Loading...
HomeMy WebLinkAbout2005-25847 Reso RESOLUTION NO. 2005-25847 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROPRIATING ADDITIONAL FUNDING AVAILABLE FROM THE SERIES 2000 WATER AND SEWER MISCELLANEOUS ACCOUNT BOND FUNDS FOR THE WATER AND WASTEWATER PUMP STATION UPGRADES PROJECT IN THE AMOUNT OF $260,307 FOR ADDITIONAL ITEMS REQUESTED BY THE PUBLIC WORKS DEPARTMENT AND NEEDED IN ORDER TO COMPLETE THE PROJECT. WHEREAS, in 1992, the City initiated a Citywide Infrastructure Improvement Program to address rehabilitation and upgrades to the water, sewer and storm water systems; and WHEREAS, on August 8, 1998, the City issued Invitation to Bid (ITB) for the Water and Wastewater Pump Station Upgrades Project (Bid No. 99-97/98 (the Project)); and WHEREAS, on February 3, 1999, under Resolution No. 99-23061, the City Commission awarded the construction contract for the Project to Felix Equities, Inc., in the amount of $17,692,568; and WHEREAS, on June 7, 2002, as a result of Felix Equities' default, the City terminated the contract, and entered into litigation against the contractor and its surety bonding company (United States Fidelity & Guaranty Company); and WHEREAS, during the course of the litigation, the parties agreed to settle the case and, in Resolution No. 2004-25765A the City approved the settlement; and WHEREAS, the City has since procured a new contractor to resume the work that Felix Equities had started and, as per Resolution No. 2004-25465, the City Commission awarded the re-procurement contract to Widell Inc. (Widell), in the amount of $17,352,615 and work has commenced throughout the City; and WHEREAS, the Public Works Department (PWD) requested a proposal for eleven additional sluice gates for which Widell presented a change order price in the amount of $90,894; and WHEREAS, during the re-procurement contract, Widell noted that the overhead cranes at Waste Water Pump Stations 28, 29, and 1 did not bear current inspection certificates; and WHEREAS, in order to expedite the matter, Widell was requested to obtain an inspection and recommendation for repair of the three hoists, and a proposal from Widell was received, in the amount of $14,462, to repair and test the hoists; and WHEREAS, the original and re-procurement contracts for this Project included telemetry (SCADA communications) via telephone lines for the remote pump stations to report back to the 25th Street Public Works Central Room; and WHEREAS, the original telemetry system was based on a hard wire 56,000 frame relay system with an installation cost of $12,820 and a monthly service agreement in the amount of $3,055 for all the stations; and WHEREAS, the PWD together with the Information Technology Department (IT) requested a radio alternative to landline communications with the intention to replicate the methodology used by Miami-Dade Water and Sewer Department (WASD) which has been operating for more than 14 years; and WHEREAS, after evaluating three different types of radios presented to PWD and IT, one was selected that was technically sound, reasonably priced, but also could be implemented quickly to meet the schedule needs of the Project; and WHEREAS, the new system has initial costs of $115,951 and a monthly service of about $330, which makes it the best time and cost effective solution, saving close to $2,700 in monthly services; and WHEREAS, at the time Widell began work, the emergency back up generator at Waste Water Pump Station NO.1 (WWPS 1) was inoperable; and WHEREAS, Widell proposed to begin work knowing that the new back up generator was months away from being delivered, which PWD approved; and WHEREAS, once Widell initiated the construction, the Architect/Engineering consultant for the project, Camp Dresser & McKee, Inc (CDM), and the Capital Improvements Projects (CIP) Office were notified that the Florida Department of Environmental Resources Management (DERM) had issued a moratorium at WWPS 1 and no Certificates of Occupancy could be approved for new business connecting into the station; and WHEREAS, in a joint effort, PWD, the CIP Office and CDM met with DERM officials to delineate the conditions to lift the moratorium of WWPS 1; and WHEREAS, one of the conditions is the permanent installation of a back up generator, for which PWD would provide a rent generator for the contractor to install and comply with the requirements imposed by DERM; and WHEREAS, the cost of the rental equipment has been estimated at $39,000 for a period of 6 months for which the PWD is seeking reimbursement; NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission appropriate funds, in the amount of $260,307, from Series 2000 Water and Sewer Miscellaneous Account Bond Funds (Fund 424), for additional items requested by the Public Works Department in order to complete the Project PASSED and ADOPTED this 16th day of Ma c ATTEST: ~f:~ T:\AGENDA\2005\Mar1605\Regular\pump station additional Reso.doc APPROVED AlTO FORM & LANGUAGE . FOR EXECUTION \J-J~'OS CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY ~ Condensed Title: A Resolution Appropriating Funding Available From The Series 2000 Water And Sewer Bond Fund For The Water And Wastewater Pump Station Upgrades Project In The Amount Of $260,307 For Additional Items Needed In Order To Complete The Project. Issue: I Shall the City Commission appropriate the necessary funding for additional items requested? Item Summary/Recommendation: In 1992, the City initiated a citywide infrastructure improvement program to address rehabilitation and upgrades to the water, sewer and storm water systems. On February 3, 1999, under Resolution 99-23061, the City awarded the construction contract for the Water and Wastewater Pump Station Upgrades Project (Bid No. 99-97/98), to Felix Equities, Inc. in the amount of $17,692,568. On June 7,2002, as a result of Felix Equities default, the City terminated the contract. The City has since procured the services of Widell Inc. (Widell), per Resolution 2004-25465, to resume the work that Felix Equities had started and work has commenced throughout the City. It was noted during the original Felix contract that only 3 of the 12 wet-wells were scheduled to receive new sluice gates. All of the wet- wells originally had gates, although none were operational and in some cases were missing entirely. The City requested a proposal for the other 9 sluice gates in the re-procurement process, and they were included in the bid form as an "altemate bid item". Due to the lack of funds at the time, the item for the sluice gates was not awarded. Once construction started, the City re-initiated the request for the 9 additional sluice gates plus an additional 2 at Water Pump Station 28 (WWPS28) to facilitate the maintenance of the new screen chamber. The change order price presented by the contractor is now $90,894 including the additional 2 sluice gates for WWPS28. During the re-procurement contract, Widell noted that the overhead cranes at Waste Water Pump Stations 28, 29, and 1 did not bear current inspection certificates. In order to expedite the matter, Widell was requested to obtain an inspection and recommendation for repair of the three hoists. A proposal from Widell was received in the amount of $14,462 to repair and test the hoists. Both contracts for this project included telemetry (SCADA communications) via telephone lines for the remote pump stations to report back to the 25th Street Public Works Central Room. The original telemetry system was based on a hard wire 56,000 frame relay system with an installation cost of $12,820 and a monthly service agreement in the amount of $3,055 for all the stations. After further evaluation, the Public Works Department (PWD), together with the Information Technology Department (IT), requested a radio alternative to land line communications to replicate the methodology used by Miami-Dade Water and Sewer Department (WASD) which has been operating for more than 14 years. One has been selected that is technically sound, reasonably priced, but also can be implemented quickly to meet the schedule needs of the project. The new system has initial costs of $115,951 and a monthly service of about $330; which makes it the best time and cost effective solution, saving close to $2,700 in monthly services. At the time Widell began work, the emergency back up generator at Waste Water Pump Station NO.1 (WWPS 1) was inoperable. Widell proposed to begin work knowing that the new back up generator was months away from being delivered, which the City approved. Once Widell initiated the construction, the Architect/Engineering consultant for the project, Camp Dresser & McKee, Inc (CDM), and the Capital Improvements Projects (CIP) Office were notified that the Florida Department of Environmental Resources Management (DERM) had issued a moratorium at WWPS 1 and no Certificates of Occupancy could be approved for new business connecting into the station. In a joint effort, the City and CDM met with DERM officials to delineate the conditions to lift the moratorium of WWPS 1. One of the conditions is the permanent installation of a back up generator, for which the City would provide a rental generator for the contractor to install and comply with the requirements imposed by DERM. The cost of the rental equipment has been estimated at $39,000 for a period of 6 months for which the City is seeking reimbursement. As the previously appropriated contingency was not anticipated to cover the cost of these items, and there is sufficient funding to fund them from another source, the City recommends funding these additional items at this time. Advisory Board Recommendation: IN/A Financial Information: 2000 Series Water & Sewer Bond (. AGENDA ITEM DATE C7P 3-/6-o~ CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www,miamibeachfl.gov COMMISSION MEMORANDUM To: From: Mayor David Dermer and Members of the City Commission Jorge M. GonzalezJ ~. City Manager tv"" 0 A RESOLUTIO F THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROPRIATING FUNDING AVAILABLE FROM THE SERIES 2000 WATER AND SEWER BOND FUND FOR THE WATER AND WASTEWATER PUMP STATION UPGRADES PROJECT IN THE AMOUNT OF $260,307 FOR ADDITIONAL ITEMS NEEDED IN ORDER TO COMPLETE THE PROJECT. Date: March 16, 2005 Subject: ADMINISTRATION RECOMMENDATION: Adopt the Resolution. FUNDING: When the Series 2000 Water and Sewer Bond funds were allocated, funding was set aside for miscellaneous projects to be completed by the Public Works Department and CIP Office. Funds in the amount of $260,307 are available from the Series 2000 Water and Sewer Bond Funds (Fund 424), from the Public Works Department allocation for miscellaneous projects. ANAL YSIS: In 1992, the City initiated a citywide infrastructure improvement program to address rehabilitation and upgrades to the water, sewer and storm water systems. On August 8, 1998, the City issued Invitation to Bid (ITB) for the Water and Wastewater Pump Station Upgrades Project (Bid No. 99-97/98), and on February 3, 1999, under Resolution 99- 23061, the City Commission awarded the construction contract for the project to Felix Equities, Inc. in the amount of $17,692,568. On June 7, 2002, as a result of Felix Equities default, the City terminated the contract, and entered into litigation against the contractor and its surety bonding company (United States Fidelity & Guaranty Company). During the course of the litigation, all sides agreed to settle the cases and in Resolution 2004-25765A, the City of Miami Beach approved the settlement amount. The City has since procured a new contractor to resume the work that Felix Equities had started. As per Resolution 2004-25465, the City Commission awarded the re-procurement contract to Widell Inc. (Widell) in the amount of $17,352,615 and work has commenced throughout the City. It was noted during the original contract with Felix Equities that only three of the twelve wet- wells were scheduled to receive new sluice gates. All ofthe wet-wells originally had gates, City Commission Memorandum March 16, 2005 Water and Waste Water Pump Station additional work Page 2 of 3 although none were operational and in some cases were missing entirely. The City requested a proposal for the other nine sluice gates in the re-procurement process, and they were included in the bid form as an "alternate bid item" in the amount of $75,000.00. However, due to the lack offunds at the time and the unexpected elevated prices received atthe time of the bidding, the item for the sluice gates was not awarded. Once construction started, the City re-initiated the request for the nine additional sluice gates plus an additional two more sluice gates at Water Pump Station 28 (WWPS28) to facilitate the maintenance of the new screen chamber. Due to material cost escalation, the change order price presented by the contractor is now $90,894 including the additional two sluice gates for WWPS28. During the re-procurement contract, Widell noted that the overhead cranes at Waste Water Pump Stations 28, 29, and 1 did not bear current inspection certificates. In order to expedite the matter, Widell was requested to obtain an inspection and recommendation for repair of the three hoists. A proposal from Widell was received in the amount of $14,462 to repair and test the hoists. Both the original and re-procurement contracts for this project included telemetry (SCADA communications) via telephone lines for the remote pump stations to report back to the 25th Street Public Works Central Room. The original telemetry system was based on a hard wire 56,000 frame relay system with an installation cost of $12,820 and a monthly service agreement in the amount of $3,055 for all the stations. During the re-procurement effort, Widell suggested the use of DSL cable to support the SCADA system. A cost estimate was provided by Bell South which included a monthly service agreement in the amount of $1,760 and an activation fee of $1,100 for the 22 stations, which would have resulted in considerably savings. The Public Works Department (PWD), together with the Information Technology Department (IT), requested a radio alternative to landline communications. Originally, the intention was to replicate the methodology used by Miami-Dade Water and Sewer Department (WASD) which has been operating for more than 14 years. After evaluating three different types of radios presented to PWD and IT, one was selected that was technically sound, reasonably priced, but also could be implemented quickly to meet the schedule needs of the project. The new system has initial costs of $115,951 and a monthly service of about $330; which makes it the best time and cost effective solution, saving close to $2,700 in monthly services. At the time Widell began work, the emergency back up generator at Waste Water Pump Station NO.1 (WWPS 1) was inoperable. Widell proposed to begin work knowing that the new back up generator was months away from being delivered, which the City approved. Once Widell initiated the construction, the Architect/Engineering consultant forthe project, Camp Dresser & McKee, Inc (CDM), and the Capital Improvements Projects (CIP) Office were notified that the Florida Department of Environmental Resources Management (DERM) had issued a moratorium at WWPS 1 and no Certificates of Occupancy could be approved for new business connecting into the station. City Commission Memorandum March 16, 2005 Water and Waste Water Pump Station additional work Page 3 of 3 In a joint effort, the City and CDM met with DERM officials to delineate the conditions to lift the moratorium of WWPS 1. One of the conditions is the permanent installation of a back up generator, for which the City would provide a rental generatorforthe contractor to install and comply with the requirements imposed by DERM. The cost ofthe rental equipment has been estimated at $39,000 for a period of 6 months for which the City is seeking reimbursement. Widell is at the moment working at eight pump stations simultaneously, not only performing the new tasks but also clearing outstanding issues left from the previous contractor. To date, WWPS1 is 95% complete and Widell is working diligently to bring this station alive as soon as possible in order to lift the moratorium imposed by DERM. The stations to follow are WWPS 28, 29 and 23, where significant progress has been achieved. By the time Widell completes the project, the City will have a complete and reliable water and waste water pumping system throughout the City; including the Telemetry system reporting the status for each one of the stations to the Public Works Central Room. Due to the fact that this project is a re-procurement effort, new issues have arisen and new technology is applicable for which it would be inefficient not to include them as part of the improvements. As the previously appropriated contingency was not anticipated to cover the cost of these items, and there is sufficient funding to fund them from another source, the following items are the additional items the City recommends funding at this time. . Additional Sluice gates . Hoists repair and testing . Telemetry system . Generator rental costs $ 90,894 $ 14,462 $115,951 $ 39,000 J260.307 TOTAL Conclusion: The Administration recommends the appropriation of $260,307 available from the Series 2000 Water and Sewer Bond Funds (Fund 424), from the Public Works Department allocation for miscellaneous projects, in order to provide the required sluice gates, provide the necessary corrections to the hoists and a more complete and reliable communication system for the Water and Waste Water Pump Station Project upgrades. T:\AGENDA\2005\Mar1605\Regular\PUMP STATIONS ADDITIONAL ITEMS.doc