Loading...
2001-24312 RESO ~ RESOLUTION NO. 2001-24312 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE QUALIFICATIONS RECEIVED IN RESPONSE TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 111/99-00, TO PROVIDE PROGRAM MANAGEMENT SERVICES TO MANAGE CONSTRUCTION PROJECTS FOR FACILITIES AND PARKS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE MOST QUALIFIED FIRM OF URS CORPORATION; AND AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND MOST QUALIFIED FIRM, AS DETERMINED BY THE CITY MANAGER, SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE A CONTRACT WITH URS CORPORATION. WHEREAS, on November 2,1999, the City of Miami Beach voters approved the issuance of a $92 MiJlion General Obligation (GO) Bond for Neighborhood, Parks and Beaches, and Fire Safety Improvements; and WHEREAS, on May 8, 2000, the Finance and Citywide Projects Committee reviewed the issue of retaining a program management firm for public right-of-way, and facilities and parks projects, and recommended that the City issue a Request for Qualifications (RFQ) from firms with experience and capability as program managers; and WHEREAS, on June 28, 2000, the Mayor and City Commission adopted Resolution No. 2000-23979, which authorized the issuance of a RFQ from qualified firms with the experience and capability to provide professional program management services for facilities and parks projects for the City; and WHEREAS, RFQ No. 111-99/00 was issued on June 29, 2000, with a deadline for receipt of responses of July 28, 2000; and WHEREAS, on July 28, 2000, proposals were received from the following firms: A' Group, Inc. URS/O'Brien Kreitzberg PBS & J and SpiJIis Candela DMJM Megan Construction Company Babcock-Bell Development, Inc. Parsons Brinckerhoff Construction Services, Inc. The Corradino Group; and WHEREAS, Letter to Commission (LTC) No. 166-2000, dated August 22, 2000, established an Evaluation Committee to evaluate qualifications; and WHEREAS, on October 20, 2000, the Evaluation Committee convened, and all members were briefed on several aspects of the RFQ requirements and the City's policies and procedures relative to Conflicts of Interest, the Cone of Silence, and the Govemment in the Sunshine Law; and WHEREAS, the Committee convened and listened to oral presentations from all the firms, and conducted a question and answer session after each presentation; and WHEREAS, the Committee ranked URS as the top firm, based on the firm's experience and size, the qualifications of the project team, and the project manager, Larry Neal; and WHEREAS, the City Manager was briefed on the Committee's recommendation, as well as other names relative to the RFP election process; and WHEREAS, the City Manager independently reviewed and familiarized himself with the video taped proceedings; URS' proposal; A2 Group's proposal; all pertinent letters; reference checks on both URS and A2 Group; and the Committee's recommendation; and WHEREAS, the City Manager after careful consideration and based on the facts presented to him, recommended A2 Group, Inc., as the most qualified firm to provide program management services for facilities and parks construction projects; and WHEREAS, at the City Commission meeting of March 28, 2001, the Mayor and City Commission heard further presentations from URS Corporation and A2 Group, and selected URS Corporation; and 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 accepts the qualifications received in response to Request for Qualifications (RFQ) No. 111/99-00, to provide Program Management Services to Manage Construction Projects for Facilities and Parks; authorize the Administration to enter into negotiations with the most qualified firm of URS Corporation; and authorizing the administration to negotiate with the second most qualified firm, as determined by the City Manager, should the Administration not be able to successfully negotiate a contract with URS Corporation. PASSED and ADOPTED this 28th day of March 2001. \ I~"""""~ ~ ATTEST: --U~~ig~~ APPROVED AI 10 FORM a LANGuAGI a FOR EXECUTION t-lM~9.1 ATIACHMENT A Parks & Facilities Projects Program Management Project Name Scope of work Total $ 12th Street Garage Construction of additions and alterations, elevator 638,000 rehabilitation to Visitors Parking at 12th Street and Drexel Avenue. 13th Street Garage Renovate Parking Garage at 1301 Collins Avenue including 749,027 renovation of elevators, office area, ticket dispensing, painting and new lighting. Work includes demolition. Altos del Mar Park G.o. Bond funding for expansion into Altos del Mar to convert 2,900,000 11 contiguous lots into a passive park Restoration of two historic buildings. Bay Shore Golf Demolition and complete renovation and restoration of the 8,786,708 Course Bayshore Golf Course, including but not limited to new tees, greens, fairways, driving ranges, water features, irrigation, cart paths, /andscapinJ!, siJl>>aJ!e, and drainaJ!e. Bayshore Complete renovation and restoration of the Bayshore Golf 2,323,000 Clubhouse Course Clubhouse. Botanical Renovations to building, grounds, and conservatory, with ADA 1,500,000 GardenlThe Garden compliant upgrades. Center Collins Park General park improvements, walkways, fUrniture, fountain, 1,800,000 landscaping, lighting. Fairway Park Selective demolition, renovation of the existing recreation 1,236,873 building, landscaping, irrigation, site fUrnishings, and signage. Fire Station #4 Restoration and renovation of historic building, including new 2,141,680 apparatus, bays and living quarters. Flamingo Park & New pool complex with an interactive tot lot play pool and 8 5,654,165 Pool swimming pool. Renovate all tennis courts, sports fields and court lighting, tot lot, landscape, and signage. G. O. Bond components include: perimeter fencing, security lighting, football andfields renovations, new bleachers, completion of tennis court improvements, court lighting, new shade pavilion, and irrif!ation. Lummus Park Renov. of Restrooms, and serpentine path, new playground 1,100,000 equipment, landscape, and irrigation. G.O Bond adds additional landscaping and widening of the sidewalks on the east side of Ocean Drive. Normandy Isle Park Renovate pool andfields, new recreation center, new multi- & Pool urpose sport court, tot lot, security and sport lighting, landscaping, and irrigation. G.o. bond components includes erimeter icket encin and additional securi li htin . Normandy Shores Restoration of Clubhouse to reflect it's original design. Clubhouse Normandy Shores Golf Course North Shore Open Space Park North Shore Park and Youth Center Regional Library South Pointe Park Public Works Facility Scott Rakow Demolition and complete renovation and restoration of the Normandy Shores Golf Course, including but not limited to new tees, greens, fairways, driving ranges, irrigation, cart aths, landsca in , and si na e. New Recreation Center, renovate restrooms, lighting, landscape, and irrigation .funded by other sources. G.o. Bond components include expanded recreation center, additional beach plantings, security lighting" and fencing. Altos del Mar ex ansion listed se aratel . New Youth Center, new tennis courts and tennis center, concession/restroom building, new ballfields, lighting, landscape & irrigation, accessible playground. GO Bond components include baseball field lighting, perimeter aluminum icket encin . New 42.000 Sq.ft. Library building with two surface parking lots. Project includes demolition of existing library building. Redesign of park entrance, new recreation building, selected landscaping, restroom facilities, irrigation, reconfiguration of arking lot, dune modifications, park.furnishings, signage, edestrian avin and securi li htin Public Works Yard renovation includes upgrades to a 20,000 sq. ft. facility, 5000 sq. ft. expansion, ADA compliance, access road, environmental mediation. paving, drainage, lighting, arking and fueling facility for City vehicles. Construction of new ice skating rink, building renovations, locker room renovations, landscaping, irrigation, interior mishes, air conditionin , electrical, and li htin . 2.788,865 1,176.910 3,290,553 2,400,000 7,279,967 7,757,291 5,200,000 2,861,000 3,605,650 GRAND TOTAL 565,189,689 ATTACHMENT A REFERENCE CHECK FORM company: Contact: Initials: Title: Date: Address: City: state: Zip: Phone: Fax: Emall: Project Name: Project End Date: DOllar Volume: project Manager: Project Description: Aatlnas Table lease review how each rating number matches with the value of services before conducting the ratings. 10 Exceeded our highest expectations/an extraordinary performance 9 Excellent. truly superior in every category 8 very Good. better than most 7 Good. a solid performance & Acceptable performance 5 Acceptable. but with some minor complaints 4 Barely acceptable. at least one major complaint in a key area :s Poor - many complaints in many areas or categories 2 very poor performance. many problems and mistakes in many key areas 1 Worst - the worst we have ever worked with It is CRITICAL that you ask how the firm could improve on a score of 7 or below/l/l/I Even more important for questions 1-3111/1 Efficiency & FlexibilitY I. Meeting the project budget 01 02 03 04 05 06 07 08 09 010 2. Meeting the program schedule 01 02 03 04 05 06 07 08 09 010 3. Value for the dollars spent 01 02 03 04 05 06 07 08 09 010 4. Commitment to do whatever it takes 01 02 03 04 05 06 07 08 09 010 5. Good and timely decision making capability 01 02 03 04 05 06 07 08 09 010 6. Finished project quality 01 02 03 04 05 06 07 08 09 010 Technical Exoertise & Creativity 7. Value engineering process results 01 02 03 04 05 06 07 08 09 010 8. Expediting system 01 02 03 04 05 06 07 08 09 010 9. Zero defect/quality program 01 02 03 04 05 06 07 08 09 010 10. Staffed with capable/skilled personnel 01 02 03 04 05 06 07 08 09 010 II. Skilled field supervisors 01 02 03 04 05 06 07 08 09 010 12. Computer skills (CAD/communication) 01 02 03 04 05 06 07 08 09 010 ATTACHMENT B URS REFERENCE CHECKS Project ................................... Forest Park Master Program Project Description................ Rehab park infrastructure Client..................................... City of St. Louis Contact .................................. Joseph Kuss, P.E., President, Board of Public Service Meetinl! the prol!1'am schedule: "They need to focus on having better attention to detail and project coordination. " Staffed with caoable/skilled personnel: "Some people were good, some bad. Better project coordination is needed. " Ability to listen/communications skills: "They need to just listen. " What are their specific weaknesses? "They kept changing PMs. Thefirst was Kevin Campbell who commutedfrom Chicago and when the work was too much they switched to Ken Rogers. And now the current project manager is Shawn DeVoy. Project: Project Description: Client: Contact: Metro NY, Reconstruction Project Street Tree Program NYC Department of Parks Karen Mawney, Director of Consultants Commitment to do whatever it takes. and Good & Timelv decision makinl! capability: "I would rate them a 5." Note: The rating table is from 3 to 10, with 3 being the worst and 10 being the best. Specifically, a rating of 5 is defined as Acceptable - but with some minor complaints. Proiect cost svstem - cost estimatinl!. reportinl! promptness. completeness. and usefulness: "I would rate them a 4." Note: This is the worst rating ever provided by any reference on any City project. A rating of 4 is defined as Barely acceptable - at least one major complaint in a key area. II What are their specific weaknesses? "Their constant rotation of staff." Project Description................ Design of Key Stone Seawall Client..................................... City of North Miami Contact .................................. Jack Strain, Assistant Public Works Engineer Proiect cost svstem - cost estimatinl!. reoortinl! promptness. completeness and usefulness: "A five." Note: a rating of 5 is defined as Acceptable - but with some minor complaints. ATTACHMENTC Rating Analysis Page 1 of2 CM Rating A2 Group, Inc. PO Box 43-2310 South Miami, FL 33143 Contact: Alberto Ribas Title: Phone: (305) 668-8939 Fax: (305) 668-9454 EMail: Rating Values 10 Exceeded our highest expectations/an extraordinary performance 9 Excellent. Truly superior in every category 8 Very Good . Better than most 7 Good. A solid performance 6 Acceptable performance 5 Acceptable. Some minor complaints 4 Barely acceptable. At least one major complaint in a key area 3 Poor. Many complaints in many areas or categories 2 Very Poor Performance. Many problems and mistakes in key areas 1 Worst. The worst we have ever worked with Question Average Low High Answer % Score 7 or Score Score Score Count more Efficiency & Flexibility l.Meeting The Project Budget 9.5 8 10 4 100% 2.Meeting The Program Schedule 9.2 8 10 4 100% 3.Value For Dollars Spent 9.2 8 10 4 100% 4.Commitment To Do Whatever It Takes 9.2 8 10 5 100% 5.Good And Timely Decision Making 8.6 7 10 5 100% Capability 6.Finished Project Quality 9.4 8 10 5 100% Technical Expertise & Creativity 7.Value Engineering Process Results 9 8 10 4 100% 8.Expediting System 9 9 9 3 100% 9.Zero Defect/Quality Program 9 8 10 4 100% 10.Staffed With Capable Skilled Personnel 9.5 9 10 4 100% http://www.ratingsource.com/Ratings/rptRatAnly.asp -1 r;rAClfll1e~r' 2/6/01 Rating Analysis Page 2 of2 11.Skilled Field Supervisors 10 10 10 2 100% 12.Computer Skills (CAD/Communication) 9.8 9 10 4 100% Communication &. Interpersonal Skills 13.Coordinating Team Members 9.3 8 10 3 100% 14.Ability To Listen/Communication Skill 9 8 10 S 100% 1S.0wner Training Process - 8.8 8 10 S 100% Thoroug h ness/Ti meli ness 16.Construction Site 10 10 10 2 100% Clea nliness/Orderli ness Responsibility &. Management Record 17.Pre-Construction Cost Estimating 9.3 8 10 3 100% 18.Pre-Construction Management Control 9.3 8 10 3 100% System 19. Pre-Construction Scheduling 9 8 10 4 100% 20.Project Cost System 9.2 9 10 4 100% 21.Safety Program And Record 9 9 9 2 100% 22.C1aims - Reasonableness And Timeliness 10 10 10 2 100% 23.C1ose Out Process 10 10 10 2 100% 24.Follow-Up After Completion 8.7 8 9 3 100% Totals for All Questions Cumulative Score I 9.2 7 I 10 I 86 I 100% D &. B Ratings: Bank Reference: Bonding Lines: Liability Insurance Deductible: 0 http://www.ratingsource.com/Ratings/rptRatAnly .asp A-177lC/I;Plt?A/ 7" /) 2/6/01 A' GROUP'S REFERENCE CHECKS Orange Blossom Trail Multi-Lane Reconstruction project estimated at $26.5 million. All ratings were 8 or greater. "Excellent knowledge of Program Management. " Randall Grief City of Orlando American Airlines Arena. All ratings were 8 or greater. "Their staff was very responsive and responsible. " Jesus Vazquez Autobracht Construction Lake Eola Park. Revitalization of Lake Eeola Park project estimated at $4.5 million. "They really get into the detail of the vision of the owner, and listen to the owners input. I would highly recommend them to the City of Miami Beach. " - David Metzker, P.E. Project Engineer Miami-Dade Public Works. An overall rating of9.8. The services ranged from full administration of construction contracts, inspection, technical assistance, claims analysis, estimating and CPM scheduling. "Very responsible and knowledgeable." Eduardo A. Vega, P.E. Miami-Dade County Murray Grant Professional Engineers. Town of Golden Beach and Palmetto Phoenix Division 1 and II projects. "Did a very goodjob and all projects were on time. All paper work was in order. Good staff. " - Murray Grant, P.E. Murray Grant Professional Engineers ATTACHMENT D Water, Wastewater and Stormwater o Miami-Dade Public Works Department, Countywide construction management services of paving, drainage, lighting, concrete sitework and signalization projects, Miami, Florida. Construction Budget $25,000,000. o Miami-Dade Water & Sewer Department (MDW ASD), Pump Station No. 66, Engineering Design, Miami, Florida. Construction Budget $305,000. o MDWASD, Palmetto Phoenix Farms Contract No. S-337B, Sanitary Sewer Improvement Project, Section B, Division I, Miami, Florida. Construction Budget $1,457,154. o MDWASD, Palmetto Phoenix Farms Contract No. S-337B, Sanitary Sewer Improvement Project, Section B, Division II, Miami, Florida. Construction Budget $1,403,884. o MDW ASD, Town of Golden Beach, Contract No. S-345, Sanitary Sewer System, Miami, Florida. Construction Budget $2,684,402. o MDW ASD, Contract No. W-764 Land Preparation for Customer Service Building, Southwest Well fields, Miami, Florida. Construction Budget: $769,669. o MDWASD,ContractNo. W-721 Upgrade Sludge Pump Station No.3 Alexander Orr, Jr. Water Treatment Plant, Miami, Florida. Construction Budget: $1,267,000. o MDWASD,ContractNo. W-715 Back-Up Power Station Southwest Well fields, Miami, Florida Construction Budget: $2,743,600. o MDW ASD, Contract No. S-595 Miscellaneous Improvements Project South Dade Wastewater Treatment Plant, Miami, Florida. Construction Budget: $924,000. o MDW ASD, Contract S-488 Odor Control Facility Central Dade Wastewater Treatment Plant, Miami, Florida. Construction Budget $2,952,000. ATTACHMENTE Landscape & Irrigation o Loew's Hotel, Inc, Construction management services on the renovation of the St. Moritz Hotel, Miami Beach, Florida. Construction Budget $7,100,000. o The Mall at 163'd Street, Irrigation design and construction, North Miami, Florida. Construction Budget $150,000. o North Shore Medical Center, Landscape and irrigation, Miami, Florida. Construction Budget $325,000. o Fontainebleau Hilton, Landscape, irrigation and rockscape, Miami Beach, Florida. o Cortelis Company, The Falls Shopping Center, Landscape and irrigation, Miami, Florida. o F.D.O.T., Right-of-Way beautification on 1-275 from Tampa Bay to CR-690, St. Petersburg, Florida. Construction Budget $1,104,400. o F.D.O.T., Right-of-Way beautification, wetlands reclamation and new utilities on relocated U.S. 1 at the entrance ofFt. Laud. International Airport. Construction Budget $2,978,880. o Walt Disney World, Pleasure Island, Sitework, streetscape and irrigation, Construction Budget $375,000. o Marriott Corporation, Marriott Orlando World Center, Environmental, golf course, water mains and utilities, Orlando, Florida. Construction Budget $3,102,000. o City of Orlando, Pine Street and Church Street Streetscape, Orlando, Florida. Construction Budget $1,100,000. o City of Orlando, Lake Eola Park, 3.5 acre park in downtown Orlando, Florida. Construction Budget $4,500,000. o F.D.O.T., Roadway widening and relocation, utility improvements and streetscape on Orange Blossom Trail, Orlando, Florida. Construction Budget $26,375,112. ATTACHMENTF Commercial & Assembly o American Airlines Arena Home of the NBA' s Miami Heat Miami, Florida. Construction Budget $160,000,000. o The Vincam Group, Inc. Construction ofVincam Office Building, Miami, Florida. Construction Budget $4,500,000. o Loews Hotel, Inc Renovation (historical) of St. Moritz Hotel, Miami Beach, Florida. Construction Budget $7, I 00,000. o Wyndham Old San Juan Hotel & Casino, San Juan, Puerto Rico. Construction Budget $28,500,000. o Commercial (including two Olympic sized) swimming pools design (civil, structural and mechanical), construction and renovation, Miami, Florida. Construction Budget $ 1,250,000. ATTACHMENT G A~ '",- lA ...,. t--: "i!G.%,!, ,- :~ . -=.,..,..___~-v"'~'-'"~';~"'" ~ -'-"~"'-<:'~~~2-: " ,'-- e~. ~,-~.;;,.-- ~~-~. -. - .." .-- - ~ - -.-~ ',..\... ,.-_"1'A~~'- . -;.,".,'.- "". "'t-,..:~.~~t~- ",' .&~ Team Concept ~ Conflict with existing or f1Jture CMB Design Services . Previous Working Experience . Creative Planning. Design & Proven Management Services . Personalized Service . Dedicated Local Staff . Cost Effective Services Qualifications .&~ . Knowledge of the design. pennitting and construction process . Hends on design & construction experience, $ 2.5 Billion . Technical expertise in computerized systems . Licensed and certified professionals Arr4CIV'1e'/V/ 1/ Licenses .&~ . State of Florida - Professional Engineer - Landscape Architect - General Contractor - Underground and Utility Contractor . American Institulll of Certified Planners , "-.--~ . t',~.?~ ~.-. . . ._~~f.l.ft.. _ .'1 .~ --'" ..; Local Knowledge .&~ . First Hand Knowledge of CMB ordinances and State Codes, . Knowledge of Subsurface Soils, Groundwater levels and Seasonal Weather Conditions, . Excellent Relationship with Local Design Professionals, Contractors & Suppliers, . Knowledge of Local Economic Conditions, Relevant Team Projects A.~ . Lake Eola Par1<, - $4.5 mil (Phase I) - 52.5 mil (Phase II) Relevant Team Projects .4~ . Multi-Lane ReconstructiOn on Orange Blossom Trail. - $28.5 mil Relevant Team Projects ~~ Streetscapes at Churcl1 and Pine Streets, - $3.5 Mil Relevant Projects .6.~ . Miam~Dade Public Worl<s Department. - S4S Millton StonnwaterUtlltty Fee Bond Program - $147 Million Quality NeighbOrhood Initietlve Progl'8rn Miami-Dade Water & Sewer Department. ..,.. -. -, - $2 Billion SiX-Year Rehabilitation Program - $25 MUlion Pump Station MCC Program Relevant Projects .1.~ SI. Moritz Hotel. - Historical Preservation - Renovation -ADA . American Air1ines Arena. - Practice Court Relevant Projects &.~ The Savoy on South Beach, - Historical Preservation - Renovation -ADA ,'~, ':"-~*~ t ,j Coral Sands, - Renovation -ADA ~~" Relevant Projects &.~ Par1<ing Garages - Roney PalaCe. - LYNX Centroplex Garage - The Coltection - MDWASO Administration Facility & Garage Relevant Projects &,@ Goff Course/Clubhouse - TlfT1icuan Country Club - Marth CraM Country Club - DtIney InStitute & Buena VISta Golf Course - $awgraSl Clubhouse - MOW:; Golf eou... - Woodland Hills Country Club - Patrick Air Force Base Relevant Projects &,~ . Cambier Pari< Citywide Parl<s Master Plan Escambia County Comprehensive Parks and Recreation Master Plan Escambia County Model Spans Center Cranes Roost Pari< Deleon Springs Bulkhead ~ ~'c v ., > < ~ , " .' i;,:. ,.J . .... ." ..' --................ Relevant Projects A.~ . Caloosahatchee Regional Pari< Dickson Azalea Pari< . Donnelly Pari< . Guest Road Pari< . Lee County Regional Pari< R, E. OIds Pari< . Riverside Pari< -- ----.. r.... &~ ,,"GtDup,.. --... Program Approach .&~ ~ ~ ,', . " ...~- ca . ~. ^ , . ) ...~ Scope of Work .4~ . Design Coordination . Preparing Construction Documents Scheduling Bidding Reviewing Construction Bids Preparing Monthly Cash Draw Projections MonKoring Monthly Construction-Related Expenditures . Coordinating Between Construction Projacts Miami Beach Projects .&~ Miami Beach Parks .&~ . Flamingo Park . Lummus Park . North Shore Park & Youth Center North Shore Open Space Park South Points Park Scott Rakow Youth Center Miami Beach Golf Courses .4~ . Bay Shore GoW Course . Bay Shore Clubhouse . Nonnancly Shores GoW Course . Nonnandy Shores Clubhouse Miami Beach Buildings Fire Stations #2 & #4 ElecIro Wave Shullle Public Works Facility 10th Street Auditorium Parks Maintenance Yard . ADA City-wide Renovations 12th & 13th SI Parking Garages Shoreline/Seawall Rehabilitation Project Controls Scheduling - Pnmevera Project Plenner Document - ExpedWon - RFI. Minutes - Submittals Cost - Budget - Payment Application - Change Order - Claims Periodic Reports Executive Summary Scheduling Narrative - Schedule Update - Recovery Schedule - Trend Analysis Budget Summary - Commitments Cost Summary -Expenditures A,~ A,@ =tl1il.:.:: !~i :: - . - , ---II __ ,( A,@ ~--I ~-=- 1r:==L I =- iitm I ~.~ I - ~ I ~~ ~ ..... ............. .~-;~,,:. a...l- I"'l! ...~-- CIA 1>>0,,__ .......---- --..- e3 -.0- -- - 0_- - Typical Facility Project .4~ Design Phase - Conceptual Estimate - Design EvaluationNalue Engineertng - Constructability Review - omissions/conflicts - Life-Cycle Cost - Detailed COO EstimateslBudgets '\1Yim ~~ o~ "I, " .,... 'o{ ,'9;. .... " 1\ ' ". '..... :~.... - i.iL.~ ..... ,'. - ~ Typical Facility Project ~~ Construction Phase - Change Order Manegernent - Accurate Scheduling - Monitor Progress - Quality Assurance - Continuing Value ,... ~- Engineertng - Expertenced Job Site Management . ~l ~~\ -:. }~~. . ..--:: ~ .... . - t 1_, -,-". . -~.\~-... r & < !"""'!'l.. .. "Ii' Design A.~ Community Coordination ---I~'. - Coordination ' Design '.:.tf- - Coordination ~,' - Common Specifications - Environmental - Constructability Review Permitting A.~ Permitting - City of Miami Beach - Miami.Dade DERM - Slate of Florida HRS Department - Army Corps of Engineers Procurement A~ Procurement - Bid Packeges - Bid Documents - Bidding Phase . : '. . [ I. _ .,. - ~- Procurement ,&@ Pre-Bid Conference - Detailed Review of Project Scope - Soil Report Disclaimer - Review of Contract Provisions - Schedule - Milestone - Environmental Procurement ,&~ . Bid Review . Post Bid Conference . Contract Execution . N,T,P, . As-Planned Schedule Phasing . M,Q.T. Construction A,~ Pre-Construction Conference Quality Assurance Pay Request ICost Reporting Chenge/Claims Management Document Control . As-Bullis . Communications . Time Management ~;)I!....~ . :'1;.4.' e.'fI__ I. .- .,~)- . Turnover Phase .6.~ Start-up & Testing Plans Owner Personnel Training . Final Completion & Payment . warranty Inspections Final Report and Narrative ContracrorPartOnnance Review Program Coordination .& ~iiV . Excellent Relationship with Hazen & Sawyer Mutual Scheduler - Masler Program Schedule - Phasing - Cost Effective Value-Added Services ,4@ . Civil Engineering Landscape Architecture Planner Claims Analysis/Avoidance Expert Witness Public Consensus Funding/Grant Coordination Commitment - Project OffIce in Miami Beach . A2 staff lives. works, trains and careers ovar the past two decadas in Miam~Dade No Conflict concerning Projects Staffing Flexibility Program needs are the first Priority Goals . Satisfy the Community Enhance the Community. Improve CMS Facilities Minimal Disruption - Miami Beach economy Cost Schedule Safety .4~ A~ 0_ Why A' Group, Inc.? B - . Quality Assurance . Local .::.StiIIf~Starl~Finish - __ .--,>' . Worki."_gRelatio~shijl. witl1"R-O-W PM--- . -Coffimitmenl 10 t:MB ' - ' , A~ '. "~- ...... " " ""'-"'.-, / ,,, ...' CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\ci.miami-beach.fl.us TO: FROM: SUBJECT: COMMISSION MEMORANDUM NO. \ <6 3-0 L Mayor Neisen O. Kasdin and DATE: March 28, 2001 Members of the City Commission Jorge M. Gonzalez j ~ v~~ City Manager ( 'l'" D A RESOLUTION 0 THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE QUALIFICATIONS RECEIVED IN RESPONSE TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 111199-00, TO PROVIDE PROGRAM MANAGEMENT SERVICES TO MANAGE CONSTRUCTION PROJECTS FOR FACILITIES AND PARKS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE MOST QUALIFIED FIRM OF A2 GROUP, INC.; AND AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND MOST QUALIFIED FIRM AS DETERMINED BY THE CITY MANAGER, SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE A CONTRACT WITH A2 GROUP, INC. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. ANALYSIS: On February 21, 2001, the Administration recommended to the City Commission that the Mayor and City Commission accept the recommendation of the City Manager, and authorize the Administration to enter into negotiations with the most qualified firm of N Group, Inc. The City Commission deferred Agenda Item R 7B until their March 14, 200 I Commission meeting. On March 14,2001, the City Commission deferred Agenda Item R7A to the Commission meeting of March 28, 2001. AGENDA ITEM fZ-l ~ DATE '3 - L~ -OJ RFQ No. 111-99/00 Page Three March 28, 2001 COMMITTEE MEETING: On October 20, 2000 at 10:00 a.m. in the City Manager's Large Conference, the Evaluation Committee convened, and all members, with the exception of Ms. Rolandelli, were in attendance. The Committee was briefed on several aspects of the RFQ requirements and the City's policies and procedures relative to Conflicts of Interest, and the Cone of Silence. All Committee members completed a disclosure questionnaire and certified that their answers were true and correct to the best of their knowledge and belief. Additionally, the Committee was briefed on the Government in the Sunshine Law relative to the prohibition of Committee members meeting and/or discussing any aspect of the RFQ outside a duly noticed public meeting. After much deliberation, the Committee agreed to allocate points to each of the following evaluation criteria of award: Firm's Experience in Program Management ........................ 25 Project Manager's Experience ..............................................20 Previous Similar Projects ...................................................... 15 Qualifications of Project Team ............................................. 20 References Provided by Prior Project Owners...................... 20 Additionally, the Committee agreed to the following: . All members would adhere to the City's Cone of Silence requirements; . All firms would be invited to give an oral presentation that would focus on the experience and qualifications of the project team, specifically the Project Manager's experience, the methodology and approach, staffing, and examples of similar projects; and . That an independent firm would be asked to conduct reference checks on each firm by randomly selecting at least 4 of the firms' references. URS' Request to add Giller & Giller and Rosen & Switkes: On November 15, 2000, the Administration received a letter from URS/O'Brien Krietzberg ("URS") that requested to add the firms of Giller & Giller, and Rosen & Switkes to their project team. Since all qualification packages had been submitted, the Administration and the City Attorney's Office agreed that URS' request should be denied. URS was advised of the Administration's decision, and decided to withdraw their (URS) request. Corradino's withdrawal: On November 27, 2000, The Corradino Group requested via letter dated November 27, 2000, to be withdrawn from consideration since they are the design and construction administrators on three parks projects (i.e. Flamingo, Normandy, and Scott Rakow) that would be managed by the firm that is selected as the Program Manager. The RFQ clearly informed all firms that no qualifYing firm will be permitted to supervise or administer a project on which they are the designer, consuUantor sub-consuUant RFQ No. 111-99/00 Page Four March 28, 2001 PRESENTATIONS: As detennined by the Committee, the format and duration of each presentation would consist of a 30-minute oral presentation, followed by a 30-minute question and answer session. Presentations were scheduled for November 27 and 28, 2000, as follows: Date: November 27, 2000 Place: Commission Chambers Times: 8:45 a.m..................... Babcock-Bell Development 9:45 a.m..................... PBS & J 10:45 a.m................... Parsons Brinckerhoff 11:45 a.m................... Megan Construction Date: November 28, 2000 Place: Commission Chambers Times: 8:45 a.m..................... URS/O'Brien Kreitzberg 9:45 a.m..................... The Corradino Group 10:45 a.m................... N Group, Inc. 11:45 a.m................... Deliberations (Review of Reference Checks and Ranking of Firms) On both November 27 and 28, 2000, the Evaluation Committee convened with the following individuals in attendance: Marty Hyman ............ GO Bond Oversight Committee Floyd Jordan.............. Fire Chief Ricardo Mendez ........ Assistant Public Works Director Kevin Smith .............. Parks and Recreation Director Leonard Wein, Jr. ...... GO Bond Oversight Committee Floyd Jordan Gus Lopez ....,............ Procurement Director (NON-VOTING) All presentations and the Committee's deliberation were video taped by the City Clerk's Office. DELIBERATIONS: At the end of the last presentation and question and answer session, the Committee proceeded to deliberate. Prior to the start of deliberations, the Committee was provided with the results of reference checks that were conducted by an independent firm, Rating Source. RFQ No. 111-99/00 Page Five March 28, 2001 Deliberations Continued Each reference check consisted of a questionnaire that was utilized to contact the references of each firm, with emphasis on the following general areas: . Efficiency & Flexibility . Technical Expertise & Creativity . Communication & Interpersonal Skills . Responsibility & Management Record The Rating Source reference check form that was utilized is attached (see Attachment B). URS References: The Procurement Director presented the results of the reference checks to the Committee, and for the most part the references were positive on each firm, with the exception of some projects that were managed by URS/O'Brien Kreitzberg. Several of the references checked by Rating Source indicated that URS kept changing project managers and/or constantly rotated their staff. Additionally, other references provided a less than acceptable rating (i.e. 6 or lower) on URS in the following key areas: . Commitment to do whatever it takes; . Good & timely decision making capability; . Expediting system; . Zero defect/quality program; . Staffed with capable/skilled personnel; . Coordinating team members; . Pre-construction scheduling; and . Project cost system (Le. cost estimating, reporting promptness, completeness and usefulness). The results ofURS reference checks are attached (see Attachment C). A' Grou>>'s References: The Rating Source rating analysis shows that N received a score of 7 or higher on 100% of all the key areas! (see Attachment D). A2 Group's references as well the Project Manager's (Alberto Ribas) references as reported by Rating Source were found to be excellent. The references checked by Rating Source indicated that N Group's strengths includes their excellent knowledge of program management, and their staff's responsiveness to the clients' needs. RFQ No. 111-99/00 Page Six March 28,2001 A' Group's References Continued Furthermore, Rating Source also provided a rating report on Mr. Ribas, project manager's references. According to John Pelka of Rating Source, via e-mail dated February 12,2001; "Gus, here is the report on Alberto Ribas. I spoke to our researcher and she said that he got great scores from everyone (as you will see). He is a strong leader and really knows his stuff. The rating by Murray Grant is the same for each of the three projects but it is only listed once. Let me know what else you need. The summary rating report on Mr. Ribas is attached (see Attachment D). The report shows cumulative scores ranging from 9.3 to 10.0, which according to Rating Source's ratings table are considered Very good - better than most to Exceeded our highest expectations/an extraordinary performance, specifically in the following key areas: . Value for dollars spent . Meeting and beating budgets and schedules . Commitment to success . Cost estimating accuracy . Design compatibility to the construction process . Change order timelines/processing/prevention . Problem-solving skills . Computer skills (CAD/communication) . Likeability /Easy to get along with . Relationship with all team members . Accessibility to all promised players . Communicating specification requirements . Responsiveness to issues and clarifications . Listening and translating customer needs . Trustworthiness . Maturity - effectiveness under pressure . Monitoring punch list . Final inspection process . Commissioning the finished project . Close out process . Post project follow-up RFQ No. 111-99/00 Page Seven March 28, 2001 Committee's Rankin2: The Committee believed that URS was the top ranked firm based on the firm's experience and size, the qualifications of the project team, and the project manager, Larry Neal. The Committee also made positive comments about A2 Group and its project manager, Alberto Ribas. It should be noted that 20% of the evaluation criteria is based on the project manager specifically, and another 20% is based on the project team including the project manager. The firms were ranked as follows: Top Ranked ................................ URS/O'Brien Krietzberg Second ........................................ A2 Group Third........................................... Parsons Brinckerhoff Fourth ......................................... Babcock-Bell Development Fifth ........................................... PBS & J Sixth ........................................... Megan Construction All firms that participated in the process were provided notice of the Committee's recommendation. A' GroDD's Protests Committee's Rankin2: On December 4, 2000, N pursuant to the Public Records Act (Florida Statutes 119), requested the following information: . Proposal submitted by URS; . Presentation handouts; . Reference evaluation forms; . Selection scoring forms of the Committee members; and . Videotape of presentations and deliberations. In a letter dated December 8, 2000, Mr. Alberto Ribas, President of A2 Group, Inc., asserted that the URS response was non-responsive due to a material deviation to the RFQ requirements, specifically Section III.B., which states: "List all projects during the past five (5) years, describe the scope of the project in physical terms and by cost, describe the scope of the respondent's responsibilities, and provide the name and contact telephone number of an individual in a position of responsibility who can attest to respondent's activities in relation to the project, provide the name(s) of the person, or persons within your organization who was most actively concerned with managing each project. " "Submittals that do not respond completely to all requirements will be considered non-responsive and eliminatedfrom the process. " RFQ No. 111-99/00 Page Eight March 28, 2001 PROTEST CONTINUED The specific project that Mr. Ribas claimed that was omitted by URS was the United Airlines New Cargo Facility at Miami International Airport. The Procurement Division requested and obtained a copy of a pamphlet entitled "Breaking New Ground", which listed all the firms that participated in the United Airlines project. The pamphlet not only showed URS but also N as being part of this project. URS was contacted to determine if in fact they had provided us with all their projects during the past five years, and if the United Airlines project was inadvertently omitted from their response. URS responded that "they are a large, multinational corporation, and have been engaged in tens of thousands of projects over the last five years. In response to the RFQ, URS listed several hundred projects, and had also provided a detailed description of at least 10 similar projects. " The Procurement Director contacted Pete Dial, Manager of Facilities Engineering and Construction for United Airlines. Mr. Dial was asked ifURS/O'Brien Krietzberg had participated in the United Airlines project. He replied that originally he had requested that URS send ten individuals for various positions. And of the ten individuals that were sent by URS, only three were deemed to be qualified. He did experience problems with URS' initial staff that kept changing, but that he is currently satisfied with their current project managers. The Procurement Director met with First Assistant City Attorney Raul Aguila, and provided him with a copy of N Group's letter, and URS' position as stated above. Mr. Aguila advised staff that from a legal standpoint, URS' response was not a material deviation, and the proposal was legally defensive should the City Commission elect to waive the irregularity and proceed with the selection ofURS. The City Manager was briefed on the Committee's recommendation, and the aforementioned issues relative to A2 Group's protest, URS' position, and City Attorney's office's opinion. The Manager then requested and was provided with a copy of the video taped proceedings, URS' proposal, N Group's proposal, all pertinent letters, and the Committee's ratings. The City Manager thoroughly reviewed the following records: (I) the proposals submitted by N and URS; (2) the results ofthe reference checks; (3) the video taped proceedings; (4) A2's protest letter; and (5) URS response to A2's arguments. On February 5, 2001, the City Manager met with the Procurement Director and First Assistant City Attorney Raul Aguila, and expressed his desire to obtain additional information in regards to the project managers for each firm: Alberto Ribas of A2, and Larry Neal ofURS. On February 5, 2001, the Procurement Director requested from both A2 and URS, a listing of projects managed by Alberto Ribas and Larry Neal, respectively. On February 6, 2001, A2 forwarded via facsimile, a listing of numerous projects that were managed by Alberto Ribas. The Procurement Director contacted the independent firm of Rating Source, to conduct the reference checks on Mr. Ribas. RFQ No. 111-99/00 Page Nine March 28, 2001 PROTEST CONTINUED On February 8, 2001, URS forwarded via facsimile, a listing of several projects that were managed by Larry Neal. However, there were no points of contact neither names nor phone numbers. The Procurement Director requested from URS, the names and phone numbers of their references. On February 9, 2001, URS' Attorney, Daniel Thompson, informed Raul Aguila that Larry Neal was no longer employed by URS. Mr. Aguila informed Mr. Thompson that, should URS wish to notify the City of same, pursuant to the Cone of Silence Ordinance, written notification to the Procurement Director, with copies to City Clerk, would be appropriate. URS' Proiect Manal!:er: On February 12, 2001, URS advised via letter dated February 12, 2001, that Larry Neal discontinued his employment with URS on December 22, 2000. Mr. Neal had informed URS of his resignation on December 6, 2000, which was after both their written response and oral presentation. City Manal!:er's Decision: After careful consideration and based on the facts presented, the City Manager is recommending that the City Commission approve his selection of N Group, Inc., as the most qualified firm to provide program management services for facilities and parks construction projects. This decision is based on the following: ' A' Group's Team Experience in Similar Proiects: N Group, Inc. CA') is a Florida-based engineering and construction management organization. N in conjunction with Herbert Halback, Inc., have extensive experience providing services on major facilities and parks projects. This team has the capabilities that are crucial to our projects including program management expertise, engineering design, landscape design, land planning, infrastructure construction, building construction, scheduling and logistics experience, knowledge of site conditions, and local policies and procedures. A' offers diversified construction management and engineering services nationwide. These services include the following: program management, construction management, civil engineering design, CPM scheduling, claim avoidance and resolution, construction expert witness and employee training. The company clients are primarily public sector agencies. A' and its staffhave been involved with projects having construction budgets totaling over $1.3 billion, which were complete on time, budget and met their clients' expectations. Over the past 20 years, Herbert Halback has provided a broad scope of design and management services to the public and private sectors. Award-winning design throughout the Southeast for urban redevelopment, healthcare, govemmental, transportation, hospitality, parks and recreation, commercial and residential development has brought the firm national recognition. Projects with construction budgets totaling over $325 million have consistently been completed on time and within budget. RFQ No. 111-99/00 Page Ten March 28, 2001 Proiect Manal!:er's Experience The program manager for this assignment will be Alberto G. Ribas, P.E., who is the President of N Group. Mr. Ribas is licensed by the State of Florida as a Professional Engineer, General Contractor and Underground Utility and Excavation Contractor. With over twenty years of experience, Mr. Ribas has the pre-requisite hands-on project management and contract administration knowledge. Throughout his career, Mr. Ribas' has been involved with projects having construction budgets exceeding $1.3 billion. Collectively, the N Team is uniquely qualified to oversee the program management of the construction projects for the City of Miami Beach's facilities and parks. Mr. Ribas has experience with the following Miami Beach projects: . Loew's Hotel, Inc. Construction management services on the renovation of the St. Moritz Hotel, Miami Beach, Florida. Construction Budget $7,100,000. . Fontainebleau Hilton, Landscape, irrigation and rockscape, Miami Beach, Florida. . The Savoy on South Beach. Historical Preservation; Renovation; and ADA. . Coral Sands. Renovation; and ADA. . Roney Palace. Parking Garages. Additionally, Mr. Ribas and members of his project team have managed the following facilities and parks related projects: . Lake Eola Park. Construction Budget $4.5 M (Phase I) and $2.5 M (Phase II) . Multi-Lane Reconstruction on Orange Blossom Trail. Construction Budget $26.5 M. . Streetscapes at Church and Pine Streets. Construction Budget $3.5 M. . Miami-Dade Public Works Department. $45 M Stonnwater Utility Fee Bond Program and $147 M Quality Neighborhood Initiative Program . Miami-Dade Water & Sewer Department. $2 Billion Six-Year Rehabilitation Program $25 Million Pump Station MCC Program . American Airlines Arena -- Practice Court . Parking Garages: Roney Palace LYNX Centroplex Garage The Collection MDW ASD Administration Facility & Garage . Golf Courses/Clubhouses: Timicuan Country Club; Marsh Creek Country Club; Disney Institute & Buena Vista Golf Course; Sawgrass Clubhouse; MOWC Golf Course; Woodland Hills Country Club; and Patrick Air Force Base . Cambier Park . Escambia County Comprehensive Parks and Recreation Master Plan; and Escambia County Model Sports Center . Cranes Roost Park; DeLeon Springs Bulkhead; Cambier Park; and . Escambia County Comprehensive Parks and Recreation Master Plan RFQ No. 111-99/00 Page Eleven March 28, 2001 Project Manager's Experience Continued In the area of water, wastewater and stormwater, Mr. Ribas has been involved in the construction and construction management of projects having a cumulative construction budget exceeding $368 million. The scope of these construction projects includes water mains, sanitary sewers, force mains, pumping stations, expansion and renovations of existing facility at wastewater and water treatment plants, storm sewers (French drains and wells) and concrete sitework. The specific list of projects is attached (see Attachment E). In the area of Landscape & Irrigation, Mr. Ribas' experience includes over $ 15 million dollars of landscape and irrigation projects. The scope of those projects include streetscapes, rockscapes, hardscapes, river revitalizations, wetlands mitigation and reclamation, parks, golf courses, sports complexes, landscape and irrigation. The specific list of projects is attached (see Attachment F). In the area of Commercial & Assembly, Mr. Ribas has been involved with commercial building and assembly projects with construction budget exceeding $238 million. The scopes on these projects include demolition, new construction, renovation, ADA compliance, elevator renovations, electrical and mechanical upgrades, swimming pools, historic preservation and restorations. The specific list of projects is attached (see Attachment G). City Manager's Recommendation: Time is of the essence. We have several parks and facilities projects that require professional program management services immediately, with many other facilities and parks projects scheduled for bidding. Based on all the information presented herein, and A' Group's material submitted (see Attachment H), I recommend that the Mayor and Commission approve the selection of A2 Group, Inc., as the most qualified firm to provide program management services to manage construction projects for facilities and parks; authorize the Administration to enter into negotiations with the most qualified firm of A2 Group, Inc.; and authorize the Administration to negotiate with the second most qualified firm as determined by the city manager, should the administration not be able to successfully negotiate a contract with A2 Group, Inc. JMG:MDS:~ AN AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND URS CORPORATION FOR THE PERFORMANCE OF INTERIM PROGRAM MANAGEMENT SERVICES TO MANAGE CONSTRUCTION PROJECTS FOR FACILITIES AND PARKS WITHIN THE CITY THIS AGREEMENT made and entered into this ~3...,1.. day of Op' ~ ,2001 by and between the CITY OF MIAMI BEACH, FLORIDA (hereinafter referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139 and URS CORPORATION (hereinafter referred to as Consultant), whose address is Eastern Financial Building, Suite 1000,700 Poinciana Boulevard, Miami Springs, Florida 33166. SECTION 1 DEFINITIONS Agreement: This written Agreement between the City and Consultant. City Manager: "City Manager" means the Chief Administrative Officer of the City. Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an independent contractor, and not an agent or employee ofthe City. Services: All services, work and actions by the Consultant performed pursuant to or undertaken under this Agreement, as described in Section 2. Project: Management of construction projects for facilities and parks within the City of Miami Beach. Fixed Fee: Fixed amount paid to the Consultant to cover the costs of the Services. Termination: Termination of Consultant Services as provided in Subsection 4.9 of this Agreement. -1- )0) SECTION 2 SCOPE OF WORK The scope of work to be performed by Consultant is set forth in Schedule "A," entitled" Scope of Services" (Services). SECTION 3 COMPENSATION 3.1 :EE.E. Consultant shall be compensated on a time and material basis for initiation of the Services identified in Schedule "A", pursuant to the rate set forth in Schedule "B" attached hereto. Total fees and expenses for this Agreement are not to exceed Twenty Five Thousand and 00/100 Dollars ($25,000). 3.2 INVOICE FORMAT AND PROCEDURE Consultant shall propose an invoicing procedure and format that are acceptable to the City thereby facilitating invoice payments by the City. 3,3 METHOD OF PAYMENT Payments shall be made within thirty (30) days of the date of invoice received by the City. -2- 1+<" SECTION 4 GENERAL PROVISIONS With respect to the performance of the Services, Consultant shall do the following: 4.1 RESPONSIBILITY OF THE CONSULTANT 4.1.1 Consultant shall exercise that degree of skilL care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. 4.1.2 The City shall rely on the Consultant to keep the stakeholders informed at all times and to resolve day-to-day challenges resulting from the Project's implementation, without requiring the City's attention or intervention. 4.1.3 In its performance ofthe Services, Consultant shall comply with all applicable laws and ordinances, including but not limited to, applicable regulations of the City, County, State, Federal Government, ADA, EEO Regulations and Guidelines, 4.2 PUBLIC ENTITY CRIMES State of Florida Form PUR 7068, Sworn Statement under Section 287. 133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the Procurement Division. 4.3 PROJECT MANAGEMENT The Consultant shall appoint a qualified individual acceptable to the City to serve as Project Manager for the Services who shall be fully responsible for the day-to-day activities under this Agreement and who shall serve as the primary contact for the City's Project Manager. 4.4 DURATION AND EXTENT OF AGREEMENT The term of this Agreement shall be for a period of sixty (60) days from the date of execution of this Agreement or upon the City's approval and the parties' execution upon that -3- . A- certain Agreement between the City and Consultant for Program Management Services to Manage Construction Projects for Facilities and Parks within the City, pursuant to Request for Qualifications (RFQ) No. 102-99/00, whichever is earlier. 4.5 OWNERSHIP OF DOCUMENTS AND EOUIPMENT All documents prepared by the Consultant pursuant to this Agreement are related exclusively to the Services described herein, and are intended or represented for ownership by the City. Any reuse by Consultant or the parties shall be approved in writing by the City. Notwithstanding the foregoing, the City agrees that Consultant may use such non-confidential documents prepared pursuant to this Agreement for the exclusive purpose of Consultant's promotional materials. 4.6 INDEMNIFICATION Consultant agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its employees, agents, sub-consultants, or any other person or entity acting under Consultant's control, in connection with the Consultant's performance of the Services pursuant to this Agreement; and to that extent, the Consultant shall pay all such claims and losses and shall pay all such costs and judgements which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The Consultant's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which arise or are alleged to have arisen from negligent acts or omissions or other wrongful conduct of the City and its officers, employees and agents. The parties each agree -4- JJr- to give the other party prompt notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party, 4.7 INSURANCE REOUlREMENTS The Consultant shall not commence any work pursuant to this Agreement until all insurance required under this Subsection has been obtained and such insurance has been approved by the City's Risk Manager. The Consultant shall maintain and carry in full force during the term of this Agreement and throughout the duration of the work the following insurance: 1. Professional General Liability in the amount of $1,000,000,00, naming the City as an additional insured. A certified copy of the Consultant's (and any sub-consultants') Insurance Certificate must be filed and approved by the Risk Manager prior to commencement. 2. Workers Compensation & Employers Liability as required pursuant to Florida statute. Thirty (30) days written notice of cancellation or substantial modification in the insurance coverage must be given to the City's Risk Manager by the Consultant and its insurance company. The insurance must be furnished by insurance companies authorized to do business in the State of Florida and approved by the City's Risk Manager. Certificates of insurance for the above coverage must be submitted to the City's Risk Manager for approval prior to any work commencing. These certificates will be kept on file in the office ofthe Risk Manager. 3rd Floor. City Hall. The Consultant is responsible for obtaining and submitting all insurance certificates for their consultants. All insurance policies must be issued by companies authorized to do business under the laws of the State of Florida. The companies must be rated no less than "8+" as to management -5- published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City's Risk Manager. Compliance with the foregoing requirements shall not relieve the Consultant of the liabilities and obligations under this Subsection or under any other portion of this Agreement, and the City shall have the right to obtain from the Consultant specimen copies ofthe insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required overage. 4.8.1 ENDORSEMENTS All of Consultant's certificates, above, shall contain endorsements providing that written notice shall be given to the City at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. 4.8.2 CERTIFICATES Unless directed by the City otherwise, the Consultant shall not commence the Services until the City has received and approved, in writing, certificates of insurance showing that the requirements of this Subsection (in its entirety) have been met and provided for. 4.9 TERMINATION. SUSPENSION AND SANCTIONS 4.9.1 Termination for Cause If the Consultant shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to terminate the Services then remaining to be performed. Prior to exercising its option to terminate for cause, the City shall notify the Consultant of its violation of the particular terms of this Agreement and shall grant Consultant ten (10) days to cure such default. If such default remains uncured after (10) days, the City, upon seven (7) days notice to Consultant, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. In that event, all finished and unfinished documents, data, studies, surveys, drawings, A- maps, models, photographs, reports and other work products prepared by the Consultant and its subcontractors shall be properly assembled and delivered to the City at the Consultant's sole cost and expense. Consultant shall be paid for any Services satisfactorily performed up to the date of termination. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. The City, at its sole option and discretion, shall additionally be entitled to bring any and all legal/equitable actions which it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party, The City shall be entitled to recover all costs of such actions, including reasonable attorneys fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right to bring permissive counter claims against the City in any such action. 4.9.2 Termination for Convenience of City the City may, for its convenience and without cause, terminate the Services then remaining to be performed at any time during the term hereof by giving written notice to Consultant of such termination, which shall become effective seven (7) days following receipt of the Consultant ofthe written termination notice. In that event, all finished or unfinished documents and other materials, as described in Section 2 and in Exhibit "A" shall be properly assembled and delivered to the City at Consultant's sole cost and expense. If the Agreement is terminated by the City as provided in this Subsection, Consultant shall be paid for any Services satisfactorily performed up to the date of termination, 4.9.3 Termination for Insolvency The City also reserves the right to terminate the remaining Services to be performed in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.9.2. 4.9.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Consultant's noncompliance with the nondiscrimination provisions of JA-- this Agreement, the City shall impose such sanctions as the City or the State of Florida may determine to be appropriate, including but not limited to, withholding of payments to the Consultant under the Agreement until the Consultant complies and/or cancellation, termination or suspension of the Services. In the event the City cancels or terminates the Services pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.9.2. 4.9.5 Changes and Additions Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representatives of the City and Consultant. Said amendment shall provide an equitable adjustment in the time of performance, and, if applicable, in compensation to Consultant, a reallocation of the task budget and, if applicable, any provision of this Agreement which is affected by said amendment. The City shall not reimburse the Consultant for the cost of preparing Agreement change documents, written Notices to Proceed, or other documentation in this regard. 4.10 AUDIT AND INSPECTIONS At any time during normal business hours and as often as the City may deem necessary, there shall be made available to the City and/or such representatives as the City may deem to act on its behalf, to audit, examine and make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. Consultant shall maintain any and all records necessary to document compliance with the provisions of this Agreement. 4.11 ACCESS TO RECORDS Consultant agrees to allow access during normal business hours to all financial records to the City and/or such authorized representatives as it may deem to act on its behalf, and agrees to provide such assistance as may be necessary to facilitate financial audit by the City or its representatives when deemed necessary to insure compliance with applicable accounting and financial standards. Consultant shall allow access during normal business hours to all other records, forms, files, and documents which have been generated in performance of this Agreement, to those personnel as may be designated by the City. )J-- 4.12 ASSIGNMENT. TRANSFER OR SUBCONTRACTING The Consultant shall not subcontract, assign, or transfer any work under this Agreement without the prior written consent of the City. 4.13 SUB-CONSULT ANTS The Consultant shall be liable for the Consultant's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of sub-consultants, and any other person or entity acting under the direction or controls of the Consultant. When the term "Consultant" is used in this Agreement, it shall be deemed to include any sub-consultants and any other person or entity acting under the direction or control of Consultant. All sub-consultants must be approved in writing prior to their engagement by Consultant. 4.14 EOUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, national origin, place of birth, marital status, disability, or sexual orientation. The Consultant shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, national origin, place of birth, marital status, disability, or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or termination; recruitment or recruitment advertising; layoff or termination; rates of pay, or other forms of compensation; and selection for training, including apprenticeship. 4.15 CONFLICT OF INTEREST The Consultant agrees to adhere to and be governed by the Metropolitan Dade County Conflict ofInterest Ordinance (No. 72-82), as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Consultant covenants that it presently has no interest and shall not acquire any -9- )U- interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Consultant further covenants that in the performance of this Agreement, no person having any such interest shall knowingly be employed by the Consultant. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.16 PATENT RIGHTS: COPYRIGHTS: CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, design specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Consultant or its employees or subcontractors. 4.17 NOTICES All communications relating to the day-to-day activities shall be exchanged between the Project Manager appointed by Consultant and the Project Manager designated by the City, The Consultant's Project Manager and the Cityts Project Manager shall be designated promptly upon commencement of the Services. All other notices and communications in writing required or permitted hereunder may be delivered personally to the representatives ofthe Consultant and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). Until changed by notice in writing, all such notices and communications shall be addressed as follows: -10- .NL-- TO CONSULT ANT: URS Corporation Michael J. Nardone, P.G., Vice President Eastern Financial Building, Suite 1000 700 Poinciana Boulevard Miami Springs, Florida 33166. Telephone: (305) 884-8900 Fax: (305) 884-2665 TO CITY: City of Miami Beach Attn: City Clerk 1700 Convention Center Drive, 4th Floor Miami Beach, FL 33139 Telephone: (305) 673-7411 Fax: (305) 673-7254 WITH COPIES TO: Office ofthe City Attorney Attn: Murray H. Dubbin City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 4.18 LITIGATION JURISDlCTIONNENUE This Agreement shall be enforceable in Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Dade County, Florida. 4.19 ENTIRETY OF AGREEMENT This writing and the Services embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereof that are not merged herein and superseded hereby. The Services and the Proposal Documents are hereby incorporated by reference into this Agreement. -Il- cf'- No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City Commission of the City of Miami Beach, This Agreement, shall be governed by and construed according to the laws of the State of Florida. 4.20 LIMIT AnON OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $1 0,000. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of $1 0,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. -12- ~ IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. Y8RCITY. CITY OF MIAMI BEACH, FLORIDA ATTEST. H,ot- ./ c..o.~ FOR CONSULTANT: By: d~~,~ URS CORPORATION ATTEST: ~ ~ \1.0\ );Vb.f'oJ A.. '"Po u:.b URS CORPORA nON BY:~~ /' Vice President fY\.dAcf NM-Je.r-lc Y.IO.O\ F\WOIUCISALL\DIXC\CONTRACliURSWPD APf>ROVED AS TO FORM & LAJJGIJAGE & fOR :;){ECUTtON ~~~ <fIrJ~/ )4- SCHEDULE" A" SCOPE OF SERVICES The Projects: Scott Rakow Youth Center; Flamingo Park Pool Facility; Normandy Isle Park and Pool Facility; North Shore Park and Youth Center, Bayshore Golf Course (collectively - the Projects). . Authorize and monitor the work of architectural and engineering consultants and contractors engaged in the design and construction of the projects, . Development, planning, consultant selection, design management, inspection and warranty administration. . Assist, advise the City Administration and City staff on issues related to the Projects. . Advise City's architectural and engineering consultants working on the Projects, on all aspects of planning for the Project design, construction feasibility, and value engineering. . Review and approve on behalf of the City, the contractors' proposed construction schedules, staging and/or phasing plans as necessary. . Review and approve on behalf of the City, the architects and engineers Project cost estimates. . Investigate comparative construction systems, cost analysis, value engineering studies and suggest alternative products, methods, and approaches to ensure the cost effectiveness of the Projects. . Keep and update a parallel Project and/or construction schedule in order to independently monitor project progress as well as project spending. . Work with the Architectural and engineering consultants to establish the required date for all phases of the Projects programs. . Review and analyze together with the architects and engineers, bidders schedule of values and qualifications at bid opening. . Participate and conduct as needed weekly Project and construction meetings. . Provide full construction management services including inspection, and monitoring of the Projects during the construction phase. Full- time inspection services offorty (40) hours per week to be provided on projects under construction. . Establish procedures for coordination with the architects and engineers with respect to all aspects of the Projects. ~ . Make reccomendations on effective programs related to safety, prepare progress reports and minutes of meetings as deemed necessary during construction. . Review, approve and process payments to architects, engineers, and contractors, . Prepare and submit to the City, a weekly report on the general site conditions and the progress of the work being performed by the contractors and sub-contractors. y-- Classification 1. 2. 3. 4. 5. 6. 7. 8. Project Director Project Manager Senior Engineer/Architect Engineer/Architect Staff Engineer Designer Drafter Clerical SCHEDULE "B" URS Corporation Hourly Billing Rate Hourly Billing Rate $145.00 $120.00 $103.00 $87.00 $70.00 $73.00 $52.00 $40.00 N PRODUCER CERTIFICATE NUMBER SEA-00040S404-02 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES DESCRIBED HEREIN. Marsh Risk & Insurance Services CA License No, 04371 S3 One California Street San Francisco, CA 94111 0078 -DAMES-SOOOO- COMPANY A NATIONAL UNION FIRE INS, CO, OF PITTSBURGH, PA COMPANIES AFFORDING COVERAGE COMPANY B AMERICAN MANUFACTURERS MUTUAL INSURANCE CO, INSURED URS CORPORATION - SOUTHERN Eastern Financial Credit Union Building 700 S, Royal Poinciana Blvd" Ste, 1000 Miami Spron9s, FL 94111 COMPANY C AMERICAN INTERNATIONAL SPECIALTY LINES INS, CO, "", ll,m "lIDL. , ' . . , ,~+ ,!,!J1. ~'~~""'-'" , ',,__,:J!I!i@! "f.,~~" ~.l! ~!l ,J, ",J~ ..~\!" ',,!".!!}jiil!!E!P\1i'MAl!!lJiIr~,.. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT YVlTH RESPECT TO INHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE ~ OCCUR OWNER'S & CONTRACTOR'S PROT GL933-091S 04101/01 POLICY EFFECTIVE POLICY EXPIRATION DATE jMMIDDIYYI DATE (MMIDDNYI GENERAL AGGREGATE co LT> TYPE OF INSURANCE POLICY NUMBER BEST RATING: A+ XV B B B B B 100000 SIR AUTOMOBILE LIABILITY X ANY AUTO ALL O'-""'lEO AUTOS SCHEDULED AUTOS FSY00639S-00 AOS FSYOOS39S-00 HI F5Y006397-00 VA F5YOOS398-00 TX X3P084803-00 MASS 04/01/01 04/01/01 04/01/01 04/01/01 04/01/01 X X HIRED AUTOS NON-OWIIEO AUTOS GARAGE L1ABIUTY ANY AUTO EXCESS LIABILITY A A A UMBRELLA FORM OTHER THAN UMBRELLA FORM W RK RS COMPENSATION AND EMPLOYERS' LIABILITY 01/01/01 01/01/01 01/01/01 708-4426 CA 708-4425 AOS 708-4427 NV & WI THE PROPRIETOR! X INCL PARTNERS~XECUT~ OFFICERS ARE: EXCL PROFESSIONAL LIABILITY(E&O) CLAIMS MADE FORM 476-3090 04101/01 C 04/01/02 04/01/02 04/01/02 04/01/02 04/01/02 04/01/02 01/01/02 01101102 01/01102 04/0 1/02 LIMITS $ PRODUCTS. COMP/OP AGG $ $ $ $ $ $ 2,000,000 2,000,000 1,000,000 1,000,000 1,000,000 5,000 1,000,000 PERSONAL & AOV INJURY EACH OCCURRENCE FIRE DAMAGE (Anyone fire) MEO EXP one .on COMBINED SINGLE LIMIT BODILY INJURY (Per person) $ BODILY INJURY (Peraccldent) $ PROPERTY DAMAGE $ AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EACH OCCURRENCE $ AGGREGATE $ $ X EL DISEASE-POLICY LIMIT EL DISEASE-EACH EMPLOYEE EACH CLAIM AGGREGATE $1,000,000 $1,000,000 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPEClAL.ITEMS (LIMITS MAY BE SUBJECT TO DEDUCTIBLES OR RETENTIONS) RE, PROGRAM MANAGEMENT PARKS & FACILITIES CITY OF MIAMI BEACH CONTRACT NO,: 102 99/00 SHOULD ANY OF THE POLICIES DESCRIBEO HEREIN BE CANCEu..ED BEFORE THE eXPIRATION DATE THEREOF. THE INSURER AFFORCING COVERAGE WILL ENOEAVOR TO MAll -3..D DAYS 'NFI1l'TEN NOTICE TO TKE CERTIFICATE HOLDER NAMED HEREIN, BUT FAILURE TO MAil SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR CITY OF MIAMI BEACH ATTN: CITY CLERK - CLIFF LEONARD 1700 CONVENTION CENTER DR, 4TH FLOOR MIAMI BEACH, FL 33139 UABIUTY OF ANY KINO UPON THE INSURER AFFORDING COVERAGE. ITS AGENTS OR REPRESENTATIVES. MARSH USA INC. SY; Leslie Cotton C<5- ,... &...=..