File #: 24-0418    Version: 1 Name: 24-inch FM Emergency Repair - Wet Hauling
Type: Agenda Item Status: Approved
File created: 8/22/2024 In control: Public Works
On agenda: 9/10/2024 Final action: 9/10/2024
Title: Consider and take action on a resolution to ratify the agreement with Wastewater Transport Services, LLC for the emergency wet hauling (tanker trucks) from the emergency repair of the 24-inch Ductile Iron Force Main (FM) located near FM 2094 & Davis Rd in an amount not to exceed $148,153.67 (Director of Public Works)
Attachments: 1. Proposed Resolution, 2. Exhibit A - Agreement with Wastewater Transport Services, LLC, 3. Emergency Justification Email, 4. Vendor Report Card

Title

Consider and take action on a resolution to ratify the agreement with Wastewater Transport Services, LLC for the emergency wet hauling (tanker trucks) from the emergency repair of the 24-inch Ductile Iron Force Main (FM) located near FM 2094 & Davis Rd in an amount not to exceed $148,153.67 (Director of Public Works)

 

Background:

Approval of this item will ratify the agreement with Wastewater Transport Services, LLC for the emergency wet hauling (tanker trucks) from the emergency repair of the 24-inch Ductile Iron Force Main located near FM 2094 & Davis Rd in an amount not to exceed $148,153.67.

 

On July 24, 2024 a substantial sanitary sewer leak was identified near the Clear Creek Intermediate School, just north of the Genco Canal Bridge on FM 2094. The leak surfaced near the curbline of the eastbound lanes and within the median and was immediately associated with the 24-inch FM from the East Main Lift Station (LS).

 

After evaluating the magnitude of the failure and its potential disruption of sanitary sewer service, the repair was declared an emergency. The East Main LS and its’ 24-inch FM was constructed in the early 80’s and collects and conveys wastewater from 12 lift stations in the City’s eastside service area. This facility conveys the second largest volume of wastewater from the City’s general benefit lift stations and is the most difficult to bypass pump for emergency repair conditions.

 

Wastewater Transport Services’ wet haul efforts were necessary to supplement the large volume bypass needed to maintain service for the duration of the repair activities. Traditional bypass methods are not possible for this location due to the lack of nearby gravity sewer mains large enough to accept the volume of flow. Wastewater Transport Services utilized multiple 7,000 gallon 18-wheeled tanker trucks to transport approximately 220 loads over a 7-day period (July 25, 2024 through July 31, 2024). D. Wagner Construction Co., Inc. also included a lessor volume bypass in their repair cost to assist in managing bypass flows. 

 

The replacement of this aging FM has been in the City’s Capital Improvement Program (CIP) for many years and the design for the project was 95% complete at the time of this failure. Due to the condition of the failed FM and the concern for similar failures the construction bid and award process was accelerated in an effort to fast track completion of the FM replacement project.

 

Due to the urgency of the emergency repair Wastewater Transport Services was selected due to an existing contract with the City for the transportation and disposal of biosolids from the City’s wastewater treatment plants and their ability to mobilize on the same day the leak was identified. This contract included a per gallon cost for scheduled biosolids transfer between the City’s two wastewater treatment facilities, but did not include provisions for emergency mobilization, 24-hour/multiple day service, and other emergency related operations cost. However, Wastewater Transport Services did discount their standard emergency hourly rate by $30 per hour due to the City’s on-going business relationship.

 

Attachments:

1. Proposed Resolution

2. Exhibit A - Agreement with Wastewater Transport Services, LLC

3. Emergency Justification Email

4. Vendor Report Card

 

CONTRACT ORIGINATION: Agreement has been reviewed by the City Attorney’s Office.

 

FUNDING

{X} A budget amendment will be required to transfer $108,000 from the Water department Water Contract Purchases Account# 10207300-53910 to Wastewater Sludge Removal Account# 10207500-53930. The remaining $40,153.67 is available in the Wastewater Sludge Removal account 10207500-53930.

 

STRATEGIC PLANNING

{X} Addresses Strategic Planning Critical Success Factor #1 - Develop and Maintain our Infrastructure