Skip to main content
File #: ID#22-0732    Version: 1 Name: Approve (22-0006-UT) 2023 Sewer Point Repair and Improvements Project
Type: Action Item Status: Passed
File created: 7/13/2022 In control: Public Works
On agenda: 9/15/2022 Final action: 9/15/2022
Title: Award 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 initial 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.
Indexes: **, 2. Economic & Housing Opportunity , 4. Environmental Stewardship
Attachments: 1. FINAL BID TAB (No. 22-0006-UT), 2. Inliner Solutions, LLC. (Section V), 3. Rowland, Inc. (Section V), 4. Engineered Spray Solutions, LLC. (Section V), 5. USSI, LLC. (Section V), 6. 22-0006-UT 2023 Sewer Point Repair Project

SUBJECT/RECOMMENDATION:

Title

Award 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 initial 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.

Body

SUMMARY: 

The City has initiated a comprehensive maintenance program to clean, inspect, rehabilitate, and repair existing sanitary sewer pipelines and manholes throughout the City. 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 type of work included in this program: Groups A though 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.

 

Inliner Solutions, LLC will be contracted to perform Group A - Sanitary Sewer Trenchless Reconstruction. This work includes cured in place pipe lining of selected sanitary sewer pipelines to rebuild the pipe’s structural integrity, not to exceed $10,000,000.00 one-year term.

 

----Inliner Solutions, LLC will be contracted to perform Group B - Cleaning and Video inspection services. This work includes gravity main cleaning and inspection services, not to exceed $3,000,000.00 per one-year term.

 

Rowland, Inc. will be contracted to perform Group C - Emergency/Non-Emergency Repairs and Improvements of Gravity Sewers, Force Mains and Manholes, not to exceed $15,000,000.00 per one-year term.

 

---Rowland, Inc. will also be contracted to perform Group D - Sanitary Cleanouts and Lateral installations, not to exceed $1,000,000.00 per one-year term.

 

Engineered Spray Solutions will be contracted to perform Group E - Manhole Surfacing Services, not to exceed $ 2,000,000.00 per one-year term.

 

USSI, LLC will be contracted to perform Group F - Smoke and Dye Testing, not to exceed $1,000,000.00 per one-year term.

 

The City will direct contractors to high priority areas as identified in the Public Utilities Department Capital Improvement Plan, the Wastewater Collection System 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 $10,000,000

3217321-546900-96665 $  3,000,000

3217321-546900-96665 $10,000,000

3217321-546900-96664 $  3,000,000

3217321-546900-96212 $  2,000,000

3217321-546900-96665 $  1,000,000

3217321-546900-96665 $  2,000,000

3217321-546900-96665 $  1,000,000

Third quarter budget amendments will transfer Water Sewer Revenues in amounts of $4,000,000 from 96212 Sanitary Sewer Upgrade, $2,000,000 from 96654 Facilities Upgrade & Improvements, $1,000,000 from 96664 WPC R&R, $4,000,000 from 96686 Pump Station Replacement, $13,500,000 from 96773 Groundwater Replenishment, for a total of $24,500,000 to 96665 Sanitary Sewer R&R.

Additional funding is available in Capital Improvement projects in amounts of $2,000,000 in 96212 Sanitary Sewer Upgrade, $3,000,000 in 96664 WPC R&R, and $2,500,000 in 96665 Sanitary Sewer R&R to fund the contracts and will be included in FY2023-FY2026 Capital Improvement Program for future renewals in amounts of $32,000,000 per year.