Loading...
2002-25047 Reso Incomplete RESOLUTION NO. 2002-25047 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ISSUE A REQUEST FOR QUALIFICATIONS (RFQ) FOR PLANNING, DESIGN, AND CONSTRUCTION ADMINISTRATION SERVICES NEEDED TO COMPLETE THE SOUTH POINTE PARK IMPROVEMENT PROJECT WITH FUNDING PROVIDED BY THE SERIES 2000 GENERAL OBLIGATION BOND, SOUTH POINTE RDA FUNDING, AND THE 1995 PARKS BOND, WHEREAS, on July 16, 1997, the Mayor and City Commission approved a Resolution authorizing the City to enter into an agreement with Bermello and Ajamil, Inc. (B&A) for the provision of professional AlE services related to the design and construction of improvements to Group "A" Parks (North Shore Park, North Shore Open Space Park, Pine Tree Park, the Parks Maintenance Facility, Lummus Park, and South Pointe Park); and WHEREAS, while the original timeline for the construction of improvements to Group A Parks called for completion in December 1999, extensive delays have been encountered as a result of the addition of G.O. Bond and other funding which dramatically expanded the scopes of the projects as well as a result of changes in community input over time which have necessitated significant design changes; and WHEREAS, regarding South Pointe Park, B&A has completed a substantial planning effort but has not begun the design and construction document phase; and WHEREAS, at this time, City staff and B&A have mutually agreed to terminate the firm's services in regard to South Pointe Park; and WHEREAS, once B&A's services for South Pointe Park have been terminated, there is a need to issue a Request for Qualifications for Professional Services including architecture, landscape architecture, engineering, and construction administration services to complete the planning, design, and construction administration of South Pointe Park improvements; and WHEREAS, the evaluation and selection of the most qualified architectural and engineering firm will be conducted pursuant to Section 287,055, Florida Statutes, known as the Consultants' Competitive Negotiation Act (CCNA); 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 approve and authorize the Administration to issue a Request for Qualifications (RFQ) for planning, design, and construction administration services needed to complete the South Pointe Park Improvement Project with funding provided by the Series 2000 General Obligation Bond, South Pointe RDA funding, and the 1995 Parks Bond. PASSED and ADOPTED this 13th day of November ,2002, ATTEST: /Lk. r ~dw, CITY CLERK JMG/RCMfTH/DPS T:\AGENDA\2002\NOV1302\REGULAR\sparkcomreso.doc Mf .-..mAlTO PORM a LANGUAGE a fOR EXICUTION o~ ... ~k ~ CllY OF MIAMI BEACH CONMISSION ITEM SUMMARY ~ Condensed Title: A resolution authorizing the Administration to issue an RFQ for design and construction administration services necessary to complete the design of South Pointe Park improvements funded through the G.O. Bond, Parks Imorovements Bond, and South Pointe RDA. Issue: Should the City issue a Request for Qualifications for professional services needed to complete the planning, design, and construction of improvements $0 South Pointe Park? Item Summa IRecommendation: On July 16, 1997, the Mayor and City Commission approved a Resolution authorizing the City to enter into an agreement with Bermello &Ajami! for the provision of professional services related to improvements to Group "A" Parks (North Shore Park, North Shore Open Space Park, Pine Tree Park, the Parks Maintenance Facility, Lummus Park, and South Pointe Park.) Because of the extraordinary number of and complexity of changes to the budgets and designs for these parks since 1997, progress on several parks, including South Pointe Park has been minimal. As part of a larger Commission action to streamline these projects and expedite their completion, the City and Bermello and Ajamil have agreed to terminate the firm's services with regard to South Pointe Park. Preliminary planning has been undertaken for South Pointe Park improvements but the City needs to contract with a consultant to complete the planning and design of the Park and provide construction administration services for the completion of the im rovements. The Administration recommends a roval of the Resolution. Advisory Board Recommendation: I NA Financiallnfonnation: Source of Amount Account Approved Funds: 1 D 2 3 4 Finance Dept. Total City Clerk's Office Legislative Tracking: I Donald P. Shockey Si City Manager AGENDA ITEM DATE C7B /1-/3-02- CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.ci.miaml-beach.fl.us COMMISSION MEMORANDUM From: Mayor David Dermer and Date: November 13, 2002 Members of the City Commission Jorge M. Gonzalez \., ~ City Manager 0 pv" () A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ISSUE A REQUEST FOR QUALIFICATIONS (RFQ) FOR PLANNING, DESIGN, AND CONSTRUCTION ADMINISTRATION SERVICES NEEDED TO COMPLETE THE SOUTH POINTE PARK IMPROVEMENT PROJECT WITH FUNDING PROVIDED BY THE SERIES 2000 GENERAL OBLIGATION BOND, SOUTH POINTE RDA FUNDING, AND THE 1995 PARKS BOND, To: Subject: ADMINISTRATIVE RECOMMENDATION: Adopt the Resolution, ANALYSIS: On November 8, 1994, the citizens of the City of Miami Beach approved the issuance of $15 million in general obligation bonds for park improvements (Parks Bond). Bermello, Ajamil and Partners, Inc. (B&A) prepared a Master Plan that addressed the needs of twenty (20) parks of various sizes, and improvements for the Boardwalk and bikeways. The Mayor and City Commission adopted the Master Plan on June 19, 1996. On July 16, 1997, the Mayor and City Commission approved a Resolution authorizing the City to enter into an agreement with B&A for the provision of professional services related to the Group "A" Parks (North Shore Park, North Shore Open Space Park, Pine Tree Park, the Parks Maintenance Facility, Lummus Park, and South Pointe Park). The original timeline for the 6 parks under B&A's professional services agreement was to have completion of construction in December 1999. Extensive delays beyond this date have been generated primarily by the identification of additional funding, most significantly the passage of the General Obligation Bond of 1999, which expanded the scopes of the projects. In addition, changing community requests have resulted in major and repeated design changes. To date, the first phase of North Shore Open Space Park, Pinetree Park and the first phase of Lummus Park have been completed. Regarding South Pointe Park, B&A has completed substantial planning efforts but work on design and construction documents has not begun. At this time, City staff and B&A have agreed to terminate the firm's services in regard to South Pointe Park. This action is being undertaken through a separate Commission resolution which also provides a detailed Commission Memorandum South Pointe Park Page 2 history of all the actions that have affected the work on this design contract and addresses substantial additional changes to the B&A contract. Once B&A's services have been terminated for South Pointe Park, there is a need to issue a Request for Qualifications for Professional Services including architecture, landscape architecture, engineering, and construction administration services to complete the planning, construction design, and construction of improvements to South Pointe Park. Approximately $5.2 million is allocated for the project. A draft Scope of Services for the project is attached (Attachment A), as is a Qualifications Statement, (Attachment B), and a summary of park improvements contemplated in the original Parks Bond Master Plan (Attachment C). The evaluation and selection of the most qualified architectural and engineering firm will be conducted pursuant to Section 287.055, Florida Statutes, known as the Consultants' Competitive Negotiation Act (CCNA). Criteria for Evaluation are listed in Attachment D, South Pointe Park Community Design Workshops were held on May 17th and July 25th 2000 and extensive community input was received. In general, this input indicated that any reduction of green space for additional parking was adamantly opposed and that residents envisioned a fairly tranquil and passive use of the park. Once a new design firm is selected to complete this process, two final planning meetings will be held to revalidate previous input and gather new community input. A concept plan will then be adopted by the City Commission to serve as the basis for the construction drawings, In this manner, progress in actually finalizing the plans for and building the improvements can be more strictly controlled. The construction document phase will then proceed, and once finalized, the improvements will be put out to bid and constructed, T:\AGENDA\2002\NOV1302\REGULAR\sppar1<memo.doc ATTACHMENT A SECTION n - SCOPE OF SERVICES REQUEST FOR QUALIFICATIONS - DESIGN FIRM SCOPE OF SERVICES: Design criteria shall be based as deemed appropriate during the planning process on Bermello, Ajamil & Partners' "City of Miami Beach Parks Master Plan" (portion on South Pointe Park), and on Design Options A, B, and C prepared by Bermello and Ajamil. Original planning and design analysis must also be undertaken by the chosen consultant, taking into account concepts in the Master Plan and input from City staff and community residents. The general design intent of the project is to create a premiere passive park that takes full advantage of the Park's spectacular urban and maritime vistas which result from its location at the waterfront gateway to the City. Improvements shall potentially include, but not be limited to, the following: . Conveyance of the history of the park and immediate area through design elements and interpretive techniques. . Evaluation of existing overhead and underground utilities (electrical, telephone, plumbing, etc.) and provide recommendations to upgrade, repair or replace. . Replace the existing irrigation system in its entirety. New system must be compatible with the City's system-wide irrinet control systems, The new system shall produce a single, unified irrigation system for the entire park, providing 100% coverage in all areas to receive irrigation. . Provide an area for pedestrian arrival and vehicular drop off. . Evaluate existing lighting requirements throughout the park and provide recommendations to improve lighting for security and general outdoor lighting along walkways. . Create shaded seating areas scattered throughout the park for reading and other passive uses in the park. . Provide new turf, trees and landscaping and removal of existing invasive species. . Provide new sign age and site furnishings throughout the park. . Evaluate existing walkways for repair, improvement and/or replacement. Provide for development ofBaywalk section within the park, . Enhance neighborhood linkages to and through the park . Construction of miscellaneous support buildings, such as restrooms, shade pavilions, etc. identified in the Park Master Plan as determined to be appropriate during the planning process. ATTACHMENT B SECTION III - OUALIFICATIONS STATEMENT FORMAT Submittals must contain the following documents, each fully completed, and signed as required. Submittals which do not include all required documentation, are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed non-responsive. Non-responsive submittals will receive no further consideration. A, CONTENTS OF QUALIFICATIONS STATEMENT 1. Table of Contents The Table of contents should outline in sequential order the major areas of the submittal, including enclosures. Each submittal must contain the Firm's general overall experience as described in paragraph B entitled, Minimum Requirements/Qualifications. All pages must be consecutively numbered and correspond to the table of contents. 2, Technical Proposal Provide a narrative, which addresses the scope of work, the proposed approach to the work, and any other information called for by the RFQ. 3. Price Proposal None is required at this time. Fees are to be negotiated with the top-ranked team(s), Note that it is the City's intent to enter into an Agreement based on a Not-to-Exceed fee basis. 4, Oualifications The minimum qualification requirements for this RFQ are described in Section III-B. Respondents must provide documentation which demonstrates their ability to satisfy all of the minimum qualification requirements. Submittals which do not contain such documentation, may be deemed non-responsive. 5, Documents to be completed and returned to the Citv (Acknowledeement of Addenda and Respondent Information Forms) Section VI, 6, Anv other document required bv this RFO. such as a Ouestionnaire or Response Guarantee, B, MINIMUM REQUIREMENTS / QUALIFICATIONS 1. Design Team must have prior experience with Urban Parks projects including both buildings and site improvements valued at a minimum construction cost of$2,000,000. Design Team must provide at least 3 representative projects demonstrating this experience completed within the past 10 years. 2. Design Team must include a registered Landscape Architect licensed in the state of Florida either In-House or as a consulting team member. ATTACHMENT C I I I I I I I I I I I I I I , t l ...!.. . -."; m - South Pointe Park, a 17 acre regional park at the southern most point of the island, is one of Miami Beach's most scenic parks and one that has received a great deal of attention from the "South Pointe Park Charrette" held in 1995. facilitated by the urban' planning firm of Duany, Plater-Zyberk. Echoing many goals set forth by the Charrette, the Master Plan seeks to unlock the beauty of the park, by allowing views, circulation and a public presence to occur in the East-West axis of the Park. The Master Plan opens up the Western edge of the Park to face onto the future plaza at the terminus of Washington Avenue. On the Eastern edge, both the large artificial dune and the boardwalk will be removed By opening the East-West axis through the Park, a more scenic and inViting Park will be create, providing a sweeping view from Washington Avenue Plaza through the Park to Ocean Plaza and the Atlantic beyond. . South Pointe Park is the passive park of South Beach and the waterfront gateway to the city, offering panoramic vistas of the Atlantic Ocean and the Miami skyline, The pedestrian promenade, paralleling Government on the Southern edge of the park, will be defined with stately .palms, forming a grand ocean entrance to the City. The promenade will wrap around the tip of Miami Beach, connecting the Park to the Miami Beach Marina via the future Bay Walk. The Northern edge of South Pointe Park, formed by large scale condominium development, will be buffered by plantings and, where appropriate, will allow direct access from the condominiums into the Park. in an effort to activate this park edge. '. The passive nature of the Park, as set forth in the Charrette, will be enhanced in the Master Plan to include large areas of green lawn with canopy trees and shade pavilions for picnicking and, for added green space, the stables and amphitheater/storage building will be removed. To support .the anticipated increase in Park attendance, the Master Plan incorporates a park managers office, a moderate increase in parking, a new tot lot, and new restroom buildings_ The existing coastal dune community. currently disturbed by the boardwalk, will be reconstructed to tie into the hardy dunes located just North of the Park, creating one cohesive dune system. W I- Z o 0- J: I- ~ o en lIB I I I , I , I I , I I I , I ..- In . . *SONDFUND SUDGET;. $1,004;740,00 ... ... ... ... ,-'.' . .. . .. .... .............{./=BondFunded 'ltemsrq q MASTER PLAN ELEMENTS Buildings ./ Redesign & Renovate Park, incl., Entrance, Traffic Flow, Exist. Buildings, Ughting (partial) ./ New Restroom Building New Restroom Bldg. wi Park Office Fishing Pier Renovations New Shade Pavilions New Maintenance Building Redesign & Renovate Park (full) ....n.._......................... ................................................................................................ Pedestrian Paving Gov'nt Cut Promenade Paving Ocean Plaza .......-.-.................- ...........-.......................-............--...........-......................... Site Lighting Replace Site Lighting .....-......---........-.... ...........--...............................................................n_.......... Playgrounds ./ New Playground Equipment ./ Accessible Playground Surfacing ....-......-.-..-......... ............-..-......................-......-.....--..-..-....--.......... SignagelFurn ./ Signage ./ Park Furnishings (partial) Park Furnishings (full) .....................-...... ...................-..............................................................-...........-... Landscape ./ Landscaping (partial) Landscape (full) .-..-.-.-....-. ..................-............-.............--..........-................-. Irrigation ./ Irrigation (partial) Irrigation (full) $ 900,658.80 $ 1,004,740.00 $104,081,20 ................._....~,._~.._... ..........--....-...........................-.......-............................. 'g~rl<ihg!oiJjl Additional Parking Areas /MASiERPLAN.i ...........SONliJ:::iiN6% .......... .... ... .... .............. ...... ........ ............ .--.---.-.-........ Notes: All costs Include 10% for mobilization and general conditions and 10% for unforeseen cond~ions. w ... Z o c.. ~ ::l o CIJ "The Bond Fund Budget has been adjusted to reflect Bond processing fees, Master Plan fees and AlE fees for design and construction. A bUdget for accessible playground surfacing has been added to each park, where applicable. SPOl'lo02.WPF ~ .. I I I I I I I I I ~ I I I I I F' ,. ~I:'" 1t:/ '. 5AY WALK WA5I-lIt>k>TON 5T !<EHOY!; '&TABLE5'/OB&ERVATION TOlLeR A"1P""li....EATEfelMAINTENANCE elJILDIN::; AND RE&TROOMS &IolAD &>-IELTER LAIlN WIT~ 5I-lAOE TR:E5 HEW RE&TROCM NEW MArNiENANCE ~ILDING EXJ5TIt>k> !<E&T AURANT ._.cc:.oAefAL CG'NflI;tOL, LfE '-'- -- HEW &TROOM AND PARK OF!'IC" OPEN LAU.lo4 REl'1O\o1! E.ART~ MOU>OIPILOT'& ~&TROOMIOB&ERVATION TaLER < &wADE _-1. TERS . " I eEAO< ATLANTIC OCEAN AOOfTICtUl. YI . '5IGNAGE < 51TE FlR'llTURE ,llECUItlTY LIG>mN:i 'rRRIGAnON T~ ,:MASTER PLAN I^...~ OF ........ 8EACH MASTER PLANNING FOR PARKS. RECREATION 80ND PROGRAM SrYES ~EB ~~O~~.= m - - ~ o D. i= :::l o CO lmD' I I I I I I I I I I 1 . BAy WALK XTENSION (By OTHERS) REMOVE 'ST A!3LES' EXISTINc:> SERvATlON TOll.l:R LAllN WITI-l 51-lADE TREES REMOYE AMF'I-lITI-lEATER EXISTINc:> MAINTENANCE BUILDlt.l:;o EX/STlt.l:;o RESTAURANT EX1STlNC; F'ARKlNC; OF'EN L.AUN EXISTINao TREES GOVERMENT CUT F'ROMENADE ._<:~TA.L CC1i'TPaL LIE .----- NEW RE TROOM AN F'ARK OF!'ICE NEW F'LAY EQU/f'l"eNT ACCE551BLE 5URFACINc:> OF'EN LAllN EXISTJN5 oeSERVATION TOUER REMovE EARTI-l Mo..o.olPlLOTS I-lOUSEIRESTROOMIoe5ERvATICN TOlLEfiil: , SHADe: Sf..lE!..TERS L.AUN WITI-l 5I-IADE XISTINao F'IER BEACI-l ATLANTIC OCEAN ADDITIc:>NAlL y, . &IGNAGE C &ITE .F1.1ii:N11'l.IR5 -IRRIGATION T~ BOND PLAN ~ffi ""RMEU.O~'l:" & '''1_'' . CURT. . DUIIiII ~. CITy OF MIAMI lEACH ....STER PLANNING FOR P"RKS & HECRE.. TION BONO PROGR.... SITES m - w ~ (5 0.. ~I ;:), 0' UJI I i ATTACHMENT D SECTION IV - EV ALUATION/SELECTION PROCESS: CRITERIA FOR EVALUATION The procedure for response evaluation and selection is as follows: 1. Request for Qualifications issued. 2. Receipt of responses. 3. Opening and listing of all responses received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each response in accordance with the requirements of this RFQ. If further information is desired, respondents may be requested to make additional written submissions or oral presentations to the Evaluation Committee. 5. The Evaluation Committee will recommend to the City Manager the response or responses, acceptance of which the Evaluation Committee deems to be in the best interest of the City. THE EVALUATION COMMITIEE SHALL BASE ITS RECOMMENDATIONS ON THE FOLLOWING FACTORS (As per Stature 287.055 CCNA): . Ability of Professional Personnel- 20 points . Firm's Past Performance on similar projects - 30 points . 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 6. The City may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations. 7. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission the response or responses, acceptance of which the City Manager deems to be in the best interest ofthe City. 8. The City Commission shall consider the City Manager's recommendation(s) in light of the recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve the recommendation(s) and select another response or responses. In any case, City Commission shall select the response or responses, acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject all proposals. 9. Negotiations between the selected respondent and the City Manager will take place to arrive at a contract. If the City Commission has so directed, the City Manager may proceed to negotiate a contract with a respondent other than the top-ranked respondent if the negotiations with the top-ranked respondent fail to produce a mutually acceptable contract within a reasonable period of time. 10. A proposed contract or contracts are presented to the City Commission for approval, modification and approval, or rejection. / 11. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and the City Clerk will sign the contract(s) after the selected respondent(s) has (or have) done so. Imoortant Note: By submitting a response, all respondents shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties, Page I of I Williams, Mercedia From: Wiliams, Mercedia Sent: Thursday, November 21, 2002 03:54 PM To: Shockey, Donald Cc: Hatfield, Liliam Subject: Resolution No. 2002-25047 Donald, Please note that Resolution No. 2002-25047, (C-7-B) was adopted at the November 13, 2002 Commission Meeting, but no original resolution was received nor was a copy included in the agenda packet. Please draft and forward to the City Attorneys office for Legal Form Approval and have them forward to me for execution by the Mayor and City Clerk. C7B A Resolution Authorizing The Administration To Issue A Request For Qualifications (RFQ) For Planning, Design, And Construction Administration Services Needed To Complete The South Pointe Park Improvement Project With Funding Provided By The Series 2000 General Obligation Bond, South Pointe RDA Funding, And The 1995 Parks Bond. (Capital Improvement Projects) ACTION: Resolution No, 2002-25047 adopted, Gus Lopez and Tim Hemstreet to handle. Thanks. 11/21/2002