Skip to main content
City of Coral Gables

File #: 08-0213    Version: Name: Resolution for Miller Pipeline Corp. sanitary sewer improvements
Type: Resolution Status: Deferred
File created: 3/14/2008 In control: City Commission
On agenda: 3/25/2008 Final action:
Enactment date: 3/25/2008 Enactment #: 2008-50
Title: Resolution authorizing the City Manager to execute a contract with Miller Pipeline Corporation, the number one-ranked firm recommended by the Sewer Lining Selection Committee, for construction and installation of sewer linings and associated rehabilitation of sanitary sewers for the project entitled “Construction of Sanitary Sewer Improvements at various locations in the City of Coral Gables, PWD #07-13” for the not to exceed amount of $1,000,000.00.
Attachments: 1. Signed Resolution - 2008-50.pdf, 2. RAD Sewer cover, 3. RAD Sewer Resolution, 4. Miller Pipeline attachments

Title

Resolution authorizing the City Manager to execute a contract with Miller Pipeline Corporation, the number one-ranked firm recommended by the Sewer Lining Selection Committee, for construction and installation of sewer linings and associated rehabilitation of sanitary sewers for the project entitled “Construction of Sanitary Sewer Improvements at various locations in the City of Coral Gables, PWD #07-13” for the not to exceed amount of $1,000,000.00.

City Manager's Recommendation

It is recommended that a resolution authorizing the City Manager to execute a contract with Miller Pipeline Corporation, the number one-ranked firm recommended by the Sewer Lining Selection Committee, be approved by the City Commission.

Brief History

The City of Coral Gables is presently implementing plans to comply with requirements of Miami-Dade County Department of Environmental Resources (DERM) regarding certain sanitary sewer infiltration thresholds and has entered into a Consent Decree with that agency to ensure compliance of same.

 

Pursuant to the provisions of the City of Coral Gables Charter, a Request for Proposals (RFP) was duly advertised on January 10, 2008, to solicit responses from various qualified vendors for the procurement of construction of sanitary sewer improvements, and four (4) vendor responses were received by the Public Works Director on February 7, 2008 in response to said RFP.

 

A Selection Committee consisting of Alberto Delgado, P.E., Public Works Director, Thomas D. Springer, P.E., Public Works Engineering Supervisor, William Rothman, Public Works Utilities Superintendent, and Ignacio Lizama, P.E., a consultant from the private sector, was formed to assist in the review and evaluation of the proposals submitted.

 

Upon due consideration of the evaluation criteria established in the published RFP document, the Selection Committee met and ranked the three certified proposers in the following order:

 

1.  Miller Pipeline Corporation.                                                                        

2.  Insituform Technologies, Inc.

3.  Lanzo Lining.

 

The City Manager is authorized to execute a contract with the firm ranked number one by the Selection Committee, Miller Pipeline Corporation, in an amount not to exceed $1,000,000.00 for the procurement of said construction improvements.

 

After construction of the previous sewer lining project, the City realized a savings of $300,000.00 annually in County sewer treatment fees, and similar results are expected following this project.                                             

 

 

Financial Information

1.

$1,000,000.00

Sanitary Sewer Fund, Account No. 410-9900-535-6300