Res 064-2011 7/19/2011RESOLUTION NO. 64 -2011
Resolution Authorizing The City Manager To Execute An Agreement
With Insituform Technologies Inc. For The 2011 Sanitary Sewer
Rehabilitation Project, CWF11- 550 -07 In An Estimated Amount of
$320,847.00
WHEREAS, Insituform Technologies, Inc. submitted the attached Revised
Buyboard Proposal for the Rehabilitation of Sewer Mains (CWF11- 550 -07) in the
amount of $320,847.00;
WHEREAS, Texas Local Government Code § 252.022 provides that the State's
competitive bidding requirements do not apply to:
(2) a procurement necessary to preserve or protect the public health or
safety of the municipality's residents;
(3) a procurement necessary because of unforeseen damage to public
machinery, equipment, or other property;
(12) personal property sold:. . under an interlocal contract for
cooperative purchasing administered by a regional planning
commission established under Chapter 391; and
WHEREAS, the City Council finds that this rehabilitation of sewer mains is a
procurement in accordance with the aforementioned exceptions to the state's
competitive bidding requirements.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
The City Manager is authorized to execute an agreement with Insituform
Technologies Inc. for the 2011 Sanitary Sewer Rehabilitation Project (CWF11- 550 -07)
in an estimated total amount of $320,847.00 in accordance with the attached Revised
Buyboard Proposal.
PASSED AND APPROVED this the 19th day of July, 2011.
MAYOR
ATTEST:
City Clerk
InsiftmForm
June 30, 2011
Mr. Kyle Hockaramith
City of WWichita Falls
1300 7^ SL
Wichita Falls. TX 73001
Nhrthnd4Awiiir 11t. Pooniooa Dr. Tot: I 4118-0253
Mdr
Ak*X Co", Tx M10 Fa: ( 495-M
mminiMoonmm
Revised Bu board Pro osal
Project Niame City of WWft Falls, TX
2011 BKJP —Sanitary Sewer Rehab
IilarrLwom Teaerol oaasr low, herein proposes to furnish all labor. materials. equipment, and senAices necessary
to reconstruct the referenced project (as detailed in the project locadw maps presented by the City of Wichita
Falls) utilizing the Texas Statewide Cooperative Purchasing Contract #354 -10 administered through the BuyBoard.
AssuWmom Aw QUALINQAmow
We have based this proposal an a nominal wag dk*nsas for the InskWrbe and HDPE as shown in the price. This
is based on the best avagabla information at the time of this proposal. Existing pipe delerioration in excess of the
conditions ahnsused, ground water loade in excess of those assumed. or other bads or conditions may increase
the recommarlded thicknws for an or portions of the work. Final recommendations may be submitted to you
following the completion of the preliminary TV phase of the pmjW. Stated prices are subject to adjustment H
design changes are agreed upon. The design for this project Is Fully Deteriorated.
Laterals. During TV inspection all side sewers are verified, using best practical efforts. to determine ti each is an
active hock up Normal practice only reinstates Mode that we active. This proposal. unless Otherwise stated,
asstanes that all laterals will be reconnected. and all will be internally reconnected an CIPP aWnents using the
Inakucut ter"' and externally reconnected on pipeburst segmenh. Speeglc Service corrections will not be
reconnected only when w Men &actions are received from the Owner.
Water shall be provided at no cart to Inedufarm Technologies, Inc. for all construction phases of tills project.
IM11196nn Technologies. Inc. Wig fdbw all required deposit, bacldlow prevendom and metering procedures.
The pricing in this proposal assumes that 21 TOCIWal Sped icalions set tbrtih by the BuyBoard will be strictly
adhered to. Any changes to these spedflrations must be noted and agreed upon by both parties pnor to finalizing
the proposal pricing.
Speck[, 1. Inettuforvn may need the CRY of Wichita Falls to maintain a consbat flow by manual
operation of the I R station loading the Washlni;wn.Jaehson tines.
2. Items for removal and dIsposal of flaw fill are for contingency purposes only and will only
be bias if utltasd.
3. The Cay of Wichita Fans wag be responsible for as point repairs necessary, to Include
removal of flow fit and surface restoration, aril poeGTV of pipelwrst segments.
InMuform Techvnolegas, Inc. will supply the City of Mchke Fails the necessary Maintenance, Payment, and
Performance Bonds required, along with a valid iriaiwarnae certificate, following the acceptance of this proposal.
PRopawkL Twee Am Cooawxm
Terns and Conditions from the Tom Statewide Cooperative Purchasing Contract are ave MM upon request from
the BuyBaard. Any charges to these conditions must be noted acid agreed upon by both parties.
kmfrufane Proposal
PROPOSAL PRICING
2011 BIUP Sanitary Sewer Rehab Pricing
Unit of , I Extended
WsaltibnMn -Isel yen
15' x 7.5mm CIPP
756
LF
$53.00
$40,068.00
15' CIPP SetijpChaMe Per Install Length
756
LF
$19.00
$14,364M
Burst 15'to 18' IPS SDR19 0'-8' de
1 550
LF
571.00
$110.050.00
16* Pipeburst Setu Charge Per Install Length
1.550
LF
$15.00
$23,250.00
15' TV/Clean Sankm Sewer
2,3W
LF
$8.00
$16,448.00,
Internal Reconnects
3
EA
$275.00
$825.00
15' Post -TV Ins on for CIPP onlyl
756
LF
$2.00
$1,512,00
seta 6' Pump m
3
EA
$1,250.00
$3,750.00
Seta 8' Piping
2.306
LF
$15.00
$34.59000
Operate 6' Pumping tem
5
D
$950.00
$4.750.00
Acoess Pit (01-O' deep)
4
EA
$2.000.00
$8,000.00
RepairfRehab 8' Concrete Pavement
10
SY
$150.00
$1,500.00
Sod
20
1 SY
$10.00
$200.00
Traffic Control
1
I EA
$1,000.00
$1,000.00
Sub Total
$262,307.00
8' x COMM CIPP
540
LF
$28.00
$15120.00
8' TVICIsan Sanitary Sewer
540
LF
$6.00
$2,700.00
8' CIPP Setup Charge Per Install Length
540
LF
$11.00
55,940.00
8' Post -TV Ins
540
LF
$2.00
$1,080.00
Seto 4" Pump r
2
EA
$500.00
$1,000.00
seta 4' piping
540
LF
$5.001
$2,700.00
Operate 4' Pumpft Pump' System
2
Ow
$100.001
$200.00
Sub Total
i 528 740.00
Sunolamen al Items
Remove and Dispose of Flow Fill as needed
0
HR
$200.00
Materials Adjustment - HDPE, Rests Fuel
1
L3
$14.800.00 $14.8W.00
Allowance
1
1 AL
$15.000.00 $15,000.00
Sub Totat 1 $29,000.00
Total $320,847 00
° /nslndb=t Propwal
OPPeneo or
bwTUFOftTmXwMawM We
TbKnW R p nma
BuI M DEZPMW MM A4M
RlVIE1NW llY:
ANDY 0?J l
AffAMANAGM
oc: Kenneth Plp b Jr.
Josh AwelE
Aocwrom Br.
NAS1e
Tm.E
onaAMZAUW
I
n
1
az
�n
0 a
M� 4T
f� I
— 1
I
00 ❑
o
C a
p D ❑e��
� o o I •'—J \
O ❑ D - n !! i o
I
WE
HOLUDAY CREEK
I
Al $
1
� 11
• 1
1
1
l
D *MCA ,.
O � I
r
N
m '04 l
z 25
■ m m'
cl mc M i
A
rm + I
I °1 o z
�. r�......... o — al
m I <
m
ENE LN. — A
vN
m :+
o
zcm
fmux —
i
N—Z o
rq
n
■ O
C N
CD
■ r�,°$
Z 17
m
$y
MI SAMTARY SKWM RLRARR.RATRIN ►ROJFA.T.
CWFII-SlM7
WASWNGMN JACKSON S IT PLAN
l
Nr!■.rf�nw
1 1
I
I
C m
z 2
1
ZX
mN
y
z
4 n
z
2
Iq 0
o,
y y
i [� ❑ 2
0
>
z
ca
M>
n
MI SAMTARY SKWM RLRARR.RATRIN ►ROJFA.T.
CWFII-SlM7
WASWNGMN JACKSON S IT PLAN
l
Nr!■.rf�nw
1 1
7-/
ow
p
F,
>
, m la
M
W57
HARRISON ST.
ic
:Z
ADVA
z 25
rri u)
I =:I
-a z
C', MMAI
rom
InO
r-I I v
-M
C)
m
z
2s AM
(A
WIA 0
vla z I
_0
10
z
0 ;a z
a) -<
-TT -i
��
I,,%
Ir L
2011$APfffARYSEVVUFY.ELA='rATMPROJM
cwvj[19sw
MAMIN BLVD SWMM FAN