Loading...
Agenda 04/14/2009 Item #16C 1 Agenda Item No. 16C1 April 14, 2009 Page 1 of 14 EXECUTIVE SUMMARY Recommendation to approve a Work Order under Contract 07-4088 "Trenchless Sewer System Rehabilitation Contracting Services" in the amount of $692,225.00 to Miller Pipeline Corporation to complete the rehabilitation of the sewer lines in North Naples (Area 1-4); Project 73050. OBJECTIVE: The public purpose is to structurally restore and enhance the performance of the County's wastewater collection system, and thereby eliminate Inflow and Infiltration (1&1) to the sanitary sewers and manholes. CONSIDERATIONS: Inflow and Infiltration (1&1) is a major cause of unnecessary hydraulic load and expense on the County wastewater treatment plants especially during raining season. The Public Utilities Division has a continuing need to perform sewer system rehabilitation of faulty sewer pipelines. In the Naples Park area, many pipelines are antiquated and deteriorating to a point of needing immediate repair. The Division has had favorable experience with the trenchless technology method of sewer pipeline repair, in lieu of the conventional excavation and repair technique. With trenchless technology, the whole sewer length from manhole to manhole is relined and service laterals reconnected. This project is consistent with the 2008 Wastewater Master Plan Update as adopted by the Board on June 24, 2008, Agenda Item lOG, Table 8-2 page 2 of 5, and line 74. The Board previously approved the recommended awardees, Miller Pipeline Corporation, for category B2 of the annual Trenchless Sewer Rehabilitation Contracting Services contract 07-4088 at the March 27, 2007, meeting, Agenda Item 16(C) 6. Attached for reference is the approved Executive Summary for the annual trench less sewer rehabilitation contracting services to Miller Pipeline for Category A and B2, dated March 27, 2007, The selected contractor has satisfactory performance records on previous projects involving similar work. FISCAL IMP ACT: These funds are available in the FY09 Capital Budget approved by the Board of County Commissioners on September 18,2008. Funds are budgeted in the Wastewater Department Project 73050 for County Sewer Capital Projects under Fund 414. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public sanitary sewers and manholes. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is not quasi-judicial and requires no ex parte disclosure, requires only a majority vote for approval, and is otherwise legally sufficient for Board action.-SRT RECOMMENDATION: That the Board of County Commissioners, as the Ex-Officio Governing Board of the Collier County Water-Sewer District, approve a Work Order under Agenda Item No. 16C1 April 14, 2009 Page 2 of 14 Contract 07-4088 "Trenchless Sewer System Rehabilitation Contracting Services" in the amount of $692.225.00 to Miller Pipeline Corporation to complete the rehabilitation of the sewer lines in North Naples (Area 1-4); Project 73050, and authorize its Chair to execute the work order. PREPARED BY: James Sainvilus, Public Utilities Engineering Project Manager Page lof2 Agenda Item No. 16C1 April 14, 2009 Page 3 of 14 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16C1 Meeting Date: Recommendation to approve a Work Order under Contract 07-4088 Trenchless Sewer System Rehabilitation Contracting Services In the amount of $692,225.00 to Miller Pipeline Corporation to complete the rehabilitation of the sewer lines in North Naples (Area 1-4); Project 73050. 4/14/200990000 AM Prepared By James Sainvilus Public Utilities Engineering Tech Public Utilities Planning and Project Management Department Date 3/5/20093:39:25 PM Approved By Donald Edwards Operations Manager Date Public Utilities Wastewater 3/6/2009 3:42 PM Approved By Scott R. Teach Assistant County Attorney Date County Attorney County Attorney Office 3/16/2009 9:08 AM Approved By Dianna Perryman Contract Specialist Date Administrative Services Purchasing 3/19/2009 2:35 PM A pproved By Phil E. Gramatges. P.E. Sr. Project Manager Date Public Utilities Public Utilities Planning and Project Management Department 3/19/2009 4:17 PM Approved By William D. Mullin, PE Public Utilities Principal Project Manager Public Utilities Planning and Project Management Department Date 3/20/2009 11 ;02 AM Approved By Thomas Wides Operations Director Date Public Utilities Public Utilities Operations 3/2312009 12:46 PM Approved By G. George Yilmaz WasteWater Director Date Public Utilities WasteWater 3123/20094:53 PM Approved By Steve Carnell Purchasing/General Svcs Director Date Administrative Services Purchasing 3/27/20098:13 AM Approved By James W. Delony Public Utilities Administrator Date Page 2 of2 Agenda Item No. 16C1 April 14, 2009 Page 4 of 14 Public Utilities Public Utilities Administration 3/27/2009 1,07 PM Approved By OMS Coordinator OMS Coordinator Date County Manager's Office Office of Management & Budget 3/30/20098,54 AM Approved By Susan Usher Senior Management/Budget Analyst Date County Manager's Office Office of Management & Budget 4/2/20091,19 PM Approved By Leo E. Ochs. Jr. Deputy County Manager Date Board of County Commissioners County Manager's Office 4/2/2009 5,46 PM Miller Pipeline Corp. October 10, 2008 James Sainvilus Project Manager Collier County Government 3301 Tamiami Trail Building H Naples, Florida 34112 Oear Mr. Sainvilus Please find enclosed the four quotes for the lining assignment in Naples Park Section 1-4. The total for all of the lining, which Miller Pipeline Corp. is proposing to do based on our annual contract with Collier County, comes out to 23,055 If of 8" with 414 lateral connections to be reinstated for a total of $692,225.00. Thank you in advance for giving Miller Pipeline Corp, the opportunity to serve Collier County. Sincerely G(au;/~ Louis J. Woska Regional Manager Southeast Region Miller Pipeline Corp. 727 Cheston Street 0 New Smyrna 0 Phone: 386-423-<5621 0 Fax: 386-423-6627 M?;;~'~~!t~~~~~: J~!~ ,: Miller Pipeline Corp. .j;;', ".'''''~;. Collier County Lining Assignment Naples Park 1- 4 Phase 1 Upatream Downstream Service Street Manhole Manhole Olameta. Length Connectlone prtca 111th Avenue North 2128 2127 8 144 5 $ 4,325.00 111th Avenue North 2127 2126 8 141 4 $ 4,234.00 111th Avenue North 2126 2125 8 161 3 $ 4,994.00 111th Avenue North 2125 2124 8 355 6 $ 10,656,00 111th Avenue North 2124 2123 8 400 8 $ 12,008.00 111th Avenue North 2123 2122 8 364 7 $ 10.927.00 111th Avenue North 2122 2103 8 402 7 $ 12,067.00 111th Avanue North 2133 2132 8 300 6 $ 9,006.00 111th Avenue North 2132 2128 8 400 9 $ 12,009.00 111th Avenue North 2128 2103 8 385 10 $ 11.560.00 109th Avenue North 2104 2101 8 384 7 $ 11,527.00 109th Avenue North 2113 2111 8 138 2 $ 4,142.00 108th Avenue North 2112 2111 8 142 2 $ 4,262.00 108th Avenue North 2111 2110 8 407 7 $ 12,217.00 108th Avenue North 2110 2109 8 401 7 $ 12,037,00 109th Avenue North 2109 2101 8 384 8 $ 11,528.00 108th Avenue North 2309 2308 8 394 7 $ 11,827.00 108th Avenue North 2308 2307 8 391 8 $ 11,738.00 108th Avenue North 2307 2301 8 398 7 $ 11,947.00 10ath Avenue North 2318 2317 8 139 2 $ 4,172.00 108th Avenue North 2317 2314 8 307 5 $ 9,215.00 Total 6537 127 $196,398.00 727 Cheston Street. New Smyrna Beach, FL 32168. Phone: 386-423-6621 . Fax: 386-423-6627 . " . '..,.., '" .f.. ",.,} " f~" " ,... ...,."......'~:..'._..:.:..;.,f.".~.'.....:. ..~....'~,:.(,...'~.,:..'._,......".fs:.~..~ '.:.~,:~,f.A..;,....~,......:,:.,..,. ".....::.,.;.::'...,...f:.,:,::~ ..,..:::;,~,..,..,=.n._;.~....a...,:....I.~.~...p...pr..m.',a.~,I..,..'.~,.i~....~~...~.'., ,'~.:...,.1oo.:.,.C.1.......,.',_::~,',..1...^,....',:..'.,;,,~~..:.,,'....,;.':'.' ~;;~,+./~J:~~l: ~~!i~~}"~;> ';''''s, ~o;:"";;",.,,a,.,,;;;, . .- Miller Pipeline Corp_ .. .. _; ..j~t, Collier County Lining Assignment Naples Park I - 4 Phase 2 Up8tream Downatream Servlc:a Street Manhole Manhole Diameter Length ConnecUona PrIc:a 8th Court East 2316 2315 8 54 2 $ 2.522.00 8th Court East 2315 2314 8 160 4 $ 4,804.00 8th Court East 2331 2330 8 109 2 $ 3,272.00 8th Court East 2330 2329 8 138 4 $ 4,144.00 11th Court East 2329 2328 8 402 6 $ 12,066.00 11th Court West 2328 2327 8 137 4 $ 4,114.00 8th Court West 2327 2324 8 133 4 $ 3,994,00 11th Court West 2326 2325 8 82 2 $ 2,462,00 8th Court West 2325 2324 8 132 2 $ 3,962,00 8th Court East 2333 2332 8 266 3 $ 7,983.00 8th Court East 2332 2331 8 215 4 $ 6,454.00 107th Avenue North 2319 2302 8 354 8 $ 11,528.00 107th Avenue North 2324 2302 8 166 3 $ 4,983,00 106th Avenue North 2338 2337 8 402 8 $ 12,068,00 106th Avenue North 2337 2336 8 352 6 $ 10,566.00 106th Avenue North 2336 2335 8 400 7 $ 12,007.00 106th Avenue North 2335 2334 8 403 8 $ 12,098.00 106th Avenue North 2334 2303 8 388 6 $ 11,846.00 108th Avenue North 2342 2341 8 238 2 $ 7,142.00 108th Avenue North 2341 2340 8 401 6 $ 12,036.00 106th Avenue North 2340 2339 8 403 7 $ 12,097,00 108th Avenue North 2339 2303 8 385 7 $ 11,557.00 1011th Avenue North 2314 2313 8 400 7 $ 12,007.00 TotalS 6180 112 $185,512.00 727 Cheston Street. New Smyrna Beach, FL 32168' Phone: 386.423-6621 . Fax: 386-423-6627 .;.. '::..,; "....",...- "~~t_' Miller Pipeline Corp. Collier County Lining Assignment Naples Park 1- 4 Phase 3 Upstream Downstream Service Stnlet Manhole Manhole Diameter Length Conl1llCtioM Price 10Sth Avenue North 2347 2346 8 413 8 $ 12,398.00 10Sth Avenue North 2346 2345 8 351 5 $ 10,535.00 105th Avenue North 2345 2344 8 399 7 $ 11,977.00 105th Avenue North 2344 2343 8 401 7 $ 12,037.00 105th Avenue North 2343 2304 8 387 8 $ 11,816,00 105th Avenue North 2352 2350 8 190 2 $ 5,702.00 lOSth Avenue North 2350 2349 8 400 8 $ 12,008.00 10Sth Avenue North 2349 2348 8 404 8 $ 12,128.00 105th Avenue North 2348 2304 8 382 8 $ 11,468.00 105th Avenue North 2351 2350 8 192 2 $ 5,762.00 1l14th Avenue North 2357 2356 8 432 9 $ 12,989.00 1l14th Avenue North 2356 2355 8 351 5 $ 10,535.00 1l14th Avenue North 2355 2354 8 401 7 $ 12,037.00 104th Avenue North 2354 2353 8 394 8 $ 11,826.00 104th Avenue North 2353 2305 8 391 7 $ 11,737.00 104th Avenue North 2360 2359 8 311 5 $ 9,335.00 1l14th Avenue North 2359 2358 8 401 8 $ 12,036.00 104th Avenue North 2358 2305 8 388 7 $ 11,647.00 Totals 6588 115 $ 197,755.00 727 Cheston Street. New Smyrna Beach, FL 32168. Phone: 386-423-6621 . Fax: 386-423-6627 :,,~~. ;~'lJ~4~t:~ ."":,,,., ',~. .' '.. ,~I" . Miller Pipeline Corp. Collier County Lining Assignment Naples Park 1- 4 Phase 4 upatreaJn Downstream Service Street Menhole Menhole DIlIlIIIII8r Length Connections Price 103rd Ayenue North 2365 2364 8 401 8 $ 12.038.00 103rd Ayenue North 2364 2363 8 363 4 $ 10,894,00 103rd Ayenue North 2363 2362 8 403 7 $ 12.097.00 103rd Ayenue North 2362 2361 8 390 7 $ 11,707.00 103rd Ayenue North 2361 2306 8 376 7 $ 11,287.00 103rd Ayenue North 2369 2368 8 147 1 $ 4,411.00 103rd Ayenue North 2368 2367 8 402 3 $ 12,063.00 103rd Ayenue North 2367 2368 8 402 7 $ 12,067.00 103rd Ayenue North 2366 2306 8 381 7 $ 11,437.00 108th Avenue North 2313 2312 8 200 4 $ 6,004.00 108th Ayenue North 2312 2301 8 285 5 $ 8,555.00 ToIe/s 3750 60 $112,560.00 727 Cheston Street. New Smyrna Beach, FL 32168 . Phone: 386-423-6621 . Fax: 386-423-6627 ... WORKORDERi Agenda Item No. 16C1 April 14, 2009 Agreement for TRENCHLESS SEWER SYSTEM REHABILIT A nON Page 10 of 14 DATED: MARCH 10. 2009 (BID 07-408B) This Work Order is for professional TrenchlessSewer services for work known as: Project Name: Sewer Line, Manholes, wet & Dry well Rehab Project No: 73050.1,1.1 The work is specified in the proposal dated October 10, 20~which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above~ Work Order, is assigned to: Miller Pipeline Corp. SeODe ofWark: As detailed in th.e attached proposal Schedule of Work: Complete work within 120 days from receipt of the Notice to Proceed which is accompanying this Work Order. Comnensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): oNegotiated Lump Sum oLump Sum Plus Reimbursable Costs [8JTime & Material (established bourly rate - Schedule A) oCost Plus Fixed Fee, (define which method will be used for which tasks) as provided in the attached proposal. PHASE 1 PHASE II PHASE 1lI PHASE IV $196,398.00 $185,512.00 $197,755.00 $112,560.00 TOTAL FEE $692.225.00 Any change mad~ subsequent to fmal department approval will be considered an additional service and charged according to Schedule "A" of the original Contract Agreement. PREPARED BY: 3//0/0' Date Director :S!\€>/()o.. Date ( /8/1J/U OF Date APPROV Donald Edwards, Wastewater Operation Manager 3;\>/0'( Date APPROVED BY: ACCEPTED BY: ~ 0"/ <./I"1./:r /Difte -.3/(3/0'7 Date '3 -fO~O'J of Authorized Company Officer Date Sown-.. ~t'b"" ()Il.~1)u<-. Type or Print Name and Title II1A I ^ <""_n.'....!Xl 1 l ,'L.<.Lrt.f'c'1',... ~c..v~lu-_,;> _ l,:~.....1t\ WORK ORDERlPURCHASE ORDER~. Agreement for TRENCHLESS SEWER SYSTEM ~ILITATION Page 2 of2 ATTEST: Dwight E. Brock. Clcrli: of Courts By: .Deputy Clerk Approved as to form and legal sufficiency: ~~j~ Scott R. Teach Deputy County Attorncy DATED: MARCH 10. 2009 (BID 07-4088) BOARD OF COUNTY CO~SSIONERS COLLIER COUNTY, FLOIPDA By: Agenda Item No. 16C1 April 14, 2009 Page 11 of 14 Agenda Item No. 16C1 April 14. 2009 Page 12 of 14 EXECUTIVE SUMMARY Recommendation to award annual contracts to selected firms for trench less sewer system rehabilitation contracting services per bid 07-4088, project 73050. OBJECTIVE: The public purpose of this project is to structurally restore and to eliminate extraneous flows to the sanitary sewers and manholes thereby enhancing the performance of the County's wastewater system, The action requested is to award annual contract agreements for trenchless sewer system rehabilitation contractors who will be utilized on an as needed basis. CONSIDERA TIONS: The Public Utilities Division has a continuing need to perform sewer system rehabilitation for faulty sewer pipelines. In many locations pipelines are deteriorated and antiquated, therefore badly needing repair. The Division has had favorable experience with the trenchless technology method of repair, in lieu of conventional excavation and repair techniques, With trenchless technology, the whole sewer length from manhole to manhole is relined and service laterals reconnected. The trenchless sewer method achieves the goal of reducing groundwater infiltration, thus reducing unnecessary hydraulic loads on the County wastewater treatment plants which is inefficient and can reduce treatment capacities, The trenchless sewer rehabilitation method also reduces construction inconvenience to sewer customers and the public. Staff will identify projects requiring the applicable trenchless rehabilitation method and issue work orders to initiate the project concurrent with procedural approval from the Purchasing Department. The bid documents were prepared for three different categories oftrenchless sewer rehabilitation methods with a mandatory fourth category for common tasks applicable to all the three methods oftrenchless sewer rehabilitation, A bidder was free to bid more than one category but would be evaluated on a category-by-category basis for lowest bid and the experience qualifications required as specified for each category. The three main categories are: I) Category A: Cured-in-Place Pipe Lining Contractor. 2) Category B which is subdivided into two alternate materials: Fold-and-Form using HOPE Pipe Lining Contractor (B I) or Fold-alld-Form using PVC Pipe Lining Contractor (B2). 3) Category C: Pipe Bursting Contractor (This technique is used to locally burst the existing pipe in place and a new product pipe is simultaneously pulled in behind). An additional category, Category 0 was work common to all the three main trenchless rehabilitation categories. On November 22, 2006, two hundred twenty-three invitations to bid this project were issued of which twenty-one showed interest by requesting a package, On December 20, 2006, seven bids were received as follows from Williams Testing, Southeast Pipe Survey Inc" Reynolds Inliner, American Infrastructure Corporation, Insituform Technologies, Inc" Miller Pipeline Corporation, and HERC Products, Inc, This is a similar response from the last bid, twenty-nine invitations were sent out and ten bids were received. The seven bidders bid on one or more of the three Categories A, B, and C, as indicated in the table below and the attached bid tabulation. Upon Agenda Item No. 16C1 April 14, 2009 Page 13 of 14 review of the seven bids, the following firms are being recommended for selection in each of the following three categories: Category A: Four bids were received of which Miller Pipeline Corporation was the lowest qualified bidder followed closely by Reynolds Inliner. Staff recommends awarding contracts to Miller Pipeline Corporation as the primary contractor for the Cured-in-Place Pipe Contract with Reynolds Inliner as the secondary contractor. In the event the primary contractor is not available to do the work or does not meet the contract requirements, the secondary contractor will be utilized, Catei;!orv B: Two bids were received of which one utilized PVC (polyvinyl) pipe material and one utilized HDPE (high density polyethylene) fold-and-form pipe, Miller Pipeline Corporation utilizing PVC foId-and-form pipe was the lowest qualified bidder. Staff recommends awarding the Fold-and-Form Pipe Lining Using HDPE (B I) Contract to Reynolds Inliner and the Fold- and-Form Pipe Lining Using PVC (B2) Contract to Miller Pipeline Corporation. Category C: One bid was received of which HERC Products, Inc, was the one and only qualified bidder. Staff recommends not awarding the Pipe Bursting Contract in this contract period. Bid Category Bidder (Unit Price Totals) A Bl B2 I. Williams Testing (Not Qualified) - - - 2. Southeast Pipe Survey Inc $5,230,00 - - 3. Reynolds Inliner $457.02 $390.02 - 4, American Infrastructure Corporation Not Qualified - linear feet - - 5. Insituform Technologies, Inc. $504.00 - - 6, Miller Pipeline Corporation $428.50 - $382 Category D: Staff recommends awarding the work common to the entire main trenchless rehabilitation categories contract to all awarded bidders, Miller Pipeline Corporation and Reynolds lnliner. Staff recommends authorizing the Public Utilities Engineering Department Director to approve work orders as addressed within this summary. The contract period is for one year with three one-year renewal periods at the County's option. This project is consistent with the 2005 Wastewater Master Plan adopted by the Board in June 6, 2006 as Agenda Item 10(B), FISCAL IMPACT: The annual fiscal impact is planned to be $2,000,000. These funds are available in the FY07 Capital Budget approved by the Board of County Commissioners on September 2 I, 2006. Funds are budgeted in the Wastewater Department Project 73050 for County Sewer Capital Projects under Fund 414. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public sanitary sewers and manholes. Agenda Item No. 16C 1 April 14. 2009 Page 14 of 14 RECOMMENDATION: That the Board of County Commissioners, as the Ex-Officio Governing Board of the Collier County Water-Sewer District. Approve the recommended selection of the two firms, in Category A Miller Pipeline Corporation with Reynolds Inliner as the secondary contractor, Reynolds lnliner in Category B I, Miller Pipeline Corporation in Category B2, and both firms in Category D, as described above for annual trenchless sewer rehabilitation contracting services pursuant to Bid No, 07-4088. Authorize the county manager or his designee to execute the contracts. PREPARED BY: James Sainvilus, Public Utilities Engineering Project Manager