Loading...
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