Title
MOTION TO APPROVE AN AGREEMENT WITH ENVIROWASTE SERVICES GROUP, INC., INSITUFORM TECHNOLOGIES, LLC., IMR DEVELOPMENT CORP, JMP GROUP, LLC., AND USSI, LLC. FOR INFILTRATION AND INFLOW REDUCTION (I&I) SERVICE ON AN AS NEEDED BASIS UTILIZING PRICING ESTABLISHED BY THE CITY OF SUNRISE’S BID NO. 25-37-03-MS “SEWER REHABILITATION & MAINTENANCE AND INFILTRATION & INFLOW REDUCTION PROGRAM” IN AN ANNUAL AMOUNT NOT TO EXCEED $1,500,000, PURSUANT TO SECTION 35.18(C)(5) OF THE CITY’S CODE OF ORDINANCES.
Summary Explanation and Background
PROCUREMENT PROCESS TAKEN:
- Chapter 35 of the City’s Code of Ordinances is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”
- Section 35.18 of the City's Code of Ordinances is titled "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS."
- Section 35.18(C) states that "Only the following situations are exempt from the competitive bid and competitive proposal requirements of this section:"
- Section 35.18(C)(5) states that commodities or services that are the subject of contracts with the state its political subdivisions or other governmental entities including the United States Government, are exempt from the competitive procurement process.
- Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."
- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission approval.”
- Section 35.21(A)(1) states, "An initial purchase of, or contract for, commodities or services, in excess of $100,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."
SUMMARY EXPLANATION AND BACKGROUND:
1. The City of Pembroke Pines Utilities Department is responsible for the optimal operation and maintenance of the wastewater collection system. To this end, the city has been implementing the infiltration and inflow reduction (I&I) program, which identifies locations of groundwater infiltration, locates rainwater inflows in our sewage collection system, and then performs the necessary repairs.
Historically, the City has procured I&I related services based on the specific phase of the I&I program being implemented. The I&I program generally consists of the following phases:
• Phase 1 - Identification of I&I Sources:
Identification of areas within the sanitary sewer system experiencing I&I through Sanitary Sewer Evaluation Study (SSES), including midnight flow studies, manhole inspections, and smoke testing.
• Phase 2 - Defect Identification and Assessment:
Identification of defects and evaluation of their severity through CCTV inspections.
• Phase 3 - Repairs Evaluation and Prioritization:
Determination of the types of repairs required and prioritization of repairs based on the severity of the identified defects.
• Phase 4 - Rehabilitation and Repairs:
Completion of the necessary repairs and rehabilitation work to the sewer infrastructure.
The City has identified sewer basins currently falling within Phases 2 and 4 of the I&I program. Accordingly, these services are necessary to identify and address defects within the sanitary sewer system and reduce I&I throughout the collection system.
2. On July 8, 2025, the City of Sunrise awarded Bid No. 25-37-03-MS, “Sewer Rehabilitation and Infiltration & Inflow Reduction Program.” The contract includes a comprehensive range of bid line items covering the various activities necessary to support the City’s I&I reduction program and permits the use of multiple contractors across four (4) work areas.
This structure provides operational flexibility by allowing the City to utilize contracts with more focused scopes of work, helping maintain continuity of operations and minimize delays that could result from contractor performance issues associated with awarding a single contract encompassing all four (4) work areas. The City of Sunrise awarded the bid as outlined below:
Group A - Excavated Point Repairs
Primary Envirowaste Services Group, Inc. (A1)
Secondary Insituform Technologies, LLC. (A2)
Group B - Manhole Rehabilitation
Primary IMR Development Corp (B1)
Secondary JMP Group, LLC. (B2)
Group C - Mainline and Lateral Lining Addendum No. 2
Primary Envirowaste Services Group, Inc. (C1)
Secondary Insituform Technologies, LLC. (C2)
Group D - Smoke Testing
Primary USSI, LLC. (D1)
Secondary Envirowaste Services Group, Inc. (D2)
Below is a summary of the awarded bids, reorganized by the awarded vendor:
Envirowaste Services Group, Inc.
A1 Excavated Point Repairs Primary
C1 Mainline and Lateral Lining Primary
D2 Smoke Testing Secondary
Insituform Technologies, LLC.
A2 Excavated Point Repairs Secondary
C2 Mainline and Lateral Lining Secondary
IMR Development Corp
B1 Manhole Rehabilitation Primary
JMP Group, LLC.
B2 Manhole Rehabilitation Secondary
USSI, LLC.
D1 Smoke Testing Primary
3. The City of Sunrise’s Contract is valid through August 31, 2027, and allows for two (2) additional one (1) year renewal terms.
4. The Utilities Department is interested in utilizing this contract on an as-needed basis to identify and repair components of the City’s sanitary sewer system. The Department will issue a purchase order for each identified task and will ensure that the aggregate annual award amount for all five vendors does not exceed $1,500,000.
The City has currently identified the following tasks to be completed under this contract:
• 15 sewer basins where sanitary sewer gravity lines require CCTV inspections (Phase 2 - Defect Identification and Assessment).
• 12 sewer basins where sanitary sewer gravity lines require rehabilitation and repairs (Phase 4 - Rehabilitation and Repairs).
• 32 sewer basins where manholes require rehabilitation and repairs (Phase 4 - Rehabilitation and Repairs). Some of the sewer basins identified for manhole repairs overlap with those identified for gravity line repairs.
5. Staff recommend City Commission approve an agreement with Envirowaste Services Group, Inc., Insituform Technologies, LLC., IMR Development Corp, JMP Group, LLC., and USSI, LLC. for infiltration and inflow reduction (I&I) service on an as needed basis utilizing pricing established by the City of Sunrise’s Bid No. 25-37-03-MS “Sewer Rehabilitation & Maintenance and Infiltration & Inflow Reduction Program” in an annual amount not to exceed $1,500,000, pursuant to Section 35.18(C)(5) of the City’s Code of Ordinances.
Financial Impact
FINANCIAL IMPACT DETAIL:
a) Initial Cost: $1,500,000
b) Amount budgeted for this item in Account No: Funds were not budgeted this fiscal year in Account no. 471-535-6021-534950-0000-000-0000-00828 (Other Svc - Maintenance)
c) Source of funding for difference, if not fully budgeted: Funds were Budgeted in Account no. 471-535-6021-663192-0000-000-0000- (Sewer Lines) for this scope. Upon Commission’s approval, $1,352,060 shall be moved from the Sewer Lines Account to the Other Svc- Maintenance Account.
d) 5 year projection of the operational cost of the project
|
|
FY 2026 |
FY 2027 |
FY 2028 |
FY 2029 |
Year 5 |
|
Revenues |
|
|
|
|
|
|
Expenditures |
$1,352,060 |
$1,500,000 |
$0 |
$0 |
$0 |
|
Net Cost |
$1,352,060 |
$1,500,000 |
$0 |
$0 |
$0 |
e) Detail of additional staff requirements: Not Applicable.
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable.
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable