Res 132-2025 2025 Water Budgeted Utility Improvement Program Phase 2 10/07/2025 RESOLUTION NO. 132-2025
Resolution authorizing the City Manager to award a proposal for a unit
price contract for the 2025 Water Budgeted Utility Improvement
Program Phase 2 to Insituform Technologies, LLC in the amount of
$1,299,813.00
WHEREAS, one of the City of Wichita Falls' Strategic Goals is to Provide Quality
Infrastructure; and,
WHEREAS, the City of Wichita Falls has adopted a budget to include funds for the
replacement of water lines; and,
WHEREAS, the City of Wichita Falls has requested a BuyBoard Proposal from
Insituform Technologies, LLC for the 2025 Water Budgeted Utility Improvement Phase 2;
and,
WHEREAS, it is found that the quote is reasonable and competitive and Insituform
Technologies, LLC is a responsible contractor who made a unit price proposal with an
estimated total of $1,299,813.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
The City Manager, or their designee, is hereby authorized to execute a contract,
in a form approved by the City Attorney, and any related documents with Insituform
Technologies, LLC in an amount of $1,299,813.00 to perform the 2025 Water Budgeted
Utility Improvement Program Phase 2.
PASSED AND APPROVED this the 7th day of October, 2025.
MAYOR
ATTEST:
jYaAL
City Clerk
� Ho/Contracts: Laval Contact:
f Insituform Technologies,LLC Timothy Peterie
fl 'tuT rrrt 580 Goddard Avenue 1103 Postv.oad Dr
Ch esterfiel d,MO l 3d05 Corinth,TX 76210
Ar impala'Note'SolutionsCoinpony www.aegion.com TeL 2 143 17-09 50
tpeterie@azurla.com
September 17,2025 SF#:SO-0O211866
Ms.Shanice Robinson,PE
City of Wichita Falls
1300 7th St
Wichita Falls,TX 73601
Buyboard Proposal
Project Name: City of Wichita Falls,TX—2025 Water BUIP(Locations 1 &2 only)
Pipe Burst with Fusible PVC DR18
INSITUFORM TECHNOLOGIES,LLC herein proposes to furnish a Proposal for all labor,materials,equipment,and
services necessary to reconstruct the referenced project(as detailed in the project location maps and other
information presented by the City of Wichita Falls)utilizing the Local Purchasing Cooperative Contract#730-24,
administered through the BuyBoard.
ASSUMPTIONS AND QUALIFICATIONS
We have based this proposal on a wall thickness for the proposed Fusible PVC pipe shown in the price. The
FPVC is rated at 235 psi and will be used for the water pipe burst segments. This is based on the best
available information at the time of this proposal. The product is designed as a fully structural pipe for all
external loading and internal pressure loading.
Services. All water service will be reconnected externally per the City of Wichita Falls requirements with a new
water meter box and APEX piping.
Insituform Technologies,LLC will work with the City of Wichita Falls to make all practical attempts to notify the
affected residents or businesses of this water and sewer line replacement project and the expected minor
inconveniences.
The pricing in this proposal assumes that all Technical Specifications set forth by the BuyBoard will be strictly
adhered to.
INSITUFORM TECHNOLOGIES,LLC will supply the City of Wichita Falls a 1-year Maintenance Bond and Certificate
of Insurance,as required,following acceptance of this proposal.
City of Wichita Falls will supply the following for the water portion:
• Valve operation to isolate system to be rehabilitated.
• Bac-T testing as required for temporary water service lines and post installation of main lines.
Insitufarm will supply the following:
• All access pits at each end of the pipe segments to be rehabilitation and exposure of all service
connections.Pits will be properly secured to OSHA standards.
• Fusing of FPVC pipe above ground prior to installation.
• Pipe bursting of existing lines after excavation pits and services are exposed.
• Reassembly of new system with Tees,Valves,and Hydrant assemblies to include a 90-degree anchor
fitting. All products are domestic.
• Pressure testing of water mainlines prior to reconnections.
• Chlorination.
• Complete all restoration necessary after pipe bursting and open cut replacement
Water shall be provided at no cost to Insituform Technologies.LLC for all construction phases of this
project. Insituform Technologies, Inc.will follow all required deposit,backflow prevention,and metering
procedures,
Special Notes:
1. The pricing in this proposal considers current material prices only. If material prices change prior
to approval,or after the 30-day price guarantee,price adjustments may be necessary.
2. Project drawings were provided by the City of Wichita Falls. All quantities are estimates from
above ground assessment of the project in conjunction with the drawings prior to establishing
prices. The final invoice will reflect actual field quantities for all items to include any revisions of
the drawings provided after today's date.
3. Concrete encasement,surrounding utility interference,or other sub surface conditions not
anticipated at the time of this proposal will be considered changed conditions and may result in
price adjustments by change order.
4. The City of Wichita Falls will be responsible for all permits and application fees as necessary.
5. Backfill to be completed with standard crushed rock,sand,or granular backfill,
6. Plywood has been included to cover all exposed pits and safety fence will be used.
PROPOSAL PRICING
See pricing attachment
PROPOSAL TERMS&CONDITIONS
Terms and Conditions from the Texas Statewide Cooperative Purchasing Contract are available upon request
from the BuyBoard. Any changes to these conditions must be noted and agreed upon by both parties_
PROPOSAL INCLUSIONS
The prices stated in this proposal include:
1. Mobilization and demobilization_
2. Temporary water service and bypass.
3. FPVC SDFt 18 pipe,fusion,and certified fusion technician.
4. Surface restoration and paving per details provided by Irving.
5. Pressure testing of water lines prior to reconnection and chlorination.
6. External reconnections.
7. Traffic control_
8. Confined space safe entry practices_
9. One-year standard construction warranty and Maintenance Bond.
10_ Certificate of insurance with standard coverage.
PROPOSAL EXCLUSIONS
Not included in the prices stated in this estimate are costs associated with the items listed below. These items,
if needed or found to be applicable,would be provided by INSITUFORM TECHNOLOGIES,LLC at your additional
cost or would be furnished by others,at your direction,at no cost to INSITUFORM TECHNOLOGIES,L.LC:
a) Manual operation of any valves to isolate the system.
b) Water from fire hydrants within a convenient distance from each cleaning and inversion site location.
c) If any hazardous or toxic materials are encountered during the project,the Owner wilt be responsible for
the removal and disposal of Me materials_
d) Bac-T testing for temporary water service and post installation.
e) Project permits andlor local licenses.
f) State and local sales andlor use taxes on the value of the project. If you are exempt,please submit the
appropriate documentation.Additional premiums for special insurance coverage(s)demanded by you or
other parties particular to this project
PROPOSAL PRIC11G
Item Qes ilpti0h CITY Unit Unit Price Total
1 Travel and Mobilization 1 EA 5 50,00000 5 50,000.00
Burn(ExiIting 6'to 6"FPVC 0R18 C-930 0'-8'deep!(In-Pit
2 Ca/ridge Style Load Out) 2350 IF S 193,00 5 453,550.430
5ursr f xist rg 2'in t"FPVC pR18 C-900 I1:1'-8'dpep)Iln-Pit
3 Ca':iidge Style Load Out) 0 LF $ - $ -
4 d` 1 PipeD.rst Setup Charge Per Install Length 2350 IF $ 2000 5 47,000.00
5 Copp-r 1,cad--acre'hare Sysi ern for Muir I416 Only 2350 LF $ 7.50 $ 17,625.00
No Lqu,pm en 3cce5s•U.assemble,carry,reassemble Burst
6 Fgacpby Finn d 11 EA $ 1.200.00 5 13.200.00
7 races&Pit for Ppe Bu rsnng 19stel latioh 0'-B'deep) 12 EA S 4.5430.00 5 54,000.00
0 Potholing For Ilea rbrVJtrlitr Location l0'$'deep) 61 EA $ 1,000,00 $ 61,000.00
9 Trench Sa1eLy 192 IF S 20.00 $ 3,84{i O
10 4'Gate Vale and so,. 0 EA S - $ -
11 6'Gate Valve and Pax 9 EA $ 2,900,00 $ 26,10040
12 4'22 or 45 Degree Bend 0 EA $ - $ -
1a 6'22 or d5 Degree Pend 3 EA $ 1,700.00 $ 5,100.00
14 Col,Block.aid Cm,rr,rI to Existing Violet Main 5 EA $ 4,450.00 $ 22,250.00
1S Instal 5"lee 4 EA $ 4,200.00 $ 16MOO.00
16 3 4"Wetc-5crorn en-h Nictc-Sox 24 EA S 3,275..00 $ 79,600.00
17 1'Water Serr ice with Meer TO 26 EA $ 3,725.00 $ 96,850.00
18 1.5"Water Service with Meter Box 3 EA $ 4,100.00 $ 12,300.00
19 2'Wu rber-vicf with Mr:er Rai 1 EA $ 4,575.00 $ 4,575.O0
20 Remc-letxrshngfireHydrar: 1 EA $ 1,250,O0 5 1,250.09
21 In,,tal Firp'Hydrant Assembly 1 EA 5 10,000,00 S 10,000.00
22 Re l,Oue Exi itirrg Gate Valve a EA $ 500.00 5 4,030.0O
23 Ductile Iron Fittings 2115 L8 $ 13.00 5 27,495.00
24 Grr rub r t.,,:krill 100 Ton $ 90.00 $ 9,000.00
Locate 3.Protect Underground Plumbing for Pool Equip In or
25 nearEa:emerrt 6 EA S 1,400.00 $ 13,400.00
26 Move or Relocate Pain Water Collection Tank 4 EA $ 2,380.00 $ 9,200.00
27 Mave or Relocate Portable Shed from Easement S EA 5 2,700,00 5 13,500.00
2$ Exlrr Hand Eutavanon for Ar95$with No Egoipment Ares$a 89. CY $ 100.00 $ 8,900.00
29 Brace&Hold Power Line Pale In Place for Excavation Safety I FA $ 4,800,00 $ 14400.80
Grubbing Sr Clearing Easement Access-)Nat Replacing
30 Pernoved Overgrowth within the Easerrrntl 2 EA $ 7,200.00 $ 14,400.00
Ground Heaving Correction,if Needed.Does Not include Sod
($hallpw Water MainS,Pyrinntial for Heaving During Pip*
31 Bursting' 0 IF S - $ -
Eroaion Control Me;sures-Does Not Include Providing
32 SWPPP Plan or,Badkl et 1 LS $ 7,000.00 $ 7,000.0O
33 Repair/Rehab2"Asphalt pavement-Type 0 5 SY $ 155,00 $ 775,00
Rep;it/R.irhab 6"ASph;In,Pavement-Type B Binder with Tu;k
34 Coat S SY $ 195A6 $ 975.00
35 Repair/Rehab 8"Flax base 5 SY $ 90,00 $ 400.00
36 Reps irfRehab 6"Concrete Paving 90 SF $ 35.00 $ 2,15E1.00
37 Remove&Put Back Landscaping Pavers 185 SF $ 20,00 $ 3,700.00
_ 38 Rena it/Rahab4"Conrrcrtrsidcsv.-,Ik 84 SF $ 29.00 $ 2,320,00
39 Reoa,r/Rehab 4"Exposzc llg.g'egate sodewals 100 SF $ 51,00 $ 5,100.00
40 SeneirPehub Concrete curS and Cutter 24 LF $ 75.00 $ 1,000.00
41 Sod 625 SY 5 18.00 5 11,250.00
42 Repair/Rehab8'Tall Decor3tie,voodfe'+ce 24 LF $ 67,00 5 1,608.00
43 RCP.it/Ftahab$'or6'Tad Regular wood''none 216 LF $ 50.00 $ 10.000.0O
44 Terri poetry FenUrrg for Pets/+lifter HOurS 2413 LF S 30.00 $ 7,200.00
Set vp Bypass of Mainline-Size 1'-.1'AWWA Approved
45 Bypass 2350 IF $ 7.00 $ 16,450.00
Connection of Each Service from 2"-4"AWWA Approved
46 Bypass 54 EA 5 450.00 $ 24,300.00
47 Operation 2"-4"AWWA Approved Bypass 75 Bay $ 210,00 $ 15,750.00
48 Traffic control 100 Day $ 200,00 $ 20,000.00
49 Flagmen 60 HR $ 75.00 $ 4,506.00
$0 fawner Contingency Allowance 1 Allowance 5 50,008.00 S 50,0043 430
51 Bond S.Insurance 1 l5 $ 29.500.00 $ 74,50,9.00_
Area 1 end 2.Total 5 1.2-39,613.00
PROPOSAL TERMS AND CONDITIONS
a) Limits of Liability. In consideration of INSrTUFORM TECHNOLOGIES.LLC's agreement to maintain no less than
$5,000,000 of comprehensive general liability insurance in the form required by the Contract,INSITUFORM
TECHNOLOGIES,LLC's liability to the Owner for any matter covered by such insurance will be limited to the extent
of such insurance and the Owner will indemnify and hold INSFIUFORM TECHNOLOGIES,LLC harmless from any third
party claims covered by such insurance to the extent such claims exceed the limits of such insurance. Neither
party shall be liable to the other for consequential damage relating to the contract_ In case of conflict between
this provision and any other provision in the Contract as ultimately executed,this provision shall govern and
prevail.
b) LIMITED WARRANTY_ IN LIEU OF ALL OTHER EXPRESSED,IMPLIED AND/OR STATUTORY.
WARRANTIES,INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR
PURPOSE,CONTRACTOR AGREES TO CORRECT ANY DEFECTS IN THE MATERIALS OR SERVICES
PROVIDED BY CONTRACTOR WHICH ARE BROUGHT TO THE ATTENTION OF CONTRACTOR WITHIN
ONE YEAR FOLLOWING COMPLETION CF CONTRACTOR'S WORK,PROVIDED OWNER AFFORDS
CONTRACTOR SUITABLE ACCESS AND WORKING CONDITIONS TO ACCOMPLISH SUCH CORRECTION.
c) PROPOSAL SUBJECT TO NEGOTIATION OF OTHER STANDARD TERMS OF AGREEMENT. This proposal
is subject to the agreement of the parties on other terms and conditions as are customary in contracts of this
nature.
d) Payments are due at net within thirty days of invoice. Final payment is due within thirty days of completion of the
project.
e) Monthly progress partial payments may be requested for the value of work in progress or completed,including
materials secured and on site.
OFFERED BY: ACCEPTED BY:
INSRUFORM TECHNOLOGIES.LLC
SIGNATURE DATE
'Wooed, P
TIMOTHY R.PETERIE NAME
COMMERCIAL MANAGER-SW REGION
REVIEWED BY: TITLE
ANDY OZMENT
AREA MANAGER
ORGANIZATION
cc: Alex Sandstendt
Ben Hawkins
Criag Nolen
This accepted proposal constitutes a formal agreement. If you initiate a purchase order or other
document,it will not be acknowledged without this proposal being referenced or as an attachment.
2025 WATER BUDGET UTILITY IMPROVEMENT
PRC)JECT PHASE 1
CWF2 -565-17'
)7 ---".
..../
.01 elk
.....------- ,_ ......../
„-------- ... „.:\... ... j .,
,,.. .
_.........--,-,z,.. ... AV44BALE ST
--,:"..,..... N.....7.- I I,
BERKELEr OR -------.7, .
ED
.1a4EIRICFCE A
=
o..%
,
Y
q 5- • CLARP.IDA AvE
.c.
* . . I PROJECT AREA I
I a
II N II
DARTMCLIT1-1 ST . 1111
,,
'.. . .. .
. ' \ I il 111.. II 1
MIRAIVIja ST.
NOT TO SCALE
- -------__--.---7------:__-----:,>-,' .-----:::-.---. l'' -------.../(/
-----,------_------11---- .----- ..:::: - - kl
../... --':.: 4,51.. I
. ...
ri
_ _ __./
___./.61,..
...___-
BERKELEY DR -' ' ---
0:rH..1.,L.I:_.•.1•:n.:._•:_.•-__L=1
:
cCuAMsiBipRinID,G EA vE
_Ir.
1 11.111 —t 6iSED
1-#1-47_-",.-0
°.-.....,,...-.-.- 0
I ,
\\-_-7
11----) III • R:
I/11,1
_ •..r; !
ST
•
RIEDMOK FL ..
.• I ---....,
.__ _.::::::::".::: •••:::::::::. _..::::!.:'...". !! :.. .
CLARINDA AVE.
NOT TO SCALE