Loading...
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: