HomeMy WebLinkAbout34-12 RESOLUTIONRESOLUTION NO. 34-12
A RESOLUTION APPROVING A CONTRACT EXTENSION WITH
INSITUFORM TECHNOLOGIES, INC. AND APPROVING AN
AUTHORIZATION OF $330,000.00 FOR SCHEDULED LINING SERVICES
FOR CURED -IN-PLACE SANITARY SEWER LININGS THROUGHOUT
THE SYSTEM AND $185,595.00 FOR SEWER REHABILITATION IN THE
VICINITY OF THE ELKINS OUTFALL GRAVITY SEWER PROJECT
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 extension with Insituform Technologies, Inc. and approves an authorization of
$330,000.00 for scheduled lining services for cured -in-place sanitary sewer linings throughout
the system.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
contract extension with Insituform Technologies, Inc. and approves an authorization of
$185,595.00 for sewer rehabilitation in the vicinity of the Elkins Outfall Gravity Sewer Project.
PASSED and APPROVED this 21st day of February, 2012.
APPROVED: ATTEST:
B
BY: A10--nL0f--._/
LISA BRANSON, Deputy City Clerk
®®e9ViRViiF�Y4r'f.,
h
®FAYETfEVIL! E B
C'4o4°GT6A C ���
Shannon Jones
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
21 -Feb -12
City Council Meeting Date
Agenda Items Only
Utilities Capital Projects
Division
Action Required:
Utilities
Department
Resolution approving a contract extension with Insituform Technologies, Inc., and approving an authorization totaling
$330,000.00, for scheduled lining services for cured -in-place sanitary sewer linings and $185,595 for sewer
rehabilitation in the vicinty of the Elkins Outfall gravity sewer project.
330,000
185,595
Cost of this request
5400.5700.5815.00
5400.5700.5815.00
Account Number
02017
10010.1
Project Number
Budgeted Item
XX
4,267,419.65
2,165,000.00
Category / Project Budget
51,168.22
20,000.00
Funds Used to Date
4,216,251.43
2,145,000.00
Remaining Balance
Budget Adjustment Attached
ty Attorney
Sanitary Sewer Rehabilitation
Sewer Replace - Elkins Outfall
Program Category / Project Name
Water and Wastewater
Water and Wastewater
Program / Project Category Name
Water/Sewer
Water/Sewer
Fund Name
3 P'.(b 1 Z Previous Ordinance or Resolution # 104-08
Date
Original Contract Date: 5/20/2008
2-5 -12-- Original Contract Number: 2040
Date
Finance and Internal Services Director
zotz
Date
Received in City 2— 0 3— 2P03:53 R C V D
Clerk's Office
Received in
Mayor's Office
Comments:
Revised January 15, 2009
ave eville
ARKANSAS
www.accessfayetteville.org
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
David Jurgens, Utilities Director
Fayetteville Water and Sewer Co ittee
From: Shannon Jones, Utilities Engineer J.9c.n,c4,
Date: February 3, 2012
CITY COUNCIL AGENDA MEMO
MEETING DATE OF FEBRUARY 21, 2012
THE CITY OF FAYETTEVILLE, ARKANSAS
Subject: Resolution approving a contract extension with Insituform Technologies, Inc. for cured -in-place
sanitary sewer linings.
RECOMMENDATION
Fayetteville City Administration recommends approving a contract extension with Insituform Technologies,
Inc., and approving an authorization totaling $330,000 for scheduled lining services for cured -in-place sanitary
sewer linings and $185,595 for sewer rehabilitation in the vicinty of the Elkins Outfall gravity sewer project.
BACKGROUND
On April 16, 2008, 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
rehabilitation program then using the pricing to complete the annual rehabilitation program. The exact needs of
each rehabilitation activity cannot be explicitly defined until the final design is completed, hence the unit price
bid schedule is used to correlate costs to final project scopes.
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. Pipes being lined under this contract are
either identified by City forces through normal maintenance operations or by consultants executing Sanitary
Sewer Evaluation Studies. Either way, engineering and administrative costs are held to a bare minimum as
formal plans and specifications are not required. This work is an integral part of the City's ongoing program to
maintain its sewer system in the most long-term yet cost effective fashion, with cured -in-place linings being by
far the lowest cost strategy for applications where it is appropriate. This will be the 5th year of a 5 -year
renewable contract with Insituform.
BUDGET IMPACT
Funds are available in the 2012 Sanitary Sewer Rehabilitation Project budget and Elkins Outfall sewer line
project.
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
Insitufonn Contract Renewal-CC-2012.doc
RESOLUTION NO.
A RESOLUTION APPROVING A CONTRACT EXTENSION WITH
INSITUFORM TECHNOLOGIES, INC. AND APPROVING AN
AUTHORIZATION OF $330,000.00 FOR SCHEDULED LINING SERVICES
FOR CURED -IN-PLACE SANITARY SEWER LININGS THROUGHOUT
THE SYSTEM AND $185,595.00 FOR SEWER REHABILITATION IN THE
VICINITY OF THE ELKINS OUTFALL GRAVITY SEWER PROJECT
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 extension with Insituform Technologies, Inc. and approves an authorization of
$330,000.00 for scheduled lining services for cured -in-place sanitary sewer linings throughout
the system.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
contract extension with Insituform Technologies, Inc. and approves an authorization of
$185,595.00 for sewer rehabilitation in the vicinity of the Elkins Outfall Gravity Sewer Project.
PASSED and APPROVED this 21st day of February, 2012.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
4.0 BIDDER'S PROPOSAL
4.1 ITEMIZED DESCRIPTION OF BID PRICING
TO: City of Fayetteville
Fayetteville, Arkansas
GENTLEMEN:
The undersigned bidder, having examined the specifications and contract documents, and
being fully advised as to the extent and character of the work, propose to furnish all
equipment and to perform all labor and work necessary for the completion of the work
described by and in accordance with the specifications and contracts for the following
prices to wit.
Item Approx. Unit Price
No. Item Description Qty. Unit In Figures
6" x 4.5mm trenchless rehabilitation
by CIPP of existing sewer pipe
1 mainline, complete in place
Total
f tf�R;Y 51X AIo9 cam& 3500 LF $ X.50 $ 2 15o. do
rr1Fii tem,
8" x 6.0mm trenchless rehabilitation
by CIPP of existing sewer pipe
2 mainline, complete in place
11kkaTY 1\PO dollars i 1500 LF $ 3Z• 00 $ 1(81
eocl • Do
ZEA Ceuty
10" x 6.0mm trenchless rehabilitation
by CIPP of existing sewer pipe
3 mainline, complete in place
TI1I1TY 1ouZ dollars 500 LF
'Lao COAL'
12" x 6.0mm trenchless rehabilitation
by CIPP of existing sewer pipe
4 mainline, complete in place
fag -rWO dollars t 500 LF
alto CES?4j
$ 3t1.av $
III coo. 00
$ gtoo- •$ 211000.00
Item Approx. Unit Price
No. Item Description Qty. Unit In Figures
15" x 7.5mm trenchless rehabilitation
by CIPP of existing sewer pipe
5 mainline, complete in place
Total
FIFTY seve J dollars 4 100 LF $ J . oo $ ,j � 4-ct!J. GO
UR* 2E)JT,
18" x 9mm trenchless rehabilitation
by CIPP of existing sewer pipe
mainline, complete in place
SEVEiuTY 11t dollars 100 LF $ $ 7� Soo . Ott.
ZEft�+ C6N11
Internal reinstatement of Service
7 Laterals
0514E CE1JT
.61ellnrs 60 EA $ .01 $ , Go
Trenchless rehabilitation by CIPP of
8 existing 4" Service Lateral
Two ttfous kmv
dollars 30 EA $ 2000.O40 $ 60( ccc • 00
zeit° Ceurc�j
Standard Mobilization (within 15
9 working days)
Two TE%utIJ D
dollars 4 2 EA
Zego CE»TS
Emergency Mobilization (within 3
10 working days)
$ Gf� cx30. Ori
Tifge %NALSANV dollars 1 EA $ 3X0.00 $ 000, 00
Ltd . eEutg
CIPP Point Repair, 6" - 12"
11 Diameter, 10 LF
!%I!E o uja NQ dollars 5 EA $ 1000.00 $ 000
TOTAL BID AMOUNT $ ZB 7-50. (90
1�0
ituipitep NtwrY E/bf/7" �KoLIkut( SCUEw 14uuptZjp FtrrY Tot -LA -17s AJJv 5vATY CC'NTS
(In Writing)
The undersigned understands that this bid is for a term maintenance contract for the rehabilitation of sanitary
sewer mainlines throughout Fayetteville, Arkansas and that fhe City here may choose to purchase more,
less, or none of the rehabilitation, depending upon its needs. The City is under no obligation to purchase
a minimum amount of any item awarded. This contract is generally for miscellaneous and unidentified
rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method.
The bidder understands that the City reserves the right to reject any or all bids, and to waive informalities in
the bidding.
The undersigned further agrees that fhe proposal guaranty may be retained by the City of Fayetteville,
Arkansas, provided the undersigned is one of the lowest and most advantageous bidders, and that said
proposal guaranty shall remain with the City until the contract has been signed, and the bond required for
the faithful performance of the contract has been made by one of the lowest responsible bidders; otherwise,
proposal guaranty may be obtained from the City after forty-eight hours from the time of opening of the
bids.
The undersigned hereby declares that he has had sufficient time to make all test and investigations to arrive
at an intelligent estimate of the cost of doing the work, and has carefully examined the specifications and
documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no
representation made by the City are in any sense a warranty, but are mere estimates for guidance of the
CONTRACTOR.
Upon receipt of notice of the acceptance of the bid, we will execute the formal contract attached in
quintuplicate, within ten days, and will deliver a Surety Bond for the faithful performance of the contract, and
such other bonds as may have been required in the specifications. The bid security attached in the sum of
5%of the greatest amount of the total bid is ($5%) is to become the property of the City if a cashier's check,
and if a bond, the principal amount shall be paid to the City of Fayetteville, in the event the contract and
bond are not executed within the time set forth, and to be considered as liquidated damages because the
delay and additional work caused thereby are incapable of accurate ascertainment.
RESPECTFULLY SUBMITTED :
Bidder
Business Address
Telephone Number
FAX Number
Insituform Technologies, Inc.
SIGNATURE AND TIRE
H. Douglas Thomas
V.P.-GIobal Procurement/Ops.Suppo
SIGNATURE AND TITLE
17988 Edison Avenue
Chesterfield, MO 63005
636-530-8000
636-530-0751
Arkansas Contractors License Number
0072030409
Seal If bidder is a co s oration
NOTE: DO NOT DETACH BID FROM OTHER PAPERS BOUND IN THIS DOCUMENT. Fill Bid Form in with ink and
submit complete with all other papers bound in this document
4.2 GENERAL INFORMATION
• Representatives from the CITY will contact the CONTRACTOR with their specific work
items. The estimate will reflect and be based on the listed bid items. Upon notification
and approval by the CITY, the CONTRACTOR shall start work on the project within
fifteen (15) working days. In the event of an Emergency Response project, the
CONTRACTOR shall start work on the project within three (3) working days of
notification by the CITY, and the CONTRACTOR and Owner shall agree to a final cost
for the project no later than 24 hours after the completion of the project.
• Payment for work on a particular project shall be made upon completion and
acceptance of the work by the CITY. There will be no partial payment made for any
project.
• Invoices shall be sent to the CITY. They shall be itemized to include:
The specific bid items utilized.
The quantities of those bid items.
The total cost for that project.
The total billing to date under the annual contract; including any change
orders.
• The CONTRACTOR will be responsible for all signing and barricading and will comply
with those portions of the "Arkansas Manual on Uniform Traffic Control Devices for
Streets and Highways" which pertain to construction. • -
• The CONTRACTOR shall take precautions and use care to avoid damaging, disturbing,
or disrupting existing private facilities on private or public property, i.e., fences, sprinkler
facilities, shrubs, landscaping, etc. The CONTRACTOR shall restore, to the CITY's
satisfaction, any damaged property at the Contractor's expense.
• Completion of a particular project is defined to include the satisfactory performance
of all minor and non -pay work items such as clean-up and restoration/replacement of
all damaged private and public property, etc.
POST LINING VIDEOING
• After lining, the CONTRACTOR shall provide the City television results of the lining
showing all taps made upon the new line. Upon completion of the video, a DVD shall
be supplied to the CITY.
UTILITIES COORDINATION
• During the construction of this project, the CONTRACTOR shall be responsible for
contacting Arkansas One Call for locating any utilities that may be involved in any
excavations.
5.0 CONTRACT AND BOND DOCUMENTS
5.1 AGREEMENT
2008 ANNUAL SANITARY SEWER MAINLINE AND SERVICE LATERAL
REHABILITATION, CURED IN PLACE PIPE METHOD
THIS AGREEMENT, made this c) -04k day of
Fayetteville, Arkansas, and
lnsituform Technologies, Inc.
, 2008, by and between the City of
doing business as a Corporation, hereinafter called "Contractor",
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned:
1. The Contractor will commence 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
rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas in a timely manner as
projects are selected. The Contractor shall furnish City of Fayetteville a timeline for each project as
preparation for the work begins.
4. The timeline for this contract shall end December 31, 2008. Upon approval of the City of Fayetteville,
the contract may be extended on a yearly basis for up to four years, through December 31, 2012.
5. The Contractor shall be entitled to receive up to Three Hundred Thousand Dollars ($330,000). 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, Tess, 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 will 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 or 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. It is mutually agreed that should it 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 Contractor's
bond have become insolvent, bankrupt, or otherwise financially unable to protect the City of
Fayetteville under the terms 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 or 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 for completion of the
Contract requirements obligating the Contractor for any and all additional expenses incurred.
10. Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed
without a prior formal contract amendment approved by the Mayor and the City council in
advance of the change in scope, cost or fees.
11. City contracts and documents prepared while performing city contractual work are subject to the
Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the
City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt
and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et.
seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this
compliance.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly
authorized officials, this Agreement in four (4) counterparts, each of which shall be deemed an original
on the date first above written.
THE CITY OF FAYETTEV, LE
By:
Title: Mayor
113 West Mountain Street
Fayetteville, AR 72701
CONTRACTOR:
By:
H. Douglas: omas
Title:
*Attest:
Title: V.P.-Global Procurement/Ops. Support Title:
n Smith
retracting & Attesting Officer
Company Insituf'orm Technologies, Inc. (Corporate Seal)
Address
17988 Edison Avenue
Chesterfield, MO 63005
*If a corporation, the Secretary of the Corporation should Attest.
2008 CIPP Bid Tabulation
April 16, 2008 at 2:00 p.m.
Insituform Technologies
Suncoast
Infrastructure
Item
Item Description
Approx.
Unit
Unit Price In
Total
Unit Price In
Total
No.
Otv.
Figures
Figures
1
6" x 4.5mm trenchless rehabilitation by CIPP
of existing sewer pipe mainline, complete in
place
3500
LF
$ 36.50
$ 127,750.00
$ 30.60
$ 107,100.00
2
8" x 6.0mm trenchless rehabilitation by CIPP
of existing sewer pipe mainline, complete in
place
1500
LF
$ 32.00
$ 48,000.00
$ 30.30
$ 45,450.00
3
10" x 6.0mm trenchless rehabilitation by CIPP
of existing sewer pipe mainline, complete in
place
500
LF
$ 34.00
$ 17,000.00
$ 31.00
$ 15,500.00
4
12" x 6.0mm trenchless rehabilitation by CIPP
of existing sewer pipe mainline, complete in
place
500
LF
$ 42.00
$ 21,000.00
$ 32.80
$ 16,400.00
5
15" x 7.5mm trenchless rehabilitation by CIPP
of existing sewer pipe mainline, complete in
place
100
LF
$ 57.00
$ 5,700.00
$ 50.00
$ 5,000.00
6
18" x 9mm trenchless rehabilitation by CIPP
of existing sewer pipe mainline, complete in
place
100
LF
$ 73.00
$ 7,300.00
$ 60.50
$ 6,050.00
7
Internal reinstatement of Service Laterals
60
EA
$ 0.01
$ 0.60
$ 150.00
$ 9,000.00
8
Trenchless rehabilitation by CIPP of existing
4" Service Lateral
30
EA
$ 2,000.00
$ 60,000.00
$ 2,900.00
$ 87,000.00
9
Standard Mobilization (within 15 working
days)
2
EA
$ 2,000.00
$ 4,000.00
$ 2,500.00
$ 5,000.00
10
Emergency Mobilization (within 3 working
days)
1
EA
$ 3,000.00
$ 3,000.00
$ 9,060.00
$ 9,060.00
11
CIPP Point Repair, 6" - 12" Diameter, 10 LF
5
EA
$ 1,000.00
$ 5,000.00
$ 3,320.00
$ 16,600.00
Total Bid
$ 298,750.60
$ 322,160.00
Date:
2/3/2012
Expected Delivery Date:
Quotes Attached
Yes: XX No:
Divison Head Approval:
1 Fixed Asset #
Subtotal: $515,595.00
Tax: $0.00
Total: $515,595.00
IT Manager:
Other:
It 10
c
>
c
Requisition No.:
P.O Number:
Mail
Yes: No: XX
Taxable
Yes:_ No: XX
Extension:
452
Project/Subproject #
02017.0012
10010.1
City Of Fayetteville
(Not a Purchase Order)
Vendor Name:
Insituform Technologies, Inc.
Fob Point:
Ship to code:
Requester's Employee #:
2689
Account Numbers
o
0
tci
a—
CO
LO
0
0
n
u1
0
0
v
0
5400.5700.5815.00
Special Instructions:
•
Zip Code:
75267-4060
Address:
PO Box 674060
ui
4° x
(.0I-
Requester:
Shannon Jones
Extended Cost
0
0
0
0
0
0
co
co
E9
$185,595.00
o
0
ER
0
0
ER
0
0
40
0
0
V3
0
0
ER
0
0
ER
0
0
le
0
0
to
Finance & Internal Services Director: Budget Manager:
Dispatch Manager: Utilities Manager:
Unit Cost
O
O
co
O
0
O
co
co
O
o
in
CO
to
t()
co
t-
Unit of Issue
<
w
<
w
Lot
N
a
U Q
Quantity
‘-
{-
Vendor #:
1454
Description
2012 Sanitary Sewer Main
and Service Lateral Cured In
Place Lining
CIPP lining, Elkins Outfall
gravity sewer area
a)
c
c
ca
o
c
Q
d
L
w
c- N CO V n oo d)
.�
Revised 6/17/03