Loading...
93-20958 Reso RESOLUTION NO. 93-20958 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, . FLORIDA, AUTHORIZING AN INCREASE IN THE SCOPE OF THE WORK UNDER THE PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC., FOR THE NORTH BEACH STREETS CAPE IMPROVEMENT PROJECT IN AN AMOUNT NOT TO EXCEED $83,900.00, THIS INCREASE PROVIDING FOR ENGINEERING SERVICES FOR COMPLETION OF PLANS, SPECIFICATIONS, AND CONTRACT DOCUMENTS FOR THE REMEDIAL WORK TO THE SANITARY SEWER SYSTEM LOCATED WITHIN THE PROJECT AREA. WHEREAS, the City of Miami Beach (City) issued Request for Letters of Interest No. 126-89/90 for professional engineering services for the North Shore Community Area Improvements, now known as the "North Beach Streetscape Improvement Project" (Project) j and WHEREAS, Kimley-Horn Associates, Inc. (Consultant) submitted a proposal in response to the City's Request for Letters of Interestj and WHEREAS, the Mayor and City Commission, under Resolution No. 90-20184, entered into a professional engineering services agreement with Kimley-Horn Associates, Inc. for professional engineering services for the North Beach Streetscape Improvement Project (Agreement)j and Whereas, on June 16, 1993, the Mayor and City Commission further authorized entering into a contract with Kimley-Horn and Associates, Inc., for a sanitary sewer evaluation study for the sanitary sewers within the limits of the areaj and WHEREAS, based on the findings of the afore stated study, the Mayor and City Commission wish to approve additional work under the Agreement with Kimley-Horn and Associates, Inc., to provide engineering services for completion of plans, specifications, and contract documents for the remedial work to the sanitary sewer system, located with the project area, in an amount not to exceed $83,900.00, as set forth in the Additional Services Proposal attached as Exhibit "A." NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the scope of work under the professional services agreement with Kimley-Horn and Associates, Inc., for the North Beach Streetscape Improvement Project, is hereby increased by an amount not to exceed $83,900, to provide for engineering services for completion of plans, specifications, and contract documents for the remedial work to the sanitary sewer system, located within the North Shore Streetscape Project, as more specifically set forth in the Additional Services Proposal attached as Exhibit "A". PASSED and ADOPTED this 17th day of , 1993. ATTEST: ~~~-~ . ~~~'y Clerk c:\wpSl\data\kimley.sew Date 3;1; jl1" 2 ADDmONAL SERVICES PROPOSAL NORTHSHORE STREETSCAPE PROJECf SANITARY SEWER REHABILITATION The 'following scope outlines the engineering design services required to prepare detailed plans and specifications for rehabilitation of the sanitary sewer system within the No~ore Streetscape project in Miami Beach. The plans and specifications will include those portions of the system recommended for rehabilitation by the report titled "Results of Television Inspection and Smoke Testing of the Sanitary Sewer Collection System - Northshore Streetscape Project". TASK 1 - SURVEY Using a subconsultant, we will survey sanitary manhole tops and invert elevations of the portions of that sanitary sewer recommended for rehabilitation and storm sewer grates and invert elevations of storm pipe shown to cross or contlict with the sanitary sewer. Only storm sewer elevations not obtained in previous surveys for the North Beach project will be surveyed. This information is critical to providing contractors with plans that give enough information to bid any of a number of repair techniques including, replacement or slip lining. The ability to receive bids on alternate repair methods tends to make the bidding more competitive and is therefore to the City's advantage. TASK 2 - REPAIRlRERABILITATION DESIGN - PREPARATION OF PLANS AND SPECIFICATIONS Using the aforementioned report as a starting point and by meeting with City staff to disc~s the recommendations, we will finalize the rehabilitation and repair program, prepare plans and specification for the repairs and coordinate with the ongoing streetscape design. The scope and fee associated with preparation of plans and specifications anticipates up to 2S plan and profile sheets and up to S detail sheets. The plan and profile sheets will include known utilities in plan view and known utilities that would impact reconstruction at the sanitary sewer shown in profile. Up to 3 progress meetings with the City will be held during the design process. Periodic meetings to coordinate the sanitary repairs with the streetscape project will also be conducted internally. The technical specifications will include several repair and rehabilitative techniques that are applicable to this specific project. It is anticipated that technical specifications will be included for replacement, point repairs, slip lining, joint grouting, lateral grouting, inversion lining and manhole rehabilitation and manhole frame cover replacement. I I 43220315"'0\002.0501 -1- October ~1, 1'l93 '. EXHIBIT "A" .' . No corrections to defects on private property are proposed to be included. However, if the City wishes to correct defects on private property, scope to design the COrrectioDS could be added to this proposal. This proposal assumes that the City will require owners of properties with sanitary defects to comet them at their own cost. TASK 3 - PREPARE SPECD'ICATIONS We will pre.-e specifications 10 that the SlIIIitary rehab work can be bid along with the streetscape project. Completing the sanitary work under the same general contractor as the streetscape project will provide the City with better conttol over scheduling and will avoid the possibility of one contractor C811-'nl delays to another and looldng to the City for restitution. TASK 4 - QUALITY PROGRAM An active prosram of quality checks will be conducted by senior team members at several points during the design process and prior to the documents being released for bid. TASK 5 - BID PROCESS We will answer contractor's questions during the bid process, tabulate the sanitary sewer rehabilitation portion of the bids, evaluate the proposed rehabilitation technique along with the bid price and provide input for recommendation of award of the construction contract. TASK 6 - CONSTRUcnON PHASE SERVICES We will provide construction phase services for the sanitary sewer rehabilitation. A specific scope and fee associated with the services will be provided at a later date. 432203(SMO\OO2.0501 -2- 0cI0ber 22. 1993 ~ K.1MLt:. Y-HUI<I'l I~L NU.~UI-UD~-81(~ l'ldl r .:1~ 11. U:1 I'IU. U 11 r. UL FEE FOR THIS ELEMENT ~_~ :~.~g~li2~~~~~~f~I~:Y~:.~~i!;~. ^;tEan~E;j3i~JI;Ujf:: ~:gl~fQ1.sJi;;frk 1 SURVRY $10,000 2 DES)(iN . PLANSlSPllCIFICATIONS $67,400 3 PREPAIlli SPECIFICATIONS $2,500 4 QUALITY PROGRAM $2,500 S BIUDINO PROCESS $1,500 6 CONSTRUl."TION PHASE SF.RVICF..s To Be Determined TOTAL Task 1 Through Task 5 Lump Sum Fcc $83,900 SCBEUULE Wo will complete the aforemcntioned Scope of Services within the Northshore Streetscapc Project schedulc 80 that the sanitary rehabilitation plans can be included in the strcctscape project 900At submittal to the City. This is based on a revised 6()O/o plans submittal date of Novcrnber 25, 1993. 4Jnl1J(1MCN1D2011$O) -3- ....... '. ,.,. CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 'CITY OF MIAMI BEACH OFFICE OF THE CITY MANAGER TELEPHONE: (305) 673.7010 FAX: (305) 673-7712 COMMISSION MEMORANDUM NO. 630 -g3 TO: Mayor Seymour Gelber and Members of the City Commission DATE: November 17, 1993 FROM: SUBJECT: NORTH SHORE STREETSCAPE PROJECT, SANITARY SEWER SYSTEM REPAIR, KIMLEY.HORN & ASSOCIATES, INC., CONTRACT AMENDMENT. ADMINISTRATION RECOMMENDATION: The Administration recommends the City Commission approve an increase to the Kimley- Horn & Associates, Inc., contract by an amount not to exceed $83,900. Fees proposed within the individual tasks cannot be exceeded without prior approval of the City Commission and in no case exceed the total fee. This is to provide engineering services for completion of plans, specifications, and contract documents for the remedial work to the Sanitary ~wer System, located within the North Shore Streetscape Project. The work will be done in accordance with the recommendation of the report titled "Results of Television Inspection and Smoke Testing of the Sanitary Sewer Collection System. North Shore Streetscape Project." BACKGROUND On June 16, 1993, the City Commission authorized entering into a contract with Kimley- Horn & Associates, Inc., to do a sanitary sewer evaluation study for the sanitary sewers within the limits of the North Shore Streetscape Project. Even though the City is implementing a City-wide infiltration and inflow study, this segment was authorized in advance so that remedial improvements to the sanitary system could be made as part of or in advance of the North Shore Streetscape Project. REPORT SUMMARY . The purpose of the report was to evaluate and determine the conditions of the Sanitary Sewer System and to present recommendation alternatives and cost estimates to rectify identified defects. The study area (North Shore Streetscape Project) was estimated to contain 15,000 ljnear feet of sanitary sewer. As part of the field studies, 147 manholes were inspected, sewet lines were hydraulically cleaned and inspected internally with closed circuit television equipment, and sewer lines and laterals were smoke tested to identify inflow sources. AGI~~:~ -1- ~ DATE ll-ll.:33 Commission Memorandum Page 2 November 17, 1993 Data obtained from the studies identified 0.188 million gallons per day (MGD) from infiltration (seepage into the systems through bad joint, broken sewers, which occurs continuously) and 0.66 MGD of inflow (illegal connections from clean outer area drains and manhole defects, which occurs during rain fall events. For the purpose of the analysis, we have assumed a 25% occurrence). Based on analysis of each line segment and each manhole, rehabilitation alternatives and limits of cost effectiveness were developed. The rehabilitation recommendations include the replacement and relining of select line segments, rehabilitation of all manholes and disconnection of storm water inflow connections. The recommended rehabilitation will remove 0.659 MGD (Million Gallons per Day) of inflows during rain events and 0.152 MGD of infiltration continuously. The combined removal equates to 1055 new connections based on an average contribution of 300 GPO per service. DERM has indicated a credit of 1 to 5, which translates to 211 new services for future construction credits. FINANCIAL ANALYSIS It is estimated that the recommended improvements will eliminate 0.811 MGD from the sanitary system. Based on an average sewage treatment cost (wet and dry season rates) of $0.9811 per thousand gallons, this equates to a savings of $311 per day or $113,515 per year. The total estimated cost of rehabilitation in. the study area is $755,000. This includes contingencies for unforseen occurrences. Therefore, the estimated pay-back for this project is approximately seven years without considering the positive environmental benefits and the impact on the sewer moratorium. Funding will be advanced from water operation and maintenance funds and reimbursed from a bond issue for this purpose. CONCLUSION The attached proposal from Kimley-Hom & Associates, Inc., outlines the scope of services in five tasks. Fees proposed within the individual tasks cannot be exceeded without prior approval of the City Commission and in no case exceed the total fee. Task 6: Construction Phase Services will be carried out by City Engineering staff as proposed in the 1993/94 budget. The consultant will prepare the contract document to provide bids for alternate methods of construction. This will require appropriate specifications and additional plan details for each method to insure the most cost effective method of construction used. Staff has reviewed the proposed fee schedule and determined it to be reasonable. It is recommended tbat the City Commission authorize proceeding with the work as reCommended in the Kimley-Horn & Associates, Inc., report and authorize the contract amendment to provide engineering services as outlined herein. RMC/RAGlDC/mc Attachment c:\lOC\lIlIOj_\~