Loading...
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