C7I-Amend Contracts Routine-Emergency Repairs For Water Sewer And Storm WaterCOMMISSION ITEM SUMMARY
Condensed Title:
Request To Amend The Awarded Contracts Pursuant To lnvitation To Bid 113-2013, For Routine And
Emergency Repairs For Water, Sanitary Sewer And Storm Water Pipe Break; Cured-ln Place Lining For
Sanitary Sewer Pipes And Storm Water Drainage Pipes; And Rehabilitation Of Sanitary Sewer Manholes And
Storm Water Manholes.
ltem Summary/Recommendation :
This contract is for routine and emergency repairs for water, sanitary and storm water pipe break, cured in place
lining for sanitary sewer and storm water drainage pipes; and rehabilitation of sanitary sewer manholes and
storm water manholes. Contractor will provide all supervision, labor, materials and necessary equipment for
these services. The purpose of the referenced ITB was to establish a means for the City to perform routine and
emergency repairs/maintenance to the existing water, sanitary sewer and storm water pipe infrastructure.
The contract is typical in that there is a list of items and an estimation of quantities which, when all combined,
provided for the overall cost of the bids and a basis of the award. The items listed include the installation of
various types of pipes and fittings and cured-in-place lining.
Many of the common pipe diameter sizes have been listed in the bid documents. There are some additional
sizes that were not contemplated at the time the specifications were developed. However, now that there are
ongoing projects, staff has identified a need to expand the sizes of the pipes that can be repaired/maintain
through the contract resulting from the lTB.
The Admlnistration is recommending an amendment to the contract which will allow the additional requirements
to be addressed while the ongoing work is completed. Staff is recommending any additional work necessary
regarding an unlisted sized pipe be completed utilizing the competitively secured price for the next larger item.
For example, a cured-in place liner for a 10 inch pipe would be paid at the same unit cost as a 12 inch pipe.
The following language is proposed under section 1.12, Additions/Deletions of ltems/Products: "The pipe
size(s) in the description of items/products listed and the corresponding unit prices submitted in the awardee's
bid shall be deemed for items/products up to that size."
ln addition, trenchless methods of repair, as opposed to open-cut spot repairs, are necessary in areas of the
City where an open-cut spot repair is either not feasible or not physically possible due to access concerns.
These trenchless repairs would serve the same function as open-cut spot repairs without the excavation and
restoration needed for open-cut repairs. Furthermore, costs for these trenchless repairs would be lower than
corresponding open-cut spot repairs. Sizes would include pipe from 8" up to 36". Attached is the proposed
pricing schedule for these items. As part of this amendment, trenchless methods for repair at mains and at
lateral connections would also be included.
Finally, the flow monitoring of sewer manholes plays an integral part in the performance of routine/emergency
sewer repairs. This consists of placing monitoring devices in certain sewer manholes in order to measure flow
and performance to ensure recent repairs have been completed effectively and have improved the system, as
well as confirming whether or not further repairs are needed. As part of this amendment, flow monitoring for
sewer manholes would also be included in the contract.
THE ADMINISTRATION RECOMMENDS ADOPTING THE RESOLUTION.
Financial I nformation :
Source of
Funds:
OBPI
Financial
islative Trac
Eric Carpenter, Public Works X6012
AGEIXDA ITEil{C7T# MIAMIBTACH DATH ?J-tr322
g MIAMIBEACH
City of Miqmi Beoch, 1700 Convention Cenler Drive, Miomi Beoch, Florido 33,l39, www.miomibeochfl.gov
COMMISSION MEMORANDUM
TO:
FROM:
DATE:
SUBJECT:REQUEST TO AMEND THE AWARDED CONTRACTS PURSUANT TO INVITATION TO
BID 113.2013, FOR ROUTINE AND EMERGENCY REPAIRS FOR WATER, SANITARY
SEWER AND STORM WATER PIPE BREAK; CURED{N PLACE LINING FOR
SANITARY SEWER PIPES AND STORM WATER DRAINAGE PIPES; AND
REHABILITATION OF SANITARY SEWER MANHOLES AND STORM WATER
MANHOLES.
BAGKGROUND
This contract is for routine and emergency repairs for water, sanitary and storm water pipe break;
cured in place lining for sanitary sewer and storm water drainage pipes; and rehabilitation of sanitary
sewer manholes and storm water manholes. Contractorwill provide allsupervision, labor, materials
and necessary equipment for these services.
The purpose of lnvitation to Bid ( ITB) No. 1 13-2013 was to establish a contract, by means of sealed
bids, with a qualified vendor(s), to provide for such work.
At its December 1 1,2013 meeting, the City Commission approved the award of contracts, pursuant
to ITB No. 1 1 3-2013 for Routine and Emergency Repairs for Water, Sanitary and Storm Water Pipe
Break; Cured in Place Lining for Sanitary Sewer and Storm Water Drainage Pipes; and
Rehabilitation of Sanitary Sewer Manholes and Storm Water Manholes.
ANALYS!S
The purpose of the referenced ITB was to establish a means for the City to perform routine and
emergency repairs/maintenance to the existing water, sanitary sewer and storm water pipe
infrastructure.
The contract is typical in that there is a list of items and an estimation of quantities which, when all
combined, provided for the overall cost of the bids and a basis of the award. The items listed
include the installation of various types of pipes and fittings and cured-in-place lining.
Many of the common pipe diameter sizes have been listed in the bid documents. There are some
additional sizes that were not contemplated at the time the specifications were developed.
However, now that there are ongoing projects, staff has identified a need to expand the sizes of the
pipes that can be repairedimaintain through the contract resulting from the lTB.
Mayor Philip Levine and
Jimmy Morales, City M
September 2,2015
323
City Commission Memorandum - Amendment to ITB I 13-201 3
September 2, 201 5
Page 2 of 2
For example, under the section for cured-in place lining, the listed sewer pipe sizes are 8 inches, '12
inches, 18 inches, 20 inches, 30 inches, and 36 inches. When the system was evaluated, it became
evident that there were some pipes that currently exist that include 10 inches, 15 inches, and 24
inches. To complete the project, all of the pipes that are exhibiting leakage need to be lined. The
cost for lining the pipes is based on a per foot basis and the size of the pipe diameter.
The Administration is recommending an amendment to the contract which will allow the additional
requirements to be addressed while the ongoing work is completed. Staff is recommending any
additionalwork necessary regarding an unlisted sized pipe be completed utilizing the competitively
secured price for the next larger item. For example, a cured-in place liner for a 10 inch pipe would
be paid at the same unit cost as a 12 inch pipe. The following language is proposed under section
1.12, Additions/Deletions of ltems/Products: "The pipe size(s) in the description of items/products
listed and the corresponding unit prices submitted in the awardee's bid shall be deemed for
itemsiproducts up to that size."
ln addition, trenchless methods of repair, as opposed to open-cut spot repairs, are necessary in
areas of the City where an open-cut spot repair is either not feasible or not physically possible due to
access concerns. These trenchless repairs would serye the same function as open-cut spot repairs
without the excavation and restoration needed for open-cut repairs. Furthermore, costs for these
trenchless repairs would be lower than corresponding open-cut spot repairs. Sizes would include
pipe from 8" up to 36". Attached is the proposed pricing schedule for these items. As part of this
amendment, trenchless methods for repair at mains and at lateral connections would also be
included.
Finally, the flow monitoring of sewer manholes plays an integral part in the performance of
routine/emergency sewer repairs. This consists of placing monitoring devices in certain sewer
manholes in order to measure flow and performance to ensure recent repairs have been completed
effectively and have improved the system, as well as confirming whether or not further repairs are
needed. As part of this amendment, flow monitoring for sewer manholes would also be included in
the contract.
CONCLUSION
The City Manager recommends that the Mayor and the City Commission approve the Resolution
authoring the City Managerto negotiate and execute and amendmentto theAgreement, pursuantto
ITB 1 1 3-2013, for the routine and emergency repairs for water, sanitary sewer and storm water pipe
break; cured-in place lining for sanitary sewer pipes and storm water drainage pipes; and
rehabilitation of sanitary sewer manholes and storm water manholes, to add the additional
necessary items.
JM/MT/ETC/JJF/BAM
T:\AGENDAl201S\September\PUBLIC WORKS\Amendment to ITB 113-2013. Memo.doc
324
nste
rttLrp, lrrc.
ENVIROWA$TE $ERVICES GROUP, INC,
SPECIFIC WORK ORDER
BETI'VEEI{
ENVIROWASTE SERVICES GROUP, INC.
and
City of Miami Beach
Site; City of lllliami Beach (Ci$-Wlde)
{"The Client"}
The parties to this Specific Work Order are partie$ tc this PrEfessional Services dated July 28,2A15 {the 'Agreement'). The perties
hereto agree that all of the terms and eonditions set forth in the Agreement are in full force and effed and incorporated herein by
reference. The terms and conditions of the Agreement shalt govem ard canlrol over any inconsistent terms or conditions cqntained in
this Specifc Work Order except as lo the scope of work to be performed and lhe fees for such work which are set forlh herein end which
shall conlrol. Capitalized tenrs used in thir Specific Work Oder that are not othenrise defined herein shall have the meanings ascribed
to them in the Agreement.
SERVICE CHARGE: lF ANY PAYMENT EUE H€REUNDER OR PURSUAI{T TO ANY SPECIFIC WORK oRDER lS NOT RECEIVED BY THE
CONSULTANT WITHIN THIRTY {3O} DAYS AFTE* TTS DUE DATE, A SERVICE CHARGE IN THE AMOUNT OF ONE AND ONE.HAIF PERCENT (1.5%)
OF THE UNPAID BATANCE WLL BE CHARGEO TO THE CLIENT (IHE "SERVICE CHARGE'). THE SERVICE CHARGE SHALL BE APPL}ED
MONTHLY AND ANY PREVTOUSLY UNPAID SERVICE CHARGE WILL 8E ADDED TO rHE UNPAID BAI3NCE. The Glient hereby authorizes the
Consultant to commence the work (commencement date) required under this Specitic Work Order on lH WITHESS
WHEREOF, the parties have duly execuled this Sp€cific Work Order as of the day and year first above wrltten"
"CLIENT'
City of Miami Beach
"coNsuLTANT' (EArvrROlvASrE SERyTCES GRAUF, rNC,t
A Florida Cnrporation
TTTLE
JUTIO FOJON
Julio lojon
Direclor
TITLf
7n8n015
DATED
Headquarters: 18001 Old Cutler Rd. Ste 554 Palmetto Bay, FL 33157 ' (877) 637-3665 * F {305} 837{60S
Offices: Miaml, FL * Orlendo, FL * llouaton, TX ' Sarasota, FL * Tampa, FL
$trvw.envirowasless.com
DATED
ITB I13.2018 GROUP 2: A: CURE9.IN PLACE LI}.III'IE. SANITARY SEWER PIPES
Proposed Sanitary Sewer Pipe Lininq
LInlng
Sewer Pioe Slzes
(;ost Per
Linear Feet
10 lnches $40.00
lS lncfies $55.00
24 lnches $90.00
325
nste
roupo lilc.
ENVIROWASTE SERVICES GROUP, INC.
sPtclFlc w9Rx oRoER
3ETWEEX
ENYIROWASTE SERVTCES GROUP, tNC.
and
City of Miami Beach
Site: Gity of Miami Beach (Gity-Wide)
Att t$ike Alvarez
The parlles to this Specific Work Order Ere patties to this Pro&ssional Services dated July 28, 2015 {the "Agreemenf). The parlies hereto
agrB€ that all of lhe tenns and conditione set brfi i. lhe Agreement are in full form snd efiEct and incorporet€d herein hy referer&. Tfts
lerrns arld oofiditions of the Agreement shall gouem a*d control over arry inconsistent terms or cooditions contained in this Spwific Wort
Order exept as to lhe scope of work ts be perfoffred and lhe fees for suc*r work which are sel forlh herein and which shall conlrol.
Capitalized ierms used in this Specific Work Order that are *ot otherwis€ defined herein shall have th€ meanings ascribed to them in th€
Agreem€nt
RE: Prooosed 8 inch sanitan, sewer oipe rcEajf I ft length ITB 113-20{3 Grouo
SERVICE CI"{,ARGE: IF ANY PAYMENT DUE HEREUNOER OR PURSUANT TO ANY SPECIFIC WORK ORDER IS NOT RECEIVED BY THE
CoNSULTAM W'[TH!N 'rHmTY $0] OAYS ArrER rS DUE DATE, A SERVTCE Cr"rARS€ rN THE AMOUNT OF ONE AHD ONE-}{ALF PERCENT
IT.5%} OF THE UNPAID BALANCE WILL BE CHARGED TO THE CLIENT f'}IE "6ERVICE CHARGE"). THE SERV}CE CHARGE SI-I,ALL BE APPLIED
MONTIILY AND ANY PREVIOUSLY UNPAID SERVICE CHARGE !ryLL BE ADDED TO TFIE UNPAID SALANCE. The Client h€'eby authoTiues the
consultanllocofimefl€lhewofk(corameneemontdate)requiredu*derthisSpeci|icWorkOrderon-"ll'lwITt{Ess
WHEREOF, the parti* have duly executed this Spe€ific Wo* Order as o, the day and year fir$t absve written.
Trenchless Point Repair 8"
Trenchless Point Repair 10"
Trenchless Point Repair 12"
Trenchless Point Repair 18"
Trenchless Point Repair 24"
Trenchless Point Repair 30"
Trenchless Point Repair 36"
$2,500.00
s3,500.00
$3,800.00
$4,250.00
$5,500.00
$6,500.00
$7,400.00
"coNsuLTANr (Et{r4no}yAstE sERyrcEs GRouP, tfic,)
A Florida Corporation
"CLIENT'
City of Miami Beach
TITLE
JULIO FOJON
Julio Foion
iliretior
TITLE
7f2il2415
OATfD
Headquarbrc: 1800{ Old Cuflor Rd. Ste 554 Palmetto Bay, FL 33157 " (877} 637-S665 * F {305} 637-6806
Oflicesl lf,iarni, FL ' Orlando, FL ' Houston, fi * Sarasola, FL ' Tampa, FL
wwvr.envirE{irastesg. coil'r
DATED
326
ENVIROWASTE SERVICES GROUP, INC.
SPECIFrc WORJ( ORDER
E NVI Row^trtJE'P.="
#,1,-?l-tr)G
Ro u P' I N c'
AND
City of Miami Beach
Site: City of Miami Beach (AIton Road Lateral Repairs)
Att: Mike Alvarez
The parties to this Specific Work Order are parties to this Professional Services dated August 11,2015, (the
"Agreement"). The parties hereto agree that all of the terms and conditions set forth in the Agreement are in full force and
effect and incorporated herein by reference. The terms and conditions of the Agreement shall govern and control over
any inconsistent terms or conditions contained in this Specific Work Order except as to the scope of work to be
performed and the fees for such work which are set forth herein and which shall control. Capitalized terms used in this
Specific Work Order that are not otheruise defined herein shall have the meanings ascribed to them in the Agreement.
RE: Proposed Lateral lininq repairs alonq Alton Road ITB 113-2013 Group
- ltem D3- lnstall T-liner in
(includes 25 feet of lateral)
- ltem D 4 - lnstall T-liner in
(includes 25 feet of lateral)
Item D6- lnstall T-liner
lateral)
8-inch to 12-inch mains with 4-inch to 6- inch laterals, all depths
13 @$4,025.00 each $52,325.00
1S-inch to 1B-inch mains with 4-inch to 6- inch laterals, all depths
7 @$4,312.50 $30,187.50
in 4-inch to 6-inch laterals, all depths (per linear foot beyond 25 feet of
50 LF @ $40.25 $2,012.50
Item D15 - Sewer lateral cleaning and TV inspection from main (up to 30 feet)
20 @ $166.75 $3,33s.00
- ltem D19 - Mechanical root orgrease removal (12-inch and smaller)
2,739 LF @ $5.2S $15,749.25
CCTV is priced as per contract ITB 145-2013. 8" clean and cctv $1 .29, 12" $1 .50, 1 5' $2.25, 18" $3.00, 24" $5.00
Exclusions:
-Off Duty when required
-Bypass Pumping
-Extensive MOT
SERVICE CHARGE: IF ANY PAYMENT DUE HEREUNDEROR PURSUANTTOANYSPECIFICWORKORDER IS NOT RECEIVED BY
THE CONSULTANT WtTHtN THTRTY (30) DAYS AFTER tTS DUE DATE, A SERVTCE CHARGE rN THE AMOUNT OF ONE AND ONE-
HALF PERCENT (1.5%) OF THE UNPATD BALANCE W|LL BE CHARGED TO THE CLTENT (THE ',SERVtCE CHARGE',). THE
SERVICE CHARGE SHALL BE APPLIED MONTHLY AND ANY PREVIOUSLY UNPAID SERVICE CHARGE WILL BE ADDED TO THE
UNPAID BALANCE. The Client hereby authorizes the Consultant to commence the work (commencement date) required
under this Specific Work Order on lN WITNESS WHEREOF, the parties have duly executed this
Specific Work Order as of the day and yearfirst above written. The fees, cost or prices forthe work proposed shall expire
thirty (30) days from the date first above written.
,CONSULTANT-
ENVIROWASTE SERVICES GROUP, !NC,
A Florida Corporation
"CLIENT'
327
TITLE
Julio A. Fojon
EnviroWaste Services Group, lnc
Director
TITLE
811112015
DATED
GII|I&ITIEi*600 €rcry
Headquarters: 18001 Old Gutler Road, Suite 554 Miami, FL 33157 * (8771637-9665 " F (305) 637-9659 *
Offices: Miami, FL * Orlando, FL * Dallas, TX
www.envirowastess.com * Email: Julio.fojon@envirowastesg.com
328
ENVIROWASTE SERVICES GROUP, INC.
SPECIFrc WOR]( ORDER
E NV! RowA?;i,E'?:H'.?=*t
ro
*ou t' I N c
AND
City of Miami Beach
Site: City of Miami Beach (Alton Road Lateral Repairs)
Att: Mike Alvarez
The parties to this Specific Work Order are parties to this Professional Services dated August 11,2015, (the
"Agreement"). The parties hereto agree that all of the terms and conditions set forth in the Agreement are in full force and
effect and incorporated herein by reference. The terms and conditlons of the Agreement shall govern and control over
any inconsistent terms or conditions contained in this Specific Work Order except as to the scope of work to be
performed and the fees for such work which are set forth herein and which shall control. Capitalized terms used in this
Specific Work Order that are not othenvise defined herein shall have the meanings ascribed to them in the Agreement.
RE: Proposed Lateral Cleanout installation ITB 113-2013 Group(use existinq fill)
3' deep x 3'wide x 3' long Qty Unit Unit Price Extended
o Excavate to bottom of lateral 27 CF $13.75 $371.25
. Sanitary 4" PVC pipe(up pipe) 3 LF $125.00 $375.00
. Backfill 27 CF $19.00 $513.00
. Sod I SF $1 .20 $10.80
Total $1,270.05
SERVICE CHARGE: IF ANY PAYMENT DUE HEREUNDEROR PURSUANTTOANYSPECIFICWORKORDER IS NOTRECEIVED BY
THE CONSULTANT WTTHTN THTRTY (30) DAYS AFTER tTS DUE DATE, A SERVTCE CHARGE rN THE AMOUNT OF ONE AND ONE-
HALF PERCENT (1.5%) OF THE UNPATD BALANCE WILL BE CHARGED TO THE CLTENT (THE "SERVTCE CHARGE"). THE
SERVICE CHARGE SHALL BE APPLIED MONTHLY AND ANY PREVIOUSLY UNPAID SERVICE CHARGE WILL BE ADDED TO THE
UNPAID BALANCE. The Client hereby authorizes the Consultant to commence the work (commencement date) required
under this Specific Work Order on . lN WITNESS WHEREOF, the parties have duly executed this
Specific Work Order as of the day and year first above written. The fees, cost or prices for the work proposed shall expire
thirty (30) days from the date first above written.
"CLIENT-"CONSULTANT'
ENVIROWASTE SERVICES GROUP, INC,
A Florida Corporation
Julio A. Fojon
EnviroWaste Services Group, lnc
Director
TITLE
811112015
DATED
BY
TITLE
DATED
@trrn*800 ffiMry
. (8771 637-9665 . F(305)637-9659*
Dallas, TX
Old Cutler Road, Suite 554 Miami, FL 33157
Offices: Miami, FL * Orlando, FL *
Headquarters: 18001
329
www.envirowastess.com * Email: Julio.fojon@envirowastesg.com
330
ENVIROWASTE SERVICES GROUP, INC.
SPECIFIC WORK ORDER
BETWEEN
ENVIROWASTE SERVICES GROUP, INC.
(THE "CONSULTANT')
AND
City of Miami Beach
Site: Gity of Miami Beach (City Wide)
Att: Mike Alvarez
The parties to this Specific Work Order are parties to this Professional Services dated August 18,2015, (the
"Agreement"). The parties hereto agree that all of the terms and conditions set forth in the Agreement are in full force and
effect and incorporated herein by reference. The terms and conditions of the Agreement shall govern and control over
any inconsistent terms or conditions contained in this Specific Work Order except as to the scope of work to be
performed and the fees for such work which are set forth herein and which shall control. Capitalized terms used in this
Specific Work Order that are not othenruise defined herein shall have the meanings ascribed to them in the Agreement.
RE: Proposed Flow Monitorinq ITB 113-2013 Group
o 23 Ooen Chanel Meters
o 13 Rain Gauges
Total- 182, 000.00
Delivery of factory calibrated flow instruments and communications equipment as
specified. fnstallation re-calibration of alJ- meters and rain gauges. Delivery of report
per DERM requirement.
ESG proposes to provide for Customer a col-lection system flow metering network
utillzlng open channef fl-ow meters and tlpplng bucket rain gauges (optional)
equipped with wireless data transmission. Data shall be defivered via a web server
appllcation. This enabfes the Customer to share data across a network (or thefnternet) to operating workstations with common internet browser software. Data is
presented to the Customer using web application. AII access to data is control-l-edby password permissions. Meter sites shalf be selected by the Customer based onindividual project goals and requirements.
Price is good forthe fullterm of ITB 113-2013.
,CLIENT",CONSULTANT"
ENVIROWASTE SERVICES GROUP, INC,
A Florida Corporation
Julio A. Fojon
EnviroWaste Services Group, lnc
Director
TITLE
0811812015
DATED
BY
TITLE
DATED
I8!ffi!!r3r*500
Headquarters: 18001 Old Cutler Rd, Miami,
Offices: Miami, FL * Orlando, FL *
@
Mry
FL 33157 Suite 554 . (877) 637-9665 . F (305) 637-9659 *
Houston, TX * Naples, FL* Sarasota, FL * Tampa, FLx Email: Julio.fojon@envirowastesg.com
331