Loading...
2002-25044 Reso RESOLUTION NO, 2002-25044 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF QUALIFICATIONS RECEIVED PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO, 35..Q1/02 FOR PROFESSIONAL ENGINEERING SERVICES FOR CITYWIDE SANITARY SEWER SYSTEM IMPROVEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF CAMP DRESSER AND MC KEE; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE TOP-RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND-RANKED FIRM OF POST, BUCKLEY, SCHUH AND JERNIGAN, INC,; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE SECOND-RANKED FIRM, FURTHER AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE THIRD-RANKED FIRM OF METCALF AND EDDY, WHEREAS, on December 19, 2001, the City awarded Bid No. 35-00/01 to Azurix North America Underground Infrastructure, Inc, for the Rehabilitation of Sanitary Sewers; and WHEREAS, Request for Qualifications (RFQ) No. 35-01/02 for Professional Engineering Services for Citywide Sanitary Sewer System Improvement Project, was issued on May 3,2002, with an opening date of June 14, 2002; and WHEREAS, on April 18, 2002 the Administration authorized the issuance of a Request for Qualifications from Professional Engineering firms; and WHEREAS, this RFQ selection will secure a Consultant to provide the professional engineering services required for the Rehabilitation of Sanitary Sewers since the City's design consultant for the Project, who was also tasked with the Construction Administration of the Project, was removed from the Project; and WHEREAS, the scope of services to be provided to the City through this RFQ would be the following: construction inspection; project management; project coordination and construction observation/contract administration; project scheduling and timeline preparation; and WHEREAS, ten (10) firm submitted proposals in response to the RFQ: . Avart, Inc. . Camp Dresser and Mc Kee (COM) . Craig A. Smith and Associates, Inc. . Earth Tech Consulting, Inc. . Hazen and Sawyer . Marlin Engineering . Milian, Swain & Associates, Inc. . Metcalf and Eddy . Post, Buckley, Schuh and Jernigan, Inc. . Schwebke-Shiskin & Associates, Inc,; and WHEREAS, an Evaluation Committee was appointed by the City Manager consisting of the following individuals: . Ruth Antebi, Public Works Department . Nathan Pope, Public Works Department . Jim Schlobolm, Homeowner, Middle Beach . Miguel Santibanez, Homeowner, Middle Beach . John DePazos, CIP Office . Leonardo Francis, Public Works Department (Alternate) . Homero Dominguez, Homeowner, Middle Beach (Alternate); and WHEREAS, the Evaluation Committee convened on September 4, 2002 and shortlisted six (6) firms out of the ten (10) firms who submitted proposals to provide presentations at a later date; and WHEREAS, on September 19, 2002, the Committee convened and listened to a 15 minute presentation, and conducted question and answer sessions with each firm, and afterwards ranked the firms as follows: . First: Camp Dresser and Mc Kee (CDM) . Second: Post, Buckley, Schuh and Jernigan, Inc. . Third: Metcalf and Eddy; and WHEREAS, the City Manager has reviewed the Evaluation Committee's recommendation, and herein recommends that the Mayor and City Commission enter into negotiations with the first-ranked firm of Camp Dresser and Mc Kee (CDM); and if unsuccessful, negotiate with the second-ranked firm of Post, Buckley, Schuh and Jemigan; Inc, and if unsuccessful, negotiate with the third-ranked firm of Metcalf and Eddy. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission herein accept the recommendation of the City Manager pertaining to the qualifications received pursuant to Request for Qualifications (RFQ) No. 35-01/02 for Professional Engineering Services for Citywide Sanitary Sewer System Improvement Projects; authorizing the Administration to enter into negotiations with the top -ranked firm of Camp Dresser and Mc Kee (CDM); and should the Administration not be able to negotiate an Agreement with the top-ranked firm, authorizing the Administration to negotiate with the second-ranked firm of Post, Buckley, Schuh and Jernigan, Inc.; and, should the Administration not be able to negotiate an Agreement with the second-ranked firm, further authorizing the Administration to negotiate with the third-ranked firm of Metcalf and Eddy. PASSED and ADOPTED this 23rd d y 0 ,2002. A~e~ CITY CLERK APPAOVED AS TO FORM & LANGUAGE & FOR EXECUTION T:\AGENDA\2002\OCT2302\CONSENT\RFQ35SanilarySewersReso.doc ~2- \ O.;J;-dJ- CllY OF MIAMI BEACH CONMISSION ITEM SUMMARY m ... Issue: I Whether to approve the City Manager's recommendation relative to the ran kings of firms? Item Summa IRecommendation: On April 18, 2002, the Administration authorized the issuance of a Request for Qualifications from Professional Engineering firms. The scope of service to be provided to the City through this RFQ would be the following: construction inspection, project management, project coordination and construction observation/contract administration, project scheduling and timeline preparation for various sanitary sewer improvement projects, as assigned, commencing with the Infiltration and Inflow Reduction Improvements (Rehabilitation of Sanitary Sewers Project). An Evaluation Committee selected by the City Manager convened on September 4,2002 and shortlisted 6 firms out of the ten (10) firms who submitted proposals to provide presentations at a later date. Procurement staff coordinated and scheduled presentations for September 19, 2002. The Committee convened on September 19, 2002 and was provided with presentations by all six (6) short-listed firms. During deliberations, the Committee members discussed their individual ranking of the six (6) firms and arrived at the following Committee ranking: . First: Camp Dresser and Mc Kee (CDM) . Second: Post, Buckley, Schuh and Jemigan, Inc. . Third: Metcalf and Eddy The firm of Camp Dresser and Mc Kee (CDM)was deemed to be the first ranked firm based on the experience and qualifications of their team. otiations. Advisory Board Recommendation: I Financiallnfonnation: Source of Amount Account Approved Funds: 1 D 2 3 4 Finance Dept. Total City Clerk's Office Legislative Tracking: I Gus Lopez Si n-Ofts: Department Director Assistant City Manager City Manager GL TH RCM T:\AGENDAI2002\OCT2302\CONSENTlRF035SanitarySewersSummary.doc AGENDA ITEM DATE P7H !o- ;).3-<J2- CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.cLmiami-beach.f1.us To: From: Subject: COMMISSION MEMORANDUM Mayor David Dermer and Date: October 23, 2002 Members of the City Commission Jorge M. Gonzalez J'~ City Manager rr 0 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF QUALIFICATIONS RECEIVED PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO, 35-01/02, FOR PROFESSIONAL ENGINEERING SERVICES FOR CITYWIDE SANITARY SEWER SYSTEM IMPROVEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF CAMP DRESSER AND MC KEE., AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE TOP-RANKED FIRM; AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND-RANKED FIRM OF POST, BUCKLEY, SCHUH AND JERNIGAN, INC., AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE SECOND-RANKED FIRM; FURTHER AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE THIRD-RANKED FIRM OF METCALF AND EDDY. ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANALYSIS On December 19, 2001, the City of Miami Beach awarded Bid No. 35-00/01 to Azurix North America Underground Infrastructure, Inc. for the Rehabilitation of Sanitary Sewers. Subsequently, the City's design consultant for the project, who was also tasked with the Construction Administration of the Project, was removed from the project. This RFQ selection will secure a Consultant to provide the professional engineering services required for the Rehabilitation of Sanitary Sewers. Additionally, the City's Capital Improvements Program includes several other projects related to the upgrade and rehabilitation of the sanitary sewer system. On April 18, 2002, the Administration authorized the issuance of a Request for Qualifications from Professional Engineering firms. The scope of service to be provided to the City through this RFQ would be the following: construction inspection, project management, project coordination and construction observation/contract administration, project scheduling and timeline preparation. Commission Memo RFQ 35-01/02 - PROFESSIONAL ENGINEERING SERVICES FOR CITYWIDE SANITARY SEWER SYSTEM IMPROVEMENT PROJECTS October 23, 2002 Page 2 of 6 Additionally, the City's Capital Improvements Program includes several other projects related to the upgrade and rehabilitation of the sanitary sewer system. The work for this project will encompass the following: Phase 1 Infiltration and Inflow Reduction Improvements This project has been in progress for several years and includes the design and renovation of the sanitary sewers in the City. It has been developed and implemented in numerous phases, including, but not limited to: . Program Development . Basin Prioritization . Investigation (utilizing flow metering, smoke testing, TV inspections, and other measures, as requi~ed.) . Design (repairs, replacements, and other improvements determined to be required during the investigation phases) . Implementation The City has completed the Program Development, Basin Prioritization, Investigation and Design Phases and has completed the rehabilitation of a major portion of the City's sanitary sewer collection system. The City is prepared to proceed with a contract for the rehabilitation of sanitary sewers by the resin impregnated felt/cured in-place pipe lining, joint grouting, spot repair methods and manhole rehabilitation, which includes the following: 1. Point Repairs (Excavated or Sectional Liners) 2. Complete Replacement 3. Chemical Grouting (with or without root removal) 4. Cured-in place Lining 5. Manhole Rehabilitation . Cementitious Manhole Wall and Base Liners . Replacement of Cast Iron Manhole Frames and Covers Phase II Additional to the above services the following tasks are associated with the continuation of the city's sanitary sewer rehabilitation program: Task 1 - Rehabilitation Program Management Task 2 - Office Engineering Services Task 3 - Resident Project Representation Task 4 - Final Documents Reports Task 5 - Additional Design and Inspection Services Commission Memo RFQ 35-01/02 - PROFESSIONAL ENGINEERING SERVICES FOR CITYWIDE SANITARY SEWER SYSTEM IMPROVEMENT PROJECTS October 23, 2002 Page 3 of6 RFQ No. 35-01/02 was issued on May 3,2002 with an opening date of June 14, 2002. A pre-proposal conference to provide information to firms considering submitting a response was held on May 14, 2002. DemandStar by Onvia issued bid notices to one-thousand-six- hundred-eighty-four (1,684) prospective proposers, resulting in fifty-four (54) proposers requesting RFQ packages, which resulted in the receipt of ten (10) proposals, by the following firms: . Avart, Inc. . Camp Dresser and Mc Kee (COM) . Craig A. Smith and Associates, Inc. . Earth Tech Consulting, Inc. . Hazen and Sawyer . Marlin Engineering . Milian, Swain & Associates, Inc. . Metcalf and Eddy . Post, Buckley, Schuh and Jernigan, Inc. . Schwebke-Shiskin & Associates, Inc. On August 5, 2002 the City Manager via Letter to Commission (LTC) No. 188-2002, appointed an Evaluation Committee ("the Committee") consisting of the following individuals: . Ruth Antebi, Public Works Department . Nathan Pope, Public Works Department . Jim Schlobolm, Homeowner, Middle Beach . Miguel Santibanez, Homeowner, Middle Beach . John DePazos, CIP Office . Leonardo Francis, Public Works Department (Alternate) . Homero Dominguez, Homeowner, Middle Beach (Alternate) On September 4, 2002, the Committee convened, in attendance this day was Nathan Pope, Homero Dominguez, Jim Schlobolm, Leonardo Francis and Miguel Santibanez. Ruth Antebi, Committee Chair and John DePazos were unable to be at the meeting. The Committee was provided with the project overview and background information by Mr. Leonardo Francis from the Public Works Department. Additionally, the Committee reviewed references and Dun and Bradstreet reports secured by the Procurement staff. Furthermore, they discussed the following RFQ evaluation criteria for the selection of Architectural and Engineering firms which is governed by Section 287.055, Florida Statutes, known as the Consultants' Competitive Negotiation Act (CCNA). The following are the CCNA RFQ Evaluation Criteria factors used to evaluate and rank the respondents: . Ability of Professional Personnel - 30 Points . Past Performance - 20 Points Commission Memo RFQ 35-01/02 - PROFESSIONAL ENGINEERING SERVICES FOR CITYWIDE SANITARY SEWER SYSTEM IMPROVEMENT PROJECTS October 23, 2002 Page 4 of 6 . Ability to meet time and budget requirements - 20 Points . Location - 10 Points . Recent, current, and projected workloads of the firms - 10 Points . The volume of work previously awarded to each firm by the agency, with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most highly qualified firms - 10 Points Consensus at the end of the meeting was to shortlist six (6) Consultants of the 10 that submitted proposals. The following firms were shortlisted to provide a 15 minute presentation, followed by a 15 minute question and answer session: . Camp Dresser and Mc Kee (CDM) . Craig A. Smith and Associates, Inc. . Hazen and Sawyer . Marlin Engineering . Metcalf and Eddy . Post, Buckley, Schuh and Jernigan, Inc. Procurement staff coordinated and scheduled presentations for September 19,2002. The Committee convened on September 19, 2002 and was provided with presentations by all six (6) short-listed firms. One Committee member, was not present, Mr. Miguel Santibanez, Homeowner, Middle Beach but Mr. Homero Dominguez, Homeowner, Middle Beach (Alternate) took his place. During deliberations, the Committee members discussed their individual ranking ofthe six firms and arrived at the following Committee ranking: COM CRAIG HAZEN MARLIN METCALF PBS&J Ruth Antebi 91 (1) 81 (3) 67 (6) 77 (4) 74 (5) 89 (2) Nathan Pope 78(1) 68 (5) 73 (4) 42 (6) 75 (3) 76 (2) Jim Schlobolm 91 (1) 84 (4) 79 (5) 89 (3) 90 (2) 84 (4) John DePazos 63 (1) 56 (4) 60 (2) 55 (5) 58 (3) 55 (5) Homero Dominguez 83 (1) 80 (3) 77 (6) 79 (4) 78 (5) 81 (2) RANKINGS (1) (4) (5) (6) (3) (2) LEGEND: . First: Camp Dresser and Mc Kee (CDM) . Second: Post, Buckley, Schuh and Jernigan, Inc. . Third: Metcalf and Eddy Commission Memo RFQ 35-01/02 - PROFESSIONAL ENGINEERING SERVICES FOR CITYWIDE SANITARY SEWER SYSTEM IMPROVEMENT PROJECTS October 23, 2002 Page 5 of6 The firm of Camp Dresser and Mc Kee (CDM) was deemed to be the first ranked firm based on the experience and qualifications of their team. COM has extensive working knowledge of the City of Miami Beach and its programs and has worked with City staff on various Public Works and Capital Improvement Projects since 1992. COM has provided the City with good client services for this Project. CDM will offer full construction services including project management, scheduling analysis, cost control, contractor interface, quality control, construction inspection, change order evaluation, progress meetings, and project certifications to regulatory agencies. COM will commit their staff to administer the construction activities that are already familiar with the City's procedures. RELATED EXPERIENCE (Camp Dresser and Mc Kee (CDM) PROJECT MANAGER Andrew G, Lynn, PE 1 0 Years of Experience as Project Manager and Project Engineer in the areas of upgrading and rehabilitating sanitary sewer collection systems including planning, design and construction administration. Additionally he has provided the following: . Construction Management and Inspection of Sanitary Sewer Collection Systems . Rehabilitation improvements using trenchless technology . Designed and coordinated the installation of several wastewater pump stations . Provided waste water master planning for several municipalities . Municipal/Agency Involvement - Jacksonville Electric Authority - Orange Park Holly Point West Sewer Construction - St. Johns County Water and Wastewater Improvement Projects - Green Cove Springs Water Main Replacement and Loop Feed Connection As the Project Manager for Camp Dresser and Mc Kee (COM), Mr. Lynn has managed several design projects such as: Jacksonville Electric Authority San Souci East Design Evaluation. Provided project management which included evaluation of 36,000 feet of sanitary sewer rehabilitation improvements using trenchless technologies Orange Park Holly Point West Sewer, Holly Leaf, and Furma Sewer Construction, Provided project management which included construction management services overseeing the installation of gravity sewer mains, two wastewater pump stations, and replacing the potable water distribution systems. St. Johns County Water and Wastewater Improvements Projects. Provided the following services: . Oesign and Construction oversight of two wastewater pump stations and 29,500 feet of 12-inch force main. Commission Memo RFQ 35-01/02 - PROFESSIONAL ENGINEERING SERVICES FOR CITYWIDE SANITARY SEWER SYSTEM IMPROVEMENT PROJECTS October 23, 2002 Page 6 of 6 . Design of a wastewater pump station and 9 miles of 12-inch and 8-inch reclaimed water force main . Water and wastewater master planning . Design and construction oversight of 6 miles of water main and relocation and replacement of two shallow potable water wells. Green Cove Springs Water Main Replacement and Loop Feed Connection, Provided grant application, construction plans and specifications and supporting documents to secure $4 million in grant funding for 12,000 feet of 12-inch water main and 51,000 feet of 6-inch water main to replace 2-inch and smaller galvanized lines. CONCLUSION The Administration recommends that the Mayor and City Commission adopt the attached resolution which accepts the City Manager's recommendation, and authorizes the Administration to enter into negotiations with the top-ranked firm of Camp Dresser and Mc Kee (CDM), and should the Administration not be able to negotiate an agreement with the top ranked firm; authorizing the Administration to negotiate with second-ranked firm of Post Buckley Schuh and Jernigan, Inc., and should the Administration not be able to negotiate an agreement with the second-ranked firm; further authorizing the Administration to negotiate with the third-ranked firm of Metcalf and Eddy. T:\AGENDA\2002\OCT2302\CONSENT\RF035SanilarySewersCommMemo.doc