File #: ID#24-1094    Version: 1 Name: UT Sewer Point Repair
Type: Action Item Status: Passed
File created: 8/26/2024 In control: Public Utilities
On agenda: 9/17/2024 Final action: 9/17/2024
Title: Authorize the continuing use of construction contracts to the following contractors: Engineered Spray Solutions, of Lakeland, FL; Inliner Solutions, of Sanford, FL; Rowland, Inc. of Pinellas Park, FL; and USSI, LLC of Venice, FL, for the 2023 Sewer Point Repairs and Improvements in the amount of $21,500,000 for an additional one-year term on a unit price basis pursuant to Invitation to Bid (ITB) 22-0006-UT and authorize the appropriate officials to execute same. (consent)
Attachments: 1. 1. ID#24-1094 22-0006-UT Sewer Point Repair Project 2024-FINAL, 2. 2. ID#24-1094 FINAL BID TAB (No, 3. 3. ID#24-1094 Inliner Solutions LLC, 4. 4. ID#24-1094 Rowland Inc, 5. 5. ID#24-1094 Engineered Spray Solutions LLC, 6. 6. ID#24-1094 USSI LLC

SUBJECT/RECOMMENDATION:

Title

Authorize the continuing use of construction contracts to the following contractors: Engineered Spray Solutions, of Lakeland, FL; Inliner Solutions, of Sanford, FL; Rowland, Inc. of Pinellas Park, FL; and USSI, LLC of Venice, FL, for the 2023 Sewer Point Repairs and Improvements in the amount of $21,500,000 for an additional one-year term on a unit price basis pursuant to Invitation to Bid (ITB) 22-0006-UT and authorize the appropriate officials to execute same. (consent)  

Body

SUMMARY:  

The City has initiated a comprehensive maintenance program to clean, inspect, rehabilitate, and repair existing sanitary sewer pipelines and manholes throughout its wastewater collection system (WWCS). The goal is to maintain the integrity of the sanitary sewer system and minimize inflow & infiltration of groundwater and stormwater. There are six groups of different types of work included in this program: Group A through Group F. 

Per Invitation to Bid 22-0006-UT, bids were reviewed by city staff based on unit prices and are awarded to the lowest responsible bids received in accordance with plans and specifications. The initial term of this contract was approved by Council on September 15, 2022.  The second term of this contract was approved by Council on September 21, 2023. This authorization is for the third renewal option available under this ITB. After this renewal, the City will have one additional renewal option remaining.

Inliner Solutions, LLC will be continuing the contract to perform Group A - Sanitary Sewer Trenchless Reconstruction. This work includes cured in place pipelining of selected sanitary sewer pipelines to rebuild the pipe’s structural integrity, not to exceed $3,000,000.00 per one-year term.

Inliner Solutions, LLC will also be continuing the contract to perform Group B - Cleaning and Video inspection services. This work includes gravity main cleaning and inspection services, not to exceed $2,000,000.00 per one-year term.

Rowland, Inc. will be continuing the contract to perform Group C - Emergency/Non-Emergency Repairs and Improvements of Gravity Sewers, Force Mains and Manholes, not to exceed $11,000,000.00 per one-year term.

Rowland, Inc. will also be continuing the contract to perform Group D - Sanitary Cleanouts and Lateral installations, not to exceed $2,000,000.00 per one-year term.

Engineered Spray Solutions will be continuing the contract to perform Group E - Manhole Surfacing Services, not to exceed $3,000,000.00 per one-year term.

USSI, LLC will be continuing the contract to perform Group F - Smoke and Dye Testing, not to exceed $500,000.00 per one-year term.

The City and its WWCS Program Consultant will direct the above contractors to high priority areas as identified in the Public Utilities Department Capital Improvement Plan, the WWCS Master Plan, and ongoing Inflow & Infiltration investigations.

The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the wastewater collection system including all gravity sewer, force main pipelines and manholes that convey raw sewage to the lift stations and/or city Water Reclamation Facilities.

APPROPRIATION CODE AND AMOUNT:

3217321-546900-96665 $3,000,000 

3217321-546900-96665 $ 2,000,000

3277327-546900-96665 $7,000,000

3217321-546900-96664 $2,000,000

3217321-546900-96212 $ 2,000,000

3217321-546900-96665 $ 2,000,000

3217321-546900-96665 $ 3,000,000

3217321-546900-96665 $ 500,000

Sufficient funding is available for these purchase orders in the following capital projects: 96665, Sanitary Sewer R&R; 96664, Water Pollution Control (WPC) R&R; and 96212, Sanitary Sewer Upgrades/Improvements. These projects are funded by Water and Sewer Utility Enterprise Fund revenues.

 

STRATEGIC PRIORITY:

In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, award of a Construction Contract is requested. The project also aligns with the City’s Strategic goals of Environmental Stewardship.