HomeMy WebLinkAbout152-04 RESOLUTION• •
RESOLUTION NO. 152-04
A RESOLUTION APPROVING A CONTRACT WITH MULTI -
CRAFT CONTRACTORS, INC. FOR THE REBUILDING OF THE
WIESE-FLOW SCREENS AT THE NOLAND WASTEWATER
TREATMENT PLANT IN THE AMOUNT OF $72,514.00; AND
APPROVING A BUDGET ADJUSTMENT TRANSFERRING
$55,138.00 TO THE PUMPS AND EQUIPMENT CAPITAL
PROJECT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS*
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves a contract with Multi -Craft Contractors, Inc. for the rebuilding
of the Wiese -Flow Screens at the Noland Wastewater Treatment Plant in the
amount of $72,514.00.
Section 2. That the City Council of the City of Fayetteville, Arkansas
hereby approves a budget adjustment transferring $55,138.00 to the Pumps and
Equipment Capital Project.
PASSED and APPROVED this 5th day of October 2004.
4RK/TR''o...
��V�GetY�O;c.•.1
moo. �13
c ;FAYETTEVILLE: Et
y;ysARKANSP�J�/1
ATTEST-
APPROVED:
By
DAN COODY, Mayor
1
• •
CONTRACT
This contract executed this 54t day of 06O%ir , 2004,
between the City of Fayetteville, Arkansas, and Multi -Craft
Contractors Inc. at PO Box 1760, Springdale, AR 72765-1760.
In consideration of the mutual covenants contained herein,
the parties agree as follows:
1 Multi -Craft Contractors Inc. at its own cost and expense
shall furnish all labor, materials, supplies, machinery,
equipment, tools, supervision, bonds, insurance, tax
permits, and all other accessories and services necessary
to complete items bid per bid 04-70 as stated in Multi -
Craft Contractors Inc bid proposal, and in accordance with
specifications attached hereto and made a part hereof under
Bid #04-70, all included herein as if spelled out word for
word.
2 The City of Fayetteville shall pay Multi -Craft Contractors
Inc. based on their bid proposal in an amount not to exceed
$72,514.00. Payments will be made after approval and
acceptance of work and submission of invoice. Payments
will be made approximately 30 days after receipt of
invoice.
3 The Contract documents which comprise the contract between
the City of Fayetteville and Multi -Craft Contractors Inc.
consist of this Contract and the following documents
attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 04-70 with
the specifications and conditions typed thereon.
B. Multi -Craft Contractors Inc. bid proposal.
C. The Notice to Prospective Bidders and the Bid
Tabulation.
4 These Contract documents constitute the entire agreement
between the City of Fayetteville and Multi -Craft
Contractors Inc. and may be modified only by a duly
executed written instrument signed by the City of
Fayetteville and Multi -Craft Contractors Inc.
•
5 Multi -Craft Contractors Inc. shall not assign it's duties
under the terms of this agreement.
6 Multi -Craft Contractors Inc. agrees to hold the City of
Fayetteville harmless and indemnify the City of
Fayetteville, against any and all claims for property
damage, personal injury or death, arising from Multi -Craft
Contractors Inc. performance of this contract. This
clause shall not in any form or manner be construed to
waive that tort immunity set forth under Arkansas Law.
7. Multi -Craft Contractors Inc. shall furnish a certificate of
insurance addressed to the City of Fayetteville, showing
that he carries the following insurance which shall be
maintained throughout the term of the Contract. Any work
sublet, the contractor shall require the subcontractor
similarly to provide worker's compensation insurance. In
case any employee engaged in work on the project under this
contract is not protected under Worker's Compensation
Insurance, Multi -Craft Contractors Inc. shall provide and
shall cause each Subcontractor to provide adequate
employer's liability insurance for the protection of such
of his employees as are not otherwise protected.
Workmen's Compensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability
Property Damage Liability
$250,000 for each person
injured.
$500,000 for each
accident.
$100,000 aggregate.
The premiums for all insurance and the bond required herein
shall be paid by Multi -Craft Contractors Inc.
8. Multi -Craft Contractors Inc. to furnish proof of licensure
as required by all local and state agencies.
•
• •
9. This contract may be terminated by the City of Fayetteville
or Multi -Craft Contractors Inc. with 10 days written
notice.
10. Freedom of Information Act: City of Fayetteville contracts
and documents prepared while performing city contractual
work are subject to the Arkansas Freedom of Information
Act. If a Freedom of Information Act request is presented
to the City of Fayetteville, the contractor will do
everything possible to provide the documents in a prompt.
and timely manner as prescribed in the Arkansas Freedom of
Information Act (A.C.A. 25-19-101 et. Seq.). Only legally
authorized photo coping costs pursuant to the FOIA may be
assessed for this compliance.
WITNESS OUR HANDS THIS 5441 DAY OF(2ln De
MULTI -CRAFT CONTRACTORS INC
ATTEST: COMP ECRETARY
3
•
U
J
,r
BUSINESS ADDRES
2004.
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
",RK%rf,,,,,.
_o. •A?
;FAYETTEVILLE:
• v:,Jy' RkAN SV: •\)/
'�:h'GTON GO.��•
'�,uuuuw"�
M 0ALE At
7a165- -17(00
• •
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
Bid # 04-70
INVITATION TO BID
DATE ISSUED: September 3, 2004
DATE & TIME OF OPENING: September 17, 2004 — 3:30 P.M.
BUYER: Peggy Vice Purchasing Manager, Room 306 - (479) 575-8289
F.O.B. Fayetteville, AR
Technical Specifications for Complete Remanufacture of
Wiese-Flo®36 Screens at the City of Fayetteville WWTF
Part I — General
1.1 Work Included
1.1.1 The Contractor shall provide all labor, parts, assemblies, tools, equipment and
supervision required to completely remanufacture, test and place into satisfactory
operation, the two (2) Wiese -Flo® Screens model numbers WF304-36-36 at the Paul
R. Noland Wastwater Treatment Plant, 1400 N. Fox Hunter Rd., Fayetteville, AR
72701.
1.1.2 Work in this section shall be performed by a qualified Contractor who has experience
in the remanufacture of wastewater screening equipment. Contractor must have
successfully remanufactured a minimum of 10 similar Wiese -Flo® Screens in past 5
years. Contractor shall be solely responsible for the design coordination of rebuild
work as well as manufacture of replacement parts. The equipment shall be removed
from service, inspected, completely remanufactured, and placed in proper operating
condition on site in a maximum of 1 week per screen.
1.2 References
1.2.1 The properties of all materials, design, fabrication and performance of the equipment
to be furnished under this section shall be in accordance with the latest issue of
applicable standard specifications. Authorities that are recognized by the Mechanical
Trades have prepared these standard specifications. The applicable authorities
include, but are not necessarily limited to, the following:
A. American National Standards Institute (ANSI).
B. American Water Works Association (AWWA)
C. American Society for Testing and Materials (ASTM)
D. National Electrical Manufacturers Association (NEMA)
E. American Society of Civil Engineers (ASCE)
F. Water Environment Federation (WEF)
•
Wiese-Flo36 Screens and Integral Washing Compactors Remanufacture Specification
1.3 Submittals .
1.3.1 Copies of all materials required to establish compliance with the Specifications shall
be in accordance with the requirements of the Contract Documents. As a minimum
the submittal package shall include the following:
A. Literature and drawings shall be included, describing the proposed screening
equipment in sufficient detail to provide assurance of compliance with the
Contract Documents. The details required shall include a minimum of
performance and headlosses specific to the proposed equipment and details of the
installation and equipment if any changes are made.
B. • Dimensional drawings of all ancillary and control equipment.:
C. Control schematics and other data as required for completion of the installation.
D. Sizing and headloss calculations if they are to be affected in remanufacture.
E. List of Contractor's recommended spare parts.
Part II — Products and Services
2.1 Wiese -Flo Screens Description
2.1 1 The self-cleaning Wiese -Flo Screens consists of a continuous filtration "belt" that
presents a clean filtration surface to the influent liquid stream at all times. The screens
belt is composed by a series of stainless steel hooked and straight links separated by
close tolerance Delrin spacers on parallel stainless steel axles. The links and spacers
are held in place with correct tension by UHMWPE "dogbone" slides that are secured
on the axles with lock nuts and washers. Allstainlesssteellinks out of tolerance are
to be replaced with links of identical thickness and design. All spacers out of
tolerance are to be replaced with delrin spacers of same thickness. All stainless steel
axles are to be replaced. All UHMWPE "dogbone" slides are to be replaced. All
lock nuts and washers are to be replaced with easy access cotter pins and washers.
2.1.2 Screens grid rides along wear tracks on the top, sides, and bottom of the equipment.
Wom tracks are to be replaced with new stainless steel tracks. Centering brackets
that align grid on top tracks are to be replaced.
2.1.3 Screens drive assembly shall be completely rebuilt. Drive shaft, idler shaft, and chain
adjustment shaft shall be replaced with new stainless steel shafts.. Drive sprockets
and idler sprockets shall be replaced. Drive chains shall be replaced. Stainless steel
bearing hats, UHMWPE bearing shims, UHMWPE bearing sleeves shall be removed
and replaced and pressed into place for proper operation. One set of explosion proof
motors and Sumitomo Cyclo reducers shall be provided as a spare for screenand
washing compactor.
2.1.4 Stainless steel hardware shall be replaced as necessary.
Wiese -Flo 36 Screens and Integral Waching Compactors Remanufacture Specification
Integral Washing Compactors (Optional)
2.1.5 Existing Integral Washing Compactors shall be replaced with new Washing
Compactors. Existing hoppers, screws, discharge pipe, seals and connection brackets
are to be removed. Replacement Washing Compactors shall connect directly to
existing screen and effectively replace worn equipment. New Washing Compactors
shall discharge washed and dried screenings into existing screw conveyor for
disposal. Flight shall be supported by bearings at both ends to reduce wear and
increase efficiency of new Washing Compactors. List the cost for the washers and
labor to install as an option. The owner will decide at the time of award if the washers
will be replaced.
2.2 Controls
2.2 1 Existing controls are to be inspected and tested for proper functioning. Repairs or
replacement of controls are not addressed under this specification. Contractor is to
notify plant personnel should any work be recommended.
2.3 Spare Parts and Accessories
2.3.1 One (I) lot of Contractor's recommended spares for the Wiese -Flo Screens shall be
left after remanufacture. Spare parts include 2 guide Links, 2 axles, 20 hook links, 20
spacers, 1 set of explosion proof motors and reducers for screen and Washing
Compactor.
Part 111— Execution
3.1 Completion
3.1.1 Time is of the essence in the remanufacture of the existing Wiese -Flo Screens. One
screen shall be addressed at a time in order to always have one screen in operation.
Once the screen has been removed from service, Contractor has one (1) week to
inspect, remanufacture, and return to proper operating condition. Contractor shall be
responsible for proper planning required for completion . of remanufacture of
equipment within allocated time frame.
12 Warranty
3.2.1 The Contractor remanufacturing equipment supplied under this specification shall
provide a warranty for a period of twelve months commencing on acceptance and/or
beneficial occupancy by the Owner after contractor has tested equipment and placed
in operation. The Contractor shall guarantee that the equipment furnished is suitable
for the purpose intended and free from defects indesign, materials and workmanship.
In the event that the equipment fails to perform as specified the:Contractor shall, at
his option, promptly repair, modify or replace the defective equipment.
3.3 Licenses, Patents, and Royalties
3.3.1 It is not the intention of the Engineer to specify any patented item or process that
requires granting of a license or permit to the Owner for use of the equipment
specified herein.
3.3.2 The Contractor shall forever protect and defend the Owner in the full and free use and
enjoyment of any and all rights to any parts, inventions, machines, processes or
devices which may be applied as part of the work detailed in this specification.
•
Wiese-Flo®36 Screens and Integral Washing Compactors Remanufacture Specification
Protection for Owner includes any and all legal costs associated with defense of
patent violation either in the construction or use after completion. Contractor shall
accept full responsibility against all demands of all persons, whomsoever,and shall
pay any royalties and license fees necessary for the use and enjoyment of such parts,
inventions, machines, processes or devices.
3.4 Testing
3.4.1 The screening system and all components shall be reassembled on site and tested on
site and in front of plant personnel. During the Contractor's test period the screening
system shall be adjusted as required to assure proper operation. If required, the
Contractor shall supply a certification of the completion of the factory testing of the
assembled screening system and appurtenances, and shall certifyas to the equipment
being in satisfactory operating condition at time of completion of remanufacture.
3.4.2 The Contractor shall provide instruction to the plant personnel as to the operation and
maintenance of the equipment including startup, shut down, on-line operations,
lubrication and preventative maintenance.
Proposals must conform to the following specification and include appropriate evidence for
each:
• Bidder shall have a state of Arkansas Contractors License if Bid amounts are 20,000 or
greater.
• Bidder shall have workers' compensation as required by Arkansas State statutes.
• Bidder shall have general liability insurance as required at minimum of $500,000.00
• A bid bond of 5% and 100% performance/payment bond are required if bid amounts are
$20,000 or more.
EXECUTION OF BID -. Upon signing this Bid, the bidder certifies that they have read and agree to
the requirements set forth in this bid proposal, including specifications, terms and standard
conditions, and pertinent information regarding the articles being bid on, and agree to fumish
these articles at the prices stated. Unsigned bids will be rejected. Items marked * are mandatory
for consideration.
'NAME OF FIRM:
Multi -Craft Contractors, Inc. Arkansas Contractor's License # 0025810305
'BUSINESS ADDRESS:
P.O. Box 1760
'CITY: Springdale
'STATE: AR *ZIP: 72765-1760
*PHONE: 479-751-4330 *FAX: 479-751-4399
Wiese-Flo®36 Screens and Integral Washing Compactors Remanufacture Specification
*AUORIZED SIGNATlJRE:
*PRINTED NAME:
Dennis Kelly
•
*TITLE:
Executive Vice President
PLEASE NOTE ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENT
FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN
REJECTION OF BID.
THIS REQUEST FOR BID IS. NOT TO BE CONSTRUED AS AN OFFER, A
CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE
CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION
OF THIS BID.
1. All bids shall be submitted on forms provided by the City with the item bid and the bid
number stated on the face of the sealed envelope. Bidders MUST provide the City with
their bids signed by an employee or officer having legal authority to submit bids on behalf of
the bidder. The entire cost of f preparing and providing responses shall be borne by the
bidder.
2. Bids received after the date and time set for receiving bids will NOT be considered. The
City will NOT be responsible for misdirected bids. Vendor should call or e-mail the
Purchasing Office at (479) 575-8289 or purchasing@cl.fayetteville.ar.us to insure receipt of
their bid documents prior to opening date and time listed on the bid form.
3. The City reserves the right to accept or reject any or all bids, waive formalities in the
bidding and make a bid award deemed to be in the best interest of the City.
4. The City assumes no responsibility for the safety of the Bidder during inspection of the item
listed herein.
•
5. Arrangements for inspection may be made by appointment with Stanley Williams
OMI Construction Coordinator 1400 N. Fox Hunter Rd, Fayetteville, AR 72701.
Phone: 479443-3292, Fax 479-443-5613, Cell: 479-530-2074
6. The item bid and the bid number shall be stated on the face of the sealed bid envelope.
Bids must be mailed to:
City of Fayetteville
Purchasing Office
113 W. Mountain St.
Fayetteville, AR 72701
•
Multi -Craft Contractors, Inc.
Phone: 501-751-4330
Fax: 501-751-4399
Post office Box 1760
2300 Lowell Road
Springdale, AR 72765
City of Fayetteville
Bid # 04-70
Complete Remanufacture of Wiese -Flo ® 36 Screens
At the
City of Fayetteville WWTF
Base Bid, including Bond: $68,391.00
Sales tax:
4,113.00
Total Base Bid: $72,514.00
Thank you,
Dennis Kelly
Executive Vice President
DK:pap
NN\Kelly.City.Faye. W WTP.o4-7o.Sept.17.o4
The St l cel
Surety
BID BOND
• •
St. Paul Fire and Marine Insurance Company
SL Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
United Stales Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Underwriter, Ina
Fidelity and Gnannty Insurance Company
Principal Office: 385 Washington Sheet
St. Paul, Minnesota 55102
Seaboard Surety Company
Principal Office: 5801 Smith Avenue
Bahirnorc, Maryland 21209
KNOW ALL MEN BY TIIESE PRESENTS, that
Multi Craft Contractors Inc.
of Springdale, AR
as Principal,
and United States Fidelity & Guaranty Comp. a Maryland
bound unto City of Fayetteville
corporation, as Surety, arc held and finnly
as Obligee, in the full and just sum
of
5% of Bid Dollars ''••••"„",, ***fl*..«..».....».1***** 011»*****««**4*****tit *
"••'• *Mr
"•'•""•'•""'•'•`• It*
"""'"�""" Dollars, lawful money of the United States, for the payment of which sum,
well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
by these presents.
WHEREAS, the said Principal is herewith submitting its proposal
Complete Remanufacture of WIESE-FLO 36 Screens at W WTP 04-70
THE CONDITION OF THIS OBLICATION is such that if the aforesaid Principal shall be awarded the contract the said
Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of
the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee
the difference in money between the amount of the bid of thc said Principal and the amount for which thc Obligee legally contracts
with another party to perforin the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed
the penal sum hereof
Signed, scaled and delivered
16th
Multi Craft Contractors Inc.
85274 Rev. 9-2000 Printed in U.S A.
, day of September
2004
(Seat)
(Seal)
Surety Company:
Unite States Fi lity & G ranty Company
Tabatha Moody
Att ey4n.Fa
p, Surety
Paul Fire and Marine Insaranre Company
Stahl' Surety SL Paul Guardian Innnnce Company
St. Paul Mercury Insurance Company
Seaboard Surety Company
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriter; Int.
5,. Peal Medical Liability Insurance Company
Bond No. Bid Bond
RIDER CONTAINING
DISCLOSURE NOTICE OF TERRORISM COVERAGE
This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the
"Act"). No action is required on your part. This Disclosure Notice is incorporated in
and a part of the attached bond, and is effective the date of the bond.
You should know that, effective November 26, 2002, any losses covered by the
attached bond that are caused by certified acts of terrorism would be partially
reimbursed by the United States under a formula established by the Act. Under this
formula, the United States reimburses 90% of covered terrorism tosses exceeding
the statutorily established deductible paid by the insurance company providing the
coverage.
Under the Act, there is a cap on our liability to pay for covered terrorism losses if the
aggregate amount of insured losses under the Act exceeds $100,000,000,000 during
the applicable period for all insureds and all insurers combined. In that case. we will
not be liable for the payment of any amount which exceeds that aggregate amount of
$100,000,000,000.
The portion of your premium that is attributable to coverage for acts of terrorism is
50.00.
IMPORTANT NOTE- THE COST OF TERRORISM COVERAGE IS SUBJECT TO
CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY.
•
meStMuI
POWER OF ATTORNEY
Seaboard Surety Company
51. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Power of Attorney No. 22554
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc
Certificate No. 2003514
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of th State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and Si. Paul Mercury Insurance Company are corporations duly organized under
the laws of the Slate 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
Fred Stone, Warren T. Baldwin, Jr., William Brookshire, Tabatha Moody, Debbie Kelm and Beth Richardson
Springdale
Arkansas
of the City of State thew we and lawful Attomey(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
performance of contracts and executing or guaranteeing bonds and undertakings rr"eeatuied orbperrmittedmany actions or proceedings allowed by law.
'tel f@a''rLLJJ �� 3�.
.ry s•.. 12th December 2003
IN WITNESS WHEREOF, the Companies have caused this inswmepti�be sigrt�bd)'9hA sealed tits ; day of
Seaboard Surety Company . - h 4v 0.4I "United States Fidelity and Guaranty Company
St. Paul Fire and Marine Inst frce 4orppapy na Fidelity and Guaranty Insurance Company
SL Paul Guardian lnsurance'Company Fidelity and Guaranty Insurance Underwriters, Inc.
SL Paul Mercury Insurance twinyAL��`H - q q +� rf�
PETER W. CARMAN, Vice President
State of Maryland
City of Baltimore
THOMAS E HIJBREGTSE, Assistant Secretary
On this 12th dayof December 2003 before me, the undersigned officer,
gn personally appeared Peter W. Carman and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, SI. 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 Whereof, I hereunto set my hand and official seal.
My Commission expires the 1st day of July, 2006.
86203 Rev. 7-2002 Printed in U.S.A.
REBECCA EASLEY-ONOKALA, Ncwy Public
d
w
o
0
a
u-..
Nr
•
Fx
t
SE
•
•
•
_
'
•
,,.
2
0
0
F
Iii
v
J
_
w
U
F
z
0
<
F
n
IL
O
C
p
LL
4
o
LL
U
U-
uJ
roO)-U
U
11
I
.
Et
4.
5.
CITY. OF FAyETTEVILLE
BID ATTENDANCE SHEET
•BID NO.
-../,/.;.:, . -
6.
7.
9...
10.
11.
12.
DATE: ¶1,11 O
TIME: 3' Uc/fl/Y7
c
TITLE
• •
NORTHWEST ARKANSAS EDITION
Arkansas Democrat F -' (razed
RECEIVED
SEP 15 2004
PURCHASING
AFFIDVIT OF PUBLICATION
I, 'a , II , do solemnly swear that I am
Lega I - r Orhe _ Demo rat-Gazette/Northwest Arkansas
Times n: wspaper, printed and published in Lowell, Arkansas, and that
from my own personal knowledge and reference to the files of said
publication, that advertisement of:
tS d 1\10.01/4-i-.t-eci I °`‘.--1-01 was inserted in the regular editions on
Sap . —t a- it -1 124:3o4
PO#
"* Publication Charge: $ 145.00
Subscribed and swom to before me this
!' 4 day of Se et , 2004.
. .—gx&lJ li7CC
Notary Public
My Commission Expires: 67faS/lO)3
** Please do not pay from Affidavit.
An invoice will be sent.
p ,KCia! Seal .
SEp,N..MICHAEL APGO
No.a�y ubiic-Arkansas
;NASissio ExpiNly
res
es 07 3
MY C -"'mission n
212 NORTH EAST AVENUE • P.O. BOX 1607 • FAYEITEVILLE, ARKANSAS 72702 • (501) 442-1700
Budget Year
2004
City of Fayetteville, Arkansas
• Budget Adjustment Form
Department: Water & Wastewater
Division: WWTP Operations
Program: WWTP Capital
Date Requested
9/17/2004
Adjustment Number
Project or Item Requested:
$55,138.00 is being requested in the plant Pumps and
Equipment capital project.
Project or Item Deleted:
$ 54,184.00 from the Ultra Violet Disinfection capital
Project. $954 from the Upgrade/Replace Lift Stations
capital project.
Justification of this Increase:
Due to the need for the Wise -Flow screens to be used at
the Noland Plant longer than anticipated. These screens
need to be remanufactured to ensure they continue to
function as designed, These screens may be used in the
new headworks structure to be completed in 2006. There
is insufficient funds in the plant pumps and equipment
account to complete the necessary planned repairs and
purchases for this year.
Justification of this Decrease:
Staff determined this project could not be completed as
originally requested. These funds will not be needed in this
account.
Increase Budget (Decrease Revenue)
Account Name Account Number
Fixed assets 5400 5800
5801 00
Decrease Budget (Increase Revenue)
Account Name Account Number
Fixed assets 5400 5800
5801 00
Plant equipment maint 5400 5800 5414
Amount Project Number
55,138 02069 1
Amount Project Number
54,184 99035 1
00 954 02068 1
Approval Signatures
Request - . : y Date
B
i
get Man ger Date
Department Director Date
Finance & Inter -1 Services Di tor Date
,AL 1
Mayor Date
d
Budget Office Use Only
Type: A B C
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
E
Initial Date
Initial Date
Initial Date
Initial Date
NAME OF FILE:
CROSS REFERENCE:
•
Resolution No. 152-04
wlContract & budget adjustment
Document
•
NOTES:
1
09/17/04
memo to mayor & City Council
2
Staff Review Form
3
memo to Gregg Boettcher from Burns &
McDonnell
4
copy of Forecasted Cash Flow
5
copy of Expected Construction Period
6
copy of Design
Contracts - September
Progression on Wastewater Design
2004
7
draft resolution
8
copy of Invitation to
Bid, Bid 04-70
g
copy of
Multi -Craft
Contractors' bid
10
copy of St Paul Insurance Company Bid Bond
11
copy of St Paul Insurance Rider
12
copy of St. Paul Insurance Power of Attorney
13
copy of memo to City Council
14
email to Greg Boettcher
15
memo to Greg Boettcher
16
NOTES:
•
/Ze.S
isvast
aye vI le �,/U� ' t 23'rh"ae�,r$/
a,0 wwrfl
City Council Meeting of October 5, 2004
CITY COUNCIL AGENDA MEMO
To:
Mayor and City Council
Thru: Hugh Earnest From: Greg Boettcher
Chief Administrative Officer Water/Wastewater Director
Date: September 17, 2004
Subject: Resolution authorizing award of a contract to Multi -Craft Contracts, Inc. for the
rebuilding of the Wiese -Flow Screens at the Noland Wastewater Plant. A budget
adjustment is included to transfer funds from the Ultra Violet Disinfection Capital
Improvement Project the the Plant Pumps & Equipment Account.
RECOMMENDATION
Fayetteville City Administration recommends approval of resolution authorizing the Mayor to
execute a contract with Multi -Craft Contractors, Inc. for the rebuilding of the Wiese -Flow
Screens at the Noland Wastewater Plant for $72,514.00 including approval of an associated
budget adjustment.
BACKGROUND
The Wiese -Flow Screens at the Noland Wastewater Plant have been in continuous service for
more than 10 years and are a source of growing operational and maintenance problems.
Investigation of alternative finds the complete rebuilding and updating of the current equipment
to be a cost-effective strategy and an necessary action to sustain proper wastewater treatment
functions. The exisiting Wiese -Flow Screens are proposed for continued service in the improved
wastewater plants, serving as the backup primary screening devices.
DISCUSSION
This work was advertised with sealed bids being opened on September 17, 2004, the sole and low
bid being submitted by Multi -Craft Contrators, Inc. Review of the bid finds the prices to be
competitive and the expenditure justified. The funding for this activity will be partially
accomplished by the diversion of the funds for the lower priority Ultra Violet Disinfection
Building Project budget; the rebuilding of the Wiese -Flow Screens being a much higher priority
need. The Budget Adjustment accomplishes this transfer of funds from lower to higher priority
needs.
BUDGET IMPACT
The approval of the resolution will have no adverse budget impact; the wastewater treatment
plant capital budget for 2004 has adequate capital improvement funds to enable the completion of
the proposed improvements.
X AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
STAFF 410IEW FORM - FINANCIAL OBLIGATION
For the Fayetteville City Council Meeting of:
October 5, 2004
FROM:
Greg Boettcher
Name
Water & Wastewater
Division
Wastewater Treatment Plant
Department
ACTION REQUIRED: Approval of a contract for the rebuilding of the Wiese -Flow screens from Multi -Craft
Contractors, Inc., referencing bid number 0470. The sole and low bid is $72,514.00. A budget adjustment is
included to use the WWTP Ultra Violet Disinfection Capital Improvement Project to fund a portion of this need,
said transferred funds to go to the Plant Pumps & Equipment account.
COST TO CITY:
72 Spy
$ /62,/691
Cost of this request Category/Project Budget
5400-5800-5414-00
Account Number
02069.1
Project Number
$ /yy-783
Funds Used to Date
s /7,376
Remaining Balance
Plant Pumps & Equipment
Program Category / Project Name
Wastewater Treatment Improvements
Program / Project Category Name
Water & Sewer
Fund Name
BUDGET REVIEW: X Budgeted
udget Manager
Date
Item
X Budget Adjustment Attached
CONTRACT/GRANT/LEASE REVIEW:
Accoun g Manager J Date Internal ditor
1721/05,
City Aorney
Date
Purchasing Manager
gI-cIDtt
Date
Q i aalo
Date
STAFF RECOMMENDATION:
Division Head
Department Director
Financ
& Internal Services Dir.
Chief ARlministrative Officer
Mayor
Date
Date
9 -
Date
Date
Date
Received in Mayor's Office
Cross Reference:
Previous Ord/Res#:
Orig. Contract Date:
Orig. Contract Number:
New Item:
Staff Review Form - Page 2
Date
Yes
No
S •
FAYETTEVILLE ARKANSAS
WASTEWATER SYSTEM IMPROVEMENT PROGRAM
BURNS & MCDONNELL PROGRAM MANAGEMENT TEAM
To: GREG BOETTCHER
FROM: JERRY SONDEREGGER
DATE: SEPTEMBER 28, 2004
SUBJECT. PROJECT SPLIT/FUNDING STRATEGY BMCD FILE No.: ILM
EXECUTIVE SUMMARY
In response to your request of September 24, 2004, Burns & McDonnell is providing
our recommendation on the allocation of funding sources for the Fayetteville
Wastewater System Improvement Project. Burns & McDonnell proposes that the
following project elements be funded from City funds:
• All Design and Bidding Phase Professional Services
• All Construction Phase Professional Services
• Construction of Projects EL -1, EL -2, EL -3, EP -1, and EP -2
• All funds allocated to project contingencies
• All land acquisition
Under this distribution, the City -funded portion of the Project would total
approximately $55.8 million and the RLF-funded projects would total approximately
$69.2 million.
Five Tables and Figures are attached to illustrate our recommendation:
• Table 1. Proposed Project Split
• Figure 1. Expected Construction Periods
• Table 2. Cash Flow Chart - City Funded Projects
• Table 3. Cash Flow Chart - RLF Funded Projects
Table 4. Cash Flow Chart - Combined City and RLF Funded Projects.
DISCUSSION
The goal of the project distribution was to be able to identify a group of projects that
could be advertised quickly, generally not be dependent on initiation of other
projects, and be less than or equal to the City's bond issues of $55 million to $60
million. The project split should not require reimbursement from the RLF for land
acquisition or professional services. Using these criteria, the recommended
FAYETTEVILLE ARKANSAS
WASTEWATER SYSTEM IMPROVEMENT PROJECT
PAGE2
allocation of projects between the two funding sources is shown in Table 1. Although
using private funds will allow the City to act more quickly in advertising these
projects for bid, the East collection system projects and the Noland Solids Handling
project selected for funding by the City will still be required to be reviewed and
approved by the Arkansas Department of Health. Additionally, the Solids Handling
project must also go to ADEQ for approval before construction. Even though the
selected projects are not required to be reviewed by ASWCC, it is recommended that
all projects be sent to ASWCC for information and to demonstrate how the City is
proceeding with the overall program.
STATUS OF INITIALLY SELECTED PROJECTS
EL EL=1. The Pump Station
13,
14, 16,
and 19 project has reached the 99 percent level
of completion and is now
at
Burns &
McDonnell, ASWCC, and the Arkansas
Department of Health for final review and approval to advertise. All right-of-way and
land procurement has been completed for this project. The Corps of Engineers
Nationwide 12 Permit has not been received, but the City may proceed with
advertisement when appropriate notice of your intent is given to the Corps. The
FONSI has not been received from ADEQ, but is not a requirement for privately
funded projects. The Work formerly known as Project EL -4 has been incorporated
into EL -1 by addendum. Work remaining for Garver Engineers to accomplish before
advertisement includes final edits to the Project Manual such as entering the date
Bids will be received; the Pre -bid Conference date; addressing the final editorial
comments
of ADH, the City, and
BMcD;
and preparing an additional addendum
addressing
the changes effected
by the
modified funding strategy. This will include
deleting certain
ASWCC contract
conditions
and requirements.
EL EL=2. The Line 7 Project has also undergone the initial review of the final design by
BMcD, ASWCC, and the ADH. It is expected that it will be ready for the second and
final submittal within two weeks. The status comments provided for EL -1 above also
apply to Line 7.
EL EL=3. The Line 4 project lags the other two Garver projects by about four months
and is not scheduled to be submitted for the initial review of the final design until
November 15, 2004.
FAYETTEVILLE ARKANSAS
WASTEWATER SYSTEM IMPROVEMENT PROJECT
PAGE 3
EP EP1. The Wet Weather Improvements project probably has the lowest overall
priority and is not recommended for advertisement until the City has received
sufficient bids for other work to judge whether enough funds will remain for
construction of this project. For this reason, among the other criteria cited, it is
suggested that EP -1 be funded by the City portion of the funds and held until the
first or second quarter of 2005 before making a decision on whether to proceed with
this work.
EP EP2. The Solids Handling and Headworks Improvements project is scheduled for
the first review of the final design on October 19, 2004. Under this plan for
separating the East and West Projects, it is possible that EP -2 may be available to
advertise before the West Side plant, and as such, will establish the brand of
perforated screens to be specified at the West plant as well as the Noland plant. The
belt filter press negotiation will be completed shortly and the price for the one new
press at Noland can be entered in the Bid Form.
CASH FLOW PROJECTIONS
Three cash flow charts are provided. Table 2 indicates the projected costs for that
portion of the program paid for using City funds. Table 3 shows only the portion of
the program paid for using RLF-provided funds, and Table 4 combines the two into
one cash flow projection.
In order to correctly sum project expenditures to date and extend the cash flow
projections into the future, the attached graphs begin in the month of July 2003, the
initiation of the project, and end in the first quarter of 2007. The monthly amount of
funds expended from July 2003 through August 2004 date are comprised of the
actual payments made to the four design consultants, ECO, CH2M Hill, and Bums &
McDonnell for Design and Bidding Phase Professional Services. Beginning in
September 2004, the amount remaining in each Professional Service Agreement is
prorated over the next four to seven months, depending on when the construction
phase of each firm is initiated.
Estimated construction periods are shown on Figure 1. Using the latest opinions of
probable construction costs received from the Consultants, the projected
construction expenditures are distributed across the construction period. Added to
FAYETTEVILLE ARKANSAS
WASTEWATER SYSTEM IMPROVEMENT PROJECT
PAGE 4
this value each month are Construction Phase Professional Services, estimated to be
four percent of the respective construction contracts for that month. Lacking any
better method of allocating the land acquisition costs, the original estimate of
$1,676,000 has been distributed uniformly over 16 months beginning in September
2004 and ending in December 2005.
TABLE 1
PROPOSED PROJECT SPLIT
PROJECT OR SERVICE
CITY FUNDED, $
RLF FUNDED,$
All Design and Bid Phase Professional Services
13,581,211
0
All Land Acquisition
1,676,000
0
Construction of EL -1
1,242,397
0
Construction of EL -2
10,105,590
0
Construction of EL -3
4,160,125
0
Construction of EP -1
982,288
0
Construction of EP -2
13,726,596
0
Construction Contingencies
4,606,630
0
All Construction Phase Professional Services
5,716,624
0
Construction of WP -2
0
250,000
Construction of WP -3
0
41,217,962
Construction of WL-1
0
2,719,807
Construction of WL-2
0
3,157,891
Construction of WL-3
0
2,008,879
Construction of WL-4
0
9,776,779
Construction of WL-5
0
5,435,870
Construction of WL-6
0
3,722,027
Construction of WL-7
0
913,333
TOTAL
$55,797,461
$69,202,548
The referenced Tables 2, 3, and 4 are appended on the following pages. We hope
this report accomplishes what you needed and if we may further explain our
assumptions or if you desire the information to be in a different format, please call
me.
I
4
e
N
L
riot. ' o• a r ••
r o : - .i
RESOLUTION NO.
A RESOLUTION APPROVING A CONTRACT WITH MULTI -
CRAFT CONTRACTORS, INC. FOR THE REBUILDING OF THE
WIESE-FLOW SCREENS AT THE NOLAND WASTEWATER
TREATMENT PLANT IN THE AMOUNT OF $72,514.00; AND
APPROVING A BUDGET ADJUSTMENT TRANSFERRING
$55,138.00 TO THE PUMPS AND EQUIPMENT CAPITAL
PROJECT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves a contract with Multi -Craft Contractors, Inc. for the rebuilding
of the Wiese -Flow Screens at the Noland Wastewater Treatment Plant in the
amount of $72,514.00.
Section 2. That the City Council of the City of Fayettevi-lle,TArkansas
hereby approves a budget adjustment transferring $55,138.00 to €he Pumps and
Equipment Capital Project. ,_.i.1s0 I
PASSED and APPROVED this 5w day of -October 20941 1
APPROV 7
` , `\ `
A i I EST:
By1.
I Qfnm
SMITH, City Clerk
A COODY, Mayor
4
i
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
Bid # 04-70
INVITATION TO BID
DATE ISSUED: September 3, 2004
DATE & TIME OF OPENING: September 17, 2004- 3:30 P.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (479) 575-8289
F.O.B. Fayetteville, AR
Technical Specifications for Complete Remanufacture of
Wiese-Flo®36 Screens at the City of Fayetteville WWTF
Part I — General
1.1 Work Included
1.1.1 The Contractor shall provide all labor, parts, assemblies, tools, equipment and
supervision required to completely remanufacture, test and place into satisfactory
operation, the two (2) Wiese -Flo Screens model numbers WF304-36-36 at the Paul
R. Noland Wastwater Treatment Plant, 1400 N. Fox Hunter Rd., Fayetteville, AR
72701.
1.1.2 Work in this section shall be performed by a qualified Contractor who has experience
in the remanufacture of wastewater screening equipment. Contractor must have
successfully remanufactured a minimum of 10 similar Wiese -Flo Screens in past 5
years. Contractor shall be solely responsible for the design coordination of rebuild
work as well as manufacture of replacement parts. The equipment shall be removed
from service, inspected, completely remanufactured, and placed in proper operating
condition on site in a maximum of I week per screen.
1.2 References
1.2.1 The properties of all materials, design, fabrication and performance of the equipment
to be furnished under this section shall be in accordance with the latest issue of
applicable standard specifications. Authorities that are recognized by the Mechanical
Trades have prepared these standard specifications. The applicable authorities
include, but are not necessarily limited to, the following:
A. American National Standards Institute (ANSI).
B. American Water Works Association (AWWA)
C. American Society for Testing and Materials (ASTM)
D. National Electrical Manufacturers Association (NEMA)
E. American Society of Civil Engineers (ASCE)
F. Water Environment Federation (WEF)
Wiese -Flo 36 Screens and Integral Washing Compactors Remanufacture Specification
1.3 Submittals
1.3.1 Copies of all materials required to establish compliance with the Specifications shall
be in accordance with the requirements of the Contract Documents. As a minimum
the submittal package shall include the following:
A. Literature and drawings shall be included, describing the proposed screening
equipment in sufficient detail to provide assurance of compliance with the
Contract Documents. The details required shall include a minimum of
performance and headlosses specific to the proposed equipment and details of the
installation and equipment if any changes are made.
B. Dimensional drawings of all ancillary and control equipment.
C. Control schematics and other data as required for completion of the installation.
D. Sizing and headloss calculations if they are to be affected in remanufacture.
E. List of Contractor's recommended spare parts.
Part II — Products and Services
2.1 Wiese -Flo Screens Description
2.1.1 The self-cleaning Wiese -Flo Screens consists of a continuous filtration "belt" that
presents a clean filtration surface to the influent liquid stream at all times. The screens
belt is composed by a series of stainless steel hooked and straight links separated by
close tolerance Deli -in spacers on parallel stainless steel axles.. The links and spacers
are held in place with correct tension by UHMWPE "dogbone" slides that are secured
on the axles with lock nuts and washers. All stainless steel links out of tolerance are
to be replaced with links of identical thickness and design. All spacers out of
tolerance are to be replaced with deli -in spacers of same thickness. All stainless steel
axles are to be replaced. All UHMWPE "dogbone" slides are to be replaced. All
lock nuts and washers are to be replaced with easy access cotter pins and washers.
2.1.2 Screens grid rides along wear tracks on the top, sides, and bottom of the equipment.
Worn tracks are to be replaced with new stainless steel tracks. Centering brackets
that align grid on top tracks are to be replaced.
2.1.3 Screens drive assembly shall be completely rebuilt. Drive shaft, idler shaft, and chain
adjustment shaft shall be replaced with new stainless steel shafts.. Drive sprockets.
and idler sprockets shall be replaced. Drive chains shall be replaced. Stainless steel
bearing hats, UHMWPE bearing shims, UHMWPE bearing sleeves shall be removed
and replaced and pressed into place for proper operation. One set of explosion proof
motors and Sumitomo Cyclo reducers shall be provided as a spare for screen and
washing compactor.
2.1.4 Stainless steel hardware shall be replaced as necessary.
Wiese-Flo®36 Screens and Integral Washing Compactors Remanufacture Specification
Integral Washing Compactors (Optional)
2.1.5 Existing Integral Washing Compactors shall be replaced with new Washing
Compactors. Existing hoppers, screws, discharge pipe, seals and connection brackets
are to be removed. Replacement Washing Compactors shall connect directly to
existing screen and effectively replace worn equipment. New Washing Compactors
shall discharge washed and dried screenings into existing screw conveyor for
disposal. Flight shall be supported by bearings at both ends to reduce wear and
increase efficiency of new Washing Compactors. List the cost for the washers and
labor to install as an option. The owner will decide at the time of award if the washers
will be replaced.
2.2 Controls
2.2.1 Existing controls are to be inspected and tested for proper functioning. Repairs or
replacement of controls are not addressed under this specification. Contractor is to
notify plant personnel should any work be recommended.
2.3 Spare Parts and Accessories
2.3.1 One (1) lot of Contractor's recommended spares for the Wiese -Flo Screens shall be
left after remanufacture. Spare parts include 2 guide links, 2 axles, 20 hook links, 20
spacers, I set of explosion proof motors and reducers for screen and Washing
Compactor.
Part III — Execution
3.1 Completion
3.1.1 Time is of the essence in the remanufacture of the existing Wiese -Flo Screens. One
screen shall be addressed at a time in order to always have one screen in operation.
Once the screen has been removed from service, Contractor has one (1) week to
inspect, remanufacture, and return to proper operating condition. Contractor shall be
responsible for proper planning required for completion of remanufacture of
equipment within allocated time frame.
3:2 Warranty . .
3.2.1 The Contractor remanufacturing equipment supplied under this specification shall
provide a warranty for a period of twelve months commencing on acceptance and/or -
beneficial occupancy by the Owner after contractor has tested equipment and placed
in operation. The Contractor shall guarantee that the equipment furnished is suitable
for the purpose intended and free from defects in -design, materials and workmanship.
In the event that the equipment fails to perform as specified the:Contractor shall, at
his option, promptly repair, modify or replace the defective equipment.
3.3 Licenses, Patents, and Royalties
3.3.1 It is not the intention of the Engineer to specify any patented item or process that
requires granting of a license or peimit to the Owner for use of the equipment
specified herein.
3.3.2 The Contractor shall forever protect and defend the Owner in the full and free use and
enjoyment of any and all rights to any parts, inventions, machines, processes or
devices which may be applied as part of the work detailed in this specification.
Wiese -Flo 36 Screens and Integral Washing Compactors Remanufacture Specification
Protection for Owner includes, any and all legal costs associated with defense of
patent violation either in the construction or use after completion. Contractor shall
accept full responsibility against all demands of all persons, whomsoever, and shall
pay any royalties and license fees necessary for the use and enjoyment of such parts,
inventions, machines, processes or devices.
3.4 Testing
3.4.1 The screening system and all components shall be reassembled on site and tested on
site and in front of plant personnel. During the Contractor's test period the screening
system shall be adjusted as required to assure proper operation. If required, the
Contractor shall supply a certification of the completion of the factory testing of the
assembled screening system and appurtenances, and shall certify. as to the equipment
being in satisfactory operating condition at time of completion of remanufacture.
3.4.2 The Contractor shall provide instruction to the plant personnel alto the operation and
maintenance of the equipment including startup, shut down, on-line operations,
lubrication and preventative maintenance.
Proposals
must conform to the following
specification
and include appropriate evidence for
each:
-
• Bidder shall have a state of Arkansas Contractors License if Bid amounts are 20,000 or
greater.
• Bidder shall have workers' compensation as required by Arkansas State statutes.
• Bidder shall have general liability insurance as required at minimum of $500,000.00
• A bid bond of 5% and 100% performance/payment bond are required if bid amounts are
$20,000 or more.
EXECUTION OF BID -Upon signing this Bid, the bidder certifies that they have read and agree to
the requirements set forth in this bid proposal, including specifications, terms and standard
conditions, and pertinent information regarding the articles being bid on, and agree to furnish
these articles at the prices stated. Unsigned bids will be rejected. Items marked • are mandatory
for consideration.
'NAME OF FIRM:
Multi -Craft Contractors, Inc. Arkansas Contractor's License # 0025810305
'BUSINESS ADDRESS:
• P.O. Box 1760
'CITY: Springdale 'STATE: AR *ZIP: -72765-1 760
*PHONE: 479-751-4-330 •FAX: 479-751-4399
0 •
Wiese-Flo®36 Screens and Integral Washing Compactors Remanufacture Specification
ORIZED SIGNA
*PRINTED NAME:
Dennis Kelly
*TITLE:
Executive Vice President
PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENT
FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN
REJECTION OF BID.
THIS REQUEST FOR BID IS.NOT TO BE CONSTRUED AS AN OFFER, A -
CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE
CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION
OF THIS BID.
All bids shall be submitted on forms provided by the City with the item bid and the bid
number stated on the face of the sealed envelope. Bidders MUST provide the City with
their bids signed by an employee or officer having legal authority to submit bids on behalf of
the bidder. The entire cost of preparing and providing responses shall be borne by the
bidder.
2. Bids received after the date and time set for receiving bids will NOT be considered. The
City will NOT be. responsible for misdirected bids. Vendor should call or e-mail the
Purchasing Office at (479).575-8289 or purchasingCa�ci.fayetteville.ar.us to insure receipt of
their bid documents prior to opening date and time listed on the bid form.
3. The City reserves
the right to accept or
reject
any or all bids, waive formalities in the
bidding and make
a bid award deemed
to be
in the best interest of the City.
4. The City assumes no responsibility for the safety of the Bidder during inspection of the item
listed herein.
5. Arrangements for inspection may be made by appointment with Stanley Williams
- OMI Construction Coordinator 1400 N. Fox Hunter Rd, Fayetteville, AR 72701.
Phone: 479-443-3292, Fax 479-443-5613, Cell: 479-530-2074
6. The, item bid and the bid number shall be stated on the face of the sealed bid envelope.
Bids must be mailed, to:
City of Fayetteville
Purchasing Office
113 W. Mountain St.
Fayetteville, AR 72701
Multi -Craft Contractors, Inc.
Phone: 501-751-4330
®Fax: 501-751-4399
Post Office Box 1760
2300 Lowell Road
Springdale, AR 72765
City of Fayetteville
Bid #04-70
Complete Remanufacture of Wiese -Flo ® 36 Screens
At the
City of Fayetteville WWTF
Base Bid, including Bond: $68,391.00
Sales tax: 4,123.00
Total Base Bid:
Thank you,
Dennis Kelly
Executive Vice President
$72,514.00
DK:pap
NN\Kelly.City.Faye.W WTP.o4-7o.Sept.17.04
'me3tm14 St. Paul Fire and Marine Insurance Company
•7� St. Paul Guardian Insurance Company
Surety St. Paul Mercury Insurance Company
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Fidelity and Guaranty Insurance Company
Principal Office: 385 Washington Strect
St. Paul, Minnesota 55102
Seaboard Surety Company
Principal Office: 5801 Smith Avenue
BID BOND Baltimore, Maryland 21209
KNOW ALL MEN BY THESE PRESENTS, that Multi Craft Contractors Inc.
of Springdale, AR
as Principal,
and United States Fidelity & Guaranty Comp. a Maryland corporation, as Surety, arc held and finely
bound unto City of Fayetteville
as Obligee, in the full and just stars
of 5% of Bid Dollars»••««•••••••«•»«••••,,».«».».............«»«..»,«..»..,»...».......«..
Dollars, lawful money of the United States, for the payment of which sum,
well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
by these presents.
WHF.RF.AS, the said Principal is herewith submitting its proposal
Complete Remanufacture of WIESE-FLO 36 Screens at WWTP 04-70
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said
Prim-ipal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of
the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee
the difference in money between the amount of the bid of the said Principal and the amount for which the Obligcc legally contracts
with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed
the penal stun hereof.
Signed, scaled and delivered 16th , day of (� September r / 2004
Multi Craft Contractors Inc. �1 �a .� 1� P {L (Seal)
(Seal)
Surety Company:
Unite States Fl lity & G randy Company
Mt ry-in-Fac
Tabatha Moody
85214 Rev. 9-2000 Printed in U.S.A.
S�y�u' St Pad Fire and Marine Insurance Company United Sbtn Fidelity and Glnraoty Company
l SUrrely Si. Paul Gowdiao Lowrance Company Fidelity and Guaranty Insurance Company
St. Paul Mercury lounnce Company Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company Si. Pool Medical Liability Insurance Company
Bond No. Bid Bond
RIDER CONTAINING
DISCLOSURE NOTICE OF TERRORISM COVERAGE
This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the
sAct" ). No action is required on your part. This Disclosure Notice is incorporated in
and a part of the attached bond, and is effective the date of the bond.
You should know that, effective November 26, 2002, any losses covered by the
attached bond that are caused by certified acts of terrorism would be partially
reimbursed by the United States under a formula established by the Act. Under this
formula, the United States reimburses 90% of covered terrorism losses exceeding
the statutorily established deductible paid by the insurance company providing the
coverage.
Under the Act, there is a cap on our liability to pay for covered terrorism losses if the
aggregate amount of insured losses under the Act exceeds $100,000,000,000 during
the applicable period for all insureds and all insurers combined. In that case, we will
not be liable for the payment of any amount which exceeds that aggregate amount of
$100,000,000,000.
The portion of your premium that is attributable to coverage for acts of terrorism is
0.00.
IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO
CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY.
Thesipaul
Power of Attorney No.
POWER OF ATTORNEY
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
22554
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No. 2003514
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
Fred Stone, Warren T. Baldwin, Jr., William Brookshire, Tabatha Moody, Debbie Kelm and Beth Richardson
Springdale
Arkansas
of the City of , State , their tore and lawful Attomey(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 Coippanies in giir business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakingd ortted actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this ins * l,;my VVe aGy_WA) 1 Zth day of December 2003
Seaboard Surety Company 41 4�1S� ti >TlnitedStates Fidelity and Guaranty Company
St. Paul Fin dia Marine t& ' Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurancet& t Q Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Mercury insurance
99*:14r
,\M, ° �SEnL'e^ %S ,LIP 19j PETERW..CARMAN, Ym President
nuca' •G.tPa �r ✓ '.ANtP��
State of Maryland
City of Baltimore - -- THOMAS E. HUIBREGTSE, Assistant Secretary
On this 12th day of December 2003 , before me, the undersigned officer, personally appeared Peter W. Carman and
Thomas E. Huibregtse, 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 Whereof, I hereunto set my hand and official seal. ¢ p T'u1Y
r "SK
My Commission expires the 1st day of July, 2006. fb jJ REBECCA PASI.EY-ONOKALA, Notary Public
86203 Rev. 7-2002 Printed in U.S.A.
E
/
'ettvtlie
MEMO
Water and Wastewater Department September 30, 2004
TO: Fayetteville City Council
COPY TO: Hugh Earnest, David Jurgens
FROM: Greg Boettcher, Water and Wastewater
SUBJECT: October Agenda Items -Summary Information
Being unable to attend the City Council Agenda Session on September 28, 2004
(Farmington Mediation Meeting in Bentonville), the Sewer Committee suggested that the
attached information be shared with all of the City Council. In an abbreviated form, I
offer the following for your further awareness and information:
McClelland Engineering Contract -The contract covers planning, design and bidding .
phases of the Mount Sequoyah Pressure Plane Improvements Project. These services
were included in the project's 2004 budget.
Multi -Craft Contract Awards -These bids relate to the rebuilding of the Wiese -Flow
Screens and the replacement of a secondary clarifier mechanism at the Noland
Wastewater Plant. These activities are funded by the 2004 capital improvements budget
for the treatment plant.
Wiese -Flow Screen at Noland Wastewater Plant -To be rebuilt
ye ey le
MEMORANDUM
Water and Wastewater Department September 30, 2004
Clarifier No. 1 Mechanism -To be replaced
Sales and Use Bond for Wastewater System Improvements Project -Sale of the
additional private market sales tax bonds has been coordinated with the Arkansas Soil
and Water Conservation Commission and is to be accomplished with equivalent
financing costs. Favorable tax receipts have retired the initial issue more rapidly than
predicted necessitating issuance of the second issue to protect the city's right to
continue collection of the approved %-cent sales tax for debt retirement purposes. The
wastewater improvements project continues to advance on schedule and will be
expedited by the expanded use of the private placement bonds. It is planned to
construct all of the east side pipelines and plant work using only city funds, removing the
approvals by ASWCC from the east projects' requirements and streamlining these
portions of the project. An updated project split, a predicted project schedule and the
anticipated cash flows from the various sources are included for reference. It is
expected that the Department of Health approval of Contract EL -1 will be forthcoming in
the next few weeks allowing this work to be released for bids. The design of the west
side treatment plant has been completed and is not under review by the various state
agencies.
If there are questions on any of the current agenda items, please do not hesitate to
contact me at 575-8302.
From: Clarice Pearman
To: Boettcher, Greg
Subject: Multicraft Contractors
Greg,
The Council passed three resolutions regarding Noland Wastewater Treatment Plant. Two of the items
do not have signed contracts to attach to the resolution. Please let me know when I might expect a
contract for the repairs to Secondary Clarifier No. 1 and the resbuilding of the Wiese -flow screens.
Thanks.
Clarice
FAYETTE\ILLE •
THE CITY OF FAYETTEVILLE, ARKANSAS
City Clerk Division
113 West Mountain
Fayetteville, AR 72701
Telephone: (479) 575-8323
Fax: (479) 718-7695
city_clerk@ci.fayetteville.ar.us
DEPARTMENTAL CORRESPONDENCE
To: Greg Boettcher
Water/Wastewater Director
From: Clarice Buffalohead-Pearman°
City Clerk Division
Date: October 19, 2004
Re: Resolution No. 152-04
The City Council passed the above resolution October 5, 2004, approving a
contract with Multi -Craft Contractors for wiese-flow screen rebuilding at the
Noland WWTP. I have attached a copy of the resolution and a copy of contract.
Also attached is a copy of the budget adjustment.
This resolution
will be
recorded
in the city
clerk's office and microfilmed. If
anything else is
needed
please
let
the
clerk's
office know.
Attachment(s)
cc: Nancy Smith, Internal Auditor
Peggy Vice, Purchasing Manager
Barbara Fell, Budget & Research
Duyen Tran, WWTP