Hollywood FL banner
File #: R-2023-124    Version: 1 Name: Inliner Contract & ATP CTA 23-03 for Cured in Place Pipe Lining
Type: Resolution Status: Passed
File created: 4/6/2023 In control: Department of Public Utilities
On agenda: 5/3/2023 Final action: 5/3/2023
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing Appropriate City Officials To Execute A Contract With Inliner Solutions, LLC In An Amount Not To Exceed $1,000,000.00 For Construction Services Related To Inflow And Infiltration - Cured In Place Pipe Lining; Approving And Authorizing Appropriate City Officials To Execute An Authorization To Proceed For Work Order Number CTA 23-03 With Craven, Thompson & Associates, Inc. In An Amount Not To Exceed $90,000.00 For Construction Administration Services For This Project.
Attachments: 1. Resolution - II Program - Cured-In-Place Pipe Lining.pdf, 2. Contract Book - II Program - Cured-In-Place Pipe Lining.pdf, 3. Bid Proposal - Inliner Solution, LLC.– II Program - Cured-In-Place Pipe Lining.pdf, 4. Bid Proposal - Hinterland Group, Inc.– II Program - Cured-In-Place Pipe Lining.pdf, 5. Bid Proposal – Man-Con, Inc.– II Program - Cured-In-Place Pipe Lining.pdf, 6. Bid Tabulation - II Program - Cured-In-Place Pipe Lining.pdf, 7. Award Recommendation Letter- II Program - Cured-In-Place Pipe Lining.pdf, 8. ATP CTA 23-03-II Program - Cured-In-Place-Pipe Lining.pdf, 9. CTA Proposal – II Program - Cured-In-Place Pipe Lining.pdf, 10. CTA Renewal Letter - II Program - Cured-In-Place Pipe Lining.pdf, 11. Sunbiz - Inliner Solutions - II Program - CIPP Lining.pdf
Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing Appropriate City Officials To Execute A Contract With Inliner Solutions, LLC In An Amount Not To Exceed $1,000,000.00 For Construction Services Related To Inflow And Infiltration - Cured In Place Pipe Lining; Approving And Authorizing Appropriate City Officials To Execute An Authorization To Proceed For Work Order Number CTA 23-03 With Craven, Thompson & Associates, Inc. In An Amount Not To Exceed $90,000.00 For Construction Administration Services For This Project.

Strategic Plan Focus
Infrastructure & Facilities


Body

Staff Recommends: Approval of the attached Resolution.


Explanation:
The City has the responsibility for the continued assessment, renewal, and replacement of the wastewater collection system including 85 sewer lift stations, over 280 miles of sewer gravity main and force main. Infiltration and inflow ("I/I") has many adverse consequences. Primary among these are increases in the cost of conveyance and treatment, a decrease in the capacity of the sewer system, an increase in the likelihood of sewage overflows, and regulatory violations. The Department of Public Utilities ("Department") has historically conducted an I/I reduction program, including Cured-In-Place Pipe Lining ("CIPP") as a method to repair sewer pipes, in response to the failure of wastewater collection system components. This program aims to reduce the amount of I/I in City's sewer collection and transmission systems, as well as the Southern Regional Wastewater Treatment Plant.

The Department staff prepared bid documents for I/I Program - CIPP based on 53-unit prices. On October 25, 2022, a Notice of Bid Availability for Bid No. IFB-001-23-OT was electronically advertised on OpenGov in accordance with Section 38.43(A) of the Procurement Code. Bid No. IFB-001-23-OT was electronically opened at 3:00 p.m. on November 29, 2022, with the following results:

Bidder Bid To...

Click here for full text