Loading...
2011-27793 Reso RESOLUTION NO. 2011-27793 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF FIRMS, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 04-11/12, FOR A DESIGN CRITERIA PROFESSIONAL TO PREPARE THE DESIGN CRITERIA PACKAGE FOR THE SUNSET ISLANDS 3 AND 4 NEIGHBORHOOD RIGHT-OF-WAY IMPROVEMENT PROJECT, WHICH IS INTENDED TO BE A DESIGN-BUILD CONTRACT; AND TO SERVE AS THE CITY'S REPRESENTATIVE DURING THE SELECTION OF THE DESIGN-BUILD FIRM FOR THE PROJECT, CONCERNING THE EVALUATION OF THE RESPONSES SUBMITTED BY THE DESIGN-BUILD FIRMS; REVIEW AND APPROVE FOR COMPLIANCE OF THE DETAILED WORKING DRAWINGS FOR THE PROJECT; AND FOR EVALUATION OF THE COMPLIANCE OF THE PROJECT CONSTRUCTION WITH THE DESIGN CRITERIA PACKAGE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED PROPOSER, CORZO, CASTELLA, CARBALLO, THOMPSON, SALMAN, PA (C3TS); AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH THE TOP-RANKED PROPOSER, AUTHORIZING NEGOTIATIONS WITH THE SECOND-RANKED PROPOSER, CALVIN, GIORDANO, AND ASSOCIATES, INC; AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH THE SECOND-RANKED PROPOSER, AUTHORIZING NEGOTIATIONS WITH THE THIRD-RANKED PROPOSER, ATKINS, INC. WHEREAS, on October 19, 2011, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) No 04-11/12, for a Design Criteria Professional to Prepare the Design Criteria Package for the Sunset Islands 3 and 4 Neighborhood Right of Way Improvement Project, which is Intended to be a Design-Build Contract; and to Serve as the City's-Representative During the Selection of the Design-Build Firm for the Project, Concerning the Evaluation of the Responses Submitted by the Design- Build firms, Review and Approve for Compliance of the Detailed Working Drawings for the Project; and for Evaluation of the Compliance of the Project construction with the Design Criteria Package (the RFQ), and WHEREAS, the RFQ was issued on October 20, 2011, with an opening date of November 20, 2011, and WHEREAS, a pre-proposal conference to provide information to proposers was held on October 28, 2011, and WHEREAS, BidNet issued bid notices to 281 prospective proposers, and over 180 local proposers were notified via mail, e-mail, which resulted in the receipt of four (4) proposals, WHEREAS, on October 31, 2011, the City Manager via Letter to Commission (LTC) No 267-2011, appointed an Evaluation Committee (the "Committee") consisting of the following individuals • Matilde Reyes, Senior Capital Project Coordinator, CIP, and • Grace Escalante, Senior Capital Projects Coordinator, CIP; and • Darlene Fernandez, Transportation Currency Coordinator, Public Works Department, and • Elizabeth Camargo, Resident and Capital Improvement Projects Oversight Committee (CIPOC) member; and • Jose Perez, Project Coordinator, CIP, and • Terry Bienstock, Sunset Islands 3 and 4 Resident and Homeowners Association President; and • Peter Luria, member of the Sunset Islands 3 and 4 Neighborhood Association, and Alternates • Christina Cuervo, Resident and Capital Improvement Projects Oversight Committee (CIPOC) member; and WHEREAS, committee members Christina Cuervo and Matilde Reyes recused themselves from the Committee due to perceived conflicts of interest with firms being evaluated, and WHEREAS, the Committee convened on November 29, 2011, and a quorum was attained, the Committee was provided with general information on the scope of services, Performance Evaluation Surveys and additional pertinent information from the responsive proposers, and WHEREAS, the Committee was also provided with presentations from proposers with the intent of focusing the discussion on the scope of services relative to these projects, and the methodology and approach to be utilized by the proposer in order to represent the City of Miami Beach on said projects, and WHEREAS, the Committee discussed their individual perceptions of the proposers' qualifications, experience, and competence, and further ranked the proposers accordingly; and WHEREAS, a motion was made by Grace Escalante, amended and seconded by Peter Luria, and unanimously approved by all Committee members, to recommend entering into negotiations with the first ranked proposer, C3TS, and if negotiations were not successful with the first ranked proposer, authorizing negotiations with the second ranked proposer, Calvin, Giordano, and Associates, Inc., and WHEREAS, the Committee further recommended issuing a new RFQ, if negotiations were not successful with the first or second ranked proposers, and WHEREAS, after considering the recommendation of the Committee, the City Manager exercised his due diligence and is recommending that the Mayor and the City Commission authorize negotiations with the top-ranked proposer, Corzo, Castella, Carballo, Thompson, Salman, PA (C3TS), and should the Administration not be successful in negotiating an agreement with the top-ranked proposer, authorizing negotiations with the second-ranked proposer, Calvin Giordano and Associates, Inc, and should the Administration not be successful in negotiating an agreement with the second-ranked proposer, authorizing negotiations with the third-ranked proposer, Atkins, Inc NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pursuant to Request for Qualifications (RFQ) No 04-11/12, for a Design Criteria Professional to Prepare the Design Criteria Package for the Sunset Islands 3 and 4 Neighborhood Right of Way Improvement Project, which is Intended to be a Design-Build Contract; and to Serve as the City's Representative During the Selection of the Design-Build Firm for the Project, Concerning the Evaluation of the Responses Submitted by the Design-Build firms, Review and Approve for Compliance of the Detailed Working Drawings for the Project; and for Evaluation of the Compliance of the Project construction with the Design Criteria Package, authorizing negotiations with the top- ranked proposer, Corzo, Castella, Carballo, Thompson, Salman, PA (C3TS), and should the Administration not be successful in negotiating an agreement with the top-ranked proposer, authorizing negotiations with the second-ranked proposer, Calvin Giordano and Associates, Inc , and should the Administration not be successful in negotiating an agreement with the second-ranked proposer, authorizing negotiations with the third-ranked proposer, Atkins, Inc PASSED AND ADOPTED THI ,., �.,�,,, DAY OF ,J.eCQ hi ber2011. 3\P�\ B .. F.y ,,,,, ATTEST: ..*. Ai JP o k 4 ':INCORP ORATED' 311 , 'air i i CITY CLERK ''n,,�d14...6,.°4''M R 'YO T:IAGENDA 12011112-14-111RFQ-04-11-12 Sunset 3 and 4-RESO.doc APPROVED AS TO FORM &LANGUAGE &FOR CUTION i� .- Zk 1 ,,�.n (i•mey at , --\ COMMISSION ITEM SUMMARY Condensed Title: A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Accepting The Recommendation Of The City Manager Pertaining To The Ranking Of Firms,Pursuant To Request For Qualifications (RFQ)No 04-11/12,For Design Criteria Professional For The Sunset Islands 3 And 4 Neighborhood Right-Of-Way Improvement Project; Authorizing The Administration To Enter Into Negotiations With The Top-Ranked Proposer, Corzo, Castella, Carballo, Thompson, Salman, PA (C3TS); And Should The Administration/Not Be Successful In Negotiating An Agreement With The Top-Ranked Proposer, Authorizing Negotiations With The Second-Ranked Proposer,Calvin,Giordano,And Associates,Inc;And Should The Administration Not Be Successful In Negotiating An Agreement With The Second-Ranked Proposer,Authorizing Negotiations With The Third-Ranked Proposer,Atkins,Inc. Key Intended Outcome Supported: Ensure Value and Timely Delivery of Quality Capital Projects. Maintain City's Infrastructure. Supporting Data(Surveys, Environmental Scan,etc.):The 2009 Miami Beach Community Satisfactory Survey indicates that 100%of the projects were substantially completed within 120 days of construction schedule.The 2007 Miami Beach Community Satisfactory Survey indicates that 84%of residents and 86%of businesses rated the services as good or excellent for recently completed capital improvement projects. Issue: Shall the Mayor and City Commission Adopt The Resolution? Item Summary/Recommendation: On October 19,2011,the Mayor and City Commission approved the issuance of Request for Qualifications(RFQ)No 04-11/12,for a Design Criteria Professional for the Sunset Islands 3 and 4 Neighborhood Right of Way Improvement Project. RFQ No 04-11/12 was issued on October 20, 2011, with an opening date of November 20, 2011 A pre-proposal conference to provide information to the proposers submitting a response was held on October 28, 2011 BidNet issued bid notices to 281 prospective proposers, and over 180 local proposers were notified via mail,e-mail, which resulted in the receipt of the following four(4)proposals:SRS Engineers,Inc;Calvin,Giordano,and Associates, Inc;Corzo, Castella, Carballo,Thompson, Salman, PA(C3TS);and Atkins, Inc. On October 31, 2011, the City Manager via Letter to Commission (LTC) No 267-2011, appointed an Evaluation Committee (the "Committee") which convened on November 29, 2011 The Committee was provided with general information on the scope of services, Performance Evaluation Surveys and additional pertinent information from all responsive proposers. The Committee was also provided with presentations from all proposers with the intent of focusing the discussion on the Scope of Services relative to these projects and the methodology and approach to be utilized by the proposer in order to represent the City of Miami Beach on said projects.The Committee discussed their individual perceptions of the proposer's qualifications,experience,and competence,and further ranked the proposers accordingly The Committee members recommend entering into negotiations with the first ranked proposer, C3TS, and if negotiations were not successful with the first ranked proposer, authorizing negotiations with the second ranked proposer, Calvin, Giordano, and Associates, Inc. After considering the review and recommendation of City staff, the City Manager exercised his due diligence and is recommending entering into negotiations with the top-ranked proposer,Corzo,Castella,Carballo,Thompson,Salman, PA(C3TS);and should the Administration not be successful in negotiating an agreement with the top-ranked proposer, authorizing negotiations with the second-ranked proposer, Calvin Giordano and Associates, Inc; and should the Administration not be successful in negotiating an agreement with the second-ranked proposer, authorizing negotiations with the third-ranked proposer,Atkins, Inc. ADOPT THE RESOLUTION. Advisory Board Recommendation: Financial Information: Source of Amount Account Funds: 1 2 OBPI Total Financial Impact Summary: City Clerk's Office Legislative Tracking: Gus Lopez, Ext. 6641 Sign-Offs: Departme Dir.ctor istant City M.fa•e City Manager GL F DB PDW (t JMe .` T•WGENDA\2011\12-1-/"\RFQ-04-11-12 Sunset 3 and 4-Summary.doc M I AM E AGENDA ITEM DATE 12--14-11 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139,www.miamibeachfl.gov COMMISSION MEMORANDUM TO Mayor Matti Herrera Bower and Members of the City Commission FROM. Jorge M Gonzalez, City Manager DATE December 14, 2011 SUBJECT A RESOLUTION OF THE MAYOR ND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF FIRMS, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 04-11/12, FOR A DESIGN CRITERIA PROFESSIONAL TO PREPARE THE DESIGN CRITERIA PACKAGE FOR THE SUNSET ISLANDS 3 AND 4 NEIGHBORHOOD RIGHT-OF-WAY IMPROVEMENT PROJECT, WHICH IS INTENDED TO BE A DESIGN-BUILD CONTRACT; AND TO SERVE AS THE CITY'S REPRESENTATIVE DURING THE SELECTION OF THE DESIGN-BUILD FIRM FOR THE PROJECT, CONCERNING THE EVALUATION OF THE RESPONSES SUBMITTED BY THE DESIGN-BUILD FIRMS; REVIEW AND APPROVE FOR COMPLIANCE OF THE DETAILED WORKING DRAWINGS FOR THE PROJECT; AND FOR EVALUATION OF THE COMPLIANCE OF THE PROJECT CONSTRUCTION WITH THE DESIGN CRITERIA PACKAGE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED PROPOSER, CORZO, CASTELLA, CARBALLO, THOMPSON, SALMAN, PA (C3TS); AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH THE TOP-RANKED PROPOSER, AUTHORIZING NEGOTIATIONS WITH THE SECOND-RANKED PROPOSER, CALVIN, GIORDANO, AND ASSOCIATES, INC; AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH THE SECOND-RANKED PROPOSER, AUTHORIZING NEGOTIATIONS WITH THE THIRD-RANKED PROPOSER, ATKINS, INC. ADMINISTRATION RECOMMENDATION Adopt the Resolution KEY INTENDED OUTCOME SUPPORTED Ensure Value and Timely Delivery of Quality Capital Projects Maintain City's Infrastructure ANALYSIS On May 16, 2001, the Mayor and City Commission adopted Resolution No 2001-24387, approving and authorizing the execution of the professional services agreement with CH2MHill, Inc., pursuant to Request for Qualifications (RFQ) 134-99/00 Commission Memorandum—RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 2 On April 9, 2003, the City Commission approved Resolution Number 2003-25171, approving and officially adopting the Basis of Design Report (BODR) for the Sunset Islands 3 & 4 Neighborhood Right of Way (ROW) Improvement Project. The BODR identified the priority improvements that set the goals and objectives for the ROW Improvement Project. These improvements include but are not limited to the following • Street resurfacing / pavement markings/sidewalk repair • Enhanced landscaping /planting strip restoration • Curb & gutter • Streetlight upgrades • Drainage upgrades • Waterline replacement and upgrade • Sanitary sewer force main replacement and upgrade • Replacement of existing water main infrastructure • Coordination with franchise utilities undergrounding and relocation of poles On March 2005, CH2MHiIl, Inc submitted the 30% design documents to the City and subsequently the project was placed on hold because the residents requested the undergrounding of its overhead utilities, which includes Florida Power and Light (FPL), Atlantic Broadband (ABB), Sprint and AT&T The HOA, during its August 24, 2010 meeting, elected to hold another general membership meeting to discuss the community's desire to underground its overhead utilities and create an assessment per homeowner for the entire amount. This meeting was held on September 28th 2010 and the membership has decided to move forward with full underground implementation via a City sponsored Special Assessment. During review of the ROW project with the HOA, regulatory issues related to the existing roadway width were discussed with the members of the HOA and they expressed concerns with the 10-foot minimum travel lane requirement. During subsequent discussions including the HOA, City of Miami Beach Public Works Department (PWD), Miami-Dade County Traffic (MDC) and Capital Improvements Projects Office (CIP) staff, MDC stated they would approve 9-foot travel lanes for two-way streets and a 10-foot travel lane with a 5-foot multi-use shoulder for one-way streets on the Sunset Islands However, the proposed design requires 24-inch valley gutters as part of drainage improvements The valley gutters would need to be installed outside of the required travel lanes The HOA held an island-by-island vote to decide if the roadways should be converted to one- way The results supported the one-way travel street modification on both Sunset Islands 3 & 4 The Miami-Dade County Public Works Department approval of the one-way traffic flow was granted on August 24, 2010 The purpose of this RFQ is to pre-qualify and select the Design Criteria Professional, in accordance with the Consultants' Competitive Negotiation Act (CCNA) The selected Design Criteria Professional will furnish performance-oriented drawings and specifications to permit Design Build firms to prepare a bid in response to an Invitation to Bid (ITB) The results of the ITB process will provide the project's actual construction cost and identify the cost for the utility undergrounding work. Commission Memorandum— RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 3 SCOPE OF SERVICES The City is requesting qualification statements from a "Design Criteria Professional" (DCP) who holds a current certificate of registration under chapter 471 FS as a registered engineer to practice engineering and who has documented experience in the preparation of Design Criteria Packages for public facilities and meets the minimum qualifications described in this document. The Consultant shall provide the City a Design Criteria Package for Sunset Islands 3 & 4 The Sunset Islands 3 & 4 Neighborhood improvement project consists of landscaping / irrigation, replacement of existing water main infrastructure, improved storm water drainage collection and disposal infrastructure including swale restoration, valley gutters and other facilities, street resurfacing / pavement markings, repair and/or extension of existing sidewalks to comply with ADA requirements, incorporation of traffic calming features, consistent with community preferences and the incorporation and coordination of the undergrounding of utilities including Florida Power and Light (FPL), Atlantic Broadband (ABB), Sprint and AT&T The Design Criteria Package must specify performance-based criteria for the public construction project, including the legal description of the site, survey information concerning the site, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, storm water retention and disposal, and parking requirements applicable to the project. Pursuant to chapter 287 055(9)(b) FS, a Design Criteria Professional who has been selected to prepare a Design Criteria Package for the City is not eligible to render services under a Design-Build contract executed pursuant to the Design Criteria Package The basic services provided by the Design Criteria Professional shall include but not be limited to preparation of bidding documents incorporating schematic design, performance specifications and design criteria for the project (the bidding documents shall require compliance with the design criteria by the Design-Build firm awarded this Project) and enforcement of the design criteria including but not limited to notifying the City of regarding the Design-Builder's compliance or non- compliance with the requirements of the design criteria The Consultant shall become familiar with the Project site through frequent site visits, research, and examination of any record drawings, as applicable, and shall notify the City of any field, on-site, or off-site conditions not shown or incorrectly shown on the record drawings, as may have been reasonably discovered At the Consultant's request, the City will facilitate the Consultant's access to the Project site and/or facilities for investigative purposes Frequent site visits and meetings shall continue through all design phases of this Agreement until the Consultant is thoroughly familiar with the existing conditions, any problem areas, and/or existing hazardous conditions or materials These site visits and meetings are part of the Consultant's Basic Services, are considered due diligence, and the Consultant shall receive no additional compensation for such design phase site visits and meetings Provided the Consultant has conducted a good faith investigation, the Consultant and the Consultant's sub- consultants shall not be responsible or held liable for undiscovered hazardous conditions or materials The total allocated Construction Cost Budget earmarked for this project is approximately $4,500,000 Commission Memorandum— RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 4 Basic Services consist of the following Task One 1: Phase One Schematic 30% The DCP shall become familiar with the Project site through frequent site visits, research, and examination of any record drawings, as applicable, including the 30% Schematic Phase documents dated February 25, 2005, the approved Basis of Design Report, the FPL preliminary drawings dated April 11, 2011 (and latest revisions thereto) and shall notify the City of any existing site condition omitted from or incorrectly shown on record drawings, as may have been reasonably discovered Frequent visits shall continue until the Design Criteria Professional (DCP) is thoroughly familiar with the Project site, problem areas, and existing hazardous conditions, if any The City will facilitate the DCP's access to the Project site, as needed, for investigative purposes The DCP shall be responsible to provide the City with the following services as part of this task. Task 1 1 Evaluate and update the 30% schematic plans dated February 25, 2005 and compare the scope of work contained therein with the approved BODR. The DCP is to make any and all revisions necessary to these drawings as requested by the Agencies Having Jurisdiction (AHJ) over the project and incorporate said revisions into the 30% schematic drawings and become Design Criteria Professional / Engineering Professional for these documents The DCP shall identify all the necessary requirements with all applicable AHJ over the work and/or utility providers and coordinate the work to make sure that there are no conflicts in the drawings and update the drawings accordingly for the design/construction of the Project by the Design Builder Task 1 2 Evaluate the existing outfalls and ascertain if any upgrades will be required to conform to the proposed storm water system (see Task 2.1) Task 1 3 Analyze the cost estimates for this Project and provide an updated construction estimate in format provided by the City Task 1 4 Provide a proposed project schedule and construction phasing plan for approval by the City for inclusion in Design Criteria Package Task 1 5 Coordinate with FPL, AT&T, Sprint and Atlantic Broadband (ABB) for conversion of overhead electrical, telephone and cable to underground and incorporate as an Add Alternate to the 30% Schematic Plans The consultant shall become familiar with the requirements of the FPL application for installed facilities agreement for UG conversions and provide all specifications to address conditions of the agreement related to the project. Identify requirements for use of contractors certified by FPL. Task 1 6 City shall contract with a consultant to provide a constructability and value engineering report including verification of project construction cost estimates and schedule DCP shall provide necessary revisions to the design and technical requirements to address value engineering and constructability concerns. Task 1 7 Coordinate Phase 1 Environmental Report and provide a Phase 2 Environmental as required by DEP/DERM or any other AHJ Commission Memorandum—RFQ#04-11-12 for)Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 5 Task 1 8 Coordinate with existing topographic and specific purpose survey provided by the City and updated survey information Task 1 9. Coordinate Geotechnical Soils report information and additional testing including asphalt core results as required for the project. Task 1 10. Provide Drainage Calculations and preliminary drainage analysis to substantiate proposed 30% storm water design Task 1 11 Prepare a Traffic Analysis and Assessment as needed for to obtain approval from Miami-Dade County Traffic Division Task 1 12 Update the Encroachment Analysis and Survey and coordinate with CMB / PWD encroachment policy Task 113 Prepare requirements for monitoring for compliance the bridge loading requirements Task 1 14 Update the Public Works Manual which contains the City's specification and design standards for work in the right-of-way This shall be used as the basis of Task 1 15 Task 1 15 Create a "Master Design Criteria" boilerplate package to be re-used by the City for future project specific Design Build projects. Task 1 16 Coordinate and conduct the necessary meetings with appropriate City staff and the Homeowner's Association to review the proposed scope of work and any other issues that may impact this Project. The DCP shall prepare and distribute minutes of meetings with the City regarding this Project. Task 1 17 The DCP shall seek review and approval of the 30% schematic design documents and Design Criteria Package including but not limited to the following agencies • City of Miami Beach Public Works Department • City of Miami Beach Parks Department • City of Miami Beach Planning Department • Miami-Dade County Water& Sewer Department • Miami-Dade County PWD Traffic Engineering Division • Miami Beach Fire Prevention Division • Florida Department of Environmental Protection • Miami-Dade Department of Environmental Resource Management • South Florida Water Management District • Florida Department of Health • Florida Department of Transportation • US Army Corps of Engineers • US Environmental Protection Agency As part of this task, the consultant will prepare documents for review by the AHJ Specific activities will include 1 Submit documentation for review and approval Commission Memorandum— RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 6 2 Provide responses to request for additional information if requested by the permitting agencies 3 Perform all required communication and coordination with regulatory agencies Task 2: Design Criteria Package Task 2.1 The DCP shall coordinate with the City, as to the methodology, procedures, format and other specifics that the Design Criteria Package shall contain The DCP shall study all issues and requirements relating to and affecting this Project including, but not limited to, the following 1 The project requirements and scope as specified in the approved BODR dated March 2003, The City has requested that the Consultant develop a new approach to stormwater based on valley gutters on all roads with catch basins and required road pavement improvements in this neighborhood (not included in the BODR) a Prepare technical report that investigates the existing stormwater system, proposes improvements required to meet a 5-year, 1 day level of service, and presents a schematic plan, the report will also include the relevant drainage calculations b Prepare specifications, plans and details for design of stormwater system with conveyance in form of valley gutters and catch basins located approximately 200 feet and with improvements that address water quality, improvements to existing outfalls, upsizing of 4 outfalls and added new tideflex valves c Provide profiles of the drainage system during update to 30% plans. 2. 30% drawings submitted by your office dated February 25, 2005 will also be evaluated for inclusion of the additional scope a Update of existing conditions on base sheet with additional field measurements and observations b Incorporate latest updated survey and geotechnical/asphalt core reports Include Professional Utility Locating Services (EM & GPR technique) and/or soft digs for verification of any horizontal & vertical locations of new utilities placed over the last few years c. Prepare updated survey information to existing condition drawings and incorporate new areas of demolition as required for the installation of the additional paving and storm drainage improvements d All roads will be reconstructed and re-graded as necessary to improve drainage, road width will match existing e All roads will have 24" valley gutter installed as edge treatment and the valley gutter will be included in determining the total pavement width f Water mains will be relocated where necessary to allow for new storm drain piping Coordinate/revise the plans to include additional 8 inch water main (WM) segment on north side of bridge Provide profiles during update to 30% plans for WM design g Drainage inlets and piping will be added where necessary to improve drainage on both islands h Hydraulic modeling will be performed as the basis for the pipe size design, as well as the adequacy of the existing outfalls The proposed system design basis will be the 5 year—24 hour storm event. Commission Memorandum—RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 7 i Drainage Computations will be calculated based on the revised design 3 Evaluation of the neighborhood's infrastructure requirements with respect to this project including but not limited to, the existence or lack of the necessary utilities and/or surrounding infrastructure not included in the BODR and the 30% documents a Coordinate the conversion of electric, telephone and cable television utilities from overhead to underground and identify any potential conflicts b Coordination of the existing gas services within the project area and identify any potential conflicts 4 Outfall Cleaning & CCTV Report provided by Envirowaste dated December 2010, coordination with proposed storm water collection system for new outfalls and retrofit of existing outfalls, processing of easements a As determined by hydraulic modeling, undersized outfalls will be identified and recommended pipe sizes will be provided It is assumed that 4 outfalls will need to be upgraded including either upsizing the pipe, replacing pipe due to condition and/or sea wall repair b The City will be responsible for determining if easements exist to allow for replacement of the piping and identify landscaping and structures that may be affected If new easements are required, the DCP shall provide documentation required and the City will be responsible for obtaining required agreements 5 Contamination Screening Evaluation Report prepared by PSI, dated December 8, 2010 a A site assessment report is available for inclusion in the documents, The DCP will review and identify any work to be provided by the Design Build firm, i e , the report states that asbestos-containing cementitious piping (existing water lines) may be present and the Design shall include requirements for testing and the asbestos abatement per regulatory requirements, In addition, fill material utilized during construction of the islands may require further assessment. 6 DERM Permits a DERM has capped the Class II permit fee at $28,750 00 for this project. b Include all necessary plans, specifications and other documentation for approval of Dewatering Permit by DERM and City; Coordinate with guidelines developed for the Bayshore Packages 7 WIFI locations to be maintained as per City's requirements 8 Updated as-built drawings, existing utilities plans and/or atlases provided by the PWD, existing geotechnical reports, and surveys of the neighborhood 9 New Federal Government Guidelines on Truck Maximum Weight per Inspection Report. 10 Truck Load Control and Monitoring Plan including requirements for Bridge Inspection Report at Pre-Construction and Post Construction and monitoring of bridge loading during construction • Legible log with Company name, tag number, delivery location and weight • Guidelines for restriction of bridge use Commission Memorandum— RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 8 11 Traffic report and one-way traffic modification plan with recommendations from Miami- Dade County for inclusion of traffic circle and extension of the existing walkway along Sunset Drive to Island 3 bridge 12 Coordination of Encroachments and update of list. 13 Water meter relocations - Prepare plans, specifications and details for relocation of water meters in the rear easements to the right of way (ROW) and for abandoning the existing watermain located in the easement. This task will include a schematic plan of each affected residence showing the location of the existing meter(s), location of directional bore(s) and other pertinent information to effect a complete scope of work. Task 2 1 The DCP shall prepare the Design Criteria Package for bidding by incorporating all information as required by the City, and all federal, state, and applicable local codes The preparation of the design criteria bidding documents shall include, but not be limited to the following 1 Finalize all design criteria for the Project (clearly defining the entire scope of work to be performed) to be utilized by Design-Build firms to bid, design and construct the Project. The design criteria shall include issues related to infrastructure design analysis of the schematic phase 30% design, performance specifications, and all the requirements from the AHJ over the project as stated in Task 1 17 2 Preparation, coordination and incorporation of all construction related documents, including front-end documents, specifications, DCP procedural manual, and any other guidelines as required. 3 Coordination of bidding documents and other related deliverables, to ensure consistency of Design-Build bid documents 4 Preparation of estimate of probable construction cost (Design-Build) based on units (area, volume, etc ) and prepared in Construction Specification Institute (CSI) format or similar component breakdown for the City's review and approval 5 The DCP shall consult with the City in preparation of the design criteria bid documents and shall seek approval from all applicable City staff prior to bidding the Project. Task 3: Bidding and Award of Contract Task 3 1 The DCP shall assist the City in obtaining bids and in the award of the Design Build contract for the work that was bid pursuant to the Design Criteria Contract Documents At a minimum, the_DCP shall • Distribute bidding documents to Design Build entities and maintain log • Conduct and document pre-bid conferences, including minutes of all meetings • Respond to bidder's inquiries • Prepare and issue addenda, clarifications, information bulletins, etc., as approved by the City Commission Memorandum— RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 9 • Assist the City in the analysis of bids and in determining the lowest responsive bidder • Make written recommendations to the City on the award of the Design Build contract. Task 4: Submittal Requirements During the period of this contract, the DCP shall provide the requisite sets of documents to the City for review at the different levels of completion as determined by the City The DCP shall submit to the City five (5) complete sets of contract documents and one (1) electronic copy or as otherwise requested by the City, after award of the Construction Contract, including all addenda, for Design Build contract for signing purposes Task 5: Design Builder's Design Phase Task 5 1 The DCP shall, at minimum, monitor the Design Builder's design phase as follows 5 1 1 The DCP shall instruct the Design Builder's Engineer of Record (EOR) to prepare all required drawings utilizing CADD (vector format) 512 The DCP shall instruct the Design Builder's EOR team of the City's requirements as to the various phases of design and approvals required and/or mandated by the City 5 1 3 Coordinate and monitor the Design Builder's design phases (Phase 60% and 100%) and recommend approval or disapproval to the City 5 1 4 Respond to all inquiries and evaluate alternatives presented from the Design Builder for compliance with the bidding documents and possible City approval 5 1 5 Coordinate all stand-up and/or City reviews with the Design Builder and the City or others as required including, but not limited to, the following City's Public Works Department, City's Parks and Recreation Department, Planning Department, Building Department, Fire Department, DERM, DOH, DEP and any other AHJ 5 1 6 Review all Design Builder's documentation at all phases of design, submit and obtain review comments and subsequent approvals from the City's consultants and/or departments having the authority to review the Project. 5 1 7 Assist and monitor the Design Builder's design submittals and subsequent approvals from other agencies having jurisdiction and utility companies having jurisdiction over the Project. By performing reviews, monitoring approvals and making recommendations, as described in- Task 5'1 items 1 through 7 above, the DCP does not assume the Design Builder's contractual responsibility and professional liability, in whole or in part, for any design and/or contract documents prepared by the Design Builder's EOR. Task 6: Construction Phase -General Administration of Construction Process Task 6 1 Observation The DCP shall ensure and require that the Design Builder's EOR team provide construction administration of the construction to ascertain compliance with all approved construction Commission Memorandum— RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 10 documents This shall include, but not be limited to construction administration of the Design Build Construction Contract as set forth in City's agreement with the DCP and in the General Conditions of the Design Build Construction Contract, unless otherwise provided in City's agreement with the DCP On the basis of on-site observations as the DCP, the DCP shall keep the City and Design Builder informed immediately in writing of the progress or lack of progress and quality of the construction work ("Work") and shall endeavor to guard the City against defects and deficiencies in said Work. The DCP shall at all times have access to the Work, whether it is in the preparation stage or in progress The DCP shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, since these are solely the Design Builder's responsibility under the contract. The DCP shall not be responsible for the Design Builder's Schedules or failure to carry out the Work in accordance with the contract documents The DCP shall not have control over or charge of acts or omissions of the Design Builder, subcontractors, or their agents or employees or of any other person performing portions of the Work. The DCP shall receive a look-ahead schedule provided by the Design Builder, appropriate to the stage of construction, in order to determine potential problems and probable solutions, and report it to City on a regular basis As part of the DCP's basic services, the DCP shall conduct at least one monthly Project visit/meeting at the Project site during construction to review the Design Builder's progress and approve payment requisitions Moreover, the DCP shall also conduct on-site observation visits during the construction of the Project. Compensation for each authorized site visit shall be determined during negotiations at a lump sum cost per site visit for the DCP (EOR and Engineering consultants) The frequency of the on-site visits will be determined by the City's Projects Manager ("PM") based on the Design Builder's schedule The DCP shall provide a report to the PM, in accordance to the outline shown below for each authorized site visit. Site visit shall mean a visit authorized by the PM to the Project site (of at least one hour duration at the Project site) by one or more DCP professional staff or consultants, for the purposes of observing the Work performed by the Design Builder Either the DCP or its consultant(s) shall complete and submit a site visitation report to the PM which shall contain, at a minimum, the following information • Site visitation report number • Name and location of P-roject. • Name of contractor/subcontractor • Time of visitation and weather conditions • Project site administrator sign-in and sign-out. • Site personnel on-site by trade Commission Memorandum— RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 11 • Progress/quality of work by trade • Photographic record (if required by the City) • Remarks Task 6.2: Progress Reporting The DCP shall prepare a monthly progress report in the format acceptable to the City containing at minimum the following • Summary Project Data Sheet. • Executive Summary • The status of project items, such as requests for information, change orders, shop drawings, non-compliances, and others as appropriate Task 7: Design Builder's Submittals The DCP shall review and evaluate samples, schedules, shop drawings, and other submissions for conformance with the Design Criteria Package and the Design Build Contract Documents The DCP's review of any submittal, to the extent of the review required, does not constitute an approval of the entire assembly of which any given item is a part. The DCP shall require the Design Builder to be responsible for compliance of the shop drawings with contract documents and that the Design Builder notifies the DCP in writing of any deviation in the shop drawings from contract documents or design criteria The DCP shall select (after consultation with the City) all colors for all finish materials from their color charts or prepared by the Design Builder The DCP shall conduct reviews and evaluations, and respond appropriately with reasonable promptness in order to cause no delay to the progress of the Project, as outlined in the Design Builder's City-approved submittal schedule The DCP shall also prepare in a timely manner change order items, including the proper documentation, for the City's review and approval The DCP shall assemble, for transmittal to the City other written items required of the Design Builder including, but not limited to, shop drawings, guarantees, operation and maintenance manuals, and releases of claim and record documents Task 8: Substitutions The DCP shall review and evaluate in a timely manner, for the City's review and approval, substitutions proposed by the Design Builder, for conformance with the Project requirements The DCP shall establish submittal requirements in accordance with the City's guidelines and incorporate them into the Design Criteria Task 9: Quality Control The DCP shall evaluate the materials and/or workmanship for conformance with the Design Build Contract Documents, evaluate quality control testing reports, advise the Design Builder and the City immediately of any unacceptable materials and workmanship the DCP may discover and ensure that the Design Builder take appropriate action to remedy unacceptable conditions Task 10: Agencies Having Jurisdiction (AHJ) The DCP shall monitor and cooperate with the City's Public Works Department, City's Parks Commission Memorandum—RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 12 and Recreation Department, Planning Department, Building Department, Fire Department, DERM, DOH, DEP and any other AHJ and shall advise the Design Builder to provide information and explanations as requested The DCP shall advise the Design Builder to respond to any deficiencies noted by the AHJ's in the documents and during construction, by administering the necessary changes in the plans or taking the necessary action during construction within five (5) working days from receipt of written notification of the situation by the AHJ Task 11: Certification for Payments The DCP shall require that the Design Builder's EOR review and approve all requisitions for payment prior to submitting them to DCP The DCP shall review the Design Builder's notarized requisitions for payment, along with the schedule of values, the Project schedule, and other requirements as noted in the construction contract and shall determine the amounts to be paid to the Design Builder and shall recommend for City's approval certificates for payments in such amounts These certificates will constitute a representation to the City; based on site observations by all appropriate designated specialists and / or engineering disciplines and on the data comprising the application for payment that the Work has progressed to the point indicated By recommending a certificate for payment consistent with the Design Build Contract documents, the DCP shall also represent to the City that, to the best of the DCP's knowledge, information and professional judgment, the quality of work is in accordance with the Design Build Contract Documents, unless the City has been notified to the contrary in writing However, the issuance of a Certificate for Payment shall not be a representation that the DCP has made any examination to ascertain how and or for what purpose the Design Builder has used the monies paid on account of the Contract. Before approving the Design Builder's requisition for payment, the DCP shall review the status of the Design Builder's record documents and verify that they are up-to-date and accurate to the extent visual observation of the Work will disclose The DCP shall be responsible for obtaining the contractor and subcontractor's partial releases of lien from the Design Builder prior to processing subsequent payment applications The DCP shall process the Design Builder's requisitions for payment in accordance with the timeliness established in the general conditions of the Design Build Contract. Task 12: Record Drawings Upon completion of construction, the DCP shall coordinate and require that the Design Builder's EOR, utilizing record data provided by the Design Builder along with the EOR's own record data, shall revise and update the original working drawings showing all changes made by addenda, substitutions, change orders or field instructions during construction, in accordance with the Design Build Contract. After original working drawings have been updated by the Design Builder's EOR to conform to the record data, and after review and approval of these record drawings has been obtained from the DCP and the City, the DCP shall require the EOR, at the Design Builder's expense for duplication, to furnish the City these documents pursuant to the Design Build contract. Task 13: Operations and Maintenance Manuals (O&M) The DCP shall coordinate the acquisition of comprehensive O&M testing reports, trouble shooting procedures, warranty files, starting-up testing procedures, shutdown procedures, training materials, emergency full load and part load operations and others as required Commission Memorandum—RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 13 Task 14: Substantial Completion Upon notification from the Design Builder's EOR that the Project is substantially complete including, but not limited to, the Design Builder's contract and all Regulatory Agency and Life Safety Standards, the DCP shall promptly perform the following Conduct inspections to determine the date or dates of substantial completion for the Project. If the Project is found substantially complete and in accordance with the Design Build Contract Documents, the DCP shall then certify that to the best of the DCP's knowledge and professional judgment the Project has been constructed in accordance with the Contract Documents, and shall furnish such other certifications as required by applicable laws or regulations If the Project is deemed to be incomplete, the DCP shall notify the Design Builder in writing of the deficiencies and shall verify the Design Builder's correction of the deficiencies, as required, and shall then certify as stated above Upon certification by the DCP that substantial completion has been achieved, the City representatives, accompanied by the DCP, shall perform a substantial completion inspection of the Project as outlined in the Design Build contract. If deficiencies are still found, the DCP shall assemble a punch list of comments from any participants representing the City in the inspection and shall evaluate each comment to determine whether or not they are part of the Construction Contract. Any not-in-contract (N I C ) items shall be further evaluated by the DCP and recommendations made to the City by the DCP whether they should be added to the Contract as change orders or be handled by some other vehicle outside the Contract. The DCP shall provide to the Design Builder the official, edited punch list within five (5) working days, and shall verify the correction of in-contract punch list items Task 15: Final Completion If the DCP finds the Project to be complete and acceptable, the DCP shall obtain the City's approval to advise the Contractor of acceptance and commencement of the warranty period Task 16: Projects Closeout Upon acceptance of the Project by the City as outlined in the Design Build contract, the DCP shall immediately commence the closeout of the Project, finalizing all aspects of the construction phase, including obtaining from the Design Builder's EOR all required submittals, such as marked-up record documents, warranties, operating and maintenance manuals, releases of claim, updating and submitting record documents, verifying the Contractor's completion of punch list items, assisting the City with respect to the final inspection by all AHJ's, completing the processing of any remaining contract change orders, evaluating the assessment of liquidated damages, if any and reviewing and processing final payments to the contractor(s) Task 17: Additional Services If additional services are required during the performance of the work, they will be requested by the City and negotiated in accordance with the Contract requirements Task 18: Reimbursable Services The City may reimburse additional expenses such as reproduction costs, underground utility verification costs material testing / abatement and/or any other service as required for successful project completion RFQ PROCESS Commission Memorandum—RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 14 On October 19, 2011, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) No 04-11/12, for a Design Criteria Professional to prepare the design criteria package for the Sunset 3 and 4 Neighborhood Right of Way Improvement Project, which is intended to be a design-build contract; and to serve as the City's representative during the selection of the design-build firm for the project, concerning the evaluation of the responses submitted by the design-build firms, review and approve for compliance of the detailed working drawings for the project; and for evaluation of the compliance of the project construction with the design criteria package RFQ No 04-11/12 was issued on October 20, 2011, with an opening date of November 20, 2011 A pre-proposal conference to provide information to the proposers submitting a response was held on October 28, 2011 BidNet issued bid notices to 281 prospective proposers, and over 180 local proposers were notified via mail, e-mail, which resulted in the receipt of the following four (4) proposals • SRS Engineers, Inc • Calvin, Giordano, and Associates, Inc • Corzo, Castella, Carballo, Thompson, Salman, PA (C3TS) • Atkins, Inc On October 31, 2011, the City Manager via Letter to Commission (LTC) No 267-2011, appointed an Evaluation Committee (the "Committee") consisting of the following individuals • Matilde Reyes, Senior Capital Project Coordinator, CIP; • Grace Escalante, Senior Capital Projects Coordinator, CIP; • Darlene Fernandez, Transportation Currency Coordinator, Public Works Department, • Elizabeth Camargo, Resident and Capital Improvement Projects Oversight Committee (CIPOC) member; • Jose Perez, Project Coordinator, CIP • Terry Bienstock, Sunset Islands 3 and 4 Resident and Homeowners Association President • Peter Luria, member of the Sunset Islands 3 and 4 Neighborhood Association, and Alternates • Christina Cuervo, Resident and Capital Improvement Projects Oversight Committee (CIPOC) member; The Committee convened on November 29, 2011, and"p quorum was attained The Committee was provided with general information on the scope of services, Performance Evaluation Surveys and additional pertinent information from all responsive proposers Committee members Christina Cuervo and Matilde Reyes recuse themselves from the Committee due to perceived conflict of interest with firms being evaluated The Committee was also provided with presentations from all proposers with the intent of focusing the discussion on the Scope of Services relative to these projects and the Commission Memorandum—RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 15 methodology and approach to be utilized by each proposer in order to represent the City of Miami Beach on said projects The Committee discussed their individual perceptions of the proposers' qualifications, experience, and competence, and further ranked the proposers accordingly The Committee's final rankings are as follows FINAL RANKINGS LOW RFQ#04-11/12 FOR SUNSET:, Darlene Grace Jose Terry Peter AGGREGATE ISLANDS 3 AND°4'PROJECT Fernandez Escalante Perez Benstock Luria TOTALS C3TS (95) 1 (93) 1 (89) 1 (90) 1 (96) 1 (5) 1 CALVIN,GIORDANO,AND ASSOCIATES,INC (89) 2 (75)4 (80) 2 (77) 2 (66) 2 * (12)2 ATKINS (82) 3 (78) 3 (77) 3 (42)4 (37) 3 _ (16) 3 SRS ENGINEERS,INC (77)4 (85)2 (72)4 (50) 3 (32)4 _ (17)4 A motion was presented by Grace Escalante, amended and seconded by Peter Luria, and unanimously approved by all Committee members to recommend entering into negotiations with the first ranked proposer, C3TS, and if negotiations were not successful with the first ranked proposer, authorizing negotiations with the second ranked proposer, Calvin, Giordano, and Associates, Inc. The Committee further recommended issuing a new RFQ, if negotiations were not successful with the first or second ranked proposers COMPANY'S PROFILE C3TS is a locally-based Subchapter S Corporation, founded in 1988 to provide engineering services geared toward developing and expanding public infrastructure for government clients During the 23 years of providing consulting professional services, they have grown steadily, demonstrating the ability to balance growth with stability, and personal client service with excellence in design They started with a staff of only three and have grown into a firm with 140 employees, with four offices in Florida (Miami-Dade, Broward, Palm Beach, and Orange Counties) serving a variety of governmental clients throughout the State The C3TS Team has the necessary expertise and recent experience on very similar types of — projects They have extensive experience on residential neighborhood infrastructure construction, streetscape and urban design, as well as traffic calming projects Their projects are always sensitive and contextual to the areas being improved C3TS is confident that they can successfully fulfill and execute the requirements of this contract and provide the City of Miami Beach with an outstanding project— on time and within budget. With in-house teams including architecture, planning, roadway, structural, civil, mechanical, electrical, traffic and transportation, environmental, public information, and construction engineering inspections, C3TS caters to large institutional and governmental clients who need the integrated, innovative solutions that their firm provides The firm's staff has extensive Commission Memorandum— RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 16 experience in the planning, design and implementation of large-scale complex projects throughout Florida In complementing their in-house personnel and rounding out their local project team, C3TS has partnered with select professional sub-consultants that have long-standing working relationships with the firm Hadonne, Inc — Surveying and Encroachment Analysis Rosenberg Gardner Design — Streetscape / Landscaping / Irrigation Nutting Engineers, Inc. —Geotechnical & Environmental Testing Skyline Management— Underground Utility Relocation Coordination C3TS is one of the leaders in the Design Build industry in South Florida They have been heavily involved in Design Build construction delivery method for over 15 years and have performed on over 150 design build projects These projects range from roadways to parks and many other types of public facilities These projects have been performed for Cities, Counties and State agencies of all sizes Their success in this field has provided a substantial amount of experience offered to prospective clients regarding the delivery of successful design build projects The Project Manager with regards to this project: Design Criteria Package for the Sunset Islands 3 & 4 Neighborhood Right-of-Way Improvement Project will be Mr Jeffrey S Crews, PE, LEED AP Mr Crews has been the Design Criteria Professional on several successful projects in South Florida Mr Crews has developed these abilities by working in the Design Build field as a designer on Design Build teams Over the years, he has worked on well over a hundred design build contracts as well as responded to hundreds more Throughout these hundreds of submittals, he has been exposed to Design Criteria Packages from virtually every municipality in South Florida As the designers, C3TS was required to deconstruct the packages and shape the proposals to the particular requirements of each and every Design Criteria Package In the process, the firm has seen packages that result in successful projects and some that were destined for challenges Examples of C3TS' similar previous experience are the following • Capital Improvements — Master Planning, Design & Construction Phase Services, Golden Beach. • Watermain-Master Plan & System Design, Pinecrest • Zones 1, 2, 3 &4 Water& Sewer— Construction Phase Services, Key Biscayne • American Expressway Improvement & Midtown Green Transit Route, Plantation • Belle Meade Pump Station — Design & Construction Phase Services, Miami • Crandon Boulevard Master Plan & Traffic Improvements, Key Biscayne • Village-wide Neighborhood Drainage Improvements — Design & Construction Phase Services, Palmetto Bay • Traffic Calming Devices & Right of Way Improvements, Doral • Highland Village Neighborhoods Improvement, North Miami Beach C3TS' philosophy on design/build projects, whether acting as designer or Design Criteria Professional (DCP), has always been to achieve maximum client benefit, by delivering the highest possible quality at the lowest reasonable cost. As DCP, they guide the project's Commission Memorandum— RFQ#04-11-12 for Sunset 3 and 4 Design Criteria Professional December 14, 2011 Page 17 development with this philosophy in mind in order to "Maximize value for their clients, while minimizing the risk." C3TS believes that in a properly planned and executed design/build project, total cost is driven by a variety of factors not simply by contract cost: Investment, Managed Risk and Innovation To assure favorable results on the project, and to the owner, as DCP C3TS will manage the project to control both value and risk. MANAGER'S DUE DILIGENCE After considering the review and recommendation of City staff, the City Manager exercised his due diligence and is recommending that the Mayor and the City Commission authorize negotiations with the top-ranked proposer, Corzo, Castella, Carballo, Thompson, Salman, PA (C3TS), and should the Administration not be successful in negotiating an agreement with the top-ranked proposer, authorizing negotiations with the second-ranked proposer, Calvin Giordano and Associates, Inc, and should the Administration not be successful in negotiating an agreement with the second-ranked proposer, authorizing negotiations with the third-ranked proposer, Atkins, Inc CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accepts the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Qualifications (RFQ) No 04-11/12 for a Design Criteria Professional to prepare the design criteria package for the Sunset Islands 3 and 4 Neighborhood Right of Way Improvement Project, which is intended to be a design-build contract; and to serve as the City's representative during the selection of the design-build firm for the project, concerning the evaluation of the responses submitted by the design-build firms, review and approve for compliance of the detailed working drawings for the project; and for evaluation of the compliance of the project construction with the design criteria package, authorizing negotiations with the top-ranked proposer, Corzo, Castella, Carballo, Thompson, Salman, PA (C3TS), and should the Administration not be successful in negotiating an agreement with the top-ranked proposer, authorizing negotiations with the second-ranked proposer, Calvin Giordano and Associates, Inc , and should the Administration not be successful in negotiating an agreement with the second-ranked proposer, authorizing negotiations with the third-ranked proposer, Atkins, Inc. JMG/DB/FVDM/MR/ME T\AGENDA\2011\12-14-11\RFQ-04-11-12 Sunset 3 and 4- Memo.doc