HomeMy Public PortalAbout11-8253 Manhole Inspectin, Smoke and Dye Test Sponsored by: City Manager
RESOLUTION NO. 11-8253
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER
TO ENTER INTO A CONTRACT WITH C&I CONSTRUCTION
AND DESIGN, INC. (C&I) IN AN AMOUNT NOT TO EXCEED TEN
THOUSAND EIGHT HUNDRED EIGHTY DOLLARS ($10,880.00)
FOR MANHOLE INSPECTION, SMOKE & DYE TEST, AND
VIDEO INSPECTION, AND ALSO AN ADDITIONAL AMOUNT
PER THE ATTACHED RATE PROPOSAL TO REPAIR PUMP
STATION 14 SERVICE AREA GRAVITY SEWER SYSTEM ON AN
AS NEEDED BASIS, PAYABLE FROM ACCOUNT NUMBER 35-
535630; PROVIDING FOR INCORPORATION OF RECITALS;
PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the Pump Station 14 service area gravity sewer system is old and has leaks
leading to inflow and infiltration into the system; and
WHEREAS, C & I Construction and Design, Inc., specializes in municipal wastewater
collection system inspection, leak detection, condition assessment, repair and lining to prevent
excessive inflow/infiltration; and
WHEREAS, The City Commission of the City of Opa-locka desires to select C & I
Construction and Design, Inc., as the lowest and most responsive qualified bidder to perform
testing and repairs to Pump Station 14.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION
OF THE CITY OF OPA-LOCKA,FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Section 2. The City Commission of the City of Opa-locka, authorizes the City
Manager to enter into a contract with C&I Construction and Design, Inc. (C&I) in an amount not
to exceed Ten Thousand Eight Hundred Eighty Dollars ($10,880.00), for testing and inspection,
Resolution No. 11-8253
and also such additional amount as may be necessary to repair the Pump Station 14 Service Area
Gravity Sewer System per the attached rate proposal, Exhibit "A" hereto, payable from Account
Number 35-535630.
Section 3. This Resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 22nd day of June, 2011. .,.... ..,....,, ,
4 MYR TAYLOR
MAYOR
Attest to: ; Approved as o form and legal sufficiency:
(AD ' C ---- Avii
I 1
,1 ) N... A 1 4
Deborah S. Irb, Jo: -ph S. eller
City Clerk •• y Att• ey
Moved by: COMMISSIONER HOLMES
Seconded by: COMMISSIONER MILLER
Commission Vote: 5-0
Commissioner Holmes: YES
Commissioner Miller: YES
Commissioner Tydus: YES
Vice-Mayor Johnson: YES
Mayor Taylor: YES
oQ>Lockq .,
�o�wOan E 9
MEMORANDUM
TO: Mayor Myra L.Taylor
Vice-Mayor Dorothy Johnson
Commissioner Timothy Holmes
Commissioner Rose Tydus
Coin 'ssioner Gail Miller
FROM: Clarance atterson,City Mana er
DATE: June 14,2011
RE: Pump Station 14 Service Area Gravity Sewer System CCTV/Lining
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,
FLORIDA AUTHORIZING THE CITY MANAGER TO ENTER INTO A
CONTRACT WITH C&I CONSTRUCTION AND DESIGN, INC. (C&I) IN THE
AMOUNT NOT TO EXCEED TEN THOUSAND EIGHT HUNDRED EIGHTY
DOLLARS ($10,880.00) FOR MANHOLE INSPECTION, SMOKE& DYE TEST,
AND VIDEO INSPECTION AND ALSO THE AMOUNT PER THE ATTACHED
RATE TO REPAIR PUMP STATION 14 SERVICE AREA GRAVITY SEWER
SYSTEM AS NEED BASIS TO PREVENT EXCESSIVE INFLOW/
INFILTRATION AS A PART OF THE CORRECTIVE MEASURES REQUIRED
TO RESOLVE PUMP 14 PENDING CONSTRUCTION ISSUES AND ALSO TO
SATISFY DERM REQUIREMENTS PER CONSENT AGREEMENT, PAYABLE
FROM ACCOUNT NUMBER 35-535630.
Description: Lift station 14 was designed by the Cherokee Consulting, Inc. being funded by Atlas
Packaging, Inc. per agreement with a condition to be reimbursed from the City of Opa-Locka in the
future. City provided required pump capacity data to the design consulting firm per the contract
agreement with Atlas Packaging Inc.
According to the Consent Agreement with DERM the City of Opa-Locka is required to demonstrate that
the sanitary sewer system infiltration and inflow is less than five thousand (5,000) gallons per inch pipe
diameter per day per mile of pipe and laterals. The station 14 service area gravity sewer system is old and
may have broken pipes/leaks leading inflow and also infiltration (I/I) into our system. The I/I reduce the
City's wastewater collection and transmission system's capacity and also increase the volume of flow
treated and fees paid to MD-WASD for treatment and disposal. The City intends to select C&I
Construction and Design,Inc. as the lowest and most responsive qualified bidder specialized in municipal
wastewater collection system inspection, leak detection, condition assessment, repair and/or lining to
prevent excessive inflow/infiltration in the sanitary sewer system.
1
Account Number: CIP FY2011, Payable from Account Number 35-535630.
Financial Impact: The stations have approved funding in the FY 2011 budget plan.
Legislative History: None.
Implementation Timeline: This is time sensitive as it must be done to resolve pump station
construction completion issues with Atlas Packaging and also to meet DERM requirements.
Recommendation(s): C&I is the lowest and most responsive bidder out of the three bidders based on
results of price proposal request process done by purchasing division. Staff recommends C&I to be
awarded the contract based on the bid amount comparison table in the following table:
BID COMPARISON TABLE 1
ITEMS UNIT COST
SHENANDOAH PIPELINE C&I CONSTRUCTION&
CONSTRUCTION TECHNOLOGIES, DESIGN
INC.
Manhole No Unit Cost offered $85.00 $60
Inspection
Smoke&Dye $1.00 $1.50 0.70+(75/300)=$0.95
Test
Video Inspection $1.75 $2.50 $1.65
Grouting $250.00 $160.00 $150.00
Sectional Lining $600.00 $525.00 $220.00
Cured in Place $65.00 $45.00 $42.00
Liner
Point Repair $250.00 $5,800.00 $250.00
Line Replacement $75.00 $100.00 $70.00
Total $1,242.75 $6,634.00 $733.65
BID COMPARISON TABLE 2
VENDOR RANK
C&I CONSTRUCTION&DESIGN 1ST
SHENANDOAH CONSTRUCTION 2ND
PIPELINE TECHNOLOGIES,INC. 3RD
As reflected in the comparison tables C&I offers the lowest bid price and ranks 1st. Awarding the contract
to C&I for the gravity system inspection, repair, and lining of the pump station 14 service areas is in the
best interest of the City per evaluation of the City Engineer.
2
Analysis: The station 14 service area gravity sewer system is old and may have broken pipes/leaks
leading inflow and also infiltration into our system. The inflow and infiltration into the system creates
additional volume that the City is responsible for discharging. It costs the City to pump groundwater
flowing into the sewage system. Currently, the construction of LS 14 is incomplete due to large amounts
of inflow/infiltration from unknown sources. This has created a burden to the design and construction of
the station. The selected pump based on the City provided data cannot handle the flow at the station and
this has caused the engineer of record and the City to reevaluate the pump strength and wet well capacity
that was previously designed for station 14. As the inflow/infiltration (I/I) is the significant contributor
during rain event video inspection, lining and repair will be required to alleviate I/I to resolve the pump
capacity issue also to make the proper selection of pump and it may therefore not be necessary to
increase the pump capacity.
Attachment: Copy of bid prices.
PREPARED BY: Mohammad Nasir,PE,City Engineer,Public Works and Utilities
END OF MEMORANDUM
3
General Contractor
15461 SW 170th Terrace,Miami,Florida 33187
Phone:(786)287-9903 Fax.:(786)4304747
C Email:ciconstruction @netzero.com
Construction&Design,Inc.
PRICE BID
Description I Unit I Cost
Manhole Inspection Each 60.00
Smoke Test LF 0.70
Dye Test Each 75.00
Video Inspection , LF 1.65
Repair: Grouting Each 150.00
(by point)
Sectional Lining LF 220.00
Cured-In place liner LF 42.00
Point Repair LF 250.00
Line replacement LF 70.00
Pipelining Technologies,Inc. Estimate
Office: (561)853-5463 Fax: (561)296-2497
1750 North Florida Mango Road,Suite 403 DATE ESTIMATE#
West Palm Beach,FL 33409 06/09/2011 1396
mike @pipelt.com EXP. DATE
PIPELINING,
TECHNOLOGIES, INC.
ADDRESS
CITY OF OPA-LOCKA
12950 LeJune rd.
Opa-Locka,FL 33054
Aotity Amount
•LABOR,MATERIALS,AND EQUIPMENT TO PERFORM THE SPECIFIED WORK FROM THE CITY 0.00
OF OPA-LOCKA FOR THE PS# 14 SERVICE AREA GRAVITY SEWER INVENTORY
FROM LENGTH(FT) SIZE
14-1 TO 14-2 351 8
14-2 TO 14-3 397 8
14-3 TO 14-4 399 8
14-4 TO 14-5 37 8
14-5 TO 14-6 133 8
14-5 TO 14-9 120 8
14-6 TO 14-7 343 8
14-7 TO 14-8 400 8
14-9 TO 14-10 162 8
14-10 TO 14-11 226 8
14-11 TO 14-12 112 8
14-13 TO 14-14 337 8
14-14 TO 14-15 201 8
14-15 TO 14-16 372 8
14-16 TO 14-17 392 8
TOTAL 3982+/-
DESCRIPTION UNIT COST
Manhole Inspection 85.00
Smoke&Dye Test 1.50 per ft
Video Inspection 2.50 per ft
Repair Grouting 160.00 per joint
Sectional Lining 1800.00 first 6' 225.00 per ft after
Cured in Place
Liner 45.00 per ft
Point Repair 5800.00
Line Replacement 100.00 per ft(PVC)
Continue to the next page.
Page 2 of 2
150.00 per ft(Ductile)
Accepted By: Accepted Date:
ISHENANDOAHI
CONSTRUCTION
1888 N.W. 22"d Street • Pompano Beach, FL 33069
(954) 975-0098 Fax: (954) 975-9718
PROPOSAL#24775
DATE: June 09,2011
SUBMITTED TO: Opa Locka,City of
STREET: 12950 Le Jeune Rd. (NW 42nd Ave)
CITY, STATE&ZIP: Opa Locka,FL 33054
PHONE: (305)953-2868
FAX: (305)953-2900
JOB LOCATION: Clean and Test Gravity Sewer
ATTENTION: Rose McKay Ext 1307
We propose to furnish a crew and all necessary equipment to clean and televise and perform repairs as needed as listed below
at the above mentioned job location. This work will be performed at our following hourly and/or unit prices:
Smoke&Dye Test includes Manholes (at$1.00 Per L.F.) 1 L.F. $1.00
Video Inspection of 8-12"pipe (at$1.75 Per L.F.) 1 L.F. $1.75
Grouting (at$250.00 Per Joint) 1 Joint(s) $250.00
Sectional Lining 8-12 Pipe (at$600.00 Per L.F.) 1 L.F. $600.00
Cured in Place Liner (at$65.00 Per L.F.) 1 L.F. $65.00
Point Repair (at$250.00 Per L.F.) 1 L.F. $250.00
Line Replacement (at$75.00 Per L.F.) 1 L.F. $75.00
Estimated Total: $1,242.75
NOTE:Minimum repair 101f on Point repair, 3 if on sectional and 100' If on replace line.This proposal includes removal of all loose
debris from the structures and pipes(excluding hazardous waste),if non-hazardous contaminated liquids or soils are encountered,such
as oil,gas,fuel,hydraulic oil,etc.,the customer will be required to have the material analyzed,by an approved lab,then approved by a
disposal facility,prior to Shenandoah transporting and disposing of the material,additional cost for specialty hauling and disposal will
be applied to the invoice,along with documented receipt.However, we are not responsible for problems occurring during or after
cleaning due to pre-existing condition,original installation or design.Due to the fragile condition of the existing pipe(s),the
possibility of the pipe collapsing exists during the construction phase. If this unlikely event occurs, we will provide you with an
additional estimate for a necessary point repair to complete the lining process.This proposal may be withdrawn if not accepted within
30 days. Payment terms net 30 days.All material is guaranteed to be as specified. All work to be completed in a workmanlike
manner according to standard practices. Price above is only an estimate of foreseen conditions. Unforeseen conditions can affect the
amount of time to complete the work,therefore increasing or decreasing estimate. All agreements are contingent upon strikes,
accidents or delays beyond our control. Unless noted above engineering,permits,testing and bonds are not included in the pricing.
Owner is to carry fire,tornado and other necessary insurance. Our workers are fully covered by Workman's Compensation Insurance.
SIGNATURE: Staf(im Zdarta RB:_sz_
SHENANDOAH GENERAL CONSTRUCTION CO. TITLE DATE
Staffin Zebarth Estimator 06/09/2011
ACCEPTANCE OF PROPOSAL/SIGN&RETURN
The above prices,specification and conditions are satisfactory and are hereby accepted. You are authorized to do the work as
specified.
SIGNATURE:
COMPANY NAME: DATE:
REPRESENTATIVE: TITLE: