Loading...
HomeMy Public PortalAbout16-9242 Change Order #1 w/ Intercounty Engineering to Replace Water and Sewer Meters Sponsored by: City Manager RESOLUTION NO. 16-9242 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER #1 WITH INTERCOUNTY ENGINEERING TO REPLACE WATER AND SEWER METERS AND TO RELOCATE WATER SERVICE LINES THAT ARE IN CONFLICT WITH STORMWATER SERVICE LINES ON CAIRO LANE AT A COST OF $190,101.09, AND CHANGE ORDER #2 WITH INTERCOUNTY ENGINEERING TO REPLACE DETERIORATING WATER METERS ON CAIRO LANE AT A COST OF $9609.96; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City entered in to an agreement with Intercounty Engineering to install public utilities on Cairo Lane (EXHIBIT "A"); and WHEREAS, City staff, engineers and the contractor uncovered conditions on the project that were not contemplated by the bid; and WHEREAS, The conditions not contemplated by the original bid include: replacement of water and sewer meters, relocation of water service lines that are in conflict with storm water service lines; and WHEREAS, The cost of change order #1 is $190,101.96 (EXHIBIT "B") and change #2 is $9609.96 (EXHIBIT "C"); and WHEREAS, The approval of these changes orders are in the best interest of the City. NOW THEREFORE BE IT RESOLVED THAT THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Resolution No. 16-9242 Section 2. The City Commission of the City of Opa-locka hereby authorizes the City Manager to execute change order #1 for $190,101.09 and change order # 2 for $9609.96 with Intercounty Engineering. Section 3. This Resolution shall take effect immediately upon adoption, and is subject to the approval of the State of Florida Financial Oversight Board. PASSED AND ADOPTED this 14th day of September, 2016. / Ah7 ryr'a L.'I aylor Mayor Attest to: Approved as to form and legal sufficiency: (.1 • Jo I a Flores Vincent T. Brown, Esq. City Clerk The Brown Law Group, LLC City Attorney Moved by: VICE MAYOR HOLMES Seconded by: COMMISSIONER RILEY Commissioner Vote: 5-0 Commissioner Kelley: YES Commissioner Riley: YES Commissioner Santiago: YES Vice Mayor Holmes: YES Mayor Taylor: YES O o ��� • . �IS.-�4` '/• City of Opa-Locka Agenda Cover Memo City Manager: Yvette Harrell CM Signature: Finance Director: Charmaine Parchment FD Signature: i • Department • Director: _ Commission 09.14.2016 Item Type: Resolution Ordinance Other Meeting Date: X (EnterXin box) Fiscal Impact: Ordinance Reading: 1d Reading 2nd Reading (Enter X in box) Yes No (Enter X in box) x Public Hearing: Yes No Yes No (EnterXin box) X x Funding Source: (Enter Fund& Advertising Requirement: Yes No Dept) (EnterXin box) x Ex: Account#: 75-5356315 Unbudgeted Contract/P.O. Yes No RFP/RFQ/Bi#: Required: (EnterXin box) Strategic Plan Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list Related X the specific objective/strategy this item will (EnterXin box) Enhance Organizational p address) Bus.&Economic Dev Public Safety For the interest of public safety, Quality of Education Q health, environment, and business Qual.of Life&City Image operations in the City. Communcation Sponsor Name Department: City Manager City Manager Short Title: A resolution authorizing the City Manager to execute change orders with Intercounty Engineering. Staff Summary: City staff, engineers, and the contractor uncovered conditions on the project that were not contemplated by the bid. Proposed Action: Attachment Sponsored by: City Manager RESOLUTION NO. 15-8986 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA, TO ENTER INTO AN AGREEMENT WITH INTERCOUNTY ENGINEERING, INC. IN THE AMOUNT NOT TO EXCEED FIVE MILLION ONE HUNDRED TEN THOUSAND FOUR HUNDRED FIFTY TWO DOLLARS ($5,110,452.00) FOR THE DESIGN BUILD SERVICES FOR CAIRO LANE DRAINAGE, ROADWAY AND SANITARY SEWER, AND DRINKING WATER SYSTEM PROJECT FUNDED BY FDEP GRANT APPROPRIATION AND THE STATE OF FLORIDA REVOLVING LOAN FUNDS, PAYABLE FROM ACCOUNT NO.'S 35-5356315, 43-5386315, 64-5336315; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Opa-locka issued a Request For Proposals (RFP) to solicit competitive bids to provide design-build services for Cairo Lane and NW 127th Street, including wastewater and stormwater systems on Cairo Lane and wastewater, stormwater and drinking water systems on NW 127th street; and WHEREAS, The City received two bid packages, from Intercounty Engineering and Central Florida; and WHEREAS, An Evaluation Panel reviewed both bids and ranked the proposers based on criteria as reflected in Exhibit "A", attached; and WHEREAS, the panel is recommending Intercounty Engineering as the most responsive and highest ranked and lowest bidder. NOW THEREFORE BE IT RESOLVED THAT THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Resolution No. 15-8986 Section 2. The City Commission hereby authorizes the City Manager to enter into an Agreement with Intercounty Engineering in an amount not to exceed $5,110,452.000, consistent with the terms and conditions of RFP 15-2904100. Section 3. This Resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 13th day of May, 2015. / ■ Myra . Taylor Mayor Attest to: Approved as to form and legal sufficiency: J•a a Flores Vincent T. Brown City Clerk The Brown Law Group City Attorney Moved by: Commissioner Santiago Seconded by: Commissioner Pinder Commissioner Vote: 5-0 Commissioner Kelley: YES Commissioner Pinder: YES Commissioner Santiago: YES Vice Mayor Holmes: YES Mayor Taylor: YES LOCK: o O it • n • City of Opa-Locka Agenda Cover Memo :ommission Meeting Item Type: Resolution Ordinance Other late: 05/08/2015 X (EnterXin box) iscal Impact: Ordinance Reading: 1st Reading 2m1 Reading interX in box) Yes No (Enter X in box) x Public Hearing: Yes No Yes No (EnterXin box) X X unding Source: (Enter Fund&Dept) Advertising Requirement Yes No Ex: (EnterXin box) :count#35-5356315 :count#43-5386315 -count#64-5336315 )ntract/P.O.Required: Yes No RFP/RFQ/Bid#: nter X in box) 15-2904100 rategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the nter X in box) specific objective/strategy this item will address) X Enhance Organizational E] Bus.&Economic Dev ....I Will resolve Cairo Lane and NW Public Safety a 127th Street area Flooding and Quality of Education unavailability of Sanitary Sewer Qual.of Life&City Image - Communcation Q� System, and drinking water distribution system issues. wnsor Name Department: City Manager CIP Short Title: Cairo Lane and NW 127th Street Improvements Staff Summary: Intercounty Engineering is the highest ranked and most responsive lowest bidder per bid evaluation committee evaluation. Intercounty Engineering provided excellent designs and differentiated itself by providing exceptional cost effective sustainable innovative concepts. Intercounty Engineering submitted bid package included plans, calculations; and specifications are the most comprehensive, detailed and meet RFP requirements. Committee recommends to award the contract to Intercounty Engineering in order to resolve Cairo Lane and NW 127th Street area Flooding and unavailability of Sanitary Sewer System,and drinking water issues. Proposed Action: The following table shows the most responsive responsible bid price comparison: THE MOST RESPONSIVE RESPONSIBLE BID PRICE SUMMARY Cairo Lane NW 127th Total Bid Price *Combined Rank Bidders Bid Price Street Bid Price Total Score Intercounty Eng. $2,681,281.00 $2,429,171.00 $ 5,110,452.00 990 1st Central Florida $3,070,976.61 $2,407,549.00 $ 5,478,525.61 836 214 Intercounty Engineering Design Build Team is the highest ranked most responsive lowest bidder. Their bid package is excellent as demonstrated by the following factors: Design — Provided superior innovative cost effective design concept accompanied by accurate drainage and outstanding concept of sanitary sewer system supported by engineering judgment,analysis and calculations. Sewer Collection System —The innovative concept by Intercounty Engineering eliminates the requirement of the proposed pump station 7A. This concept will help reduce the maintenance cost of the City's pump station system. The Sewer collection system was optimized by running the force main on one side under the shoulder for easy access and maintenance. It will minimize future maintenance cost for the city. Drainage & Roadway — Intercounty provided concept of using joint reinforced concrete pavement (JRCP) concept designed by using Superpavel2 and AASHTOWARE software. This concept will allow very high stiffness of the pavement with wide load distribution with the elimination of the point load impact on the sub- base. As a result the road will have longer life,and will be less susceptible to settlement due to the exiting soil condition. MOT—Maintenance of traffic plans were complete and attention was given to the construction phases. Local Hire—Made commitment for 15 local hire. Intercounty Engineering ranked 151 for each project as well as combining both Cairo Lane and NW 127th Street Projects. Attachment: 1. Agenda 2. Evaluation Sheets I la,I L MEMORANDUM To: Mayor Myra L.Taylor Vice Mayor Timothy Hol Commissioner Jose h L.Kel Commissioner Luis B.San;. s Commissioner Teren K • FROM: Kelvin L.Baker,City Manag " DATE: May 06,2015 t` RE: Cairo Lane and NW 127th Street Improvements REOUEST: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH INTERCOUNTY ENGINEERING, INC. IN THE AMOUNT NOT TO EXCEED FIVE MILLION ONE HUNDRED TEN THOUSAND FOUR HUNDRED FIFTY TWO DOLLARS ($5,110,452.000) FOR THE DESIGN BUILD SERVICES FOR CAIRO LANE DRAINAGE, ROADWAY AND SANITARY SEWER SYSTEM IMPROVEMENTS AND NW 127TH STREET DRAINAGE & ROADWAY, SANITARY SEWER, AND DRINKING WATER SYSTEM PROJECT FUNDED BY FDEP GRANT APPROPRIATION AND THE STATE OF FLORIDA REVOLVING FUNDS, PAYABLE FROM ACCOUNT NO. 35-5356315, 43- 5386315,64-5336315.THE ITEM IS BUDGETED AND THE EFFECTIVENESS OF THE RESOLUTION IS CONTINGENT UPON FDEP APPROVAL. DESCRIPTION: The City of Opa-locka issued a Request for Proposal (RFP) to solicit competitive proposals from qualified professional firms and received two (2) competitive bid packages to provide design-build services for Cairo Lane and NW 127th Street including wastewater and stormwater systems on Cairo Lane,and wastewater, stormwater, and drinking water system on NW 127th Street. The evaluation panel reviewed the bid packages for the Cairo Lane (LP13036) and NW 127th Street (LP13037) Projects (RFP#15-2904100) and ranked the bidders as reflected in the attached evaluation sheets. The panel recommends Intercounty Engineering, Inc. to be awarded Cairo Lane (LP13036) and NW 127`h Street (LP13037) Projects (RFP#15-2904100) as they are the most responsive highest ranked lowest bidder. ACCOUNT NUMBER: 35-5356315,43-5386315,64-5336315. FINANCIAL IMPACT: The project is funded by FDEP Grants and State Revolving Loan. IMPLEMENTATION TIME LINE:As soon as possible. RECOMMENDATION(S): Intercounty Engineering is the highest ranked and most responsive lowest bidder per bid evaluation committee evaluation. Intercounty Engineering provided excellent designs and differentiated itself by providing exceptional cost effective sustainable innovative concepts. Intercounty Engineering submitted bid package included plans,calculations; and specifications are the most comprehensive, detailed and meet RFP requirements. Committee recommends to award the contract to Intercounty Engineering in order to resolve Cairo Lane and NW 127th Street area Flooding and unavailability of Sanitary Sewer System, and drinking water issues.The following table shows the most responsive responsible bid price comparison: THE MOST RESPONSIVE RESPONSIBLE BID PRICE SUMMARY Cairo Lane NW 127th Total Bid Price *Combined Rank Bidders Bid Price Street Bid Price Total Score S 5,110,452.00 990 1st Intercounty Eng. $2,681,281.00 $2,429,171.00 S 5,478,525.61 836 2nd Central Florida $3,070,976.61 $2,407,549.00 *Refer to analysis section for detailed breakdown of the score. Intercounty Engineering Design Build Team is the highest ranked most responsive lowest bidder. Their bid package is excellent as demonstrated by the following factors: Design—Provided superior innovative cost effective design concept accompanied by accurate drainage and outstanding concept of sanitary sewer system supported by engineering judgment, analysis and calculations. Sewer Collection System — The innovative concept by Intercounty Engineering eliminates the requirement of the proposed pump station 7A. This concept will help reduce the maintenance cost of the City's pump station system. The Sewer collection system was optimized by running the force main on one side under the shoulder for easy access and maintenance. It will minimize future maintenance cost for the city. Drainage & Roadway — Intercounty provided concept of using joint reinforced concrete pavement (JRCP) concept designed by using Superpave12 and AASHTOWARE software. This concept will allow very high stiffness of the pavement with wide load distribution with the elimination of the point load impact on the sub-base. As a result the road will have longer life, and will be less susceptible to settlement due to the exiting soil condition. MOT—Maintenance of traffic plans were complete and attention was given to the construction phases. Local Hire—Made commitment for 15 local hire. ANALYSIS: The evaluation breakdowns are summarized below: CAIRO LANE E VALUATION SUMMARY Evaluation Committee Intercounty Eng. Central Florida Carlos Gonzalez 100.00 90.00 Airia Austin 99.00 83.50 Arshad Vigar 99.00 81.00 Bala Somasundaram 99.00 80.00 Geral Lee 99.00 78.00 Total Score 496.00 412.50 NW 127TH STREET EVALUATION SUMMARY Evaluation Committee Intercounty Eng. Central Florida Carlos Gonzalez 99.80 93.00 Airia Austin 98.80 85.50 Arshad Vigar 97.80 83.00 Bala Somasundaram 98.80 82.00 Geral Lee 98.80 80.00 Total Score 494.00 423.50 COMBINED EVALUATION SUMMARY OF CAIRO LANE&NW 127TH STREET Evaluation Committee Intercounty Eng. Central Florida Carlos Gonzalez 199.80 183.00 Airia Austin 197.80 169.00 Arshad Vigar 196.80 164.00 Bala Somasundaram 197.80 162.00 Geral Lee 197.80 158.00 Total Score 990.00 836.00 Intercounty Engineering ranked 15' for each project as well as combining both Cairo Lane and NW 127th Street Projects. ATTACHMENT(S): 1. Evaluation Sheets PREPARED BY: Magsood Mohammad Nasir,PE, CIP Director/City Engineer END OF MEMORANDUM F W ° OQ m0N �1 tn hNoti , N � U a ry `9-V. V) ih U 0 E•4 co o 3 0 a w o i N .. v1 v1 in vl 00 CO D a• L O cM ++ I o. a ^ U U to s{ O O ^ cA N y In U U ,.. co \�' v 0 O > -4- o es 0 ++ it a+ _ O W m o cr, Q. U V 0 > > M `y U 0 a .5 E o U N o 0 0 o 'a a. 1. >, Q a� v c �cc = c c°, I.i t� ai = EF -c.: m (fl L. a y y 0 is E ' E 17 > �.2 v > � as I. Ile Q A A O a a � S awo re re vs A ota 0 a .r RI 0 Q V O L> L CA fl > .�. U y CA CA s a y a U = E • a; o � r to g. 4.o a a.) -,j3 o m ` m y 'er C. ' • r:4 0 N a. U c pp vi = y co C 0 C O O 0 O cm•ea .r.: �O 0. v c> .5 - In 0 m W cy F" C� y ~f�' M y 't 0 o O 0 V G 0 Lo U o A O 69 L' 0. V ti c4 c, Cl) A W .cG a. Cg z a0 z c �;, tea`(NA I,� I� (� q ov 00 ,� U g LA ka U el ,, E 0lo o O .o , t� °o u 0 3 0 a es L0. N 'O P vs vs v1 v., vs 00 00 CO co L o co Is.r .+ . r v o CZ C C .. G H v, U U w CC) U o o > > .1 n 0� `° G U Ca al U c c ° _� .{ , U °- t cze 3 0 > a .00 ;n - �' i• 'fl H .5 U H 7, = .y y o CO a .! 3 . 3 a e P. r11 0 3 3 o i �' o c w i 2 f C c0) O > 13 > V OM > > 0 F L. Z "rco G c E" '- Z M.'RI a c E(,� o. a 4 �+ LAI C O /� y 6. h 0 L in v1 4.. j. G r co: GI Z C O cd cu S o. cd co a o cd vi C J , ^ i tr _. C E 0 0 j .0 ;n n . U C '` o O v xu S. 0 ix: _ o Q u .0 C m c .� C 0 _0 ;, 00 G 0 > c a > 0 .. .7 :: ca o > a 01 1 C 1' C ++ n O ':n 'R C L C • R. 's. Q 'L u ` O C C C 04 i _ O 'C -r� are L.. •OO a u U an a � w co y C V V /I = fA C.) i ( C Q l m. qC '1.: •7 i 1 • V v IC j•• • C4 R 1 4 ` 0 0 gM10 2 o oft , ,, „ . , N, k t cc c v Z ?-4? 4 ,,r 14 3 v v c N �e` Z • O I Lt1 w E 3 ,) g z a e 3 % 0 v• > Z• O •j Q • -a til o LI a k �. ti oy .1 U 61 t3 N0 •0 0 9 0 O k v, , ..., Q sn * Q a. N N O 'Li . Z O 2 b N 1- 00 0 a 2 i a w v U � � su t, a O •fir. Gg 'it- 1 80 , 'r -,. -, Ili ..-,,, U fj a iiii Z W N. U 4 . d 1 3 E 0 0 o ' in et ,n E" (f) a 0 -yy i7 L N Jin V 1 in in o0 00 i 0 e , u a Ti.. 0 0 C) U cn y U U L 0 0 U 0 O V �- � > 0 Nr g =� O as 0 en o U U S S td a E N U a) ° o a) a) a 3 aEi .� o a :c E' 0 co 4 a ae 3 d ca. °' 3 3 L ,' a) > .1 ci g o > i > i.41.>., > „ E' pG aj aA 3 Q. Gp U .G _ a 0 c .... a 0 Z. co o at w o W � A 04 � a4c A w) 2 O o oa o cM A Q 0 L Q U O > L [ ° y •0 > ay• •CZ C.) ..q. 0 � 0. o 0 v c y y rJ 0 0 O 1, c '31' ,-, ,- i; 0 0 0 O 0 y 0 W Q L, .� c � 0 CO 0m N O U O O = O > O v7 > +QI ny 0 to.GA O Li+ d y 00 .y e�0 L C 0 o 0 > '% N O 'C 0 0 O S aG O .O u .� o ai ° U a) 0. 0 0 W y p �. w vl S. ° .o w y s c C7 U cn A ° 0 ER L 0. U ° aG c4 rid L1 Li] o. WF 0 ri Cd N a LS) g 0 , ,,,ir) 1,„i,„ ,_ ,,, 0, In 14 t, 14, ,‘ , (2.w 0 ._ U 2 as 'J c a � .0 c (� F t%� e0 irl v kr) G 3 10 0 3 es L C:)0' N l/1 t11 t/y v'1 00 00 IZI VI O cn a it o v 0 0 ^ . y U U O I I V > > o p G> >c +1 7 N 0. g as tet ai 0 0 0 II ° U U 'c. 5 ar E U ° v 0 Ca sr a) 0 ti 3 3 c �, a w 44 v� 0 o > > �' oa > > a) H nG cn a, 3 cd ea Z p, Co U R c o = G 0 a Z ; @ ' F- y.'� $. o a a 0 ca w a. O a p C Q a. . y N o c«, ca ga Q N A VI 0 A 0 g Q t3: v 4 A. 04 O LL C t4 cA A c,. ° Q Z W o = ca"o 0.) a cil cn CC V = O ° C rn rin O FA' C aaU .a �; • 0 0 �o ¢, a 0 m aa. V C ci, p i C 0 'C tx bD Q tV a)0 a et 0 ° ? n w 11 1 N V` '1 4v !\ rJ j ,9 J U ,,\ 1 4 � ut 0 .y al ` �N ^11 I N > ii b O ‘A it F W N � 3 0 ‘yr ..) r \ o.. V1 çjV1 °\ c4 w W 3 d O u N cla I O ® Q U U a. a >1 w ' 4' 4 o U tt .t '.n 1. °J' U z F 0 Z A E N VD N N'1 in V1 OO 00 CO 1. O co r o o V U O O ^y y y U 0 1.. 0 0 o o GYM_` 0 = E c� 0 E i. o 0 0 a L u .. 3 a ,SE.- .- G we k y cM 4 3 3 d a2 �' 3 a 2 ° °�° o 4. aG 3 0. AC1 V C m e a .c m a o i. o ; s ' o � 0 8A m � aoao a a a c a � 02AOx " a " i. tu V ELI O 'v u O . y ,e Q. a a Ca co) O r L. C U 0 � 0 W o: O L. .H y > 04 Fo N^ /J y 0 .y0. 0 0 > O 0 > Q y > 5 y 0 4.4 CO C: O. «� y 45 v1 .1 C . C3 "a' G O , F. N O 'w 0 a) o GI`0 0 0 o cOi O S a0i 0.W m E. W O 3 .c 4... 0,co v, ys y �. C7 es 0 U A a Z6s 2 0. 0 ° way • a a. wH uo F \O d- t^` n In t_n 0 krN U N c-11 'n M N .3. l!'1 r J ,Jl g . W U \."-. L O Q 0 .fir L'1 41 C. Q F W 1 ..n 0 E 0 N o, v, IA v-1 00 00 E 0 u cs, a a) a U t) O O CA 02 02 U U a) C, O U .a o > > N v 44 O 4 . > M ON a 0 0 o o g0 E eil a.`� o U U a S 5 E ir) a>a E f U y v aa� a) a '_ n U U a con i- v� 3 v o i ,? > > a) mayy' 3 Z' •= a U c a c ' a c c = O a a a o 404 F N A A A O g .7 ES r a C4 ao to A Q Z 0 > U W 0 CO .. -0 w 0 a CD 4. ca rn .� - = �U • s c yO v ° o cc) � iU � °? .-. ° W W ++ ° 4.o, a. C) XI a) CO LO a.O � ° o CU c O CA tti • a) C t o > ;Awl 00 •� o U 0. <L, >41, oV 'fl W L c °" I. U . a • ¢ U G = EA c U ° CX c4 un 1 W col a. 4 L CT Q z C eic 0. N v P. z a C � R z o °4 w U 0 a a y cv 0 z 0 0 O N m W C- J 0 O U Q U vz U a. I ` 1 � 7 0 N a � a O w J' aG •� N a. 0 F., 0 u. w N 0 O a U �n U V . 1 A d,( ,Y c, N� K 3 0 • 0 N vl y 31 ' a a a i ` 4 O .1 Q a Q w U a `i' i N o z o o S w N I a 1:4 60 F,14 Z U ir) en a d a n C' Lc, 1n 0p -1- In `r ICI w U ce E oa , `o v, v ..-, C 9 Hcn V) 0 - •°0 `( ) 1 ° 'o o" in in in in in 00 00 N A L - c2 I I a a o as V U o o '"1 CA In CA U U C O o0 o G > > U C Q trd > M ON°� a 171.^.. U v ° oO o o U U p ,5 g E E n U a) a) o a) ° ' 3 y K. a ;� 2 cA CM F. .r. Vl y y h to �3 3 3 c �, °? �' 3 3 . °: °? U 2 o °� F y a� 3 o a� a� i a� a� w rx n .p) 3 'c.' . a V �' a c r = w` Z as E . 1 H .1 o •5, o . a c+. a c ° a �i. 0 W !� o m aqi A a"i o y a O N f0 '°V C1 E-. N A f/) GA A A O a �. x c.f...,' 14 a a4 O rx O c� ch A Q Q Z co O l4 ' a v c a c �, O y 0 U, O pS C U CO2 Q •a) o 0 _..L GJ V O A~ m CL O W� O ._ w° 0.cn > .o i Ca 0 u^ a `�-° © 'y aoi a = = 3 � 'C N EL O c L > O 0 a .L O 5 LAG cn.0 y Q U � G o EA o. U re cG v) A m < .i ■ • v 1 'fi _r Vo ' iv . w ■ h V b V . w ' d 14) cy �, � G I i 0 •i . . 1 3P ..4:b � st Z b a1 M u' 4C kri ...-_ a I- w g dE 0 C..- ct ,,ii •-■ -> ■ o -.IS. 4:. ‘. ON � i > . r .� ,C trl 0� — ir iii %4 I 4' i -A z 4) c . o I ,o•' rcv r: n 01 _ r clrg \P Q Lu '43 vt - I S C/1 ! 7 N O z ? ; ,,, ► p z ,z , �1 o 2 C) v� C) 4'� a or • d w o T sh v) to 0 _9 In 'X In k ci "f U d- r+1 A In IA (T to el in 0 W U 'G_ 0 �, ° ° `� � K , In co 1. a 0 3 � Ns.0 V1 4,-, to h 00 co XI y L o H r , Un U U a) it G WI C4 U 0 �ta 0 0 C .Y .° a) I 5, - - o 03 0 rn E a U 0 0 U "° c�4 a� w›, 1.;13 c ji c = �• o 0 co ii a 3 t, a: U c c 'q = •a E a C �. C O a hWTy j••ir ^ w co S E, .a A v� � 2 A Oa „ 04s a' ao ado a A a o - - L .ec 0 V L y > ++ + W C y c U et 4+ O y y y=U 4 ° c w 0 0vpp ay a. O .... w a 0 ,.0 a) � fA V C D p 0 y Q o as G y 2 ,°� ... O W Cam, d y co 'pm a) y C �c 0 .21 i. N 0 �o �4 •, w0 vl aU v a 4o cm 0 C7 U y G "" = S8 L a U - a4 c4 c/a A w a c.) a ea Cl F 6 cr.9 v-v.)to v) T to O 40 a0 0 T to 4o d1 O .9 o-'111 N to c6 -- cr c)en 11 r6 V) w U 0 o O © O 1,1 I 'r v+ cct H v0 a O 3 N Xi O in O H VI 4 4 a v t) ra En 0 U O l o co I 9 O 0> > 0 0 V O t+Y a V O O E In 2 a- 0 U U a A A s >, U Lp., 3 as �, .c .c ��r E t1 >, 0 . O CO3 C : •C .0 O U CM iii y 3 C3 p4 a E 2 CA 0 as,^ 2 2 ��-jI �' o p.a+ — 3 �' cL AC1 U C C �?•' �_ p C c O O oi Lei =O h el .= O 0 4 6 � �? ,. — ON f4 v, A QA rnv� GC� OgG ... rx .., 0 =o a W ? Q E" a?•' O p O :D y V 3 Q ' �`. ° +. c C U 0 y ►, O w Q. W y cin O -o = 0 c ° o a >O v •C WC O ° „ a >•� °" � �Vy A ma U �° 4 p4m flu] a 9 - 0 7 (jr 3 4 I .Y 4 ..1.1 4 w • J .4 ■...- d S1 3o _fta G4 1 "i's ill i 7 LL , o N1 O �,, , ch N -, a I o I ar 1r iii R3 0 ' z 4 1;3) 5n �w il �i , N O a o 4 a vi CIS r• �O � ".. O (I.) 6 H U U 04� INTENCOUNTY ENGINEERING, .INC.• gO i 1925 NW 18th Street Y = Pompano Beach, FL 33069 * • A Tel: (954) 972-9800 Mc. Fax: (954) 974-0042 PROPOSAL/CONTRACT • Attention: a Mr.Austin PM. Date 1 5/2/16 (Revised) Company: = City of Opa-Locka i } [•Address: s 780 Fisherman St I Project = Mr.Airia Austin F ; Manager z City/State Opa-Locke, Fl. 33054 PROJECT Water Services and Water Plan date N/A I NAME: Meters Replacement Cairo • • Lane Road and NW 127th Street • " We hereby propose to provide the following services In a professional workmanlike manner and subject to appicable plan and specifications as well as compliance with the governing munIcipaptr standards: L) Engineering design,permitting and installation of 35 water services along Cairo lane road and 42 new water meter boxes for Cairo and NW 127e street as per count list provided by City of Opa-hooka per a dated November 4,2015(attached). 2.) Mobilization&MOT for construction operations. 3.) Furnish and Install thirty Ave(35)—Commercial water services encased in PVC sleeve(see attained sketch for reference).Run each service line from existing 12"water mean feed pdnt(tap and saddle)to property line and install bronze curb stop,connect each service to new meter box. Proposed location of new water meter box to be placed In between right of way limb or as dose as possible to each property Ilne.If meter box Is to be installed Inside private property(beyond limits of ROW lines),additional compensation for engineering.services and construction wIN be required to extend service beyond the property line.City Is to provide assistance with location of edging water meters location for each property. 4.) Installation of back flow preventer devices Is not included on this scope, 6.) activate,remove concrete cap on top of endstlng 12°water main feed tine,dig to statist Water main,install 5.5.saddle tap for Water service with corporddon•stop per attained detail,Willing and restoration. 7.) Decommission,plug and abandon in place existing water services.Excavate,remove and dispose misting meter bodes. &) Restore Work area,remove MOT and demobplze. 9.) Plewte rote this proposal does not Include provisions to address any leaks along the existing 12°water main line or any other existing water main feed line.previously Installed by others. i0.);R ! ! fir�. . az >irlQt�e1r! cm T effiY9!ad _ ._: _Ni d ' . . . . ..?i _.ems $ 190,101.09 Lump Sum (Revised per items#10 and#11 above) This pros does not Weide hatagetlan of beddrow pxeveaow devices,service pipe on building We of meter,double detector check eve,fire We building side of DOCY,plumbing aside prapwty and fadR s leak xepaks on resting 12"water main feed Inc If any Willow'work • red tinder motion of tins project attained fee sdhedde sheet will apply for e olnewing'seMca end oorabtaclisn lobar and egxipme t rates.. Partial payments due and payable won Milne with balance due upon completion. After 30 d a monthly charge of 1-1/2%of the unpaid balance will be charged and woe be subject to attorney fees for mllectlon andlor dekn of ten. RESPECTFULLY SUBMITTED: T s p-71•-.p-71M void after 30 days. ACCEPTANCE OF PROPOSAL/CONTRACT This proposal Is accepted with the above terms and conditions. You are hereby instructed to proceed with this work. SIGNATURE: Please print name and title: Dated: • �j, INTERCOUWI'Y ENQINEERIIQG,INC. Q'y 1925 NW 18th Street Pompano Beach, FL 33069 Tel: (954)972-9800 Fax: (954)974-0042 PROPOSAL/CONTRACT Attention: i Mr.Austin P.M. Date E 2/9/16 Company: ' City of Opa-Locka Address: 780 Fisherman St. i Project ` Mr. Aida Austin Manager City/State ! Opa-Locka, FL 33054 PROJECT ` Water Meters Replacement Plan date N/A NAME: Cairo Lane Road and NW 127th Street-Equipment Only We hereby propose to provide the following services for equipment supply as requested by City of Opa-Locka and subject to the applicable specifications provided by City.Equipment will be provided in compliance with all governing municipality standards for this type of application. Proposed equipment to be supplied as follows: 1.) Furnish 42 new water meters for Cafo and NW 127"'street as per count list provided by City of 0pe-Lorin e-mail dated November 4,2015(see attached).Selected supplier and low bidder for.equipment supply is the same vendor who previously supplied City with existing water meters equipment already Installed.Qusntlty and size of required water metes as follows: (40)W meters (1)1"metier (1)r Meter (25)le meter box and lid covers (10),W dual meter bok and lid cover (2)1"Meter box and Id cover (2)r Meter box and lid raver (42)Meter end point(ERT) Equipment to be supplied as described below: - 5/850/4"Badger model 25 low lead bronze case,polymer plate,polymer register housing&lid,glass lens HRE encoder register,Itron 100W (2 post)endpoint with integral antenna. - Badger 1"model 55 low lead bronze case,polymer register housing,lid,ADE encoder register with Itron 100W In US gallons.NPr or 2-bolt oval flanged ends. - Badger 2"Model 170 low head bronze case,polymer register housing,lid,ADE encoder register with Itron 100W In US gallons and NPr or 2- boit oval flanged ends. 2.) Attached please find the requested backup quotes from three different vendor/suppliers of equipment.The selected vendor Is The Avanti Company from Avon Park Florida.Price Includes 5%'applicable sale tax. $9,609.96 This price does dot Include installadon or water meters equiPmeet service pipe on building side of meisr,double detector caeca valee,lire line bWrbny side of DDCV,pkrinb rig Inside private property and radimes.V any additional wok required under -... of this project attsdied fee schedule sheet we apply Ibr engineering services end construction tabor and ecna anent rates.Partial pay is due and payable upon billing with beta due WI be subject to attorney tees for collection and/or dean of den. After ao days,a monthly charge of 1-1/2%of the unpaid>x♦krKa wet be charged and • RESPECTFULLY SUBMITTED: ThIs proposal void 7.- 30 days. ACCEPTANCE OF PROPOSAL/CONTRACT This proposal is accepted with the above terms and conditions. You are hereby instructed to proceed with this work. SIGNATURE: Please print name and title: Dated: eity Airia Austin Phone: 305.321.2595 CIP Project Manager February 25, 2016 Thomas Montgomery Engineering Specialist IV FDEP—State Revolving Fund Program Division of Water Restoration Assistance Re:Water Service Lines Replacement at Cairo Lane,Opa•locka Dear Mr. Montgomery, Intercounty Engineering, the contractor for the roadway construction of Cairo Lane and NW 127th Street performed exploratory digging for possible conflicts between the existing lateral water lines and the proposed drainage trunk line that runs along the east side of Cairo Lane. The conflicts were confirmed and it was brought up to the city's attention the poor condition in which the water service lines were found. They are old and exposure to the surrounding soil composition has caused them to corrode significantly The City evaluated Intercounty's proposal (see attachments) and decided to proceed with the replacement of the water service lines for the following reasons: • Leaking water pipes incur significant monetary cost. • Repair of a rupture pipe will be very difficult to perform once the road is built. Water pipes will be below eight inches (8in.) of concrete pavement and four inches (4in.) of cement treated subbase. • Existing pipe condition does not allow for partial repairs; instead, they must be repaired from the service connection point to the main line. Based on the information presented above and documents attached, the City of Opa-locka is hereby requesting approval of the proposed water service lines replacement at Cairo Lane. Sinc rely, Airia Austin CIP Project Manager CITY HALL •780 FISHERMAN SPREEr 4�FLOOR FLORIDA 33054 •(305)453-2821 AN EQUAL OPPORTUNITY EMPLOYER AND DOES NOT DISCRIMINATE ON THE BASIS OF HANDICAP "o Ni- t~iffo �W.9 —� W�ti 0 C U H' > W aC 0 W us 2 Q W J jt ou3, 3 2 C ^ W 1, :.S o 2 W br 1 mo �i I vi w m 2 -`+W '4 W„, _ ^ aQ W ry ` _ tWl1 W su I._ W F.3 u i 3u Q a ` W 3 u: P x� CC b °u s W W W 2 V ti ►c u W CC Nr \ u1 > UI WW Vhf <>< \ �14Q W W p� QV 0� ` WaW 4 W '• iP ti OWN 4 VI _Op• gR 2 4C c3 �2C W vlZ g( IA F c W� 1i1 'a 4 Q� Z O 2O� W ` 4 n'1 �v 0 `V a \ °x NI— z o= �a \ v '� W b ` W o Q = W Vh�� 1- \ 4 2 ti CY` = . W d t � 1 ?`W ... \ . 2 2 W d b N 3 0 FH., ” IL o W 2 Z vm b�'; ict I I.. d U Y W 0. lc b N o 2$ Ou QU0 Q OW 3z2 OD W g' I Z 0 ' J qQ oo z o UI o J ... xa ° �� c� tvn? > W o0 C �O x0 dQ Wda W h \� W� W� Li; ti WW O O W W U ���\ 2 N ti ti `•¢ �,W F. U W G a K C CC W W 2 �-Q3W �°, �3W�o !U j'00.W O -, 1 LI uW�n. NOT FOR CONSTRUCTION .� SIN INGm1 LLC ci DATE 10/12/15 �.,,a+ +`�°� 2 8 CAIRO LN SHEET oiu pL ruarw ra sa SCALE N.ZS r+ (664 vaS- V DESIGNED BY: RS AND PROPOSED 2' SERVICE ...4•1.4 'nZMI w DRAM BY. RS CONNECTION I�IddNlNOQIfl=c0r NW 127TH STREET w-1 CHECKED EM RS