Loading...
96-22139 RESO RESOLUTION NO. 96-22139 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENT NO. 7 TO THAT CERTAIN AGREEMENT BY AND BETWEEN THE CITY OF MIAMI BEACH AND CAMP DRESSER & MCKEE INC., DATED JUL Y 21, 1992, FOR PROFESSIONAL SERVICES FOR THE UPGRADE OF SEWER AND WATER PUMPING STATIONS AND FOR THE DESIGN OF A NEW WATER PUMPING STATION ON MACARTHUR CAUSEWAY, PROVIDING FOR THE DESIGN Of SAFETY AND MAINTENANCE RELATED ENHANCEMENTS TO EXISTING PUMP STATIONS; AND APPROVING AN INCREASE IN THE APPROPRIATION TO WORK ORDER 2138 FROM WATER AND SEWER REVENUE BONDS IN THE AMOUNT OF $87,832. ./ WHEREAS, on July 8, 1992, the Mayor and City Commission approved Resolution No. 92- 20540, authorizing the Mayor and City Clerk to execute an agreement (lithe Agreement"), dated July 21, 1992, by and between the City of Miami Beach and Camp Dresser & McKee Inc., providing for engineering services for upgrading sewer and water pumping stations and the design of a new water pumping station on MacArthur Causeway and authorizing a funding appropriation for Phase I - Preliminary Design for Pump Stations, as described in the Agreement, in the amount of $129,442; and WHEREAS, on September 22, 1993, the Mayor and the City Commission approved Resolution No. 93-20905, authorizing the Mayor and City Clerk to execute the first amendment to the Agreement, authorizing the performance of Phase II - Final Design for Pump Stations, as described in the Agreement, in the amount of $658,325; and WHEREAS, on November 4,1993, Amendment No.2 to the Agreement was executed, as a result of the need for the relocation of the site for the water pumping station on MacArthur Causeway, increasing the amount of the Agreement by $5,200; and WHEREAS, on April 6, 1994, the Mayor and the City Commission approved Resolution No. 94-21116, authorizing the Mayor and City Clerk to execute Amendment No.3 to the Agreement, authorizing the performance of Phase II - Final Design pertaining to the new water pumping station on MacArthur Causeway, increasing the amount of the Agreement by $60,000; and WHEREAS, on February 15, 1995, the Mayor and the City Commission approved Resolution No. 95-21495, authorizing the execution of Amendment No.4 to the Agreement in the amount of$127,991, to provide for additional architectural, surveying and geotechnical services to equip all water booster pumping stations with emergency generators and to replace emergency generator equipment which was in poor condition at nine wastewater pump stations; and WHEREAS, on July 5, 1996, Amendment No.5 was executed, increasing the amount of the Agreement by $9,200, for the performance of structural design modifications to the Terminal Island pump station; and WHEREAS, on September 11, 1996, the Mayor and City Commission approved Amendment No.6, increasing the amount of the Agreement by $38,880, to provide for the necessary redesign of the generator building for pump station no. 11 resulting from its relocation from the proposed site to a new location; and WHEREAS, the proposed Amendment No.7, which is attached hereto and incorporated herein as Exhibit "A", contains an additional scope of work to be added to the Agreement; and WHEREAS, this additional scope of work, which is attached to and incorporated in the proposed Amendment No.7 as Attachment "7-A", provides for the performance of additional engineering design work to address safety and maintenance related issues at the pump stations; and WHEREAS, the design of these safety and maintenance features is a critical component of the overall upgrade of the pump stations. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA as follows: 1) The Mayor and City Clerk are authorized to execute Amendment No.7, which is attached hereto and incorporated herein as Exhibit "A", to that certain Agreement by and between the City of Miami Beach and Camp Dresser & McKee Inc., dated July 21, 1992, for professional services for the upgrade of sewer and water pumping stations and for the design of a new water pumping station on MacArthur Causeway, providing for the design of safety and maintenance related enhancements to pump stations. 2) The appropriation from the water and sewer revenue bonds to work order 2138 IS increased by $87,832. 3) This resolution shall take effect immediately upon its adoption. PASSED AND ADOPTED THIS 25th d ,1996. ATTEST: City Clerk FORM f,PPROVED LEGAL EPl. By A Rb~~ ~(lA~ A:\AMEND7PS.CDM Date CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 CITY OF MIAMI BEACH COMMISSION MEMORANDUM NO. 551o-q(.:. TO: Mayor Seymour Gelber and Memben of the City Commissi n DATE: September 25, 1996 FROM: Jose Garcia-Pedrosa City Manager SUBJECT: APPROVING AND AUTHORIZING EXECUTION OF AMENDMENT NO.7 TO THE AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CAMP DRESSER & MCKEE INC. FOR PROFESSIONAL SERVICES FOR THE UPGRADE OF SEWER AND WATER PUMPING STATIONS AND DESIGN OF A NEW WATER PUMPING STATION ON MACARTHUR CAUSEWAY IN THE AMOUNT OF $87,832 ADMINISTRATION RECOMMENDATION It is recommended that the City Commission approve a resolution authorizing the Mayor and the City Clerk to execute Amendment No. 7 to the agreement between the City of Miami Beach and Camp Dresser & McKee Inc. (CDM) for professional services for the upgrade of sewer and water pumping stations and design of a new water pumping station on the MacArthur Causeway and approve an increase in appropriations to work order 2138 from water and sewer revenue bonds in the amount of $87,832. BACKGROUND On July 8, 1992, the City Commission passed Resolution No. 92-20540 authorizing the Mayor and City Clerk to execute an agreement between the City of Miami Beach and Camp Dresser & McKee Inc. to provide engineering services for upgrading sewer and water pumping stations (part 1) and design of a new water pumping station on the MacArthur Causeway (part 2). Following this authorization, work order no. 2138 was established to provide for appropriated funding. The contract documents include the scope of work for Phase I - Preliminary Design for both Part 1 and Part 2 at a cost of $129,442. The contract documents also include provisions for the addition of incremental phases to the contract by amendment. Upon completion of Phase I - Preliminary Design, the Final Design phase was entered into by amendment to the contract. On September 22, 1993, the City Commission passed Resolution No. 93-20905 approving Amendment No. 1 authorizing Phase II - Final Design for Part 1 (Pump Station Upgrades) at a cost of $658,325. DATE e7M 9 - :}5-'1 L.. AGENDA ITEM Commission Memorandum - September 25, 1996 Amendment to Camp, Dresser Contract - Pump Station Upgrades Page 2 On November 4, 1993 the City Manager approved Amendment No.2 in the amount of $5,200 for Preliminary Design Part II for New Pump Station on the MacArthur. On April 6, 1994, the City Commission adopted Resolution No. 94-21116 approving Amendment No.3 or Phase II- Final Design of Part 1 (New Pump Station on MacArthur Causeway) at a cost of $60,000. On February 15, 1995, the City Commission approved Resolution No.95-21495 for Amendment No. 4 in the amount of $127,991 for architectural redesign of pump stations and provision of emergency generators. On July 5, 1996, the City Manager approved Amendment No.5 in the amount of $9,200 for structural design modifications for the Terminal Island pump station. On September 11, 1996, the City Commission approved Amendment No.6 in the amount of $38,880 for the redesign associated with the relocation of the proposed generator building for pump station 11 which is situated in the area of the convention center and the theater. ANALYSIS Amendment No.7 is for additional design work performed to address safety and maintenance issues at 17 pump stations which were not included in the original scope of work for this project. These improvements are critical components of the overall upgrade of the pump stations. The cost of this design work for these pump stations is $87,832. The average cost for design of the access, safety and operations and maintenance features is $5,989 for each of five water pump stations and $3,745 for each of 12 wastewater pump stations requiring these improvements. (Attachment A) The total design fees for pump station upgrades is less than five percent of the $18 million estimated construction cost for this project. Funding for this amendment in the amount of $87,832 is-available from the water and sewer bond funds. CONCLUSION It is recommended that the City Commission approve the resolution authorizing the Mayor and City Clerk to execute Amendment No.7 to the agreement between the City of Miami Beach and Camp Dresser & McKee Inc. and to appropriate an increase to work order no. 2138 of $87,832 from the water and sewer revenue bonds. ~ ,rm ~NOAlDS/KM c:\ WPWIN60\96KASL YNlCCMEMOS\AMEND7PS.CDM << Type Water Water Water Water Water Wastewater Wastewater Wastewater Wastewater Wastewater Wastewater Wastewater Wastewater Wastewater Wastewater Wastewater Wastewater Pump Station Attachment A TABLE 2 DESIGN COST BY STATION Description of Work 25th Street Misc. physical improvements and renovations for access, safety and O&M 41st Street Misc. physical improvements and renovations for access, safety and O&M Belle Isle Misc. physical improvements and renovations for access, safety and O&M Normandy Isle Misc. physical improvements and renovations for access, safety and O&M 75th Street Misc. physical improvements and renovations for access, safety and O&M 1 10 11 15 19 21 22 23 24 27 28 29 Design $5,989(3) $5,989(3) $5,989(3) $5,989(3) $5,989(3) Subtotal (Water stations) $29,945 Misc.renovations for access, safety and O&M Misc.renovations for access, safety and O&M Misc.renovations for access, safety and O&M Misc.renovations for access, safety and O&M, includes modifications for integration of PS 16 Misc.renovations for access, safety and O&M Misc.renovations for access, safety and O&M Misc.renovations for access, safety and O&M Misc.renovations for access, safety and O&M Misc.renovations for access, safety and O&M Misc.renovations for access, safety and O&M Odor control-driven new screen chamber and gravity influent sewer; Misc. renovations for access, safety and O&M Misc.renovations for access, safety and O&M $3,745(b) $3,745(b) $3,745(b) $3,745(b) $3,745(b) $3,74S(b) $3,74S(b) $3,74S(b) $3,745(b) $3,74S(b) $12,092 $3,74S(b) Subtotal (Wastewater stations) $53,287 OTHER DIRECT COSTS OUTSIDE PROFESSIONALS (core drilling and surveying) $2,000 $2,600 TOTAL $87,832 (a) Represents average cost for water stations, as level of effort was similar (b) Represents average cost for wastewater stations, as level of effort was similar EXHIBIT "A" AMENDMENT No.7 TO AGREEMENT ,BETWEEN CITY OF MIAMI BEACH AND CAMP DRESSER & McKEE INC. FOR PROFESSIONAL SERVICES FOR THE UPGRADE OF SEWER & WATER PUMPING STATIONS AND FOR THE DESIGN OF A NEW WATER PUMP STATION ON MACARTHUR CAUSEWAY This is the Seventh Amendment (the "Seventh Amendment"), dated as of September 25 , 1996, to that certain agreement ("the Agreement"), as amended, dated July 21, 1992, by and between the City of Miami Beach, Florida (the "City") and Camp Dresser & McKee, Inc. ("Consultant"). The Agreement, as amended by those certain six previous amendments, is referred to herein as the "Agreement, as amended." RECITALS WHEREAS, it is prudent to incorporate safety and maintenance related improvements into the design of 17 pump stations, to minimize safety risk and to avoid potentially greater capital costs later; and WHEREAS, the City and Consultant desire to proceed with the design of these improvements. NOW, THEREFORE, in exchange for the mutual promises contained herein, and other good and valuable consideration, the receipt and adequacy of which is hereby conclusively acknowledged, the parties agree as follows: 1. ABOVE RECITALS. The above recitals are true and correct and are incorporated as a part of this Seventh Amendment. 2. MODIFICATIONS The Agreement, as amended, is changed as follows: a. Schedule A (Scope of Services, Compensation and Schedule), Section A.l.2 (Final Design), Subsection A.l.2.1 (Document Production): Add the following new sentence at the end of Subsection A.l.2.1: "The Consultant will provide final design services for safety and maintenance improvements to seventeen (17) pump stations, pursuant to Attachment 7-A attached hereto and incorporated herein." b. Schedule A, Section A4 (Compensation): Add the following new sentence at the end of Section A4: "Compensation for Phase II (Final Civil, Mechanical/HV AC, Electrical, Structural, Instrumentation and Control Design) for the design of safety and maintenance improvements to seventeen (17) pump stations, pursuant to Attachment 7-A attached hereto and incorporated herein, shall be a lump sum amount of eighty-seven thousand eight hundred and thirty- two dollars ($87,832). Invoices shall be sent monthly and shall be based upon the percentage of completion method." c. Schedule A, Section A5 (Schedule): Add the following new sentence at the end of Section A5: "Completion of Phase II (Final Design) for the design of safety and maintenance improvements to seventeen (17) pump stations, pursuant to Attachment 7-A attached hereto and incorporated herein, shall be within 45 days of Consultant's receipt of written authorization from the City to proceed." 3. OTHER PROVISIONS. The other provisions of the Agreement, as amended, are unchanged. 4. RATIFICATION. The City and Consultant ratify their agreement with the terms of the Agreement, as amended, as modified by this Seventh Amendment. 5. GOVERNING LAW. This Seventh Amendment shall be governed by and construed in accordance with the laws of the State of Florida, without reference to principles of conflict of laws. 6. HEADINGS. Headings in this Seventh Amendment are only for convenience, are not a substantive part of this Seventh Amendment or the Agreement, as amended, and do not affect the meaning of any provision of this Seventh Amendment or the Agreement, as amended. IN WITNESS WHEREOF, the parties hereto caused this Seventh Amendment to be executed in their names by their duly authorized officials as of the date first set forth above. By rORM f\PPROVED LEGAL ~ By 111 tJk 0"'0. ci/llA/ct/' ,~~~ ---fI+f~'_..- ATTEST: \~ok~ YaA-~ City Clerk, Robert Parcher SEAL CONSULTANT CAMP DRESSER & McKEE INC. By ~~~ ARMANDO 1. PEREZ, P.E., PH.D. VICE PRESIDENT ATTEST: n, "\. r:i n < ~ )o~L~ I~l. ~-_. .... (Signature) " CORPORATE SEAL Richard M. Doherty Clerk of the Corporation Print Name and Title ATTACHMENT 7-A PROJECT SCOPE AND BUDGET FINAL DESIGN AND PREPARATION OF CONTRACT PLANS AND SPECIFICATIONS PROJECT: Upgrade of Water and Sewer Pump Stations and Design of a new Water Pump Station on MacArthur Causeway PROJECT DESCRIPTION: Final design of safety related and maintenance related additions to seventeen pump stations PROJECT REFERENCE: Amendment No.7 to Agreement between the City of Miami Beach and Camp Dresser & McKee Inc. ("CDMtI), dated July 21, 1992, for consulting services SCOPE AND BUDGET: CDM will perform the work described below at the fees and costs listed below: A. Design and preparation of two contract drawings for a new screen chamber in the gravity influent sewer to Pump Station No. 28, and additions to the project technical specifications. Principal (Environmental) Principal (Structural) Professional I (Environmental) Professional II (Structural) Senior Support (Designer) Staff Support (Drafter) 16 hours @ $115 = 4 hours @ $115 = 16 hours @ $65 = 32 hours @ $65 = 8 hours @ $65 = 48 hours @ $50 = $1,840 460 1,040 2,080 520 2.400 Subtotal 124 hours $8,340 B. Preparation of five contract drawings, one each for the five water booster pump stations, as identified below, of physical improvements and modifications to these five pump stations. These improvements and modifications include, but are not limited to, replacement of suction and discharge valves; replacement of flooring; cleaning, repairing, and painting all interior surfaces; replacement of sump pumps and site improvements. . 25th Street Station - Replacement of all suction and discharge gate and check valves - Cleaning and painting of all interior surfaces, building walls and ceilings, equipment and piping - Removal of damaged vinyl tile flooring and installation of new ceramic tile flooring . 41 st Street Station - Filling of transformer vault and installation of new top slab Installation of new pump removal hatch covers in pump station roof Installation of new ceramic tile floor Installation of new aluminum grating over pipe trench Installation of new sump pumps and discharge piping Cleaning and painting of all interior surfaces, building walls and ceilings, equipment and piping . Belle Isle Station - Installation of new sump pump and discharge piping - Installation of two shutoff gate valves inside the station - Cleaning and painting interior surfaces, building walls, ceiling and floor - Repairing cracks in top slab of station and pressure cleaning, sealing and painting . Normandy Isle Station - Repairing cracks in structure walls - Replacement of all suction and discharge gate and check valves - Cleaning and repairing existing ceramic tile floor - Cleaning and painting interior surfaces, building walls, ceiling, equipment and pIpmg . 75th Street Station - Installation of new access door in west end of building - Replacement of all suction and discharge gate and check valves - Installation of new ceramic tile floor - Cleaning and painting all interior surfaces, walls, ceiling, equipment and piping C. Renovation of and corrective work pertaining to the Twelve Wastewater Pump Stations, including, but not limited to, the performance of the following work: . all miscellaneous metals, screening platforms and supports, aluminum gratings and supports, and metal stairs for the wet wells are to be replaced . all of the deep vertical access ladders are to be replaced and intermediate landings installed, wherever possible; ships ladders will be used to replace vertical ladders, wherever possible . intermediate inspection platforms will be installed in Pump Station No. 22 and Pump Station No.24 . the entire top slab of the pump rooms at Pump Stations Nos. 22 and 24 must be removed by crane in order to remove the pumps; new fixed top slabs, with the proper pump removal mechanisms and access hatches, will be installed . the pump seal water systems in all of the wastewater pump stations will be replaced with new seal water system designs, including new supply and drain piping . a station bypass pump connection and associated valving will be designed for Pump Station No.1 . structural repair or replacement of the wet well slab at Pump Station No.1 is to be designed . design of internal modifications, drawings, and details to the Pump Station No.1 building to house the new emergency generator . abandoned Pump Station No. 16 will be partly demolished and modified to serve as the generator/pump control pad for Pump Station No. 15, requiring additional drawings, details, and site work . new generator/pump control pads are to be designed and sited for Pump Station No. 22 and Pump Station No. 24 . new top slabs are to be installed to serve as generator/pump control pads for generator vault at Pump Station No. 19 and the generator and transformer vaults at Pump Station No. 27 . the existing generator at Pump Station No. 10 will be removed and the pad demolished . the existing generator at Pump Station No. 11 will be removed and the pad demolished; the existing transformer vault will be demolished and filled . the transformer vault at Pump Station No. 21 will be demolished and filled . the transformer and generator vaults at Pump Station Nos. 28 and 29 will be demolished and filled and new entrance structures and access stairs will be provided and installed . pump motor inspection platforms will be added to Pump Stations 28 and 29 for both the dry pit and the booster pumps . existing sump pumps and their discharge piping are to be replaced in all pump stations . existing access and pump removal hatch covers are to be replaced on all pump stations Officer Principal Engineer (Environmental) Principal Engineer (Specifications) Senior Professional (Specifications) Professional II (Structural) Senior Support (Designer) Staff Support (Drafter) Subtotal Officer Principal (Environmental) Principal (Specifications) Principal (Structural) Senior Professional (Specifications) Professional II (Structural) Senior Support (Designer) Staff Support (Drafting) Project Admin. (Clerical) Subtotal TOTAL DESIGN LABOR COST (A+B+C) = TOTAL LEVEL OF EFFORT = 984 HOURS OTHER DIRECT COSTS Computer, Word Processing Travel Printing, Reproductions TOTAL OTHER DIRECT COSTS OUTSIDE PROFESSIONAL SERVICES Core Drill Slab, Pump Station No.1 Surveying (Zurwelle- Whittaker) 1. Spot Elevations at Pump Station Sites 2. Additional Site Survey Pump Station No. 11 TOTAL OUTSIDE PROFESSIONALS TOTAL FEES AND COSTS 4 hours @ $130 = 48 hours @ $115 = 8 hours @ $115 = 8 hours @ $90 = 16 hours @ $80 = 4 hours @ $65 = 40 hours @ $50 = 128 hours 12 hours @ $130 = 252 hours @ $115 = 16 hours @ $115 = 48 hours @ $115 = 32 hours @ $90 = 144 hours @ $80 = 12 hours @ $65 = 200 hours @ $50 = 16 hours @ $37 = 732 hours $500 500 1.000 $ 2,000 $500 600 1.500 $ 2.600 $87,832 $ 520 5,520 920 720 1,280 260 2.000 $11 ,220 $ 1,560 28,980 1,840 5,520 2,880 11,520 780 10,000 592 $ 63,672 $ 83,232 t/