HomeMy WebLinkAboutPR 15595: INSITUFORM TECHNOLOGIES AGREEMENTMEMORANDUM
CITY OF PORT ARTHUR
UTILITY OPERATIONS DEPARTMENT
TO: Stephen Fitzgibbons, City Manager
FROM: Kelly Eldridge, Director of Utility Operations ~L ~,,_~~
DATE: October 27, 2009
SUBJECT: Proposed Resolution No. 15595
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No. 15595 authorizing the execution of a
two-part agreement with Iusituform Technologies, Inc., ofCypress, Texas, in the amount of $19,199.75 for
Part 1 -Cleaning & Television Inspection, and in the amount of $3 ] 0,050.55 for Part 2 -Sanitary Sewer
Rehabilitation by Cured in Place Pipe (CIPP) Method for 12" (N250) & 27" (N109) Pipe, for a total of
$329,250.30.
BACKGROUND
The CIPP method of pipe rehabilitation basically lines an existing, structurally sound pipe with a fiberglass
resin material that is cured (heated & allowed to hazden) inside the old pipe, essentially sealing it from the
inside. This is a trenchless construction method and is usually done in manhole sections, each taking only a
matter of hours. It is typically much more expensive than traditional rehabilitation methods, and only in certain
installations does it become cost competitive, as it does here. These particulaz lines aze very deep and in close
proximity to other key infrastructure that would make conventional rehab more expensive or neazly impossible.
We elected to split this project into two distinct parts incase the cleaning & television inspection ofone or both
of these lines reveals a pipe beyond repair by the CIPP method. Over a year ago, we televised these lines and
performed paint repairs/replacement in needed azeas. We do not believe we have any more such failures, but
need to have the option to add point repairs by another contractor, if necessary. We expect these projects will
proceed as expected, after inspection, with CIPP rehab.
This type ofrehabilitation is performed by highly specialized contractors. hisituform invented this process that
is now widely used across the globe. Insituform Technologies, Inc. participates in the Texas Statewide
Cooperative Purchasing Contract administered by the Buy Boazd, and has provided proposals for this work.
BUDGET/FISCAL EFFECT
These proposals aze lower than expected, and are less than estimates for convention rehabilitation. Funds are
available in Fund No. 426-1625-532.83-00, City Project No. 426017.
STAFF/EMPLOYEE EFFECT
City staff and our staff engineer will oversee this project.
SUMMARY
I recommend that the City Council approve Proposed Resolution No. 15595 authorizing the execution of a
two-part agreement with Insituform Technologies, Inc., ofCyptess, Texas, in the amount of $19,199.75 for
Part I -Cleaning & Television Inspection, and in the amount of $310,050.55 for Part 2 -Sanitary Sewer
Rehabilitation by Cured in Place Pipe (CIPP) Method for 12" (N250) & 27" (N109) Pipe. Fund No. 426-1625-
532.83-00, City Project No. 426017.
P.R. No. 15595
10-27-09
RESOLUTION NO.
A RESOLUTION AWARDING A CONTRACT IN TWO
PARTS AND AUTHORIZING THE EXECUTION OF SAID
CONTRACT IN TWO PARTS IN THE AMOUNTS OF
$19,199.75 (PART 1) AND $310,050.55 (PART 2) FOR
SANITARY SEWER REHABILITATION BY THE
CURED-IN-PLACE METHOD TO SERVE BASINS N250
& N 109, BETWEEN THE CITY OF PORT ARTHUR AND
INSITUFORM TECHNOLOGIES, INC., OF CYPRESS,
TEXAS, ACCOUNT NO. 426-1625-532.83-OQ CITY
PROJECT N0.426017.
WHEREAS, the City is currently under an Agreed Order with the TCEQ to rehabilitate its
sanitary sewer system; and,
WHEREAS, there exists a need to reduce flows and eliminate sanitary sewer overflows in
our collection and treatment systems; and,
WHEREAS, the City of Port Arthur has designed a project for Sanitary Sewer
Rehabilitation by the Cured-in-Place Method to Serve Basins N250 & N109; and,
WHEREAS, Insituform Technologies, Inc. has submitted two (2) proposals utilizing the
Texas Statewide Cooperative Purchasing Contract administered through the Buy Board, attached as
Exhibit "A"; NOW THEREFORE,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CTTY OF PORT ARTHUR:
THAT the City Council of the City of Port Arthur hereby authorizes City Manager of the
City of Port Arthur to execute on behalf of the City of Port Arthur the proposed agreements
submitted by Insituform Technologies, Part 1 as shown in Exhibit "A", and Part 2 as shown in
Exhibit "B", between the City of Port Arthur and Insituform Technologies, Inc. in the amounts of
$19,199.75 (Part 1) and $310,050.55 (Part 2), for the Sanitary Sewer Rehabilitation by Cured-in-
Place Method to Serve Basins N250 & N109; and,
P.R. No. 15595
10-27-09
Page 2 of 3
THAT the contractor shall not proceed on any phase or segment of this work until a Notice
to Proceed is issued with receipt of performance and payment bond and certificate of insurance; and,
THAT, the said proposed agreements aze based on the Terms/Conditions, and Specifications
from the Texas Statewide Cooperative Purchasing Contract administered through the Buy Boazd,
and said is hereby approved; and,
THAT, the contractor shall sign the proposed agreements as well as this resolution agreeing
to the terms hereof; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
READ, ADOPTED AND APPROVED THIS day of
2009
at a Regulaz Meeting of the City Council of the City of Port Arthur, Texas, by the following vote:
AYES: Mayor
Councilmembers:
NOES:
ATTEST:
Terri Hanks
City Secretary
Deloris Prince
Mayor
APPROVED A5 TO FORM:
Valecia Tizeno'"
Acting City Attorney
P.R. No. 15595
10-27-09
Page 3 of 3
APPROVED FOR ADMINISTRATION:
r~~ ~= `-~
Stephen Fitzgibbons
City Manager
Ross Blackketter, PE
Director of Public Works
Kelly El 'dge
Director of Utility Operations
APPROVED AS TO AVAILABILITY OF FUNDS:
~~~:~%t-~~k~v ~~a~
Deborah Echols
Director of Finance
Account No.: 426-1625-532.83-00
Project No.: 426017
AGREED TO:
Insituform Technologies, Inc.
Date
s
EXHIBIT A
Insituform
Technolr~$ies; ~n~
September 8, 2009
Mr. Kelly Eldridge
City of Port Arthur
111 HAtNJIs' r1;~~s
Port Arthur, TX 77641
11702-B Grant Road,
Suite 127
Cypress, TX 77429
Phone:281-467-2865
Fax: 866-575-8422
Proposal
Project Name: City of Port Arthur Clean 8 TV 12" and 27" Proposal September 8, 2009
INSITUFORm TECHNOLOGIES, INC. herein proposes to furnish a proposal for all labor, materials, equipment, and
services necessary to reconstruct the referenced project utilizing the Texas Statewide Cooperative Purchasing
Contract administered through the Buy Board.
ASSUMPTIONS AND QUALIFICATIONS
The city of Port Arthur, TX will provide all necessary access to manholes, permits, and water for televising. .
PROPOSAL PRICING
Bid Item # Bid Item Unit of
Measure Quantity Unit Price Total
2 27' Clean and N LF 1789 $8.75 $15,653.75
3 12" Clean and TV LF 788 $4.50 $3,546.00
Pricing does not include Performance and Payment Bond If needed, add 2.5% to total proje t
cost
PROPOSAL INCLUSIONS
The prices stated in this proposal include:
1. Mobilization and Demobilization
2. Confined space safe entry practices
3. Standardlnsurance
PROPOSAL EXCLUSIONS
'vl~
~~
~~~
~II
Not included in the prices stated in this estimate are costs associated with the items listed below. These items, if
needed or found to be applicable, WOUId be prOVlded by INSITUFORM TECHNOLOGIES, INC. at your additional cost; or
would be furnished by others, at your direction, at n0 COSt t0 INSITUFORM TECHNOLOGIES, INC.:
Insituform®City of Port Arthur Clean & TV 12" and 27" Proposal September 8, 2009
1. Bypass Pumping
2. !f any hazardous or toxic materials are encountered during the project, the Owner will be responsible for
the removal and disposal of the materials.
3. Legal dumpsite for debris resulting from pipe cleaning.
4. TxDOT Traffic Control Plan & Permit
5. Project permits and/or total licenses.
6. State and local sales and/or use taxes on the value of the project.
7. Additional premiums for special insurance coverages) particular to this project.
8. Performance and Payment Bond not included. This is available upon request, but if required please add
2.5% to the total project cost.
PROPOSAL TERMS AND CONDITIONS
a) LlfnltS Of Llabillty. In COnSlderatlOn Of INSITUFORM TECHNOLOGIES, IND.'S agreement LO malntaln n0 le$s than
$5,000,000 of comprehensive general liability insurance in the form required by the Contract, INSRUFORM
TECHNOLOGIES, INC.'S liability to the Owner for any matter covered by such insurance will be limited to the
extent of such insurance and the Owner will indemnify and hold INSITUFORM TECHNOLOGIES, INC. harmless from
any third party claims covered by such insurance to the extent such claims exceed the limits of such
insurance. Neither party shall be liable to the other for consequential damages relating to the contract. In
case of conflict between this provision and any other provision in the Contract as ultimately executed, this
provision shall govem and prevail.
b) LIMITED WARRANTY. IN LIEU OF ALL OTHER EXPRESSED, IMPLIED AND/OR STATUTORY.
WARRANTIES, INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR
PURPOSE, CONTRACTOR AGREES TO CORRECT ANY DEFECTS IN THE MATERIALS OR SERVICES
PROVIDED BY CONTRACTOR WHICH ARE BROUGHT TO THE ATTENTION OF CONTRACTOR WITHIN
ONE YEAR FOLLOWING COMPLETION OF CONTRACTOR'S WORK, PROVIDED OWNER AFFORDS
CONTRACTOR SUITABLE ACCESS AND WORKING CONDITIONS TO ACCOMPLISH SUCH
CORRECTION.
c) MUTUAL RELEASE OF CONSEQUENTIAL DAMAGES. Neither party shall be liable to the other for
consequential damages relating to or arising out of the Contract.
d) PROPOSAL SUBJECT TO NEGOTIATION OF OTHER STANDARD TERMS OF AGREEMENT. This
proposal is subject to agreement of the parties on other terms and conditions as are customary.
e) Quantities are estimated. Unit prices apply for actual invoice and payment.
f) Payments are due at net within 30 days of invoice. Final payment is due within 30 days of completion.
g) Monthly progress partial payments may be requested for the value of work in progress or completed, including
materials secured and on site.
h) Prices stated are in effect for thirty days from the date of this proposal. The acceptance period may be
extended at the SOIe OptlOn Of INSITUFGRM TECHNOLOGIES, INC.
i) Conflicts. In case of conflict between the provision of the aforesaid paragraphs and any other provision in the
Contract as ultimately executed the provisions as set forth above shall govern and prevail.
OFFERED BY
INSITUFORM TECHNOLOGIES, INC
~.~ z
JERRY L. BROWN,
BUSINESS DEVELOPMENT MANAGER ACCEPTED
Reviewed and approved on 9!4/109 by : ~~pljirl `~
Andy Ozment, Area Manager
EXHIBIT B
/nsituform
Technola~ies; Inc
October 7. 2009
Mr. Kelly Eldridge
City of Port Arthur
111 H,O,pMs Mrl~s
Port Arthur, TX 77641
11702-B Grant Rd, Suite 127
Cypress, TX 77429
Phone: (281) 467-2865
Fax: (866) 575-8422
Proposal
Project Name: Rehabilitation of 27" 8 12" Line by CIPP Method -Revised October 7, 2009
INSITUFORM TECHNOLOGIES, INC. herein proposes to furnish a proposal for all labor, materials, equipment, and
services necessary to reconstruct the referenced project utilizing the Texas Statewide Cooperative Purchasing
Contract administered through the Buy Board.
ASSUMPTIONS AND QUALIFICATIONS
The City of Port Arthur will provide all necessary access to manholes, permits, and water for construction.
Proposal includes plans to utilize the private road by the lake. The City of Port Arthur is responsible for any
negotiations to gain access to this road. The City is also responsible for notification and any negotiations
necessary with the railroad during construction.
PROPOSAL TERMS AND CONDITIONS
This proposal is based on the Terms/Conditions, and Specifications from the Texas Statewide Cooperative
Purchasing Contract and can be supplied upon request. Any changes to these conditions must be noted and
agreed upon by both parties. The pricing in this proposal assumes that all Specifications will be strictly adhered to
with the following additions or modifications:
PROPOSAL PRICING
Pagel of 3
Insifuform®Proposal -Rehabilitation of 27" Line by CIPP Method - 2009
Port Arthur
Bwbaard27"
Unit of Per Bid
t em
perpocs
Descriptim
Measure
Quantity
Bid Price
Total
1 Mobilization Region 16 LS 1 $ 1,000.00 $ 1,000.00
2 CIPP 27" z 105 MM (Al-AZ & A3-A9) LF 1,789 $ 127.50 $ 228,09750
3 27"Additional 15 MM LF 3,155 $ 4.85 $ 15,301.75
4 27"Clean & CCTV Sanitary sewer LF Included in separete proposal
5 Setup 8"Pump EA 2 $ 2,000.00 $ 4,000.00
6 Opernte8"pumping system DAY 6 $ 2,500.00 $ 15A00.00
7 Setup8"bypasspipurg LF 1,789 $ 3.90 $ 6y77.10
8 21"-30"PostTVafrerrehabilitation LF 1,789 $ 2.00 $ 3$78.00
9 CIPP 12" z 6.OMM LF 788 $ 39.75 $ 3123.00
10 12" Additional l SMM EA 788 $ 2.90 $ 2,28520
11 12" Clean arrl 1'V Sartitary Sewer LF Included in separate propcaal
12 Setup 4"pump &pipirg LF 1 $ 750.00 $ 750A0
13 Opeta~ 4"pumping system DAY 2 $ 100.00 $ 200 A0
14 6"-18" Pmt TV afterrehabilitazion LF 788 $ 1.00 $ 788.00
15 Internal tecoMects EA 3 $ 250.00 $ 750.00
BaseSubtdal $ 310,05055
Note: Bid item # I S - No video available for 12" line. Quantity based upon estimate.
PROPOSAL INCLUSIONS
The prices stated in this proposal include:
1. Mobilization and Demobilization
2. Bypass pumping, bypass designed based on information provided using 2 ea 8° pumps. Should larger pumps
be necessary, additional charges shall apply. Also, should it be necessary to excavate and connect to force
main discharging into the upstream manhole, additional charges shall apply.
3. Traffic ConVol
4. Pre-Video Inspection immediately prior to reconstruction with the Insituform process
5. Final Video inspection following completion of the CIPP process
6. Video Tapes
7. Insurance
8. Confined space safe entry practices
9. One year standard construction warranty
10. Payment and performance bond
PROPOSAL EXCLUSIONS
Not inGuded in the prices stated in this estimate are costs associated with the items listed below. These items, if
needed or found to be applicable, would be provided by INSITUPORM TECHNOLOGIES, INC. at your additional cost; or
would be furnished by others, at your direction, at no cost to INSITUFORM TECNNOt.oclES, INC.:
1. Manual operation of any pumping and/or metering stations.
2. If any hazardous or toxic materials are encountered during the project, the Owner will be responsible for
the removal and disposal of the materials.
3. Water from fire hydrants within a convenient distance from each cleaning and inversion site location.
4. Point repairs and internal obstruction removals as needed
5. If any hazardous or toxic materials are encountered during the project, the Owner wil! be responsible for
the removal and disposal of the materials.
6. Legal dumpsite for debris resulting from pipe cleaning.
Page 2 of 3
Insituform® Proposal -Rehabilitation of 2T" Line by CIPP Method - 2009
7. Project permits and/or local licenses.
8. State and local sales and/or use taxes on the value of the project.
9. Additional premiums for special insurance coverages) particular to this project.
10. Railroad permits
11. Railroad Insurance
PROPOSAL TERMS AND CONDITIONS
a) LlrnltS Of Llablllry. In COnSldefatlOn Of INSITUFORM TECHNOLOGIES, INC.'S agreement to maintain no less than
$5,000,000 of comprehensive general liability insurance in the form required by the Contract, INSITUFORM
TECHNOLOGIES, INC.'S liability to the Owner for any matter covered by such insurance will be limited to the
extent of such insurance and the Owner will indemnify and hold INSITUFORM TECHNOLOGIES, INC. harmless from
any third party claims covered by such insurance to the extent such claims exceed the limits of such
insurance. Neither party shall be liable to the other for consequential damages relating to the conVact. In
case of conflict between this provision and any other provision in the Contract as ultimately executed, this
provision shall govern and prevail.
b) LIMITED WARRANTY. IN LIEU OF ALL OTHER EXPRESSED, IMPLIED AND/OR STATUTORY.
WARRANTIES, INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR
PURPOSE, CONTRACTOR AGREES TO CORRECT ANY DEFECTS IN THE MATERIALS OR SERVICES
PROVIDED BY CONTRACTOR WHICH ARE BROUGHT TO THE ATTENTION OF CONTRACTOR WITHIN
ONE YEAR FOLLOWING COMPLETION OF CONTRACTOR'S WORK, PROVIDED OWNER AFFORDS
CONTRACTOR SUITABLE ACCESS AND WORKING CONDITIONS TO ACCOMPLISH SUCH
CORRECTION.
c) MUTUAL RELEASE OF CONSEQUENTIAL DAMAGES. Neither party shall be Liable to the other for
consequential damages relating to or arising out of the Contract.
d) PROPOSAL SUBJECT TO NEGOTIATION OF OTHER STANDARD TERMS OF AGREEMENT. This
proposal is subject to agreement of the parties on other terms and conditions as are customary.
e) Quantities are estimated. Unit prices apply for actual invoice and payment.
f) Payments are due at net within 30 days of invoice. Final payment is due within 30 days of completion.
g) Monthly progress partial payments may be requested for the value of work in progress or completed, including
materials secured and on site.
h) Prices stated are in effect for thirty days from the date of this proposal. The acceptance period may be
extended at the SOIe OptlOn Of INSITUFORM TECHNOLOGIES, INC.
i) Conflicts. In case of conflict between the provision of the aforesaid paragraphs and any other provision in the
Contract as ultimately executed the provisions as set forth above shall govern and prevail.
OFFERED BY _
INSITUFORM TECHNOLOGIES, INC
~~...,L~..---
JERRY BROWN BUSINESS DEVELOPMENT MANAGER
Reviewed and approved on 10107/09 by
Andy Ozment, Area Manager
ACCEPTED
M~~j~~~
Page 3 of 3
Insitutonn
Technologies, Inc. -
Client: City of Port Authur
Project: Port Authur Sewer Rehabilitation
Location: Port Aurthur, 7X
COMPOSITE PHYSICAL PROPERTIES onN rx4s °'+~ ovor rewse
RESIN 400
000!psi
Flexural Motlulus: ,
'
Flexural SVength: pai
.3'.-^ 6,500
Flexural Modulus Reten0on N Account far __
~e'~%
Long4erm Effects: <
3
`
Safety factor -`
i.
K -enhancement factor = ~
'-. 0.3
v-Poisson's Ratio= ,
(0.7 typical for Insituform CIPP)
T.7."'"."130 Ibslft°
Soil Density ~:,
05/09/09
ntw rnr v i
Diameter Existing Oval'dy Length DepN Grountlwater Soil
Live L
oad Minimum
Manhole SeGtlOn(5)
invert
invert
Modulus Desi n
0
Pipo Thitlmess
DnnQdlon
Btreet ar
RR
Upstream Downstream
HVJY
mm
PD or FD % R ft fl psi
27 F. (d *`=2 "" 423 147 'r `-9 970- >.1000 ` .'0:- a 0 11.0
At A2
A3 27 ~ ` ftl -~-2- 308 '~ 158 ':- 1060'= "=1000 ;. 0 ". 0 11.5
A2 27 -b"Td ~ `"2 -+ 1 H ~+- 16 ;: 11 00 '~ -' 1000 ~ `b - 0 11.7
A3
A4
AS
-
•=27 -
w: Id -
-~2
347
168 ~
'-= 11.80 '
~=1000 r
'0 --
0 `/
12.1
q4 '27 ' - ~ fd "t-'• 2 347 17 2 + 'T 12 20 :.1000 - 0 = 0 12.2
A6 A6 27 = fd '~=2 - 139 -177= '-~z1270 ~+ .b"`1000- 0 ~ 0 12.5
A6 A7 -
~'27
-' ftly
.'~2
436
182-a
`° 13.20
`=1000
'%>0 '
0 12.7
A7 AB 77 - ' •fd -°-
` "i
^?: 2 509 182 _- 1320', =!1000.` ~ 0 - 0 12.7
A9 A70 -
' -
'
ftl .
't2 .~_ 331 17 v -"1200 h•. :1000 ~+ ~0. . ~ U 12.1
A70 A11 •27
27 .
~. fd
'-`2'
244
`76 =~
_ 1300 ^~
"'.1000
0 -
0 t2.6
A71 A72
.. a.f t'.
'^s'25~.~"-s ~T..
s _ - € ~~~ .,rxef8f -
xyx ?:-~9- _ _
o<><>oooo INSITUFORNP CIPP DESIGN <>ooooo0
(as per ASTM F1216)
Client: _ -< ;10H 7J09
Project Port Arthur Sewer Rehablhtation
LocStloni -
Conduit \ Condition: G2vity Sevrer, Fulty Deteriorated
400,000 psi Flexural Modulus
50 % Flextaal Modulus Reduction to Account for
Long-term Effects
4,500 psi Flexural Strength
2.0 Safety FaUOr for External Loads
12.00 inches Mean Diameter
7 7.76 inches Minimum Diameter
2 % Ovality
5.00 feet Maximum External Water Head to flowline
24.00 feet - Soil depth al Top of Conduit
120 IbJcu.ft. Soil Density
1,000 psi Soil Modulus
21.7 psi Total Earth Loading
16,000 Ibs 20,OOOIbs Highway Live Load per AASHTO
includes 1.09 psi Highway surcharge)
0 psf 2025psf RR Live Load (80,OOOIbs per axle or 320,OOOIbs per truck)
(incudes 0.00 psi RR surcharge)
Thickness Limitations (in inches )
0.1000 :Maximum compressive hoop stress
0.1411 External pressure buckling
0.1689 :Minimum stillness limitation, deteriorated conduit
0.2424 External pressure, detedorated conduit (AW WA)
Minimum Design Thickness = 0.24 inches
= 6.2 mm
DR = 49.5
Mode of Failure : External pressure, detedomted conduit (AW WA)
Long-term Deflection = 1.35°h (Spangler)
Based on Trench Width of 2.5 feet
0.8 meter
} The input data for this projeU should be verified in the field
t prior to construUion. Should other conditions exist now or are
I expelled in the feld over the design I'rfe of this Insituform CIPP
differing from the information contained herein, then appropriate
adjustments must be made to the design calculations.
Designed oy
Checked by
p'~~ 1
FI, 1 `, /
~II y