Loading...
HomeMy WebLinkAbout99-23061 RESO RESOLUTION NUMBER 99-23061 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING THE AWARD OF A CONTRACT TO FELIX EQUITIES, INC. IN THE AMOUNT OF $17,692,568 PURSUANT TO INVITATION TO BID NO. 99-97/98, WATER AND WASTEWATER PUMP STATION UPGRADES. WHEREAS, the Administration initiated a citywide infrastructure improvement program in 1992 to address rehabilitation and upgrades of the water, sewer and stormwater systems in the City; and WHEREAS, on May 17, 1995, the Mayor and City Commission adopted Resolution 95-21585 authorizing the issuance of$59 million of Series 1995, Water and Sewer Revenue Bonds to fund Phase I of the infrastructure improvements; and WHEREAS, the Water and Wastewater Pump Station Upgrade is part of these infrastructure improvements and will be funded from the bond issue; and WHEREAS, approving this award for the Water and Wastewater Pump Station Upgrade will allow the continuation of the citywide infrastructure improvements. NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission approve the award ofa contract to Felix Equities, Inc. in the amount of$17,692,568 pursuant to Invitation to Bid No. 99-97/98, for Water and Wastewater Pump Station Upgrades to be funded from Bond Fund 426.2106.069358. PASSED AND ADOPTED THIS 3rd day of February 1999. Iftl MAYOR ATTEST: ~~~ CITY CLERK F:\ WORK\$ALL\CHA TRAND\PUMPST A T\ST A TRESO.WPD APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION v~ :1/1 Water & Wastewater Pump Stations Upgrade Project EXHIBIT 'A' Description Felix MCM Corp. Poole & Kent Lanzo Const., Project Equities, Inc. Co. Florida Integration, Inc. Total Base Bid $17,314,199 $17,780,000 $19,973,000 $20,360,000 $21,600,000 "C" (Dry-Pit Pumps) Total Base Bid 18,664,544 18,866,000 20,080,000 21,022,000 22,329,000 "S" (Submersible Pumps) Alt. 1 - Mechanical Seals 60,000 60,000 66,000 (125,000) (100,000) Alt. 2.1 - Ext. Warranty - Base 378,369 355,000 220,000 300,000 400,000 Bid "C" Alt. 2.2 - Ext. Warranty - Base 444,838 225,000 57,200 400,000 500,000 Bid "S" Alt. 2.3 - Ext. Warranty - 19,862 30,000 17,500 70,000 60,000 Terminal Is!, Alt. 2.4 - Ext. Warranty - 25th 35,355 40,000 29,000 40,000 50,000 Street Alt. 3 - Terminal Is!.,Booster 1,572,240 1,070,000 1,500,000 1,360,000 1,410,000 Sta. Alt. 4 -25th Street, Booster Sta. 933,118 620,000 985,000 790,000 1,055,000 Alt. 5 - Deduct PVC Handrail (8,613) (120,000) (76,000) (10,000) (60,000) Alt. 6 - Alternate Centrifugal - - - - - Pumps Alt. 7 - Alternate Submersible - (600,000) - (400,000) - Pumps Alt. 8 - Alternate Split Case - - - - - Pumps Alt. 9 - Alternate Vertical - - - - - Turbine Pumps Alt. 10 - Stainless Steel Hatches 205,000 160,000 175,000 200,000 75,000 ~ITY OF MIAMI BEACH :!TY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 ttp:\\ci. miami-beach. fl. us COMMISSION MEMORANDUM NO. (05 -9~ TO: Mayor Neisen O. Kasdin and Members of the City Co mission DATE: February 3,1999 FROM: Sergio Rodriguez City Manager SUBJECT: REQUEST F R APPROVAL TO A WARD A CONTRACT TO FELIX EQUITIES, INC. IN THE AMOUNT OF $17,692,568 PURSUANT TO INVITATION TO BID NO. 99-97/98, WATER AND WASTEWATER PUMP STATION UPGRADES. ADMINISTRATION RECOMMENDATION: A ward the contract. FUNDING: Funding is available from Water & Sewer Bond Fund 426.2138.069358. BACKGROUND In 1992, the City initiated a citywide infrastructure improvement program to address rehabilitation and upgrades to the water, sewer and stormwater systems. The upgrade of the City's water and wastewater pump stations is a major component of the citywide infrastructure improvement program. The City contracted with the firm of Camp Dresser and McKee (CDM), to provide engineering services with respect to the City's water and sewer pump stations. A preliminary phase of this work included examination and determination of life expectancy of existing equipment and facilities, operating needs and replacement or refurbishment of equipment and facilities. A hydraulic analysis of the force main system determined the need for new pumping equipment. The resultant "Pump Station Upgrades Preliminary Design Report" identified comprehensive upgrades to the water and wastewater pump stations. A model of the water system, conducted as part of the Water System Master Plan, indicated the future need for an in-line booster station on the Terminal Island water supply main. FUNDI~IG APPROVED AGENDA ITEM R~c.. 2-3 -'1L DATE On September 22, 1993, CDM's contract was amended to provide for engineering design and development of construction documents for the pump stations and a new water booster pump station on Terminal Island. Additionally, on May 17, 1995, the City Commission adopted Resolution 95- 21585 authorizing the issuance of$59 million of Series 1995, Water and Sewer Revenue Bonds to fund Phase I of the citywide infrastructure improvements. Funding for the pump station upgrades project is available from these bond funds. ANALYSIS The Invitation to Bid for the Water and Wastewater Pump Stations Upgrades was issued on August 8,1998, with an opening date of September 15,1998. Two-hundred eighteen (218) notices were mailed and sixty-one (61) requests were received for plans and specifications. A pre-bid conference was conducted on August 18, 1998. Subsequently, there were four (4) amendments to address questions raised by prospective bidders and to extend the bid opening date to October 6, 1998. Five responses were received and the results are shown in the attached Exhibit "A". The bid proposal included all labor, materials, equipment and supervision necessary to complete the Water and Wastewater Pump Station Upgrades Project in accordance with the specifications and drawings. The contract documents included: . major renovations to and upgrades of twelve (12) dry-pit wastewater pump stations, including replacement of pumps, motors, pump controls, piping, electrical, instrumentation, and ventilation systems, building renovations and structural modifications, and provision of back up power systems; . renovations to and upgrades of four (4) water pump stations, including replacement of pumps, VFDs, motors, pump controls, piping, electrical, instrumentation, and ventilation systems; building renovations, structural modifications, and provision of backup power systems; . six new electricaVgenerator buildings; . a new system-wide process instrumentation and control system; . replacement of pump controls at eleven (11) submersible wastewater pump stations; . installation of nine (9) underground fuel storage tanks; and relocation of three aboveground fuel storage tanks; . miscellaneous site improvements; . a new water booster pumping station on Terminal Island; and, . renovations and upgrades to the 25th Street Water Pump Station, including replacement of pumps, VFDs, motors, pump controls, piping, electrical, instrumentation, and ventilation systems; building renovations, structural modifications, and provision of backup power systems. Additionally, alternate bid items were included to determine the cost effectiveness of substitute materials and/or equipment, ~~ centrifugal pumps versus submersible pumps. In reference to the two site alternates (the 25th Street site and the Terminal Island location), they were included as alternates to allow for the evaluation and resolution of open issues specific to each of these locations. In reference to the 25th Street site, the siting of the proposed water tanks at this location is not yet finalized. The final configuration will include either one or two tanks with a total capacity presently projected in the six (6) million gallon range. The Terminal Island location still requires the City to reach final agreement with the Florida Department of Transportation (FDOT), regarding the conveyance to the City of a portion of the FDOT's right-of-way, to allow for the siting of this proposed water booster station. The FDOT is presently reviewing the City's request, which contains modifications to the present plans in response to previous FDOT's objections to its location within the Terminal Island right-of-way area. Upon reaching agreement with the FDOT, the plans will need redesigning to reflect the agreed upon changes, which will entail modifications to the piping configuration, the relocation of utilities in the area and accomodating the existing U.S. Coast Guard water service main. The preferred approach to implement the improvements at these two locations, is to exclude them from this bid award and develop a bid package that would reflect the final requirements and configuration at each of these two locations. Additionally, a proposed twenty (20) inch diameter water line across the MacArthur Causeway east bridge, presently under design, will be included in this bid package, since the final design requirements and configuration would already be known. This item was discussed at the Finance and Citywide Projects Committee meeting on January 14, 1999. The Committee directed the Administration to present a recommendation for award of a contract to the City Commission. CONCLUSION The Administration recommends that the City implement Base Bid "C" (Centrifugal Pumps) and Alternate #2.1 (Extended Warranty for Base Bid "C"). Additionally, it is recommended that the award of these improvements be made to the lowest responsive, responsible bidder, Felix Equities, Inc., in the total amount of$17,692,568. A tabulation of the five bids received, indicating totals for the recommended components of the bids is as follows: Description Felix MCM Corp. Poole & Lanzo Project Equities, Kent Co. Const., Integration, Inc. Florida Inc. Total Base Bid $17,314,199 $17,780,000 $19,973,000 $20,360,000 $21,600,000 "C" (Dry-Pit Pumps) Alt. 2.1 - Ext. Warranty - 378,369 355,000 220,000 300,000 400,000 Base Bid "C" TOTALS $17,692,568 $18,135,000 $20,193,000 $20,660,000 $22,000,000 This recommendation for award is based on the technical evaluation of the responses by City staff and the City's consultant, CDM, a favorable review of the bidder's work experience and references, and financial information submitted to the City. This recommendation is also in agreement with Option #1, as described in CDM's letter dated January 22,1999 (see attached). Attac~ents , ..-I 4 1! SR/4JjW/M R/ rd0s'm FIWORK\$AL4CHA TRANDIPUMPST A nST AMEM3. WPD .-' ~AN.25,1999 3:59PM l'K), 198 p'l CDM Camp Dresser & McKee Inc. CClIW//ng 800 Brickell Avenue, Suite 710 ~jtng MiamI, Aorlda33131 c:onstruc(Ion Tel: 305 372.7171 Fax: 305 372.9167 oper8t1on. . I I I January 25, 1999 Mr. Julio Grave de Peralta, P.E. Director Public Works City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Subject: City of Miami Beach (Bid. No.99-97/98) Water and Wastewater Pump Stations Upgrades Revised Bid Evaluation and Recommendation of Award Dear Mr. Grave de Peralta: This letter supersedes our letter of October 20, 1998. Bids were received from five (5) Contractors for the referenced project on October 6, 1998, The bidders and bid prices are summarized in the certified Bid Tabulation, a copy of which is attached to this letter, The bidders are listed below for your reference. 1. Felix Equities, Inc, 2, MCM Corp. 3, The Poole and Kent Company 4. Lanzo Construction Company, Florida 5. Project Integration There were two Alternate Base Bids included in the Proposal: Base Bid "C" for the installation of centrifugal pumps (currently the configuration of the existing dry-pit stations) and base Bid "S" for substituting Submersible Pumps mounted in a dry-pit configuration. There were ten bid alternates included in the Proposal, as shown on the attached Bid Tabulation. Generally the alternates can be classified into four types: . Alternate equipment or materials to those specified in the Base bids; JAN. 25. 1999 4:00PM I'(). 198 P.2 COM!Camp Dresser & McKee Inc. Mr, Julio Grave de Peralta, P.E. January 25, 1999 Page 2 . Extended warranties beyond the periods in the Base Bids; . Upgrade of 25th Street Pump Station; and . New Pump Station at Terminal Island After reviewing the bids and discussing the Pump equipment options in detail with City Staff, CDM concurs with City Staff's opinion that it is in the City's best interest to accept base Bid "c" (centrifugal pwnps option) rather than Base Bid "S". From discussions with City Staff, we understand that the 25th Street Water Pump Station is reaching a critical stage and is desired to be included in this package. Therefore, CDM is including Alternate Bid Item No.4 in this recommendation for award. Based on discussions with City staff, we understand the City is inclined to accept the extended warranties and therefore are mcluding these respective Alternates in this recommendation. I. i In CDM's judgment after discussions with City staff, it is desirable to keep the same equipment and materials as in the Base Bid, that is, not to exercise any of the alternates involving equipment or materials. With regard to the Terminal Island Pump Station, CDM has developed an opinion of probable duration of its implementation schedule, As shown in the attached figure, implementation of the completion of the station can be grouped into three general phases: ! . i 1) Site Acquisition including work still to be performed such as FDOT review, FDOT requests tor additional information and City responses, final site survey and legal description of site, quick-claim deed proceedings, authorization signatures and legal reviews, and CMB Commission approval; 2) Modification of the Contract Plans and Specifications, including but not limited to relocation of the pump station structure on the site plans, yard piping modifications, and utilities contlict resolution including design of relocations of JAN. 25. 1999 4:00PM I'D. 198 P.3 COM :Camp Dresser & McKee Inc. Mr. Julio Grave de Peralta., P.K January 25, 1999 Page 3 the Coast Guard po~le water supply mains, relocation coordination and negotiation of the MCI/WU communications ducts, relocation coordination and negotiation for the FP&L power conduits and transformer, and relocation coordination and negotiation of the existing BellSouth main circuit panels (each of which is anticipated to require several iterations with the respective utilities' staff) ; 3) Contract Modification including the selected contractor's review, selected contractor's requests for additional information and CDM/City responses to those requests, formulation of proposals for the modified work by the selected 9ontractor, CDM/City review of selected contractor's proposal, change order negotiations between the City and the contractor, and CMB Commission final approval of the change order. In our opinion, based upon our experience with implementation schedules for the City and for situations involving third parties. it is estimated that the earliest that the project could be ready to start is at the end of May 2000. If the legal proceedings, negotiations, and City protocol procedures can all be expedited and there are no complications or unforseen occurrences, it is possible that the time may be shortened by approximately three to four weeks. Considering this schedule, we recommend that the City not include the Terminal Island Bid Alternate in the award. CDM is available to assist the City in its efforts to expedite the resolution of the Terminal Island Project so that it can be re-designed and made ready for construction at the earliest possible date. In conclusion, CDM recommends that the City award either: j . i 1) Base Bid "C" plus Alternate Bid Item No. 2.1 (extended warranty for Base Bid "C") ar., 2) Base Bid "C" plus Alternate Bid Item No.4 (25th Street Water Booster Pump Station upgrade) plus Alternate Bid Item No, 2.1 (extended warranty for Base Bid :'C") plus Alternate Bid Item ~o. 2.4 (extended warranty for 25th Street Water Booster Pump Station). JAN. 25. 1999 4:01PM. CDM:Camp Dre~&McKee Inc. I. I Mr, Julio Grave de Peralta, P.E. January 25, 1999 Page 4 I'D. 198 P.4 The bid tabulation for these two construction projects is ~ follows: Bidder Base Bid "C" plus warranty 1. Felix Equities, Inc. 2. MCMCorp. 3. The Poole and Kent Company 4. Lanzo Construction Company, Florida 5. Project Integration $17,692,568 $18,135,000 $20,193,000 $20,660,000 $22.000.000 Engineer's Opinion of Probable Cost $20,992.900 Base Bid "C" plus 25th Street plus warranties $18,661,041 $18,795,000 $21,207,000 $21,490,000 $23,105.000 $22,270,600 In both cases, Felix Equities. Inc. is the apparent low bidder. Felix Equities. Inc. submitted the following infonnation as required by the Bid Documents: . Proposal . Certificate of Compliance - Florida Trench Safety Act (Section 00301) . Bid Bond (Section OO~ 10) and Power of Attorney . Schedule of Suppliers (Section 00450) . Alternate Suppliers (Section 00460) The following subcontractors are indicated by Felix Equities, Inc.: . American Electrical (Elec1rical) . Diversified (Instrumentation) . Hydrologic As90ciates (Fuel Tank/Remedial) . Shah Drotes (Survey) All other major work is to be performed by Felix Equities. Ine, Felix Equities, Inc. has been in business as a General contractor for 24 years. Since CDM has not workc::d with Felix Equities previously, CDM requested additional information on experience and qualification from Felix Equities and other bidders. CDM contacted the following references on Felix Equities, Inc.: 1. Pat Sweet - Broward County. Project Manager for NW 31st Avenue Transmission Main. JAN,25.1999 4:01PM I'K). 198 P.5 CDM 'Camp Dresser & McKee Inc. Mr. Julio Grave de Peralta, P .E. January 25, 1999 Page 5 2. Dennis Maddox - Miami-Dade Water & Sewer Department (MDW ASD). Central District Wastewater Treatment Plant Improvements, 3. Dennis Maddox - MDWASD, 36-inch Water Transmission Main. Based on the information provided in the Proposal, the additional information provided by this Contractor, and the references that we contacted. we believe that Felix Equities, Ine, is a responsible bidder and is qualified to carry out the obligations of the contract in a satisfactory manner. Accordingly, CDM recommends that the City award a construction contract to the lowest responsive, responsible bidder, Felix Equities, Inc. of Coral Springs. Florida in the amount of $17,692,568 for Base Bid "c" plus Alternate Bid Item No. 2.1 (extended warranty for Base Bid "C") QB., in the amount of$18,661.041 for Base Bid "c" plus Alternate Bid Item No.4 (25th Street Water Booster Pump Station upgrade) plus Alternate Bid Item No. 2.1 (extended warranty for Base Bid "C") plus Alternate Bid Items No. 2.4 (extended warranty for 25th Street Water Booster Pump Station). CDM notes that calculation of "lowest" bid is based upon the specific alternates evaluated above. If there are any questions regarding the Proposals, our evaluation of Felix Equities, Inc., or CDM's recommendation of award, please contact our office. Very truly yours, CAMP DRESSER & McKEE INC. -<(h~' Jo~ z. Gcldman, P.E. (Enclosures) File: 9381-21665-002,BS P02389V.wPO cc: Jorge Chartrand Mike Rath Jft'!, 25. 1?99;- ~: 03PM; : ; ; : : : : : : : : . . 1 ~~. ! ..... ...~.....,. i I . ...........l.........:.._..... ! i : i ~ ~ .t.........j.........t.......+..... ~ i 1 ! ' ~ .........L........L...I.....~.......)_......L......L........f. ..)......)......).........~. ....f. .1. .t. .!. .;. .[..._....~.........\.........L.......f.........f.........~......... ~ : : I: : : : : : ; ; i I I I I ; i ; i ;:: ~tJI 11.llr:::t-+1 j ..!:... j'tLtItlr , 'I' , , . . I . I I r ." ... 8 ...'.....i........r..~.. ~ .....'..,.....'.............:.........[. : : .:.........!.........i.........!.........;.... ....:.,.................1.........1.........[.........1........!.........:..... ...1.,....... i : l! i i . ! i ..it.. . : : ! : . : .......:. .i.... ...;.......+. ...i. .!. . .. ,.. . ...: .. ..'.......! .n "+.........!.....T......T......"i.....T........~........~....... ~ ... ....ll.....f.....f.........f.........:.:.........l,.. ~ = :.1j-l-ll :-;;.,.'1...::::..:;.1.,:..,..:.:...1..,.:.....:.....;.....:.1....-..!........,.......:I.....,......... g .... 3 ! : I 1 I: :, :::: i ., i . . : , : i i i . ii, . i ; : i .; 0::: I ....I........1........;.!. : , , . , . . . I ., . I . . . . J..::]: ...j... ,L.'.'1::...:::::.;I:.::r::1.J:.:::,.:....::I::.:::1:]].:.::.:.:..:1.J:':,- :.:. !.:. 1 1 ~ l l ! ~ ~ j 1 ~ ~ ~ 1 ~ ; \ I ::::,:::.::.:;::: ; :~.I ~::I.]::-l-:r.::-[:I:::l-:::~~I=-t-1.~:-I:.=l-._l-~[II:-i:::_~-~[- ~~ I ~ I ! I ~ ~ u:: P.? ~ j j 0 - '0 i ... ~ ~ ... a.. :E f ~ a. ::l ~ I ]I C5 0::: I ~ .... ~ ~ ~ ~ ~ i I t! ID ~ ~ ~ us ~ i I! i t ~ i a m ~ ~ ;; .. Cii ! I I . & .... - ~ ~ ~ ~ ~ ~ 'P"" ... ... .- ... .. s ~ .... ... N ~ I ~ ~ ili ; 8 .... ~ ~ ~ 3 CO! .... ~ is ~ i .. ~ ~ ~ ~ ~ ~ ! is "'" ~ ~ ~ ;s 'lI .. . (Jl i s z z 0 ~ 0 ell :4 i= 0 ~ z ~ a.. ...I z ~ 0 -' :; a: ~ z !i: <.l ~ ~ 11. :s ~ i! <.l ~ a: ~ u 0 <n a. 0 en ~ 0::: 1IJ Q &! 1IJ 0 UI a.. ~ II: 0::: a.. ~ ~ 0 a.. ~ z ~ <n C3 a. ...J UI ~ en ~ I- -' Ul 4( < Q 52 ~ c ~ ~ t1.. II.. Cl! Co) Q ~ Z Z C!) ~ en ~ II: 0 ~ ~ ~ 0 0 0 J: -< 0 :::i ~ 0::: a: 0 0 0::: ~ Z Z ~ ~ II: Ul ii5 ~ ~ ::l a. ~ II: C C3 0 W II: ~ 0 0 ::l ~ en 0 en Q. :i 0 0 ::l a.. 0::: :i ~ 0 ~ ~ ~ :::J Co) en ~ -< Z I- 0 I- UI 0::: 2 a:J fa j ...I 4( a:J :s :lIE ~ Ul ::i ~ > 0 :! 0 (,) all 0 i ~ a.. l1.l u:: ii: ::l ~ l1.l Q. 0 (,) a: Q. I C) I -' {) a. Q 0 ~ u:J 25 i5 co u. (J 2 -' I- :z 0::: 0 lD lD >- lD CO ~ Z < m Zi ~ Q ~ ~ I&. 0 0 ~ $ ~ 0 X ~ 0 i 15 ~ u- S :! ::l: 0 Ii: 0 u u 0 J.~ !~ U) ~ Co) II.. e.... N ~ 1ft cg ... .. .. 0 .... !:! :! ~ '" .. "'" .. .. 0 ~ ~ COt ~ I;' - - .... - - - - .... ... .. ... a..~