Skip to main content
File #: ID#25-0831    Version: 1 Name: 2023 Sewer Point Repairs & Improvements Contract Extension
Type: Action Item Status: Agenda Ready
File created: 8/21/2025 In control: Public Utilities
On agenda: 9/15/2025 Final action:
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 $32,000,000 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#25-0831 FINAL 22-0006-UT Sewer Point Repair Council Presentation FY26, 2. 2. ID# 25-0831 Engineered Spray Solutions, LLC. (Section V) (1), 3. 3. ID# 25-0831 Engineered Spray Solutions, LLC. (Section V), 4. 4, ID# 25-0831 Inliner Solutions, LLC. (Section V) line items, 5. 5. ID# 25-0831 Inliner Solutions, LLC. (Section V), 6. 6. ID# 25-0831 Rowland, Inc. (Section V) line items, 7. 7. ID# 25-0831 Rowland, Inc. (Section V), 8. 8. ID# 25-0831 USSI, LLC. (Section V) line items, 9. 9. ID# 25-0831 USSI, LLC. (Section V)
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

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 $32,000,000 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 and 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. The third term of this contract was approved by Council on September 17, 2024. This authorization is for the fourth and final renewal option available under this ITB.

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 $6,000,000.00 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 $4,000,000.00 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 $11,500,000.00 per one-year term.

Rowland, Inc. will also be continuing the contract to perform Group D – Sanitary Cleanouts and Lateral installations, not to exceed $4,000,000.00 per one-year term.

Engineered Spray Solutions will be continuing the contract to perform Group E – Manhole Surfacing Services, not to exceed $6,000,000.00 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 and 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 $ 6,000,000 

3217321-546900-96665 $ 4,000,000

3277327-546900-96665 $10,000,000

3277327-546900-96664 $500,000

3217321-546900-96212 $ 1,000,000

3217321-546900-96665 $ 4,000,000

3217321-546900-96665 $ 6,000,000

3217321-546900-96665 $ 500,000

A first quarter (FY2025/26) budget amendment will provide a transfer of $19,300,000 from Water and Sewer Fund reserves to Public Utilities projects listed below to provide remaining funding needed for these contracts. 

  • $5,100,000 transferred to 3277327-96665, Sanitary Sewer R&R (Utility R&R Revenue)
  • $14,200,000 transferred 3217321-96665, Sanitary Sewer R&R (Sewer Revenue)

The Public Utilities Department and associated capital projects are funded by revenues from the Water and Sewer Utility Enterprise Fund.

 

USE OF RESERVE FUNDS: 

Additional funding needed for these purchase orders will be provided by a first quarter budget amendment allocating Water and Sewer Fund reserves in the amount of $19,300,000 transferred to capital projects.  The remaining balance of unrestricted Water and Sewer Fund reserves after 50% working capital reserve is approximately $134 million, all of which is allocated to capital projects.

 

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.