Loading...
LTC 186-2020 Procurement ReportsMIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miomi Beach, Florida 33139, www.miamibeachfl.gov LTC # 186-2020 To: Mayor Dan Gelber and Members o From: Jimmy L. Morales, City Manager Date: May 21, 2020 Subject: Procurement Reports As has been previously requested by the City Commission or as required by City regulations, the Procurement Department transmits monthly, via L TC, the following informational reports: • city contracts expiring within the next 180 days; • open market purchases exceeding $50,000 during the preceding month; • projects awarded pursuant to job order contracts (JOC); • capital projects awarded pursuant to indefinite quantity contracts (IQC); • purchases of playground and related equipment pursuant to Resolution 2019-30777; • emergency purchases approved by the City Manager during the preceding month; and • any unauthorized purchase reported during the preceding month. 1. CITY CONTRACTS EXPIRING OR ELIGIBLE FOR RENEWAL/EXTENSIONS IN THE NEXT 180 DAYS (See Attachment A). The contracts listed in Attachment A will expire or be eligible for renewal/extension within the next 180 days. In addition to reporting on all existing City contracts, a listing of piggyback contracts, pursuant to Section 2-369 of the City Code, used as an ongoing source for goods and/or services has been included. 2. OPEN MARKET PURCHASES EXCEEDING $50,000. Open market purchases are those purchases less than the amount established for formal bids. Section 2-395(4) of the City Code requires that open market purchases in excess of $50,000, up to the bid thresholds amount, be reported to the City Commission on a monthly basis. Below is a list of purchase orders fo r open market purchases for the preceding month. LETTER TO COMMISSION Purchase . . O d N Department Description Total Date Vendor r er o. 20201991 Info rmation Technology ExaGrid backup system $56,054.28 4/28/2020 SHI International Corp. 3. PROJECTS AWARDED PURSUANT TO JOB ORDER CONTRACTING (JOC) PROGRAM. On November 14, 2018, the Mayor and City Commission approved a recommendation by the Finance Committee recommendation to streamline construction related procurement by im plementing a Job Order Contracting (JOC) program. The main purpose of the JOC program is to expedite the delivery of construction projects through pre-established contracts. On Octob er 16, 2019, the Mayor and City Commission awarded 1TB 2019- 257-KB for Job Order Contracting Services which awarded contracts to 18 vendors for five (5) specialty trades for construction projects. Below is a list of projects awarded pursuant to the JOC contracts for construction services for the preceding month. Project Title Department JOC No. Vendor Estimated Value 13" Street Parking Property 20-054-01 Harbour $642,594.78 Garage Coating Management Construction I ne. SRYC Pool Pump Parks & JOC 20-167-01 Lee Construction $283,332.96 Room GO #18 Recreation Group Inc. 2 4. CAPITAL OR INFRASTRUCTURE PROJECTS AWARDED PURSUANT TO THE SOURCEWELL (PREVIOUSLY NATIONAL JOINT POWERS ALLIANCE (NJPA)) COMPETITIVELY SOLICITED CONTRACT FOR CONSTRUCTION SERVICES. The indefinite quantity IQC process is used extensively by the local, state, and federal governmental agencies throughout the United States to expedite the delivery of small construction projects. The City Commission, at its April 23, 2014 meeting, approved a recommendation by the Administration to utilize the IQC process to .expedite the delivery of construction projects under $250,000, or for emergency projects as approved by the City Manager. The City, as a governmental agency member, is authorized to utilize the IQC contract for construction services competitively awarded by Sourcewell. . . Estimated Project Title Department IQC Vendor Val a ue 5. PURCHASES FOR PARKS AND PLAYGROUND EQUIPMENT. Resolution No. 2019-30777 authorizes the City Manager, through standardization and waiver of competitive bidding requirements, to create a pool of preapproved manufacturers for all future purchases of playground equipment (aquatic and non-aquatic), park benches and outdoor furniture, outdoor fitness equipment, shade structures, recreational surfaces (safety surfaces, artificial turf and hardcourt surfaces), and lighting systems for all city parks facilities. Additionally, the Resolution also authorizes the City Manager to add any other manufacturers, within the approved categories, that would be necessary to expedite the completion of parks and playground facilities. Below is a list of approved purchases and manufacturers added for the preceding month. •• Purchase . . O d N Description Vendor Value r er o. A d p h 20192152 Change Order #1 to increase PO by $17,237.55 to install border & remove existing mulch at the Belle Isle Park playground. No Fault Sport Group LLC $148,118.55 Nothing to Report. 6. EMERGENCY PURCHASES. Section 2-396 of the City Code authorizes the City Manager to approve emergency purchases and requires that emergency purchases exceeding the formal bid threshold amounts established in Section 2-366 be reported to the City Commission at its meeting following the emergency. The emergency purchase request process outlined in Code allows the City to respond expeditiously to unexpected needs. Below is a list of emergency purchases approved for the preceding month. • Form No. Nature of Emergency Requestor Contractor Estimate Value Street Force Main Repairs in Various Vendors, 2020-174- the following locations: 1655 Public Works Refer to $ 1,152,915.09 MG Michigan Ave., 28" Street and Operations. Attachment B 72 Street. Replacement of Valve on Ric-Man 2020-194- Pump Station No. 28 and Public Works Construction of $ 507,451.36 LB Installation of Valve on Influent Engineering. Florida Inc. Force Main. Replacement of 16-lnch Water 2020-201- Main on South Side of Public Works Amici LB Venetian Causeway Bridge Operations. Engineering $433,262.91 Between Belle Isle and Dade Contractors. Boulevard. E p ·h 3 7. UNAUTHORIZED PURCHASES. Section 2-393(a) of the City Code prohibits the purchase of goods or services that are not in compliance with the requirements of the Procurement Code. Below is a list of unauthorized purchases exceeding the City Manager's authority for the preceding month. Unauthorized Purchases Nothing to Report. JLM/MT/AD/ME/AG/KB/TB F:PURCI SALL\Reports\COMBINED REPO RT'\2020\Procuremen t Commission Report 5-14-2020.d0cx 180 REPORT ATTACHMENT A Length of Renewal the Period Contract# Contract Description Vendor End Date Option Renewal Left Period in Years MAY 2020 19-144-00 SHIP REHABILITATION PROJECT DELCONS INC. 5/16/20 o o 19-144-10 SHIP REHABILITATION PROJECT REGOSA ENGINEERING SERVICES INC 5/16/20 o o 19-144-20 SHIP REHABILITATION PROJECT TRU-GREEN CONSTRUCTION INC 5/16/20 o o 17-095-03 PEST CONTROL HOMEPARAMOUNTPESTCONTROLCOMPANY 5/18/20 2 1 17-215-02 THE CONSTRUCTION SEAWALLS TYPE 11111 IV CITY WIDE KEARNS CONSTRUCTION COMPANY 5/31/20 2 1 JUNE 2020 17-223-01 VMWARE ENTERPRISE LICENSE AGREEMENT KEY GOVERNMENT FINANCE INC 6/4/20 o o 17-215-01 THE CONSTRUCTION SEAWALLS TYPE II Ill IV CITY WIDE SHORELINE FOUNDATION INC. 6/5/20 2 1 17-215-03 THE CONSTRUCTION SEAWALLS TYPE II Ill IV CITY WIDE ESSARY FOUNDATION COMPANY 6/5/20 2 1 19-133-01 JOC CONSUL TING SERVICES/ MANAGEMENT THE GORDIAN GROUP INC 6/6/20 3 1 17-129-01 WATER & WASTEWATER SYSTEMS CONSULTANT HAZEN AND SAWYER P.C. 6/26/20 2 1 JULY 2020 15-242-01 BOTTLED WATER, DISPENSERS, AND BOTTLES NESTLE WATERS NORTH AMERICA INC. 7/31/20 o o AUGUST 2020 13-267-02 FUEL CARD PROGRAM WEX BANK 8/5/20 o o 15-090-01 FACILITIES MAINTENANCE SERVICES HALCYON BUILDERS, INC. 8/27/20 o o 15-090-02 FACILITIES MAINTENANCE SERVICES DELCONS INC . 8/27/20 o o SEPTEMBER 2020 15-059-01 OFFICE FURNITURE AND FILES EMPIRE OFFICE INC 9/1/20 o o 15-081-01 INVESTMENT ADVISORY SERVICES PUBLIC TRUST ADVISORS LLC 9/3/20 o o 17-007-01 NOISE, ACOUSTIC AND SOUND CONSUL TING SERVICES ARPEGGIO ACOUSTIC CONSUL TING 9/6/20 2 1 16-057-01 INVESTIGATION, BACKGROUND TORT LIABILITY CLAIMS, CROSSROADS SDI, INC. 9/21/20 1 1 w 16-057-02 INVESTIGATION, BACKGROUND TORT LIABILITY CLAIMS, DIGISTREAM SOUTH FLORIDA, INC. 9/21 /20 1 1 w 13-266-01 TITLED COMMERCIAL RECORDS MANAGEMENT GRM INFORMATION MANAGEMENT SERVICES 9/30/20 o o INC 15-045-01 WEED KILLERS AND PESTICIDES HOWARD FERTILIZER & CHEMICAL COMPANY, 9/30/20 o o INC 15-045-02 WEED KILLERS AND PESTICIDES WINFIELD SOLUTIONS, LLC 9/30/20 o o 15-045-03 WEED KILLERS AND PESTICIDES HELENA CHEMICAL CO. 9/30/20 o o 15-045-05 WEED KILLERS AND PESTICIDES SITEONE LANDSCAPE SUPPL Y, LLC 9/30/20 o o 15-045-06 WEED KILLERS AND PESTICIDES ADAPCOINC 9/30/20 o o 16-084-01 ADMIN OF THE CITY'S ANCILLARY HEAL TH BENEFITS UNUM LIFE INSURANCE COMPANY OF EMPL AMERICA 9/30/20 1 1 17-139-11 PESTICIDES AND WEED KILLER PREQUAL - MDC 9303 ADAPCOINC 9/30/20 o o 17-139-12 PESTICIDES AND WEED KILLER PREQUAL - MDC 9303 HARRELL'S LLC 9/30/20 o o (A) Contract Automatically Renews for a 12 month period unless cancelled by the City Party with a 90 day notice. 1 of 3 5/13/2020 180 REPORT ATTACHMENT A Length of Renewal the Period Contract# Contract Description Vendor End Date Option Renewal Left Period in Years SEPTEMBER 2020 17-29887 MAINTENANCE SERVICES FOR SOUND & CONTROL PRO SOUND INC. SYSTEM AT MIAMI BEACH SOUNDSCAPE PARK 9/30/20 o o 17-29936-1 PROGRAMMING AT THE CITY'S NSHORE TENNIS CENTER VAN DAALEN TENNIS 9/30/20 1 1 18-197-01 LEASE AGREEMENT FOR TRAILER -MOBILE OFFICE WILLIAMS SCOTSMAN, INC. RENTAL 9/30/20 o o 18-30554 PHYSICAL TRAINING FOR EMPLOYEE WELLNESS NRG FITNESS NETWORK INC 9/30/20 1 1 PROGRAM 19-029-02 SOD AND SOD INSTALLATION SUNSET SOD, INC. 9/30/20 2 1 OCTOBER 2020 19-083-01 OUTFALL MAINTENANCE SERVICES WATERFRONT PROPERTY SERVICES LLC 10/5/20 1 4 15-031-01 TRANSITION FROM EDEN TO MUNIS ERP TYLER TECHNOLOGIES INC 10/15/20 A' 1 16-127-03 RENTAL EQUIPMENT FOR CONSTRUCTION AND RELATED UNITED RENTALS (NORTH AMERICAN) INC. 10/20/20 o o MAIN 14-346-22 A&E SERVICES ON AS-NEEDED-BASIS KIMLE Y-HORN AND ASSOCIATES, INC. 10/22/20 o o 15-115-01 TRANSPORTATION MGMT SYS & PARKING MGMT SYS KIMLEY-HORN AND ASSOCIATES, INC. 10/22/20 o o 16-152-01 REAL ESTATE BROKERAGE SERVICES CBRE, INC. 10/23/20 2 1 17-081-01 CITY MUNICIPAL PARKING GARAGE ADVERTISING ALCHEMY MIAMI BEACH LLC 10/23/20 2 1 SERVICE 16-034-01 FIRE/POLICE FALSE ALARM BILLING SYSTEMS PMAM -ATB CORPORATION 10/25/20 1 1 15-144-02 PIO SVCS ON ROW & FACILITIES CONST PROJECTS HML PUBLIC OUTREACH, LLC 10/29/20 o o 17-019-01 TREES, PALMS AND PLANT MATERIALS COUNTRY BILL'S LAWN MAINTENANCE, INC. 10/29/20 2 1 17-019-02 TREES, PALMS AND PLANT MATERIALS COPPER'S NURSERY, INC. 10/29/20 2 1 17-29790 PILOT PROGRAM FOR TRASH CAN STATION BIG BELL Y SOLAR, INC. 10/29/20 1 2 16-054-01 LOCKSMITH SER VICES AMERICAN SECURITY GROUP 10/31/20 o o 16-127-02 EQUIPTMENT AND TOOL RENTAL SER VICES SUNBELT RENTALS, INC. 10/31/20 1 2 17-097-01 CITY EMPLOYEE HEAL THY CAFE LEASE AGREEMENT TASTE BAKERY MB CITY LLC 10/31/20 2 1 17-097-02 CITY EMPLOYEE HEAL THY CAFE CONCESSION TASTE BAKERY MB CITY LLC 10/31/20 2 1 AGREEMENT 18-166-01 VALET PARKING SRV/THE FILLMORE/JACKIE FIRST CLASS PARKING SYSTEMS LLC 10/31/20 3 1 G LEASON/M BCC '(A) Contract Automatically Renews for a 12 month period unless cancelled by the City Party with a 90 day notice. 2 of 3 5/13/2020 180 REPO RT ATTACHMENT A Month to Month Period Contract# Contract Description Vendor 03-25199 PUBLIC SAFETY RADIO SYSTEM MOTOROLA SOLUTIONS, INC. 1-02-08/09 RED LIGHT VIOLATION CAMERA ENFORCEMENT CONDUENT STATE & LOCAL SOLUTIONS, INC. 107-99/00 CONSTRUCT OPERATE & MAINTAIN BUS SHELTER CLEAR CHANNEL OUTDOOR INC STRUCTURE 11-10/11 WIDE AREA NETWORK SERVICES AT&T CORP 13-113-01 ROUTINE AND EMERGENCY REPAIRS FOR WATER ENVIROWASTE SERVICES GROUP, INC. 13-113-02 ROUTINE AND EMERGENCY REPAIRS FOR WATER LANZO CONSTRUCTION CO., FLORIDA 13-113-04 ROUTINE AND EMERGENCY REPAIRS FOR WATER GIANNETTI CONTRACTING CORPORATION. 13-185-01 P25 MOBILE RADIO SYSTEM CONSUL TING SVCS TUSA CONSUL TING SERVICES II 1-33-10/11 FOR THE MBCC CONSUL TING SERVICES JONES LANG LASALLE AMERICAS INC 13-317-02 MGMT & OPER. OF STREET MARKETS NORMANDY THE MARKET COMPANY, INC. 13-317-05 MGMT & OPER. OF THE LINCOLN ROAD GREEN MARKET THE MARKET COMPANY, INC. .e 14-116-01 TRAFFIC ENGINEERING CONSUL TING SERVICES FLORIDA TRANSPORTATION ENGINEERING, INC - c 14-116-02 TRAFFIC ENGINEERING CONSUL TING SERVICES ATKINS NORTH AMERICA, INC. o 5 14-127-00 MEDICAL SERVICES MOUNT SINAI MEDICAL CENTER OF FLORIDA, o b 14-195-01 GROUNDS MAINTENANCE SERVICES BRIGHTVIEW LANDSCAPE SERVICES, INC. .e - c 14-195-02 GROUNDS MAINTENANCE SERVICES SUPERIOR LANDSCAPING & LAWN SERVICE, o :i= 14-195-03 GROUNDS MAINTENANCE SERVICES EVERGLADES ENVIRONMENTAL CARE, INC. 14-195-04 GROUNDS MAINTENANCE SERVICES ELAN LAWN & LANDSCAPE SERVICES 14-275-01 GROUNDS MAINTENANCE - ROW PARKING FACILITIES SFM SERVICES, INC. 14-275-02 GROUNDS MAINTENANCE- ROW PARKING FACILITIES SUPERIOR LANDSCAPING & LAWN SERVICE, 14-275-04 GROUNDS MAINTENANCE-ROW PARKING FACILITIES BRIGHTVIEW LANDSCAPE SERVICES, INC. 15-052-01 TEMPORARY STAFFING SERVICES INTEGRITY TRADE SERVICES LLC 15-052-02 TEMPORARY STAFFING SERVICES ATRIUM PERSONNEL INC 15-052-03 TEMPORARY STAFFING SERVICES CREATIVE STAFFING 15-052-04 TEMPORARY STAFFING SERVICES WORKSQUARE LLC 41-11/12 REMOVAL AND DISPOSAL OF DERELICT VESSEL BLUE WATER MARINE SERVICES, INC. 41-11/12-1 REMOVAL AND DISPOSAL OF DERELICT VESSEL DOCK AND MARINE CONSTRUCTION CORP 41-11/12-2 REMOVAL AND DISPOSAL OF DERELICT VESSEL UNDERWATER ENGINEERING SERVICES INC 41-11/12-3 REMOVAL AND DISPOSAL OF DERELICT VESSEL BISCAYNE TOWING & SALVAGE, INC 3 of 3 5/13/2020 EPA 2020-17 4 PU B LI C W O R K S FO R C E M A IN B R EA K R EPA IR S ATTACHMENT B $ EPA SITE A-1655 MICHIGAN AVE F 20201938 NATIONAL WATER MAIN CLEANING CO $ 47,250.00 EPA SITE A-1655 MICHIGAN AVE F 20201959 RAIDER ENVIRONMENTAL SERVICES OF FLORIDA $ 156,964.50 EPA SITE B-28TH STREET FORCE M 20201939 A & A DRAINAGE & VAC SERVICES, INC. $ 42,700.00 EPA SITE B-28TH STREET FORCE M 20201941 A-AL-GATOR, INC. $ 32,400.00 EPA SITE B-28TH STREET FORCE M 20201946 ENVIROWASTE SERVICES GROUP, INC. $ 88,469.35 EPA SITE B-28TH STREET FORCE M 20201945 FLOTECH ENVIRONMENTAL, LLC $ 80,560.00 EPA SITE B-28TH STREET FORCE M 20201961 RAIDER ENVIRONMENTAL SERVICES OF FLORIDA $ 68,310.00 EPA SITE B-28TH STREET FORCE M 20201951 ALL LIQUID ENVIRONMENTAL SERVICES LLC $ 19,131.25 EPA SITE B-28TH STREET FORCE M 20201952 NATIONAL WATER MAIN CLEANING CO. $ 41,700.00 EPA SITE C-72ND ST FORCE MAIN 20201954 A & A DRAINAGE & VAC SERVICES, INC. $ 43,500.00 EPA SITE C-72ND ST FORCE MAIN 20201971 AMICI ENGINEERING CONTRACTORS. LLC $ 237,752.59 EPA SITE B-28TH NEW 20201961 RAIDER ENVIRONMENTAL SERVICES OF FLORIDA $ 42,768.00 EPA SITE B-28TH NEW 20202044 UNITED RENTALS (NORTH AMERICAN) INC. $ 20,827.67 Total Encumbrances $ 1,152,915.0 1 of 1 5/13/2020 M IAMI BEACH Emergency Purchase Authorization Request Contact Information Date: 04/13/20 Requestor: Mariana Evora Location of Emergency: 28" S treet and Pine Tree Drive (PS No. 28) Requesting Department. : Public Works Engineering Required Goods/Services: Replacement of Valve on discharge end of PS No. 28 and installation of valve on influent force main. 3#G5 roco .asso I Describe Type {threat to public's life, health, welfare or significant loss of property) and Details of Emergency {Attach additional detail, if necessary, and all available documentation justifying emergency declaration.): Pump Station No. 28 is a critical pump station within the City's Sanitary Sewer System. The pump station handles approximately half of the City's sewage flows, including those of the Satellite Cities {Bal Harbour, Ba y Harbor Islands, and Surfside). Currently Pump Station No. 28 is working under limited capacity. Existing flows are being transmitted under an emergency bypassing scenario that is unsustainable under normal operating conditions. This has caused the Miami-Dade Department of Regulatory Economic Resources (DERM) to impose a cityw ide moratorium. Current flows are limited by the COVID-19 shutdown. When the city reopens, the capacity of this system will be exacerbated. The stress on the system will be further compounded by the upcoming rain season. The station's limited capacity presents a direct threat to public health and welfare within the northern portion of the City's service area. In the absence of a rapid and effective repair, additional force main breaks or sanitary sewer overflows (SSO) may occur throughout the northern sewage basins; presenting a threat not only to property, but to the health and well being of residents, visitors, and stakeholders in the affected areas. This emergency purchase order will restore the pump station ability to discharge flows through both force mains downstream of the station. Thereby restoring normal operating conditions and reducing pressures in the northern sewage basins. Proposed Vendor {attach detall it multiple vendors]: Ríe-Man Construction of Florida Inc. Describe How & Why Recommended Vendor(s) Selected: Bids were received from three contractors; Ric-Man Construction of FL Inc., Southern Underground, and Amici Engineering Contractors. Ric-Man Construction of FL Inc. presented the lowest bid and was found to be responsible and responsive. Thus, Ric-Man Construction was selected. ------ City Code S ec . 2-396. - E m er g en c y Purch ases: (a) City Manage r. In case of an apparent emergency requng immediate purchase of supplies or contractual service, the city manager shall be empowered to athorze the procurement director to secure by open market procedure at the lowest obtainable price, ay supplies or contractual services not exceeding $25,000.00. The city manager has the authority to act in the case of an emergency that might affect the health, safety and welfare of the ci ty Such actior shall be reported at the next regular meeting of the city commission when supplies or services exceed $25,000 00 (b) Head of Department. In case of actual emergency, ano wth the prior consent of the procurement director, and the prior approval of the city manager, the head of any using agency may purchase directly any supplies whose mmedate procurement is essential to prevent delays in the work of the using agency that may vitally affect te life, health or convenience of citizens. The head of such using agency shall send to the procurement director a requisiton and a coy of the delivery record, together with a full wntten report of the circumstances of the emergency. i@-AN C ON ST. FL, ING. PEERFIELD BEACH, FL OR V? 3100 SW 15S T Deerfield Beach, FL 33442 954-426-1221 Sealed Bid Enclosed for Pump Station No. 28 2:00 pm Monday April 13, 2020 City of Miami Beach Public Works Yard Conference Room 451 Dade Blvd. Miami Beach, Florida 33139 MIAMI BEACH Sewer Pump Station No. 28 Valve Work Bid Item Item Description Quantity Unit Unit Price Total Price 1 Mobilization and Demobilization. See notes below. 4 LS $33,754.00 $33.754.00 2 Maintenance of Traffic. See notes below. 1 LS $2,216.00 $2 216.00 For performing exploratory excavations on Area 1 (see Attachment No. 6) 3 to confirm feasibility of installing 42-inch valve in force main between the 1 LS $8,320.00 $8,320.00 exiting cross and the pump station (Valve No. 13 on the drawing) and to verify required materials for this installation. See notes below. Furnish & Install Line Stop No. 1 and Line Stop No. 2 on 30-inch Force Mains (influent) for the work associated with the installation of 42-inch 4 Contingent Plug Valve No. 13. Contractor shall use existing sleeves for the 1 LS $35,474.00 $35,474.00 installation of Line Stop No. 1& No. 2 (see Attachment No. 6). See notes below. Furnish & Install 42" Plug Valve No. 13 on influent Force Main of Pump Station No. 28; including all fittings, appurtenances, labor, materials, 5 Contingent structures, and equipment necessary for a complete satisfactory, and 1 LS $138,304.00 $138,304.0€ fully functional installation of the Plug Valve. See plans and photos depicting current conditions (Attachment 3 and 5). See notes below. Removal and replacement of Odor Control ducts, concrete pads, and all 6 Contingent other structures or appurtenances necessary for the complete and 1 LS $11,710.00 $11,710.00 satisfactory restoration of all areas disturbed for the installation of 42-inch Plug Valve No. 13. See notes below. For performing exploratory excavations on Area 2A and 2B (see 7 Attachment No. 6) to confirm measurements and materials needed to 1 LS $22,360.00 $22,360.00 complete work on 28th Street (north of the pump station). See notes below. For installing a Line Stop on discharge force main on 28th Street See 8 approximate location of Line Stop labeled "LS No. 4" on attached 1 LS $58,782.00 $58,782.00 drawings. See notes below. Furnish & Install 36" Plug Valve or 42" Plug Valve (depending on field conditions) on discharge end of Pump Station No. 28 (to 28th Street) 9 Valve No. 11 on attached drawings (Attachment 6), including all fittings 1 LS $88,425.00 $88,425.00 and appurtenances necessary for a successful installation of the Plug Valve, see plans and photos depicting current conditions. See notes below. 10 Contingent Installation of an Automatic Air Release Valve w/ an access manhole in 2 EA $7,636.50 $15,273.00 the locations shown on plans. See notes below. 11 Density Testing in accordance to FOOT standards along 28th Street. See 10 EA $300.00 $3,000.00 notes below. 12a For performing permanent pavement repairs per detail SES1. See 500 SQFT $9.31 $4,655.00 notes below. 12b For milling and resurfacing, and for the re-instatement of pavement 3000 SQFT $5.86 $17,580.00 markings, see detail SES18. See notes below. 12c For removal and replacement of sidewalk, curb and valley gutter to 100 LF $89.19 $8,919.00 match adjacent. See notes below. 12d Restoration landscaped and other disturbed areas. See notes 500 SQFT $0.60 $300.00 below. 13 SUBTOTAL (Sum of ltems 1 through 12d): $449,072.0 14 Permit Allowance (3% of item No. 13) 3% $13.472.16 15 Contingency - (10% of item No. 13) 10% $44.907.20 16 TOT AL PROJECT BASE BIO (Sum of Items 13 through 15): $507,451.36 Michael Fischer, COO Sheet I of 4 It em N o. N otes: For performing all preparatory work, mobilization, and demolition, as needed to construct the Project; excluding materials and permit costs, both of which are paid under other payment items, and excluding demolition work or preparatory work specifically identified in other pay items. Item includes, but not be limited to; preparation, supply, submission, and correction of all shop drawings for all materials or equipment; together with ordering said equipment and materials in timely fashion and accounting for long lead times to ensure timely delivery; those operations necessary for the movement of personnel, equipment, supplies and incidentals to the Project site; the establishment of safety equipment, first aid supplies. sanitary, and other facilities; for the establishment of temporary offices and buildings (if required); the costs of permit preparation/ submission/ acceptance, but excluding the actual cost of permits, which are paid under a separate dedicated allowance account; the costs of bonds, required insurance and other preconsrruction expenses and excluding the cost of materials that are paid under other bid item(s). 2 For the delivery, establishment, operation, maintenance, and removal of all Maintenance of Traffic devices. equipment, signage, or signalization, required to provide a safe, complete, satisfactory, and fully functional Maintenance of Traffic installation. Includes preparation. submission and acceptance of a Maintenance of Traffic Plan. For acceptance by the City of Miami Beach and, if acceptable by the city, for submission and acceptance by all other governing authorities. Includes all labor, materials, structures, and equipment necessary for a complete satisfactory, and fully functional installation. 3 For performing exploratory excavation on intake force main to pump station (See Attachment 6, Area I). Price shall include all labor, materials, and equipment to carefully dig and expose all areas necessary to explore the feasibility of installing a Plug Valve in the segment of pipe between the existing cross and the pump station. The Contractor shall perform exploratory digging to the extent necessary to verify material, size, and all required fittings, equipment, materials, and appurtenances necessary for the installation of a new 42-inch Plug Valve. Contractor shall also perform all work required to determine the feasibility of installing the 42 Plug Valve including, but not limited to, all coordination and engineering work to develop means and methods for installation. If needed, the contractor may remove the odor control ducts, the odor control ducts shall be re-installed/replaced after completion of the work. Work associated with the removal of the odor control ducts is paid separately under Item No. 6. 4 Price shall include full compensation for the use of a specialty contractor, if necessary, and for the complete installation, operation, and removal of Line Stops No. 1 and No. 2 (see Attachment 6), as necessary for the installation of the 42-inch Plug Valve. Contractor shall re-use exiting sleeves to install line stops at the location shown on attached drawings. Price shall exclude exploratory excavations which shall be paid separately under Item No. 3. 5 Price shall be inclusive of all pipe, materials, labor, fittings, appurtenances, and equipment necessary for a complete, satisfactory, and fully functional installation of the 42-inch Plug Valve. Excluding exploratory excavations which shall be paid separately under ltem No. 3. Price shall include but not be limited to: the removal of existing pipe, furnishing and installing the new valve, pipe, fittings, and restrains for the sewage force main, field locating and protecting utilities at close proximity to the section of the main that will be replaced, excavation, sheeting and shoring, groundwater dewatering, dewatering and disposal of any sewerage remaining in the existing force main into the City's sanitary sewer (dewatering will be metered by the contractor, and paid at the expense of the City, the contractor will not be billed), delivery and unloading of all pipe and materials, furnishing all joint materials including vegetable soap lubricant, making thrust restraints and furnishing and installing tie rods and eye bolts; making necessary connections, furnishing specialty equipment, and the placement and compacting of backfill. Re-installation and replacement of odor control ducts and supports shall be paid under Item No. 6. Note: Allowable dewatering into CMS Sanitary Sewer will be limited to all of the Sewerage from the existing Force Main or 50% of the capacity of the receiving Sewer if this disposal method is used for dewatering of groundwater, see attached as-builts. 6 Price shall include cost for removal and replacement of Odor Control ducts, backfilling and sodding, concrete pads, and all other structures or appurtenances necessary for the complete and satisfactory restoration of all areas disturbed for the installation of a 42-inch Plug Valve on the influent Force Main. Price shall include all materials, labor, and equipment for a complete, satisfactory and fully functional installation/re- installation of the odor control duct to match existing (or better) conditions of the duct. Contractor shall document before and after conditions. 7 For performing exploratory excavation on 28th street (See Attachment 6, Area 2A and 2B) for the successful completion of the required work. lfthe contractor needs to excavate and expose the segments encased in concrete, the contractor shall carefully remove the concrete without damaging the integrity of the existing force main work associated with the removal of the concrete shall occur during night-time, off-peak, hours, while flows from the 42-inch FM are re-directed through the 30-inch FM. Price shall include all labor, materials, and equipment to carefully dig and expose all areas necessary to verify material, size, and all required fittings, equipment, materials, and appurtenances necessary for the installation/replacement of the 36-inch Plug Valve on the discharge end of PS No. 28 to the north and to install the line stop on the 42- inch force main along 28th Street. Item includes all coordination and engineering work to develop means and methods for installation. Sheet 2 of 4 8 Price shall include full compensation for the use of a specialty contractor, if necessary, and for the complete installation, operation, and removal of Line Stop No.4. Contractor shall furnish and install a stainless steel sleeve for the line stop, with stainless steel bolts and nuts, unless approved otherwise. Price shall be inclusive of all materials, labor, fittings, appurtenances, and equipment necessary for a complete, satisfactory, and fully functional line stop. Price shall exclude exploratory excavations which shall be paid separately under Item No. 7. 9 Price shall be inclusive of all pipe, materials, labor, fittings, appurtenances, and equipment necessary for a complete, satisfactory, and fully functional installation of the 36-inch Plug Valve or 42-inch Plug Valve (valve size shall be determined during exploratory phase of Project). Price shall exclude exploratory excavations which shall be paid separately under Item No. 7. Price shall include but not be limited to: the removal of existing pipe, furnishing and installing the new valve, pipe, fittings, and restrains for the sewage force main, field locating and protecting utilities at close proximity to the section of the main that will be replaced, excavation, sheeting and shoring, groundwater dewatering, dewatering and disposal of any sewerage remaining in the existing force main into the City's sanitary sewer (dewatering will be metered by the contractor, and paid at the expense of the City, the contractor will not be billed), delivery and unloading of all pipe and materials, furnishing all joint materials including vegetable soap lubricant, making thrust restraints and furnishing and installing tie rods and eye bolts; making necessary connections, furnishing specialty equipment, and the placement and compacting of back.fill. Price shall include, if necessary, providing all materials, labor, and equipment necessary for temporary pavement repairs. Note: Allowable dewatering into CMB Sanitary Sewer will be limited to all of the Sewerage from the existing Force Main or 50% of the capacity of the receiving Sewer if this disposal method is used for dewatering of groundwater, see attached as-bui Its. 10 For furnishing and installing Automatic Air Release Valves (ARV) assemblies with access manholes in the locations shown on plans. Price shall be inclusive of all pipe, materials, labor, fittings, appurtenances, structure, and equipment necessary for a complete, satisfactory, and fully functional installation, ready for service, of the automatic air release valves. Price includes furnishing and installing riser pipe, manhole frame, and cover with support structure, and all other appurtenant and miscellaneous items of work necessary for a complete and successful installation of the ARV and access manhole. 11 Density Testing in accordance to FOOT standards along 28th Street. Price shall be inclusive of all materials, labor, and equipment necessary to complete testing; including costs associated with specialty contractors and laboratory fees. 12a For constructing lime rock base and performing permanent pavement repairs in accordance with detail SES] appended hereto. 12b For milling and resurfacing existing asphalt pavement to a depth of 2-inches per detail SES18. Restorations shall be up to I0 feet past the edge of the excavated/unpaved area, whichever is greater, and for the full width of the road including the parking lane on south side of 28th street, price shall also include replacement/reinstatement of pavement markings. 12e For removal and replacement of sidewalk, curb and valley gutter. Price shall include all labor, and materials and equipment necessary for a complete installation. 12d For restoration of all disturbed areas not covered under item 12a, 12b, and 12c but including but not limited to landscaped areas. Contractor shall document site conditions prior to commencement and shall replace to equal or better conditions. Additional Notes Note 1 It is the intent of the City to obtain a complete, working, and satisfactory replacement of the 36-inch Plug Valve No. 11 on the discharge end of PS No. 28 to 28th Street and the installation of a new Plug Valve No. 13 on the intake force main to the pump station. Contractor shall include all labor, equipment, and materials that may be reasonably assumed necessary to accomplish this work and shall supply said labor, equipment, and materials, whether or not they are specified herein, without special provisions or additional payment. Note 2 Any work requiring a shutdown of the 42-inch FM shall be completed during night-time, off-peak, hours. At the end of each work day the job site shall be properly secured. The City of Miami Beach will make all by-pass arrangements. At no time shall the contractor actuate any valves. Note 3 Contractor is required to, prior to bidding, visit the project site and become familiar with the existing conditions of the site. Note 4 It is the intent of the City to complete work associated with the installation of the 42-inch Valve No. 13 on the influent force main prior to commencing work related to 36-inch Plug Valve No. 11 on discharge end of the pump station. Attachments: 1. As-built of 42-inch FM "PS8I E_ OR"- 28th Street 2. Record Drawings from Previous Improvements to PS No. 28 PS 28 C-10 and C-16 PS 28 M-21, M-22, M-22A, M-23 and M-23A 3. Photos Depicting Current Conditions (Area l on Proposed Work Sketch) Sheet 3 of 4 4. Photos D ep icting C urrent C onditions (A rea 2B on Pro posed W o rk Sketch) 5. Sketch of Pum p Station N o . 28 Existing Site Plan 6. Sketch of Pum p Station N o . 28 Pro posed W ork 7. M D W A SD -A R V Standard D etail SS 11 Sheet 2 of2 8: Uility trench restoration detail SES] 9: Utility Trench Cut Asphalt Restoration detail SES18 10: Miami Dade County Plug Valves Pre-Approved Products Addendum l: Changes to original bid form are shown in italics/bold letters. Sheet 4 of 4 M IA M I B E A C H Emergency Purchase Authorization Request No.: EPA 2020-201 Contact Information Date: Requestor: 4/24/2020 Mariana Evora - Public Works Location of Emergency: Requesting Department: South side of Venetian causeway Bridge Public Works Operations between Belle Isle and Dade Blvd Required Goods/Services: Contact No.: Replacement of 16-inch Water Main on 305-673-7080 Ext. 26180 South Side of Venetian causeway Bridge between Belle Isle and Dade Boulevard Nature of Emergency Describe Type (threat to public's life, health, welfare or significant loss of property) and Details of Emergency (Attach additional detail, if necessary, and all available documentation justifying emergency declaration.): In the early morning of Sunday April 19/ the City experienced a break on the southern water transmission main along the Venetian causeway. As a result of this break, the system is currently working with limited capacity and is not capable of meeting fire flow demands for portions of the City's water system service area. Further exacerbating the matter, the northern water main is in poor condition and scheduled for repair - thus, the system cannot operate for prolonged periods without both mains in service. Due to this direct threat to public health, welfare, and property, the request to solicit emergency bids was approved. This EPA seeks approval to proceed with the repairs. Proposed Vendor (attach detail if multiple vendors): Amici Engineering Contractors Estimated Cost (if known}: $433,262.91 Describe How & Why Recommended Vendor(s) Selected: Bids were received from three contractors; Ric-Man Construction of Fl Inc., Southern Underground, and Amici Engineering Contractors, all three contractors have extensive experience with large diameter pipelines and City of Miami Beach projects. The lowest bidder was selected. City Code Sec. 2-396. - Emergency Purchases: (a) City Manager. In case of an apparent emergency requiring immediate purchase of supplies or contractual service, the city manager shall be empowered to authorize the procurement director to secure by open market procedure at the lowest obtainable pnce, any supplies or contractual services not exceeding $25,000.00. The city manager has the authority to act in the case of an emergency that might affect the health, safety and welfare of the city. Such action shall be reported at the next regular meeting of the city commission when supplies or services exceed $25,000.00. (b) Head of Department. In case of actual emergency, and with the prior consent of the procurement director, and the prior approval of the city manager, the head of any using agency may purchase directly any supplies whose immediate procurement is essential to prevent delays in the work of the using agency that may vitally affect the life, health or convenience of citizens. The head of such using agency shall send to the procurement director a requisition and a copy of the delivery record, together with a full written report of the circumstances of the emergency. Department Head p%, 2 DATE: 21k) DATE: Procurement Director Assistant City Manager City Mlanager 'E i4 I NATUI "· SIGNA E: AM ICI ENGINEERING CONTRA CTORS BID PROPOSAL PACKAGE FOR PROJECT: Emergency Replacement of approximately 550 LF of 16-inch Water Main on south side of Venetian Causeway Bridge between Belle Isle and Miami Beach Sunset Harbor Neighborhood DELIVER TO: City of Miami Beach Public Works Yard Conference Room -- 451 Dade Boulevard, Miami Beach, FL 33139. BID DATE & TIME: Monday, April 24, 2020 at 2:00 PM eD MIAMIBEACH A AMI al ti4e6is Emergency Replacement of approximately 550 LF of 16-inch Water Main on south side of Venetian Causeway Bridge between Belle Isle and Miami Beach Sunset Harbor Neighborhood Bid Item Item Description Quantity Unit Unit Price Total Price Mobilization and Demobilization: For performing all preparatory work, mobilization, and demobilization, as needed to construct the Project; excluding materials and permit costs, both of which are paid under other payment items, and excluding dem olition work or preparatory w ork specifically identified in other pay item s. Item includes, but not be limited to; preparation, supply, subm ission, and correction of all shop drawings fo r all m aterials or equipm ent; together with ordering said equipm ent and m aterials in tim ely 1 fashion and acc ounting fo r long lead tim es to ensure tim ely delivery ; 1 LS $102 ,400.00 $10 2,4 00.00 those operations necessary fo r the m ovem ent of personnel, equipm ent, supplies and incidentals to the Pro ject site; utility coordination; the establishm ent of safety equipment, first aid supplies, sanitary, and other facilities; fo r the establishment of temporary offices and buildings (if require d); the costs of perm it preparation / subm ission/ acceptance, but excluding the actual cost of perm its, which are paid under a separate dedicated allowance account; the costs of bonds, required insurance and other preconstruction expenses and excluding the cost of m aterials that are paid under other bid item (s). Maintenance of Traffic: For the delivery , establishm ent, operation, m aintenance, and rem oval of all M aintenance of Traffi c devices, equipm ent, signage, or signalization, required to provide a safe, com plete, satisfactory , and fully functional 2 M aintenance of Traffi c installation. Includes preparation, subm ission and 1 LS $32,4 00.00 $32,4 00.00 acceptance of a M aintenance of Traffi c Plan for acceptance by the City of M iam i Beach and, if acceptable by the city, fo r subm ission and acceptance by all other govern ing authorities. Price shall include all labor, m aterials, and equipm ent necessary for a com plete satisfactory , and fully functional m aintenance of traffi c operation. Surveying/ As-Builts: During construction, fo r m aintaining records of the work as it was actually constru cted and; upon com pletion of all work, fo r pro viding 3 certified re cord draw ings signed and sealed by a Surv eyor licensed in 1 LS $7,200.00 $7,200.00 the State of Florida. Contractor shall review record draw ings for corr ectness and accura cy prior to subm ittal to the City, a written statem ent from the contractor shall be provided to the City appro ving the records draw ings. Removal and Disposal of Existing Pipe: 4 For all labor, m aterials and fees associated with the rem oval and 550 LF $12.27 $6,748.50 disposal of the existing pipe and appurtenances. To be paid fo r based on actual lengths rem oved m easured horizontally. A AMII a-4 6sr#icrois Sheet lo f 3 20" HDPE DR-A1 Pipe: For furnishing and installing replacement pipe, approximately 550 LF of 20" HDPE DR-11 for an equivalent inside diameter. Price shall include 5 all labor, materials, appurtenances and equipment necessary for a 550 F, $47.00 $25,850.00 complete, satisfactory and fully functional installation of the of the water main except valves and tie-ins which are to be paid for on a separate line item. To be paid for based on actual lengths installed measured horizontally. 16" Butterfly Valves: For furnishing and installing a 16-inch Butterfly Valve on both sides of the water main to replace existing valves. Including all labor, materials, 6 appurtenances and equipment necessary for removal of exiting valves 2 EA $3,500.00 $7,000.00 and for a complete, satisfactory, and fully functional installation of the new butterfly valves. Valves shall be listed on the Miami-Dade Water & Sewer pre-approved products list or approved by the City. Work related to valve removal and replacement is lo be performed during night time. Tie-in connections: Furnishing and installing the tie-in connections to existing water main on either side of the replaced segment; All hardware shall be SS316 of US 7 manufacturing, spool pieces/sleeves shall be coated for corrosion 2 EA $35,600.00 $71,200.00 resistance. Price shall include all labor materials, appurtenances and equipment necessary for a successful completion of the tie in connections. Furnishing S5316 Pipe Hangers: 8 For furnishing pipe hangers. All hangers shall be SS316 of US 70 EA $900.00 $63,000.00 manufacturing. Installation of SS316 Pipe Hangers: 9 For installing pipe hangers at 10' intervals or at the existing frequency, 70 EA $86.00 $6,020.00 whichever provides more support. To be paid for based on the actual number of pipe hangers installed. Pressure test the water main to 120 PSI: 10 Price shall include all labor materials and equipment necessary to 1 LS $12,600.00 $12,600.00 pressure test the new portion of the water main to 120 PSI. Sample Points: 11 Price shall include all labor materials and equipment necessary for 1 LS $4,000.00 $4,000.00 providing sample points as required by the Department of Health. Chlorination: For compliance with all Department of Health requirements to place the 12 water main in service. Including all work and materials necessary for 1 LS $5,000.00 $5,000.00 chlorination of the Water Main as needed in order to place the main in service. Including submission and coordination with the Department of Health until clearance is acquired to place main back in service. 13 Air Release Valves: 1 EA $3,500.00 $3,500.00 Installation of an Air Release Valve at the water mains high point. Limerock Base: 14 For constructing lime rock base and performing permanent pavement 200 SQFT $10.00 $2,000.00 repairs in accordance with Miami Beach detail SES1. To be paid for based on the actual area restored. A AMII a-A4 6 #e7os Sheet 2 of 3 Milling and Resurfacing: For milling and resurfacing existing asphalt pavement to a depth of 2- inches per M iam i Beach detail SES 18. Restorations shall be up to 25 15 feet past the edge of the excavation and for the full width of the travel 2000 SOFT $2.00 $4,000.00 lane(s) affected, price shall also include repl aci ng/rei nstalling all pavem ent m ark ings including the bike lane paint. To be paid fo r based on the actual area restored. Sidew alk: For rem oval and replacem ent of sidewalk, curb and gutter dam aged by construction activities. Pay item will incl ude the replacemen t of the 16 sidewalk flag in the proxim ity of the eastern butterfl y valve that has been 50 LF $50.00 $2,500.00 rem oved prior to the start of construction activities. Sidewalk shall be replaced in com plete flags to m atch the adjace nt. Price shall include all labor, m aterials and equipm ent necessary for a com plete installation. To be paid fo r based on actual lengths installed m easured hor izontally. Restora tion: For restoration of all disturbed areas not covered under item s 13 th rough 15 but incl uding landscaped areas and all other above and below gro und 17 structures requiring restoration. Contractor shall docum ent site 1 LS $28,000.00 $28,000.00 conditions prior to com m encem ent of work activities. All existing landsca pe, walkw ays and structures shall be restored to equal or better conditions. 18 SUBTOTAL (Sum of Items 1 through 17): $383,418.50 19 Perm it Allowance (3% of item No. 18) 3% $11,502.56 20 Conti ngen cy - (10% of item No. 18) 10% $38 341.85 21 TO TAL (Sum of Item s 18 through 20): $433,262.91 Additional Notes Note I It is the intent of the City to obtain a complete, working, and satisfactory replacement of the I6 in ch Water Main on the south side of the Venetian Causeway Bridge Between Belle Isle and Miami Beach (Sunset Harbor neighborhood) with a new 20" HDPE water main (for an equivalent inner diameter).Contractor shall include all labor, equipment, and materials that may be reasonably assumed necessary to accomplish this work and shall supply said labor, equipment, and materials, whether or not they are specified herein, without special provisions or additional payment. Note 2 Venetian causeway shall remain open throughout construction activities. One lane closure will be acceptable as long as provisions are made to provide safe traffic operations on either direction. All travel lanes shall be open during traffic peak hours (7:00 AM to 9:00 AM and from 4:00 PM to 6:00 PM) or as directed by the Public Works permit. Note 3 Contractor is required to, prior to bidding, visit the project site and become familiar with the existing conditions of the site. Note 4 Contractor shall identify and protect all utilities within or in close proximity to the work area. Attachments: l. Miami Beach Record Drawing UW94C_OR 2. Photos of Water Main on Bridge 3 . Plan and Profile WM Segment being replaced. 4. City of Miami Beach Standard Details SES1 and SESl8 A4 4MII a-A e6#4cii 3L3 UI .3 eneer» 0# ó