Loading...
Item 4B- Sewer Rehabilitation for FY 2016CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Sewer Rehabilitat ion fo r FY 2016 SUBMITTED BY: Donald D . J acob ovit:l, P .E.~ ~ (/0 Publi c Works Director /~~ DATE: August 30, 20 16 AGENDA ITEM 48 SEPTEMBER 12, 2016 BACKGROUND: T h e C ity's 200 6 Sewer Master Pl a n Update r ecomm ended th at Lh e City usc c ured -in-pl ace pipe technology to upg rade the old, c racked c lay sewer m a ins. For past s ewer re habilitatio n projects, the City h as piggyb acked o n existing J EA con t rac ts. These are la rge d o ll ar co n tracts that were competiti vely bid . J EA awarded a three-year contract to lnsituform Technologi es, LLC on Febru ary 26, 20 16 for c ure d -in-place pipe. T he sewer rehabilitation proj ect for FY 16 will include: • Continu ation of cured-in-place pipe lining o n Sea Oats Drive, 17111 S treet, Park Terrace E. and Park Ten-ace W . U si ng the J EA contract unit prices for lnsituforrn, th e cost for cure d -in-place pip e rehabi litation for the p roject is $206,703.65. Any point r epairs found necessary would be completed w ith the C i ty's a mlU a l Uti lity Contractor. BUDGET: T he tota l fund s for the sewer rehabilitation project (Project ffPU1607) are budgeted in the Sewer Fund unde r account number 410-5506-535-63 00. RECOMMENDATION: Authori ze Ins ituform Technologies, LLC to ins tall cured-i n-place pipe (ClPP) for the FY16 Sewer R ehabilitatio n P roj ect in the amount of$206,703 .65 , using s pecificatio ns and pticing in J EA Contract No. 152566. Authorize th e City M a n ager to s ign the co ntract w ith Ins itufonn Tcclu10logies, LLC. ATTACHM ENTS: I. 2. 3. Cost Proposal for proj ect using J E A 's lnsitutbrm contr act pricing. ln s itufonn Technologies, LLC contract. Proj ect Map .. REVIEWED BY CITY MANAGE R:_:-11~--.:·Joe;k-=Oc,..,..:,.=~,;t;_-=t..e.v=~'---------- ~ lnsituform hcftnDIL'QiB$, LLC August 8, 2016 Kayle W. Moore, P.E. Deputy Public Works Direc tor City of Atlantic Beach 1200 Sandpiper Ln Atlantic Beach, FL 32233 (904) 247-58 34 kmoore@coaP. us 6972 Busin ess Park Bll.d Jacksonvi lle, FL 32256 RE: CIPP-Sea Oa ts Dr, 17th St, Park Ter E, Park Ter W proposa l Dear: Kay le Tel ; (904) 237-3426 Fa x: (904) 280-4162 www.insjluform .com AAJA·TY6UJG AGENDA ITEM 48 SEPTEMBER 12, 2016 Insltuform Technologies, LLC . (ITLLC) is pleased to provide the following proposal for th e rehabili ta ti on of sewers In using "Cured -In -Pl ace -Pi pe" (CIPP). Thi s proposa l is based off of the ex isting contract betwe en In sltu form and JEA #014-16 usin g the "piggyback" meth od . All terms and conditions app ly. I PROPOSAL PRICING ITLLC prop oses the following pricing for the scope of se rv ices described herein: Item Description lkllt Qty lklit Price Total Price 1 CfPP 8" x 6mm LF 473 1 $28.10 $132,941.10 3 CJPP 12" x6mm LF 917 $32.75 $30,031.75 26 Reconnect Exis ting Services EA 71 $250.00 $17,750 .00 32 cc rv & Li g ht Clea n 8"-2 1" LF 5648 $4 .60 $25,980.80 TOTAL $206,703.65 I ASSUMP110NS AM) QUALIFICATIONS ITLLC's Proposal Pr icing is ba se d upon the foll owing assumptions and clarifi ca tion s: 1. ITLLC assumes the work will be completed during dry weather conditions. Page 2 8 31 2016 AGENDA ITEM 48 SEPTEMBER 12, 2016 2. Quantities are estimated. Customer shall be invoiced for actual quantities at the above unit prices. I ffiLC SCOPE OF WORK I RESPONSIBILITIES ITLLC will provide the following: 1. Mobilization and demobilization of personnel, equipment, and materials to and from the Project site. The price presented is based upon one (1) instance of mobilization and demobilization. 2. Light cleaning of the pipe prior to lining. Light cleaning is defined as up to three (3) passes with a standard jet nozzle. Any cleaning beyond this is considered heavy cleaning. 3. CCTV inspection of the pipe prior to lining pipe. 4. Install polyester impregnated CIPP liner in accordance with ASTM F1216 or F1743 using either water or air/steam, at the discretion of ITLLC. 5. CCTV inspection of the pipe after the lining is complete. 6. Standard ITLLC one-year warranty from date of installation, excluding any required warranty TV inspection and/or testing. 7. Standard insurance coverage with the following limits: General Liability: $2,000,000 per occurrence/$4,000,000 aggregate Auto: $2,000,000 Combined Single Limit Workers Compensation: Statutory with $1,000,000 Employer's Liability The above insurance shall not include Primary and Non-Contributory Coverage and ITLLC shall not provide a Waiver of Subrogation endorsement. NOTE: Modifications to the Scope of Work I Responsibilities of ITLLC may result in a change in price and/or duration. I EXCLUSIONS: The following items are excluded from ITLLC's above Pricing and Scope of Services I Responsibilities stated in this Proposal. These items, if necessary, applicable or otherwise required, shall be furnished by Customer, at Customer's direction and at no cost to ITLLC or may, upon mutual agreement in writing between ITLLC and Customer, be provided by ITLLC at an additional cost: 1. Permits, licenses and construction easements. 2. Access to and use of fire hydrants and/or sufficient water supply (within 500ft. of the installation site) to complete flushing and CIPP installation. 3. Obstruction removal (calcium, concrete, mineral deposits, roots, etc.) and/or protruding tap removal. 4. Point repairs. 5. Repair of pipe damaged during any industry standard high-pressure jet cleaning operations, preparation or lining and any subsequent cleaning necessary to remove debris that has fallen into the pipe as a result of any such collapse or repair. 6. Equivalent pipe diameter access from the invert to the street level. This may include removal of the frame, cover and/or cone section of the liner installation manhole(s) such that the opening at the street level is no less than equivalent to the pipe diameter. 7. Locations of and access (of ITLLC equipment and/or personnel) to all manholes associated with the Project and as required by ITLLC's work plan. 8. Restoration of any area damaged during the liner installation process. 9. Payment and Performance bonds. If payment and performance bonds are required, add 1.5% to the total Project cost. 10. Removal and disposal of any hazardous or toxic materials encountered during the Project. 11. Holiday work, rush delivery or adverse weather work (as defined by ITLLC). 12. Complete independent testing of liner samples from each installation. 13. State and local sales and/or use taxes. 14. Additional premiums for special insurance coverage(s) specific to this project. 15. Any change in scope such as diameter and length not specified in plans. I GEr-.ERAL 'T'I;RMS AN> CON>ffiONS: AGENDA ITEM 48 SEPTEMBER 12, 2016 Page 3 8 31 2016 1. ITLLCs Proposal is conditioned upon Customer's acceptance of the terms and conditions set forth herein. Customer's ordering of material or services by purchase order or otherwise, shall be treated as Customer's acceptance of such terms and conditions. All terms and conditions in Customer's purchase order or in any other communication to ITLLC, whether submitted previously or subsequently to this Proposal, which are additional to or inconsistent with the terms and conditions of this Proposal are not binding upon ITLLC and shall not be applicable to this Proposal, except to the extent accepted in writing by ITLLC. Any change or amendment to this Proposal, to be binding upon ITLLC, must be accepted in writing by ITLLC. 2. ITLLC has based its Proposal on a nominal wall thickness for the Insitutube as shown in the price. This is based on the best available information at the time of this Proposal. Existing pipe deterioration in excess of the conditions assumed, ground water loads in excess of those assumed, or other loads or conditions may increase the recommended thickness for all or portions of the work. Final recommendations may be submitted to you following the completion of the preliminary TV phase of the project. Stated prices are subject to adjustment if design changes are agreed upon. 3. This Proposal is valid for 30 days, unless otherwise extended by ITLLC. 4. PAYMENT: Payment is due in full, without exception or retention, within 30 days of the date of the invoice. Monthly partial progress payments may be requested for the value of work in progress or completed, including materials delivered to the Project site. Payments due and unpaid shall bear interest at the rate of 1112 % per month from the date payment is due. Should ITLLC incur costs or expenses to collect monies claimed due hereunder from Customer, Customer shall pay to ITLLC, in addition to all other sums due to ITLLC, attorneys' fees, consultants' costs, and other expenses and costs, including but not limited to litigation and/or arbitration expenses and arbitrator compensation, in connection therewith. 5. Should ITLLC learn of any information that causes ITLLC concern about Customer's ability to pay and/or perform any of its obligations owing to ITLLC under Proposal, ITLLC has the right to request Customer to provide ITLLC adequate assurance of due performance on such terms as are deemed reasonable by ITLLC when acting in good faith, including the right to await full or partial payment from Customer as demanded by ITLLC. In such an instance, ITLLC may suspend its performance pending ITLLC's receipt of adequate assurance ofdue payment and/or performance in a manner found acceptable by ITLLC. 6. ITLLC shall not be responsible for any inability to perform under this Proposal or for any loss or damage due to delays or disruptions resulting directly or indirectly from, or contributed to by, any act of God, action or omission of Customer, act of civil or military authorities, fire, strike or other labor dispute, accident, flood, adverse weather, war, riot, terrorism, transportation delay, inability to obtain material or fuel supplies, or any other circumstances beyond ITLLCs reasonable control, whether similar or dissimilar to any of the foregoing. If ITLLC crews are delayed on site for reasons beyond the control of ITLLC, then ITLLCs standby time will be invoiced to Customer at an hourly rate of$ 1,600.00 per hour. 7. Claims for Changed, Concealed or Unknown Conditions: If conditions are encountered at the site which are (1) materially changed; (2) subsurface or otherwise concealed physical conditions which differ materially from the information upon which this Proposal is based or (3) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for herein, then the Proposal Price and Time shall be equitably adjusted to address the conditions. 8. LIMITED WARRANTY: ITLLC WARRANTS TO CORRECT ANY DEFECT IN THE MATERIALS OR SERVICES PROVIDED BY ITI WHICH ARE BROUGHT TO THE ATTENTION OF ITLLC IN WRITING WITHIN ONE YEAR FOLLOWING COMPLETION OF ITLLC'S WORK, PROVIDED CUSTOMER AFFORDS ITLLC SUITABLE ACCESS AND WORKING CONDITIONS TO ACCOMPLISH SUCH CORRECTION. 9. Except for the express warranty forming a part of this Proposal, ITLLC DISCLAIMS ALL EXPRESS AND IMPLIED WARRANTIES, INCLUDING IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. ITLLC'S llABILITY TO CUSTOMER, WHETHER IN CONTRACT, WARRANTY, TORT OR OTHERWISE, IS LIMITED TO THAT PERMmED UNDER THIS PROPOSAL, AND SHALL IN NO EVENT EXCEED THE PRICE Page 4 8 31 2016 AGENDA ITEM 48 SEPTEMBER 12, 2016 HEREUNDER. NOTWITHSTANDING ANYTHING SEEMINGLY TO THE CONTRARY, ITLLC SHALL NOT BE LIABLE TO CUSTOMER FOR ANY SPECIAL, INCIDENTAL, INDIRECT OR CONSEQUENTIAL DAMAGES, INCLUDING WITHOUT LIMITATION DAMAGES FOR LOSS OF USE, LOST TIME, DELAY, DISRUPTION, INTERFERENCE, LOSS OF PRODUCTNITY, INCONVENIENCE, LOST INCOME, OR LOST PROFITS. 10. This agreement may be terminated by either party upon seven (7) days written notice should the other party fail substantially to perform in accordance herewith through no fault of the party initiating the termination. 11. The terms and conditions of this Proposal form the entire agreement between the parties. All other terms, proposals, negotiations, representations, recommendations, statements or agreements, whether made or issued contemporaneously or previously, are excluded from and are not a part of this Proposal, and have no binding or enforceable effect. This Proposal, if accepted, shall be binding on the parties and their respective successors and assigns. The information contained in this letter is proprietary to Insituform Technologies, LLC. and shall be retained by the recipient in confidence and shall not be published or otherwise disclosed to third parties without the express written consent of Insituform Technologies, LLC. The foregoing shall not preclude the use of any data which (i) was in its possession without restriction as to use prior to receipt as proprietary of the same or similar data from Insituform Technologies, LLC., (ii) is or becomes available from a public source on or after such receipt from Insituform Technologies, LLC. or (iii) is obtained by the recipient from a third party not under obligation of confidentiality or other restriction with respect to use. Please do not hesitate to contact me with any further questions. Very truly yours, Insituform Technologies, LLC. tJ<Wf iii: s~ Gary R Shutts Business Development Mgr. Accepted By: ------------------ (signed) Accepted By: ------------------ (printed) Date:--------- Title:--------- AGREEMENT UTILIZING JEA CONTRACT #152566 BETWEEN THE CITY OF ATLANTIC BEACH AND INSITUFORM TECHNOLOGIES, LLC FOR SEA OATS SUBDIVISION SEWER UPGRADE AGENDA ITEM 48 SEPTEMBER 12, 2016 THIS AGREEMENT, made and entered into in duplicate this day of , 2016 (hereinafter referTed to as the "Effective Date"), by and between the CITY OF ATLANTIC BEACH, a municipal corporation existing under the Constitution and the laws of the State of Florida, (hereinafter referred to as the CITY) and INSITUFORM TECHNOLOGIES, LLC, a Delaware limited liability company authorized to do business in Florida with principal office at 17988 Edison A venue, Chesterfield, MO 63005 (hereinafter referred to as the Contractor), for the Sea Oats Subdivision Sewer Upgrade (hereinafter referred to as the Project). WITNESSETH: WHEREAS, effective February 26, 2016, JEA entered into Contract Number 152566 (hereinafter referred to as the "JEA Contract") with Contractor; and WHEREAS, said Contract is in full force and effect until February 25, 2019 and has been competitively procured and awarded by JEA as contracting authority according to Florida law; and WHEREAS, The Atlantic Beach Code, more particularly Section 2-336 (6), Code of Ordinances authorizes and allows the CITY to use inter alia contracts of other local governmental entities, including JEA, which have been competitively procured and awarded; and WHEREAS, the JEA Contract is broad enough to include the Project and Contractor has agreed to allow the CITY to use its JEA Contract; and WHEREAS, it is in the best interest of the parties to use the JEA Contract for the Project and to add those contractual provisions the CITY is required to use by ordinance or policy; now therefore AGENDA ITEM 48 SEPTEMBER 12, 2016 IN CONSIDERATION of the premi ses and of the mutual covenants and agreements herein after contained, and for other good and valuable considera ti on the parties agree as follows: ARTICLE 1: Incorporation of Recitals: The above sta ted recitals are true and co t1'ect and, by this reference , are made a part hereof and are incorporated herein. ARTICLE 2: Engagement of Contractor: C ITY hereby engages Contractor and Contractor_hereby accepts said engagement for the purpose of cons tru cting Cured-in-Pl ace Pipe for the Sea Oats Subdivision Sewer Upgra de Project, as described in and according to the provi sions of: the JEA Cont ract and it s exhibits, eq uipm ent descriptions and quotations made thereunder (hereina fte r referred to as the Work), and, by thi s reference , made a part hereof and are incorporated here in ~ and in accordance wit h the other provisions , req ui red by law , ordin ance or policy for U1 e C lTY , co ntain ed in this Agreement. With respect to the Project , the provision s, terms and condition of the JEA Co ntra ct s hall apply unl ess spec ifi cally preempted herein. Therefore, any conflict between the provisions of this Ag reement and those in the J EA Contract shall be resolved in favor of this Agreement, but only to the extent of any conflict. ARTICLE 3: Coot·dination and Services Provided by CITY: C ITY shall designate a Project Manager who wi ll , on behalf of the C ITY, coordinate with Con tr actor and admini ste r this Ag ree ment acco rdin g to the term s and cond ition s conta in ed here in and in the Exhi bit(s) atta ched hereto an d made a part he reof. It sha ll be the responsib ility of Manager to coo rdin ate all Project related act iviti es wi th the designated Project Manager. T he C ITY 's Project Man ager s hall be: Kayle Moore, P.E., Deputy Public Work s Director (Phone: 904-247-5834; Fax: 904-247-5843; E-mai l: kmoore @coab.us) or other des ignee as directed by the Publ ic Works Director. A RTICLE 4: Duration of Agreement/Pricing Available to Other Entities: T he term of this Agreement sha ll commence on the Effective Date and sha ll co ntinu e a nd remain in full force an d effect as to all its terms, condit ion s and provisions as AGENDA ITEM 48 SEPTEMBER 12, 2016 set forth herein, through a period of time which is the earl ie r of the Co ntractor's delivery and City 's acceptance of the Project wi thin the time period set fotth in any purchase order or tw e lv e ( 12) months from the Effective Date. ARTICLE 5: Payments for Services of Contractor: 5.1. Excep t as provided in Section5.2 hereof, the CITY will co mp ensate Con tractor for the Project in accordance with purchase ord ers issued and used by the C it y of Atlantic Beach Purchasing Department; provided howe ver, payment invoices sha ll be se nt to the aut hori zed City representative as spec ified in sai d purchase order or other subseq uent writte n instrument signed by th e City 's Project Manager. 5.2. Notwithstanding any contrar y provision, the maximum indebtedness of th e C ITY for all fees , re imbursable items or oth er cos ts, to the Contractor for the Project, pursuant to thi s Agreement, shall not excee d th e a mo unt of Two Hundred S ix Thousand, Seven Hundred and Three Dollars and Sixty-Five Centers ($206, 703 .65) unl ess approved in wr iting by amend ment to the Purchase Order. ARTICLE 6: Notice: Any and a ll required notice to the C lTY under thi s Agreement sha ll be delive red by certifi ed mai l, retum receipt requested , or by oth er de liv ery w ith receipt to the following : Kayle W. Mo ore, P.E . Dep uty Public Work s Director 1200 Sandpiper Lane Atlantic Beach, FL 32233 kmoore@coab. us ARTICLE 7: Laws, Ordinances, Rules and Regulations: In th e cons tru ct ion of the Project, the Contractor mu st co mpl y with any and a ll appli ca bl e federa l, state and loca l laws , rules, regulations and ordinances, as the same exis t a nd may be amended from time to time. Such laws , rules , regu lations an d ordinances s ha ll include, but are not limited to, Chapter 119, Flo rida Statutes , (the Florid a Public Records -3- AGENDA ITEM 48 SEPTEMBER 12, 2016 Law) and Section 286.011, Florida Statutes, (the Florida Sunshine Law), as they apply to the Project contemplated in this Agreement. If any of the obligations of this Agreement are to be performed by a subcontractor, the provisions of this Section shall be incorporated into and become a part of the subcontract. ARTICLE 8: Conflict of Interest: The parties will follow the provisions of applicable ordinances and laws with respect to required disclosures by public officials who have or acquire a financial interest in a bid or contract with the CITY, to the extent the parties are aware of the same. ARTICLE 9: Non Discrimination: The Contractor represents that it has adopted and will maintain a policy of non discrimination against employees or applicants for employment on account of race, religion, sex, color, national origin, age or handicap, in all areas of employment relations, throughout the term of this Agreement. The Contractor agrees that, if any of the Services to be provided pursuant to this Agreement are to be performed by a subcontractor, the provisions of this Article shall be incorporated into and become a part of the subcontract. ARTICLE 10: Counterparts: The parties agree that for the execution of this agreement, time is of the essence. Therefore, this Agreement, and all amendments thereto, may be executed in several counterparts, each of which shall be deemed an original, and all of such counterparts together shall constitute one and the same instrument. The parties further agree that facsimile ("fax") or e-mail transmission of all signatures with originals to follow shall constitute and be evidence of an executed Agreement. [Remainder of page is left blank intentionally. Signature page follows immediately.) -4- AGENDA ITEM 48 SEPTEMBER 12, 2016 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. ATTEST: Donna Bartle City Clerk ATTEST: CITY OF ATLANTIC BEACH Nelson Van Liere City Manager INSITUFORM TECHNOLOGIES, LLC Debra Jasper Contracting and Attesting Officer Diane Partridge Contracting and Attesting Officer -5- Legend 0 cl&ano • conflict_ box 0 rm_val • grav_mh "' GRAVOUT VALVE • buc_mh e ab_mh LSYrlvate (!D LlfiS talion Wetwoll -Road Center Llno -rm -gravout -lat -PipeL ining -sanplpe Parcel Polvgons \ -457 8 Atlantic Beach , Florida Gcog l'aphical Information System Publ ic Works Dcpl'l r tut t•-•• 1100 S.:Sndpiptr Ln Atl•nllt Ocoth, Fl. JllJJ "ww.coab.us Ph: 90-1 ·147·'8)'1 CIPP 2016 AGENDA ITEM 48 SEPTEMBER 12, 2016 0 150 300 I I Fe et