Loading...
HomeMy WebLinkAbout104-08 RESOLUTIONRESOLUTION NO. 104-08 A RESOLUTION AWARDING BID #08-39 AND APPROVING A CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. IN THE AMOUNT OF $330,000.00 FOR 2008 SANITARY SEWER MAIN LINE AND SERVICE LATERAL LINING, CURED IN-PLACE PIPE METHOD. 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 awards Bid #08-39 and approves a contract with Insituform Technologies, Inc. in the amount of $330,000.00 for 2008 sanitary sewer main line and service lateral lining, cured in-place pipe method. PASSED and APPROVED this 20th day of May, 2008. APPROVED: By: DAN COODY, Mayor ATTEST: By: elF.F.'RZN ::.U' •73; e • s :FAYETTEVILLE: ,.,,, V rnrz: -%%%% SONDRA E. SMITH, City Clerk/Treasurer 1 1 1 1 Y 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID DOCUMENTS AND SPECIFICATIONS CONTRACT FOR 2008 SANITARY SEWER MAIN" LINE AND SERVICE LATERAL LINING aye evtle City of Fayetteville, Arkansas March, 2008 CURED IN PLACE PIPE METHOD Ili/�5� A �' ,' ARKANSAS REGI* 1�'R ig� k4Ps-1 rvQ 111 A3 *•+``1� NEON W p,t o3/r9�ag //� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID DOCUMENTS AND SPECIFICATIONS CONTRACT FOR 2008 SANITARY SEWER MAIN LINE AND SERVICE LATERAL LINING aye evtle City of Fayetteville, Arkansas March, 2008 CURED IN PLACE PIPE METHOD NE ir- ":14, No.11.53 4/°I+�+ \toN 1N �0�1003%!9(cyir ADDENDUM 1 TOB1D DOCUMENTS AND SPECIFICATIONS CONTRACT FOR 2008 SANITARY SEWER MAIN LINE AND SERVICE LATERAL LINING CURED IN PLACE PIPE METHOD City of Fayetteville, AR Released April 7, 2008 BID NUMBER 08-39 This Addendum Number 1, consisting of three (3) Items, Is hereby made a part of the Contract Documents to the same extent as though it were originally included therein, and shall supersede anything contained in the Plans and Specifications with which it might conflict. This Addendum shall be attached to the Index Sheet of the Contract Document and submitted with the bid. Bidders shall acknowledge receipt of this Addendum on the outside of the sealed bid envelope. The Contract Documents for the above titled project is revised and amended as follows: 1. Replace paragraph 2.3.9 b) and c) with the following: 2.3.9 CONTRACTOR QUALIFICATIONS b) For a mainline Product to be considered Commercially Proven, a minimum of 1,000,400 linear feet or 4,000 manhole -to -manhole line sections of successful wastewater collection system installations in the U.S. must be documented to the satisfaction of the City to assure commercial viability. The mainline product intended for use on this contract must be specified with the submittal documents. All materials furnished shall be manufactured in the U.S.A. c) For a Contractor to be considered as Commercially Proven, the Contractor and the Contractor's personnel must have had at least 5 (five) years active experience with the Contractor in the commercial installation of the products bid. The installing CONTRACTOR must be specified with the submittal documents. (continued on page 2) Addendum Number 1 - 2008 CIPP Page 1 • 2. Replace paragraph 3.1.3 pertaining to product approval with: 3.1.3 PRODUCT, MANUFACTURER, CONTRACTOR QUALIFICATION REQUIREMENTS: For a Product to be considered Commercially Proven, a minimum of 1,000,000 linear feet or 4,000 manhole -to -manhole line sections of successful wastewater collection system installations in the U.S. must be documented to the satisfaction of the Owner to assure commercial viability. 3. Delete paragraph 3.4.2 Sincerely Shannon W..Jone:, P.E. Water & Wastewater Engineer Addendum Number 1 -- 2008 CPP Page 2 1 1 TABLE OF CONTENTS 1.0 ADVERTISEMENT FOR BIDS 2.0 INFORMATION FOR BIDDERS 2.1 INVITATION TO BID 2.2 SCOPE OF WORK 2.3 GENERAL INFORMATION 2.4 SPECIAL CONDITIONS 1 3.0 TECHNICAL SPECIFICATIONS 3.1 CURED -IN-PLACE MAINLINE RECONSTRUCTION 3.1.1 INTENT 3.1.2 REFERENCED DOCUMENTS 1 3.1.3 PRODUCT, MANUFACTURER, INSTALLER QUALIFICATION REQUIREMENTS 3.1.4 MATERIALS 3.1.5 STRUCTURAL REQUIREMENTS 3.1.6 INSTALLATION RESPONSIBILITIES FOR INCIDENTAL ITEMS 3.1.7 REINSTATEMENT OF BRANCH CONNECTIONS 3.1.8 INSPECTION 3.1 .9 CLEAN-UP 1 1 1 1 1 1 1 1 1 3.2 CURED -IN-PLACE LATERAL RECONSTRUCTION FROM MAINLINE 3.2.1 INTENT 3.2.2 REFERENCE SPECIFICATIONS 3.2.3 GENERAL CORROSION REQUIREMENTS 3.2.4 CURED -IN-PLACE PIPE MATERIALS 3.2.5 PHYSICAL STRENGTH 3.2.6 DEVIATIONS 3.2.7 INSTALLATION PREPARATIONS 3.2.8 INSTALLATION OF LATERAL LINING 3.2.9 CLEAN-UP 3.2.10 PAYMENT 3.3 CURED -IN-PLACE LATERAL RECONSTRUCTION FROM CLEANOUT OR ACCESS PIT 3.3.1 INTENT 3.3.2 REFERENCE SPECIFICATIONS 3.3.3 GENERAL CORROSION REQUIREMENTS 3.3.4 CURED -IN-PLACE MATERIALS 3.3.5 PHYSICAL STRENGTH 3.3.6 DEVIATIONS 1 1 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 3.3.7 INSTALLATION PREPARATIONS 3.3.8 INSTALLATION OF CURED -IN-PLACE LATERAL LINING 3.3.9 CLEAN-UP 3.3.10 PAYMENT 3.4 CURED -IN-PLACE PIPE FOR TRENCHLESS PIPELINE POINT REPAIR 3.4.1 INTENT 3.4.2 PREQUALIFICATION 3.4.3 MATERIALS 3.4.4 STRUCTURAL REQUIREMENTS 3.4.5 INSTALLATION 3.4.6 TESTING REQUIREMENTS 3.4.7 INSPECTION 3.4.8 CLEAN-UP 3.4.9 PAYMENT 3.5 CLEANING AND INTERNAL TELEVISION INSPECTION OF EXISTING SANITARY SEWERS 3.5.1 GENERAL 3.5.2 MATERIALS 4.0 BIDDERS PROPOSAL 4.1 ITEMIZED DESCRIPTION OF BID PRICING 4.2 GENERAL INFORMATION 5.0 CONTRACTS AND BONDS 5.1 AGREEMENT 5.2 PERFORMANCE BOND 5.3 PAYMENT BOND 5.4 MAINTENANCE BOND 5.5 CONTRACTOR'S AFFIDAVIT OF BILLS PAID 1.0 INVITATION TO BID BID NUMBER 08-39 2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN PLACE PIPE METHOD RECEIPT OF BIDS Separate sealed bids for 2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN PLACE PIPE METHOD, Bid Number 08-39, Fayetteville, Arkansas are invited and will be received at the office of the Purchasing Officer located at room 306, 113 W. Mountain, Fayetteville, Arkansas, 72701 on or before, but no later than 2:00 p.m. on April 16, 2008 and immediately thereafter or as soon thereafter as is practicable all bids will be publicly opened in a room to be designated at that time and the bid prices read aloud. The bid opening will be in room 326 of the City of Fayetteville Administration building at 113 West Mountain. The work consists of a term contract for sewer rehabilitation using an approved cured in place pipe lining method and material, up to an estimated 6,200' of 6" - 18" sanitary sewer main line pipe, 30 each 4" service laterals, five cured in place point repairs, and 60 internally reinstated connections on the 6"-18" mains. Sealed envelopes or packages containing bids shall be marked or endorsed "2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN PLACE PIPE METHOD, Bid Number 08-39." The contractor's state contractor's license number must be clearly stated on the envelope or package containing the bid. CONTRACT DOCUMENTS Copies of the Contract Documents required for review or bidding purposes may be obtained only from the office of the office of Purchasing Officer located at Room 306, 113 West Mountain, Fayetteville, Arkansas. Bid documents are available for inspection at the same office. Copies of the Bidding documents may be obtained at the Purchasing Agents office in accordance with the Instructions to Bidders at no cost for each set of documents. Partial sets are not available. BID SECURITY Each bid shall be accompanied by a certified check, a cashier's check or bid bond payable to the order of the City of Fayetteville, Arkansas in an amount not Tess than five percent of the bid as a guarantee that the bidder will, within ten (10) days after the date 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 of the award of contract, execute an agreement and file bonds and insurance as required by the Contract Documents if his bid is accepted. A pre-bid meeting shall be held at City Hall, Room 326, 113 West Mountain, Fayetteville, Arkansas on Wednesday, April 2, 2008 at 2:00 p.m. Attendance at this pre-bid meeting is not mandatory. Said Contract Documents are by this reference incorporated into and made a part of this Invitation to Bid and should be consulted for full particulars. The City of Fayetteville reserves the right to reject any and all bids, and to waive minor defects or informalities deemed to be in the City's best interest. "Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas, encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, the City of Fayetteville, Arkansas, encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." All questions or correspondence concerning the plans and specifications shall be directed to Shannon Jones, P.E., Water and Wastewater Engineer, 125 West Mountain, Fayetteville, AR, 72701, (479) 575-8206. City of Fayetteville, AR Andrea Foren CPPB Purchasing Agent Publication: March 24, 2008 March 31, 2008 Bid # 08-39 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.0 INFORMATION FOR BIDDERS 2.1 INSTRUCTIONS FOR BIDDING 2.1.1 SUBMITTING THE BID • Each Bid must be submitted in a SEALED ENVELOPE addressed to Peggy Vice Purchasing Officer, Room 306 City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 • Each sealed envelope containing a Bid must be plainly marked on the outside of the envelope as Bid for 2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL REHABILITATION, CURED IN PLACE PIPE METHOD, Bid Number 08-39. The envelope should bear the full name and address of the Bidder on the outside. The envelope shall also bear the valid Arkansas Contractor's License Number. • If forwarded by mail, the above-described envelope containing the Sealed Bid must be enclosed in another envelope addressed to: Peggy Vice Purchasing Officer City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 2.1.2 FILLING OUT THE BID DOCUMENTS • All Bids must be made on the required bid form as contained within the Contract Documents. • All spaces for bid prices must be filled-in in ink or typewritten, and the Bid Form must be fully completed and properly executed by a bona fide agent of the Bidder when the Bid is submitted. • The City of Fayetteville is not exempt from state and local use taxes. Bid amounts shall include State and local sales or use tax. • Only one copy of the Bid Form is required to be submitted. • The Bid Form should be left in the Contract Documents and Specifications and the entire set should be submitted with the Bid. • A conditional or qualified bid may be rejected. 2.1.3 BID CONDITIONS AND REQUIREMENTS • A Bidder may not withdraw his bid within sixty (60) consecutive calendar days after the date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified 60 -day period, the time may be extended by mutual agreement between the Owner and the Bidder. • The Owner may waive any informalities or minor defects in the bidding, or reiect any or all bids without recourse. • Any Bid may be withdrawn prior to the scheduled time for the opening of Bids or authorized postponement thereof. • Any Bid received after the time and date specified for receipt of bids will not be considered and will be returned to the Bidder unopened. • The Contractor's Bid shall be accompanied by a cashier's or certified check upon a national or state bank in an amount not less than five (5) percent of the total maximum Bid Price, payable without recourse to the City, or a Bid Bond in the same amount from a reliable surety company, as a guarantee that the Bidder will enter into a Contract and execute Performance and Payment Bonds within ten (10) days after Notice of Award of Contract to him. The Notice of Award shall be given by the Owner within sixty (60) days following the opening of Bids. • The successful bidder must furnish Performance and Payment Bonds upon the form provided in the amount of 100% of the total contract price from an approved bank or surety company holding a permit from the State of Arkansas to act as surety, or other surety or sureties acceptable to the City. • The CONTRACTOR shall furnish a Maintenance Bond for an amount equal to ten percent (10%) of the contract price for improvements and shall be for two (21 years from and after the date of the Engineers acceptance of the work. • The CONTRACTOR agrees that they will comply with the terms of the "Americans With Disabilities Act". • Attention of Bidders is particularly called to the requirement as to conditions of employment to be observed and minimum wages to be paid under the Contract as incorporated. • The Bidder shall submit within the same envelope with his Bid Form, complete "submittal data" to thoroughly define the character of the methods and materials upon which his Bid is based. Submittal data shall include catalog data sheets, descriptive material, photographs, etc., so as to thoroughly - explain to the Owner the character of the proposed rehabilitation. If such submittal is deficient in the opinion of the Owner, the Owner may request of the Bidder supplementary information as necessary to satisfy the Owner. 2.1.4 STATEMENT OF QUALIFICATIONS • It is the intention of the City to award a Contract only to a bidder who furnishes satisfactory evidence that he has the requisite experience and ability and that he has sufficient capital, facilities, and plant to enable him to prosecute the work successfully and promptly. Prospective bidders must complete and submit the enclosed Qualification Statement with his bid. The Contractor must also provide documentation with his bid that he has successful experience with the following: (1) lining no less than 20,000 feet of 6" sewer main; (2) reinstatement of no fewer than 200 each internal 4" services connected to 6 -inch diameter sewer mains; (3) lining no fewer than 200 each service laterals in lengths no less than 10 feet and no more than 75 feet. 2.2 SCOPE OF WORK 2.2.1 PROJECT DESCRIPTION • Term maintenance contract for the rehabilitation of sanitary sewer mainlines and service laterals throughout the City of Fayetteville, Arkansas. 2.2.2 LOCATION OF PROJECT • Multiple miscellaneous locations within the Fayetteville, Arkansas sanitary sewer collection system have been identified for rehabilitation. The City's goal is to accomplish the rehabilitation in phases. The City may choose to purchase more, less, or none of the rehabilitation, depending upon its needs_ The City is under no obligation to purchase a minimum amount of any item awarded. • This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method. 2.2.3 PURCHASE ORDERS • Purchase orders may be issued to the successful bidder for an amount up to an approximate total of $300,000 with a contract period not to exceed one (1) year. • The cost of any change orders will be included in the original contract total, i.e.; they will count against the approximate total of $300,000. Payment for the work will be in accordance with the prices set forth in the proposal for the quantity of work performed. Progress payments will be made monthly based on the work performed during that period. 2.2.4 CONTRACT RENEWAL • The contract may be renewed for additional periods up to four (4) additional contract periods beyond the original bid and will be based solely upon the option and agreement between both the City and the CONTRACTOR. The prices and rates bid by the successful bidder shall be firm throughout the initial one year period of the contract. Prices and rates may only be increased or decreased for the next or subsequent contract extension period, and only if the parties agree to extend the contract. If Owner seeks to decrease or Contractor seeks to increase any price or rate, each party shall give the other party written notice thereof at least ninety (90) days prior to the end of the contract year, together with a justification for each proposed rate of price change. Owner and Contractor shall negotiate in good faith the amount, if any, in the increase or decrease in the price or rate; provided, however, in no event may any specific unit cost change more than five percent (5%) of the preceding year's value. If the parties are unable to agree on the extension of the contract, then the contract shall terminate at the end of the contract year, subject to the Owner's right to unilaterally extend the contract of the same terms and conditions, for a period not to exceed four (4) months to enable the Owner time to rebid this document. 2.2.5 MISCELLANEOUS • The basis for award of the contract shall be the lowest total of unit prices bid by an acceptable and qualified CONTRACTOR who meets all or the experience requirements stated within this contract. Any bidder who does not meet all of the experience requirements stated within this contract will be considered a nonqualified bidder and will not be awarded the contract. • The CONTRACTOR will establish a point of contact for all field and construction related topics, and a point of contact for all billing and office related topics. • It is the City's intent to minimize disruption and street or access closure time to the residents of the City of Fayetteville. Therefore, the CONTRACTOR shall arrange crews in a way to have continuous work from the time a particular project has begun until it is complete. It shall be the responsibility of the CONTRACTOR to inform the City regarding dates and locations of work activities that may impact the flow of traffic. 2.3 GENERAL INFORMATION 2.3.1 SPECIFICATIONS • This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mainlines and service lines using the cured -in-place pipe method. Bids offering alternative methods or products may be considered for award if such methods and products are clearly identified in the bid and are determined by the Owner to be equal in all respects to the materials and methods referenced in the Specifications. Exceptions taken to the Specifications, if any, shall be dearly documented within the Bidder's bid package. 2.3.2 STATE AND LOCAL TAXES • The City of Fayetteville is not exempt from state and local use faxes. • Bid amounts shall include State and local sales or use fax. 2.3.3 MONTHLY ESTIMATE • All invoices for payment presented by the CONTRACTOR shall provide documentation to support the location and amount of work accomplished during the payment period. 2.3.4 PAYMENT • The Contractor's Invoice and all supporting documents shall be submitted to the City. • Owner will pay invoice amounts due to the Vendor within 30 calendar days after receipt of invoicing; or less any allowed discount as offered by the Vendor. • Payment for work on a particular project shall be made upon completion and acceptance of the work by the City. There will be no partial payment made for any project. • Invoices shall be sent to the City of Fayetteville. They shall be itemized to include: - The specific bid items utilized. - The quantities of those bid items. The location of the project. - The total cost for that project. The total billing to date under the annual contract, including any change orders. - All state and local taxes applicable. • Completion of a particular project is defined to include the satisfactory performance of all minor and non -pay work items such as clean up and restoration/replacement of all damaged private and public property, etc. • Unless otherwise indicated, there will be no separate pay items for the following miscellaneous construction items. Cost for these items shall be considered incidental to other contract bid items. Pre -TV and Post -TV inspection of pipelines - Bypass systems to include set up, operation, and removal Excessive pipeline cleaning and root removal Final Cleanup. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.3.5 RETAINAGE • As security for the faithful completion of the work by the CONTRACTOR, the Owner shall retain 10 percent (10%) of the total dollar amount of work done on this contract per work order issued. • Thirty (30) days after successful completion of a work order by the CONTRACTOR the retainage will be released to the CONTRACTOR. 2.3.6 SAFETY • The CONTRACTOR will be responsible for all signing and barricading and will comply with those portions of the "Arkansas Manual on Uniform Traffic Control Devices for Streets and Highways" which pertain to construction. • The CONTRACTOR will be responsible for contacting Arkansas One Call in order to determine the location of all utilities in all work areas relating to any excavation performed by the contractor. The City shall be responsible for contacting Arkansas One Call in order to determine the location of all utilities in all work areas relating to any Excavation performed by CITY crews. • The CONTRACTOR shall take precautions and use care to avoid damaging, disturbing, or disrupting existing private facilities on private or public property, i.e., fences, sprinkler facilities, shrubs, landscaping, etc. The CONTRACTOR shall restore, to the City's satisfaction, any property damaged by the CONTRACTOR, at the CONTRACTOR's expense. • The CONTRACTOR shall arrange crews in a way to have continuous work from the time a particular project has begun until it is complete in order to minimize disruption and street or access closure time to the residents of the City of Fayetteville. 2.3.7 INDEMNIFICATION • The CONTRACTOR agrees to indemnify and hold harmless and the City of Fayetteville, its officers, agents and employees, from and against liability for any and all claims, liens, suits, demands, and actions for damages, injuries to persons (including death), property damage (including loss of use), and expenses, including court costs, attorneys' fees and other reasonable costs arising out of or resulting from Contractor's work and activities conducted in connection with or incidental to this contract and from any liability arising out of or resulting from any acts or negligence, including all such causes of action based upon common, constitutional, or statutory law, or based in whole or in part upon the negligent or intentional acts or omissions of CONTRACTOR, including but not limited to its officers, agents, employees, subcontractors, licensees, invitees, and other persons. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • The CONTRACTOR further agrees that it shall at all times exercise reasonable precautions on behalf of, and be solely responsible for, the safety of its officers, agents, employees, subcontractors, licensees, invitees and other persons, as well as their property, while in the vicinity where the work is being done. It is expressly understood and agreed that the City shall not be liable or responsible for the negligence of the CONTRACTOR, including but not limited to its officers, agents, employees, subcontractors, licensees, invitees, and other persons. • The CONTRACTOR agrees to indemnify and save the City harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in the furtherance of the performance of this contract. When the City so desires, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. • It is further agreed, with respect to the above indemnity, that the City and the CONTRACTOR will provide the other prompt and timely notice of any event covered which in any way, directly or indirectly, contingently or otherwise, affects or might affect the CONTRACTOR or the City, and the City shall have the right to compromise and defend the same to the extent of its own interests. • Insurance coverage shalt be of the following types and not less than the following specified amounts: Commercial General Liability $500,000 per occurrence $1,000,000 aggregate Automobile Liability $250,000 per occurrence $1,000,000 aggregate Property Damage $100,000 per occurrence Excess Liability Other than umbrella from $1,000,000 Employer's Liability $250,000 per occurrence $500,000 aggregate Worker's Compensation Statutory worker's compensation coverage Umbrella Liability Not less than $1,000,000 per occurrence combined limit for bodily injury and property damage 2.3.8 PROGRESS SCHEDULE • The CONTRACTOR, upon the execution and delivery of the contract, shall prepare and submit for the OWNER'S approval a Critical Path Method (CPM) progress schedule showing the manner of prosecution of the work in order to complete the contract within the allocated time. The OWNER will review and approve the proposed progress schedule not later than the issuance of the notice to proceed. The progress schedule shall be revised if, in the opinion of the OWNER, the scheduled progress of the work is not being maintained. This revised schedule will address the methods by which time lost shall be made up. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.3.9 CONTRACTOR QUALIFICATIONS • All bidders on this project must be deemed qualified by the City to perform this work. In order to be considered qualified to bid on this contract, the bidding CONTRACTOR, product, manufacturer, and installing CONTRACTOR must provide documentation to satisfy compliance with the following requirements: a) For the bidding CONTRACTOR to be considered acceptable, the CONTRACTOR must satisfy all insurance, financial, and bonding requirements by the City and must have completed a Term Service Contract, as the General CONTRACTOR, similar in scope to this project with a minimum duration of (1) one year. The CONTRACTOR must also provide documentation with his bid that he has successful experience with the following: (1) lining no less than 20,000 feet of 6" sewer main; (2) reinstatement of no fewer than 200 each internal 4" services connected to 6 -inch diameter sewer mains; (3) lining no fewer than 200 each service laterals in lengths no Tess than 10 feet and no more than 75 feet. b) For a mainline Product to be considered Commercially Proven, a minimum of 1,000,000 linear feet or 4,000 manhole -to -manhole line sections of successful wastewater collection system installations in the U.S. must be documented to the satisfaction of the City to assure commercial viability. In addition, at least 50,000 linear feet of the product shall have been in successful service within the State of Arkansas within the past five years. The exact mainline product intended for use on this contract must be specified with the submittal documents. All materials furnished shall be manufactured in the U.S.A. c) For an Contractor to be considered as Commercially Proven, the Contractor and the Contractor's personnel must have had at least 5 (five) years active experience with the Contractor in the commercial installation of the exact products bid. The installing CONTRACTOR must be specified with the submittal documents. d) Sewer rehabilitation products submitted for approval must provide Third Party Test Results supporting the long-term performance and structural strength of the product and such data shall be satisfactory to the City. No product will be approved without independent third party testing verification. e) Both the rehabilitation manufacturing and installation processes shall operate under a quality management system that is third party certified to ISO 9001 or other internationally recognized organization standards. Proof of certification shall be required for approval. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.4 SPECIAL CONDITIONS 2.4.1 PERMITS AND RIGHT-OF-WAY • The intent of this contract is for the City to perform all excavations to include external lateral reinstatements, required point repairs, and obstruction removal. The CONTRACTOR shall not be required to do this excavation without a written work directive change. All references to work relative to excavation only apply if the contractor performed the excavation. • The City will provide rights-of-way for the purpose of construction without cost to the CONTRACTOR by securing permits in areas of public dedication or by obtaining easements across privately owned property. • It shall be the responsibility of the CONTRACTOR, 48 hours prior to the initiation of construction on easements through private property, to inform the property owner of his intent to begin construction. Before beginning construction in areas of public dedication, the CONTRACTOR shall inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the work. 2.4.2 TRADE NAMES AND MATERIALS • No material, which has been used by the CONTRACTOR for any temporary purpose whatsoever, is to be incorporated in the permanent structure without written consent of the City. • Where materials or equipment are specified by a trade or brand name, it is not the intention of the City to discriminate against an equal product or another manufacturer, but rather to set a definite standard or equality or performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper", or "equal to" are used, they shall be understood to mean that the thing referred to shall be proper, the equivalent of, or equal to some other thing, in the opinion of judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved sample. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connections with the materials, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute shall be approved in writing by the City and the City shall have the right to require the use of such specifically designated material, article or process. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.4.3 PROPERTY AND MONUMENT LINES • The CONTRACTOR shall protect all property corner markers, and when any such marker or monuments are in danger of being disturbed, they shall be properly referenced and if disturbed shall be reset at the expense of the CONTRACTOR. 2.4.4 DURING CONSTRUCTION • During construction of the work, the CONTRACTOR shall at all times, keep the site of the work and adjacent premises as free from material, debris, and rubbish, as is practicable, shall remove same from any portion of the site, if in the opinion of the City such material debris, or rubbish constitutes a nuisance or is objectionable. • The CONTRACTOR shall remove from the site all of his surplus materials and temporary structures when no further need therefore develops. 2.4.5 PROJECT MAINTENANCE • The CONTRACTOR shall maintain and keep in good repair the work contemplated under these plans, specifications, drawings, etc., and shall perform for a period as set forth in the Maintenance Bond from the date of acceptance all necessary repair, reconstruction and renewal of any part of said construction and shall furnish the labor and materials to make good and to repair any defective condition growing out of or on the account of the breakage or failure of any substance or the improper function of same. Said maintenance contemplates the complete restoration to a functional use during the said period as set forth in the Maintenance Bond. 2.4.6 - PROTECTION OF IMPROVEMENTS • The CONTRACTOR shall be entirely responsible for the protection of all improvements that are not designated by the City to be removed for proper construction of the project. This shall include sidewalks, building walls, existing inlets and manholes, underground utilities, shrubs, trees, signs, sod and fences. The CONTRACTOR shall be entirely responsible for the protection of all pavements adjacent to the project. 2.4.7 ACCIDENTS • The CONTRACTOR must report in writing to the City all accidents whatsoever arising out of, or in connections with the performance of the work, whether on, or adjacent to, the site, which caused death, personal injury, or property damages, giving full details and statements of witnesses. In addition, if death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the City. • If any claim is made by anyone against the CONTRACTOR or any subcontractor on account of any accident, the CONTRACTOR shall promptly report the facts in writing to the City giving full details of the claim. 2.4.8 ARRANGEMENTS FOR WATER • Water used for installation purposes, jetting or flooding trenches, sprinkling, testing and flushing of pipelines or any other purpose incidental to this project, will be furnished by the CONTRACTOR. The CONTRACTOR shall make the necessary arrangements for securing the transporting of such water and shall take such water in a manner and at such time that will not produce a harmful drain or decrease of pressure in the City's WATER SYSTEM. Water shall not be used in a wasteful manner. 2.4.9 USE OF FIRE HYDRANTS • No person shall open, turn off, interfere with, attach any pipe or hose to, or connect anything with any fire hydrant, stop valve or stop cock, or tap any water main belonging to the City, unless duly authorized to do so by the City Water Department. 2.4.10 LIGHTS AND POWER • The CONTRACTOR shall provide, at his own expense, temporary lighting and facilities required for the proper prosecution and inspection of the work. 2.4.11 PROTECTION OF TREES • No trees shall be cut except upon the specific authority by the City. Trees adjacent to the work shall be protected from all damage by the construction operations. 2.4.12 REMOVAL OF TREES, FENCES, ETC. • Fences within the right-of-way of this project shall be kept in good repair and closed at all times, except when it is necessary to move machinery and equipment through the fence. Gates shall be closed immediately after use. When the project is complete, the CONTRACTOR shall repair all fences and gates that have been moved or damaged by the CONTRACTOR as a result of construction. Fences shall be left in repair equal to the original condition. No separate compensation shall be made for this work. • Where surface drainage channels are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work of construction is completed.