Hollywood FL banner
File #: R-2018-108    Version: 1 Name: First Amendment to Envirowaste Agreement for Gravity Sewer
Type: Resolution Status: Passed
File created: 3/14/2018 In control: Department of Public Utilities
On agenda: 4/4/2018 Final action: 4/4/2018
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The Attached First Amendment To The Agreement With Envirowaste Services Group, Inc. For The Gravity Sewer System Condition Assessment, Renewal, And Replacement Program (A.K.A. Inflow/ Infiltration Reduction Program) (Level 2) - Excavated Point Repairs For Evaluation And Potential Repair Work Of Additional Sewer Basins, As Identified In The 2007/2008 Wastewater System Master Plan, In The Amount Of $1,166,705.00 (Project No. 16-7081).
Attachments: 1. 01 Resolution - First Amendment to Envirowaste Agreement for Gravity Sewer.pdf, 2. 03 Amendment 1 - First Amendment to Envirowaste Agreement for Gravity Sewer (7081).pdf, 3. 02 Exhibit A - First Amendment to Envirowaste Agreement for Gravity Sewer (7081).pdf, 4. 04 Envirowaste Letter - First Amendment to Envirowaste Agreement for Gravity Sewer (7081).pdf, 5. TERMSHEETFIRSTAMENDENVIROWASTEPROJECT167081.pdf, 6. BIS 18-132.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute The  Attached First Amendment To The Agreement With Envirowaste Services Group, Inc. For The Gravity Sewer System Condition Assessment, Renewal, And Replacement Program (A.K.A. Inflow/ Infiltration Reduction Program) (Level 2) - Excavated Point Repairs For Evaluation And Potential Repair Work Of Additional Sewer Basins, As Identified In The 2007/2008 Wastewater System Master Plan, In The Amount Of $1,166,705.00 (Project No. 16-7081).

 

 

Body

 

Staff Recommends: Approval of the attached Resolution

 

 

Explanation:

On March 15, 2017, the City Commission passed and adopted Resolution No. R-2017-073, which authorized the execution of a contract with Envirowaste Services Group, Inc. in the amount of $1,166,705.00.

 

Envirowaste Services Group, Inc. was given an initial term of two years with three renewal terms of one year each at the option of the City.

 

Envirowaste Services Group, Inc. worked quicker than expected and completed all the work identified under the current contract before the end of the two-year term.

 

Based on the findings of the 2007/2008 Wastewater System Master Plan and of previously performed Sanitary Sewer System Evaluation Surveys, Department of Public Utilities staff has identified additional sanitary sewer basins which require detailed evaluation and potential repair work.

 

Because the term of the current contract is still in effect, the City can only authorize Envirowaste Services Group, Inc. to perform the additional work by an amendment to the existing contract and not by a renewal of the contract.

 

Envirowaste Services Group, Inc. is willing to amend the contract under the same terms and conditions of the existing Agreement for a one year period.

 

 

 

Section 38.40(C)(8) of the Code of Ordinances provides that purchases of, and contracts for, supplies or contractual services, when the Commission declares by a five-sevenths (5/7ths) affirmative vote that competitive bidding and competitive proposals are not in the best interest of the City, are exempt from the competitive bid and competitive proposal requirements of the Purchasing Ordinance.

 

The Administration recommends that the City Commission authorize the appropriate City Officials to execute the attached amendment to the existing contract with Envirowaste Services Group, Inc. for a one year period for the implementation of the Gravity Sewer System Condition Assessment, Renewal and Replacement Program (a.k.a. Inflow / Infiltration Reduction Program) (Level 2), for the additional sanitary sewer basins which require detailed evaluation and potential repair work in the amount of $1,166,705.00 .

                                                                                                                          

Funding was included in the in the Fiscal Year 2018 Capital Improvements Program that was approved pursuant to Resolution No. R-2017-289.

                                                                                                     

Funding is available in the account number 42.4000.86873.536.006301.

 

The estimated construction time for this project is 365 calendar days from the Notice to Proceed.

 

 

Recommended for inclusion on the agenda by:

Dr. Wazir A. Ishmael, City Manager

Gus Zambrano, ACM, Sustainable Development

Cintya Ramos, Director, Finance & Administration

Steve Joseph, Director, Public Utilities

Paul Bassar, Director of Procurement & Contract Compliance