Loading...
HomeMy WebLinkAbout2002-25086 Reso RESOLUTION NO. 2002-25086 RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH THE FIRM OF CAMP DRESSER AND McKEE, INC., PURSUANT TO THE REQUEST FOR QUALIFICATIONS (RFQ) NO. 35- 00101, FOR CITYWIDE SANITARY SEWERS IMPROVEMENTS PROJECT, AND AUTHORIZING SERVICE ORDER NO.1, IN AN AMOUNT NOT TO EXCEED $313,845.00, TO BE PAID FROM SERIES 2000 WATER AND SEWER BOND FUND 424. WHEREAS, on December 19, 2001, the City of Miami Beach awarded Bid No. 35- 00/01 to Azurix North America Underground Infrastructure, Inc. for the Rehabilitation of Sanitary Sewers (Project); and WHEREAS, subsequently, the City's design consultant for the Project, who was also tasked with the construction administration of the Project, was removed from the Project; and WHEREAS, on April 18, 2002, the Administration authorized the issuance of a Request for Qualifications from Professional Engineering firms; and WHEREAS, RFQ No. 35-01/02 was issued on May 3, 2002 for Professional Engineering Services for Citywide Sanitary Sewer System Improvement Projects, with an opening date of June 14, 2002; and WHEREAS, on October 23, 2002, the Mayor and City Commission adopted Resolution No. 2002-25044 accepting the ranking of proposals recommended by the Evaluation Committee, and authorizing the Administration to enter into negotiations with the top ranked firms pursuant to Request for Qualifications (RFQ) No. 35-01/02 to provide professional engineering services for Citywide Sanitary Sewer System Improvements; and WHEREAS, the Administration has successfully negotiated an Agreement with the top ranked firm, Camp Dresser and McKee, Inc., to provide professional engineering services for Citywide Sanitary Sewer System Improvements. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission Approve and Authorize the Mayor and City Clerk to execute a Professional Services Agreement with the firm of Camp Dresser and Mckee, Inc., pursuant to Request For Qualifications (RFQ) No. 35-00/01, For Citywide Sanitary Sewers Improvements Project, and authorize Service Order No.1, in an amount not to exceed $313,845.00, to be paid from Series 2000 Water and Sewer Bond Fund 424 PASSED and ADOPTED this 11th day ATTEST: .rutwf Fd;t~ CITY CLERK APPROYED AS 10 fORM & I.ANGUAOE & FOR EXECUTION ~~~jttL CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY ~ ~ Condensed Title: Approving and authorizing the execution of an Agreement with Camp Dresser and McKee, Inc., pursuant to RFQ No. 35-01102 for Professional Engineering Services for Citywide Sanitary Sewer System Improvement Projects and authorization of service order No.1 in an amount not-to.exceed $313,845.00, to be paid from' series 2000 water and sewer bond fund 424 interest. Issue: I Shall the City approve the CDM Agreement? Item Summa JRecommendation: On April 18, 2002, the Administration authorized the issuance of a Request for Qualifications (RFQ) from Professional Engineering firms. The scope of service to be provided to the City through this RFQ would be the following: construction inspection, project management, project coordination and construction observation/contract administration, project scheduling and timeline preparation for various sanitary sewer improvement projects, as assigned, commencing with the Infiltration and Inflow Reduction Improvements (Rehabilitation of Sanitary Sewers Project). An Evaluation Committee selected by the City-Manager convened on September 4,2002 and short-listed 6 firms out of the ten (10) firms who submitted proposals to provide presentations at a later date. Procurement staff coordinated and scheduled presentations for September 19, 2002. The Committee convened on September 19, 2002 and was provided with presentations by all six (6) short-listed firms. During deliberations, the Committee members discussed their individual ranking of the six (6) firms and arrived at the following Committee ranking: · First: Camp Dresser and Mc Kee (CDM) · Second: Post, Buckley, Schuh and Jemigan, Inc. · Third: Metcalf and Eddy The Administration successfully conducted negotiations with the top ranked firm, Camp Dresser and McKee, Inc. for Time and Materials not-to-exceed $313,845.00 for Service Order No.1 - Construction Observation/ Contract Administration of the Rehabilitation of Sanitary Sewers Project. rove and authorize the reement. Advisory Board Recommendation: I Financial Information: A!:t>>unt . APproved Fund 424 Water and Sewer Bonds islative Trackln T:IAGENDA\2002\0CT2302\CONSENT\RFQ35SanitarySewersSummary.doc AGENDAITEM C70 DATE 1~-f1-o).. 166 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH. FLORIDA 33139 WWoN.d.mlaml-beach.f1.us COMMISSION MEMORANDUM To: From: Mayor David Dermer and Date: December 11, 2002 Members of the City Commission Jorge M. Gonzalez ,..~ City Manager 0 r !) A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH THE FIRM OF CAMP DRESSER AND McKEE, INC., PURSUANT TO THE REQUEST FOR QUALIFICATIONS {RFQ} NO. 35- 00/01, FOR CITYWIDE SANITARY SEWERS IMPROVEMENTS PROJECT, AND AUTHORIZING SERVICE ORDER NO.1 IN AN AMOUNT NOT TO EXCEED $313,845.00, TO BE PAID FROM SERIES 2000 WATER AND SEWER BOND'FUND 424 INTEREST. Subject: ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANALYSIS On October 23, 2002, the Mayor and City Commission adopted Resolution No. 2002- 25044 accepting the ranking of proposals recommended by the Evaluation Committee and authorizing the Administration to enter into negotiations with Camp Dresser and McKee, Inc., the top ranked firm, pursuant to Request for Qualifications (RFQ) No. 35-01/02 to provide professional engineering services for Citywide Sanitary Sewer System Improvements. However, due to the magnitude of the project, and due to the urgent nature of proceeding with the Infiltration and Inflow Reduction Improvements, only Phase I Scope of services was negotiated at this time. Individual Service Orders for Projects required in Phase II (continuation of the City's sanitary sewer rehabilitation program, as described in the City's Capital Improvements Program) will be negotiated at a later date by the Administration. The Contract is structured in a Not-ta-Exceed format and a separate Notice to Proceed will be required prior to the commencement of each of the noted Tasks listed in Phase II. The Scope of Services and tasks associated with the continuation of the City's Sanitary Sewer Rehabilitation program are described in the attachment. 167 Commission Memo RFQ 35-01/02 - Citywide Sanitary Sewer System Improvement Projects December 11, 2002 Page 2 of 2 The City retained the services of Pappas & Associates, Inc. to assist in the fee negotiations for Phase I - Service Order No.1. The overall fee was reduced during negotiations by an amount of $16,837.00 for Phase I. The fees negotiated are listed below: Office Engineering Services Resident Project Representation Total Service Order No.1 $155,783 $158.062 $313,845 CONCLUSION The Administration recommends the adoption of the attached Resolution. JMG/RCMlFHB/MAlRA Attachment 168