Miami-Dade Legislative Item
File Number: 081437
Printable PDF Format Download Adobe Reader  Clerk's Official Copy   

File Number: 081437 File Type: Resolution Status: Adopted
Version: 0 Reference: R-585-08 Control: Board of County Commissioners
File Name: CONTRACT AWARD RECOMMENDATION - CONTRACT # E07-WASAD-07 (A) Introduced: 5/6/2008
Requester: Water & Sewer Department Cost: Final Action: 5/20/2008
Agenda Date: 5/20/2008 Agenda Item Number: 8R1B
Notes: JAM Title: RESOLUTION APPROVING A NON-EXCLUSIVE PROFESSIONAL SERVICES AGREEMENT FOR CONTRACT NUMBER E07-WASD-07 (A) IN THE AMOUNT OF $1,650,000 TO LOCKWOOD, ANDREWS & NEWNAM, INC. FOR THE DESIGN OF A TRANSMISSION PIPELINE FOR A RECLAIMED WATER SYSTEM FROM THE CENTRAL DISTRICT WASTEWATER TREATMENT PLANT ON VIRGINIA KEY TO A CONNECTION POINT AT THE NORTHERN BOUNDARY OF THE VILLAGE OF KEY BISCAYNE; AUTHORIZING THE COUNTY MAYOR OR HIS DESIGNEE TO EXECUTE SAME AND TO EXERCISE TERMINATION PROVISIONS CONTAINED THEREIN
Indexes: CONTRACT AWARD RECOMMENDATION
Sponsors: NONE
Sunset Provision: No Effective Date: Expiration Date:
Registered Lobbyist: None Listed


Legislative History

Acting Body Date Agenda Item Action Sent To Due Date Returned Pass/Fail

Board of County Commissioners 5/20/2008 8R1B Adopted P

County Manager 5/14/2008 Scrivener's Errors 5/20/2008
REPORT: On handwritten page 1, the correct contract amount should read $1,650,000 in the subject matter as well as the recommendation paragraph.

County Attorney 5/7/2008 Assigned Henry N. Gillman 5/7/2008

County Manager 5/6/2008 Assigned County Attorney 5/20/2008
REPORT: WATER & SEWER

County Manager 5/6/2008 Assigned Sue Torriente 5/6/2008

Legislative Text


TITLE
RESOLUTION APPROVING A NON-EXCLUSIVE PROFESSIONAL SERVICES AGREEMENT FOR CONTRACT NUMBER E07-WASD-07 (A) IN THE AMOUNT OF $1,650,000 TO LOCKWOOD, ANDREWS & NEWNAM, INC. FOR THE DESIGN OF A TRANSMISSION PIPELINE FOR A RECLAIMED WATER SYSTEM FROM THE CENTRAL DISTRICT WASTEWATER TREATMENT PLANT ON VIRGINIA KEY TO A CONNECTION POINT AT THE NORTHERN BOUNDARY OF THE VILLAGE OF KEY BISCAYNE; AUTHORIZING THE COUNTY MAYOR OR HIS DESIGNEE TO EXECUTE SAME AND TO EXERCISE TERMINATION PROVISIONS CONTAINED THEREIN

BODY
WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference,

NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby approves award of a non-exclusive professional services agreement for Contract Number E07-WASD-07 (A) in the amount of $1,650,000 to Lockwood, Andrews and Newnam, Inc. for the design of a transmission pipeline for a reclaimed water system from the Central District Wastewater Treatment Plant on Virginia Key to a connection point at the northern boundary of the Village of Key Biscayne; in substantially the form attached hereto and made a part hereof; and authorizes the County Mayor or his designee to execute same and to exercise termination provisions contained therein.

HEADER

To: Honorable Chairman Bruno A. Barreiro
and Members, Board of County Commissioners

From: George M. Burgess
County Manager � �


Subject: Contract Award Recommendation for the Design of a Distribution Pipeline for a Reclaimed Water
System from the Central District Wastewater Treatment Plant to the Village of Key Biscayne -
Project No: E07-WASD-07 (A); Contract No: E07-WASD-07 (A), to Lockwood, Andrews & Newnam, Inc.
in the amount of $1,650,000

STAFF RECOMMENDATION
This recommendation for award for Contract E07-WASD-07(A) between Lockwood, Andrews & Newnam, Inc. and Miami- Dade County in the amount of $1,650,000 has been prepared by Miami-Dade Water & Sewer Department (WASD) and is recommended for approval pursuant to Section 2-8.2.11 of the Code of Miami-Dade County. The consultant is to provide engineering design, post design services during construction and project coordination services for a reclaimed water pipeline from the Central District Wastewater Treatment Plant (CDWWTP) on Virginia Key to a connection point at the northern boundary of the Village of Key Biscayne.

DELEGATION OF AUTHORITY
The authority of the County Mayor or his designee to execute and implement this contract is consistent with those authorities granted under the Code of Miami-Dade County.�

SCOPE

PROJECT NAME: Design of a Distribution Pipeline for a Reclaimed Water System from the CDWWTP to the
Village of Key Biscayne

PROJECT NO: E07-WASD-07 (A)

CONTRACT NO: E07-WASD-07 (A)

PROJECT DESCRIPTION:
The consultant is to provide engineering design, post design services during construction and project coordination services for a reclaimed water pipeline from the CDWWTP on Virginia Key to a connection point at the northern boundary of the Village of Key Biscayne. Preliminary sizing is a 16-inch diameter reclaimed water pipeline from the CDWWTP to the Crandon Park Golf Course on Key Biscayne and a 12-inch diameter reclaimed
water pipeline from the Crandon Park Golf Course to the Village of Key Biscayne.

Design services include, but are not limited to, finalizing the preliminary route selection, site nvestigations, surveying, geotechnical services, maintenance of traffic plans, hydraulic analysis, coordination with other utilities, agencies, other municipalities and the public, preparation of design reports, drawings and contract
specifications. Assistance during the permitting and procurement phases will also be included as well as post design services which are required to provide technical support during construction. Post design services during construction include, but are not limited to, periodic site inspections and attendance at meetings, review shop drawings, respond to information requests, review claims and potential change orders, review contract schedules, schedule of values, and as-built drawings. Project coordination services include, establishing a plan to implement projects and track project schedules, budgets and deadlines, prepare status reports and attend meetings as requested.

PROJECT LOCATION:
CDWWTP, 3989 Rickenbacker Causeway to the northern boundary of the Village of Key Biscayne.

PRIMARY COMMISSION DISTRICT: District 7 Carlos A. Gimenez

APPROVAL PATH: Special

OCI A&E PROJECT NUMBER: E07-WASD-07(A)

USING DEPARTMENT: Miami-Dade Water and Sewer Department

MANAGING DEPARTMENT: Miami-Dade Water and Sewer Department

FISCAL IMPACT / FUNDING SOURCE

OPERATIONS COST IMPACT / FUNDING:
Throughout the life of the asset the industry average yearly operation cost would range between 3 and 5 percent of the total construction cost of the asset being installed. The funding source is Water Distribution O&M Fund.

MAINTENANCE COST IMPACT/FUNDING:
Throughout the life of the asset the industry average yearly maintenance cost would range between 3 and 5% of the total construction cost of the asset being installed. The funding source is Water Distribution O&M Fund.

LIFE EXPECTANCY OF ASSET: The estimated life expectancy is 50 years.


FUNDING SOURCE:

SOURCE
WASD Revenue Bonds Sold

AMOUNT
$1,650,000.00

PTP FUNDING: No

GOB FUNDING: No


CAPITAL BUDGET PROJECT:

BUDGET PROJECT/DESCRIPTION

TYPE CODE DESCRIPTION DESCRIPTION
965630-WASTEWATER TREATMENT PLANTS EFFLUENT REUSE
Book Page: 292 ��� Funding Year: Adopted Capital Budget
Book for FY 2007-2008, Prior Years Funds

AWARD ESTIMATE
$1,650,000.00



PROJECT TECHNICAL CERTIFICATION REQUIREMENTS:

TYPE CODE DESCRIPTION
Prime 6.01 � WATER AND SANITARY SEWER SYSTEMS � WATER DISTRIBUTION AND SANITARY SEWAGE COLLECTION AND TRANSMISSION SYSTEMS

Prime 17.00 � ENGINEERING CONSTRUCTION MANAGEMENT

Other 9.02 � SOILS, FOUNDATIONS AND MATERIALS TESTING � GEOTECHNICAL AND MATERIALS ENGINEERING SERVICES

Other 10.05 � ENVIRONMENTAL ENGINEERING � CONTAMINATION ASSESSMENT AND MONITORING

Other 15.01 � SURVEYING AND MAPPING � LAND SURVEYING

Other 16.00 � GENERAL CIVIL ENGINEERING


NTPC�S DOWNLOADED: 106

PROPOSALS RECEIVED: 14

CONTRACT PERIOD:
1,460 Days. �Four (4) years. Design � 1 year; Permitting/Procurement � 1 year; Construction � 2 years

CONTINGENCY PERIOD: 146 Days.

IG FEE INCLUDED IN BAS CONTRACT: Yes

ART IN PUBLIC PLACES: No

BASE ESTIMATE: $1,500,000.00

BASE CONTRACT AMOUNT: $1,500,000.00

CONTINGENCY ALLOWANCE (SECTION 2-8.1 MIAMI-DADE COUNTY CODE):

TYPE PERCENT AMOUNT COMMENT
PSA 10% $150,000.00

TOTAL DEDICATED ALLOWANCE: $0.00

TOTAL AMOUNT: $1,650,000.00 �

TRACK RECORD/MONITOR

SBD HISTORY OF VIOLATIONS: None


EXPLANATION:
At the First-Tier meeting on January 3, 2008, the Competitive Selection Committee voted to hold a Second-Tier meeting with the four highest ranking firms out of the 14 proposals submitted. The Second-Tier was held on February 5, 2008. The Committee ranked Lockwood, Andrews & Newnam, Inc. as the highest ranking firm.

The Negotiation Committee was approved by the County Manager on February 26, 2008. On March 12, 2008, the Negotiation Committee met with Lockwood, Andrews & Newnam, Inc. and concluded its negotiations. This is the recommendation to award the contract to Lockwood, Andrews & Newnam, Inc.

Based on the Office of Capital Improvements CIIS database, the County has completed one evaluation for Lockwood, Andrews & Newnam, Inc with an overall performance of 3.3 points out of a possible 4 points.

SUBMITTAL DATE: 10/29/2007

ESTIMATED NOTICE TO PROCEED: 6/30/2008

PRIME CONSULTANT: Lockwood, Andrews & Newnam, Inc.

COMPANY PRINCIPAL: Dennis Petersen, P.E.

COMPANY QUALIFIERS: Dennis Petersen, P.E.

COMPANY EMAIL COMPANY STREET ADDRESS: [email protected]

COMPANY STREET ADDRESS: 3390 Mary Street, Suite 216


COMPANY CITY-STATE- ZIP: Miami, Florida 33133

YEARS IN BUSINESS: 73

PREVIOUS CONTRACTS WITH COUNTY IN THE LAST FIVE YEARS:
According to the Firm History report as provided by the Department of Small Business Development, the contractor
has been awarded one contract for a total value of $2,750,000 over the last five years.

SUBCONSULTANTS: Civil Works, Inc., Consulting Engineering & Science, Inc., Nadic Engineering Services Incorporated, P (3) SM, LLC and Protocole Corp.

MINIMUM QUALIFICATIONS EXCEED LEGAL REQUIREMENTS:

REVIEW COMMITTEE: MEETING DATE: 9/12/2007� SIGNOFF DATE: 9/12/2007

RESPONSIBLE WAGES: No

REVIEW COMMITTEE ASSIGNED CONTRACT MEASURES:

TYPE GOAL ESTIMATED VALUE COMMENT
CBE 35.00% $577,500.00

CWP 0.00% $0.00 Not Applicable

MANDATORY CLEARING HOUSE: No


CONTRACT MANAGER NAME/PHONE/EMAIL: Patty David 786-552-8040 [email protected]


PROJECT MANAGER NAME/PHONE/EMAIL: Eduardo M. Luis 786-268-5279 [email protected]


BACKGROUND
This project is a part of the WASD's "Alternative Water Supply Plan" mandated by the South Florida Water Management District and "Reuse Feasibility Study" mandated by the Florida Department of Environmental Protection. In order to meet state and federal requirements, WASD is constructing a water reclamation facility at the CDWWTP to irrigate the Crandon Park Golf Course and other green areas within the Village of Key
Biscayne. This project provides for the design of a pipeline for the transmission of reclaimed water from the CDWWTP to the proposed irrigation sites.



BUDGET APPROVAL
FUNDS AVAILABLE: ________________________ ________
OSBM DIRECTOR DATE


APPROVED AS TO
LEGAL SUFFICIENCY: ________________________ ________
COUNTY ATTORNEY DATE

CAPITAL ________________________ ________
IMPROVEMENTS OCI DIRECTOR DATE
CONCURRENCE:

________________________ ________
ASSISTANT COUNTY MANAGER DATE

CLERK DATE _____________
DATE



Home  |   Agendas  |   Minutes  |   Legislative Search  |   Lobbyist Registration  |   Legislative Reports
2024 BCC Meeting Calendar  |   Miami-Dade County Code of Ordinances   |   ADA Notice  |  

Home  |  Using Our Site  |  About Phone Directory  |  Privacy  |  Disclaimer

E-mail your comments, questions and suggestions to Webmaster  

Web Site � 2024 Miami-Dade County.
All rights reserved.