HomeMy WebLinkAbout226-12 RESOLUTIONRESOLUTION NO. 226-12
A RESOLUTION TO APPROVE BID #12-75 FOR A CONSTRUCTION
CONTRACT WITH INSITUFORM TECHNOLOGIES, LLC FOR SERVICE
LATERAL AND SEWER MAIN CURED IN PLACE LINING IN THE
AMOUNT OF $330,000.00.
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
Bid #12-75 for a construction contract with Insituform Technologies, LLC for service lateral and
sewer main cured in place lining in the amount of $330,000.00 and authorizes Mayor Jordan to
sign the construction contract.
PASSED and APPROVED this 4th day of December, 2012.
APPROVED:
By:
LI NELD , 1 '.1 AN, Mayor
ATTEST:
By: As4,14#4,A, CB • 920,11,
SONDRA E. SMITH, City Clerk/Treasurer
{11i111n
``<cFtK / T�RF� ��,�
:FAYETTEVILLE:
•ys •. pKA NSp• '
Shannon Jones
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
12/4/2012
City Council Meeting Date
Agenda Items Only
Utilities
Division
Action Required:
Utilities
Department
Approval of Bid #12-75 for a construction contract with Insituform Technologies, LLC for sanitary sewer main line
and service lateral cured in place lining, in the amount of $330,000.00.
330,000
Cost of this request
5400.5700.5815.00
Account Number
02017.0013
Project Number
Budgeted Item
EMI
n001 iN177A,,r I.
Departme t Dire�'t
4,097,341
Category 1 Project Budget
Sanitary Sewer Rehabilitation
Program Category / Project Name
1,001,178 Water and Wastewater
Funds Used to Date Program / Project Category Name
3,096,163 Water and Sewer
Remaining Balance Fund Name
Budget Adjustment Attached J1
City Attorney
Date
Finance and Internal Services Director Date
>-
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in Cit}
—11-14-12 P03:25 i'i C V
Clerk's Office
Received in
Mayor's Office
Comments:
Revised January 15, 2009
a�'Cve .evile
CITY COUNCIL AGENDA MEMO
MEETING DATE DECEMBER 4, 2012
THE CITY OF FAYETTEVILLE, ARKANSAS
ARKANSAS
www.accessfayettevine.org
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff(‘)(
David Jurgens, Utilities Director
Fayetteville Water and Sewer Committeq
From: Shannon Jones, Utilities Engineer
Date: November 8, 2012
Subject: Approval of construction contract with Insituform Technologies, LLC for sanitary sewer main line and service
lateral cured in place lining.
RECOMMENDATION
City Administration recommends approval of Bid #12-75 for a construction contract with Insituform Technologies, LLC
for sanitary sewer main line and service lateral cured in place lining, in the amount of $330,000.00.
BACKGROUND
The direct contracting with a cured in place pipe contractor allows 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.
The bid schedule includes specific unit prices for various items of work; with the sanitary sewer rehabilitation program
then using the pricing to complete the annual rehabilitation program. The exact needs of each rehabilitation activity
cannot be explicitly defined until the final design is completed, hence the unit price bid schedule to correlate costs to
project scopes. The work order releases for the previous term maintenance contract averaged $330,000.00 per year.
DISCUSSION
The City received three responsive bids on November 7, 2012.
Contractor
Total
Insituform Technologies
Suncoast Infrastructure
SAK Construction
$ 313,251.50 (low bid)
$ 391,600.00
$ 537,875.00
Insituform Technologies has completed many sewer rehabilitation projects in Fayetteville, including the 2002 — 2006, and
2008 — 2012 maintenance term contracts. All jobs have completed to the City's satisfaction.
The contract is set up to have as many as five annual terms from 2013 through 2017, with restrictions on the unit price
increases per year. While there is no obligation to execute future terms of the contract, this technique allows the City to
get the best possible prices, increases our flexibility, and greatly reduces the administrative demands involved. Each
subsequent annual term would go through the City Council for approval.
BUDGET IMPACT
Funds are available within the Fiscal Year 2012 Sanitary Sewer Rehabilitation Project.
Insituform CCMemo8NovI2
RESOLUTION NO.
A RESOLUTION TO APPROVE BID #12-75 FOR A CONSTRUCTION
CONTRACT WITH INSITUFORM TECHNOLOGIES, LLC FOR SERVICE
LATERAL AND SEWER MAIN CURED IN PLACE LINING IN THE
AMOUNT OF $330,000.00.
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
Bid #12-75 for a construction contract with Insituform Technologies, LLC for service lateral and
sewer main cured in place lining in the amount of $330,000.00 and authorizes Mayor Jordan to
sign the construction contract.
PASSED and APPROVED this 4t' day of December, 2012.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
TaTiatcy
NSAS
BID: 12-75
DATE: 11107112
TIME: 2:00 PM
CITY OF FAYETTEVILLE
Bid 12-75, Construction - 2013 Sanitary Sewer Main Line & Service Lateral Lining
1 insituform Technologies, LLC.
�x•���K3rY}z cz.
$
..�rCdST=
313,251.50
2 SAK Construction, LLC. .w
537,875.00
3 Suncoast Infrastructure, Inc.
591,6170.00
CERTIFIED:
*NOTICE: till award is contingent upon vendor meeting minimum specifications and formal authorlxation by City officials.
P. VICE, PARCH MGR
Detailed Bid Tabulation - 2013 Sanitary Sewer Main Line and Service Lateral Lining, Cured in Place Pipe Method
Insitufornl Technologies, LLC
SAK Construction, LLC
Suncoast Infrastructure, Inc.
Approx.
Unit Price In
Unit Price In
Unit Price, In
Item No.
Item Description
Qty,
Unit
Figures
Total
Elglires
Total
Fisurcg
Dial
1
6" x 4.5mm trenchless rehabilitation by CIDP of
existing sewer pipe mainline, complete in place
2500
LF
$ 37.00
5 92,500.00
5 48.00
$ 120,000.00
5 30.00
$ 75,000.00
2
8' x 6.0mm trenchless rehabilitation by C1PP of
existing sewer pipe mainline, complete in place
2000
LF
$ 36.00
$ 72,000.00
5 34.50
$ 69,000.00
$ 28.00
5 56,000.00
3
10" x 6.0mm trenchless rehabilitation by CIPP of
existing sewer pipe mainline, complete in place
500
LF
$ 36.00
$ 18,000.00
5 38.50
$ 19,250.00
5 33.00
5 16,500.00
4
12" x 6.0mm trenchlass rehabilitation by CIPP of
existing sewer pipe mainline, complete in place
500
LF
$ 42.00
$ 21000.00
5 56.00
$ 28,000.00
5 38.00
$ 19,000.00
5
15" x 7.5mm Irenehlen rehabilitation by CIDP of
existing sewer pipe mainline, complete in place
500
LF
$ 54.00
$ 27,000.00
$ 66.75
$ 33,375.00
5 65.00
$ 32,500.00
6
18" x 9mm trenchless rehabilitation by CIPP of
existing sewer pipe mainline, complete in place
500
LF
$ 68.00
$ 34 000.00
$ 101.00
$ 50,500.00
5 85.00
$ 42,500.00
7
Internal reinstatement of Service Laterals
150
EA
5 0.01
$ 1.50
5 100.00
$ 15,000.00
5 50.00
$ 7,500.00
8
Trenchiess rehabilitation by C1PP of existing 4"
Service Lateral
30
EA
5 1,350.00
5 40,500.00
$ 3,300.00
$ 99,000.00
$ 3,345.00
$ 100,350.00
9
Standard Mobilization (within 15 working days)
2
EA
5 1,000.00
5 2,000.00
5 24,500.00
$ 49,000.00
$ 7,500.00
$ 15,000.00
10
Emergency Mobilization (within 3 working days)
1
EA
5 2,000.00
$ 2,000.00
$ 36,750.00
$ 36,750.00
$ 9,000.00
$ 9,000.00
11
CIPP Point Repair, 6" - 12' Diameter, 10 LF
5
EA
5 850.00
$ 4,250.00
$ 3,600.00
$ 18,000.00
5 3,650.00
5 18,250.00
Total Bid
S 313,251.50
5 537,875.00
5 391,600.00
4.0 BIDDER'S PROPOSAL
4.1 ITEMIZED DESCRIPTION OF BIO PRICING
TO: City of Fayetteville
Fayetteville, Arkansas
The undersigned bidder, having examined the specifications and contract documents, and being fully advised as
to the extent and character of the work, propose to furnish all equipment and to perform all labor and work
necessary for the completion of the work described by and in accordance with the specifications and contracts for
the following prices to wit. The unit prices shall be written in words on each line below the item description.
The unit price in figures and extended total in figures shall be written on the lines provided. The total bid amount
shall be written in both figures and words on the lines provided.
Item Approx. Unit Price
No. Item Description Oty. Unit In Figures
6" x 4.5mm trenchless rehabilitation
by CIPP of existing sewer pipe
1 mainline, complete in place
Total
TL 4j se,velk 44, 14,;c. dollars 2500 LF $37.0 0 $ q 2 I coo . 0 a
8" x 6.Omm trenchless rehabilitation
by CIPP of existing sewer pipe
2 mainline, complete in place
SiX Ma 100 dollars 2000 LF
10" x 6.0mm trenchless rehabilitation
by CIPP of existing sewer pipe
3 mainline, complete in place
$ 34.00 $ 72, 00O . oO
siK 44 lob dollars 500 LP $ 34.00 $ 1 T i 0O0 .00
12" x 6.Ornm trenchless rehabilitation
by CIPP of existing sewer pipe
4 mainline, complete in place
riGy
fWv eta MO dollars 500 LF $ 412.00 $ 21,000.00
Item Approx. Unit Price
No. Item Description Oty. Unit In Figures
15" x 7.5mm trenchless rehabilitation
by CIPP of existing sewer pipe
5 mainline, complete in place
Total
C
1 X4.4'1 "Pabf 04 leo dollars 500 LF $ 54.00 $ 27, 000. OQ
18" x 9mm trenchless rehabilitation
by CIPP of existing sewer pipe
6 mainline, complete in place
51X -h7 .i",14 a4 °TOO dollars
Internal reinstatement of Service
7 Laterals
500 LF $ (PS .00 $ 341,000. OD
}{ vl
r() asid 400 dollars 150 EA $ 0 .0 1 $ 1,Co
Trenchless rehabilitation by C1PP of
8 existing 4" Service Lateral
Obit iikooc4rtd Atte.
timAk+`a US 4214 "Zwdollars
Standard Mobilization (within 15
9 working days)
T US %I 4J "4 dollars
Emergency Mobilization (within 3
10 working days)
Two itaKcat i Awd Too dollars
CIPP Point Repair, 6" - 12"
11 Diameter, 10 LF
30 EA $ 1,350.00 $ 40,5'00.00
2 EA $ 1,000.00 $ 2,40040 .00
1 EA $ 21000. 00 $ 2.y000 .O0
4i414" 1UML$C-t' tyitKa 1 dollars 5 EA $ ti5&.00 $ go 2 -CD .00
TOTAL BID AMOUNT $ 3 13 5 I .'a
tuee tun reel 1'yivt3SgttS -hop kuwatel -Mittofrte dollars agtd c+et s
(In Writing)
The undersigned understands that this bid is for a term maintenance contract for the rehabilitation of sanitary sewer mainlines
throughout Fayetteville, Arkansas and that the City of Fayetteville here may choose to purchase more, less, or none of the
rehabilitation, depending upon its needs. The City of Fayetteville is under no obligation to purchase a minimum amount of any
item awarded. This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service
connections using the cured -in-place pipe method.
The bidder understands that the City of Fayetteville reserves the right to reject any or all bids, and to waive informalities in the
bidding.
The undersigned further agrees that the proposal guaranty may be retained by the City of Fayetteville, Arkansas, provided the
undersigned is one of the lowest and most advantageous bidders, and that said proposal guaranty shall remain with the City of
Fayetteville until the contract has been signed, and the bond required for the faithful performance of the contract has been made by
one of the lowest responsible bidders; otherwise, proposal guaranty may be obtained from the City of Fayetteville after forty-eight
hours from the time of opening of the bids.
The undersigned hereby declares that he has had sufficient time to make all test and investigations to arrive at an intelligent estimate
of the cost of doing the work, and has carefully examined the specifications and documents relating to the work covered by his bid
or bids, that he agrees to do the work, and that no representation made by the City of Fayetteville are in any sense a warranty, but
are mere estimates for guidance of the CONTRACTOR.
Upon receipt of notice of the acceptance of the bid, we will execute the formal contract attached in quintuplicate, within ten days,
and will deliver a Surety Bond for the faithful performance of the contract, and such other bonds as may have been required in the
specifications. The bid security attached in the sum of 5%aof the greatest amount of the total bid is ($5%) is to become the property
of the City of Fayetteville if a cashier's check, and if a bond, the principal amount shall be paid to the City of Fayetteville, in the
event the contract and bond are not executed within the time set forth, and to be considered as liquidated damages because the delay
and additional work caused thereby are incapable of accurate ascertainment.
RESPECTFULLY SUBMITTED
Insituform Technologieso,i.LC
N :_ ANDTrfLE
Bidder
Business Address
Telephone Number
FAX Number
H. Douglas Thomas
V.P. —Global Procuretnent/Ops, Sup
SIGNATUREANDTITLE
17988 Edison Avenue
Chesterfield, MO 63005
636-530-8000
636-530-0751
Arkansas Contractors License Number 0072030413
NOTE: DO NOT DETACH BID FROM OTHER PAPERS BOUND IN THIS DOCUMENT. FM Bid Form in with ink
and submit complete with all other papers bound in this document
•INS ITUFORM TECHNOLOGIES; LLC
Assistant Secrctar "s.Certificate
Tbe.undersigned, being the Assistant Secretary of Insituform Technologies, LLC, a Delaware
limited liability company,hereby certifies that:
The following is a true and correct excerpt from the Limited Liability Company Agreement of the
Company:
Appointments bv.the President. The President of the. Company may from time to time appoint
officers of the Company's operating divisions, and such contractingand attesting officers of the
Company as the President may deem proper, who shall have such authority, subject to the control
of the Board of Managers,: as the president may from time to time prescribe.
2. The President ofthe Company has, pursuant to the above authority, duly. appointed H. Douglas
Thomas, Vice President -Global Proenrement/Operationk Support, and has. appointed Joann,
Snaith, Denise L., Carroll, Debra Jasper, Jana Lause and Deane Partridge as Contracting and
Attesting Officers ofthe Company.Each of the foregoing have been fully autl3orizcd and
empowered. by. the: President of the Company (i) to certify and to attest the signature: of -any
officer of the Company, (li)to enter into: and to; bind the Compahyto.perform pipeline . .
rehabilitation activities ofthe Company and ail Matters related thereto, including the maintenance
of one or more offices and facilities of the Company, (iii) to execute and to deliver docurue nts. ori.
bel alf ofthe Company, and (iv) to` take such other action as is or may be necessary and
appropriate to carry out the project, activities and work of the .Company.
IN WITNESS WHEREOF, have hereunto affixed my name as Assistant Secretarythis I day of
January,: 2012..
1INISITUFORM. TECHNOLOGIES; LLC
5.0 CONTRACT AND BOND DOCUMENTS
5.1 AGREEMENT
2013 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL
REHABILITATION, CURED IN PLACE PIPE METHOD
THIS AGREEMENT, made this 44/L " day of TkQ , 2012, by and between the City of Fayetteville, Arkansas, and
Tnsituform Technologies, LLC
doing business as a Limited Liability Company, hereinafter called "Contractor",
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned:
1. The Contractor will commence and complete the projects selected for rehabilitation under this Term Maintenance
Contract at the City of Fayetteville, Arkansas and all incidental and ancillary work in accordance with the conditions and
at the prices stated in the Bid Proposal which are a part of these Contract Documents attached hereto and made a part
hereof.
2. The Contractor will furnish all materials, supplies, tools, equipment, labor, and other services necessary for the
construction and completion of the projects selected for rehabilitation.
3. The Contractor will commence the work required under this term maintenance contract for the rehabilitation of sanitary
sewer mainlines throughout Fayetteville, Arkansas in a timely manner as projects are selected. The Contractor shall
furnish City of Fayetteville a timeline for each project as preparation for the work begins.
4. The timeline for this contract shall end December 31, 2013. Upon approval of the City of Fayetteville, the contract may
be extended on a yearly basis for up to four years.
5. The Contractor shall be entitled to receive up to Three Hundred and Thirty Thousand Dollars ($330,000). City of
Fayetteville is under no obligation to purchase a minimum amount of any item awarded and City of Fayetteville may
choose to purchase more, less, or none of the rehabilitation, depending upon its needs. This contract is generally for
miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in-
place pipe method. The City of Fayetteville will pay the Contractor in the manner and at such times as set forth in
the General Conditions such amounts, as required by the Contract Documents.
6. The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein
for the amounts shown in the Bid Proposal.
7. The term "Contract Documents" means and includes the Advertisement for Bids, Information for Bidders, Technical
Specifications, Bid Proposal, Agreement, General Conditions, Performance Bond, Payment Bond, Notice of Award,
Notice to Proceed, Change Orders and Addenda prepared or issued by the City of Fayetteville.
8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators,
successors, and assigns.
9. It is mutually agreed that should it appear to the City of Fayetteville or to the Authorized Agent in charge, at any
time during the existence of this Contract, that the sureties on the Contractor's bond have become insolvent,
bankrupt, or otherwise financially unable to protect the City of Fayetteville under the terms of the Contract, the City
of Fayetteville may demand the Contractor furnish additional security in some approved surety company satisfactory
to the City of Fayetteville. The acts of the City of Fayetteville or the Agent with reference to demanding new or
additional security shall never be construed to relieve the original sureties of their obligations under the contract, or
to relieve the Contractor. The City of Fayetteville may stop performance under the Contract until additional security
has been furnished by the Contractor, and the City of Fayetteville shall in no case be liable to the Contractor on
account thereof. In the event of the refusal or failure of the Contractor to comply with the demands of the City of
Fayetteville with reference to furnishing additional security, the City of Fayetteville may exercise its right as
provided herein to stop all payments under the Contract and to arrange for completion of the Contract requirements
obligating the Contractor for any and all additional expenses incurred.
10. Changes, modifications, 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 the City council in advance of the change in scope, cost or fees.
11. City of Fayetteville contracts and documents prepared while performing City of Fayetteville contractual work are
subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of
Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as
prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized
photocopying costs pursuant to the FOIA may be assessed for this compliance.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this
Agreement in three (3) counterparts, each of which shall be deemed an original on the date first above written.
THE CITY OF F:
By: 4,10,i11
Title. t yor
113 West Mountain S
Fayetteville, AR 72701
YETTEVILL
CONTRACTOR:
By:
Title: contracting Attesting Officer
Insitu
orm Technologies, LLC
n Smith
Company Insituform Technologies, LLC
Address
17988 Edison Avenue
Chesterfield, MO 63005
*If a corporation, the Secretary of the Corporation should Attest.
Attest:
Title:
Attes
Title:
(Corporate Seal)
Jana Lana
Miming Contracting &ingOffice,
�ltr a rt s►►►��
5.0 CONTRACT AND BOND DOCUMENTS
5.1 AGREEMENT
2013 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL
REHABILITATION, CURED IN PLACE PIPE METHOD
THIS AGREEMENT, made this day of
Insituform Technologies, LLC
, 2012, by and between the City of Fayetteville, Arkansas, and
doing business as a Corporation, hereinafter called "Contractor",
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned:
1. The Contractor will commence and complete the projects selected for rehabilitation under this Tenn Maintenance
Contract at the City of Fayetteville, Arkansas and all incidental and ancillary work in accordance with the conditions and
at the prices stated in the Bid Proposal which are a part of these Contract Documents attached hereto and made a part
hereof.
2. The Contractor will furnish all materials, supplies, tools, equipment, labor, and other services necessary for the
construction and completion of the projects selected for rehabilitation.
3. The Contractor will commence the work required under this term maintenance contract for the rehabilitation of sanitary
sewer mainlines throughout Fayetteville, Arkansas in a timely manner as projects are selected. The Contractor shall
furnish City of Fayetteville a timeline for each project as preparation for the work begins.
4. The tin,Pline for this contract shall end December 31, 2013. Upon approval of the City of Fayetteville, the contract may
be extended on a yearly basis for up to four years.
5. The Contractor shall be entitled to receive up to Three Hundred and Thirty Thousand Dollars ($330,000). City of
Fayetteville is under no obligation to purchase a minimum amount of any item awarded and City of Fayetteville may
choose to purchase more, less, or none of the rehabilitation, depending upon its needs. This contract is generally for
miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured-in-
place
ured in-
place pipe method. The City of Fayetteville will pay the Contractor in the manner and at such times as set forth in
the General Conditions such amounts, as required by the Contract Documents.
6. The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein
for the amounts shown in the Bid Proposal.
7. The term "Contract Documents" means and includes the Advertisement for Bids, Information for Bidders, Technical
Specifications, Bid Proposal, Agreement, General Conditions, Performance Bond, Payment Bond, Notice of Award,
Notice to Proceed, Change Orders and Addenda prepared or issued by the City of Fayetteville.
8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators,
successors, and assigns.
9. It is mutually agreed that should it appear to the City of Fayetteville or to the Authorized Agent in charge, at any
time during the existence of this Contract, that the sureties on the Contractor's bond have become insolvent,
bankrupt, or otherwise financially unable to protect the City of Fayetteville under the terms of the Contract, the City
of Fayetteville may demand the Contractor furnish additional security in some approved surety company satisfactory
to the City of Fayetteville. The acts of the City of Fayetteville or the Agent with reference to demanding new or
additional security shall never be construed to relieve the original sureties of their obligations under the contract, or
to relieve the Contractor. The City of Fayetteville may stop performance under the Contract until additional security
has been furnished by the Contractor, and the City of Fayetteville shall in no case be liable to the Contractor on
account thereof. In the event of the refusal or failure of the Contractor to comply with the demands of the City of
Fayetteville with reference to furnishing additional security, the City of Fayetteville may exercise its right as
provided herein to stop all payments under the Contract and to arrange for completion of the Contract requirements
obligating the Contractor for any and all additional expenses incurred.
10. Changes, modifications, 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 the City council in advance of the change in scope, cost or fees.
11. City of Fayetteville contracts and documents prepared while performing City of Fayetteville contractual work are
subject to the Arkansas Freedom of information Act. If a Freedom of Information Act request is presented to the City of
Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as
prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized
photocopying costs pursuant to the FOIA may be assessed for this compliance.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this
Agreement in three (3) counterparts, each of which shall be deemed an original on the date first above written.
THE CITY OF FAYETTEVILLE
By: Attest:
Title: Mayor
113 West Mountain Street
Fayetteville, AR 72701
CONTRACTOR:
By:
Title:
Company
Address
*If a corporation, the Secretary of the Corporation should Attest.
Title:
*Attest:
Title:
(Corporate Seal)
BID DOCUMENTS AND SPECIFICATIONS
CONTRACT FOR 2013 SANITARY SEWER MAIN
LINE AND SERVICE LATERAL LINING
CURED IN PLACE PIPE METHOD
City of Fayetteville, Arkansas
October, 2012.
(THIS PAGE INTENTIONALLY LEFT BLANK)
TABLE OF CONTENTS
1.0 INVITATION TO BID
2.0 INFORMATION FOR BIDDERS
2.1 INVITATION TO BID
2.2 SCOPE OF WORK
2.3 GENERAL INFORMATION
2.4 SPECIAL CONDITIONS
3.0 TECHNICAL SPECIFICATIONS
3 1 CURED -IN-PLACE MAINLINE RECONSTRUCTION
3.2 CURED -IN-PLACE LATERAL RECONSTRUCTION FROM MAINLINE
3.3 CURED -IN-PLACE LATERAL RECONSTRUCTION FROM CLEANOUT OR ACCESS
PIT
3.4 CURED -IN-PLACE PIPE FOR TRENCHLESS PIPELINE POINT REPAIR
3.5 CLEANING AND INTERNAL TELEVISION INSPECTION OF EXISTING SANITARY
SEWERS
4.0 BIDDER'S PROPOSAL
4.1 ITEMIZED DESCRIPTION OF BID PRICING
4.2 GENERAL INFORMATION
4.3 BID BOND
4.4 CONTRACTOR'S ACT OF ASSURANCE FORM
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
6.0 PREVAILING WAGE RATES
(THIS PAGE INTENTIONALL LEFT BLANK)
1.0 INVITATION TO BID
CITY OF FAYETTEVILLE
INVITATION TO BID
BID 12-75, Construction — 2013 Sanitary Sewer Main Line & Service Lateral Lining
The City of Fayetteville is accepting sealed bids from properly licensed contractors for a term contract for
sewer rehabilitation using cured in place pipe lining method. The scope of work can potentially include but
is not limited to, up to an estimated 6,500' of 6" - 18" sanitary sewer main line pipe, 30 each 4" service
laterals, 5 cured in place point repairs, and 150 internally reinstated connections on the 6"-18" mains
preparation for various locations in Fayetteville, Arkansas. Questions should be addressed to Andrea
Foren, Purchasing Agent at aforen@ci.fayetteville.ar.us or by calling (479) 575-8220.
All bids shall be submitted in a sealed envelope or package & should be labeled "Bid 12-75". All bids
shall be received by Wednesday, November 07, 2012 before 2:00 PM, local time at the City of
Fayetteville, Purchasing Division address listed below. No late bids shall be accepted. The City of
Fayetteville shall not be responsible for lost or misdirected bids.
City of Fayetteville
Purchasing Division — Room 306
113 West Mountain Street
Fayetteville, AR 72701
Bidding documents and plans shall be obtained by the City of Fayetteville Purchasing Division
electronically. No partial sets shall be issued. Plans may also be reviewed only at the Fayetteville
Purchasing Division.
All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, via e-mail.
When registering as a plan holder, vendors shall submit primary contact information including name of
contractor, primary contact, phone number, fax number, and physical address. FAILURE TO
REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED.
All bids shall be accompanied by a five percent (5%) corporate bid bond or cashier's check drawn upon a
bank or trust company doing business in the State of Arkansas. A one hundred percent (100%)
performance and payment bond is required with the contract awarded and shall be file marked by the
Washington County Circuit Clerk's Office upon receipt to the City. A State of Arkansas Contractor's
License is required for all bids.
Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small,
minority and women business enterprises to bid on and receive contracts for goods, services, and
construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their
contract to qualified small, minority and women business enterprises.
The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of
any Contract for a period of time which shall not exceed beyond ninety days from the bid opening date.
CITY OF FAYETTEVILLE, ARKANSAS
By: Andrea Foren, CPPB, CPPO
City Purchasing Agent
Ad dates: 10/19/12 and 10/26/12