HomeMy WebLinkAbout15-05 RESOLUTION•
RESOLUTION NO. 15 - 0 5
A RESOLUTION APPROVING A CONTRACT RENEWAL WITH
INSITUFORM TECHNOLOGIES, INC.; AND AUTHORIZING
THE EXPENDITURE OF AN AMOUNT NOT TO EXCEED
$338,250.00 FOR SANITARY SEWER LINING SERVICES.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves a contract renewal with Insituform Technologies, Inc. A copy
of the original contract, marked Exhibit "A" is attached hereto, and made a part
hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas
hereby authorizes the expenditure of an amount not to exceed $338,250.00 for
sanitary sewer lining services.
PASSED and APPROVED this 18th day of January 2005.
ATTEST:
By
SONDRA SMITH, City Clerk
APPROVED:
By:
%aid
_
DAN COODY, May
l��'
EASY'
GjO •G�';
U • ••�T
;FAYETTEVILLE:
its... �RKANSPpJ
'1.,,NGT0 4 ���e
• •
5.0 CONTRACT AND BOND DOCUMENTS
5.1 AGREEMENT
TERM MAINTENANCE CONTRACT FOR SEWER MAINLINE REHABILITATION
THIS AGREEMENT, made this 4th
and
day of December 2002 by and between the City of Fayetteville, Arkansas,
Insituform Technologies, Inc.
doing business as a Corporation, hereinafter called 'Contractor",
1MiNESSETH• That for and in consideration of the payments and agreements hereinafter mentioned:
1. The Contracta will continence and complete the projects selected for rehabilitation under this Term
Maintenance Contract at the City of Fayetteville, Arkansas and all incidental and ancillary work in
accordance with the conditions and at the prices stated in the Bid Proposal which are a part of these
Contract Documents attached hereto and made a part hereof.
2. The Contractor will furnish all materials, supplies. tools, equipment, labor, and other services necessary for the
construction and completion of the projects selected for rehabilitation.
3. The Contractor will commence the work required under this term maintenance contract for the rehabfutalion
of sanitary sewer mainlines Throughout Fayetteville, Arkansas in a limey manner as projects ore selected. The
Contractor shall furnish City of Fayetteville a timeline for each project as preparation fa the work begins.
4. The timeline for this contract shall end December 31, 2003. Upon approval of the City of Fayetteville, the
contract may be extended on a yearly basis for up to four years.
5. The Contractor shall be entitled to receive up to Two Hundred Thousand Dollars ($200.000). City of
Fayetteville is under no obligation to purchase a minimum amount of any item awarded and City of
Fayetteville may choose to purchase more, less, or none of the rehabilitation, depending upon its needs.
This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and
service connections using the cured -in-place pipe method. The City of Fayetteville w U pay the Contractor
in the manner and at such times as set forth in the General Conditions such amounts, as required by the
Contract Documents.
6. The Contractor agrees to perform the work described in the Contract Documents and comply with the
terms therein for the amounts shown in the Bid Proposal.
7. The term 'Contract Documents' means and includes the Advertisement for Bids, Information for Bidders,
Technical Specifications. Bid Proposal, Agreement, General Conditions, Performance Bond, Payment
Bond, Notice of Award, Notice to Proceed, Change Orders and Addenda prepared a issued by the City
of Fayetteville.
8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors, and assigns.
9. tt Is mutually agreed that should i1 appear to the City of Fayetteville or to the Authorized Agent in charge,
at any time during the existence of this Contract, that the sureties on the Contractors bond have become
insolvent, bankrupt, or otherwise financially unable to protect the City of Fayetteville under the terns of the
Contract, the City of Fayetteville may demand the Contractor furnish additional security In some
approved surety company satisfactory to the City of Fayetteville. The acts of the City of Fayetteville or the
Agent with reference to demanding new or additional security shall never be construed to relieve the
original sureties of their obligations under the contract, or to relieve the Contractor. The City of Fayetteville
may stop performance under the Contract until additional security has been furnished by the Contractor,
and the City of Fayetteville shall in no case be liable to the Contractor on account thereof. In the event of
'The refusal a failure of the Contractor to comply with the demands of the City of Fayetteville with
reference to furnishing additional security, the City of Fayetteville may exercise its right as provided herein
to stop all payments under The Contract and to arrange fa completion of the Contract requirements
obligating the Contractor for any and all additional expenses incurred.
10. Ctxn ryes, modficatbns, or amendments In scope,price or fees to this contract shall not be allowed wihout
a prior formal contract amendment approved by the Mayor and the City council In advance of the change
in scope, cost a fees.
11. City contracts and documents prepared while performing city contractual work are abject to the Arkansas
Freedom of information Act. If a Freedom of nformatin Act request Is presented to the City of Fayetteville, the
(contractor) will do everything possible 10 provide the documents In a prompt and timely manner as
prescribed h the Arkansas Freedom of hfermotin Pct (A.CA §25-19-101 et. seq.). Only legally authorized
photocopying costs pursuant to the FOIA may be assessed for this compliance.
IN WRNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duty authorized
officials, this Agreement In five (5) counterparts, each of which shall be deemed an original on the date first
above written.
THE CRY OF FAYEfTEVILLE
By:
Title: Mayor
113 West Maintain Street
Fayetteville, AR 72701
C CTOR:
By:
herald Ad•ington
Tine: Vice President -Project Management
Company Insituform Technologies, Inc.
Addmns702 Spirit 40 Park Drive
Chesterfield, MO 63005
Attest:
Tine:
*Att
n Smith
Title: ' tracting E. Attesting Officer
(Corporate Sed)
*If a corporation, the Secretary of the Corporation should Attest.
•
5.2 PERFORMANCE BOND Bond No. lss83139
TERM MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER MAINLINE REHABILITATION
We, Insitufonn Technologies, Inc.
Travelers Casualty & Surety Company of America /
here4wtter cased'PRINCIPAC. and St. Paul Fire & Marine Insurance Company , GS Surety, herehofler
celled 'Surely, are held and Slimly bound unto the Cily of Fayetteville. Arkansas as odipee/ h the amount d
$Three hundred eight thousand two hundred fifty dollars and no/100 Dam ($ 308,250.00 ), for
payment where of the PRINCIPAL and Surety bind thermsetves, their heirs, personal representatives, succeasats and
assigns, jointly and severcbty, hnty by these presents.
The PRINCIPAL has by written Agreement doled December 4 , 2002. entered Into a Contract with the City
of Fayetteville to make tenolgitation improvements to sanitary sewer mottoes to be selected by the Cny of
Fayetteville. which Contract b by reference mode a pert hereof cod b hereinafter referred to as the Contract.
WHEREAS, this bond's given pursuant to the Arkansas Government Code;
NOW, THEREFORE, r the PRINCIPAL arias wee, huty and folf *sly perform Its duties. GA of the undertakings.
covenants. ants• terms, condHkxn and agreements of the Concoct; shut satisfy all claims and dernonds Incurred
under the Ccnhoot: shall tiny WWernrily and hold the Cly of Fayetteville harmless: shall reimburse old repay City
of Fayettevtle for any outlay a expense wfdch City of Fayetteville may hcur In mating good cry debit, and shoo
Pompey make payment to dl persons, firms, subcontractors and Cities. who may Wish materials or labor uncles
the Contract, then this obligation shoo be void: ometwlse to remote In full face and effect. The obligations of
CONTRACTOR and SURELY under ho bond oppy 'both to the original Contract and to any extension a
mocificalbn of the Contract aid SURETY agrees !trot no change, extension of 1kne, cddftid%, expansion or omen
modficatbn of the Contract, pie work to be done under the Contract, a the plans and sbeciflcalias witch ate a
pail d the Contract shoe In only manner affect the oblgctlo s of SURETY under this bond, and SURETY waives
notice of any such change, extension of Zine, addtlon, expansion a other medication. The obligations of
CONTRACTOR std SURETY under this baa are pedanoble and payable in Washington Canty, Arkansas such
that exclusive venue ha any legal action perlaPtng to this bond shop tie In Washington Courtly. Arkansas. By their
signatures below, the persons signing this bond warrant and represent that they are, respect ver. duly authorized
to sign on behalf of CONTRACTOR and SURETY.
PROVIDED , FURTHER, that no fmd settlement between the City of Fayette/ale and me Contractor shall abridge the
right of any beneficiary hereunder: whose dam may be unsatisfied.
IN WITNESS WHEREOF, this hsfiument ts executed In five (5) counterparts, each of which stroll be decreed and
aloha.
EXECUTEDthesthe 4 day of December .2002
CONTRACTOR:
PRtNGTPAL
Ins' form Technologies
Gerald Addington
Vice President -Project enticement
Nome/ntse
Address 702 Spirit 40 Park Drive
Chesterfield, MO 63005
SURETY:
Travelers Casualty & Surety Company of America /
SURETY St. Paul Fire & MarineInsuranceCompany
ey b�rriaOn0A-. A ofl -koala/
Kathleen A Petchulat, Attomey-in-fact
Nane/Affaneyrh-Foot
Address 955 Executive Parkway, Suite 100
Creve Coeur, MO 63141
Countersigned By:Jr/Li
Janice A. Butler, o, R
Note: ngt gond ram Is nforxttnat no otter tom webs deceptoble IN date of de Bawl mud not be prin 10 he We Of ens Cah'aG.
N Co droaa b o P ttnenthp. d Panes mud saw* her Bard. Alb gad mixt be issued h gt6wggerie with the Issue suers Poen d
Arbmey atrodfsd to each atpy. AFET( comports executing Bads mud appear on ie u.S. Treoauy Depormerf s most an* id loon
570 as crowned) and be ourtorbsa to transact bushes, h nsstab 01 Marva
5.3 PAYMENT BOND
• •
Bond No. 103960089
SS8313
TERM MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER MAINLINE PERMUTATION
we, Insituform Technologies, Inc.
Travelers Casualty & Surety Company of America /
hereinafter caged 'PRINCIPAL", and St. Paul Fire & Marine Insurance Company as SURETY, in the
amount of $ Three hundred eight thousand two hundred fifty dollars and no/100 Das
t$ 308,250.00 J. for payment where of the PRINCIPAL and SURETY bind themseH6s.•thea heirs, personal
repiesentct ves. successors and assigns, ioJrnM and severarty. firmly by Mese presents.
The PPINCNPI hos by written Agreement doted December 4 2002, entered into o contract with Rhe qty
of Fayette/Be to mate rehabilitation :movements to sanitorysewer mainlines to be selected by the City of
Fayetteville. which Contract is by reterence mode a pod hereof and Is hereinafter referred to as the Contract.
WHEREAS. this bond Is given pursuant to the Arkansas Government Code:
NOW. THEREFORE, it the PRINCIPAL shall prornpty mace pWrnent to d persons, fans. Subcontractors and
corporations ung materials for a performing labor In the prosecution of the Work provided for In such
' Contract and any authorized extension or modification thereof, including al amounts due far materials, fuels,
repc*s on machinery, equipment and tools consumed a used in connection with the construction of such Work
and al insurance premiums an said Work and for al Lobor, performed in such Work whether by Subcontractor a
otherwise, this obligation stall be void: otherwise, to remain in hi force and ettect. The obligation of PRINCIPAL
and SURETY under dib bond ore performable and payable h Washington County. Arkansas arch that exclusive
venue for any legal action pertaining fonts bad shall fe h Washington County, Arkansas. By their signatures
below. me persons signing this bond warrant and represent that they OTC respegMety, dtdy authorized to sign on
behalf of PRINCIPAL and SURETY.
PROVIDED . FURTHER, that no find sethernerd between the CiIy of Fayettevme and the Contmcta shill abridge the
right of any beneficiary hereunder, whose cldm may be unsatisfied.
IN WITNESS WHEREOF, this Instrument is executed In Ore IS) counterporb, each of wNch shill be deemed and
ate.
ExECUTED this the 4 day of December , 2002
CONTRACTOR: SURETY:
Travelers Casualty & Surety Company of America f .
PRINCPM. sunny St. Paul Fire & Marine Insurance Company-.
Insit orm Technologies c.
BY
Gerald Addington
Vira PraetAan+-Pr.Vac+ M.w.341...elt
Nk ne/ttse
Address 702 Spirit 40 Park Drive
Chesterfield, MO 63005
Kathleen A. Petchutat, Attomey-in-fact
NornefAtIo ney-h-Fact:
Address 955 Executive Parkway, Suite 100
Creve Coeur, MO 63141
Countersigned By:)ffl gfl
Janice A. Butler, Fa mith, AR
Note: This Bond Form Is mandatory; no other form will be acceptable. The dote of the Bond
must not be prior to the date of the Controct. tf Contractor is o Partnership. all Partners must
execute this Bond. This Bond must be Issued In quintupllcate with the issuing agent's Power of
Attorney ottoched to each copy. SURETY companies executing Bonds must appear on the U.S.
Treasury Department's most current Inst (circular 570 as amended} and. be authorized to
transact business h the State of Arkansas
• •
'5.4 MAINTENANCE BOND
Bond No. 103960089
SS8313
TERM MAINTENANCE CONTRACT FOR 2002 SANITARY SEWER MAINUNE REHABILITATION
We, Insituform Technologies, Inc.
Travelers Casualty & Surety Company of America /
hereinafter coked PRWCPAL", and St. Paul Fire & Marine Insurance Company , as SURETY, hereinafter
called 'SURETY', are held and fmNy bound unto the CIN of Fayetteville. Arkansas os obligee. hereinafter called
of
$� a hundred eight thousand tof wo hundred�fifty dollars and no/100 Deeps ($ 33in the 0g 250.00 ), fa
payment where of the PRINCIPAL and SURETY bind themselves, their heirs, persona representatives. successors and
assigns. Idn%' and severalty. *rely by these ptesenb.
The PRINCIPAL hos ty wilier) Agreement dated December 4 2002, Entered Ho a eonhact v4 h the City
of Fayeltevle b make rehabilitallon improvements to sanitary sewer mainlines to be selected by the ay of
FoyettevNk, vetch Contract 6 by reference mode a pat hereof and t! hereinafter referred to at the Carttact.
WHEREAS, the bond is given pursuant to the Arkamm Government Code:
WHEREAS, under the Contract M is provided shot the PRINCIPAL win mahialn and keep h good repair al work to be
performed and done under the Corded for a period of two (2) yeas from the dale of occeptance of the
completed wolf by CITY OF FAYETTEVILLE, and to do and Perrone oft nicer -rag waif and recce any defective
condition, it being understood that the purpose or the maintenance Dond is to insure oIJ warranties. express a
irnpeed, made or given by the PRINCIPAJ. to CRY OF FAYETIEVIIJ.E and to covet al defective, inadequate or non-
conforming conditions arising by reason of ay materiels or lata instated, provided, constructed a penommed by
the PRINCIPAL and h Dose the PRINCIPAL shoe fail to correct any such conditions It Is agreed hilt CRY OF
FAYETTEVRI.E may make such correction and chage the cost of makhg Those corrections oga nst the PRINCPAL
and the SURETY onthis obligation, and the PRINCIPAL and SURETY shat be sublect to the 4quldoted damages
provted in the contract. the plans and the specifications fa each days failure on is pat to comply with the
terms and pro MtionS d the Contract:
NOW. THEREFORE. It he PRINCIPAL shall keep and perform Its obligation to maintain Mme wort and keep the wodt h
repair for rhe hi rnolntenonce period of. two (2) years os hetet provided, then these presents shah be null ofd
void and have no further effect, but it dedote shall be mode by PRINCIPAL In the performance of its obfigafl rs,
then these presents shall have full force and effect, at CITY OF FAYETTEVILLE shoe hone and recover from the
PRJNCPAL and its SURELY damages in the prenNses as ptoided and Itis further understood and agreed that this
obligation shall be a corrtkxAng one ogahst the PRINCIPAL and the SURETY ond that suocentre recoveries may be
had hereon for successive breaches ante Rte hll amount of itis bond shy have been erhousted: and if Is further
uhEleraocd that the obligation under mil bond to maintain the work shoe cottnue txotgno t the maintenance
period and shill not be changed, diminished, or lin any other manner affected during he semi of Rink bond, The
abagota» of PRINCIPAL and SURETY under this bond apply both to the original Contract and to on edension of
modification of the Contact and SURETY agrees that no chage, extension of time. oddton, expansion a other
modficatbn of line Contact, the work 10 be done under the Catroct. a the plans and specifications wry'ch ore a
part of the Concoct shoe in any manner affect the obfgations of SURETY oder tits bond. and SURETY wdwes
notice of any such change, extension of time. °dd tion. exPa stn a other modi icatlon. the ohegofons of
PRINCPAL ond SURELY under this bond are performable and payable in Washington Canty, Arkansas exit that
exclusive venue for any legal actors pertaining to this bond stall Se in Woshington County, Arkansas By ami
signatures below, the persons signing this bond cant and represent that they are. respecINely, day authorized
to sign on beholt of PRINCPAL and St1REWY,
•
PROVIDED, FURTHER. that no find settlement between the City of Fayetteville and the Contractor shah abridge the
right of any benettcby hereunder. venose Cahn may be 1nsaSsfied.
IN WITNESS WHEREOF, this instrument b executed In Ave (5) counterparts, each of which stat be deemed and
o4ghtd.
EXECUTED this the 4 day of December , 2002
CONTRACTOR: SURETY:
Travelers Casualty & Surety Company of America /
PRINCIPAL Isituforrn Technologies, Inc. SURE1ySl. Paul Fire & Marine Insurance Comparry
6y:
,. Gerald Addington
flee. PratIelan+.rPrnjar4 lie .0o e + Na metAtoPne%Ifrfoct
By: &tAPoa .
Kathleen A. Petchulat, Attomey-in-fact
Address 702 Spirit 40 Park Drive
was 955 Executive Parkway, Suite 100
Chesterfield, MO 63005 - Creve Coeur, MO 63141
Countersigned B" - N QJ /% n""`r Janice A. Butler, Fort Smith, AR
Noes; Dir Seca ram b nc.Wotay: no o*t lam we oe accepted'. Die dole dee BortdrtLrd not be pda to 1* dote dine Carman,
d Ccnboda is a Panted* el Pane mut execute bit knO, 11* Band trent be %aced h giattcicde wtm 1* bump agate Tamped
Mansy dbched lo each c•M. SURETY c0rrpartar MOS* km" out ebbed on the U.S. treasury Departments mod client ed Iciecaar
670 a amended) and be amaged lo tuaod btbhea In the Ston et Mame
9B1 P19 ZOOE d
a
Total Bid
l 10
W
CO
V
0)
01
A
CO
a
Item No.
Bidder.
CIPP Point Repair
Emergency Mobilization
Standard Mobilization
4" CIPP Svc Lateral Lining
Internal Lateral Reinstatement
18" CIPP lining
15" CIPP lining_ _
12" CIPP lining
10" CIPP lining
8" CIPP lining
6" CIPP lining
0
co
0
0
3.
a
0
3
EA
EA
EA
EA
EA
LF
LF
LF
r
m
LF
LF
C
01
>
N
30
0)
0
0 0
0
100
500
500
cn
0
3500
Quantity
1274.27
V
CO
0
V
0
N
W
0
91
N
O
O
0
61.0\ 10, 500.001 42.50
m
0
0
N
0
.+
BRH Garver r Insituform L Suncoast 1i
$432,243.81
$11,37151 2,000.00
$17,185012, 500.00
$7125.0012,000.00
$,500.001 100.00
m
N
o
0
animalism
O
O
O
-4
b
o
0
0
O
O
EA
b
O
0
a
O
O
O
EA
0)
O
0
0
0W)
o
O
a
O
0
0
A
o
O
Line Iter/1 Unit
EA
A
MO
()
6
,2
J
01
o
O
o
EA
W
O
CO
N
01
O
O
O
EA
O
O
0
O
O
O
69
N
01
0
0
O
O
EA
W
O
0
0
O
O
EA
0)
0
O
0
0
O
O
EA
CO
O
0
0
O
O
EA
V
0
0
0
o
O
EA
N
01
0
0
O
O
iA
N
-s
N
CO
0
O
O
EA
N
0
O
0
0
O
O
EA
N
A
O
0
0
o
O
EA
a
(0
O
0
0
O
O
Line Item Knit
O
O
O
O.
W
O
O
O
u
O
o
O
O
0
01
O
O
01
U
O
o
A
O
O
N
O
CO
W
o
O
co
O
O
EA
CO
A
o
o
a
01
o
O
00 OS £$
EA
a
O
o
N
o
o
r 11000.001
5,500.00
EA
A
o
O
01
o
O
O
A
01
9
O
Line Iter/
EA
N
N
a
O
o
A
o
0
o
01
o
0
o
1,500.00
3,000.00
o
0
0
70.00
60.00
55.00
50.001
40.001
44.00
Engineers Estimate
$415,500.00
EA
Oa
O
o
O
O
W
O
0
O
O
$18,000.00
00'000'L$
EA
V
01
0
O
0
EA
IQ
01
O
0
O
0
EA
0)
O
0
O
0
Line Item
EA
g
o
0
O
0
69
0
O
0
0
o
O
01
b
0
O
O
451
0)
O
0
O
0
• •
i
Ilateatzl
tee.
•
•
Specification Experience Requirements by Contractor
2002 Sanitary Sewer Main Line and Service Lateral Lining, Cured in Place Pipe Method
Specification Item
Specification
Requirement
Suncoast
Experience
Insituform
Experience
BRH Garver/
Experience
4" Service Pipes Lined by Contractor
250
0
Yes
Yes •
Internal Taps on 6" main by Contractor
250
177
Yes
Yes •
Ft of 6" Pipe Lined by Contractor
25,000
13,777
Yes
Yes
Ft of Pipe Lined for Product in USA
1,000,000
536,371
Yes
Yes
Ft of Pipe Lined for Product in
Arkansas
50,000
16,178
Yes
_
Yes
ISO 9000 Certification
Yes
No
Yes
Yes
Office In Arkansas
Yes
No
Yes
Yes
* Based on a very quick check, BRH Garver appears o meet these experience requirements. I did
not research their qualifications in more detail as there was a lower qualified bidder.
•
•
•
aye vik
CITY COUNCIL AGENDA MEMO
To:
From:
Date:
Subject:
Mayor and City Council
Greg Boettcher
Water/Wastewater Director
December 20, 2004
City Council Meeting of January 18, 2005
Resolution approving a second contract extension with Insituform
Technologies, Inc. for cured -in-place sanitary sewer linings.
RECOMMENDATION
Fayetteville City Administration recommends approval of an authorization totalling
$338,250.00, said amount being the maximum authorized amount for sanitary sewer
lining services by Insituform Technologies, Inc. in fiscal year 2005.
BACKGROUND
On October 30, 2002 the City of Fayetteville accepted sealed competitive bids for
sanitary sewer main line and service lateral lining services with Insituform Technologies
submitting the successful bid proposal (see attached materials). The bid schedule
includes specific unit prices for various items of work; with the sanitary sewer
rehabiliation program then using the pricing to complete the annual rehabilitaiton
program. The exact needs of each rehabiliatation activity cannot be explicitly defined
until the final design is completed, hence the unit price bid schedule to correlate costs to
project scopes. This contract includes a provision allowing for annual extensions for up
to four years, the extensions to use the original 2002 pricing. Sanitary sewer
rehabilitation activities since 2002 have depleted the original $677,644.00 authorization;
necessitating the fiscal year 2005 authorization.
DISCUSSION
The direct contracting with Insituform Technologies allows the City of Fayetteville to
execute its sanitary sewer rehabilitation program effectively and efficiently. It is effective
as the administrative delays and costs are minimized due to the annual contract and pre-
established pricing. The rehabilitation program is efficient as there is a minimum of
engineering and administrative costs; coupled with the economy of the City directly
contracting with the the specialty contractor avoiding general contractor overwrite.
Sanitary sewer rehabilitation has become part of the city's ongoing program to manage
asset condition, with the use of cured -in-place linings being the lowest cost strategy for
selected applications.
BUDGET IMPACT
The $338,250.00 of contract extension costs are included in the 2005 budget.
• •
RESOLUTION NO.
A RESOLUTION APPROVING A CONTRACT RENEWAL WITH
INSITUFORM TECHNOLOGIES, INC.; AND AUTHORIZING
THE EXPENDITURE OF AN AMOUNT NOT TO EXCEED
$338,250.00 FOR SANITARY SEWER LINING SERVICES.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves a contract renewal with Insituform Technologies, Inc. A copy
of the original contract, marked Exhibit "A" is attached hereto, and made a part
hereof.
Section 2. That the City Council of the City of FayetteuilleArkansas
`'338,25( .00 for
/ d
sanitary sewer lining services.
PASSED and APPROVED this 18th day of:Jnuary 2005.
PPROVE
A l PEST:
By:
DRA SMITH, City Clerk
DAN COODY, Mayor
d
o
Expected Delivery Date:
Quotes Attached
Yes: No:
Fixed Asset #
IP
7
0
0
dco'
E
Requisition No.:
P.O Number:
Z
—ca ytii
g}
Z
y
H I
X ycii
F >
c
Project/Subproject #
City Of Fayetteville
(Nat a Purchase Order)
Vendor Name:;
nc
.;. _. .. . ..... .... _ Insitu""form Tenc6ologies,..,....
Fob Point:
Fayetteville
Zip Code: Ship to'dbde:,
..r z.
75284-2359 ,.... , ..
i
T
w:.
to
y 0
L,N
..65<, : a':
N-
0
Account Numbers
5400.5700.5815.00
Special Instructions:
Approvals:
,//�/
Mayor: /, 'Tip'[ Department Director:
P 0 Box 842359
City: State:
Dallas TX
Requester'{ ., ,. •
..
David°Jurgen/Greg!BoettcherM/ater&Wastewater c.
Extended Cost
".:$338,250.00::
O
O
O
N
$0.00
$0.00
O
0
6
401.
0
0
6
q
$0.00
0
0
6
N
$0.00
0
0
6
q
$0.00
Unit Cost
(Unit of Issue
1
Lot
Quantity
Description
Sewer Relining S rvices for
"Fiscal Near, 2005
Shipping/Handling
N
r N t0 O b 0 N. CO 0) ^O
Greg Boettcher
Submitted By
• City of Fayetteville
Staff Review Form
City Council Agenda Items
Contracts
18 -Jan -05
City Council Meeting Date
•
Water and Wastewater Operations Water and Wastewater
Division
Action Required:
Department
Fayetteville City Administration recommends approval of an authorization totalling $338,250.00, said amount being
the maximum authorized amount for sanitary sewer lining services by Insituform Technologies, Inc. in fiscal year
2005.
$338,250.00
Cost of this request
5400.5700.5815.00
Account Number
020/7,
Project Number
Budgeted Item
X
$
1,500,000 00
Category/Project Budget
Funds Used to Date
1, 500, 000.00
Remaining Balance
Budget Adjustment Attached
Sanitary Sewer Rehabilitation
Program Category / Project Name
Sewer Mains Construction
Program / Project Category Name
Water and Sewer
Fund Name
&At
Departmegt Director
City Attorne
C
/2.--24025,e(
Date
Date
'q Dw
ate
l ,2
Mayor Date
Comments:
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
4 -Dec -02
Received in Mayor's Office
Clarice Pearman - Insituform Technologies
From: Clarice Pearman
To: Taylor, Matt
Subject: Insituform Technologies
Page 1
Attached is the resolution the City Council passed January 18, 2005 regarding the sewer lining services.
You will receive your original purchase requisition via interoffice mail.
Thanks.
Clarice
•
• •
CHANGE ORDER NO. 1
TO THE
AGREEMENT FOR SEWER MAINLINE REHABILTIATION
THIS CHANGE ORDER, entered into this 14.64 day of FEU uMY , 2005, by and between the
City of Fayetteville, Arkansas, whose address for any formal notice is 113 W. Mountain St,
Fayetteville, Arkansas 72701 and Insituform Technologies, Inc., (hereinafter " INSITUFORM ") with
offices at 702 Spirit 40 Park Drive, Chesterfield, Missouri, 63005 is made and entered into for
purposes of amending certain provisions of the "Agreement for Sewer Mainline Rehabilitation," dated
December 4, 2002 (the "Agreement").
This is Change Order No. 1 to the Agreement dated the 4th day of December, 2002, between the City
of Fayetteville and INSITUFORM.
NOW THEREFORE, The City of Fayetteville and INSITUFORM agree to change the Agreement,
to reflect the approval of the third annual term of the five annual terms agreed upon within the
contract.
All other terms and conditions remain in effect in accordance with the Agreement referenced in this
Change Order.
Both parties indicate their approval of this Change Order to the Agreement by their signatures below
as of the date shown above.
Authorized Signature: Authorized Signature:
�✓
H. Douglas Thomas
V.President-Project Support
Ai '11
Dan oody
Mayor
INSITUFORM TECHNOLOGIES, INC. CITY OF FAYETTEVI
Date: January 31, 2005
o....,b..al. AP rloo.henne nrvl.r Ian "i IW` Ann
Date:
r -ccs ,as