Loading...
2002-24769 Reso RESOLUTION NO. 2002-24769 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 54- 00/01, TO PROVIDE ARCHITECTURAL AND ENGINEERING SERVICES FOR STREETSCAPE AND UTILITY IMPROVEMENTS, WITH REGARD TO THE COMPLETION OF FINAL DESIGN/ENGINEERING PLANS FOR A MODIFIED ROADWAY PROJECT RESURFACING, REPAVING AND RESTORATION (RRR) ON SR A1A1COLLlNS AVENUE FROM 5TH TO 15TH STREET; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP RANKED FIRM OF EAC CONSULTING, INC.; AND IF UNSUCCESSFUL IN NEGOTIATING A CONTRACT WITH THE MOST QUALIFIED FIRM, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE SECOND MOST QUALIFIED FIRM OF MARLIN ENGINEERING, INC.; AND IF UNSUCCESSFUL IN NEGOTIATING A CONTRACT WITH THE SECOND MOST QUALIFIED FIRM, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE THIRD MOST QUALIFIED FIRM, THE CORRADINO GROUP. WHEREAS, for seven (7) years, the Florida Department of Transportation (FOOT) had been planning a roadway reconstruction project for SR A 1 AlCollins Avenue, from 5th to 15th Streets - the core of the City's Art Deco Historic District; and WHEREAS, by mutual agreement between the City and FOOT, the City assumed the lead role in final design and implementation of the Project, in order to modify the original plans, minimize the impacts to, and better serve the needs of the Art Deco Historic District and its stakeholders; and WHEREAS, the City intends to bring the Project's final design plans back to the 30% level, and incorporate the changes envisioned by the City and the community; and WHEREAS, funds from the General Fund Undesignated Fund Balance, in the amount not to exceed $134,480.00 for final design of the Project, shall be funded with State Funds only, as part of the Joint Participation Agreement (JPA) between the City and The Florida Department of Transportation (FOOT), in the amount of $2,055,610.61, as approved by Resolution No. 2000-23944, dated May 24, 2000; and WHEREAS, the drainage and roadway, milling and resurfacing portion of the Project shall be funded with State Funds only, as part of the $2,055,610.61 Joint Participation Agreement (JPA) between the City and The Florida Department of Transportation (FOOT), approved by Resolution No. 2000-23944, dated May 24, 2000; and WHEREAS, the construction of the lighting portion of the Project shall be funded by a Local Agency Program Agreement (LAP), in the amount of $513,066.00, as also approved by Resolution No. 2000-23944, dated May 24, 2000; and WHEREAS, on March 14, 2001, the City Commission authorized, through Resolution No. 2001-24295 the issuance of Request for Qualifications (RFQ) No. 54- 00/01 to provide architectural and engineering services for streetscape and utility improvements, with regard to the completion of final design/engineering plans for a modified roadway project resurfacing, repaving and restoration on SR A 1 AlCollins avenue from 5th to 15th street; and WHEREAS, on August 30,2001,11 proposals were received, with ten (10) deemed responsive, from qualified architectural and engineering firms; and WHEREAS, On November 16, 2001, an Evaluation Committee appointed by the City Manager held its initial meeting and discussed the following: Cone of Silence Ordinance; Government in the Sunshine Law; RFQ requirements; project overview; evaluation criteria; results of reference checks; conflicts of interest; and shortlisting of firms; and WHEREAS, the Committee evaluated and scored each proposal and decided that the top ranked firms of Metric Engineering Inc.; EAC Consulting Inc.; The Corradino Group; Keith & Schnars P.A.; Marlin Engineering, Inc. and Kunde Specher should be invited to give oral presentations, question and answer sessions; and WHEREAS, on December 18, 2001, the Committee convened and listened to 30- minute oral presentations from each of the six (6) firms; and WHEREAS, the Committee then deliberated and scored the firms as follows: (1) EAC Consulting Inc; (2) Marlin Engineering, Inc; (3) The Corradino Group, (4) Metric Engineering Inc.; (5) Keith & Schnars P.A.; and (6) Kunde Specher; and WHEREAS, it is the City Manager's recommendation that the Mayor and City Commission authorize the Administration to enter into negotiations with EAC Consulting, Inc., as the top-ranked proposer, based on the following: . Experience working in Miami Beach with high profile projects; . Proven track record of working with the residents of Miami Beach; . Working in high density urban areas particularly within historic districts; . Vision of the best movement of traffic (MOT) for construction activity in order to limit impact to businesses and residents; . Clear understanding of the issues and challenges related to the installation of new signalization along Collins Avenue; . Proven record of design projects on or under budget; . Support team and project manager experience and ownership of project. 2 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 accept the recommendation of the City Manager pertaining to the proposals received in response to Request for Qualifications (RFQ) No. 54-00/01, to provide architectural and engineering services for streetscape and utility improvements, with regard to the completion of final design/engineering plans for a modified roadwa~ project resurfacing, repaving and restoration on SR A1A/Collins avenue from 5th to 15 street; authorize the administration to enter into negotiations with the top ranked firm of EAC Consulting, Inc.; and if unsuccessful in negotiating a contract with the most qualified firm, authorizing the administration to enter into negotiations with the second most qualified firm, authorizing the administration to enter into negotiations with the third most qualified firm, the Corradino Group PASSED and ADOPTED this 20th day of ~~~~ CITY CLERK JMG:CMC:DT:GL:JE T:\AGENDA \2002\feb20\REGULAR\Reso Collins 54-00.01.doc AP'PfIJlNED AS TO fORM. LANGUAGE ". ....1iXIiQITION A Jl \Id{lIlIJ~ 'J;-/~ o/V ~ Date ~ 3 CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY m ~ Condensed Title: PROVIDE ARCHITECTURAL, ENGINEERING SERVICES FOR STREETSCAPE, AND UTILITY IMPROVEMENTS, WITH REGARD TO THE COMPLETION OF FINAL DESIGN/ENGINEERING PLANS FOR A MODIFIED ROADWAY PROJECT RESURFACING, REPAVING AND RESTORATION (RRR) ON SR A1A1COLLlNS AVENUE FROM 5TH TO 15TH STREET RFQ 54-00/01 Issue: Whether to authorize the administration to enter into negotiations and Award a Contract to EAC Consulting Inc. Item Summary/Recommendation: By mutual agreement between the City of Miami Beach ("the City") and FDOT, the City assumed the lead role in final design and implementation of the Project, in order to modify the original plans, minimize the impacts to, and better serve the needs of the Art Deco Historic District and its stakeholders. The City intends to bring the project's final design plans back to the 30% level, and incorporate the changes envisioned by the City and the community. Although the City assumed the lead role, FDOT remains the major partner and sole funder of the project via Agreements with the City Recommendation: Enter into negotiations with the Firm of EAC Consultants Inc. Advisory Board Recommendation: IN/A Financial Information: Amount to be expended: Source of FundS:O Finance Dept. General Fund Undesignated Fund Balance (to be reimbursed by FDOT JPA between City and FDOT ** $2,568,677. $2,703,157.00 * Final design, engineering, permitting (begins at 30% level) Final design's public involvement (PIP) component Contingency Funds (for public involvement only) Total Funds $134,480 ** Final design/engineering/permitting (from 30% level): PIP during design (25%) and construction (75%) phases Roadway, signing, signalization, landscaping construction Construction engineering inspection-CEI Lighting component construction Lighting construction engineering inspection (CEI) Total Design/Construction/Lighting Cost $2,568,677 .00 $96,980 $30,000 $7.500 $96,980.18 $150,000.00 $1,572,722.12 $235,908.31 $446,144.35 $66.921.65 A7J" ~-~-(a CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.cLmiami-beach.f1.us lQ TO: FROM: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission DATE: February 20, 2002 Jorge M. Gonzalez \.. ~ City Manager ()~L) A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO REQUEST FOR QUALIFICATIONS (RFQ) 54-00/01, TO PROVIDE ARCHITECTURAL, ENGINEERING SERVICES FOR STREETSCAPE, AND UTILITY IMPROVEMENTS, WITH REGARD TO THE COMPLETION OF FINAL DESIGN/ENGINEERING PLANS FOR A MODIFIED ROADWAY PROJECT RESURFACING, REPAVING AND RESTORATION (RRR) ON SR A1A1COLLlNS AVENUE FROM 5TH TO 15TH STREET; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP RANKED FIRM OF EAC CONSULTING INC.; AND IF UNSUCCESSFUL IN NEGOTIATING A CONTRACT WITH THE MOST QUALIFIED FIRM, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE SECOND MOST QUALIFIED FIRM OF MARLIN ENGINEERING, INC.; AND IF UNSUCCESSFUL IN NEGOTIATING A CONTRACT WITH THE SECOND MOST QUALIFIED FIRM, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE THIRD MOST QUALIFIED FIRM OF THE CORRADINO GROUP. ADMINISTRATION RECOMMENDATION SUBJECT: Adopt the resolution. BID AMOUNT AND FUNDING Funds from the General Fund Undesignated Fund Balance in the amount not to exceed $134,480.00, funded as part of a Joint Participation Agreement (JPA) between the City and The Florida Department of Transportation (FOOT), in the amount of $2,568,676.61, in State and Federal Funds, as approved by Resolution No. 2000-23944, dated May 24,2000. ANALYSIS For seven (7) years, the Florida Department of Transportation (FDOn had been planning a roadway reconstruction project for SR A 1A1Collins Avenue, from 5th to 15th Streets - the core of the City's Art Deco Historic District. FOOT's final design plans, at the 65% completion level, included roadway reconstruction, installation of french drains, a one-way plan for the crossing streets, and streetscaping and lighting features which were being disputed by the City and the area stakeholder RFQ 54-00/01 February 20, 2002 Page 2 of 6 (Analysis Cont) By mutual agreement between the City of Miami Beach ("the City") and FOOT, the City assumed the lead role in final design and implementation of the Project, in order to modify the original plans, minimize the impacts to, and better serve the needs of the Art Deco Historic District and its stakeholders. The City intends to bring the project's final design plans back to the 30% level, and incorporate the changes envisioned by the City and the community. Although the City assumed the lead role, FOOT remains the major partner and sole funder of the project via Agreements with the City. The City's reasoning for taking over this project was based on the following: . FOOT had scheduled a full roadway reconstruction project for Collins Avenue, from Sth to 15th Streets, to begin within fiscal year 2000-01, take approximately 14 months to complete, and coincide with its northern counterpart project, from Lincoln Road to 26th Street. . Original FOOT reconstruction plans also included only minor drainage and lighting components, and a one-way plan for the crossing streets that failed to meet the City requirements and special needs for the project. . In order to incorporate the substantial changes requested by the City, the Project's final design and engineering plans would have to be returned to the 30% completion level (from the present 65%). FOOT did not agree to revise the plans and offered, instead, to turn the Project over to the City. The benefits to the City from a transferred and modified Collins Avenue Project, from Sth to 1Sth Streets will be: 1. A Collins Avenue Project that will be planned and constructed by City specifications, but 100% funded by State and Federal sources, via the reimbursement methods. 2. The original roadway reconstruction will become a drainage/milling/resurfacing/lighting and minor landscaping Project, due to the newly-defined neighborhood collector nature of this narrow two-lane corridor, and the intensive pedestrian activity in the area. This less intensive Project, will involve manageable construction impacts and will be done quickly by a qualified contractor to be hired by the City, in the appropriate fiscal year. 3. New traffic signals will be planned and designated for the intersections of Collins Avenue at 7th Street and 13th Street, due to the presence of public parking garages and intense pedestrian activity. 4. Special lighting will be installed, in keeping with the historic district's character. S. Minimum of sixteen (16) deep wells will be included in the plans to address poor drainage conditions at critical intersections. 6. Project will incorporate the limited one-way scheme developed by the City for the crossing streets, which will a) improve traffic flow in the area by complementing the approved Ocean Drive traffic management plan: b) increase pedestrian safety; and c) help maximize on-street parking opportunities; and 7. The Project construction will be rescheduled to FY 2002-03, or as convenient to the City. ~ RFQ 54-00/01 February 20, 2002 Page 3 of 6 The entire final design/construction plan preparation process shall not exceed twelve (12) months. RFQ PROCESS: The RFQ was issued on August 2, 2001, with an opening date of August 30, 2001. A Non- Mandatory Pre-Proposal Conference was held on August 10, 2001. Fifty-two (52) notices were mailed by Demandstar by Onvia to prospective bidders, resulting in the receipt of eleven (11) bids, with ten (10) deemed responsive. EVALUATION COMMITTEE: Letter to Commission (LTC) No. 218-2001 established an Evaluation Committee, ("the Committee") of the following individuals: Erika Brigham, Collins Ave. property owner Harold Desdunes, FDOT Project Manager John DePazos, Coordinator, CIP Lilia Medina, Resident Beth Dunlop, Resident Efrin Izquierdo, Resident Joseph Johnson, Transportation/Concurrency Management (City Project Manager) Alternates: Marlo Courtney, Transportation & Parking Committee Arshad Vigar, CMB Engineering COMMITTEE MEETING: The Evaluation Committee held its initial meeting and was briefed on several aspects of the RFP requirements and the City's policies and procedures relative to the Cone of Silence Ordinance and the Government in the Sunshine Law. Efrin Izquierdo and Beth Dunlop rescinded their position, Arshad Viqar was appointed to the Committee. Joseph Johnson was selected as the Chair of the Committee. The Committee discussed and evaluated each criteria for award pursuant to the Consultants Competitive Negotiations Act (CCNA) and scored each proposal based on the following: 1 Firms Qualification and Experience 2 Project Manager's Experience 3 Previous Similar Projects 4 References Provided by Prior Project OV\ll1ers 5 Qualification and Experience of the Project Team 6 Methodology and Approach 7 Volume of Work Previously Awarded to each Firm by the Agency, with the object effecting distribution of contract among qualified firms. This does not exclude firms that have been awarded multiple contracts. 3 points 4 points 4 points 2 points 5 points 5 points 1 point RFQ 54-00101 February 20,2002 Page 4 of 6 The Committee's scores selected the top six ranked firms of Metric Engineering Inc.; EAC Consulting Inc.; The Corradino Group; Keith & Schnars P.A.; Marlin Engineering, Inc. and Kunde Specher to be invited to give oral presentations and question and answer sessions. PRESENTATIONS: . On December 18, 2001, the Committee convened and listened to 30-minute oral presentations from each of the six (6) firms. The Committee then deliberated and discussed the selection criteria with specific issues within criteria dealing with the following: . Experience working in Miami Beach with high profile project; . Proven track record of working with the residents of Miami Beach; . Working in high density urban areas particularly within the historical district; . Vision of the best movement of traffic (MOT) for construction activity in order to limit impact to businesses and residents; . Clear understanding of the issues and challenges related to the installation of new signalization along Collins Avenue; . Proven record of design projects on or under budget; . Support team and project manager experience and ownership of project; and After each criteria was evaluated the firms were scored as follows: COMMITTEE FIRM FIRM FIRM FIRM FIRM FIRM MEMBER EAC MARLIN CORRADINO METRIC KEITH & KUNDE SCHNARS SPRECHER ERIKA 96 77.5 77.5 44 68 54 BRIGHAM HAROLD 88 77 83 86 81 73 DESDUNES ARSHAD 78 86 78 83 82 68 VIGAR LILIA MEDINA 82 76 91 87 52 62 JOHN DE 70 84 69 61 82 53 PAZOS JOSEPH 96 87 86 83 74 63 JOHNSON TOTALS 510 487.5 484.5 444 439 373 RFQ 54-00/01 February 20, 2002 Page 5 of 6 The Committee ranked results were as follows: Top ranked firm: Second ranked firm: Third ranked firm: EAC Consulting Inc. Marlin Engineering, Inc. The Corradino Group On December 21, 2001 all firms that submitted their qualification packages were advised of the aforementioned results. The City Manager, in reviewing all of the material and documentation and being fully briefed by staff, has determined that EAC Consulting, Inc. is the most qualified firm for the completion and final design/engineering plans for the modified roadway project (RRR) on SR AlA/Collins Avenue from 5th to 15th Street. The City Manager's decision is based on the following: FIRM'S EXPERIENCE EAC was founded September 6th, 1994 (exactly 7 years to the date of this proposal submittal). EAC's founder, Mr. Rick Crooks P.E., is the proposed project manager for this project. Since its beginning EAC has provided consulting engineering services for infrastructure improvement projects as well as land, residential and commercial development projects. Their ability to successfully satisfy the needs of their clients has allowed them to secure a strong client base with repeat business, maintain an impressive growth rate, and develop into a multi-service organization providing services to a wide range of clients. EAC's services presently include: . Transportation / Highway Engineering . Civil Engineering . Structural Engineering . Construction Management/Inspection EAC presently provides services (directly or indirectly) to both public and private clients. Some of their clients include: Florida Department of Transportation (FOOT), Dade County, Broward County, Palm Beach County, City of Coral Gables and the City of North Miami Beach. EAC is familiar with FOOT's design and plans preparation requirements; particularly as it applies to "3R" type projects. EAC understands the manner in which this project must be managed in order to achieve consensus with the public, while implementing engineering solutions that satisfy the needs of the project. EAC's project manager Rick Crooks is familiar with the engineering requirements of this type of project. He is uniquely qualified for this project as he has the proven ability to build consensus on his projects, and has past experience with projects on Miami Beach. These include: o Venetian Causeway - Mr. Crooks was the project manager for the preparation of a Section 4(f) federal document which included a Memorandum of agreement which outlined the approved improvements. He went on to provide the design and plans preparation for eight of the historic bridges and the corresponding approach roadways and associated ornamental lighting along the causeway. RFQ 54-00101 February 20, 2002 Page 6 of 6 o Meridian Ave. Improvements - Mr. Crooks was the project manager for this important project in the City of Miami Beach. The project replaced the bridge and improved the roadwaJ adjacent to the Holocaust Memorial. o NW 41 Street Improvements - Mr. Crooks provided the bridge design services for this project. These bridges were a centerpiece of the project and required extensive coordination with the Steering Committee for the project, the City of Miami Beach, and the FOOT. PROJECT MANAGER'S EXPERIENCE Mr. Crooks has over six years of engineering experience. His proven skills as a project manager, his diverse engineering experience, and his public involvement skills, makes him well suited for the management of this project. CONCLUSION The Mayor and City Commission should adopt the attached Resolution authorizing the administration to negotiate a contract with the most qualified firm of EAC Consulting Inc., based on the following extensive experience and qualifications: . Experience working in Miami Beach with high profile project; . Proven track record of working with the residents of Miami Beach; . Working in high density urban areas particularly within the historical district; . Vision of the best movement of traffic (MOT) for construction activity in order to limit impact to businesses and residents; . Clear understanding of the issues and challenges related to the installation of new signalization along Collins Avenue; . Proven record of design projects on or under budget; . Support team and project manager experience and ownership of project; and JMG:BM:~L c F:\PURC\$ALL\MICHELLE\RFQRFQ 54\COMM.MEMO.54000-01.DOC