Title
MOTION TO APPROVE AN AGREEMENT WITH ALL WEBBS ENTERPRISES, INC. TO PERFORM MECHANICAL INTEGRITY TESTING (MIT) AT THE WASTEWATER TREATMENT PLANT (WWTP) INJECTION WELLS IW-1 AND IW-2 UTILIZING PRICING ESTABLISHED IN VILLAGE OF WELLINGTON’S ITB 202524 “WATER RECLAMATION FACILITY CLASS I INJECTION WELL SYSTEM MECHANICAL INTEGRITY TESTING” IN AN AMOUNT NOT TO EXCEED $144,100, WHICH INCLUDES A 10% OWNER’S CONTINGENCY IN THE AMOUNT OF $13,100, 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 regarding "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) of the City’s Code of Ordinances, “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 utilizes two deep injection wells at the Wastewater Treatment Plant (WWTP) to dispose of treated wastewater after required contaminant removal efficiencies are achieved.
2. The operating permits issued to the City of Pembroke Pines Utilities Department by the Florida Department of Environmental Protection (FDEP) require that a Mechanical Integrity Test (MIT) be performed at least once every five (5) years to ensure the structural integrity of the wells to perform as intended and in accordance with Florida Administrative Codes. The proposed testing is time sensitive and is a regulatory requirement within Florida Administration Code Section 62-528.
3. On August 20, 2025, the City commission approved the Hydro-geological Consulting Services by Connect Consulting, Inc. to provide complete MIT activities for two, municipal deep injection wells, IW-1 and IW-2. Connect Consulting, Inc. has prepared the 2025 MIT Plan. The plan outlines the scope of work the Contractor is required to perform for the City's deep injection wells.
The Utilities Department have identified All Webbs Enterprises, Inc. (All Webbs) as a qualified, reliable Contractor that has performed similar MIT for numerous other municipalities.
4. On November 25, 2025, All Webbs submitted a proposal to Utilities staff using the line-item pricing established under the Village of Wellington’s active contract, ITB 202524, for a total amount of $131,000 covering both injection wells. The wells in the Village of Wellington are comparable to those in the City of Pembroke Pines, as both are deep injection wells.
The Utilities Department requests a 10% owner’s contingency in the amount of $13,100 for any unforeseen repairs that would need to be performed during the MIT test. The total contract value including contingency is $144,100.
5. Motion to approve an agreement with All Webbs Enterprises, Inc. to perform Mechanical Integrity Testing (MIT) at the Wastewater Treatment Plant (WWTP) Injection Wells IW-1 and IW-2 utilizing pricing established in Village of Wellington’s ITB 202524 “Water Reclamation Facility Class I Injection Well System Mechanical Integrity Testing” in an amount not to exceed $144,100, which includes a 10% owner’s contingency in the amount of $13,100, pursuant to Section 35.18(C(5) of the City’s code of ordinances.
Financial Impact
FINANCIAL IMPACT DETAIL:
a) Initial Cost: $144,100
b) Amount budgeted for this item in Account No: Funds were not budgeted for this but will be allocated to account no. 471-535-6022-531500-0000-000-0000- (Professional Svc - Other) upon commission approval.
c) Source of funding for difference, if not fully budgeted: Upon Commission approval, a Budget Adjustment will be made to move funds from account no. 471-535-6022-663000-0000-000-0000- (Improvement Other Than Bldg) to account no. 471-535-6022-531500-0000-000-0000- (Professional Svc - Other)
d) 5 year projection of the operational cost of the project
|
|
Current FY |
Year 2 |
Year 3 |
Year 4 |
Year 5 |
|
Revenues |
N/A |
|
|
|
|
|
Expenditures |
$144,100 |
|
|
|
|
|
Net Cost |
$144,100 |
|
|
|
|
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