Loading...
HomeMy WebLinkAbout61-14 RESOLUTIONRESOLUTION NO. 61-14 A RESOLUTION TO APPROVE A CONTRACT EXTENSION WITH INSITUFORM TECHNOLOGIES, INC. IN AN AMOUNT NOT TO EXCEED $330,000.00 FOR SANITARY SEWER LINING SERVICES FOR CURED -IN- PLACE SANITARY SEWER LININGS 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. in an amount not to exceed $330,000.00 for sanitary sewer lining services for cured -in-place sanitary sewer linings. PASSED and APPROVED this 18th day of March, 2014. APPROVED: ATTEST: 10 ELD dRD ,Mayor BY: c.4,Atz) SONDRA E. SMITH, City Clerk/Treasurer 0111111 I Y FAYETTEVILLE:::a Z.! sc,c;30 6\1 461/4G T N Ct%0 110- Tim Nyander Submitted By City of Fayetteville Item Review Form Legistar File Number 03/18/2014 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Action Required: Water/Sewer Department 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. Does this item have a cost? $330,000.00 MIN Cost of this request 5400.5700.5815.00 Account Number 02017.2014 Project Number Budgeted Item? Yes $1,000,000.00 Category or Project Budget $8,410.09 Funds Used to Date $661,589.91 Remaining Balance Budget Adjustment Attached? 1--1 Sanitary Sewer Rehabilitation Program or Project Name Water and Wastewater Program or Project Category Water and Sewer Fund Name Previous Ordinance or Resolution # 226-12 Original Contract Number: 2270 V20130812 CITY COUNCIL AGENDA MEMO MEETING DATE OF MARCH 18,2014 THE CITY OF FAYE1TEVILLE, ARKANSAS ARKANSAS www.accessfayetteville.org To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff Fayetteville Water and Sewer Committee From: Tim Nyander, Interim Utilities Director TV' Date: February 28, 2014 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. BACKGROUND On November 7, 2012, 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 2nd year of a 5 -year renewable contract with Insituform. BUDGET IMPACT Funds are available in the 2014 Sanitary Sewer Rehabilitation Project budget project. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 Insituform Contract Renewal -CC -2014 RESOLUTION NO. A RESOLUTION TO APPROVE A CONTRACT EXTENSION WITH INSITUFORM TECHNOLOGIES, INC. IN AN AMOUNT NOT TO EXCEED $330,000.00 FOR SANITARY SEWER LINING SERVICES FOR CURED -IN- PLACE SANITARY SEWER LININGS 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. in an amount not to exceed $330,000.00 for sanitary sewer lining services for cured -in-place sanitary sewer linings. PASSED and APPROVED this 18th day of March, 2014. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer RESOLUTION NO. 226-12 A RESOLUTION TO APPROVE BID #12-75 FOR A CONSTRUCTION CONTRACT WITH INSITUFORM TECHNOLOGIES, LLC FOR SERVICE LATERAL AND SEWER MAIN CURED IN PLACE LINING IN THE AMOUNT OF $330,000.00. 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 Bid #12-75 for a construction contract with Insituform Technologies, LLC for service lateral and sewer main cured in place lining in the amount of $330,000.00 and authorizes Mayor Jordan to sign the construction contract. PASSED and APPROVED this 4th day of December, 2012. APPROVED: ATTEST: By: By: Aapai..., 9:414,311* SONDRA E. SMITH, City Clerkareasurer oonfirwo •Z`Ci.• ‘81( •-*"!. z?A. • •cr‘S. *,3 :FAYETTEVILLE: 17 li*A Ns • 31;" • •*0`. % • • •• 11.0- Tryettgje SID: 12-75 DATE: 1'1/07/12 TUVE: 2:00 PM Cm( OF FAYETTEVILLE Bid 12-75, Construction - 2013 Sanitary Sewer Main Line & Service Lateral Lining 1 insituforrn Technologies, LLC. L.‘COOT. 313,2,91E0 2 SAK Construction, LLC. 537,875.00 3 Suncoast Infrastructure, Inc. 391,600.00 CERTIFIED: •NOTICEtBid &want is cgrainitantteportvondor rnaetitsg rniourn spenifications antitorroat authorization. by Chive:Oficial& P. VICE, PURCH MGR AT Detailed Bid Tabulation - 2013 Sanitary Sewer Main Line and Service Lateral Lining, Cured in Place Pipe Method insituform Technologies, LLC SAK Construction, LLC Suncoast infrastructure. Inc. Tterri No. ,11112,1214, Itern Description QM V.P.i/ Unit Price In S.W.A I Unit Price In Total Unit Price In Total F.151=g. titago Up= 1 6" x 4.5mm trenchiess rehabilitation by CIPP of existing sewer pipe rrEainline, complete in place 2500 LF $ 37.00 5 92,500.00 5 48.00 $ 120,000.00 $ 30.00 5 75.000.00 2 8" x 6.0mm trendless rehabilitation by CIPP of mcistIng_sewerpipe mainline, complete in piece 2000 LF 5 36.00 5 72,000.00 $ 34.50 $ 69.000.00 5 28.00 5 56,000.00 3 10" x 6.0mm trendless rehabilitation by CIPP of existing sewer pipe mainline, complete in place 500 LF 5 36.00_5 18,060.00 $ 38.50 $ 19.2.50.00 5 33.00 5 16.500.00 4 12" x 6.0mm trendless rehabilitation by CIPP of existing sewer pipe mainlin. e, complete in place 500 LF $ 4200. $ 21.00000 5 56.00 5 28,000.00 5 38.00 $ 19,000.00 5 15" x 7.5mm trendless rehabilitation by CIPP of existing sewer pipe mainline, complete in place 500 LF $ 54.00 5 27.000.00 $ 66.75 5 33.375_00 $ 65.00., 5 32_500.00 6 18" x 9rom trendless rehabilitation by CIPP of existing sewer pipe mainline, complete in place 500 L.F 5 68.00 $ 34.000.00 $ 101.00 $ 50.500.00 $ 85.00 $ 42,500.00 7 Internal reinstatement of -Service Laterals 150 -EA 5 0.01 $ 1.50 $ 1110,00 5 15,000.00 $ 50.00 5 7,500.00 8 Trenchless rehabilitation by CIPP of existing 4" Service Lateral .30 EA $ 1,350.00 $ 40,500.00, $ 3,300.00 5 99,000.00 5 3345.00 $ 100.350.00 9 Standard Mobilization (within 15 working days) 2 EA $ 1,000.00 $ 2400.00 5 24,506.00 5 49,000.00 $ 7,500.00 5 15.000.00 10 Emergency Mobilization (within 3 working days) 1 EA 5 2.000.00 $ 2.000.00 $ 36,756.00 $ 36.750.00 5 9.000.00 5 9.000.00 11 crPP Point Repair. 6'. 12" Diameter, 10 LF 5 EA $ 850.00 5 4.250.00 5 3.600.00 $ 18.000,00 5 3.650.00 $ /8,250.00 Total nia _ 5 313j51.50 5 537,875.00 5 3000.00 4.0 BIDDER'S PROPOSAL 4.1 ITEMIZED DESCRIPTION OF BID PRICING TO: City of Fayetteville Fayetteville, Arkansas The undersigned bidder, having examined the specifications and contract documents, and being 'Ay 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 clesedbed by and in accordance with the specifications and contracts for the following prices to wit. The unit prices shall be written in words on each line below the item description. The unit price in figures and extended total in figures shall be written on the lines provided. The total bid amount shall be written in both figures and words on the lines provided. Item Approx. Unit Price No. Item Description OV. Unit In Figures 6" x 4.5mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place Total 11"i StAiett viNk "100 dollars- 2500 LF $ 3700 s q ,Op .00 8" x 6.0mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place ItY4t/ IMC 1bt111:40 dollars 2000 LF 10" x 6.0nun trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place $ 34.00 $ 7.2.1 000 . -16441 lob dollars 500 LF $ -34.0° $ TIOCO .00 12" x 6.0mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place !Pc.411 flu° Ata *7/00 dollars 500 LF $ j2..�o 21 000 . 00 .. Item ATIDTOX. Unit Price No Item Description Q Unit In Flames 15" x 7.5mm trenchIess rehabilitation by CIPP of existing sewer pipe mainline, complete in place Total F%44-1-1-Rnif lor) dollars 500 LF $ 54. 00 2.7t coo. 00 18" x 9mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place 5101 tt.,k-l• 4 "Z:to dollars 500 LF $ .00 Internal reinstatement of Service Laterals 3'/000 .00 etr0 4114 //00 dollars 150 EA 9.01 1.5-0 Trenchless rehabilitation by CIPP of existing 4" Service Lateral ova. ikoec44 a Atte. tiovilta ;Ay 04 1:0D dollars Standard Mobilization (within 15 working days) Et tiloosavtA. aki Teo dollars Emergency Mobilization (within 3 10 working days) 30 EA $ 1,3%00 t-foocoo .0e) 2 EA $ 1,000.00 •It 000 • CIO tivigrtg.1. cer4 100 dollars 1 EA $ 2,000. 00 5 21000 . 00 CIPP Point Repair, 6" - 12" 11 Diameter, 10 LF 5 EA $ Is56.00:1k TOTAL BED AMOUNT $ I s 2-61.<0 "rivet 14. die..41 chew. tfv)090441 +goo kutulteeliedollars otielMh af.145 (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 the City of Fayetteville here may choose to purchase more, less, or none of the rehabilitation, depending upon its needs. The City of Fayetteville 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 of Fayetteville reserves the right to reject any or all bids, and to waive informalities in the bidding. The undersigned fiirther agrees that the 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 of Fayetteville 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 of Fayetteville 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 docunaents 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 of Fayetteville are in any sense a warranty, but are mere estimates for guidance &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 of Fayetteville 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 Insituform Tecbnologiest,LLC Bidder Business Address Telephone Num her FAX Number dde c tio 11 Douglas Thomas V. P . —Global .Procurement /Ops Sup sictommemmTme 17988 Edison Avenue Chesterfield NO 63005 636-530-8000 636-530-0751 Arkansas Contractors License Number 0072030413 NOTE: DO NOT DETACH BED FROM OTHER PAPERS BOUND IN THIS DOCUMENT. 1Fill Bid Form in with ink and submit complete with all other papers bound in this document BOND RIDER To be attached to and form part of a Performance and Payment Bond Bond No. issued to 105852578 aau-13) ut-td laDA , dated November 20, 2012 Insituform Technologies, LLC., 17988 Edison Avenue, Chesterfield, MO 63005 as Principal, and Travelers Casualt and Suret Co 11 1 I 11 ' Oe o eSuae as Surety, in favor of City of Fayetteville, 113 West Mountain Street, Fayetteville, AR 72701 It is understood and agreed that the Bond is changed or revised in the particulars as checked below: ( ) Name of Principal changed to: , as Obligee. ( X ) Amount of bond changed from: Six Hundred Forty Three Thousand Two Hundred Fifty One and 50/100 ($643,251.50 ) DOLLARS, to: Nine Hundred Eighty Six Thousand Three Hundred Seventy and 58/100 ($ 986,370.58 ) DOLLARS, ( X ) Other: Year 3 of contract/bond is effective January 1, 2015 to December 31, 2015 Said Bond shall be subject to all its terms, conditions and limitations, except as herein expressly modified. This Bond Rider shall become effective as of January 1, 2015 Signed, sealed and dated August 4, 2015 S-3170/GE 2/98 Travelers Casualty and Surety Company of America By: ( Andrew P. Thome, Attemey-In-Fact 111811111111181$1111111 Doc ID: 016427920004 Type: LIE Kind: PERFORMANCE BOND Recorded: 09/04/2016 at 11:07:48 AM Fee Amt: $30.00 Page 1 of 4 Washington County, AR ,Kyle Sylvester Circuit Clerk File B033-00000448 XDF State of Missouri County of St. Louis On 8/04/2015, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attorney -in - Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acicnowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Amanda L. Williams, Notary Public My Commission Expires: • AMANDA L. WILLIAMS •Notary Public - Notary Seal STATE OF MISSOURI St. Louis County tvIv Commission Expires: July 24, 2017 Commission # 13507257 _ TRAVELERS J Attorney -In Fact No. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 229369 SI. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 006368975 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. Si. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the Srate of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of lowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the -Companies"), and that the Companies do hereby make, constitute and appoint Andrew P, Thome. Dana A. Dragoy. Peter J. Mohs. Debra A. Woodard, Barbara Ruchhold. Michael D. Wiedemeier, and Amanda L. Williams Chesterfield Missouri of the City of State of • their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above. to sign, execute, seal and acknowledge any and all bonds, recognizances. conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or perrnitied in any aCtions or.preceedings allowed by law. 4‘ _ 4.1 liLT.\-11.4- P*V: 14th IN WITNESS WHEREOF. the Companies have caused this instrument•to be signeckand theircorporateseals to be hereto affixed, this May 2015 00 10# Farmington Casualty Con,i6papy x _ „Al.... St. Paul Mercury Insurance Company Fidelity and Guaranty InsUmvceConipa r.VX.,-ITravelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America Si. Paul Fire and Marine Insurance Company United Stales Fidelity and Guaranty Company St. Paul Guardian Insurance Company day of State of Connecticut City of Hartford ss. By: Robert L. Raney, calor Vice President 14th May 2015 On this the day of . before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc., St. Paul Fire and Marine Insurance Company, Si. Paul Guardian Insurance Company, Si. Paul Mercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company. and that he, as such. being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, 1 hereunto set my hand and official seal. My Commission expires the 301h day' of June. 2016. 50440-8-12 Printed in U.S.A. e. Marie C. Tetreault. Notary Public WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman. the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of thc foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance. or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President. any Assistant Vice President. any Secretary. any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents. Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes. the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and UnitedZtates Fidackity3:and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compani;..S,L,whickis imfilli forAtd'effcci and has not been revoked. , 4 1 5 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the sails of said:-Comp'aAugu s t nies this day of , 20 . ,4400 41,041/4; 4.18)V7 41........ 1 Kevin E. Hughes, Assistant Sec tary To verify the authenticity of this Power of Attorney. call 1-800-421-3880 or contact us at www.travelcrsbond.com. Please refer to the Atiorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER