Loading...
HomeMy WebLinkAbout2005-26021 Reso RESOLUTION NO. 2005-26021 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA APPROVING AMENDMENT NOS. 12A AND 13B, RESPECTIVELY, TO THE AGREEMENT WITH CAMP, DRESSER AND MCKEE (CDM), DATED OCTOBER 5, 2005, TO PROVIDE ADDITIONAL ENGINEERING SERVICES FOR UPGRADING WATER AND SEWER PUMPING STATIONS; SAID AMENDMENTS PROVIDING FOR CONSTRUCTION ADMINISTRATION, SHOP DRAWING REVIEW AND FIELD OVERSIGHT SERVICES FOR THE WATER AND WASTE WATER PUMP STATIONS UPGRADES (13B), AND THE 20" WATER MAIN & BOOSTER TERMINAL ISLAND STATION (12A) PROJECTS, IN THE TOTAL AMOUNT OF $278,882. WHEREAS, on July 8, 1992, the Mayor and City Commission adopted Resolution No. 92-20540, authorizing the Mayor and City Clerk to execute an Agreement with the firm of Camp, Dresser and McKee, Inc. (COM), to provide architectural and engineering services for 1) the upgrade of the sewer and water pumping stations, and 2) to design a new Water Booster Pump Station, to be located south of the MacArthur Causeway (the Agreement); and WHEREAS, the Agreement provided for the work to be performed in three Phases: 1- Preliminary Design; 2 - Final Design; and 3 - Services during Construction; and WHEREAS, with regard to the pump station upgrades project, in February 1999, Resolution No. 99-23061 awarded a $17,692,568.00 contract to Felix Equities, Inc. (FEI), pursuant to Bid No.99-97/98 for the Water and Waste Water Pump Station Upgrades in the City of Miami Beach (the Project); and WHEREAS, on June 7, 2002, the City Administration sent FEI a Notice of Default due to the lack of progress in the Project, and provided FEI ten (10) days to correct the lack of progress issues; and WHEREAS, upon FEI's failure to properly remedy its lack of progress, the City Administration certified FEI in default on June 18, 2002; and WHEREAS, due to many issues with the performance of FElon the Project, on July 10, 2002, and pursuant to Article 8.8 of the City's contract with FEI, the Administration recommended that the City Commission remove the prosecution of work from FEI and authorized the City Manager, or his designee, to prosecute the remainder of the work; and WHEREAS, the City Commission approved this action, through Resolution No. 2002-24924; and WHEREAS, on June 10, 2003, the deadline for bids pursuant to a modified bid process for a replacement contractor on the Project, bids were received by the City's Procurement Division; and WHEREAS, only one contractor was deemed qualified and responsive, and the City determined that it would be in the City's best interest to proceed with Widell, Inc. to complete the Project; and WHEREAS, additional services for CDM to perform construction administration and field oversight services are needed for the completion of the Project; and WHEREAS, Resolution No. 2004-25465 also stated that the amount for professional services awarded to CDM for the Project at that time was only an estimate since the City had not yet initiated negotiations regarding the final scope of services and corresponding fees, and $500,000 was awarded to CDM for initial services; and WHEREAS, the City approved additional monies for CDM in Resolution No. 2004- 25627 for "Shop Drawing, Samples and Miscellaneous Issues" (Task 2.0) and the "Resident Project Representative" (Task 3.0), in the total amount of $424,640; and WHEREAS, the total fee for all professional services mentioned above was negotiated with an upper limit amount of $924,640; and WHEREAS, in 2000, the City formally re-packaged the Water Booster Pump-Station work into a new stand alone project, with the inclusion of approximately 2,600 linear feet of 20-inch water main from the Booster Station to the mainland, and east to Alton Road; and WHEREAS, from 2000 to 2003, the Water Booster Pump Station Project was in design and addressed several modifications, adjustments to the relocation of the building, and re-submittals to the Design Review Board (DRB); and WHEREAS, on February 4, 2004, Resolution No. 2004-25481 awarded a construction contract to Widell, Inc., for the construction of the MacArthur Causeway 20- inch Water Main and Terminal Island Water Booster Pump Station, in the amount of $2,602,500, and also approved the execution of Amendment No. 12, in the amount of $287,507, to the Agreement; and WHEREAS, Pump Station No.1, located at 11th Street and Jefferson Avenue, has been substantially completed and the new pumps are functional which allowed the lifting of a moratorium imposed by DERM at that Pump Station and made it possible for new businesses to connect into the system; and WHEREAS, Widell Inc. has completed most of the exterior structures and advanced in the restoration of several stations; and WHEREAS, due to the complications from site conditions, the additional work that Widell Inc. has done in order to accommodate the existing owner-furnished materials and equipment left over by the previous contractor; owner-requested change orders; and the normal weather delays, the project times had to be extended in order to successfully complete the Water and Waste Water Pump Station Upgrades and the new 20-inch Water Main and Terminal Island Water Booster Pump Station; and WHEREAS, in dealing with owner-furnished materials and equipment, the Water and Waste Water Pump Station Upgrades have used a considerable amount of contingency funds; and WHEREAS, the additional work to complete the Water and Waste Water Pump Station Upgrades and the new 20-inch Water Main and Terminal Island Water Booster Pump Station requires a time extension of seven months to the Widell Inc. contracts, as well as additional professional services from COM; which will be funded from previously allocated contingency funds; and WHEREAS, the additional funds are required as follows: Amendment 13B, in the amount of $252,840 for Water and Waste Water Pump Stations Upgrades and Amendment 12A, in the amount of $26,042, for the MacArthur Causeway 20" Water Main and Terminal Island Booster Pump Station. 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 hereby approve and authorize the Mayor and City Clerk to execute Amendment Nos. 12A and 13B, respectively, to the Agreement with Camp, Dresser and Mckee (COM), dated October 5, 2005, to provide additional engineering services for upgrading water and sewer pumping stations; said Amendments providing for construction administration, shop drawing review and field oversight services for the Water and Waste Water Pump Stations Upgrades (13b), and the 20" Water Main & Booster Terminal Island Station (12A) Projects, in the total amount of $278,882. PASSED AND ADOPTED this 19th A~t p()N~ C Y CLERK.. . Robert Parcher David Dermer T:\AGENDA\2005\Oct1905\Regular\PS ads Reso - CDM.doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~ 16~n--()) IIy ttom~ 0818 CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY m Condensed Title: A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida approving an Amendment to the Agreement with Camp, Dresser and McKee (COM) to provide additional engineering services for Upgrading Water and Sewer Pumping Stations due to the extension of the construction phase; said Amendment providing for Construction Administration, shop drawing review and field oversight services for the Water and Waste Water Pump Stations Upgrades and the Terminal Island Booster Pump Station and 20" Water Main projects, in the amount of $278,882. Issue: I Shall the Commission approve an Amendment to the agreement with COM, for additional services? Item Summary/Recommendation: On July 8, 1992, Resolution 92-20540, authorized an Agreement with CDM to provide AlE services for the upgrade of the sewer and water pumping stations, and to design a new Water Booster Pump Station, to be located south of the MacArthur Causeway. On February 1999, Resolution 99-23061 awarded a $17,692,568.00 contract to Felix Equities, Inc. (FEI) pursuant to Bid NO.99- 97/98 for the Water and Waste Water Pump Station Upgrades (WWWPSU) in the City of Miami Beach. On June 7, 2002, the City Administration sent FEI a Notice of Default due to the lack of progress in the project. Due to the continued deterioration of the pump stations, the City Administration decided to secure a replacement contractor. On June 10, 2003, pursuant to Invitation to Bid No. 10-02/03, the initial bid by Widell, Inc. (Widell) was in the amount of $20,970,000. The City entered into very detailed negotiations with Widell and agreed upon a final cost of $17,352,615 to complete the project; the contract was approved in Resolution 2004-25465, dated January 14, 2004 awarding $924,640 to CDM for AlE and construction administration services for the WWWPSU.. On February 4,2004 Resolution 2004-25481 awarded construction contract for this Booster Station to Widell in the amount of $2,602,500; authorized Amendment No. 12, in the amount of $287,507, to the Agreement between the City of Miami Beach and COM, Inc, dated July 21 , 1992, to now provide AlE and Construction Administration Services for the Project; and affirmed of the Development Regulations applicable to the site. Since the re-start of the project, CDM has been providing excellent construction administration and Widell has been able to substantially advance construction progress. Pump Station No.1, located at 11 th Street and Jefferson Avenue, has been substantially completed and the new pumps are functional. This allowed the lifting of a moratorium imposed by DERM at that pump station and made it possible for new businesses to connect into the system, Nevertheless, due to the complications from the site conditions, the additional work that the contractor has done in order to accommodate existing owner-furnished materials and equipment left over by the previous contractor, owner-requested change orders, and the normal weather delays, the project time had to be extended in order to successfully complete the project. The overall project is expected to be completed by the first quarter of 2006, restoring the pumping system of the City. However, this additional work requires adding seven months to the Widell contract, which will be covered by previously allocated contingency funds, as well as additional services for CDM: $252,840 for the Pump Station Upgrades project and $26,042 for the Terminal Island Booster Pump Station and 20" Water Main Project. Funds for these services are available from respective project contingencies. These additional services include Resident Inspection Services and General Services. General Services include the Construction Administration of the project as well as the review process for Shop Drawings and Request for Information and the evaluation and recommendation for Change Order Requests, Request for Proposals, Work Order Directives and Permitting Assistance. In dealing with owner-furnished materials and equipment, the project has used a considerable amount of contingency funds. Should these funds be exhausted and a need for additional funding exists, the Administration will seek additional funding. The Administration recommends approval of this Amendment. Advisory Board Recommendation: I N/A Financial Information: Source of Funds: Finance Dept. From previous appropriations. TH 005\Oct1905\Regular\PS CDM ads s AGENDA ITEM C7C- !~-If~ DATE CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov To: From: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez \~ City Manager (fv 0 Date: October 19, 2005 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA APPROVING AN AMENDMENT TO THE AGREEMENT WITH CAMP, DRESSER AND MCKEE {CDM}, TO PROVIDE ADDITIONAL ENGINEERING SERVICES FOR UPGRADING WATER AND SEWER PUMPING STATIONS, DUE TO THE EXTENSION OF THE CONSTRUCTION PHASE; SAID AMENDMENT PROVIDING FOR CONSTRUCTION ADMINISTRATION, SHOP DRAWING REVIEW AND FIELD OVERSIGHT SERVICES FOR THE WATER AND WASTE WATER PUMP STATIONS UPGRADES, AND FOR THE 20" WATER MAIN & BOOSTER TERMINAL ISLAND STATION PROJECTS, IN THE AMOUNT OF $278,882. ADMINISTRATION RECOMMENDATION Subject: Adopt the Resolution. FUNDING Funding is available from the respective project's contingencies for these services. ANAL YSIS On July 8, 1992, the Mayor and City Commission adopted Resolution 92-20540, authorizing the Mayor and City Clerk to execute an Agreement with the firm of Camp, Dresser and McKee, Inc. (CDM), to provide architectural and engineering services for 1) the upgrade of the sewer and water pumping stations, and 2) to design a new Water Booster Pump Station, to be located south of the MacArthur Causeway. The Agreement provided for the work to be performed in three Phases: 1- Preliminary Design, 2 - Final Design, and 3 - Services during Construction. Pump Station Uparades On February 1999, Resolution 99-23061 awarded a $17,692,568.00 contract to Felix Equities, Inc. (FEI) pursuant to Bid No.99-97/98 for the Water and Waste Water Pump Station Upgrades in the City of Miami Beach. On May 21,2001, FEI submitted a Request for Equitable Adjustment (REA) to the City's consulting engineer Camp Dresser & McKee, Inc. (CDM) for approximately $1.7 million, City Commission Memorandum October 19, 2005 Water and Wastewater Pump Station Upgrades CDM Additional Services extended time Page 2 of 4 representing increased costs the Contractor attributed to delays associated with the project. Repeated City requests for FEI to submit specific documentation to support the REA were not provided in sufficient detail to allow a thorough analysis by CDM or City staff. Without this information, the City could not evaluate the Contractor's REA. On June 7, 2002, the City Administration sent FEI a Notice of Default due to the lack of progress in the project and provided FEI 10 days to correct the lack of progress issues. Upon FEI's failure to properly remedy its lack of progress, the City Administration certified FEI in default on June 18, 2002. Subsequently, on July 10, 2002, and pursuant to Article 8.8 of the City's contract with FEI, the Administration recommended that the City Commission remove the prosecution of work from the hands of FEI and authorize the City Manager, or designee, to prosecute the remainder of the work. The City Commission approved this request on that date through Resolution 2002-24924. On July 9, 2002, the day before the City Commission action noted above, Linc Net, the parent company of FEI, filed for bankruptcy and an automatic stay was placed on the FEI contract. This action precluded the City from implementing any action regarding FEI and FEI's contract without Bankruptcy Court approval. Subsequent demands and settlement discussions continued throughout the balance of 2002 and into 2003. Negotiations on this matter continued between the City and USF&G in order to obtain a resolution on their obligations under the performance bond. Due to the continued deterioration of the pump stations, the City Administration decided in late 2002 that it was not in the City's interest to continue to wait for the conclusion of the FEI/Surety issues noted above before continuing the project. Therefore, the Administration decided to complete the previously approved informal bid process to secure a replacement contractor. On June 10, 2003, the deadline for bids pursuant to Invitation to Bid No. 10-02/03, bid proposals were received at the Procurement Department. The initial bid by Widell, Inc. was in the amount of $20,970,000; and after detailed negotiations; CIP staff and CDM, as well as personnel from Widell, agreed upon a final contract amount of $17,352,615 to complete the project. The contract was approved by Resolution 2004-25465, dated January 14, 2004. Resolution 2004-25465 stated that the amount for professional services awarded to CDM at that time was only an estimate since the City had not yet initiated negotiations regarding the final scope of services and corresponding fees. At that time, $500,000 was awarded to CDM for initial services. The City approved additional moneys for CDM in Resolution 2004-25627 for "Shop Drawing, Samples and Miscellaneous Issues" (Task 2.0) and the "Resident Project Representative" (Task 3.0) in the amount of $424,640. All other services had been contemplated in the initial services approved in Resolution 2004-25465. The total fee for these professional services was negotiated with an upper limit amount of $924,640 (original $500,000 plus this additional $424,640). City Commission Memorandum October 19, 2005 Water and Wastewater Pump Station Upgrades CDM Additional Services extended time Page 3 of 4 Booster Pump Station In 2000, the City formally re-packaged the Water Booster Pump-Station work into a new stand alone project, with the inclusion of approximately 2,600 linear feet of 20-inch water main from the Booster Station to the mainland, and east to Alton Road. From 2000 to 2003, the project was in design and addressed several modifications, adjustments to the relocation of the building and re-submittals to the Design Review Board (DRB). On February 4, 2004, Resolution 2004-25481 awarded the construction contract to Widell, Inc., for the construction of the MacArthur Causeway 20-inch Water Main and Terminal Island Water Booster Pump Station, in the amount of $2,602,500; and approved the execution of Amendment No. 12, in the amount of $287,507, to the Agreement between the City of Miami Beach and Camp Dresser McKee, Inc. dated July 21, 1992, to provide architectural, engineering and construction administration services and affirmed the Development Regulations applicable to the site. Additional Services CDM has been providing excellent construction administration and Widell has been able to substantially advance construction progress. Pump Station No.1, located at 11 th Street and Jefferson Avenue has been substantially completed and the new pumps are functional. This allowed the lifting of a moratorium imposed by DERM at that pump station and made it possible for new businesses to connect into the system. Widell, assisted by CDM, has completed most of the exterior structures and advanced in the restoration of several stations. Pump Station No.28 is expected to be substantially completed in October 2005. Nevertheless, due to the complications from site conditions, the additional work that the contractor has done in order to accommodate the existing owner-furnished materials and equipment left over by the previous contractor; owner-requested change orders, and the normal weather delays, the project times had to be extended in order to successfully complete the projects. In dealing with owner-furnished materials and equipment, the projects have used a considerable amount of contingency funds. Should these funds be exhausted and a need for additional funding exists, the Administration will seek additional funding. These two projects are expected to be completed by the first quarter of 2006, restoring the pumping system of the City. However, this additional work requires adding seven months to the Widell contracts, which will be covered by previously allocated contingency funds, as well as additional professional services from CDM. These additional services include Resident Inspection Services and General Services. General Services include the Construction Administration of the project as well as the review process for Shop Drawings and Request for Information and the evaluation and recommendation for Change Order Requests, Request for Proposals, Work Order Directives and Permitting Assistance. City Commission Memorandum October 19, 2005 Water and Wastewater Pump Station Upgrades CDM Additional Services extended time Page 4 of 4 The additional funds are required as follows: . $252,840 for Water and Waste Water Pump Stations Upgrades . $26,042 for the MacArthur Causeway 20" Water Main and Terminal Island Booster Pump Station. CONCLUSION At this time, the physical and operating conditions of some of the pump stations are in emergency status and Widell has successfully completed work at several of the pumping stations. Awarding these additional services to CDM of $278,882 for construction administration, shop drawing review, permitting assistance and field observation services, will allow the constru'ction administration services to ensure the best performance of the contractor. T:\AGENDA\2005\Oct1905\Regular\PS CDM ads memo1 0192005.doc