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 Total

1.  Inliner Solutions, LLC                                          $4,493,839.00

2.  Hinterland Group, Inc.                                          $5,133,760.00

3.  Man-Con, Inc.                                          $5,310,822.25

 

Department and Office of Procurement and Contract Compliance staff thoroughly evaluated the submitted bids for responsiveness and responsibility in accordance with Section 38.43(F) of the City’s Procurement Code, and after the evaluation, Inliner Solutions, LLC was determined to be the lowest responsive and responsible bidder.  Per bid documents and expectation that not all unit price items will be utilized for a project, Inliner Solutions, LLC is recommended to be awarded a Contract in an amount not to exceed $1,000,000.00.  On January 23, 2023, a Notice of Intent to Award related to the project was posted on the City’s website and on OpenGov and, resulted in no bid protests.

 

On September 20, 2017, the City Commission passed and adopted Resolution No. R-2017-284, which authorized the execution of Continuing Professional Consulting Engineering Services Contracts with five firms for the water, sewer, reuse and stormwater infrastructure projects, one of the firms being Craven, Thompson & Associates, Inc.  On August 9, 2021, the continuing services contract with Craven, Thompson & Associates, Inc. was renewed for an additional two-year period.

 

Department staff requested a proposal from Craven, Thompson & Associates, Inc. to provide construction administration services for the I/I - CIPP Project.  Craven, Thompson & Associates, Inc. submitted a proposal to provide construction administration services in an amount not to exceed $90,000.00.  Department staff evaluated the scope and fee proposal, and have determined that the negotiated fee is fair and reasonable and in accordance with industry standards.

 

This agenda item seeks City Commission approval and authorization for the appropriate City officials to execute the attached contract with Inliner Solutions, LLC in an amount not to exceed $1,000,000.00 for construction services related to I/I Program - CIPP, and to execute an Authorization to Proceed for Work Order No. CTA 23-03 with Craven, Thompson & Associates, Inc. in an amount not to exceed $90,000.00 for construction administration services for the project.

 

The contract with Inliner Solutions, LLC provide an initial term of one year, with two additional one-year renewal terms, at the option of the City and under the same terms and conditions.

 

Upon authorization from the City Commission, the project will be completed in 365 days from the date of the Authorization to Proceed.

 

 

Fiscal Impact

Funding for the project is included in the amended FY 2023 Capital Improvement Plan in account number 442.409901.53600.563010.000712.000.000.

 

Department of Public Utilities staff will manage this project.  No additional staff is needed as a result of this project.

 

 

Recommended for inclusion on the agenda by:

Feng (“Jeff”) Jiang, Assistant Director, Department of Public Utilities

Vincent Morello, Director, Department of Public Utilities

Gus Zambrano, Assistant City Manager/Sustainable Development

 

Attachments

                     Resolution - II Program - Cured-In-Place Pipe Lining

                     Contract Book - II Program - Cured-In-Place Pipe Lining

                     Bid Proposal - Inliner Solution, LLC - II Program - Cured-In-Place Pipe Lining

                     Bid Proposal - Hinterland Group, Inc. - II Program - Cured-In-Place Pipe Lining

                     Bid Proposal - Man-Con, Inc. - II Program - Cured-In-Place Pipe Lining

                     Bid Tabulation - II Program - Cured-In-Place Pipe Lining

                     Award Recommendation Letter - II Program - Cured-In-Place Pipe Lining

                     ATP - II Program - Cured-In-Place Pipe Lining

                     CTA Proposal - II Program - Cured-In-Place Pipe Lining

                     CTA Renewal Letter - II Program - Cured-In-Place Pipe Lining

                     Sunbiz Detail - II Program - Cured-In-Place Pipe Lining