Loading...
2009-27035 Reso RESOLUTION NO. 2009-27035 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 03-08/09, FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) SERVICES OF THE WATER MAINS, SANITARY SEWER MAINS, AND MILLING AND RESURFACING IMPROVEMENTS ALONG INDIAN CREEK DRIVE BETWEEN 26T" AND 41sT STREETS; AND AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM, PARSONS BRINCKERHOFF AMERICAS; SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE AN AGREEMENT WITH THE TOP-RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND-RANKED FIRM, BERMELLO AJAMIL; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE SECOND-RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE AN AGREEMENT WITH THE THIRD-RANKED FIRM, GBF ENGINEERING. WHEREAS, on December 10, 2008, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) No. 03-08/09, for Professional Construction Engineering Inspection (CEI) Services of the water mains, sanitary sewer mains, and milling and resurfacing improvements along Indian Creek drive between 26"' and 41St streets (the "RFQ"); and WHEREAS, the CEI services will ensure proper construction oversight and certification of the milling and resurfacing of Indian Creek Drive, as well as the upgrades of the water and sewer; and WHEREAS, on December 16, 2008, the RFQ was issued with an opening date of January 15, 2009; and WHEREAS, apre-proposal meeting to provide information to prospective proposers was held on January 6, 2009; and WHEREAS, BidNet sent notices to 41 prospective proposers; BidSync sent notices to 2857 prospective proposers of which 44 viewed the documentation; which resulted in the receipt of the following fourteen (14) proposals; and WHEREAS, The City Manager, via a Letter to Commission (LTC) No. 029-2009, appointed an Evaluation Committee ("The Committee") consisting of the following individuals: • Rick Saltrick, Sr. Capital Projects Coordinator, CIP; • Xavier Falconi, Transportation Manager, Transportation Division; • Jose Perez, Civil Engineer III, Public Works; • Robert Dean Fairless, Miami Beach Resident, Leadership Academy; • Rosa Barco, Miami Beach Resident, Leadership Academy; • Carlota Guerrero, Miami Beach Resident, Leadership Academy; and WHEREAS, on February 13, 2009, the Committee proceeded to shortlist the firms for interviews based on criteria set faith in the RFQ, scored and ranked the Proposers, and unanimously agreed to bring back the seven (7)top-ranked firms; and WHEREAS, on February 18, 2009, the Committee reconvened for interviews, deliberations and recommendations; based on the scores and rankings, PB Americas was selected as the top-ranked firm, Bermello Ajamil, as the second-ranked and GBF Engineering as the third ranked firm; and WHEREAS, the City Manager has reviewed and concurs with the Evaluation Committee's recommendation. 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 accept the recommendation of the City Manager, pursuant to Request for Qualifications (RFQ) No. 03-08/09, for Professional Construction Engineering Inspection (CEI) Services of the water mains, sanitary sewer mains, and milling and resurfacing improvements along Indian Creek drive between 26~' and 41s` streets; and authorizing the Administration to enter into negotiations with the top-ranked firm, Parsons Brinckerhoff Americas; should the Administration not be able to successfully negotiate an agreement with the top-ranked firm, authorizing the Administration to negotiate with the second-ranked firm, Bermello Ajamil; and should the Administration not be able to negotiate an agreement with the second-ranked firm, authorizing the Administration to negotiate an agreement with the third-ranked firm GFB Engineering. PASSED AND ADOPTED THIS 18th DAY OF March 2009. ATTEST: P~~~ , CITY CLERK M OR Robert Parcher Matti Herrera Bower T:\AGENDA\2009\March 18\Consent\RFQ 03-08-09 For CEI Services -Indian Creek - Reso.doc APPROVED AS TO FORM & LANGUAGE & F EXECUTION 3 3 aq ttorne ~ ate COMMISSION ITEM SUMMARY Condensed Title: A resolution accepting the recommendation of the City Manager pursuant to Request For Qualifications (RFQ) No. 03-08/09, for professional Construction Engineering Inspection (CEI) services of the water mains, sanitary sewer mains, and milling and resurfacing improvements along Indian Creek Drive between 26th And 41St Streets; and authorizing the Administration to enter into negotiations with the top-ranked firm, Parsons Brinckerhoff Americas; should the Administration not be able to successfully negotiate an agreement with the top-ranked firm, authorizing the Administration to negotiate with the second-ranked firm, Bermello Ajamil; and should the Administration not be able to negotiate an agreement with the second-ranked firm, authorizing the administration to negotiate an agreement with the third-ranked firm GFB En ineerin . Key Intended Outcome Supported: Ensure well-maintained infrastructure. Supporting Data (Surveys, Environmental Scan, etc.): Survey indicates that 42% of residents rated storm draina a as excellent or ood; 26% rated it as oor. Issue: Shall the City Commission approve the City Manager's recommendation? Item Summary/Recommendation: On December 10, 2008, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) No. 03-08/09, for Professional Construction Engineering Inspections (CEI) Services of the water mains, sanitary sewer mains, and milling and resurfacing improvements along Indian Creek Drive between 26th and 41St Streets (the "RFQ"). On December 16, 2008, the RFQ was issued with an opening date of January 15, 2009. APre-proposal meeting to provide information to prospective proposers was held on January 6, 2009. BidNet sent notices to 41 prospective proposers; BidSync sent notices to 2857 prospective proposers of which 44 viewed the documentation; which resulted in the receipt of fourteen (14) proposals. The City Manager, via Letter to Commission (LTC) No. 029-2009, appointed an Evaluation Committee (the "Committee") that convened on February 13, 2009 for "short listing" of firms for interviews. On February 18, 2009, the Committee reconvened for interviews, deliberations, and recommendations. Based on the scores and rankings of the Committee firm members, PB Americas was selected as the top- ranked firm, Bermello Ajamil, as the second-ranked firm and GBF Engineering as the third-ranked firm based on the highest number of total points. A motion was presented by Xavier Falconi, seconded by Robert Fairless, and was unanimously approved by the Committee. ACCEPT THE CITY MANAGER'S RECOMMENDATION. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account Approved Funds: ~ OBPI Total Financial Im act Summa : N/A City Clerk's Office Legislative Tracking: Gus Lo ez, Ext: 6641 Sign-Offs: De ent Director Assis t Cit Mana Mana er GL RC RC PDW JMG ' T:WGENDA 09\March 18\Consent\RFQ 03-08-09 For CEI Services -Indian Creek - SUMM.doc ,l~ ~ ~ J~ ~ ~ Cj~` ~ AGENDA ITEM C7~I ~ ~~/l ~~4/l G i~ DATE 3"Ig"09 m MIAMIBEACH City of Miami Beath, 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: March 18, 2009 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 03-08/09, FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) SERVICES OF THE WATER MAINS, SANITARY SEWER MAINS, AND MILLING AND RESURFACING IMPROVEMENTS ALONG INDIAN CREEK DRIVE BETWEEN 26T" AND 41 sr STREETS; AND AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM, PARSONS BRINCKERHOFF AMERICAS; SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE AN AGREEMENT WITH THE TOP- RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND-RANKED FIRM, BERMELLO AJAMIL; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE SECOND-RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE AN AGREEMENT WITH THE THIRD- RANKED FIRM, GBF ENGINEERING. ADMINISTRATION RECOMMENDATION Adopt the Resolution. BACKGROUND On December 10, 2008, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) No. 03-08/09, for Professional Construction Engineering Inspection (CEI) Services of the water mains, sanitary sewer mains, and milling and resurfacing improvements along Indian Creek Drive between 26th and 41St Streets (the "RFQ"). Indian Creek Drive (SR AIA) is a Federal classified Principal Urban Arterial which falls under the jurisdiction of FDOT. Improvements along SR A1A are projects in the Metropolitan Planning Organization (MPO) 2008-12 Transportation Improvement Plan (TIP). The project scope of work consists of milling and resurfacing of the road and City requested streetscape enhancement in all intersections between 26th and 41St Streets. The project also includes pavement markings, signage, construction of bulb-outs at the intersections and minor landscaping. Commission Memorandum - RFQ-03-08/09, March 18, 2009 Page 2 of 7 Concurrently, the City is moving ahead with water distribution and sanitary sewer system replacements and upgrades along SR A1A to meet the level of service requirements for both utilities as dictated in the City's Comprehensive Plan. In the interest of minimizing construction impacts as well as conducting both projects in a consolidated timeline, the City has determined that it would be in the best interest of the public if both projects would be built simultaneously under the direction of one contractor, as opposed to having separate contracts, different contractors and separate timelines. The same approach will be applied to the engineering inspection services, for which under FDOT guidelines, is a requirement. The City will then capitalize on this to provide a unified approach to the overall inspection and construction compliance of this project. Pursuant to the Joint Participation Agreement (JPA) executed per Resolution 2007- 26694, the City was granted the authority and FDOT funding to manage the FDOT project which will be built as part of a single construction contract. Within this contract FDOT allocated funding of $136,000 for Construction and Engineering Inspection services (CEI) and the City has budgeted $503,000 for CEI services related to the water and sewer component. The total funding allocated for the complete oversight of the project is $639,000. This number is an initial budgetary figure developed during the design phase as an opinion of cost pursuant to the construction plans and prior to bidding. The total amount is expected to be reduced during the negotiation process in order to align with the negotiated contract scope and actual construction values. This scope of services for Construction Engineering and Inspection (CEI) services generally include field representation, inspection, materials sampling and testing. The selected CEI may also act as an extension of the City's staff and FDOT to coordinate the field services of the contract with the City Engineer (water main and sewer improvements) and with the Engineer of Record for FDOT (milling and resurfacing). During the negotiation process the City will ensure that services provided by the CEI will not duplicate those typically performed by the Capital Improvement Projects Office and the Public Works Department. Pursuant to the JPA, Section 2.c entitled "General Requirements," the construction work must be awarded through a competitive bid process. The project is estimated to begin construction in late April 2009. The construction work will take approximately ten (10) months to complete. Pursuant to the JPA, the City must complete the project on or before June 30, 2010. If the project is not completed by this time, the City may request an extension for the agreement by FDOT. The City is aiming at completing this project before the 2010 Boat Show. In summary, the JPA will enable both the City and FDOT to efficiently and effectively accomplish common objectives for the engineering, inspection, compliance, and certification of the overall Indian Creek improvements from 26th to 42"d Street. The Indian Creek Drive enhancements will result in a more pleasant experience in the Oceanfront Neighborhood for drivers and pedestrians alike and will provide residents with upgraded and more reliable water and sewer infrastructure. The CEI services will ensure proper construction oversight and certification of the milling and resurfacing of Indian Creek Drive, as well as the upgrades of the water and sewer. Commission Memorandum -RFQ-03-08/09, March 78, 2009 Page 3 of 7 RFQ PROCESS On December 16, 2008, the RFQ was issued with an opening date of January 15, 2009. A pre-proposal meeting to provide information to prospective proposers was held on January 6, 2009. BidNet sent notices to 41 prospective proposers; BidSync sent notices to 2857 prospective proposers of which 44 viewed the documentation; which resulted in the receipt of the following fourteen (14) proposals: EISMAN RUSSO APCTE SRS ENGINEERING A2 GROUP INC. C3TS PARSONS BRINCKERHOFF AMERICAS CONSULTECH GBF ENGINEERING NEW MILLENNIUM DEVELOPMENT CONSULTING GROUP PBS&J BERMELLO AJAMIL MARLIN ENGINEERING KEITH & SCHNARS The City Manager, via a Letter to Commission (LTC) No. 029-2009, appointed an Evaluation Committee (the "Committee") consisting of the following individuals: • Rick Saltrick, Sr. Capital Projects Coordinator, CIP • Xavier Falconi, Transportation Manager, Transportation Division • Jose Perez, Civil Engineer III, Public Works • Robert Dean Fairless, Miami Beach Resident, Leadership Academy • Rosa Barco, Miami Beach Resident, Leadership Academy • Carlota Guerrero, Miami Beach Resident, Leadership Academy EVALUATION PROCESS On February 13, 2009, the Committee convened to evaluate, shortlist, score and rank. The Committee proceeded without member Carlota Guerrero who was not able to attend and participate; however, a quorum was in attendance. The Committee unanimously agreed to nominate Xavier Falconi as Committee Chair. In determining the best qualified firms, the Committee discussed each company's proposal according to the criteria as set forth in the RFQ. The Committee proceeded to shortlist the firms for interviews based on the following criteria (the Committee, unanimously agreed on shortlisting based on the total scoring rather then ranking, given the number of firms, the scores were too close to have a concise ranking); furthermore, the Committee unanimously agreed on reserving 25 points for the final scoring and ranking of interviews; thus, giving a total of 75 points to the shortlisting firms: _- Criteria. t,S: A The ex erience, ualifications and ortfolio of the Princi al Firm 20 5 B The ex erience, ualifications and ortfolio of the Pro'ect Mana er 15 5 C The experience and qualifications of the professional personnel 15 (5) assi ned to the Pro'ect Team D The volume of work previously awarded to each firm by the City ,with 15 (5) the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the rinci le of selection of the most hi hl ualified firm Commission Memorandum -RFQ-03-08/09, March 78, 2009 Page 4 of 7 E Project Implementation Strategy to complylmeet with the expedited 15 timeframe described in this RFQ and demonstrated successful similar ro'ects F Willingness to meet time and budget requirements as demonstrated by 5 interview of ke ersonnel G Certified disadvantaged business enterprise (DBE) participation Either 5 the Prime Consultant or the sub-Consultant team may qualify for proof of DBE certification. Accepted DBE certifications include the Small Business Administration SBA ,State of Florida, or Miami-Dade Coun H Location 5 I Recent, current, and ro'ected workloads of the firms 5 5 The Committee unanimously agreed through a motion presented by Chairperson Xavier Falconi and seconded by Rick Saltrick to invite for interviews the seven (7) top-ranked proposers based on the total scores. On February 18, 2009, the Committee re-convened for interviews, deliberations, and recommendations. After interviews were conducted with the seven (7) top-ranked firms, the Committee proceeded to score and rank the proposers as follows: Robert ,4 ~,n , Rick Xavier Jose Dean , •Rosa PREVIOUS G!'~'MUL:47tVE RFQ 0308-09 Saltriek Falconi Perez Fairless 6~rcq TOTALS : TOTALS ~ - •T07ALS , PARSONS BRINCKERHOFF 24 25 21 20 24 114 327 441 1 BERMELLO A7AMIL 23 22 19 18 23 105 324 429 2 GBF ENG. 22 23 21 18 25 109 300 409 3 MARLIN ENG. 21 22 21 19 14 97 306 403 PBS&J 22 23 19 17 15 96 299 395 NEW MILLENNIUM 21 22 19 15 20 97 295 392 SRS ENG. 20 18 16 9 9 72 312 384 Based on the scores and rankings of the Committee members, PB Americas was selected as the top-ranked firm, Bermello Ajamil, as the second-ranked and GBF Engineering as the third ranked firm based on the highest number of total points. A motion was presented by Xavier Falconi, seconded by Robert Fairless, and was unanimously approved by the Committee. FIRM'S PROPOSAL Founded in 1885, PB Americas, Inc. (PB), also known as Parsons Brinckerhoff, is one of the oldest continuously operating consulting engineering firms in the United States with over 13,000 employees located throughout 150 production offices worldwide. PB provides a full range of planning, engineering, architectural and construction management services for clients in the public and private sectors. Commission Memorandum - RFQ-03-08/09, March 18, 2009 Page 5 of 7 Since its inception, PB has been a part of the premier infrastructure development projects from the New York Subway System in 1900 to ongoing CEI work throughout Florida. FLORIDA CONSTRUCTION MANAGEMENT AND INSPECTION EXPERIENCE PB has operated in Florida for several decades, having a strong emphasis on both design and construction. Currently PB has 430 employees throughout the state working in major offices in Tampa, Miami, Orlando and Jacksonville. Satellite offices include West Palm Beach, Tallahassee and Naples. PB also has field offices supporting projects under construction. In Florida, the construction staff of approximately 190 is currently involved on 17 projects. This staff includes construction managers, office engineers, project engineers, inspectors, schedulers, project control specialists and support personnel, making it one of the largest CEI/construction management (CM) firms in the state. PB has performed well on task-order contracts for OOCEA, FDOT and Florida's Turnpike Enterprise. As an example, PB is currently in its third 5-year (extendable to 10- year) contract as Construction and Materials Engineering and Management Consultant (CMEMC) for Florida's Turnpike Enterprise providing statewide construction management (CM) services. PB also is completing a 2nd cycle of a similar role for Orlando/Orange County Expressway Authority (OOCEA) on a miscellaneous CEI contract handling multiple assignments. PB staff work closely with the client, acting as an extension of their staff. Renewals of these long-term contracts are testimony to client satisfaction and the ability to provide successful support services. Through PB's statewide experience, PB has developed an in-depth knowledge of state policies and procedures, Florida contractor construction methodologies, and local site conditions, enabling the firm to consistently deliver projects on schedule, within budget and designed and built in conformance with contract plans and specifications. PROJECT MANAGER Eduardo Rodriguez, P.E., as Senior Project Engineer (Project Manager) for the PB Team. Eduardo has 24 years' experience in the planning, design and management of a variety of transportation projects in South Florida. He spent nearly 13 years with the FDOT in increasingly responsible positions in design and construction. He understands the importance of developing and maintaining effective professional relationships with contractors, impacted business owners, and the client. His leadership abilities, as demonstrated on the SR 874 Steel Box Girder On-Ramp from Kendall Drive and SR 836 Auxiliary Lanes project for MDX, and I-95 Noise Walls and Calle Ocho projects for FDOT District 6, where a 16-inch water main was a part of the contract, will be a tremendous benefit to this contract. Each PB Team member has the responsibility for providing the City a level of service that will meet or exceed expectation. Through in-house training, orientation and scheduled employee evaluations, the PB Team places strong emphasis on quality consciousness among its employees and subconsultants. Many of the proposed Team members have worked together on similar projects. Commission Memorandum - RFQ-03-08/09, March 18, 2009 Page 6 of 7 KEY PERSONNEL Career highlights, availability and key qualifications of our proposed key personnel are listed below. Their resumes and proof of PE licenses/certification appear in the proposal. WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS PB stated that they will place the highest priority on this project and complete it in accordance with approved plans, specifications, schedules and established budgets. PB will work together with the City of Miami Beach to provide quality CEI services, while at the same time keeping costs within budget. LOCATION PB maintains a production office in Miami at 7300 Corporate Center Drive, Suite 600. If needed for this contract, PB expressed a willingness to establish a field office to provide responsive service. CURRENT AND PROJECTED WORKLOAD The PB team selected for this contract has built-in flexibility to meet the needs of the City of Miami Beach. PB does not anticipate a conflict in projected workload. VOLUME OF WORK PREVIOUSLY AWARDED BY THE CITY To date, PB has not been under contract with the City of Miami Beach. STRATEGY TO COMPLY/MEET EXPEDITED TIME FRAMES In order to retain control of the project, the project schedule will be reviewed by the CEI and approved by City prior to the contractor starting any construction activity. PB has staff with workable knowledge of Primavera and other scheduling programs that allows PB to monitor the contractor's schedule and compare it to actual job progress. The activities listed on the schedule will be broken down to a level of detail sufficient to establish inspection and testing requirements and to determine the progress of the project, and the percentage of completion vs. value (cost loading) of the work in place. Once the contractor's schedule is accepted, it will be installed in the project office for continuous monitoring by PB's Senior Project Engineer, Eduardo Rodriguez, P.E. and Contract Support Specialist, Gregory Netto, P.E. An independent updating will be conducted based on the daily reports received from the inspectors which will provide us with "real time" status of the work and will immediately identify a lag of progress according to the baseline schedule. As a matter of practice, the contractor will be requested to submit atwo-week, look- ahead schedule at the weekly Progress Meeting. This schedule will be the basis for monitoring the contractor's quality control testing and scheduling the inspection and verification testing in the most efficient way. This schedule will be compared to the baseline schedule and will serve as the basis to discuss progress attained and work to be performed, including corrective action of any item of work falling behind schedule. Commission Memorandum -RFQ-03-08/09, March 18, 2009 Page 7 of 7 PB has experienced schedule reviewers to analyze schedules for delays, deficiencies and/or claims analysis should the need arise. AGREEMENT The results of the Negotiated Agreement to include total cost will be presented to the Mayor and City Commissioner at a regular scheduled City Commission meeting. CONCLUSION The Administration recommends that the Mayor and City Commission adopt the attached Resolution accepting the recommendation of the City Manager pursuant to Request for Qualifications (RFQ) No. 03-08/09, for Professional Construction Engineering Inspection (CEI) Services of the water mains, sanitary sewer mains, and milling and resurfacing improvements along Indian Creek Drive between 26th and 41St Streets; and authorizing the Administration to enter into negotiations with the top- ranked firm, Parsons Brinckerhoff Americas; should the Administration not be able to successfully negotiate an agreement with the top-ranked firm, authorizing the Administration to negotiate with the second-ranked firm, Bermello Ajamil; and should the Administration not be able to negotiate an agreement with the second-ranked firm, authorizing the Administration to negotiate an agreement with the third-ranked firm GFB Engineering. T:WGENDA\2009\March 18\Consent\RFQ 03-08-09 For CEI Services -Indian Creek - Memo.doc