapsed pipe that will prevent the insertion of the cured -in -place pipe. If inspection reveals an obstruction that cannot be removed by conventional sewer cleaning equipment, then the City shall make a point repair excavation to uncover and remove or repair the obstruction. ' 3.3.8 INSTALLATION OF CURED -IN -PLACE LATERAL LINING • The CONTRACTOR shall designate a location where the liner will be vacuum impregnated prior to installation. The CONTRACTOR shall allow the City's representative to inspect the materials and "wet -out" procedure. A catalyst system compatible with the resin and liner shall be used. ' • The wet -out liner shall be attached to a pull cable strung from the lateral through the main line and to the downstream manhole. The liner is then pulled through the ' lateral until the liner end reaches the required location. The liner is then inflated with water, air or other appropriate medium to fully expand the liner and press it firmly against the walls of the existing lateral pipe. I. Curing - In most circumstances, an accelerated ambient -temperature curing resin system will be utilized, however if a heat cure is required, the CONTRACTOR shall supply a suitable heat source and water recirculation equipment.. The equipment shall be capable of delivering hot water or other approved heating medium throughout the section by means of a pre -strung hose to uniformly raise the water temperature above the temperature required to effect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed. If a heat cure is required, the heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Water ' temperature in the line during the cure period shall be recommended by the resin manufacturer. I. Initial cure shall be deemed to be completed when inspection of the exposed portions of the Insitupipe appear to be hard and sound and the temperature gauge indicates that the temperature is of a magnitude to realize an exotherm. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the installation process. • Cool -down - The CONTRACTOR shall cool the hardened Insitupipe to a temperature below 100°F before relieving the pressure in the pressure apparatus. Cool -down may be accomplished by the introduction of cool air into the pressure apparatus to replace water being forced out of the pressure apparatus. Care shall be taken to maintain proper pressure throughout the cure and cool -down period. • Finish - The finished CIPP shall be continuous over the entire length of an inversion run and be free of dry spots, lifts, and delamination. The lateral CIPP shall not inhibit the ' closed circuit television post video inspection of the mainline or service lateral pipes. I I I. During the warranty period, any defects which will affect the integrity or strength of the cured -in -place liner shall be repaired at the CONTRACTOR's expense in a manner mutually agreed upon by the City and the CONTRACTOR. I. After the work is completed, the CONTRACTOR will provide the City with a videotape showing the completed work including the restored conditions. ' 3.3.9 CLEAN-UP: • Upon acceptance of the installation work, the CONTRACTOR shall reinstate the project area affected by his operations. 3.3.10 PAYMENT: • Payment for the work included in this section will be in accordance with the prices set forth in the proposal for the quantity of work performed. ' 3.4 CURED -IN -PLACE PIPE FOR TRENCHLESS PIPELINE POINT REPAIR 3.4.1 INTENT • It is the intent of this Specification to provide for the reconstruction of short lengths of pipelines and conduits by the installation of a resin -impregnated flexible Tube which is inflated in a short length of the pipeline to form a hard, impermeable, corrosion - resistant pipe within a pipe. When cured, the cured -in -place -pipe (CIPP) will be formed to the original conduit. This reconstruction process can be used in a variety of gravity applications such as sanitary sewers and storm sewers. • This is a standard Specification and may require modification for specific job conditions. ' 3.4.2 PREQUALIFICATION • Only bids from pre -qualified products and contractors will be read. Bids submitted on ' products or from contractors that hove not been pre -qualified will be returned unopened. The contractor and the proposed method of reconstruction shall be clear' and legibly identified on the bid envelope. 3.4.3 MATERIALS I. Tube - The Tube should consist of one or more layers of flexible needled felt, sewn to the prescribed circumference and length. It shall be capable of carrying resin, withstanding installation pressures and curing temperatures. The Tube should be compatible with the resin system used. The Tube shall be sewn to a size that, when installed, will form to the internal circumference of the original pipe. Allowance should be made for circumferential stretching during installation. I. Resin - A corrosion resistant, unsaturated, styrene -based, thermoset resin and catalyst system or an epoxy resin and hardener that is compatible with the installation process should be used. The CIPP can be expected to have as a minimum structural properties given in Table 1. 11 I I I I TABLE 1. Structural Properties Property Test Method Minimum Value* Flexural Strength D790 4,500 psi Flexural Modulus D790 250,000 psi . Note - ine values are considered minimum for field inspection. The purchaser should consult the Contractor for the particular resin system to be used for the long-term design properties. 3.4.4 STRUCTURAL REQUIREMENTS • The CIPP shall be designed as per ASTM F1216, appendix X.1, taking into consideration the condition of the existing pipe. 3.4.5 INSTALLATION ' • The Tube shall be thoroughly wetout with the catalyzed resin using a vacuum impregnation process. If the repair section is over 25 ft. in length, an immediate vacuum point shall be established and closed when the resin approaches that point. • The Tube shall be property oriented and loaded into the Carder Train for proper installation over the repair area. I. The Carrier Train shall be winched to the damaged area and positioned by Closed Circuit TV camera guiding the installation. The installation shall follow the manufacturer's recommended procedures for inflation and curing of the repair. ' 3.4.6 TESTING REQUIREMENTS • Hydraulic Capacity - Calculations must support that the finished CIPP point repair will allow for at least 100% of the full flow capacity of the original host pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the original pipe material. A typical roughness coefficient for the CIPP product is 0.010. ' 3.4.7 INSPECTION I. The installation may be inspected visually if appropriate, or by closed-circuit television. Variations from true line and grade may be inherent because of the conditions of the original piping. • The finished CIPP should be continuous over the length of the repair area plus no less than six inches on either side extending into structurally sound pipe. 3.4.8 CLEAN-UP • Upon acceptance of the installation work and testing, the Contractor shall reinstate the project area affected by the operations. I I I I I I 3.5 I I I I I I I I I I I I I I I I 3.4.9 PAYMENT • Payment for the work included in this section 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. CLEANING AND INTERNAL TELEVISION INSPECTION OF EXISTING SANITARY SEWERS 3.5.1 GENERAL • This section includes provision of cleaning operations, inspection, and closed circuit television monitoring operations, and all associated work for the sizes and lengths of sewers encountered. Cleaning, debris/solids/root removal, and internal television before and after the installation of CIPP is considered subsidiary to the cost for installing the CIPP liner. No additional payment will be made for this item. All sewers to be inspected shall be cleaned as hereinafter specified except when cleaning is not directed by the CITY. - It is not required that television inspection be provided by the CONTRACTOR during the cleaning operation. However, he may do so at his own expense. - CONTRACTOR's cleaning operations and line inspections are generally limited to 7:00 a.m. to 5:00 p.m. on Monday through Friday except holidays unless previously approved by CITY. - CONTRACTOR shall provide traffic control personnel during operations to maintain safety of all personnel and public traffic maintenance. Contractor shall plug each sewer segment and allow to drain prior to performing internal inspection if flow levels exceed 30 percent of pipe diameter If the specified low flow levels are not achievable using flow through plugs or by scheduling inspection during low flow hours, the CITY may authorize the inspection above these flow levels. The CONTRACTOR shall be responsible for any backups in the sanitary sewer system caused by the cleaning and/or TV operation. Any damage to property, both public and private, including but not limited to backup into homes, businesses, etc., shall be repaired, cleaned or replaced to the satisfaction of the owner of such property at no cost to the CITY. 3.5.2 MATERIALS Equipment General The CONTRACTOR shall allow CITY to become familiar with CONTRACTOR's equipment before commencement of work. Cleaning Equipment (1) The CONTRACTOR shall provide all equipment necessary for proper flushing and cleaning of the sewers in the sizes indicated prior to television inspection. Hydraulic high pressure sewer cleaners used for sanitary sewer cleaning shall be specifically designed and constructed for such cleaning. The sewer cleaner shall have a minimum usable water capacity of 600 gallons and a pump capable of delivering at least 30 gallons per minute (gpm) at 1,000 psi. Pressure to the nozzle shall be regulated by a relief (4) Unless other methods are authorized by the CITY, light hydraulic cleaning shall be performed for all main sewers to be inspected. Three attempts shall be made, if necessary, by the CONTRACTOR unless directed otherwise ' by the CITY. If the line is still not suitable for TV inspection, then heavy cleaning shall be recommended to CITY. (5) Remove all sludge, dirt, sand, grease, roots, rocks, gravel, and other ' materials from the pipe and collect and remove resulting debris from the downstream manhole of the sewer section being cleaned. Passing material from sewer section to sewer section will not be permitted. An ' approved dam or weir shall be constructed in the downstream manhole in such a manner that debris and solids will be trapped and retained. (b) Roots shall be removed in the sections designated by the CITY where root ' intrusion is a problem. Special precautions should be exercised to assure removal of visible roots form the joint area which could hinder normal flow or interfere with any rehabilitation or repair techniques that may be I. performed. The use of mechanical devices such as kites, balls, rodding machines, root cutters, porcupines, and hydraulic procedures such as high-pressure jet cleaners shall be used, as required. This work will be ' documented with videotape, before and after removal of the roots, as directed by the CITY. Disposal of Debris (1) Under no circumstances shall sewage or solids be dumped onto the ground surface, street or into ditches, catch basins or storm drains. (2) All solids or semi -solids resulting from the operations shall be removed from the site by the CONTRACTOR unless authorized or directed otherwise by the CITY. Trucks hauling solids or semi -solids from the site shall be watertight so that no leakage or spillage will occur. (3) Disposal will be the responsibility of the CONTRACTOR. Re -cleaning If a pipeline is found not to be properly cleaned (by visual inspection, tape review, ' or field analysis) in the opinion of the CITY, the television equipment shall be removed and the sewer re -cleaned at no expense to the CITY. • Inspection Operations Camera Work (1) When the CITY directs that no cleaning shall be performed prior to the • inspection and stringing the line is required, the CONTRACTOR shall string the line by approved means so as not to disturb the existing sewer line conditions. (2) The inspections shall be done one sewer section at a time. The section being inspected shall be isolated from the remainder of the sewer in a manner approved by the CITY. Such method will include plugging all upstream flow if necessary. Plugs shall be secure to remain in place and operations conducted to prevent backflow into buildings. (3) The camera shall be inserted in the upstream manhole of the line segment and moved through the line at a uniformly slow rate (maximum 30 feet/minute), stopping at defective joints, all defects and each service connection to allow adequate evaluation by CITY. In addition, the pan/tilt I valve adjustable from 0 to 1,500 psi minimum. The equipment will be subject to approval by the CITY. (2) Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. Sewers damaged as a result of the CONTRACTOR's operations shall be promptly repaired by the CONTRACTOR at no cost to the CITY. (3) All equipment, devices, and tools required for this contract shall be owned (or leased) and operated by the CONTRACTOR. Television Equipment ' (1) The television cameras used for the inspection shall be specifically designed and constructed for such inspection and shall provide a color picture. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe, acceptable to the CITY. The camera shall be operative in 100 percent humidity conditions, have 360° rotate and 290° pan capability, a minimum of 3 lux light capability, and shall have a minimum of 600 line resolutions. The camera equipment must have the capability of being mounted on skids and winched through the sewer lines if required by the condition of the lines. The CONTRACTOR shall also provide a color mini -camera based closed circuit television inspection system. This system will be used to remotely inspect service laterals from the cleanout. Picture quality should be of a degree of quality to allow a thorough evaluation of service lateral condition. (2) Cassette recording equipment will be required for all videotaping. The video tapes that will be provided to CITY shall be VHS format. The CONTRACTOR shall also deliver the video in CD format that can be read on most CDROMs. (3) The CONTRACTOR shall provide equipment for viewing of the inspection as it takes place. Cleaning Operation 1. Cleaning Sewers (1) Existing flows shall not be interrupted for periods longer than one hour. Sewage diverted during cleaning operations shall be returned to the sanitary system and not discharged into the streams or storm drain system. Cleaning of these sewers may be by means of hydraulic high pressure jetting or other equipment as needed. (2) Jet machines may be refilled from fire hydrants in a manner acceptable to the CITY The CONTRACTOR is responsible for any adverse impact on the water distribution system resulting from his filling operations. Water will be available at no cost to the CONTRACTOR from fire hydrants acceptable to the CITY. A backflow prevention valve is required on CONTRACTOR's equipment during filling operations. (3) Cleaning shall generally be performed prior to closed circuit television inspection. The cleaning operations shall be conducted no more than 48 hours in advance of television inspection of the sewer line. ' feature of the camera shall be utilized at each service connection and lateral to provide a clear picture for determination of condition by the CITY , and whether the line is plugged or active. If the line segment to be televised has a cleanout on the upstream end, then the inspection will begin at the downstream manhole. (4) If progress of the television camera is impeded or stopped by roots in the sewer reach being inspected, the camera shall be withdrawn, at the direction of the CITY. The camera shall then be reinserted at the other manhole of the, sewer reach and the television inspection resumes. If the 1 camera is stopped by roots or debris that, in the opinion of the CITY, should have been removed by the cleaning operation, the camera shall be removed and the line re -cleaned at no additional cost to the CITY. Once 1 the re -cleaning is complete, the CONTRACTOR shall televise the line segment. The cost to re -televise is considered subsidiary to the work and paid for one time at the unit cost per foot of pipe actually televised. (5) Other obstruction may be encountered during the course of the internal inspection that prevent the travel of the camera. Should an obstruction not be passable, the CONTRACTOR shall withdraw the equipment and begin internal inspection from the opposite end of the sewer reach. Should additional obstructions be encountered after the re-employment and no means are available for passing the obstruction without damage to the equipment, then the remaining sections of the sewer not inspected shall be excluded from the work requirements of the contract. Cost related to difficulties encountered during internal inspections will not be measured for payment nor constitute additional cost to the Contract Price, but will be considered as incidental to the contract. (6) The CITY will provide for removal of equipment that may become lodged in the sanitary sewer line unless CITY is requested not to inspect a specific sanitary sewer segment. The CITY is not responsible for damage of the television (TV) camera and its associated equipment during the retrieval ' process. Viewing Telephones, portable radio, CB, walkie talkies, or other electronic means of ' communications must be set where voice or manual communications is not feasible. The CONTRACTOR shall provide facilities for the purpose of viewing the monitor while the inspection is in progress. Record Logs (1) Measurement for location of defects in sewer mains shall be at the ground level by means of a meter device. Marking on cable or the like which ' requires interpolation for depth of manhole will not be allowed. Measurement meters shall be accurate to 0.2 feet. A measuring, target In front of the television camera shall be used as an exact measurement reference point, and the meter reading shall show this exact location of the measurement reference point. The first feature out of the manhole or cleanout will be measured and used as the initial reference point. If a buried manhole is encountered during the internal TV inspection, the footage will be reset to zero and that segment shall be treated as a new I I I I I 1l L I J L I I I I 7 (2) (3) (4) (6) (7) line segment. The CITY's field representative shall instruct the CONTRACTOR on the numbering procedure for this new manhole. The CONTRACTOR shall furnish all cassette video equipment and cassette video tape film for cassette video tape recording. No reel to reel video recording equipment or tapes will be permitted. In the course of inspection, all sewer sections will be videotaped in their entirety. Defects shall be described and quantified verbally on the video tapes by the CONTRACTOR. Where appropriate, existing landmarks shall be identified. The cassette video tapes will be reviewed by the CITY for focus, lighting, clarity of view, and technical quality. The CONTRACTOR shall maintain sharp focus, proper lighting, and clear, distortion free viewing during the camera operations. The CONTRACTOR shall maintain plugging and eliminate steam in the line for the duration of the inspection. Failure to maintain these conditions will result in rejection of the videotape by the CITY. Any sewer line whose video is not acceptable to the CITY will be re - televised at no expense to the CITY. Each individual cassette video tape shall be property labeled by the CONTRACTOR prior to submittal to the CITY. The label shall list the CITYs sewer line segment number, data, CITY/OWNER, name of CONTRACTOR, and tape number. Each setup shall be described visually (by superimposing a descriptive .caption on the video tape recording which identifies critical information) and described audibly on the video tape recording, both at the initiation and at the conclusion of the setup. The line segment shall be described by the CITY's segment number which includes both basin and manhole numbers. The video counter number shall be voiced on the video tape recording and written on the record logs both at the initiation and conclusion of each setup. In addition, the video counter number and a brief description of all service laterals, cleanouts, and defects shall be audibly indicated on the video tape recording. A printed report shall be furnished for each line segment televised. The report will contain the location of service laterals, the status of the laterals, location of cleanouts, the status of the cleanouts and the location and description of any defects. I E1 'J I I BIDDER'S PROPOSAL I 1 L I I I I I I I I I H I I'. 1 1 1 1 1 1 I. 1 1 I 1 4.0 BIDDER'S PROPOSAL 4.1 ITEMIZED DESCRIPTION OF BID PRICING TO: City of Fayetteville Fayetteville, Arkansas GENTLEMEN: 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. ITEM NO. UNIT DESCRIPTION QUANTITY UNIT PRICE UNR TOTAL 1 LF 6" x 4.5mm trenchless rehabilitation by CIPP of 3,500 existing sewer pipe mainline, complete in place for the sum of THIRTY-FOUR Dollars and NO Cents per linear foot. $ 3a nn $119,000.00 2 LF 8" x 6.Omm trenchless rehabilitation by CIPP of 1,500 existing sewer pipe mainline, complete in place for the sum of THIRTY-SIX Dollars and NO Cents per linear foot. $36.00 $54,000.00 3 LF 10 x 6.Omm trenchless rehabilitation by CIPP of 500 existing sewer pipe mainline, complete in place for the sum of FORTY Dollars and NO Cents per linear foot. $40.00 $20,000.00 4 LF 17 x 6.Omm trenchless rehabilitation by CIPP of 500 existing sewer pipe mainline, complete in place for the sum of FORTY-TWO Dollars and FIFTY Cents per linear foot. $42.50 $21,250.00 5 LF 15' x 7.5mm trenchless rehabilitation by CIPP of 100 existing sewer pipe mainline, complete in place for the sum of FIFTY-FIVE Dollars and Nn Cents per linear foot. $ 55.00 15, Snn _ no 6 LF 18' x 9mm trenchless rehabilitation by CIPP of 100 existing sewer pipe mainline, complete in place for the sum of SEVENTY Dollars and Nn Cents per linear foot. $ 70.00 $7,000.00 7 EA Internal reinstatement of Service Laterals for the 60 sum of ONE HUNDRED Dollars and NO cents each. 1:100.00 17, non.on 8 EA Trenchless rehabilitation by CIPP of existing 4' Service Lateral for the sum of ThSUSAND Dollars 30 and NO cents each. $z,000.oQ $60,000.ao I • • I I I I I I I I I I I H I I ITEM NO. UNIT DESCRIPTION QUANTITY UNIT PRICE UNIT TOTAL 9 EA Standard Mobilization (within 15 working days) for 2 the sum of F I FTEEN HUNDRED dollars and NO cents each. $1,500.00 $3,000.00 10 EA Emergency Mobilization (within 3 working days) 1 for the sum of TWENTY-FIVE HUNDRED dollars and NO cents each. $2,500.OQ $2,500.00 11 EA CIPP Point Repair, 6' - 12Diameter, 10 LF 5 for the sum of TWO THOUSAND _dollars and NO cents each. $2,000.00 $10,000.00 TOTAL BID AMOUNT $ 308, 250.00 THREE HUNDRED EIGHT THOUSAND. TWO HUNDRED FIFTY DOLLARS AND NO CENTS (In Writing) I I J J I I Ti H I C I I I I J I J 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 here 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. The bidder understands that the City 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 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 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 a bids, that he agrees to do the work, and that no representation made by the City 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 quintupficate, 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 ($5%) is to become the property of the City if a cashiers 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. RESPECTFULLY SUBMITTED Bidder Insituform Technologies, Inc. Seal / 9C,WM IIiIF Gerald Addington Vice President -Project Managemen Business Address 702 Soirit 40 Park Drive Chesterfield, Missouri 63005 Telephone Number 636-530-8000 FAX Number 636-530-0751 Arkansas Contractors License Number 0072030403 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 ' 4.2 GENERAL INFORMATION • Representatives from the CITY 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, the CONTRACTOR shall start work on the project within ten (10) working days. In the event of an Emergency Response project, the CONTRACTOR shall start work on the project t within three (3) working days of notification by the CITY, and the CONTRACTOR and Owner shall agree to a final cost for the project no later than 24 hours after the completion of the project. • 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. 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'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 restoraflorvreplacement of all damaged private and public property, etc. POST LINING VIDEOTAPING • After lining, the CONTRACTOR shall provide the City television results of the lining showing all taps made upon the new line. Upon completion of the videotaping, a CD -format copy shall ' be supplied to the CITY. UTILITIES COORDINATION I. 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. I I I I I 1 • • I I CONTRACT AND BOND DOCUMENTS C I I I I I 1 I I I i I I ' NOTICE • THE FOLLOWING BLANK SPACES IN THE CONTRACT AND BONDS ARE NOT TO BE FILLED IN BY THE BIDDER AT THE TIME ' OF SUBMITTING HIS PROPOSAL. THE CONTRACT AND BOND FORMS ARE SUBMITTED AT THIS TIME TO FAMILIARIZE THE • BIDDER WITH THE FORM OF CONTRACT AND BONDS, WHICH THE SUCCESSFUL BIDDER WILL BE, REQUIRED TO EXECUTE. I C C I I I I I I I I I I I I 1 1 1 1 1 1 I 1 5,0 CONTRACT AND BOND DOCUMENTS 5.1 AGREEMENT TERM MAINTENANCE CONTRACT FOR SEWER MAINLINE REHABILITATION THIS AGREEMENT, made this 4th day of December 2002 by and between the Cityof Fayetteville, Arkansas, and Insituform Technologies, Inc. doing business as a Corporation, hereinafter called Contractor", WITNESSETH: Thai for and in consideration of the payments and agreements hereinafter mentioned: 1. The Contractor will commence and complete the projects selected for rehabilitation under this Term Maintenance Contract at the City of Fayetteville, Arkansas and all incidental and ancillary work in accordance with the conditions and at the prices stated in the Bid Proposal which are a part of these Contract Documents attached hereto and made a part hereof. 2. The Contractor will furnish all materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the projects selected for rehabilitation. 3. The Contractor will commence the work required under this term maintenance contract for the rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas in a timety mamer as projects are selected. The Contractor shall furnish City of Fayetteville a timeline for each project as preparation for the work begins. 4. The timeline for this contract shall end December 31, 2003. Upon approval of the City of Fayetteville, the contract may be extended on a yearly basis for up to four years. 5. The Contractor shall be entitled to receive up to Two Hundred Thousand Dollars ($200,000). City of . Fayetteville is under no obligation to purchase a minimum amount of any item awarded and City of Fayetteville may choose to purchase more, less, or none of the rehabilitation, depending upon its needs. This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in -place pipe method. The City of Fayetteville will pay the Contractor in the manner and at such times as set forth in the General Conditions such amounts, as required by the Contract Documents. 6. The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown In the Bid Proposal. 7. The term Contract Documents" means and includes the Advertisement for Bids, Information for Bidders, Technical Specifications, Bid Proposal, Agreement, General Conditions, Performance Bond, Payment Bond, Notice of Award, Notice to Proceed, Change Orders and Addenda prepared or Issued by the City of Fayetteville. 8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 9. It is mutually agreed that should It appear to the City of Fayetteville or to the Authorized Agent in charge, ' at any time during the existence of this Contract, that the sureties on the Contractor's bond have become Insolvent, bankrupt, or otherwise financially unable to protect the City of Fayetteville under the terms of the Contract, the City of Fayetteville may demand the Contractor furnish additional security In some approved surety company satisfactory to the City of Fayetteville. The acts of the City of Fayetteville or the ' Agent with reference to demanding new or additional security shall never be construed to relieve the original sureties of their obligations under the contract, or to relieve the Contractor. The City of Fayetteville may stop performance under the Contract until additional security has been furnished by the Contractor, 1 I I I I I 11. City contracts and documents prepared while performing city contractual work are subject to the Arkansas ' Freedom of Information Act. If a Freedom of Informatin 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 Informatin Act (A.CA. 525-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FO IA may be assessed for this compliance. ' IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duty authorized officials, this Agreement In five (5) counterparts, each of which shall be deemed an original on the date first 'above written. ' THE CRY OF FAYETfEVILLE By; (T&fl≤/"T Attest: ' Title: Mayor Title: 113 West Mountain Street Fayetteville, AR 72701 1 and the City of Fayetteville shall in no case be liable to the Contractor on account thereof. In the event of the refusal or failure of the Contractor to comply with the demands of the City of Fayetteville with reference to furnishing additional security, the City of Fayetteville may exercise its right as provided herein to stop all payments under the Contract and to arrange for completion of the Contract requirements obligating the Contractor for any and all additional expenses incurred. 10. Changes, modifications, a amendments in scope,. price a fees to this contract stall not be allowed wthout a prior formd contract amendment approved by the Mayor and the City council in advance of the change in scope, cost or fees. I I I I I I C C CTOR: By' Gerald Addington Title: Vice President -Project Management Company Insituform Technologies, Inc. Address 702 Spirit 40 Park Drive Chesterfield, MO 63005 *Atte . Toa n Smith Title: tracting & Attesting Officer (Corporate Sed) *If a corporation, the Secretary of the Corporation should Attest. Bond No. 103960089 5,2 PERFORMANCE BOND SS8313 TERM MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER MAINLINE REHABILITATION ' We. Insituform Technologies, Inc. , Travelers Casualty & Surety Company of America l hereinafter cdled'PRWCIPAL', and St. Paul Fire & Marine Insurance Company , cis Surety, hereinafter called -Surety, ore held and ikmty bound Into the City of FayetteWle. Arkansas as oodigee. In the anaunt of $Three hundred eight thousand two hundred fifty dollars and no/100 Dollars (S_308250.00 ), to payment where of the PRINCIPAL and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. The PRINCIPAL has by wiitten Agreement dated December 4 , 22. entered Into a contract with the City of Fayetteville to make rehobildallon improvements to sanitary sewer maVnfi nes to be selected by the City of FayetteWle. which Contract is by reference made a pert hereof and Is hereinafter referred to as the Contract. WHEREAS, this bond is given pursuant to the Arkansas Government Code; N. THEREFORE, It the PRINCIPAL shas well. truly and faithfully perform as duties, all of the underickings. covenants, terms, conditions and agreements of the Contract; stno$ sallsfy d) claims and demands Incurred under the Contract: shill hrly indemnity and hold the City of FWettevflle huntress; andl reimburse and repay City ' of Fayetteville for any outlay at expense which City of Favettevme may Incur in makng good any default, and armor) promptly make payment to oil persons, firms, subcontractors and Cities who may furnish materials or labor under the Contract, then this obligation shall be void: otherwise to remain In full force and effect. The obligations of CONTRACTOR and SURETY under this bond apply 'both to the orlgkld Contract and to any extension or '• rnodificaliut of the Contract and SURETY agrees mat no change, extension of lime, addition, expansion or other modification of the Contract the work to be done under the Contract, or the plans and specifications which are a part at the Contract shoe In any manner affect the obligations of SURETY under this bond, and SURETY wolves notice of any such change, extension of time, oddiaan, expo lion at other moducatfon. The obligouons of 1 CONTRACTOR and SURETY under this bond are peNormable and payable in WasNngton County, Mamas such that exclusive venue for any legal action pertaining to this bond shall lie In Washington County. Arkansas. By their signatures below, the persons slgnirp this bond warrant and represent that they ore, respectively. did authorized to sign an behalf of CONTRACTOR or SURETY. PROVIDED. FURTHER, that no find settlement between the City of Fayetteville and the Contractor still abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. ' IN WITNESS WHEREOF, this Instrument Is executed in fore (5) counterparts, each of which shall be deemed and origmd. EXECUTED1Nsthe 4 day of December ,2002 • CONTRACTOR: SURETY: • Travelers Casualty & Surety Company of America I PRINCIPAL SURETY St. Paul Fire & Marine Insurance Compaq 1 Insi nol form echie I B Gerald Addington Kathleen A. Petchulat, Attorney -in -fact Vice President -Pro iect anagement Nome/Attorney-ln-Fad: t Nome/Rtle Address 955 Executive Parkway, Suite 100 Address 702 Spirit 40 Park Drive Creve Coeur, MO 63141 Chesterfield, MO 63005 n���r Countersigned By: Yilwf n Janice. Butler, math, AR Note: ihk Sand Form h rrnndolav: no Sw form we be aceeproblo. Then of the sand mud not be pea to the d0I of ore Cu*oct. U Cornpcto b a Poanerd*b ai Porhea mid execute Pd Bore. ft Bend mud be kkad h gWUupkate wmM the baying dpmd's lower d ' Altorrft oliorhed b each copy. SURBN cortporver execs n0 Bonds Card oppoW an the U.S. Trea ay aeporkneMI most crnmt it loicuar 570 ar arnandMj and be aulhaked to trortroct Mines kite float Arkaws H I Bond No. 103960089 5.3 PAYMENT BOND SS8313 TERM MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER MAINLINE REHABILITATION ' We, Insituform Technologies, Inc. Travelers Casualty & Surety Company of America hereinafter Caged 'PRINCIPAL', Ornd St. Paul Fire & Marine Insurance Company . as SURETY in the amount of $ Three hundred eight thousand two hundred I dollars and no/100 Dollars i$ 308,250.00 1, for payment where of the PRINCIPAL and SURETY bind themselves, their heirs, personal representatives. successors and assigns, jointly and severally, firrnty by these presents. The PRINCIPAL has t' written Agreement doted December 4 . 2002, entered into a contract with the City ' Of Fayetteville t0 make reh blittafOn improvements to sanitary sewer mainlines to be selected by the City of Fayetteville, which Contract is by reference made a port hereof and Is hereinafter referred to as the Contract. WHEREAS. this bond is given pursuant to the Arkansos Government Code: • NOW, THEREFORE. it the PRINCIPAL shaft promptly make payment tool persons, fir s, Subc onfroctas and • corporations furnlshng materials tot or perfomYng labor In the prosecution of the Work Provided for In such contract, and any authO zed extension or modification thereof, Inc tiding OR amounts due for materials, fuels, repairs on machinery, equipment and tools consumed a used in connection with the cor lfuctbn of such W 'ork, and of trsuonce prern ums on said Work and fa of Labor. performed In such Work whether by Subcontractor a otherwise, this obligation shall be void; otherwise, to remain in full force and effect. The obitgations of PRINCIPAL and SURETY under this bond ore performable and payable in Washington County, Arkansas such that exclusive venue bony legd action pertaining to this bond sisal ie ki Wasrnington County, Arkansas. By their signahxes below. the persons signing this bond womont and represent that they ore, respectively. duly authorized to sign on behalf of PRINCIPAL and SURETY. PROVIDED, FURTHER, that no find settlement between the City of Fayetteville and the Contractor shall abridge tho ' right of any beneficiary herelx'nder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this Instrument Is executed in five 15) cou lterparts, each of with shaft be deemed and OYgirld. EXECUTED this the 4 day of December , 2002 I C I I I I 11 CONTRACTOR: PRINCIPAL Insituform Technologies,J0c SURETY: Travelers Casualty & Surety Company of America I SURETY St. Paul Fire & Marine Insurance Company BY r WL-t-4k S1 Kathleen A. Petchulat, Attorney -in -fact Name/Attorney-In-Fact: Address 955 Executive Parkway, Suite 100 Address 702 Spirit 40 Park Drive Crave Coeur, MO 63141 Chesterfield, MO 63005 Countersigned By: \Ptltre Janice A. Butler, Fo 'math, AR Note: This Bond Form Is mandatory, no other form will be acceptable. The dote of the Bond must not be prior to the date of the Contract, If Contractor Is a Partnership. all Partners must execute this Bond, This Bond must be issued In quintuplicate with the issuing agent's Power of Attorney attached to each copy. SURETY companies executing Bonds must appear on the U.S. Treasury Department's most current list [circular 570 as amended) and, be authorized to transact business in the State of Arkansas I L TERM MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER Bond No. 103960089 SS8313 1 We. Insituform Technologies, Inc. Travelers Casualty & Surety Company of America/ hereinafter called PRINCIPAL, and St. Paul Fire & Marine Insurance Company as SURETY, hereinafter called 'SUETY, are held and Iirmy bound unto the City of Fayetteville. Nkantos as obligee, hereinafter caned 'City of FoyettevNe', in the amount of $Three hundred eight thousand two hundred fifty dollars and no/100 Dogas ($ 308,250.00 ), for payment where of the PRINCIPAL and SUETY bind themselves, their heirs, personal representatives, successors and assigns, jointly and severaM, fffrnN by these presents. The PRINCIPAL has b wMHten Agreement dated December 4 2002, entered Into a conhoct wth the CNy of Fayette rte to make rehabdtalbn fnpravements to soNfaty sewer matntes to be selected by the City of Fayetteville, which Contract Is by reference mode a pat hereof and is herelianer refnred to as the Contract. WHEREAS, this bond is given pursuant to the Mamas Government Code; WHEREAS, under the Contract It is provided that the PRINCIPAL will ntdntoin and keep in good repair all work to be ' performed and done under the Contract for a period of two (2) years from the date of acceptance of the completed work by CITY OF FAYETTEVRLE, and to do and perform all necessary work and repair any defective condition, it being understood that the purpose of this maintenance bond is to Insure aB warranties, ecress a irnl%ted, made or given by the PRINCIPAL to CRY OF FAYET EVILLE and to covet all defective. Inadequate or non - 1 conforming condlllons arcing by reason of any materials or labor installed, aovided, constructed of performed by the PRINCIPAL and In case the PRINCIPAL shag fall to correct any such conditions It Is agreed that CRY OF FAYETTEVRLE may make such corrections and charge the cost of making those corrections against the PRINCIPAL and the SUETY on thh obligation, and the PRINCIPAL and SURETY shag be subject to the liquidated damages ' provided in the contract, the plans and the specifications for each day's failure on Its part to comply with the terms and provisions of the Contract; NOW. THEREFORE. It the PRINCIPAL shall keep and perform Its obligation to maintain the work and keep the work In repair for the full maintenance period at two (2) yeas as herein provided. then these presents shill be null and void and have no turher effect, but N default shag be made by PRINCIPAL In the performance of its obligations, then these presents shall have lull farce and effect, and CITY OF FAYETTEVILLE shut have and recover from the PRINCIPAL and Its SURETY damages in the premises as provided and N is tudhet understood and agreed that this obligation shop be a continuing one against the PRINCIPAL and the SUETY and that successve recoveries may be hod hereon for successive breaches until ifte M amount of this bond shall have been Sctisted; and N Is lu leer understood that the obligation under this bond to maintain the work shall continue throughout the maintenance period and shag not be changed. diminbhed, or In any other manner affected during the term of this bond. The obligations of PRINCIPAL and SUETY utter this bond opDN both to the anginal Contract and to any etfension or modification of the Contract and SURETY agrees that no change, extension of lime, addition, expansion or other modification at the Contract, the work to be done under the Contract. Of the plans and specifications which ae a pan at the Contract shall in any manner affect the obligations of SURETY under this bond. and SURETY wawes notice at any such change, extension of time. addition, expansion or other modrlcoflon. The obligations of PRINCIPAL and SUETY under this bond are performable and payable in Washington County, Arkansas such that exclusive venue rat any legal action pertaining to this bond shall tie in Washington County, Nkonsos. By their signatures below, the persons signing this bond warrant and represent that they ore, respectively, duty authorized ' to sign on behalf of PRINCIPAL and SURELY. I I I ' PROVIDED, FURTHER. that no final settlement between the City of Fayetteville and the Contractor shall abridge the right of any bent clavy hereunder. whose claim may be unactistled. ' IN WITNESS WHEREOF, This insstrunment is executed In true (5) cotnterporti, each of which ihol be deemed and original. FXECUIED this the 4 day of December , 2002 ' CONTRACTOR: SURETY: Travelers Casualty & Surety Company of America 7 PRINCIPAL II situformTechnologies, �Inc. SURETYSt. Paul Fire & Marine Insurance Company '• BY: /' 1eA_e/ (vch BY: H Doo... Px . Gerald Addington Kathleen A.Petchulat,Attomey-in-fact I ra P�uq r Ae..+_P..��Cthteaageraont Nome/nne Name/Attorney-in-Fact: Address 702 Spirit 40 Park Drive Adaess 955 Executive Parkway, Suite 100 Chesterfield, MO 63005 Creve Coeur, MO 63141 �1 Countersigned By: �-��Q)((Zry j' Janice A. Butler, Fort Smith, AR Note: Thin Boyd Fpm Is morcotay: no otter lain *N be acceptable. fie doped fl B_Mtrtet not be Old to the do s or me amRoct. H I I I I I I I I I I ' State of Missouri County of St. Louis} " ss: ' On C -en e�4>ZW , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Kathleen A. Petchulat known to me to be Attorney -in -Fact of Travelers Casualty and Surety Company of America the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said ' instrument in behalf of the said corporation, and he/she duly acknowledged to me that such corporation executed the same. FN WITNESS WHEREOF, I have hereunto set my and affixed my official seal, the day and year stated in this certificate ab PATRICIA I CASTIB Notary Fubllc -Notary sml STATE OF MISSOtnil Sr. LOUIS COUNTY ' Notary Public IMY COMMISSION EXP. SFPt 22�t TRAVELERS CASLTY AND SURETY COMPANY OF AMER• TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT I KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF 'AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Stephen E. Ricci, Kathleen M. Hoffard, Kathleen A. Petchulat, Thomas C. Ricci, Jr., of 'St. Louis, Missouri, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in 'the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President I may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or ' by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY 'COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: 'VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. Li I I '(-00 Standard) I i puog `tie;aioaS;ue;sissy , f'q Q'�,_ . fqF r* _..\\ uosueyor'141 IJo� % dg 61_ ci a 'OHOdlllVH (/// � V�VOSV�J 90NY A1��C6 .(f3tl11$RNS NnM oz'� jo sup fj supPaleG lnoilaauuo3;o aims `PJOJueH JO dlij alput `,fuedwoj ay13o aat awoH aql le paltaS PUB pau iS C aaio; ui Mou alt `SiLloillny JO alea1rlJaJ alp U! quo; ios se `s.ioloanj;o spleoq aql;o suognlosag Sutpue2S am leyl `aiouuaqun; pue paxonaJ uaaq lou seq pue aaao; lln3 ui swewai ,iluoglny;o aleogwaD pue Aawolly;o 1aMod pagoelle pue 2uloSaaoj aql imp A.I,L2IHO AHJUH Ou `1nallaauuo3;o alelS alp jo suoileiodioo Nlools'ANVdwOO A.L'IVfISVO NO.LONIPJHV3 pug ANVJWOO A.LIHRS (WV A,L'IVIISVO S1I373AVU.L `VORIIWV 3O ANVdWOO AJ2RDS QNV A.L'IVIISVO SZI3'IAAVILL 30 ,Gelaaaas luelsessy `pauOisiapun aql 'I H.LVOIdILdaD , leneei;al •3 aueyy o!Ignd tielON 90OZ '0E aunr saiidxa uoissiwwoo Airy ;oalagl suognlosag gulpue1S aip upon aat_uo iaq/siq;o ,Iluogpne ,iq suolwlodtoo alp ;o;Iegaq uo luawnslsut pies amp palnaaxa aqs/ag legl pue '.sleas alulodioa Bans am luawntlsul pies aql 01 poxi_ue sleas ayl legl `.suolleiodtoa pits jo sleas aql SMOUN ays/aq lggl'luawn.nsul anoge amp palnaaxa golgM pue uI paquasap suogelodioa aql 'ANVaWOO A.L'IVIISVO NO.LON PZHV3 Pug ANVdWOO A,L3UUS QNV A.L'IVIISVO SU3'I3AVII.L `VORITNIV 3O ANVdWOO A,L3HfIS (INV AJTIVIISVO SH3'IaAVHI to luapesaud aaiA aoiu3S sI aqs/aq leg; :Xes pue asodap pip `moms Alnp am ,iq guiaq `oqM `uMou)1 am of NOSdWOH.L M aouoaq oweo Alleuossad am alo;aq Z00Z `lagwanoN;o dep g10Z sup uo luap!seid ao!A Joluag uosdwoyl •M e6ioa0 �8 ANVdWOJ A.L'IVaSVJ NO.LON WHV3 ANVdNIOJ AlaHaS QNV A.L'IVfISVJ S2IT'I2AVlLL. VJIIIdTVV 30 ANVdWOJ AlMf1S QNV Al'IV1ISVJ SZI3'IlAVU.L S• `S i u NNO'J m a! fl 0 � e � 286 t Li r Otl0311lVH w w �YnSVO aNv A1��C 3yM Ot0 Q2IO4 HVH 30 AINfIOJ P1OJp 'SS{ .InoLLJHNNoo 30 3.LV.LS I I I I p H I zooz `lagwanoN;o Aep tI10Z sigl paxtue olaioq aq of seas alelodioa nagpue luaplsaad aa!A .ioluaS 1iagj Xq pou2is ' aq of luawttllsui sup pasnea aney ANVdNIOO ALIVfISVO NOIONILIRIV3 Pug ANVdIVOO A13HEIS (WV ALIVfISVO SII3'I3AVlI.L 'VORI3LIIV Jo ANVdb1IOO A,L32IIIS QNV A.L'IVIISVO SH3'I3AVHI '3OHHHHM SS3N.LIM NI I State of Missouri } County of St. Louis} ss: T On D66 r 41 ZC0,2efore me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Kathleen A. Petchulat known to me to be Attorney -in -Fact of St. Paul Fire and Marine Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he/she duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREF, I have hereunto set my and affixed my seal, the day and year stated in tivi�l�iy�&tgbgyc. / meftl StPOWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company Power of Attorney No. 23379 Certificate No. 1360435 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Stephen E. Ricci, Thomas C. Ricci, Jr., Kathleen A. Petchulat and Kathleen M. Hoffard of the City of Creve Coeur , State Missouri their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the perfomtance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this 24th day of June , 2002._. Seaboard Surety Company United Status Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul MercuryInsurance Company Si10.Ir yRE o`.�^'�rr°e �. i.auars _r.NI.r� yafr r • ♦ ;�arrogiln �i01r'rrq n `C� 927��� � " t°m JOHN E PHINNEY. Vice President y h "MIS 1977 g 1951 '?aN 0 a •4 f as 11fbejy�y^ State of Maryland City of Baltimore THOMAS E. HUIBREGTSE. Assistant Secretary On this 24th day of June , 2002 , before me, the undersigned officer, personally appeared John F. Phinney and Thomas E. Huihregtsc, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company. St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters. Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they. as such, being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness 1Yhercof. I hereunto set my hand and official seal. My Commission expires the 13th day of July, 2002. � r ,ti/,,. REBECCA EASLEY-ONOKALA, Notary Public 86203 Rev. 7-2000 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and scaled and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. t,. IN TESTIMONY WHEREOF, I hereunto set my hand this 4 day of e 'Dy'y v�. t ,/J�.� V g f�rf�IY O pO:�Y.IYSG,Ys C a 19278 Ot G09xi f To verify the authenticity of this Power of Attorney, call the above -named individuals and the details of the bond e Thomas E. Huibregtse, Assistant Secretary erk. Please refer to the Power of Attorney number, I I 1 • • I I I I L I I 5,5 CONTRACTOR'S AFFIDAVIT OF BILLS PAID TERM MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER MAINLINE REHABILITATION (To be executed prior to acceptance of project) STATE OF ARKANSAS COUNTY OF WASHINGTON Persorxdly, before me the undersigned authority, on this day appeared who, being duty sworn, on oath, says that he is a legal representative of (Full name of CONTRACTOR as in Contract) and That the contract for the construction of the project, designated as TERM MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER MAIN LINE AND SERVICE LATERAL REHABILITATION has been satisfactorily completed and that all bills for materials, apparatus, fahue, machinery and labor used In connection with the construction of ills project have, to the best of my knowledge and belief, been fully paid. 1 Signature Trite Sworn to and subscribed before me this day of ,2002. Notary Public in and for County, Arkansas I(Seal) rvty Commission Expires I I NOTE:If the CONTRACTOR is an ndlvidual. he shop sign the affidavit. If the CONTRACTOR Is a partnership, arty partner rnpy sign the affidai, lithe CONTRACTOR is a CM, a person oulhalzep by the by-laws a by the Board of Diectors shall sign the affidavit. If the CONTRACTOR is a Jot ventue of irdMduals, any of fine'vxivdrals may sign the atfidav11. If the CONTRPCTOR Is a Jont ventue of patnershlps. a of in dvduo5 end paine ps, the indMdua a any partner of any partnership may sign the offidwit. If the CONTRACTOR is a joint ventue in with a City is a party, separate affidavits must be executed in The nave of the Jont-ventue; one by each City and one by each ndMdual a podnecit. slgrwh+es for Citys shoukd be by a duty aut a ized officer. If sigrwtue Is by a other, a stwwig of aumaiy to sign nut occarpary the affidavit. 7