My WebLink
|
Help
|
About
|
Sign Out
Home
2008_0609_packet
Roseville
>
City Council
>
City Council Meeting Packets
>
2008
>
2008_0609_packet
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
2/15/2012 1:34:53 PM
Creation date
12/29/2011 3:25:04 PM
Metadata
Jump to thumbnail
< previous set
next set >
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
320
PDF
Print
Pages to print
Enter page numbers and/or page ranges separated by commas. For example, 1,3,5-12.
After downloading, print the document using a PDF reader (e.g. Adobe Reader).
View images
View plain text
Department Approval <br />Rs&spv�:E <br />REQUEST FOR COUNCIL ACTION <br />Date: 06/09/05 <br />Item No.: 7. o <br />City Manager Approval <br />Item Description: Rejection of bid for W-08-10 Watermain Replacement Project <br />BACKGROUND <br />City Proj ect W -05 -1 0 Watermain Replacement Proj ect consists of the rehabilitation of a segment of <br />Watermain between Woodhill Avenue and County Road C -2 between Churchill St. and Oxford St. This <br />will rehabilitate just under 2,000 linear feet of Watermain. This main is located along the shared lot line <br />of homes and has a history of recent breaks with property damage. These single family backyards have <br />fences, sheds, mature trees, lawns, and gardens that would be torn up if we pursued a traditional open <br />cut replacement project. At the February 25, 2005, the City Council authorized staff to move solicit bids <br />with a project to line this Watermain. The bids were opened on Wednesday, May 25, 2005. We <br />received the following two bids: J Fletcher Creamer & Sons, Inc ($494.515.20) and Insituform, <br />Technologies, Inc. ($417,947.00) <br />Based on past practice, the City Council has awarded contracts to the lowest responsible bidder. In the <br />case of Proj ect W -05 -1 0, the lowest bidder was Insituform Technologies, Inc. However the low bid was <br />more than twice as high as the engineer's estimate, $200,700, as a result, staff recommends that we not <br />award the work. <br />POLICY OBJECTIVE <br />Pipe lining is the least disruptive rehabilitation method for to property owners when it comes to time and <br />excavation, however, it is not the only trenchless technology that the City can use. When we moved <br />forward with bidding this lining project, we knew that this technology had never been used in <br />Minnesota, and we understood that the cost of Watermain lining was becoming more realistic. However, <br />the bids we received exceed the amount that we have budgeted for repair in our Water Utility budget. <br />As a result, staff will continue to explore other methods of repair for this segment of Watermain. <br />FINANCIAL IMPACTS <br />The bid price is more than $2001 foot. In comparison, directional drilling costs about $751 ft and pipe <br />bursting about $160/ ft. Both methods could also minimize disruption to the property owners. As a <br />result, based on the cost and the potential for alternative construction methods, staff recommends that <br />we reject these bids. <br />STAFF RECOMMENDATION <br />Rej ect bids received for W -05 -1 0 Watermain Replacement Proj ect. <br />REQUESTED COUNCIL ACTION <br />Approve motion rej ecting the bids received for W -05 -1 0 Watermain Replacement Proj ect. <br />Page 1 of 2 <br />
The URL can be used to link to this page
Your browser does not support the video tag.