Loading...
HomeMy WebLinkAboutItem 06 - Sewer Rehablilitation ������34 � � , MEMO TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: BRUNO RUMBELOW, CITY MANAGER C�I�" MEETING DATE: MARCH 4, 2008 SUBJECT: EAST OUTFALL SEWER REHABILITATION RECOMMENDATION: City Council to consider approval of a resolution to ratify the award of a contract to Insituform Technologies, Inc. forthe rehabilitation of an approximately 1,500 LF segment of the East Sanitary Sewer Outfall to the W1NTP through an Interlocal Agreement and established Annual Contract in the total amount of$369,280, authorize the City Manager to execute said contract, and take any necessary action. FUNDING SOURCE: Funds are available in the 99 Utility Bonds account 200-48930-534-5-000013. � BACKGROUND INFORMATION: This contract is in accordance with an existing Interlocal Agreement with the Local Government Purchasing Cooperative (Buyboard.com) as allowed by the Texas Local Government Code, Section 271.102. Bids were taken by the Cooperative and a contract was awarded to Insituform Technologies, Inc. under contract number 251-06. The Interlocal Agreement and Cooperative Purchasing Agreement satisfy all bidding requirements under the Local Government Code. The East Sanitary Sewer OutFall to the Wastewater Treatment Plant (WWTP) is the main outfall for all sewer flow entering the WWTP. The existing sewer line extends from the WWTP east along Dove Loop, north on Dooley Street and east along Wildwood Lane to the Boyd Drive intersection. Emergency repairs were perFormed in 2004 on a portion of the same sewer line between Boyd Lane and Dove Loop due to corrosion and failure of the line caused by sewer gas. The previous method of repair was also installing a"cured in place"liner to replace the pipe structure. This project will replace the downstream section of the line along Dove Loop between Dooley Street and the first manhole west of North Main Street. This section has been � identified from routine television inspection of the line as being in imminent danger of � failure due to the corrosion of the existing concrete pipe from sewer gas. Due to the size of sewer pipe, repair options are limited to open cut replacement of the pipe or installation of �` a liner inside the existing pipe. Due to the cost and inconvenience of replacing the line by open cut construction beneath the Dove Loop roadway, installation of a "cured in place" liner is recommended. The liner is unaffected by corrosive gases and will improve the flow capacity of the existing sewer. Insituform has submitted a proposal to install the 1,529 LF of liner for 30"and 36" pipe at a cost of$369,280. This cost includes the cured in place liner, manhole rehabilitation, by- pass pumping operations and traffic control. Insituform has performed work for the City previously including the rehabilitation of the upstream portion of the East OutFall and is well qualified to perform the work. Based on the proposal submitted by Insituform for$369,280, staff recommends approval. JMB O:�apendaW3-04-OB wutewater overslLrig.doc � Insituform ��'C,f?j�!�l�),�1�'.� `�1�,. Wai/dwidePipe/ine 1103 Postwood Dr. TeL• (940}498-0253 ,�,,, �'� � HehaCi/i/alion Corinth,TX 76210 Fax: (940)498-0265 www.insituform.com February 25, 2008 Mr. Mike Brownlee, PE Senior Civil Engineer Public Works Department P.O. Box 95104 Grapevine, TX 76099 Proposal Project Name: City of Grapevine, TX East Outfall 30"/33" Sanitary Sewer Rehab INSITUFORM TECHNOLOGIES, INC. herein proposes to furnish all labor, materials, equipment, and services necessary to reconstruct the referenced project (as detailed in the project location maps presented by the City of Grapevine) utilizing the Texas Statewide Cooperative Purchasing Contract#251-06 administered through the BuyBoard. ASSUMPTIONS AND QUALIFICATIONS InsituformT"' Design. We have based this proposai on a nominal wail thickness for the InsitutubeT"", which is based on the best available information at the time of this proposal. Existing pipe deterioration in excess of the conditions assumed, ground water loads in excess of those assumed, or other loads or conditions may increase the recommended thickness for all or portions of the work. Final recommendations may be submitted to you following the completion of the preliminary TV phase of the project. Stated prices are subject to adjustment if design changes are agreed upon. Designs are being supplied with this proposal as an attachment. .�.,, Laterals. During N inspection all side sewers are verified, using best practical efforts, to determine if each is an active hook up. Normal practice only reinstates those that are active. You may direct us to reinstate all, or specific laterals, as you desire. This proposal, unless otherwise stated, assumes that all laterals will be reconnected, and all will be internally reconnected using the InsitucutterT"". Specific service connections will not be reconnected only when written directions are received from the Owner. The Owner will indemnify and hold INSiTUFORM TecHNO�o�tes, INC. harmless from all claims arising from backups and other effects of such actions or inaction's. Insituform will supply the City of Grapevine Maintenance, Payment, and Performance Bonds and Certificate of Insurance, if necessary, following acceptance of this proposal. The Maintenance Bond will be for a period of 2- years. The pricing in this proposal assumes that ali Technical Specifications set forth by the BuyBoard will be strictly adhered to. Any changes to these specifications must be noted and agreed upon by both parties prior to finalizing the proposal pricing. Special: 1. Water shall be provided at no cost to Insituform Technologies, Inc. for all construction phases of this project. Insituform Technologies, Inc. will follow all required deposit, backflow prevention, and metering procedures. PROPOSAL TERMS AND CONDITIONS Terms and Conditions from the Texas Statewide Cooperative Purchasing Contract are available upon request from the BuyBoard. Any changes to these conditions must be noted and agreed upon by both parties. � __ ��� , ��.-�, N.:. . �,�,. 2/26/2008 Page 2 PROPOSAL PRICING Grapevine E. Outfall Rehab Ad'usted Prices �� Unit of BuyBoard Adjusted Descri tion Quantit Measure Price Price Extended Total 30" x 12.Omm CIPP 550 LF $190.00 $130.00 $71,500.00 36" x 12.Omm CIPP 979 LF � $250.00 $170.00 $166,430.00 36" Additional 1.5mm thickness 4,089 LF $45.00 $6.00 $24,534.00 30" Clean and TV sanita sewer 550 LF $20.00 518.00 $9,900.00 36" Clean and N sanita sewer 979 LF $30.00 $25:00 $24,475.00 21"-36" Post N Ins ection after rehab 1,529 LF $5.00 $3.00 $4,587.00 Re air/Rehab wooden fence with new 20 LF $40.00 $30.00 $600.00 Manhole rehab—cementitious 1,382 SQFT $25.00 $10.00 $13,820.00 Manole rehab—e ox 1,382 SQFT $30.00 $12.00 $16,584.00 Ad�ust manhole frame and cover 3 EA $750.00 $750.00 $2,250.00 Set u 12" um and i in 1 EA $5,000.00 $5,000.00 $5,000.00 O erate 12" um in s stem 6 DAY $4.000.00 $4,000.00 $24,000.00 Set u 4" um and i in 3 EA $1,000.00 $1,000.00 $3,000.00 O erate 4" um in s stem 6 DAY $100.00 $100.00 $600.00 B ass street ram setu , maintain 1 EA $500.00 $500.00 $500.00 Traffic controi 3 EA $500.00 $500.00 $1,500.00 TOTAL BID $369,280.00I Quantities for the above items are estimated from the information provided by the City of Grapevine and partial field survey. Only actual quantities will be billed. Quantity for manhole rehab is based on 88 VF of 5' Dia. manholes. The above adjusted prices represent a savings of$325,650.00 or 47% off of maximum Buyboard prices. OFFERED BY: ACCEPTED BY: INSITUFORM TECHNOLOGIES, INC. SIGNATURE DATE �:,�"C,.ti �� Lti � TIMOTHY R. PETERIE NAME BUSINESS DEVELOPMENT MANAGER REVIEWED BY: TITLE KENNETH PIPITONE JR. GENERAL MANAGER ORGANIZATION cc: Matthew Singleton (COG) Kenneth Pipitone Jr. Josh Awalt Insituform Technologies, Inc. Client: City of Grapevine ozns�os Project: Grapevine E Outfall Sewer Rehabilitation Location: Grapevine,TX COMPOSITE PHYSICAL PROPERTIES Only cells in this color require entry RESIN Flexural Modutus: 400,000 ps� Flexural Strength: 4,500 psi Fiexurel Modulus Retention to Account for Long-term Effects: 5a% Safety factor Z K-enhancement factor= � v-Poisson's Ratio= 0.3 (0.�typical for Insituform CIPP) Soil Density 120 Ibs/ft' FIELD INPUT M2nhol2 Section(s) Diameter Existing Ovality Length Depth Groundwater Soil Live Load Minimum Pipe invert invert Modulus Design Condition Thickness Upstream Downstream Street or RR PD or FD °/ ft ft ft psi HWY mm 1 � 2 30 fd 2 550 10 5.00 1000 16000 0 10.7 i2.G 2 3 36 fd 2 486 14 7.00 1000 16000 0 17.5 I b � �3� 3 4 36 fd 2 109 19 9.50 1000 16000 0 16.0 /b• S c3� 4 5 36 fd 2 183 26 13.00 1000 16000 0 16.8 Zi.G C� 5 6 36 fd 2 201 29 14.50 1000 16000 0 19.9 L��G ' ,`�r.f _., „�:,�..�..�, .��.,�,.�.�..-. / R� �t1�✓ / ,'� RESOLUTION NO. �1 �� � �L'C�� ✓ Q A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GRAPEVINE, TEXAS, AUTHORIZING THE CITY MANAGER OR THE CITY MANAGER'S DESIGNEE TO CONTRACT FOR THE INSTALLATION OF A STRUCTURAL LINER IN THE EAST SIDE SANITARY SEWER OUTFALL, THROUGH AN ESTABLISHED INTERLOCAL AGREEMENT AND PROVIDING AN EFFECTIVE DATE WHEREAS, the City of Grapevine, Texas is a local government in the State of Texas and as such is empowered by the Texas Local Government Code, Section 271.102 to enter into a Cooperative Purchasing Program Agreement with other qualified entities in the State of Texas; and WHEREAS, the Local Government Purchasing Cooperative (Buyboard.com) is a qualified purchasing cooperative program as authorized by Section 271.102 of the Texas Local Government Code; and WHEREAS, the City of Grapevine, Texas, has established an Interlocal Agreement with the Local Government Purchasing Cooperative (Buyboard.com) and wishes to utilize established contracts meeting all State of Texas bidding requirements; and WHEREAS, the Local Government Purchasing Cooperative (Buyboard.com) has established a contract with Insituform Technologies, Inc. under contract number 251-06; and WHEREAS, the City of Grapevine desires to contract for the installation of the structural liner as listed in the attachment to this resolution. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF GRAPEVINE, TEXAS: Section 1. That all matters stated in the above preamble are true and correct and are incorporated herein as if copied in their entirety. Section 2. That the City Council of the City of Grapevine authorizes the contract for the placement of a structural liner in the East Side Sanitary Sewer Outfall for a total cost not to exceed $369,280.00. Section 3. That the City Manager, or his designee, is authorized to execute the necessary contracts for said installation. Section 4. That this resolution shall take effect from and after the date of its passage. �.,�� PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF GRAPEVINE, TEXAS on this the 4th day of March, 2008. APPROVED: ATTEST: �: APPROVED AS TO FORM: �,; RES. NO. 2 � � � � � � �� � � � � �� � � � e'� Ia„� _� �, �' ,� �.� ,:��, � �� � W � � . � �" � �� � > �� ��� � '�� 3 � � �' �T ,� � �= �. � �,' � ,� ��,mP��«-' O� � � �` c a� " ,., „ ° : A3100a p G� v� p ` �a.� c 'm .� � ,� . p"'�,----p � � � ��� �� ��� N o — .� �. �_ �. � � «� ; � �� �� � � �� � � '� � �. ' � O O� �> P � � � o � �.�. � � o `� �g��a e � d � tL C� � , e � C , �� ¢ � ,�� ��� d � � .� � � � � � �O � � � � �� �� : �.�`; � � -�. �� ��� ��.��e: v �e �' � , � r� , �- ° � a . ,:. L > � � � �� e /fl ?� � ��� ��� �,�� #' �' . � ���� ,��i �J � � ����; € � €�� � ���� �'° � . � �� � �-� � � : � t�� �z �a z , � � ���� �� ��,� '� �' � "� � � $:�� � `��� � � � � ; ���' � � � �� � w �� �. �� �,� e I F � �»�` :...� ��,��: �.. �� ����` ��� � ��§ + s N3321�JNRIdS "� � , � � ,� � ��� ;�� � �� � � � � � �� � � �� � � � ` � i ������; � �'°� ' i� �y° ��`� � `F�5 nt � ` ��� � <� ° , ,��� �. �. � ��. � ����,� � �� � �: ' ' �� � � `'��� �� �� � �.� , ' . �` O �' � � � � �z �� , �� � � � ��� � � �� � �� �� �� �` �� �, � Q��..,�,,r� � ���` �---$ � � � �`� m� � �� � �- 3� .� �.�" �»,� x;� ��. �' �.< .�., . `�°*':`� .� �� �',y x. �� ` �. ' � `� � .,a3 `: °� � w � „� �.� •� „ � � , 0 � �,�.� � �p e � � � � ��' � � � ^/b� °� � e � ��"� °��` - .�.� �, � �•. � � "�.�,�- � �� H� � � �� �. �� y � �� � �� ��� ; � � �'s�* � � `' �pH�� ,� �+'�" � � $ : _ ��� � �F � �� �H/ � � ;� '�"-�: z x , „ ,. _ �K ,� �� '�� *�� . �� � ° , �,: � � � �� ���` °` ,�� ��� � �°`° � � <� ¢' e � �� �_ � �q �� ��� �'` � � ���� � y �� � �, o �x ;'° � ��Z; °;#�. ��p C' � �;� r ��� �.� �,, a_ �,� ,� ���` � � -� � �_A�� �� � � _ � � ��' �` j �j������r �' � � �� t� � �y.r � � � �� ,��� � � e. �„ � �� .� .. O. O �'iF��k � � -� � ;��� �°� ,�� ��: � 0 � � �� ,� � ��" � } �� ° �: � � �; • � � � ` ... , � � � � � W r _� � � �� �T � � � �� � a�_ �� � �� � �. � 0 � �. �. � � � � - � � °� � a,;� >' � ;O �� � �. ,,.�- � � �` �� `"��.�`��O HAWTHORNE � �" ��� �� �`�" ° ,��, '"� �,' �� � � � ��� � ` � � p�� � � ' � � � � (���; � �� �� � � ���� "�`��� � ��� ` �'� � � � � � �� �� �. A �p ,�� - a a q� ,`�-� �.. s � . � � � �� �� �a �,� �� ^� � ��� v ,..� z�z i � � &� . � ��� � �. ' � . a a. . .. �,�'�. .: � � ,. O� `{� �.� O .il .,�y,,.g 0.,. � O�'�`, t�,,�a'" " ,� a v� w � ���6 � � �� �� g ,e:. �: . . � _�; . � �� �`�'MAIN u� , - „: ..,� � , � # �� �* �� � �_ � `�,°' "� .� �� , �� s� � � � �� �, ` � ; � '�` � ,�"� ��' M � .� � � �s' � � � ii � ��' ��*u, � � ,y�� � � "�, a� � � � �' �:°� �� � �� � � � a ,�:� �"' e��� �� �"��` � � � �: r? � :e; �� �, '� � � � , �. x �� � s s . . _ �' ��,�. � �� z�,'�, ""`s"� 3�' `s' . � �'� ... �i g;� c ,�-� � p �. e�4�- �,¢.�, � ryc.�. ?� �,� ,� � O � , � , � .:� � O "` � �� � � � " _ . � r � � � ,� �� �:E � `���.�:�'�� / � � ` � �� u°, �,�° ! � � ��� �� �., a�� , � �. �� �.;. � �p � . � ���. � � � � �� :'t� . . . �� �ar�;`,, �=. � �,�' � � .�� � � �3; �p� . � � . . � . . . �. � . . .