Loading...
HomeMy WebLinkAbout180-06 RESOLUTIONRESOLUTION NO. 180-06 A RESOLUTION APPROVING CHANGE ORDER #2 TO THE CONSTRUCTION CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. IN THE AMOUNT OF $323,650.00 FOR SANITARY SEWER LINING SERVICES. 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 Change Order #2 to the contract with Insituform Technologies, Inc. in the amount of $323,650.00 for Sanitary Sewer Lining Services. , A copy of the change order, marked Exhibit "A" is attached hereto, and made a part hereof. PASSED and APPROVED this 7th day of November, 2006. APPROVED: By • DAN COODY, Mayo ATTEST. at • By: a te SONDRA SMITH, City Clerk • ;^� =U• :• FAYETTEVILLE: 9sy :QKANSP.\Y iinwu. CHANGE ORDER NO. 2 , TO THE AGREEMENT FOR SEWER MAINLINE REHABILTIATION THIS CHANGE ORDER, entered into this 11j' day of /iJdvnmb.Cr , 2006, by and between the City of Fayetteville, Arkansas, whose address for any formal notice is 113 W. Mountain St, Fayetteville, Arkansas 72701 and Insituform Technologies, Inc., (hereinafter " INSITUFORM 5 with offices at 702 Spirit 40 Park Drive, Chesterfield, Missouri, 63005 is made and entered into for purposes of amending certain provisions of the "Agreement for Sewer Mainline Rehabilitation," dated December 4, 2002 (the "Agreement"). This is Change Order No. 2 to the Agreement dated the 4th day of December, 2002, between the City of Fayetteville and INSITUFORM. This change order includes amended unit pricing schedule, changing the bid quantities within the provisions of and in accordance with the contract documents, as shown at Appendix A to Change Order 2, and adds language pertaining to changes in scope of work and the Arkansas Freedom of Information Act. NOW THEREFORE, The City of Fayetteville and INSITUFORM agree: (1) To change the Agreement to reflect the approval of the fifth annual term of the five annual terms agreed upon within the contract, and changing the unit pricing schedule as shown in Appendix A. (2) Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and City Council in advance of the change in scope, cost of fees. " (3) Freedom of Information Act. City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, INSITUFORM 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. Sdeq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. All other terms and conditions remain in effect in accordance with the Agreement referenced in this Change Order. Both parties indicate their approval of this Change Order to the Agreement by their signatures below as of the date shown above. Authorized Signature: Autho '.T, Signa H. Doug as Thomas V.P.Rehabilitation-Project Support 4INSITUFORM%TECHNOLOGIES, INC. ms ,e , "y+ . �� dux'. Ez • •.,(SEAL) wr lam' A.,,•.c I,c del way st Joann Smith. ontracting & Attesting Officer INSITUFORM TECHNOLOGIES, INC. CIPP change order Oct 06.DOC Dan Coody Mayor CITY O, ;�. • co; t • 1,3-1 :FAYETTEVILLE: IEVILLE• . •` ;,�-id, QKA NSPSJ4� ��•� NGT � m� ,�,, Attest City Clerk CITY OF FAYETTEVILLE O(O CD -J0) (T a CO N Trenchless Rehab (CIPP) Unit Price Proposal Tabulation ICIPP Point Repair 6"-12" 10 LF Emergency I Standard M A I12" x 6.Omm CIPP a 8"x6.0mmC 6" x 4.5mm CIPP Descripti - . N N co X t0 O 3 3 0 'O 13 15" x 7.5mm CI O X 0) O 3 3 0 — -0 I Reconnects Latera'. uo 0 v 3 0 - -0 Q N in m ea =5 13 - 13 i ip O >DDTmTm D D LF LF LF LF C D 7. C1•+ N0 0 00' 500 500 100' 1500 CO CA 0 0 Q EA N O O O O EA N 0 O O O $1,500.00 EA IJ 0 O 0 0000000 to 0 O 0 v O 0 (p(p UlC N N O 0 in O 0) O $34.00 Unit Price INSITUFORM Fayetteville, AR EA iA EA EA CO m N in O O EA O O 000000 222202 0 EA N W O N 0 0 0 0 0 (A O) 0 0 -4 0 0 00'009'S$ 621,250.00 O 0 O 0 0 A 0 O 0 0 -4 0 FS (O 0 O 0 0 — EA N 000 0 00000 O EA Is.) 0 O EA (A NEA 00 0 O a 0 O 00_OL$ to cA to Ch A AfCJ 01 N O O O)O<TO 00000 CO (Ci] a) Unit Price 2006 -• 0 O EA CO (0 CO O) co O O O EA 0EA ON O 000000001001(7. O 0 00000000000 EA EA O tJ 00) -co 0000 O O O 0 0 0 EA O 0 EAEAN �I O 0 EA EA N NCO (TNO O O O 0 0 0 EA 01 CO -to O 0 EA N (O -( 0 No -• O 0 — N O O0 2� 000 000 e %00'0 %00'0 %00'0 0 00000J01 e 0 O o 0 0 0 O O 0 0 0 0 (O N o m CO e % Change' David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 7 -Nov -06 City Council Meeting Date Water/Wastewater Division Action Required: s ///el/o,G /BO ,�iisr ifakon 7 e4nvk (J5, Water/Wastewater Department Fayetteville City Administration recommends approval of change order 2 to the construction contract with Insituform Technologies, Inc., approving an authorization totalling $323,650.00, for sanitary sewer lining services. $323,650.00 Cost of this request 5400.5700.5815.00 Account Number 02017.0201 Project Number Budgeted Item XX $ 7,498,907.00 Category/Project Budget 3,022,700.13 Funds Used to Date 4,476,206.87 Remaining Balance Budget Adjustment Attached Wastewater System Imp Project Program Category / Project Name Water and Wastewater Program / Project Category Name Water/Sewer Fund Name Depattmt Diector eTh\D, ps City Attorney k-PratAQ.\ IA 0cX04 Date 10-tq-06 Finance and Internal Service Director Mayor Date Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in Cit Clerk's tS-of 184 02 I18JAN of 4 -Dec -02 883 Received in Mayor's Office ENURED Comments: • ave �, I le City Council Meeting of November 7, 2006 CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: David Jurgens, Water and Wastewater Director From: Shannon Jones, Engineering Date: October 9, 2006 Subject: Resolution approving a contract extension with Insituform Technologies, Inc for cured -in-place sanitary sewer linings RECOMMENDATION Fayetteville City Administration recommends approval of change order 2 to the construction contract with Insituform Technologies, Inc., approving an authorization totalling $323,650.00, for sanitary sewer lining services. This contract amendment provides services for 2006 and is included in the Sanitary Sewer Rehabilitaiton project within the proposed Fiscal Year 2006 Budget. BACKGROUND On October 30, 2002 the City of Fayetteville accepted sealed competitive bids for sanitary sewer main line and service lateral lining services with Insituform Technologies submitting the successful bid proposal (see attached materials). The bid schedule includes specific unit prices for various items of work; with the sanitary sewer rehabiliation program then using the pricing to complete the annual rehabilitaiton program. The exact needs of each rehabiliatation activity cannot be explicitly defined until the final design is completed, hence the unit price bid schedule to correlate costs to project scopes. The original contract allows for a 5% increase per year in the unit prices in the contract; this increase has not been applied until this term. Thus, we are executing this work at only 5% above 2002 prices. DISCUSSION The direct contracting with Insituform Technologies allows the City of Fayetteville to execute its sanitary sewer rehabilitation program effectively and efficiently. It is effective as the administrative delays and costs are minimized due to the annual contract and pre -established pricing. Pipes being lined under this contract are either identified by City forces through normal maintenance operations or by consultants executing Sanitary Sewer Evaluation Studies. Either way, engineering and administrative costs are held to a bare minimum as formal plans and specifications are not required. This work is an integral part of the City's ongoing program to maintain its sewer system in the most long-term yet cost effective fashion, with cured -in-place linings being`by far the lowest cost strategy for applications where it is appropriate. BUDGET IMPACT Funds are available in the 2006 Sanitary Sewer Rehabilitation Project budget. Insitufonn Cont Renew Agenda Request Oct 06.doc • RESOLUTION NO. A RESOLUTION APPROVING CHANGE ORDER #2 TO THE CONSTRUCTION CONTRACT WITH INSITUFORM TECHNOLOGIES, INC IN THE AMOUNT OF $323,650.00 FOR SANITARY SEWER LINING SERVICES. 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 Change Order #2 to the contract with Insituform Technologies, Inc. in the amount of $323,650.00 for Sanitary Sewer Lining Services. A copy of the Change Order, marked Exhibit "A" is attached hereto, and made a part hereof. PASSED and APPROVED this 7th day of November, 2006. ATTES By: APPRO bAN Cdj"�DY, Mayor CiltyLClerl 5.0 CONTRACT AND BOND DOCUMENTS 5,1 AGREEMENT TERM MAINTENANCE CONTRACT FOR SEWER MAINLINE REHABILITATION THIS AGREEMENI, made tiffs 4 th day 01 December 2002 by and between theC rly of Fayetteville, Arkansas, •Irisituform Technologies, Inc. doing business as a Corporation, .hereinafter called "Contractor", WiINESSE1K. lhot fa and h consideration of the payments and agreements hereinafter mentioned: 1. The Cont;acta will commence and complete the projects selected for rehabilitation under this Term Maintenance Contract at the City of Fayetteville, Arkansas and an Incidental and ancWay work in accordance with the conditions and at the prices stated in the Bid Proposed which ore a part of these • Canhoct Documents attached hereto and made apart hereof. 2. the Conkocta will furnish dl materials, supplies, tools. equipment, labor, and other services necessary fa the construction anal completion of the projects selected for rehabidalion. . 3. The Contractor will commence the work required under this term maintenance contract for the rehabilitation of solitarysewer mainlines throughout Fayetteville, Arkansas in a timely rrtartrter as projects are selected The Contractor shall furnish City of Fayetteville a timelinefor each project as preparation for the wok begins., 4. the timeline fa this contract shad end December 31, 2003. Upon approval of the City of Fayetteville, the • contract may be extended on a yearly, basis for up to tour years.. i 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 ci 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. • Ills contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer marcs and service connections using the cured -in-place pipe method. The City of Fayetteville wily pay the Contractor . in the manner and of such times as set forth in the General Conditions such amounts, as required by the . Contract Dodurrients. 6. The Contractor agrees to perform the wok descnbect 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 fa Bids, Information for Bidders, Technical Specifications. Bid Proposal, Agreement, General Concktions, 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 alt potties hereto and their respective heirs, executors, administrators, successors, and assigns. 11 Is mutually agreed that should it appear to the City of Fayetteville or to the Authorized Agent in charge, • at any lime during the existence of This Contract, that the sureties on the Contractors 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 a 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 Contactor, • • anal the Cily of Fayetteville shall in no case be liable to the Conhacta on account thereof. In the event of ttre recusal or failure of the Contactor to comply with the demands of the Cily 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 orange for completion of the Contract requirements obligating the Contractor for any and all adddioncd expenses incurred. • 10. Changes, modifications. or amendments h scope..price a lees to itis contract shill not be allowed wlttout• a prior formal contract amendment approved by the tvtayor.cnd the City counci h advance of the dtatge 'h scope. costa tees. 11. Coy contracts and documents prepored while performing city contactual work are subject to the Arkansas Freedoni of Information Act. If a Freedom of Infarnalin Act request Is presented to the City of Fayetteville, the (contractor) wilt do everything possible to provide the documents In a prompt and timely manner as prescribed In the Arkansas Freedom of Infamotin Act (&CA §25-19-101 et. seq.). Oily legally authored • photocopying costs pursuant to the FOIA may be assessed fa this compliance. • IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized offickds, this Agreement In five (5) counterparts, each of which shall be deemed an original on the date first • 'above written. THE CITY OF FAYETTEVILLE 42 Title: Mayor 113 West Mountain Sheet Fayetteville, AR 72701 CT Attest: Trite: Byv erald Addington Tifle: Vice President -Project -Management n Smith Tifle: r!r tracting &'Attesting Officer Company Insituform Technologies, Inc. (CapaaleSed) Address .702Spirit 40 Park Drive Chesterfield,. MO 63005 •1 a couporalion, the Secretory of the Corporation should Attest. • :5.2 PERFORMANCE BOND Bond No.1SS8313 9 TERM MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER MAINLINE REHABILITATION • We . Insituform Technologies, Inc. Travelers Casualty & Surety Company of America hereinafter coiked'PRINCEAL', and SL Paul Fire & Marine Insurance Company , o{ Suety, he[eho/ter coiled'SureV, ore held and firmly bound unto the Cily of Fayetteville: Arkomw os obfgee,.In fie amount of SThree hundred eight thousand two hundred fifty dollars and no/100 Mors iS 308,250.00 J, for 'payment where of the PRINCIPAL ad Surety bind themselves, their hers, personal representatives, successors and assigns, Jointly and severally, Wray by these presents. • The PRINCIPAL has by written Agreement dated December 4 , 2002, emend Into a eoneeet wih the City of Faayeltevtle to make rehabilitation improvements- to sanitary sewer rnainfnes to be selected by the sty of Fayettevale. which Contact is by reference mode o pert hereof and b heretnonet referred to as the Contract. • WHEREAS, Ns bond b given psrsuad to the Arkansas Government Code; Naw. THEREFORE. N the PRINCIPAL slid well. bury and falauty perform is duties; al of the undertakings, covenonts. terms. conditions and ogreernents of ttte Cantroct: shoe satisfy di ddrrs and demands Incurred under the ConhoCI: Hag hty indemnify and -hold It* Clty of Foyettevwe hamless: shall reifnbuae and repay Cty of Foyelewlie for arty outlay or expense wNch City of Fayetteville may Incur in waking good my default. and shoe promptly moke payment to di persore, firms, subcontractor and Chea who may furnish mounder tericis a labor uer the Cmct. Men its obGgafan shallbe void: otherwise to remota pi nue face and effect. The obligations of CONTRACTOR orid SURETY under this bond apply both to. the original Contract and to cry extension a modfioolion.04 me Cbnhact and SURETY agrees hat rio charge, extension of Erne, addition, emporisien or other "- adticanm of the Contract; The work to be done under the Contract, or the rias and specifcalan *Nth ale a pail of the Contrast shri h arty manner affect fie obegd&Yss of SURETY under this bad, and SUETY wakes tette of any such change, extension of lane, oddlon, eipaW0n a other rnodficotori. the obligations of CONTRACTOR and SURETY under Nis bad ae performable and payable In Washington Canty, Arkasas such that exclusive venue fa ony legal Wien pertaining to this bond Hill ie in Washington County. Askmsas. By !ties -signatures beim the persons Airing Nis bond warrant and represent that they ae, tespecilveM dtly authorized to sign on behalf of CONTRACTOR and SURETY. PROVIDED , FURTHER, that rio find settlement between the City oI Fayetteville and the Contractor shill abridge the rightof any beneficiary hereu nder, whose clam may be unsatisfied. • : RN WITNESS WHEREOF, tis Instrument is executed In five 15) counterparts. each of which shall be deemed and • Spent E)XECUTEDMe the 4 day of December , 2002 CONTRACTOR: PRINCiPAL Ins;?, arm Terhnd..'-s. Inc. Gerald Addington .ince Pres Ident -Pro lett anor:woent Adaess702 Spirit 40 Park Drive Chesterfield, MO 63005 SURETY: Travelers Casualty & Surety Company of America 1 SUtETY St. Paul Fire & Marine Insurance Company By:ReelQfhaA. A-QY..e'.QoiAilea Kathleen A: Petchulat Attorney -in -fad Nome.JAfforneykrfoct: Address 955 Executive Parkway, Suite 100 Creve-Coeur MO 63141 Countersigned By: {J tt -Y)WW Janice A. Butler, Fa Smith, AR. Nae: dor eond ram Is monornory: no other tam ors be acceptable tare dote ofe,e naw mud not bpbr M e,e dole a Me Civeoct. n Coreoclot b o fanner.14 or Pannes mud esectne sun Sand. D* kad nut do heed h innueauee wall me WUhp oases Paw a Attorney albdea to each cap/. smut rasa t ensuing lords mud apnea on She U.S. Woodsy DevalMenr. metcuaent .d Pouliot 570 a. ar+ertoed) and be ouala@ed to mesad Merest h he Stale Of Monroe - . • • E.3 PAYMENT. BOND Bond No. 103960089 SS8313 TERN) MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER MAINLINE REHABILITATION we . Irisituform Technologies, Inc. Travelers Casualty. & Surety Company of America / . hereinafter. cot ed-FRIA/OPAL% and St. Paul Fire & Menne Insurance Company - as suguy, jn 4re amount . of $Three hundred erghtthousand two hundred fifty dollars and no/100 Was ($ 308250.00 ), for payment where of 111e PRINCPAL and SURETY •tett themselves.• their heks, personal representatives, successors and assigns, jointly and severalty. flrrnty by these presenh. The PRINCIPAL hos by written Agreement doled December 4 , 2002, entered into o conttott v4111 the C1fv of Fayes:ewe to mase rehaalmotbn improvements to sanitary sewer mainlines to be selected by the ON of Fayettevtile. which Contract is by reference mode a pat hereof and Is hereinafter referred to ce the Contract. WHEREAS; this bond is given put:wont to the Arkansas Government Code: • NOW. THEREFORE. U the PRINCPAL diol! promptly make payment to aft perswn, firms. Subcentmctots and cogiorotbns ftmishing =feeds for a patterning label In the prosecution of the Watt provided to hatch contract and CAW authorized extension a modification thereat, nchidng of arnalrris due tot moterldb, fuels. repairs en.rnachinery, equipment ord toot consumed a used n connection blies the construction of arch Wcid and of I naxonce premiums an sold Work and fen* Labor, peritonea in such Wok whether bySubcontractor a 'ottfenvhe. this obigatton shat be void; otherwise. to retain in tub face and enea. The obtpo$ats of PRINCPAL aid WREN under Mb bond ore perioxnable and payable in Washington County. Arkansas such that exckatve venue let ory legal cotton perk:81410 o this bond shall :e h Wash:nat a County. Arkansas. By their signatures • below. me persons signing this bad warrant and represent that they Are, respectively. wry amorized to sign ar behaR a PRINCIPAL and SURELY. • PROVIDED : FURRIER, that no End settlement between the Coy of Foye9avtlle and the Cotsfioater shall abridge the • right of any beneficiary hereunder, whose claim may be t sohsfied. IN winos WHEREOF. this Instrument b executed In free Ili) cotxnterp0rls, each of which sheaf be deemed and g EXECUTED fhb the 4 day of December • CONTRACTOR: PRWCPAL Insit Technologies By 2002 Gerold Addington v1rn Prnc{Aont-Pr..3ae+ M *ayq Nomefl ee Address 702 Spirit 40 Park Drive Chesterfield, MO 63005 SURETY: Travelers Casualty & Surety Company of America / StdiETY St. Paul Fire & Marine Insurance Company By. Rc A ettaltirica Kathleen A. Petchulat, Attomey-in-faa Nome/Attorney-In-Fact Adams 955 Executive Parkway, Suite 100 Creve Coeur, MO 63141 Countersigned By: , ) Rafted Janice A' Butler, Fo myth, AR Note: This Bond Form Is mandatory; no other form will be acceptable. The dote of the Bond must not be prior to the date of the Contract. If Contractor is o Partnership. all Partners must execute this Bond. This Bond must be issued In quintupllcate with the issuing agent's Power of Attorney attached to eoch copy. SURETY companies executing Bonds must appear on The U.S. Treasury Department's most current Ilst (circular 570 as amended) and. be authorized to transact business in the State of Atbansas '5.4 MAINTENANCE BOND Bond No. 103960089 SS8313 TERM MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER MAINLINE REHABILITATION we, huituform Technotogies, Inc. Travelers Casualty & Surety Company of America / hereinafter collect RRiNCIPPC. and SL Paul Fire & Marine Insurance Company . 03 SURETY. hereinotter coded •$tI nr. are held and fumy bawd Into the Cly of Foienevllle, Arkansas os obhpee, hereinafter coiled *City of • Fayetelac, in The avant 01 $Three hundred eight thousand two hundred fifty dollars and no/100 Dallas ($ 308,250.00 ), for payment where of the PRINCIPAL and SURETY bird Themselves, their heirs. person representor yes, successors and . ossigt*)rj ord severally, fimrN by these pesen .. The PRINCIPAL hos bY *Hee Agreement doted December 4 - 2002, entered Into a contract vMh the Chy of Foyeltewle to make rehabilitation Improvements to sanitary sewer mantas to be selected by the OIy of Fayetteville, which Contract Is by reference mock a pat hereof and is hereinafter referred to as the Contract. WHEREAS, this bond Is given pursuant to the Arkansas Government Code: • WHEREAS, railer the Contract t is prodded that the PRINCIPAL will maintain ail keep In good regale aS wpik to be pelfolrned and done undo the Conhaet for a period of two (2) years horn. the dote of acceptance of the .completed work by ON OF FAYEREVWLE, and to do and perform all necessoty work and repot any detective condtorm. I being wdesstood that me purpose of this rroalenance bond is to Insuree-all wnnonlies, express Of implied. mode or gtven by The PRINCPAL to CIT/ OF FAYETTEVILLE and to cares orf detective, hadequole a non- . torturing condt.cns °thing by reseal of ay materials or labor Instoaed. provided, Constructed or pedrxmied by the PRINCPAL and h sass the PRINCPAL that tog to cartes any such conditions I Is agreed thot CRY OF FAYETTEVILLE may rugae shah corrections and Merge the cost of mating those corrections against the PRINCPAL and the SURETY on -this oigation, and the PRINCIPAL and SURETY shad be aibiect 10 the flqudated damages provided in the contract. the pions and the specifications to each days Mae co Its pat to campy with the terms and pro✓rsfons of the Contract: ..• • NOW. THEREFORE. it the PRINCIPAL heist keep and perform Its opdgation to maintain the work and keep the work In repro for the hu maintenonce period W tied (2) yeas as Ineresn provided. then these presents shad be null and . vols andhove no Whet effect, but d default shad be mode by PRINCIPAL In the pedarrnonce of ds obligations, then tress presents shag have full force and effect ora CITY OF FAYETTEVILLE stmt have and recover from the •PRINCIPAL and is SUREW damages in the penises as pro+lded and t Is hathet undeistood and agreed that this obligation shod be a corm ubig one oga net the PRINCIPAL and the SURETY and that successive recovetes may be fwd hereon tor successive breaches until the full =ant of pHs bond shod hove been a housted; and it Is -further understood tat the obdgotion undo tub bond to makldn the work shod continue throughout 11* Maintenance pedod-and at not be changed, drrurnkhed, or In any aver mows affected duMg the term of Ink bond. The :.abegotbns 01 PRINCIPAL and SURETY urxier thk bond appy both to the o1pswl Contract and to my extension a ' .modification of the Contract aid SURETY agrees that no charges extension of time, addition. expansion or other Modtleation of the Conhoat, dna wok to be done under the Contract, or the pions and specifications w1nich ore a pal W the Contrast shad in any momer affect the obtain of SURETY. under -the bond. ondSURETY wp*es notice of any such change, extension .at true, ddddon. expaneon or other rnodficertlon. The oblgofions of PRINCIPAL ord SURETY Hader this bond ae pedomalde and payable in Washington County. Alfonso: such diad exclusive venue for ony iegol octan pertaining to this. band shad ie in Washington County, Annrnsas. By their signatures below, the persons signing ttNs bond warrant and represent that they ore, respectively, duty outhodaed to sign on besot of PRINCPAL orad SURETY. • PROVIDED, FORMER, .that no Mot set Cement between the Cfiy of Fayetteville and the Conhoctor shaft abridge the i in 01,any beneficial. hemunth, whose ddm may be unsotailta. . Ut Wilt4pS WKEREOF, Ibis kutnment is executed In ewe (5) countespaft eoch of which shaft be deemed and or gbrot. . . . •Ex CUW this the 4 day a December .2002 CONTRACTOR:. SURETY:• • •. Travelers Casualty & Surety Company of America / PRINCWPAL II situfonn Technologies, Inc. SUREWSt. Paul Fire & Marine Insurance Company • By: K&t&000.,. Ger etd AddingtonKathleenA.Petchutat Aeome 4n -fad . Vem Vets Prat oJa tiny o i Nae/Alloiney4hrFoct y - Address 702 Spirit 40 Park Drive Address 955 Executive Parkway, Suite 100 Chesterfield, MO 63005 - - Creve Coeur, MO 63141 Countersigned Qii " Janice A. BuW:t,-Fort Smith, AR Role: tN Bend Pcim b mordafoly.'no Mei ram et be occepttle. The dole el be 1nd be pt to Me dote el Pe Contort, 0 Mercer s 0 Po.t,eS ce Patted mutt meats frit Bald, lire Bond . mol be YNed h q.Mrplcote W M the 'balm Desna Paver el Mane/ otartad le each mq. SWETT 00mPrldWe gtiq Bat nwt eppe'a al the US. teensy eoa1.ats mod ctned BB Icicubr 670 a onwtdedt Lex, be a*rated bhoned buBey h Me Sala Wawa . gal PI9 ZOO ddgloie • Total' Bid 10 <O 8 V 0) 01 A w N Item No. ��I Bidder: 1� BRI -4 Garver Insituform t Suncoast j CIPP Point Repair Emergency Mobilization Standard Mobilization 4"CIPP Svc Lateral Lining Internal Lateral Reinstatement _J 112" CIPP lining 10" CIPP lining CO O 13 O 16" CIPP lining ' CO 0 - N O 1O 13 D D to n0 o 90 m co 0 D 0 D 5 co T D EA LF LF LF LF LF Y D eilkilitilitilliallilliSiA N N w 0 N 0 0 0 0 0 0 0 CO 01 0 c 0) a 0 0 0 0 0 N V V N N 0 V N 0 2,435 71 0 $25.001 2,000.00 $\9 325.1 ,500.001 100.00 N co I 70.00 O coA 0 O 0 N o 0 .. b $432,243.88. $11,371\51 2,000.00 $17,1850' 2,500.00 $34,, 5.00' 1,500.00 EA 00 N o o o EA V O o 0 o 0 0 N 00 0 o m $147,000' 34.00 Line Iter)' Unit EA O 0 0 0 0 0 0 O O O ENn o O N O of 0 S. O 0 W) O O 0 EA O 03 OD N 0 o o EA EA CO o 0 o 0 o0) O o 0 0 o o (0'091. '00'0009$ 0, V o 0 O O EA En N 0 o O N N 01 0 0 N O O 0 0 0 oot 1o0'000b9$ $119,000.001 N3.00 ILine Item n jJnit Co O 0 O o EA N (n - 0 o 0 hl o wOo N a o O O_o A I N O 40 N CO A O EA 0 OO 0009'£$ E o EA 01 A f O b o r,000.00 N 0 0 0 El)'A Su O O 0 En 0 00 O 0 el EA N E Line Ite N NO 0 O 66 0 0 0 4,000.00 N O o O O • 1,500.00 3,000.00 300.00 70.00 00'09 (N II o O 0 O O O O o A O O urn Engineer's Estimate 1 fA a N- O O O FO d) (n O O O O EA w b O O O to IO 0 O O O o co EA V b O O O EA 0) O O O O N V En O O O N N O O O O 0) O O - co O O w 01 n O co O O 5 m — ry 3 -S Oo O O O 6060666 O N En OO O 6660 O N �G M T G A 0 0 0 0 N O n O C N N am 3 � ei m Co mi m m 0 0 us • 3 O • m O ar 5 roN Q N a 0 0 r 0 N 03 m r m 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 Insitufonn Experience BRHGarved 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 -Pipe 1,000,000 536,371 Yes Yes Ft of Lined for Product in USA 50,000 16,178 Yes Yes Ft of Pipe Lined for Product in Arkansas 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 researchtheir qualifications in more detail as there was a lower qualified bidder: 1(11/13/2006) Amber Wood - Res. 180-06 Page 1 From: Amber Wood To: Jurgens, David Date: 11/13/2006 2:49 PM Subject: Res. 180-06 Attachments: 180-06 Rz & Rmv1762 Stirman.pdf CC: David, Bell, Peggy; Deaton, Vicki; Pearman, Clarice Attached is a copy of Res. 180-06 passed by the City Council on November 7, 2006. If you have any questions please feel free to give me a call at the number listed below. Have a great day! Thanks, Amber Wood Deputy City Clerk City of Fayetteville City Clerk Division Phone: (479) 575-8323 Fax: (479) 718-7695 awood@ci.fayettevi I le. ar. us •