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