ORANGE WATER AND SEWER AUTHORITY A public, non-profit agency providing water, sewer and reclaimed water services to the Carrboro-Chapel Hill community. AGENDA MEETING OF THE OWASA BOARD OF DIRECTORS THURSDAY, MAY 8, 2014, 7:00 P.M. OWASA COMMUNITY ROOM In compliance with the Americans with Disabilities Act, interpreter services are available with five days prior notice. If you need this assistance, please contact the Clerk to the Board at 919-537-4217 or aorbich@owasa.org. The Board of Directors appreciates and invites the public to attend and observe its meetings. Public comment is invited either by petition upon topics not on the Board's agenda, or by comments upon items appearing on the Board's agenda. Speakers are invited to submit more detailed comments via written materials, ideally submitted at least three days in advance of the meeting to the Clerk to the Board via email or US Postal Service (aorbich@owasa.org/400 Jones Ferry Road, Carrboro, NC 27510). Public speakers are encouraged to organize their remarks for delivery within the three-to-five minute time frame allowed each speaker. Additional time may be allowed at the discretion of the Board of Directors. Announcements 1. Announcements by the Chair A. Any Board Member who knows of a conflict of interest or potential conflict of interest with respect to any item on the agenda tonight is asked to disclose the same at this time. 2. Announcements by Board Members A. Update on the May 7, 2014 Natural Resources and Technical Systems Committee Meeting (Terri Buckner) B. Update on the May 8, 2014 Human Resources Committee Meeting (Will Raymond) C. Finance Committee Meeting on Thursday, May 22, 2014 at 5:30 PM in the OWASA Boardroom (John Young) 3. Announcements by Staff Petitions and Requests 1. Public 2. Board 3. Staff CONSENT AGENDA Action 1. Resolution Designating Agent to Represent Orange Water and Sewer Authority as Claimant for Reimbursable Damages Related to Declared Winter Storm Emergency (Kevin Ray) 2. Approval of the Minutes of the April 10, 2014 Meeting of the Board of Directors (Andrea Orbich) 3. Approval of the Minutes of the April 24, 2014 Closed Session of the Board of Directors (Will Raymond) 400 Jones Ferry Road Carrboro, NC 27510-2001 Equal Opportunity Employer Printed on Recycled Paper Voice (919) 968-4421 www.owasa.org
AGENDA May 8, 2014 Page 2 REGULAR AGENDA Discussion and Action 4. Board Approval for OWASA to enter into an Interlocal Agreement Relating to OWASA s Assistance to Orange County in Planning for Extension of Wastewater System Improvements to Service the Rogers Road Area (Robert Epting) 5. Resolution Awarding a Construction Contract for the Ridge Road Water Main Rehabilitation Project (Vishnu Gangadharan) 6. Appointment of Nominating Committee (Alan Rimer) Summary of Board Meeting Action Items 7. Executive Director will summarize the key action items from the Board meeting and note significant items for discussion and/or action expected at the next Board meeting
ITEM 1 AGENDA ITEM RESOLUTION DESIGNATING AGENT TO REPRESENT ORANGE WATER AND SEWER AUTHORITY AS CLAIMANT FOR REIMBURSABLE DAMAGES RELATED TO DECLARED WINTER STORM EMERGENCY BACKGROUND The winter storm in early March brought more than 80 trees down on the road in the Cane Creek Mitigation Tract owned by OWASA and caused minor damage to the road and stream crossing. Quotes indicate a cost of about $7,000 for debris removal and road repair. The State and Federal Governments declared a state of emergency for central North Carolina, including Orange County. Under the State and Federal declarations, OWASA appears to be eligible for financial assistance from the Federal Emergency Management Agency (FEMA) through the North Carolina Department of Public Safety (DPS) for debris removal and road repairs. In order to effect a claim, the Board must designate and authorize an agent to execute and file an application for assistance with DPS. ACTION NEEDED Adopt a Resolution Designating Agent to Represent Orange Water and Sewer Authority as Claimant for Reimbursable Damages Related to Declared Winter Storm Emergency May 8, 2014 1.1
ORANGE WATER AND SEWER AUTHORITY A public, non-profit agency providing water, sewer and reclaimed water services to the Carrboro-Chapel Hill community. MEMORANDUM TO: Board of Directors THROUGH: Ed Kerwin FROM: Kevin M. Ray DATE: April 29, 2014 SUBJECT: Resolution Designating Agent to Represent Orange Water and Sewer Authority as Claimant for Reimbursable Damages Related to Declared Winter Storm Emergency Heavy ice accumulation during the winter storm in early March of this year caused significant damage in central North Carolina. The storm left over eighty trees down on the access road on OWASA s Cane Creek Mitigation Tract property. Also, the access road and stream crossing incurred minor damage. We estimate a cost of about $7,000 for debris removal and road repair. The Governor declared the affected area to be in a state of emergency. On March 31, 2014, the Federal Emergency Management Agency (FEMA) issued a declaration of disaster for nine central North Carolina counties, including Orange County. The declaration established public assistance, administered by The North Carolina Department of Public Safety (DPS), for the cost of storm preparation, recovery and repairs, and mitigation. OWASA appears eligible for financial assistance to defray the majority of costs for the debris removal and road repair. However, in order to establish and administer a claim, DPS requires the governing board to designate an agent and to authorize that agent to execute and file applications for public assistance on behalf of OWASA. The attached resolution designates Kevin M. Ray, Finance and Procurement Manager and Ruth Rouse, Planning and Development Manager, as Primary and Secondary Applicant s Agents, respectively, for the purpose of filing and executing an application and to represent OWASA in its dealings with FEMA and DPS. Kevin M. Ray Finance and Procurement Manager 400 Jones Ferry Road Carrboro, NC 27510-2001 Equal Opportunity Employer Printed on Recycled Paper Voice (919) 968-4421 www.owasa.org 1.2
RESOLUTION DESIGNATING AGENT TO REPRESENT ORANGE WATER AND SEWER AUTHORITY AS CLAIMANT FOR REIMBURSABLE DAMAGES RELATED TO DECLARED WINTER STORM EMERGENCY WHEREAS, on March 6 and 7, 2014, a winter storm caused significant damage in portions of central North Carolina; and WHEREAS, ice accumulation during the storm felled numerous trees on the access road to Orange Water and Sewer Authority s Cane Creek Mitigation Tract property; and WHEREAS, initial estimates of the cost of tree and debris removal are $7,000; and WHEREAS, Disaster Declaration FEMA-4167-DR-NC makes available to public agencies financial assistance for storm recovery; and WHEREAS, Orange Water and Sewer Authority intends to seek public assistance for tree and debris removal; and WHEREAS, the North Carolina Department of Public Safety requires the governing board to designate an agent and to authorize that agent to execute and file applications for public assistance on behalf of the public agency; and, WHEREAS, the North Carolina Department of Public Safety requires the governing board to execute the attached Resolution Designation of Applicant s Agent. NOW, THEREFORE, BE IT RESOLVED: 1. That Kevin M. Ray, Finance and Procurement Manager and Ruth Rouse, Planning and Development Manager, are designated as Primary and Secondary Applicant s Agents, respectively, for the purpose of filing and executing applications. 2. That the Primary and Secondary Applicant s Agents are authorized to represent Orange Water and Sewer Authority in its dealings with the Federal Emergency Management Agency and the North Carolina Department of Public Safety. 3. That the Chair of the Board of Directors is authorized to certify the assertions in the attached Resolution Designation of Applicant s Agent. Adopted this 8 th day of May, 2014. ATTEST: Alan Rimer, P.E., Chair Michael Hughes, P.E., Secretary 1.3
Attachment 1 1.4
Attachment 1 Page 2 1.5
DRAFT ITEM 2 ORANGE WATER AND SEWER AUTHORITY MEETING OF THE BOARD OF DIRECTORS APRIL 10, 2014 The Board of Directors of the Orange Water and Sewer Authority (OWASA) held a regular meeting on Thursday, April 10, 2014, at 7:00 PM in OWASA s Community Room at 400 Jones Ferry Road, Carrboro. Board Members present: Alan Rimer, P.E., Chair; Terri Buckner; Stephen Dear; Heather Payne; Dana Raborn; Will Raymond; and Amy Witsil. Board Members excused: John A. Young, Vice Chair; and Michael M. Hughes, P.E., Secretary. OWASA staff present: Ed Kerwin; Mary Darr; Patrick Davis; Andrea Orbich; Todd Taylor; and Stephen Winters. Others present: Ben Poulson, Associate Director of Energy Services and Meg Holton, Water, Wastewater, and Stormwater Manager, University of North Carolina at Chapel Hill; and Esther Miller, Chapel Hill resident. There being a quorum present, Chair Alan Rimer called the meeting to order. MOTIONS ACTED UPON * * * * * * * * * * 1. Will Raymond made a motion to approve the March 13, 2014 Minutes of the Board of Directors; second by Dana Raborn and unanimously approved. 2. Amy Witsil made a motion that the Board of Directors authorize staff to publicize the proposed draft Fiscal Year 2015 operating and capital improvements budgets and proposed draft rates, fees and charges; the motion was seconded by Terri Buckner and unanimously approved. 3. BE IT RESOLVED THAT the Orange Water and Sewer Authority adopt the resolution titled Resolution Honoring the Service of Dana Raborn on the Board of Directors of the Orange Water and Sewer Authority. Motion by Steve Dear, second by Terri Buckner and unanimously approved. 4. Will Raymond made a motion that the Board convene in a Closed Session for the purpose of discussing a personnel matter; second by Heather Payne and unanimously approved. * * * * * * * * * 2.1
Orange Water and Sewer Authority April 10, 2014 Page 2 DRAFT ITEM ONE: ANNOUNCEMENTS CONFLICT OF INTEREST Alan Rimer said any Board Member who knows of a conflict of interest or potential conflict of interest with respect to any item on the agenda tonight is asked to disclose the same at this time. There were none. CHAPEL HILL OWASA COMMITTEE MEETING Alan Rimer said that the Chapel Hill Town Council s OWASA Committee and Chapel Hill appointees to the OWASA Board will meet on Thursday, April 17, 2014 at 8:00 AM in the OWASA Boardroom; the agenda will be prepared. NATURAL RESOURCES AND TECHNICAL SYSTEMS (NRTS) COMMITTEE Terri Buckner said that the NRTS Committee met on April 2, 2014 to discuss Information Technology and network security. Ms. Buckner noted that OWASA follows industry best practices to minimize risk to our systems and uses third party experts to periodically assess our security and business continuity practices. The Committee fully supports staff s work. The next NRTS Committee meeting will be May 7, 2014 at 5:30 PM to hear a presentation on regional water supply modeling. HUMAN RESOURCES (HR) COMMITTEE Will Raymond said the HR Committee will meet on April 15, 2014 at 5:30 PM in the OWASA Boardroom to continue discussions on OWASA s deferred compensation (457) plan and to review the employee performance review and compensation system. Mr. Raymond encouraged all Board Members to attend this meeting. THANK YOU Will Raymond thanked staff for the tree planting event held in honor of the late Dusty Martin, OWASA s former Water Treatment Plant Supervisor. He also expressed appreciation to Alan Rimer for presenting the Board s resolution honoring Mr. Martin to his family. ITEM TWO: PETITIONS AND REQUESTS Ester Miller, Chapel Hill resident, petitioned the Board for clean drinking water and recommended that the Board read three books ( Toxic Sludge is Good for You: Lies, Damn Lies and the Public Relations Industry, by John Stauber and Sheldon Rampton; Your Body s Many Cries for Water and Water Cures: Drugs Kill, How Water Cured Incurable Diseases by F. Batmanghelidj, MD). 2.2
Orange Water and Sewer Authority April 10, 2014 Page 3 DRAFT The Board received Ms. Miller s petition and took no action. The Board will stay abreast of scientific developments, changes in best management practices, and accepted public health practices and recommendations regarding drinking water. Alan Rimer asked for petitions and requests from the Board and staff; there were none. ITEM THREE: QUARTERLY REPORT ON ATTENDANCE AT BOARD AND COMMITTEE MEETINGS The Board received this report as an information item. ITEM FOUR: MINUTES Will Raymond made a motion to approve the March 13, 2014 Minutes of the Board of Directors; second by Dana Raborn and unanimously approved. Please see Motion No. 1 above. ITEM FIVE: AUTHORIZE STAFF TO PUBLICIZE THE PROPOSED DRAFT FISCAL YEAR 2015 OPERATING AND CAPITAL IMPROVEMENTS BUDGETS AND PROPOSED DRAFT RATES, FEES AND CHARGES Amy Witsil made a motion that the Board of Directors authorize staff to publicize the proposed draft Fiscal Year (FY) 2015 operating and capital improvements budgets and proposed draft rates, fees and charges; the motion was seconded by Terri Buckner and unanimously approved. Please see Motion No. 2 above. The proposed budget, capital program and rates will be the subject of public hearings by the OWASA Board on May 22, 2014 at 7:00 PM in the OWASA Community Room, 400 Jones Ferry Road, Carrboro. The draft FY 2015 budget includes about $19.8 million for operations, $10.2 million for capital improvements and $1.2 million in capital equipment expenditures. For the third consecutive year, no increase is proposed in the monthly water, sewer and reclaimed water rates. ITEM SIX: RESOLUTION HONORING THE SERVICE OF DANA RABORN ON THE BOARD OF DIRECTORS OF THE ORANGE WATER AND SEWER AUTHORITY Alan Rimer read aloud and presented a resolution of appreciation honoring the service of OWASA Board Member Dana Raborn. Steve Dear made a motion to approve the resolution; it was seconded by Terri Buckner and unanimously approved. Please see Motion No. 3 above. The Board expressed their sincere appreciation to Ms. Raborn for her leadership and service to OWASA. 2.3
Orange Water and Sewer Authority April 10, 2014 Page 4 DRAFT ITEM SEVEN: EXECUTIVE DIRECTOR WILL SUMMARIZE THE KEY ACTION ITEMS FROM THE BOARD MEETING AND NOTE SIGNIFICANT ITEMS FOR DISCUSSION AND/OR ACTION EXPECTED AT THE NEXT BOARD MEETING Ed Kerwin summarized the meeting as follows: Staff will e-mail information to the Board: 1) staff cell phone stipends, and 2) the possible risk to OWASA from the recently publicized Heartbleed computer security exploit. The April 24, 2014 Board meeting will include: o Financial Report for the Nine-Month Period ended March 31, 2014; o Discussion of Board Self-Assessment; and o Possible review and approval of an interlocal agreement with Orange County for preliminary design of a sewer extension in the Rogers Road area. ITEM FIVE: CLOSED SESSION Will Raymond made a motion that the Board convene in a Closed Session for the purpose of discussing a personnel matter; second by Heather Payne and unanimously approved. Please see Motion No. 4 above. There being no further business to come before the Board, the meeting was adjourned at 8:30 P.M. Attachments Respectfully submitted, DRAFT Andrea Orbich Executive Assistant/Clerk to the Board 2.4
DRAFT ITEM 3 ORANGE WATER AND SEWER AUTHORITY CLOSED SESSION OF THE BOARD OF DIRECTORS APRIL 24, 2014 The Board of Directors of Orange Water and Sewer Authority met in Closed Session on Thursday, April 24, 2014, following the regular Board meeting. Board Members present: Alan Rimer, P.E., Chair; John A. Young, Vice Chair, and Michael M. Hughes, P.E., Secretary; Terri Buckner; Stephen Dear; Heather Payne; and Will Raymond. Board Members excused: Amy Witsil. Staff present: Robert Epting and Ed Kerwin. ********** ITEM ONE The Board of Directors met in Closed Session for the purpose of consultation with General Counsel. ITEM TWO The Board of Directors met in Closed Session for the purpose of evaluating the annual performance of OWASA s Executive Director. No official action was taken at the meeting. DRAFT Will Raymond, Chair Human Resources Committee 3.1
ITEM 4 AGENDA ITEM BOARD APPROVAL FOR OWASA TO ENTER INTO AN INTERLOCAL AGREEMENT RELATING TO OWASA S ASSISTANCE TO ORANGE COUNTY IN PLANNING FOR EXTENSION OF WASTEWATER SYSTEM IMPROVEMENTS TO SERVICE THE ROGERS ROAD AREA BACKGROUND Orange County and OWASA staff developed an Interlocal Agreement Relating to OWASA S Assistance to Orange County in Planning for Extension of Wastewater System Improvements to Service the Rogers Road Area (Agreement). This Agreement was reviewed and approved by the County Attorney and OWASA s Counsel. OWASA will accomplish this work in part by the efforts of its own staff and in conjunction with consulting engineers. The County will reimburse OWASA for the cost of the consulting engineers. ACTION NEEDED Board review and approval of the Agreement between Orange County and OWASA by Motion authorizing the Chair of the OWASA Board of Directors to execute the Agreement. May 8, 2014 4.1
ROBERT EPTING JOE HACKNEY STEVE LACKEY KATHERINE DICKSON HATHAWAY S. PENDERGRASS EPTING AND HACKNEY ATTORNEYS AND COUNSELLORS AT LAW 410 MARTIN LUTHER KING, JR. BOULEVARD P. 0. DRAWER 1329 CHAPEL HILL, NORTH CAROLINA 27514 May 1, 2014 TELEPHONE 919-929-0323 FACSIMILE 919-929-3960 OF COUNSEL: ELIZABETH LACKEY JACOBS ELLEN B. SCOUTEN Mr. Ed Kerwin Executive Director Orange Water and Sewer Authority Carrboro, NC 27510 Re: Obtaining the Board's Approval of lnterlocal Agreement for Preliminary Engineering Services With Orange County Dear Mr. Kerwin: I am pleased to present for the Board's formal approval the lnterlocal Agreement devised by County and OWASA staff, and approved by the County Attorney and OWASA Counsel, under which OWASA will obtain and provide preliminary engineering services for Orange County in support of extension of sewer service to citizens in the unserved area near Rogers Road. OWASA will do so in part by the efforts of its own staff, and in part in conjunction with consulting engineers. The County will reimburse OWASA for the cost of such outside consulting services, provided this reimbursement will not exceed $130,000.00. The matter is on the Board's May 8, 2014 meeting Agenda for their review and approval of this Agreement. The Board action requested is that it review and approve this document, and authorize its execution on OWASA's behalf. No formal Resolution is required. With kind regards, I remain 4.2
NORTH CAROLINA ORANGE COUNTY INTERLOCAL AGREEMENT RELATING TO OWASA S ASSISTANCE TO ORANGE COUNTY IN PLANNING FOR EXTENSION OF WASTEWATER SYSTEM IMPROVEMENTS TO SERVE THE ROGERS ROAD AREA This Interlocal Agreement for the preliminary engineering for a wastewater system project in the Rogers Road Area is dated as of, 2014, and is entered into by and between Orange Water and Sewer Authority (hereinafter OWASA), an authority organized under Chapter 162A, North Carolina General Statues, and the County of Orange (hereinafter County), organized under Chapter 153A of the North Carolina General Statues. WHEREAS, the County desires at its expense to begin planning for the provision of wastewater system lines and facilities to serve residents located in the Rogers Road area of southern Orange County, herein the Project, which will be connected to lines in areas already served by OWASA s existing public wastewater collection lines and facilities; and, WHEREAS, the County is to determine the scope of the Project; and WHEREAS, the County desires to obtain OWASA s assistance to obtain preliminary engineering work necessary to determine the scope and predict the costs of this Project, to the end that the Project improvements will be constructed and extended in accordance with OWASA s collection system standards, into which the Project lines will flow; and WHEREAS, OWASA desires and is willing to assist the County with the successful completion of this Project work; NOW, THEREFORE, the parties agree as follows: 1. Purpose. The purpose of this Agreement is to establish the financial and other responsibilities of the parties for certain preliminary engineering necessary to determine the 4.3
Page 2 of 5 scope of the Project, as will be described in Exhibit A, as the same may be revised from time to time by the parties. 2. Preliminary Engineering Activities. a. OWASA shall undertake to prepare or have prepared preliminary engineering work to assist the County in determining the scope, location, design, and course of work that will be necessary to complete the Project. To the extent known and available at the time this Agreement is executed, the nature and extent of the Project shall be as described in Exhibit A, to be attached. If not available at the time this Agreement is executed, Exhibit A may be hereafter provided, or amended from time to time, by the parties, at the County s direction. b. OWASA shall employ engineers and consultants as necessary to assist in this work. OWASA s staff may also assist in this work. OWASA shall be solely responsible for costs incurred by its own staff work. Orange County shall reimburse OWASA for the costs of work by outside engineers and consultants engaged by OWASA, with the County s concurrence, for this work. c. Design plans for the Project shall be consistent with OWASA s usual standards and specifications, and shall be executed in accordance with OWASA s usual procedures, as well as with the County s directions as to scope of the Project facilities. OWASA shall develop the draft scope for this preliminary engineering work; provided, both the County and OWASA shall approve the final scope of work for the preliminary engineering work for the Project. d. The costs of the preliminary engineering for the Project shall initially be paid for by OWASA. Upon receipt of OWASA s invoices to recover the costs for this work, the County shall reimburse OWASA for all costs associated with the preliminary engineering work 4.4
Page 3 of 5 for the Project. OWASA shall be solely responsible for the costs of its own staff s work in coordinating the preliminary engineering work for the Project. e. In order to ensure proper and effective project management, the engineering consultant and any sub-consultants shall report to OWASA staff who shall work closely with County staff to ensure the County s requirements for the Project are met. In the event of any apparent conflicts between the County s and OWASA s requirements, the parties shall work together to find reasonable compromise and accommodations for the Project, consistent with OWASA s service standards. f. In close coordination with OWASA and consistent with the need for effective project management, the County Staff will have full access to the engineering consultant(s) and all relevant sub-contractors, who, at the County s request, shall meet with the County representatives or otherwise provide any information needed by the County on any aspect of the Project. OWASA will authorize the engineering and consultant(s) and subcontractors to meet with County representatives and to provide any information needed by the County on any aspect of the Project. g. The County shall be responsible for contracting with and coordinating community outreach partnering with organizations such as the Jackson Center and Rogers Eubanks Neighborhood Association to identify action steps to provide information and assistance concerning the Project to the Rogers Road neighborhood. h. Costs for the Project shall not exceed one hundred thirty thousand dollars ($130,000.00). Should the parties anticipate costs will exceed this amount the parties shall consider an amendment to this Interlocal Agreement to address the cost increase. 4.5
Page 4 of 5 3. Ownership Interests of the Parties; Duration of Agreement; Funding; Miscellaneous. a. Upon satisfactory completion of the Project, OWASA shall retain title to products and deliverables obtained pursuant to this Agreement, and shall share such deliverables with the County as the County may request. b. The preliminary engineering responsibilities and obligations of the parties shall continue until this phase of Project planning is completed. c. The County shall allocate sufficient funds to pay for all the expenses actually incurred, and for which it is responsible under the scope of this agreement. d. Both parties agree that it may be necessary to change the scope of work for the engineering consultant(s) required for the Project, and that any such changes must be approved by both parties. However, OWASA shall keep the County fully advised with respect to all change orders necessary for completion of the Project. e. Payment of the engineering consultant(s) will be administered and made by OWASA. The County will be invoiced monthly and will reimburse OWASA in full within 30 days for all expenses related to this Project. f. Each party will designate a single point of contact for the day-to-day administration for all aspects of this agreement for the express purpose of efficient project management. It will be the responsibility of this contact person to disseminate information to their respective organizations. g. Both parties recognize the importance of timely reviews and approvals. Each party will use their best efforts to provide and complete responses to issues dealing with plan reviews, proposed change orders, payment, and project acceptance. 4.6
Page 5 of 5 4. Amendments. All amendments to this agreement shall be approved by both parties and must be in writing. No amendments not in writing and executed with the formalities of this Agreement shall be valid. 5. Trust and Support; Cooperative Effort. Both parties agree that there are many issues and details relating to the successful completion of this project which are not specifically covered in this agreement. Both parties further agree to observe as a guiding principle, trust and support, with respect to successfully resolving any issues which may arise during the duration of this agreement. IN WITNESS WHEREOF, the parties have entered into and caused to be executed in their names this Interlocal Agreement, to be effective from and after this day of, 2014. ORANGE COUNTY ORANGE WATER AND SEWER AUTHORITY Orange County Commissioners, Chair OWASA Board of Directors, Chair Pre-audit Certification by County Finance Officer: Pre-audit Certification by OWASA Finance Officer: Approved as to form and legality: Orange County Attorney OWASA General Counsel 4.7
ITEM 5 AGENDA ITEM RESOLUTION AWARDING A CONSTRUCTION CONTRACT FOR THE RIDGE ROAD WATER MAIN REHABILITATION PROJECT PURPOSE To request the Board s approval to award a construction contract for the Ridge Road Water Main Rehabilitation Project. BACKGROUND The project consists of rehabilitation of a total of approximately 1,640 linear feet (LF) of existing 8-inch and 12-inch asbestos cement (AC) pipe using a cured-in place pipe (CIPP) lining along Ridge Road from Manning Drive to Boshamer Stadium. The project was identified by the Water Main Replacement and Rehabilitation model for completion within the next six to ten years, but was expedited in order to be completed before a Town of Chapel Hill street reconstruction project planned for Summer 2015. Plans and specifications for the construction of this project were prepared by Hazen and Sawyer (Engineer). A request for contractor qualifications was published on the OWASA website and in the Greater Diversity News (Wilmington, NC) on February 27, 2014, and five contractors were pre-qualified to bid on the project. On April 1, 2014, the five prequalified contractors were formally invited to submit construction bids for the project. Three bids were subsequently received, opened, and read aloud on April 24, 2014. The Engineer evaluated the apparent low bid and found it to be responsive to the bid requirements. Moffat Pipe, Inc. of Wake Forest, North Carolina was the low responsive, responsible bidder for the project with a bid of $874,211. The Engineer s estimate was $745,000. STAFF RECOMMENDATION Staff recommends that the Board of Directors adopt the attached resolution awarding the construction contract for the Ridge Road Water Main Rehabilitation Project to Moffat Pipe, Inc. May 8, 2014 5.1
ORANGE WATER AND SEWER AUTHORITY A public, non-profit agency providing water, sewer and reclaimed water services to the Carrboro-Chapel Hill community. M E M O R A N D U M TO: Board of Directors THROUGH: Ed Kerwin FROM: Vishnu Gangadharan, P. E. DATE: May 1, 2014 SUBJECT: Award of Construction Contract for Ridge Road Water Main Rehabilitation Project (Capital Improvements Project #275-20) Purpose This memorandum recommends that OWASA award a construction contract in the amount of $874,211 to Moffat Pipe, Inc. (Moffat) for the construction of the Ridge Road Water Main Rehabilitation Project (see Attachment 1). OWASA policy requires that the Board approve construction contracts that have been procured using formal bidding procedures per North Carolina General Statute 143-129. Background This project is part of OWASA s overall program to replace, rehabilitate and/or abandon aging water mains to ensure a safe and reliable supply of drinking water for our customers. It involves the rehabilitation of approximately 1,640 total feet of existing 8-inch and 12-inch diameter asbestos cement water mains located in Ridge Road between Manning Drive and Boshamer Stadium on the campus of the University of North Carolina at Chapel Hill (UNC). The existing mains within this project were identified by our Water Main Prioritization Model for replacement or rehabilitation within the next 6 to 10-year period; however, the Town of Chapel Hill's plans to reconstruct this portion of Ridge Road compelled us to expedite the project s completion. The existing pipes will be rehabilitated through a cured-in-place pipe ( CIPP ) process that is very similar to how we typically rehabilitate our aging sewer mains. This process is gaining more widespread acceptance for use on potable water mains, and we selected it for this project after extensive review because it minimized impacts to vehicle and pedestrian traffic and reduced the overall duration of construction (allowing us to plan for construction to occur within UNC Summer Break). Although the CIPP vendors claim to have completed water main rehabilitation projects totaling nearly 3 million feet in locations throughout the United States, Canada, and Europe, this project will be the first implementation of this technology for water main rehabilitation anywhere in North Carolina. As such, staff has 400 Jones Ferry Road Carrboro, NC 27510-2001 Equal Opportunity Employer Printed on Recycled Paper Voice (919) 968-4421 www.owasa.org 5.2
Ridge Road Water Main Rehabilitation Project May 1, 2014 Page 2 thoroughly evaluated this technology for its use in our water main system over the past two years, and throughout the design phase of this project in particular. We will also be looking very closely during construction phase at the installation costs, challenges, and impacts as well as the long term operational and maintenance impacts with an eye towards using CIPP for future water main projects. A brief summary of the technology will be provided at the May 8 Board meeting in conjunction with the recommendation for contract award. Design was completed by Hazen and Sawyer in March 2014. Advertising and Bidding Because of the size and complexity of this construction contract, prospective bidders were screened through a prequalification process in which interested contractors were required to submit a package outlining their qualifications, including past performance on similar projects, credentials of their management team, safety record, etc. Only those firms that clearly demonstrated the capability to successfully complete the project were invited to submit bids on the project. Staff posted a Request for Qualifications (RFQ) on February 26, 2014. Seven RFQ submittals were received on March 13, 2014 and after an extensive review of the submissions, five contractors were prequalified to bid on the project. An invitation for bids was issued to the five prequalified contractors on April 1, 2014. Three bids were received and opened publicly on April 24, 2014; the bids are summarized below: Moffat Pipe, Inc. $874,211.00 Pipeline Utilities, Inc. $913,000.00 Centurion Construction Company $913,018.98 Engineer s Estimate at 100% Design $745,000.00 Hazen and Sawyer reviewed Moffat s bid and determined that it was complete and responsive to the bid requirements (Attachment 2). As Moffat had already been determined via the prequalification process to be capable of successfully accomplishing the project, Hazen and Sawyer has recommended awarding the contract to Moffat. Bid Analysis and Budgetary Considerations The bids received fall within a relatively narrow range, with the average bid more than $161,000 over the Engineer s Estimate. Bid analysis reveals that the higher bid unit costs associated with CIPP lining and with temporary water mains account for nearly 97% of this discrepancy; this despite the fact that the Engineer worked closely with a few of the CIPP vendors throughout the development of design and cost estimation. It is possible that the CIPP subcontractors provided higher costs during the bid in response to additional requirements from the bidding general contractors, or else that the bidding general 5.3
Ridge Road Water Main Rehabilitation Project May 1, 2014 Page 3 contractors included a greater cost markup in the unit price than the Engineer had assumed. However, staff believes that the bids receive reflect the fair cost of the work. The construction contract will span fiscal years, with the majority of expenditures expected to occur within FY 2015. The Ridge Road Water Main Rehabilitation Project was not included in the approved FY 2014 budget, as the discussions with the Town of Chapel Hill which required us to expedite the project were completed after the development of the CIP budget. Expenditure projections for FY 2014 and the budget for FY 2015 account for Ridge Road construction costs, using cost estimates available at the time and assumptions about how the contractor is expected to sequence the construction activities. We recommend that we proceed with award of this construction project because it needs to be completed before next summer s roadway reconstruction project and because a rebid would likely result in higher bids (due to additional complications with completing the project during the fall semester). Minority and Women Business Enterprise (MWBE) Participation OWASA s Minority Business Participation Outreach Plan and Guidelines include all of the statutory requirements from the State of North Carolina, and specify a 10% goal for participation by minority businesses. In keeping with standard practice, OWASA staff took several actions to solicit minority participation in this contract, including advertising the RFQ in the Greater Diversity News, the North Carolina Institute of Minority Economic Development, OWASA s website, and plan rooms; and requiring bidders to follow good faith efforts to solicit participation by minority subcontractors. The apparent low bidder (Moffat) has provided notarized documentation of their good faith efforts, and has identified MWBE subcontractor or vendor participation in their bid of $100,000 (equal to approximately 11.5% of their total bid amount). Furthermore, Moffat is registered as a Women Owned Business with the North Carolina Department of Administration and is certified as a Disadvantaged Business Enterprise by the North Carolina Department of Transportation. Recommendation Moffat s ability to successfully complete this project was evaluated thoroughly during the prequalification process, and their safety performance, relevant project experience, bonding capacity, and other non-rated categories met OWASA s requirements. In addition, OWASA has had recent satisfactory experience with Moffat as the contractor for the Fordham Boulevard and Booker Creek Neighborhood Water Main Replacements Project (CIP #275-47), the emergency replacement of the Bolin Creek Aerial Crossing Project (CIP #276-18), and the Rangewood Pump Station Driveway Replacement Project (CIP #277-01). They have also been awarded the contract for the South Estes Drive Water Main Replacement Project (CIP #275-70), which is planned to begin in late May or early June. Moffat has assured staff that they have adequate resources to complete this project and the South Estes Drive project on schedule. 5.4
Ridge Road Water Main Rehabilitation Project May 1, 2014 Page 4 As summarized in Attachment 2, Hazen and Sawyer s subsequent evaluation of Moffat s April 24 bid found it to be responsive to the bid requirements. OWASA staff therefore finds that Moffat is the lowest responsible and responsive bidder for this construction contract bid, and requests the Board s adoption of the attached resolution (Attachment 3) awarding the construction contract to Moffat. Please let me know if you have any questions or need additional information. I can be reached at 537-4248 or vgangadharan@owasa.org. Thank you. Vishnu Gangadharan, P.E. Utilities Engineer Attachment 1 Map of Project Site Attachment 2 Engineer s Bid Evaluation and Certified Bid Tabulation Attachment 3 Resolution 5.5
4 DI 8 DI 8 DI 8 DI 8 DI 8 DI 6 DI 8 DI Stadium Drive 8-inch AC Water Main to be Rehabilitated 8 DI 8 DI 8 AC 8 AC 8 AC Chase Dining Hall Ridge Road 12 AC 12 DI Avery Hall 8 AC 8 AC 6 DI 8 AC 4 CI 8 AC 8 AC 8 DI 8 AC 8 DI 12 AC 8 CI 12-inch AC Water Main to be Rehabilitated Boshamer Stadium End Rehabiliation at Boshamer Stadium 12 DI 12 DI 8 CI 8 DI 8 CI 8 DI 2 PVC 2 PVC 12 AC 12 AC 12 AC 12 AC 8 DI 8 DI 12 AC 8 DI 8 DI 12 AC Manning Drive 12 AC Student and Academic Services 6 DI Begin Rehabiliation just North of Manning Drive 6 AC 12 AC 6 DI 6 AC 8 DI 120 feet of Open Cut Replacement at Manning Drive Intersection 8 DI 8 DI 6 DI 8 DI 8 DI 12 AC 6 CI 0 150 300 Feet RIDGE ROAD WATER MAIN REHABILITATION PROJECT 1 inch = 150 feet ATTACHMENT 1 PROPOSED WORK AREA December 2012 O:\32172-RAL\32172-000\Eng\GIS\B.2 TM Figure 1.mxd 5.6
HAzEN AND SAWYER Environmental Engineers & Scientists April 28, 2014 4011 WestChase Blvd. Suite 500 Raleigh, NC 27607 919 833-7152 hazenandsawyer.com Mr. Vishnu Gangadharan, P.E. Utilities Engineer Orange Water and Sewer Authority 400 Jones Ferry Road Carrboro, NC 27510 Re: Orange Water and Sewer Authority Ridge Road Water Main Rehabilitation Project H&S Job No. 32172-002 Dear Mr. Gangadharan: Please find enclosed the certified bid tabulation for the Ridge Road Water Main Rehabilitation Project, which was opened and read aloud on April 24, 2014 at 2:00 p.m. Based on the bids submitted the apparent low bidder is Moffatt Pipe, Inc. of Raleigh, North Carolina. Moffatt Pipe submitted a bid price of $874,211.00. Their bid has been reviewed and is deemed complete. After a review of the provided bid proposal, and in consideration of their approval for bidding via pre-qualification, Moffatt Pipe Inc., in conjunction with their proposed lining subcontractor SAK Inc., is found to possess satisfactory qualifications to perform the work required for this project. Furthermore, we recommend the award of the project, Moffatt Pipe, Inc. If you have any questions or require additional information please feel free to give me a call at 919-863-9261. SDL/sdl Enclsoure cc: File Very truly yours, HAZEN AND SAWYER, P.C. ~ 6~ Stephen D. Leitch, P.E. Senior Principal Engineer Gangadharan 04-28-14 ltr 5.7
Certified Bid Tabulation Ridge Road Water Main Rehabilitation Project ORANGE WATER AND SEWER AUTHORITY CHAPEL HILL, NORTH CAROLINA 4128/2014 Item No. Description Unit h U " CIPP Unlns: l.f- 1b B" CIPP lining LF 2 12" Ductile Iron Pipe Open Cut- Restrained Joint LF 2b 10" Ductile Iron Pipe- Open Cut -Restrained Joint LF 2c 8" Ductile Iron Pipe- Open Cut- Restrained Joint LF 2d 6" Ductile Iron Pipe- Open CUt- Restrained Joint LF 3a 8" Temporary Water Main LS 3b 12" Temporary Water Main LS 3c Provide Irrigation Water for Atkletic Field loooga 4 Sa Sb 6a 6b 6c 6d 7a 7b 8 9 loa lob loc lad loe lof log 10h 101 loj 10k 11a 11b 11c lld LBS EA EA EA EA EA EA LS l5 EA EA LS LS ls l5 l5 l5 LS LS LS l5 LS SY TN TN 12 12b 13 14 15 16 17 18 19 Ductile Iron Fittings 12" DI-AC Transition Coupling 8" DI-AC Transition Coupling 12" Gate Valve Assembly 10" Gate Valve Assembly 8" Gate Valve Assembly 6" Gate Valve Assembly Reconnect Service at STA 8+50 lnsta112" Service Connection and Meter at STA 13+65 Temporary Blow-off Assembly Fire Hydrant Assembly Pit No, 1 Pit No. 2 Pit No.3 Pit No. 4 Pit No, 5 Pit No. 6 Pit No. 7 Pit No. 8 Pit No, 9 Pit No.10 Pit No, 11 Mill Asphalt (1.5") at Manning Drive 59 SA Surface Course 825 DB Base Course Aggregate Base Course Remove and Replace Curb and Gutter Misc. Concrete Remove and Replace Brick Sidewalk Misc.. Surface Restoration Traffic Control Mobilization Town of Chapel Hill Street Cut Allowance Offsite Fill Material Undercut of Unsuitable Material and Replacement with Stabilization Stone TN LF CY SF LS LS LS cv cv Estimated Q,uantity 1,160 310 180 5 60 25 1 1 20 6,200 9 8 11 1 6 6 1 1 4 1 1 1 1 1 1 1 1 1 1 1 1 149 30 90 95 175 6.5 500 1 1 1 100 30 Pipeline Utilities Inc. Centurion Construction Company, Inc. Moffat Pipe, Inc. Unit Price Extended Total Unit Price Extended Total Unit Price $163.00 $189,080.00 $186.03 $215,794.80 $216.00 $1%,00 $60,760.00 $177.51 $55,02810 $241,00 $242,00 $43,560 00 $90,50 $16,290.00 $189.00 $282.00 $1,410.00 $171.36 $856.80 $370.00 $140,00 $8,400.00 $92.41 $5,544.60 $160.00 $180,00 $4,500.00 $101.18 $2,529 so $225.00 $22,000 00 $22,000.00 $57,542.04 $57,542,04 $23,450.00 $23,000 00 $23,000 00 $87,445 78 $87,445.78 $48,450.00 $600,00 $12,000,00 $1,370,04 $27,400.80 $600.00 $3.00 $18,600,00 $4.26 $26,412.00 $8.50 $650.00 $5,850,00 $504.29 $4,538.61 $400.00 $540,00 $4,320.00 $366,61 $2,932,88 $300,00 $2,300,00 $25,300,00 $2,063.09 $22,693.99 $2,900.00 $1,900.00 $1,900.00 $1,870 55 $1,870.55 $2,700,00 $1,600.00 $9,600.00 $1,335.83 $8,014.98 $2,200.00 $1,000.00 $6,000.00 $1,022.51 $6,135.06 $1,600.00 $4,200.00 $4,200.00 $3,570,01 $3,570 01 $4,500.00 $8,200.00 $8,200.00 $7,211.04 $7,21104 $15,000.00 $2,200,00 $8,800.00 $2,647 82 $10,591 28 $4,500.00 $3,900.00 $3,900,00 $4,081,08 $4,081.08 $7,600.00 $10,000.00 $10,000.00 $6,997.71 $6,997.71 $5,150.00 $10,000.00 $10,000,00 $9,970.85 $9,970.85 $9,600.00 $10,000 00 $10,000,00 $8,979.80 $8,979.80 $9,300.00 $10,000 00 $10,000,00 $13,935.04 $13,935.04 $13,600.00 $10,000.00 $10,000.00 $10,961.90 $10,961.90 $5,400.00 $10,000.00 $10,000.00 $17,899.15 $17,899.15 $13,600.00 $10,000.00 $10,000.00 $8,979.81 $8,979.81 $9,500.00 $10,000,00 $10,000,00 $12,943,97 $12,943.97 $13,600.00 $10,000.00 $10,000,00 $8,978,80 $8,978,80 $9,000,00 $10,000,00 $10,000.00 $6,997,73 $6,997.73 $5,150.00 $10,000,00 $10,000.00 $8,979.81 $8,979,81 $9,000.00 $10.00 $1,490.00 $121.79 $18,146.71 $24,00 $270,00 $8,100,00 $325.AO $9,762.00 $450.00 $172,00 $15,480 ~00 $319.29 $28,736,10 $190,00 $70.00 $6,650,00 $81.65 $7,756 75 $36,00 $38.00 $6,650,00 $46.20 $8,085.00 $65.00 $400.00 $2,600 00 $286.20 $1,860.30 $230,00 $14.00 $7,000.00 $23.95 $11,975.00 $36.00 $2,000,00 $2,000.00 $14,137.34 $14,137.34 $17,000.00 $234,650.00 $234,650.00 $95,102 52 $95,102.52 $15,000,00 $26,000.00 $26,000,00 $24,244.49 $24,244.49 $20,000,00 $25,000.00 $25,000,00 $45.00 $4,500100 $29.58 $2,958.00 $21.00 $50.00 $1,500.00 $71.51 $2,145.30 $76.00 Extended Total $250,560 00 $74,710 00 $34,020.00 $1,850.00 $9,60D.OO $5,625.00 $23,450.00 $48,45000 $12,000.00 $52,700.00 $3,600.00 $2,400.00 $31,900,00 $2,700,00 $13,200.00 $9,600.00 $4,500.00 $15,000.00 $18,000.00 $7,600.00 $5,150.00 $9,600,00 $9,300.00 $13,600,00 $5,400.00 $13,600,00 $9,500.00 $13,600.00 $9,000 00 $5,150.00 $9,000.00 $3.576.00 $13,500.00 $17,100.00 $3,420.00 $11,375.00 $1,495.00 $18,000.00 $17,000.00 $15,000.00 $20,000.00 $25,000.00 $2,100.00 $2,280.00 \\\\\\IIIII/JII....,-:. '''"'-" CA~o'"~ ~'o~ ~issi6!~ ::::~.~., ~ ;Q. SEAL ~: ~ ::..,... ~299. ~... - - ~.~. ~ ~~~~ -.'.N.~ ~,.,.,~, 7teN o \.~,,~ 11 ''''"''''''' '{-J.t-t't Tq.t;~l 8ld Amount $913,000.00 $912,017.98 Arlthmetlc Corrt:aion RIQqul t~ CERTIFICATION The bids shown herein were opened and read aloud at the at the offices of the Orange Water and Sewer Authority; 400 Jones Ferry Road, Carrboro, North Carolina 27510 on Aprll 24, 2014, at 2:00p.m. The bids shown represent the total bid amount provided on the original Bid Form of each Bidder's proposal Stephen D Leitch Hazen and Sawyer. P C S874.211.00 5.8
ADDENDUM NO. 1 TO CONTRACT DOCUMENTS Project: Owner: Ridge Road Water Main Rehabilitation Project Orange Water and Sewer Authority H&S Project No...::: 3.::. 2..:..: 17~2:...: -0::..::0::..=2:... Date" 04-21-2014 -----~~~~------ To All Bidders: Contractors submitting Proposals for the above named Project shall take note of the following changes, additions, deletions, clarifications, etc., in the Contract Documents, which shall become part of and have precedence over anything contrarily shown or described in the Contract Documents, and all such shall be taken into consideration and be included in the Contractor's Bid Proposal. All other general items, conditions, drawings, and specifications shall remain the same. Please acknowledge the receipt of Addendum No. 1 with the Bid Form and as noted below. Refer to the Attached Sheets. The return receipt acknowledgement requested below will be deemed evidence that the bidder has received this Addendum and has followed the instructions outlined herein. Please sign, date, clearly print company name, and fax this sheet back to Hazen and Sawyer, P.C. at 919-833-1828 immediately upon receipt. A knowledgement of Receipt Y/zt/Jq Date Stephen D. Leitch, P.E. HAZEN AND SAWYER, P.C. 32172-0021\Addendum No 1 rev2 5.9
04/23/2014 15:27 9198331828 HAZEN AND SAWYER PAGE 01/08 YB ADDENDUM NO. 2 TO CONTRACT DOCUMENTS Project: Ridge Road Water Main Rehabilitation Project H&S Project No. ~------=3:..:::2...:...: 17~2:...:: -0:..=0.=... 2 _ Owner: Orange Water and Sewer Authority Date: 0:;..4-.;...=.;23~-;;;;;20~1;..;4:...-- To All Bidders: Contractors submitting Propoools for the: above: named Project shall take note of the following changes. additions, deletions. clarifications, etc., in the Contract Documents, which shall become part of and have precedence over anything contrarily shown or described in the Contract Documents, and all such shall be taken into consideration and be included in the Contractor's Bid Proposal. AJI other general items, conditions, drawings, and specifications shall remain the same. Please acknowledge the receipt of Addendum No. 2 with the Bid Form and as noted below. Refer to the Attache The return receipt acknowledgement requested below win be deemed evidence that the bidder has received this Addendum and has followed the instructions outlined herein. Please sign, da1e, clearly print company name, and fax this sheet back to Hazen and Sawyer, P.C. at 919-833-1828 immediately upon receipt Stephen D. Leitch. P.E. HAZEN AND SAWYER, P.C. HAZEN AND SAVV"r t:.a' 40~ WUTCHA$E BLVD SUITE soo RALEIGH, NC 27607 T8. 919-833-7152 FAX 919-833-1828 32172-oo21\Aclderulum No. 2 s--en f 'I 1 ~ )1 ~ Lj:~3fl0\ o 5.10
NO R TH CAROLINA Unified Certification Program I 509 MA IL Sf AVICE CENTER R/I L EIGH, NC 27699-1509 www nc..dot gov/buc,.iness/oc.s/u(p 9 1 9-70 7-4800 (p)" 919-733 3584 (f) 1-871 650 OLI O (tol l free) www ncdot gov September 13, 2012 Andrea Moffat Moffat Pipe, Inc. 2816 Moffat Tenace Wake Forest, NC 27587 UBJECT: Approval of OBE ertification - Effecti e Octobet 4. 2012 Dear Andrea Moffat: Your certification as a Disadvantaged Business Enterprise (DBE) has been approved by the Depru1ment and i effective for a three-year period as of the above subject date. Please be aware that upon the third anniversary of your certification October 4 2015 your fitm must be recertified. The Department will notify your finn at the appropriate time and provide you with guidance on the process. In order to remain on the Department's Certified DB E listi ng, your finn will be required to submit no affidavit to this office on an annual basis. The affidavit will attest to the fact!hat no changes have occurred that would affect your status as a Disadvantaged Business Enterprise, or that your personal net worth has not exceeded $1.32 million as required by federal regulations for economically disadvantaged individuals. The Unified Certification Program will provide you with the appropriate forms at least 30 days prior to the anniversary date of your certification. Should your finn experience any changes in ownership, address, telephone numbers, or specialty, you are required to notify this office in writing within two weeks of that change. Failure to infonn us of these changes can result in decertitication. Please note that the certified status mentioned above is not to be considered as pre-qualification to bid, or approval to perform work for the Department of Transportation. To be pre-qualified to bid on NCDOT highway projects or to be approved as a subcontractot to work on the same, please contact the pre-qualification section at (919) 707-4800. MM/ksb 53248 Michael McKoy State Contractor Utilization Engineer ) I, 5.11
1 trrnat ljfur I ~Ol4 I rutr ruotng 1!4 nnr!l 111 (l!i 1' n 1\t u 1 (!J tt ut t~ utttl r!l ( 1~ttl bt 111 UlrrHfM {II)'ll: r--~ ~t:t:at ~!.~ :f.ne2, Wak.~ fil@i' ~t t N~ \fl hulu n~utnh't't>~ unb ftttttlfb 111 pn\(t\rr ~r n n Unlimit @ LimitatiQR~ elassif;ke a ~i~: Eiu:j,,ldiRg; H;i.g-liW9Yi ~U (WElc ~~X ~:i).'l.e; ~ $E2W~~ l~ifi, ) until DeqemP ~ ~ ]l, 2Ql~ tljllttt ll~ta Qlrrttftrutr rxt h" N' ~ mthlf!ul llln' hmtb!1 tll10 lw«l nf tl,t iuuri"t. htt ~~~. m~~h~tut,. N.OJ. /1/;.,21 }:_& ~ / - ~ ~wt':f;i-, =-- J&n~gry ~~. ~Ql4 (t(ji{i n r1ifinllr thci.!l nllt bf nltn"l'i'l. 5.12
Section 00300- Proposal (Formal Bid) PROPOSAL TO: FROM: BIDDER: ADDRESS: BID DATE: A.pr~ 1 ~ Yl ) 1 2013f" 1. The undersigned Bidder hereby signifies that it is their intention and purpose to enter into a formal Contract with the Owner (Orange Water and Sewer Authority or OWASA), to well and faithfully perform and execute such work and furnish such labor; materials, equipment, apparatus and supplies, in accordance with the Contract Documents of the proposed project for OWASA known as: Ridge Road Water Main Rehabilitation Project 2. The following Addenda are acknowledged and reflected in the bid: Addenda Nos. l through fl-, 3. By submitting a Bid on the aforementioned work, the undersigned hereby agrees to the following proposal terms: 4. THAT: There is deposited herewith Bid Security in the form of a cashiers check or certified check on a bank or trust company insured by the Federal Deposit Insurance Corporation, or a Bid BoAd issued by a surety licersed to conduct business in the state o North Carolina. (circle one) in the am0unt of:, w 5 7o e.x C._"""--1,t...Q...---------D-o-lla_r_s $, equal to at least five percent (5%) of the total aggregate amount of this Bid, made payable to the Owner, the same to be refunded or returned in the event that this Proposal not be accepted by the Owner. 5. THAT: Should this Proposal be accepted by the Owner and the undersigned fail or neglect to execute the Contract and furnish the required Performance and Payment Bonds within ten (1 0) days after receiving the Notice of Award, the Bid Security deposited herewith (equal to at least five percent (5%) of the Bid amount) shall be retained by the Owner as liquidated damages, it being understood that the Owner reserves the right to extend the time allowed for executing the Contract and/or furnishing the Bonds. 6. THAT: The Bid security of any Bidder whom Owner believes to have a reasonable chance of receiving the Award may be retained by Owner until the earlier of (a) The seventh day after the executed Contract is delivered by the Owner to Contractor and the required Contract security is furnished, or (b) The sixty-first day after Bid opening. Bid security of other Bidders will be returned within fifteen (15) days of the Bid opening. 7. THAT: The undersigned has carefully examined the Plans and Specifications and all other Contract Documents and fully understands them. 8. THAT: The undersigned has carefully examined the site of the project and is familiar with the conditions under which the work or any part thereof, is to be performed and the 00300-1 RIDGE ROAD WATER MAIN REHABILITATION 1@ Orange Water & Sewer Authority 5.13
Section 00300 - Proposal (Formal Bid) amount in numerals but omits to show any dollar amount in words (or vice versa), the Bid shall be treated as if it had shown the indicated dollar amount in both numerals and words. 19. THAT: The successful Bidder shall be required to submit a complete detailed cost breakdown of all of the Lump Sum items for payment purposes, for approval by the Engineer, prior to the Award of the Contract. 20. THAT: The undersigned agrees to comply with all requirements of local, State, or Federal permits that may be required for the completion of the work. 21. THAT: The undersigned shall, at its own expense, strictly adhere to all pertinent safety standards, rules and OSHA regulations required or recommended by governmental or quasi-governmental authorities having jurisdiction. The undersigned hereby acknowledges that it has its own safety program for all work covered by or performed under this Contract. The undersigned agrees to conduct its own frequent and regular inspections of all work covered by or performed under this Contract at the project site to verify compliance with their safety program and all applicable safety standards, rules and OSHA regulations. The Contractor, Owner, and Engineer acknowledge and agree that the Owner and Engineer do not have control, responsibility or authority over the Contractor or the Contractor's employees or subcontractors with regard to the safety and health conditions relating to or arising out of the Contractor's work or the performance of any work covered by this Contract. The Contractor has the sole responsibility and authority for ensuring that any and all hazardous conditions relating to or arising out of the Contractor's work are corrected. With regard to the Contractor's work or any work covered by or performed under this Contract, the Owner is not the controlling employer or controlling entity for the purpose of detecting hazardous conditions or ensuring that hazardous conditions are corrected. 22. THAT: The successful Bidder shall have all proper Contractors licenses and privilege licenses required under State and local laws governing their respective trade(s). 23. THAT: Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. 24. THAT: Bidder recognizes that due to the general nature of the Project, and due to potential unforeseeable conditions and field changes which are inherent in such a project, it is possible that there will be disruptions to the Work to accommodate said conditions and changes. 25. THAT: Bidder hereby certifies that, if awarded the Contract for construction of the Project, it will take all possible actions to minimize costs to Owner which are related to any disruptions in any part of the Work resulting from unforeseeable conditions which may be encountered and Work changes or additions which may be made. 26. THAT: Bidder hereby certifies that their firm is licensed as a contractor under the specific State law regulating the work to be performed by their firm on the Ridge Road Water Main Rehabilitation Project. The undersigned further certifies that no work will be performed by any firm under their direction without proper licensing. Contractor's license number: 18 Orange Water & Sewer Authority 00300-3 RIDGE ROAD WATER MAIN REHABILITATION 5.14
Section 00300- Proposal (Formal Bid) Attachment A BID FORM This Bid Form is a part of the Proposal. Any reference to the Proposal shall be presumed to include the Bid Form. 1.01 CONTRACT AWARD A. If a Contract is to be awarded, it is the intent of OWASA to recommend award to the lowest responsive and responsible Bidder. B. The Unit Price Bid includes all Work required by the Bid Documents for this Project in strict accordance with the drawings and specifications. 1.02 UNIT PRICE BID Item No. Description Unit Estimated Quantities Unit Price Bid Extended Total 1a 12" CIPP Lining LF 1,160 dlj~.00 ZfiO 5&0. 00 1b 8" CIPP Lining LF 310 2l//.oo 7J/, 710. oo 2a 12" Ductile Iron Pipe- Open Cut- LF 180 I f?cj. oo oo 2b 2c 2d Restrained Joint.3~ 02.0. 10" Ductile Iron Pipe- Open Cut - Restrained Joint 8" Ductile Iron Pipe- Open Cut- Restrained Joint 6" Ductile Iron Pipe- Open Cut- Restrained Joint 3a LS 1 LF 5 370-00 lj8 50. 00 LF 60 1 (o0. 00 00 rt~lpoo. LF 25 2. ~5. ct SiP 25. 00 J -.. - - 8" Temporary Water Main ~ 3,1./ro.CA) U,t.J.St:),o~ 3b 12" Temporary Water Main LS 1 4~,L(~c).~!f Jl 'JS"O. ~ 3c Provide Irrigation Water for Athletic 100 Field OGA 20 ~rlj.oo Jl; ceo. oo 4 Ductile Iron Fittings LBS 6,200 ~.so 52,700. 00 Sa 12" DI-AC Transition Coupling EA 9 4{)Q_oo 3.)~00. 00 Sb 8" DI-AC Transition Coupling EA 8 3DD. 00 2 ) '-}c;o.oo 6a 12" Gate Valve Assembly EA 11 z,q(){),oo 3 IJ qoo. oo 6b 10" Gate Valve Assembly EA 1 2, 700. 00 2/1DD. 00 6c 8" Gate Valve Assembly EA 6 2,2 )0.00 13,2.00 00 6d 6" Gate Valve Assembly EA 6 1, fddd.oe> q) f.t,qo.oo 7a Reconnect Service at STA 8+50 LS 1 ~500?0 4-) 500. oc Install 2" Service Connection and Meter 7b atsta 13+65 19' 00300-5 RIDG E ROAD WATER MAIN REHABILITATION Orange Water & Sewer Authority LS 1 JS)oDD~~ J5J DW.DO 5.15
2141.3/2014 15:27 9198331828 HAZEN AND SAWYER PAGE 07/08 'is Section 00300- Proposal (Formal Bid) Attachment C 9 Fire Hydrant Assembly EA 1 loa Pit No.1 LS 1 lob Pit No_ 2 L5 1 loc Pit No.3 LS 1 oo lod Pit No_ 4 LS 1 10e Pit No.5 LS 1 ldf Pit No.6 LS 1 log Pit No.7 LS 1 10h Pit No.8 ls '1 10i Pit No.9 LS 1 loj PitNo.10 L5 1 ()(} lok PitNo.ll LS 1 lla Mill Asphalt (1.5") at Manning Drive SY 149 11b S9.5A Surface Course TN 30 llc 825.08 Base Course TN 90 11d Aggregate Base course TN 9S 12a Remove and Replace Curb and Gutter lf 175 12b Misc. Concrete CY 6.5 13 Remove and Replace Brick Sidewalk SF soo.o 00 14 Misc. Surface Restoration ls 1.0 oo 15 Traffic Control L5 1 1_6 Mobili'lation 15 1 17 Town of Chapel Hill Street Cut Allowance $25,000 18 Offsite Rfl Material CY 100 e1? J. oo oo 19 Undercut of Un~uitable M.-terial and ment with Stabilization Stone cv 30 oo cjjyc. 18 Orange Water & Sewer Authority 00300-6 RIDGE ROAD WATER MAIN REHABILITATION 5.16
Section 00300 - Proposal (Formal Bid) Attachment A The total Bid Price, including all of the payment items included in the Bid Form above. is as follows: Dollars (Bid Amount in Words) $ [? 7 'i 2 } /. 0 {) IB Am'""';, '"'"'"] 1.03 ALLOWANCE ITEMS- NOT USED 1.04 PRE-NEGOTIATED EQUIPMENT (INCLUDED IN LUMP SUM BID)- NOT USED 1.05 MAJOR EQUIPMENT/MATERIALS SCHEDULE @ Orange Water & Sewer Authority 00300-7 RIDGE ROAD WATER MAIN REHABILITATION 5.17
Section 00300- Proposal (Formal Bid) The total Bid Price, including all of the payment items included in the Bid Form above, is as follows: Dollars (Bid Amount in Words) $,(Bid Amount in Figures) 1.03 ALLOWANCE ITEMS - NOT USED 1.04 PRE-NEGOTIATED EQUI PMENT (INCLUDED IN LUMP SUM BID)- NOT USED 1.05 MAJOR EQUIPMENT/MATERIALS SCHEDULE 181 Orange Water & Sewer Authority 00300-7 RIDGE ROAD WATER MAIN REHABILITATION 5.18
Section 00300- Proposal (Formal Bid) CONTRACTOR'S AFFIDAVIT OF ORGANIZATION AND AUTHORITY STATE OF COUNTYOF 1(i /la =re ~f, 'J'v}oPPet} being the first duly sworn on bath deposes and says that the Bidder on the attached Bid proposal is organized as indicated below and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. (Fill Out Applicable Paragraph) 1. CORPORATION: The Biqde~ j corporation organized an:\ existing under t~ la'f's of the State of No r}h L(!rD_Jnl1.. ~nd its President is its Secretary is fe I tb JV}nfPoJ H n da.o. IV} O/ fli and it does have a corporate seal. Tt1e (officer's title)_,.js a~:~thorized to sig1 1 co1 1struetioM Centraets and Bias for the company by action of jts Board of _. Directors talmn OM, 20, a certified copy of which is hereto -1iHteehed. (Stl ike out last sentence if not applicable.) 2. PARTNERSHIP: The Bidder is a partnership consisting of ---------- and ------------------ partners doing business under the name of 3. INDIVIDUAL I SOLE TRADER: The Bidder is an individual and if operating under a trade name, such trade name is as follows: fjjnoectdr ]) r i v~ M By: ~~~~~~~~~~---- Subscribed and sworn to before me this ~day of _...::-1-~~::; ;_...:..._, 20l!J. My commission expires qj bl5jjd / g' 1@1 orange water & sewer Authority 00300-9 5.19
Section 00300 -Proposal (lnfonnal Bid) BID BOND This is a Bid Bond that is subject to the provisions of G.S. 143-129 (b) of the North Carolina General statutes. This Bond is executed on A~p~r~il ~24~------------------------------------ =20~1~4 The name of the Principal is Moffat Pipe, Inc. (Correct name of Contractor) Corporation {A Corporation, a Partnership, or an Individual, as the case may be) The name of the Surety is Fidelity and Deposit Company of Maryland The Orange Water and Sewer Authority is the Owner. The amount of the Bond is Five Percent of Amount Bid (Dollars) $ ------~5o/c:.::..o KNOW BY ALL MEN BY THESE PRESENTS, the Principal and Surety above named are hereby held and firmly bound unto the above named Owner hereinafter called the Owner in the penal sum of the amount stated above in lawful money of the United States, for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain Bid attached hereto and hereby made a part hereof to enter into a Contract in writing, for the construction of: Ridge Road Water Main Rehabilitation NOW, THEREFORE (a) (b) (c) If said Bid shall be rejected, or in the alternate, If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful perfonnance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perfonn the agreement created by the acceptance of said Bid; Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. I~ Orange Water & Sewer Authority 00300-8 Last revised: February 23, 2012 5.20
3ec:.1ion 00300 - Proposal {Informal Bid) BID BOND (CONTINUED) The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Execution by Principal: ATTEST: PrincipaiSe~#:= (SEAL) (If Contractor Is a Partnership, all partners should execute Bond below) M~c. /.d-. BY: c o~/~ nnc1pal Principal Principal Witness as to Principal 2708 Connector Drive, Wake Forest, NC 27587 (Address) 919-295-4630 (Phone Number) Execution by Surety: ATTEST: Fidelity and Deposit Company of Maryland 8540 Colonnade Center Drive, Suite 111, Raleigh, NC 27615 (Address) 919-676-8834 (Phone Number) I~ Orange Water & Sewer Authority 00300-9 Last revised: February 23, 2012 5.21
Bond Number: ;=B_.:;. id~b;..:o;.;;;n:..:: d;... Obligee: Orange Water & Sewer Authority ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Geoffrey Delisio, Vice President, in pursuance of authority granted by Article V, Section 8, ofthe By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jennifer S. Beasley its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland, in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 17th day of May, A.D. 2012. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Assistant Secretary Gerald F. Haley Vice President Geoffrey Delisio State of Maryland County of Baltimore On this 17th day of May. A.D..2ll..lL_, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Geoffrey Delisio, Vice President and Gerald F. Haley, Assistant Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 14,2015 5.22
EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors ofthe ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day ofmay, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1N TESTIMONY WHEREOF! I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 24th dayof Apri 2014. Thomas 0. McClellan, Vice President 5.23
Section 00300- Proposal (Formal Bid) BID BOND This is a Bid Bond that is subject to the provisions of G.S. 143-129 (b) of the North Carolina General statutes. This Bond is executed on-----------------------' 20 The name of the Principal is (Correct name of Contractor) (A Corporation, a Partnership, or an Individual, as the case may be) The name of the Surety is The Orange Water and Sewer Authority is the Owner. The amount of the Bond is ------------------------- (Dollars) $ KNOW BY ALL MEN BY THESE PRESENTS, the Principal and Surety above named are hereby held and firmly bound unto the above named Owner hereinafter called the Owner in the penal sum of the amount stated above in lawful money of the United States, for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain Bid attached hereto and hereby made a part hereof to enter into a Contract in writing, for the construction of: NOW, THEREFORE Ridge Road Water Main Rehabilitation Project (a) (b) (c) If said Bid shall be rejected, or in the alternate, If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid; Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. 1@ Orange Water & Sewer Authority 00300-11 RIDGE ROAD WATER MAIN REHABILITATION 5.24
Section 00300 - Proposal (Formal Bid) POWER OF ATTORNEY (Attach) 181 Orange Water & Sewer Authority 00300-13 RIDGE ROAD WATER MAIN REHABILITATION 5.25
Section 00300- Proposal (Formal Bid) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION During the performance of this Contract the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to race, color, religion, sex, or national origin. Such action shall include but not be limited to the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the nondiscrimination clause. b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. c. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other Contract understanding, a notice; to be provided, advising the labor union or worker's representative of the Contractor's commitments under the Equal Employment Opportunity Section of this Contract, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Owner Contracts, e. The Contractor will include the provisions of this section in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Owner so that such provisions will be binding upon each Subcontractor or vendor. (Complete this section for signatures by a CORPORATION): () (CORPORATE SEAL).Jv1 Q rr(l f r I p e.1 } n C ATTEST: BY: Secretary* *choose one Corporate Name (Complete this section for signatures by PARTNERSHIP and INDIVIDUAL): v- WITNESS: BY: (Seal) (ACKNOWLEDGEMENT OF THE ABOVE SIGNATURE MUST BE NOTARIZED USING THE FORM ON THE FOLLOWING PAGE) 181 Orange Water & Sewer Authority 00300-15 RIDGE ROAD WATER MAIN REHABILITATION 5.26
Section 00300 - Proposal (Formal Bid) NONDISCRIMINATION CLAUSE It is specifically agreed as part of the consideration of the signing of this Contract that the parties hereto, their agents, officials, employees or servants will not discriminate in any manner on the basis of age, handicap, race, color, creed, sexual orientation or national origin with reference to the subject matter of this Contract, no matter how remote. This provision being incorporated for the benefit of the Orange Water and Sewer Authority and its residents may be enforced as set out in said ordinances; enforcement of this provision shall be by action for specific performance, injunctive relief, or other remedy as by law provided. This provision shall be binding on the successors and assigns of the parties hereto with reference to the subject matter of this Contract. SIGNATURE FOR CORPORATION ATIEST: (Printed Name) (Printed Name) (Corporate Seal) INDIVIDUAL OR PARTNERSHIP SIGNATURE BY: (SEAL) (Printed Name) (Printed Name) *choose one r@r Orange Water & Sewer Authority 00300-17 RIDGE ROAD WATER MAIN REHABILITATION 5.27
Section 00300- Proposal (Formal Bid) Identification of Minority Business Participation 1.'---------I.M-'---"'Jk---'----!...-*. t+-~-+\::p\~(_... (Name of Bidder) do hereby certify that on this project, we will use the following minority business enterprises as construction subcontractors, vendors, suppliers or providers of professional services. F 1rm N arne, Add ress and Ph one# w k kw P~~e. \1\, 9~J /V ~n ~C"~.1/-V. c~ Nc.. v or type *M" monty. C ategory 3v~\r-t( IS LS~~j {33C2) 99.5-28"Z fi- ~~{Jl:l ~ r:- f6 lkx '/(R 7 J--t'/'Ae"" t//.7/.p nl/(?...,728-sl Ot C~ <1 D ~k ~ 10\.-]wcY k,l:ar. - 2L/l.e enlt/l T12e«t_ i)tl. ~l'd...., - J AJC.. Z7D2... ert~ -37o- C6?g CtM~ ~ mo~.p~,~ c.. Cf tcf- 29S ~ ~?,o '2-?o~ CJ,r~c!.-...- ~ - ~ ~lh-r,1\.)(_ Z?S1S1-1- G.fNAt --. *Mmonty categones: Black, Afncan Amencan (B), H1span1c (H), As1an Amencan (A) Amencan lndtan (1), Female (F) Socially and Economically Disadvantaged (D) The total value of minority business contracting will be ($) lc:o \ CCD, '!!:2. 1@1 Orange Water & Sewer Authority 00300-19 RIDGE ROAD WATER MAIN REHABILITATION 5.28
SAK,. Pipeline lnf~cjs//uclu'c Solved. 636.385-1000 te: 636.385-1100 fat 864 Hoff Road O'Fallon, MO 63356 www.sakcon.com A. Section 02766 Paragraph 1.04 Qualifications 1. The CIPP Contractor, as a firm shall have a minimum of 40,000 LF (revised from 50,000 in Addendum No. 1) of CIPP successfully installed of similar smaller diameter (12" and under) and using the specific method of installation and curing being used. See Attachment 1. 2. The CIPP Contractor's Superintendent who will perform the work under this section must have at least 3 years of experience and have successfully installed at least 40,000 LF (revised from 50,000 in Addendum No. 1) of the proposed product and curing method. See Attachment 1. 3. The Contractor shall have a certified statement from the manufacturer that he/she is a certified and/or licensed installer of the CIPP lining. See Attachment 2. 4. A minimum of three municipal clients that the CIPP Contractor has performed this type of work for, including names, phone numbers, linear footage, and a description of the actual work performed. See Attachment 3. 5 5.29
SAK Construction, LLC- Project History Installing Aqua-Pipe for OWASA Rldge Road Water Main Rehabilitation Project -Gerald Hall, Superintendent SAK Project Number Owner Location Date of Install 6" 8" 10" 12 11 TOTALS I 10196 Great Lakes Naval Station Great Lakes, IL 7/11-8/11 150 1501 11102 Rainbow Municipal Water District Fallbrook, CA 8/11-8/11 155 1551 11138 City of Daly City Daly City, CA 10/11-10/11 174 174 1 11151 Department of the Army Pueblo, CO 11/11-11/11 400 4001 11094 Metropolitan Utilities District of Omaha Omaha, NE 10/11-1/12 3,750 1,500 5,25ol 11061 Village of Oak Park Oak Park, IL 1/12-2/12 330 330 12024 City of Idaho Falls Public Works Idaho Falls, ID 5/12-7/12 2,555 295 2,966 5,816 12054 Mountain Water Company Missoula, MT 7/12-8/12 1.498 1.498 12111 City of Bismarck Bismarck, NO 9/12-10/12 2.415 2,482 4,897 12174 City of Daly City Daly City, CA 11/12-11/12 750 930 1,680 12095 Montgomery Water Works & Sanitary Sewer Board Montgomery, AL 10/12-6/13 11,218 8,266 19,484 13079 Perkasie Regional Authority Perkasie, PA 8/13 994 994 13144 Cobb County Water System Cobb County, GA 2/14-3/14 500 500 TOTALS 19,536 8,855 8,561 4,376 41,328 --- I 5.30
SANEXE ENVIRONMENTAL SERVICES INC aquapipe Lk.,l<e IUl.Q. 294S 6916 SO April 23th, 2014 Charlie Kuhnmuench VP, Rehabilitation Services Group SAK 103 N. Goof Springs Rd. O'Fallon, MO 63366 SUBJECT: Confirmation of SAK'$ status as Licensed lnstalfer for Aqua Pipe The present letter is to confirm that SAK Construction is a trained and llcensed installer of Aqua-Pipe as per our standard licensee contract. Should you require any further information, please don't hesitate to contact the undersigned. Your truly, Ben Cote Vice-President Aqua-Pipe Division Sanexen Environmental Services Inc 9935 Calama Avenue Entrance 1. Suite 200 Brossard (Quebec) J4Z 3V4 CANADA Telephone: 450 466-2123 Fax: 450 466-2240 E ma!f info@sanexen.cam hllp!lwww.sanexen.ccm 5.31
Section 00300 - Proposal (Formal Bid) AFFIDAV0C -!ortion of the Work to be Performed by Minority Firms County of JL:JLQ Ji L ******** (NOTE: THIS FORM IS NOT TO BE SUBMITTED WITH THE BID PROPOSAL) ********* If the portion of the work to be executed by minority businesses as defined in G. S. 143-128.2(g) is equal to or greater than 10% of the bidders total contract price, then the bidder must complete this affidavit. This affidavit shall be provided by the apparent lowest responsible, responsive bidder within 72 hours after notification of being low bidder. P -tl: 5 Z Project Name). D 7 ~ 'I ) ) 00 V Project ID# - Amount of B1d $---"~"'--'--1-J:...::cx'-'---'...:..._ I will expend a minimum of % of the total dollar amount of the con ract w1th mmonty business enterprises. Minority businesses will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. Name and Phone Number Dollar Value *Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (1), Female (F) Socially and Economically Disadvantaged (D) Pursuant to G. S. 143-128.2(d), the undersigned will enter into a formal agreement with Minority Firms for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to fulfill this commitment may constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. Date: ~ / ~ ~} I ~ Name of Authorized Officer: -~'"t-'~..:..(j...3oo.><"-=---'-...:...~~~~--/j':::==---- Signature: ~~~~~~:.z.=--,..:..:...t,4~?.,e.: _ Title: _...,'--»---""'-':...wl...,'---<-.:..,r--------- ---=-#--lp'--r_i_,_) 20 _!j_ lei orange Water & Sewer Authority 00300-22 RIDG E ROAD WATER MAIN REHABILITATION 5.32
Attachment 3 RESOLUTION AWARDING A CONSTRUCTION CONTRACT FOR THE RIDGE ROAD WATER MAIN REHABILITATION PROJECT WHEREAS, there is a need for OWASA to rehabilitate aging water mains within Ridge Road; and WHEREAS, plans and specifications for the construction of this project have been prepared by Hazen and Sawyer, P.C.; and WHEREAS, advertisement for contractor qualifications was published on the OWASA website and in the Greater Diversity News (Wilmington, NC) on February 27, 2014 and five contractors were pre-qualified to bid on the project; and WHEREAS, on April 1, 2014, the five prequalified contractors were formally invited to submit construction bids for the project, and three bids were subsequently received, opened and read aloud on April 24, 2014; and WHEREAS, Moffat Pipe, Inc. of Wake Forest, North Carolina has been determined to be the low responsive, responsible bidder for the project; and WHEREAS, on June 13, 2013 the Board approved a resolution authorizing funds for Capital Improvement Projects, including funds for this project: NOW, THEREFORE, BE IT RESOLVED: 1. That the Orange Water and Sewer Authority Board of Directors awards the construction contract to Moffat Pipe, Inc., the low responsive, responsible bidder for the Ridge Road Water Main Rehabilitation Project, in accordance with the approved plans and specifications, in the amount of $874,211.00, subject to such change orders as may apply. 2. That the Executive Director be, and hereby is, authorized to execute said contract, subject to prior approval of legal counsel, and to approve and execute change orders and such documents as may be required in connection with the construction contract. Adopted this 8th day of May 2014. ATTEST: Alan Rimer, P.E., Chair Michael M. Hughes, P.E., Secretary 5.33
ITEM 6 AGENDA ITEM APPOINTMENT OF NOMINATING COMMITTEE BACKGROUND The Nominating Committee shall consist of the present Chair of the Board and enough other Board members, to be appointed by the Chair, to total not less than three (3) members. The nominations made by the Nominating Committee shall not preclude other nominations from the floor during the meeting when elections are conducted. The Nominating Committee shall advise members of its nominations by mail and by email not less than seven (7) days before the day on which the elections are to be held for the following officers: A. Chair B. Vice Chair C. Secretary ACTION NEEDED Appointment of a Nominating Committee. May 8, 2014 6.1