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.