Loading...
2003-25319 ResoRESOLUTION NO. 2003-25319 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ISSUANCE OF REQUEST FOR QUALIFICATIONS (RFQ) NO. 68-02103 FOR ENGINEERING, URBAN DESIGN, AND LANDSCAPE ARCHITECTURE FOR PLANNING, DESIGN, BID AND AWARD AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE CITY CENTER RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROJECT WHEREAS, the City of Miami Beach has developed various capital improvement projects to improve the quality of life of its residents in each of the City's thirteen Neighborhoods; and WHEREAS, City Center is one of the City's thirteen Neighborhoods, which encompasses the area bounded on the East by the Atlantic Ocean, bounded on the North by Dade Boulevard and 23rd Street, bounded on the South by Lincoln Lane South from Alton Road until Washington Avenue and then bounded on the South from 16th Street to the Atlantic Ocean, and bounded on the West by Alton Road until the north side of 17th Street and then bounded on the West by the intersection of 17th Street and Dade Boulevard, as more particularly described in Exhibit "A", the City Center Right of Way (ROW) Geographic Area; and WHEREAS, the City Center ROW Infrastructure Project ("the Project") is a $16 million infrastructure project which may include, but is not limited to, the enhancement of roadways, drainage, landscaping, sidewalks and streetscapes, irrigation, water and sewer, stormwater, electrical, street lighting, street furniture, signage, as well as bicycle and pedestrian transportation routes; and WHEREAS, the scope of services for the improvements will take into consideration previously authorized and currently endorsed City of Miami Beach planning level documents including, but not limited to, studies or reports encompassing necessary stormwater and waterline upgrades, the City Center RDA Master plan, enhancements in 17m Street/Convention Center Area, Collins Park Cultural Area, Collins Canal Walk, Atlantic Corridor Alternative Transportation Plan and other qualified decisions of the City of Miami Beach Public Works, Parks and Recreation, Planning, Parking, Building, Fire and Police Departments; and WHEREAS, the purpose of issuing a Request for Qualifications is to obtain qualifications from professorial firms with the capability and experience to provide professional planning, urban design, engineering and landscape amhitecture services for the planning, design, bid and award, construction administration of the Project; and WHEREAS, the anticipated schedule for the RFQ and contract approval is as follows: RFQ to be issued: September 16, 2003; Pre-Qualification Conference: October 2, 2003; Deadline for receipt of questions: October 14, 2003; Deadline for receipt of responses: October 24, 2003; Evaluation committee meeting: Week of November 10 th 2003; Commission approval/authorization of negotiations: December 10th 2003; Contract negotiations: Week of January 5th 2004; Projected award date: Week ~f February 2nd, 2004; Projected contract start date: Week of February 23®, 2004; and WHEREAS, the City has contracted the services of Hazen and Sawyer, P.E. to function as Program Manager ("the Program Manager"), and act as the City's agent with regard to all aspects of this scope of services, including to serve as the focal point of contact with the selected firm; and WHEREAS, the City will retain contractual agreement responsibilities with the selected firm; and WHEREAS, the successful firm will be tasked with the following duties and responsibilities: Task 1--Planning Services; Task 2 Design Services; Task 3 Bid and Ward Services; Task 4--Construction Management Services; and WHEREAS, the procedure for the response and evaluation and selection are fully described in the Request for Qualifications (RFQ) No. 68-02/03; and WHEREAS, the Administration recommends the issuance of RFQ No. 68-02/03. 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 of Miami Beach, Florida authorize the issuance of a Request For Qualifications No. 68-02/03 for urban design, engineering, and landscape architecture for planning, design, bid award and construction administration services for the City Center Right Of Way Infrastructure Improvement Project. PASSED, ADOPTED AND APPROVED this 10th day of September, 2003. ATTEST: Exhibit A: CITY CENTER NEIGHBORHOOD (RFQ) NO. 68-02/03 CITY OF MIAMI BEACH COMMISSION AGENDA ITEM SUMMARY Condensed Title: A resolution of the Mayor and City Commission of the City Of Miami Beach, Florida, authorizing the issuance of Request For Qualifications #68-02/03 for Engineering, Urban Design, and Landscape Architecture for Planning, Design, Bid and Award and Construction Administration services for the City Center Right Of Way Infrastructure Improvement Project. Issue: IShall the City of Miami Beach Commission authorize the Request For Qualifications for the City Center Right Of Way Infrastructure Improvement Project? Item Summary/Recommendation: The City Center Right of Way (ROW) Improvement Project is a $16 million infrastructure project which includes the restoration and enhancement of an urban (residential and commercial) neighborhood's hardscape, including roadway, sidewalk, curb and gutter, landscape, streetscape irrigation, lighting, potable water, and storm drainage infrastructure as needed. This project will be funded through City Center Tax Increment Funds (TIF). The estimated total budget for the project is $16,069,350. The estimated construction budget for the project is $12,173,750. This includes $6,577,500 for Streetscape; $4,296,250 for Stormwater Improvements and $1,300,000 for Water Improvements. The purpose of issuing a Request for Qualifications is to obtain qualifications from professional firms with the capability and experience to provide professional engineering, planning, urban design, and landscape architecture services for planning, design, bid and award, and construction administration of urban streetscape improvements in the City Center Neighborhood in Miami Beach. After negotiations with the selected firm are successful, the ClP Office will present both a contract and a price for the requested services before the City Commission. Advisory Board Recommendation: I N/A I Financial Information: Amount to be expended: source of Funds: $ Finance Dept. ~ $ City Clerk's Office Legislative Tracking: Offic-/''z-~e(.~''~' I Stacy Lotspeich, Senior Capital Projects Planner, ClP n-Offs: 31003~reg~ AGE.DA,TE. DATE CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov COMMISSION MEMORANDUM To: From: Subject: Mayor David Dermer and Members of the City Commission Date: September 10, 2003 Jorge M. Gonzalez ,1 City Manager ~ ~ U A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ISSUANCE OF REQUEST FOR QUALIFICATIONS (RFQ) NO. 68-02103 FOR ENGINEERING, URBAN DESIGN, AND LANDSCAPE ARCHITECTURE FOR PLANNING, DESIGN, BID AND AWARD AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE CITY CENTER RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROJECT. ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANALYSIS The City Center Right of Way (ROW) Infrastructure Improvement Project is a $16 million infrastructure project which includes the restoration and enhancement of an urban (residential and commercial) neighborhood's hardscape, including roadway, sidewalk, curb and gutter, landscape, streetscape irrigation, lighting, potable water, and storm drainage infrastructure as needed. This project is funded through City Center Tax Increment Funds. The purpose of issuing a Request for Qualifications is to obtain qualifications from professional firms with the capability and experience to provide professional engineering, urban design, and landscape architecture services for planning, design, bid and award, and construction administration of urban streetscape improvements in the City Center Neighborhood in Miami Beach. The estimated budget for the project is $16,069,350. The estimated construction budget for the project is $12,173,750. This estimated construction total includes $6,577,500 for Streetscape; $4,296,250 for Stormwater Improvements; and $1,300,000 for Water Improvements as detailed below: STREETSCAPE IMPROVEMENTS $6,577,500 (construction dollars) North to South Streets Washington Avenue (16th to Dade Blvd) James Avenue (Lincoln Road to 19~h Street) Park Avenue (19th to 20th Streets) Liberty Avenue (19th to 21st Streets) City Commission Memorandum September 10, 2003 Re: RFQ #68-02/03 City Center ROW Project Page 2 of 8 Meridian Avenue (Lincoln Road to 17th Street) Jefferson Avenue (Lincoln Road to 17th Street) Michigan Avenue (Lincoln Road to 17th Street) Lenox Avenue (Lincoln Road to 17th Street) Convention Center Way (17th Street to Dade Blvd) Euclid Avenue (Lincoln Lane North to 17th Street ) Drexel Avenue (Lincoln Road to 17th Street) East to West Streets 16th Street (Washington Ave to Collins Ave ) Lincoln Road (Median Only from Washington Ave to Collins Ave) 17th Street (Washington Ave to Collins Ave) 18th Street (Washington Ave to Collins Ave) 19th Street (Washington Ave to Collins Ave) 20th Street (Washington Ave to Collins Ave) 21 st Street (Washington Ave to Collins Ave) 22nd Street (Dade Blvd to Park Ave) 23rd Street (Dade Blvd to Collins Ave) (23rd County Road) Lincoln Lane (Drexel Ave to Alton Road) 17th Street (Washington Ave to Alton Road) Lincoln Lane North (Euclid Ave to Meridian Ave) STORMWATER IMPROVEMENTS $4,296,250 (construction dollars) Priority Basin No. 23: Boundaries: Lincoln Road (South), Lummus Park (East), Collins Canal (North) and Convention Center Drive (West). WATER IMPROVEMENTS $1,300,000 (construction dollars) Replacement of Discretionary Waterlines with 8-inch diameter pipes Washington Avenue within project area 20~h Street within project area 21st Street within project area 19th Street (Meridian Ave to Jefferson Ave) . Lenox Ave (16th Street to Lincoln Lane and Lincoln Lane North to 17t~ Street) Alley b/w Lenox Ave and Alton Road (16~h Street to Lincoln Lane and Lincoln Lane North to 17th Street) Alley b/w Lenox Ave and Alton Road (17th Street to Dade Blvd) - Palm view Sub neighborhood Michigan Ave (16~h Street to Lincoln Lane) Lincoln Lane North (Pennsylvania Ave to Michigan Ave) Meridian Ave (17~ to 19"~ Streets) The budget also includes a construction contingency ($1,217,375) as well as development City Commission Memorandum September 10, 2003 Re: RFQ #68-02/03 City Center ROW Project Page 3 of 8 and soft costs ($2,678,225), which consists of Planning, Design, Bid & Award, Construction Administration, Program Management, and City Construction Management.. ESTIMATED TOTAL PROJECT BUDGET A/E/Development/Management $ 2,678,225 Construction Budget $12,173,750 Construction Contingency $ 1,217,375 ESTIMATED PROJECT TOTAL $16,069, 350 ESTIMATED CONSTRUCTION BUDGET Streetscape $ 2,678,225 Drainage $ 4,296,250 Waterlines $ 1,300,000 ESTIMATED CONSTRUCTION TOTAL $12,173,750 RFQ TIMETABLE The anticipated schedule for this RFQ and contract approval is as follows: RFQ to be issued Pre-Qualification Conference Deadline for receipt of questions Deadline for receipt of responses Evaluation committee meeting Commission approval/authorization of negotiations Contract negotiations Projected award date Projected contract start date September 16, 2003 October 2, 2003 October 14, 2003 October 24, 2003 Week of November 10th 2003 December 10th, 2003 Week of January 5th 2004 Week of February 2nd, 2004 Week of February 23rd, 2004 The selected Consultant shall perform a variety of forensic and community planning tasks that will culminate in the creation of a Basis of Design Report (BODR) for the project area. The BODR serves as the definitive Master Plan for all proposed improvements. Improvements in the BODR may include restoration and enhancement to the function and aesthetics of the following: City Commission Memorandum September 10, 2003 Re: RFQ #68-02/03 City Center ROW Project Page 4 of 8 · Upgrading the stormwater drainage collection and disposal system to meet City Stormwater Master Plan recommendations · Repair or replacement of existing water mains to meet City Water Master Plan recommendations · Street resurfacing and new pavement markings. · Swale restoration, and/or curb and gutter restoration or upgrades. · Repair, extension, or widening of sidewalks and crossing ramps to provide continuous, ADA-Title III compatible separated pedestrian ways. · Installation of new pedestrian-scale street lighting and/or upgrade of existing lighting to correct deficiencies where needed. Providing enhanced landscaping, development of additional areas for planting opportunities, and new / enhanced irrigation to support such plantings within the street right-of-way, as consistent with community and City staff preferences. · Improving of street-ends with lighting, landscaping, fencing, and/or parking, where appropriate. Physical and/or operational improvements to local streets for the purposes of beautification, traffic calming and increasing alternative transportation routes including pedestrian and non-motorized vehicles. The work effort will require that all aboveground improvements will be coordinated with existing and proposed aboveground and below underground infrastructure improvements, which may include the following tasks: Limited coordination with other entities, including but not limited to, Flodda Power and Light Company, BellSouth, Charter Communications and their vendors, for the relocation of above ground utilities to below ground locations within the ROW. This applies specifically to Special Assessment District petitions filed by residents and accepted by the City Commission. · Coordination with Private Developments that shall implement City approved Right of Way improvements The underground water, sewer and drainage infrastructure improvements are generally identified in: the City of Miami Beach Comprehensive Stormwater Management Program Master Plan, (March 1997), the City of Miami Beach Water System Master Plan, (November, 1994), and the Citywide Sanitary Sewer Infiltration and Inflow Mitigation City Commission Memorandum September 10, 2003 Re: RFQ #68-02/03 City Center ROW Project Page 5 of 8 Program, and in subsequent amendments to the plans and decisions of the City's Public Works Department. The work includes surveying and obtaining permits from all governmental agencies having jurisdiction in Miami Beach. CONSULTANT TASKS The selected Consultant will be tasked with the following duties and responsibilities: Task 1 - Planning Services Task 2 - Design Services Task 3 - Bid and Award Services Task 4 - Construction Management Services Task 5 - Additional Services Task 6 - Reimbursable Services Task 1 - Planning Services: The purpose of this Task is to establish a consensus design concept for the referenced neighborhood that meets the needs of the community and stays within established schedule and cost parameters. Note that this task will utilize and expand upon the concepts presented in existing master plans for presentation to affected residents in a series of Community Design Workshops. The selected firm will conduct a total of two Community Design Workshops. Based on the results of the Community Design Workshops, a draft Basis of Design Report shall be developed for presentation and approval by all applicable design review committees and permitting agencies. A final Basis of Design Report shall then be prepared summarizing the accepted design concept, budget level cost estimate, implementation schedule and other issues deemed important to the implementation of the project. The final Basis of Design Report will be presented to the City Commission for enactment through Resolution and will be available to the public thereafter. Task 2 - Design Services: The purpose of this Task is to establish requirements for the preparation of contract documents for the Project. Note that the selected firm will be required to perform a variety of forensic tasks to verify, to the extent practicable, existing conditions and the accuracy of base maps to be used for development of the contract drawings. These tasks include, but may not be limited to, surveying, utility verification, and listing encroachments in the Right of Way using formats established for the City's Right of Way Infrastructure Improvement Program. In addition, the selected firm will follow City standards for the preparation of contract documents, inclusive of drawings, specifications and front-end documents and cost estimates. Presentation formats for Review Submittal will be prepared at the 30%, 60%, 90% and 100% design completion stages. Contract documents will be subject to constructability and value engineering reviews to be performed by others. The selected firm will attend and City Commission Memorandum September 10, 2003 Re: RFQ #68-02/03 City Center ROW Project Page 6 of 8 participate in community design review meetings to review the design progress and concept at different progress levels during the design. The selected firm will also be responsible for reviewing and receiving approvals of its contract documents from all jurisdictional permitting agencies and boards prior to finalization. To facilitate the implementation of a Public Information Program, the selected firm will provide electronic files of all project documents, as directed by the City. City in-house Departments shall be required to respond, in writing, to all review comments. Presentation formats will be as directed by the City. Note that the selected firm shall establish and maintain an in house Quality Assurance / Quality Control (QNQC) program designed to verify and ensure the quality, clarity, completeness, constructability and bid potential of its contract documents. Task 3 - Bid and Award Services: The selected firm shall assist City in bidding and award of the contract. Such assistance shall include facilitating reviews of its contract documents with applicable Procurement, Risk Management and Legal Department representatives. In addition, the selected firm shall furnish camera ready contract documents for reproduction and distribution by the City, attend pre-bid conferences, assist with the preparation of necessary addenda, attend the bid opening and assist with the bid evaluation and recommendation of award to the City. The selected firm shall provide "As-Bid" documents for use during construction. Task 4 - Construction Management Services: The selected firm shall perform a variety of tasks associated with the administration of the construction contract and construction management of the project. These shall include attendance at the pre-construction conference, attendance at weekly construction meetings, responding to Contractor requests for information / clarification, responding and evaluating Contractor requests for change orders / contract amendments, review of shop drawings, review of record drawings, review and processing of contractor applications for payment, monitor construction progress, resident project representation, project closeout reviews including substantial and final punch list development and project certification. The City / Program Manager will provide day-to-day construction administration duties. Task 5 - Additional Services: No additional services are envisioned at this time. However, if such services are required during the performance of the Work, they will be requested by the City and negotiated in accordance with contract requirements. Task 6 - Reimbursable Services: The City may reimburse additional expenses such as reproduction costs, survey, geotechnical work and underground utility verification costs. It is anticipated that a Firm whose specialty and primary business is in the practice of civil engineering will head the selected Project Design Team, which should also include an urban designer/planner and a landscape architect as subconsultants, all with extensive experience in design upgrade and urban retrofitting, including environments with new City Commission Memorandum September 10, 2003 Re: RFQ #68-02/03 City Center ROW Project Page 7 of 8 streetscape, drainage and, water/sewer, and utility improvements. Interested teams must demonstrate streetscape and utility design and construction administration expertise, based on the successful completion of a number of projects of similar substantial size and complexity for other governmental and/or private entities. EVALUATION PROCESS The procedure for response evaluation and selection is as follows: Request for Qualifications issued. Receipt of responses. Opening and listing of all responses received. 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. The Evaluation Committee will recommend to the City Manager the response(s) which the Evaluation Committee deems to be in the best interest of the City by using the following criteria for selection: Firm's Qualifications and Experience with renovating existing, urban Right of Ways (ROWs) including coordinating drainage, water, and streetscape work; Project Manager's Experience renovating existing urban Right of Ways, community presentations, and urban planning; o References Provided by Prior Project Owners; Experience and Qualifications of the Project Team with renovating existing, urban Right of Ways (ROWs) coordinating drainage, water, and streetscape work o Methodology, Approach and Understanding of Tasks 1-6; Volume of work previously awarded to each firm by the agency, with the object; of effecting an equitable distribution of contracts among qualified firms; · The City may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations. · After considering the recommendation(s) of the Evaluation Committee, the City City Commission Memorandum September 10, 2003 Re: RFQ #68-02/03 City Center ROW Project Page 8 of 8 Manager shall recommend to the City Commission the response or responses acceptance of which the City Manager deems to be in the best interest of the City. 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 City Manager's recommendation(s). The City Commission may reject City Manager's 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. Negotiations between the selected respondent and the City Manager 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. · A proposed contract or contracts are presented to the City Commission for approval, modification and approval, or rejection. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract(s) after the selected respondent(s) has (or have) done so. The Administration recommends that the Mayor and the City Commission of Miami Beach, Florida approve and authorize the issuance of Request for Qualifications (RFQ) No. 68- 02/03 for engineering, planning, urban design and landscape architecture services for planning, design, bid and award, and construction administration of streetscape improv.~.n,~s/~.or the City Center Right of Way Infrastructure Improvement Project. T: G~.Eb~2003~sel~1003~regular~RFO City Center ROW Project\City Center ROW AE RFQ Memo .doc