Loading...
2003-25395 Reso RESOLUTION NO. 2003-25395 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING THE ISSUANCE OF REQUEST FOR QUALIFICATIONS (RFQ) NO. 08-03/04 FOR ENGINEERING, URBAN DESIGN, AND LANDSCAPE ARCHITECTURE SERVICES NEEDED FOR THE PLANNING, DESIGN, BID AND AWARD, AND CONSTRUCTION ADMINISTRATION OF PHASES III, IV, AND V OF THE SOUTH POINTE STREETSCAPE IMPROVEMENT PROJECT. WHEREAS, the South Pointe Streetscape Improvement Project is a comprehensive multi-phase street and infrastructure improvement project based on the South Pointe Master Plan developed and approved by the City in 1999 and encompassing all of the area of the City south of Fifth Street; and WHEREAS, the Master Plan identified comprehensive improvements at a conceptual level and outlined a schedule of five implementation phases; and WHEREAS, construction of Phase I of the Project was completed in 2002; and WHEREAS, the planning of Phase II of the Project is nearing completion and work on related construction design is scheduled to begin soon; and WHEREAS, Phases III, IV, and V of the Project remain to be designed and constructed; and WHEREAS, there is a need to initiate the planning and design of Phases III, IV, and V of the Project to complete the Project as anticipated in the Master Plan and to ensure that the estimated $20 million dollar cost of the Project can be funded through the South Pointe RDA; and WHEREAS, the scope of work for Phases III,IV, and V of the Project includes roadway, drainage, landscaping, streetscape, irrigation, water and sewer, electrical, and street lighting improvements; and WHEREAS, the purpose of issuing a Request for Qualifications is to obtain qualifications from professional firms with the capability and experience to provide professional planning, urban design, engineering and landscape architecture services for the planning, design, bid and award, construction administration of the Project; and 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 the issuance of Request for Qualifications (RFQ) No. 08-03/04 for engineering, urban design, and landscape architecture services needed for the planning, design, bid and award, and construction administration of Phases III, IV, and V of the South Pointe Streetscape Improvement Project. PASSED, ADOPTED AND APPROVED thi November, 2003. ATTEST: ~r~~ CITY CLERK T:\AGENDA\2003\nov2503\regularlsouthpointe345reso.doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION )J- / rcJ e~ Date Exhibit A Exhibit A - South Pointe RDA Phases 3, 4 and 5 Exhibit B / i:J; ~: ~~ 'c__~~; \~:{-: [=:.~=;_~~~.='" :~it~~, ~__~..' : : -----., ,...,..----"'II! ~"I; ;~.~_-:-----.-I. '.111 ,'.- L~~, 'II'I~ ~ ~~-----\ ' c rlM.-.-~Df-.E!J ~:tt\ ~~t..,~.~~~3~~:_if I I , .d" Dr' '.l'" 1'---_-'..-.-~-.. '...II.L ..'..... '.!-. "__.- -; --1 ' ". " II~ ~-- .~ '~l--' :..:~~___~ ~..= S';... i ;j~-I. =-i i:i -1 " \ -------' L__:"_j~'-:'2~;"_'-'~~.-I.-L :.~~ ..i '. ~!i!~ ~r..[ ;_-i. isIM :-.. __ _I t ' ~-----~ i=tf~: > .-:~,---!___! ~__J. .r--1 ~--~.. '~__ ,~ -- \--':l::::-=J -T"l=-= ~"'I-.-l ldi: i---l r--11!iJ1 'I---i ~--t~- I r------7%' .-~> \\_-.-:~_~' .1 ~ __J i_, '.____--' .__S__. -.-: .--- - .------ ----.- OCEAN BEACH HISTORIC DISTRICT Cl ~...' ,'_~' i ... ,~~. ";~-- jlil ,:: t :.0---1 ; ,'-"-lfr:.f6; ,.' if ;,~ \ _.~-_.- .-------- ---. 1---' I '..-~ -- \ ~l \0' \1 p,..\r~;..:.. \ \\ ;;; ....... . SINGLE FAMILY OTHER BUILDINGS CITY OF MIAMI ~EACH. 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 #08-03/04 for Engineering, Urban Design, and Landscape Architecture Services needed for the Planning, Design, Bid and Award and Construction Administration of Phases III, IV, and V of the South Pointe Streetscape Improvement Project. Issue: Shall the City of Miami Beach Commission authorize the Request For Qualifications for professional services needed to design Phases III, IV, and V of the South Pointe Streetscape Improvement Project? Item Summary/Recommendation: The South Pointe Streetscape Improvement Project is a multi-phase, comprehensive street and infrastructure improvement project based on a Master Plan developed and approved in 1999 and covering the entire South Pointe neighborhood south of Fifth Street. Construction of Phase I of the project was completed in 2002 and the design of Phase II of the project is underway. There is a need to begin the planning and design of the remaining Phases III, IV, and V of the project to ensure that the project can be funded through South Pointe RDA TIF funds as was originally anticipated when the South Pointe RDA Master Plan was created. The scope of work of Phases III, IV, and V of the Project includes roadway, drainage, sidewalk and curb, lighting, landscaping and tree planting, and water line improvements. Estimated total costs of the project are $20,000,000 million; it is anticipated that RDA funding in this amount will be made available for the Project. The Project will address the following areas of the South Pointe Neighborhood: 4th Street between Washington Avenue and the eastern street end 2nd Street between Washington Avenue and Ocean Drive 15t Street between Alton Road and Ocean Drive Commerce Street from Alton Road to Washington Avenue Ocean Drive and Ocean Court from 5th Street to South Pointe Drive Collins Avenue and Collins Court from 5th Street to South Pointe Drive South Pointe Drive from Alton Road to eastern street end Alton Road from 5th Street to South Pointe Drive Jefferson Avenue between South Pointe Drive and 1st Street Other adjacent alleys, roadways, and rights of way as determined necessary Upon completion of the Project, every street within the South Pointe Neighborhood will have been substantially rehabilitated as was envisioned by the South Pointe Master Plan. Advisory Board Recommendation: IN/A Financial Information: Amount to be expended: Source of Funds: D Finance Dept. Ci Clerk's Office Le islative Trackin Donald Shockey, Senior Capital Projects Planner, CIP Office AGENDA ITEM C 7 B DATE II-:JS:-OJ CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov COMMISSION MEMORANDUM From: Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez ~ ~ City Manager U - 0 Date: November 25, 2003 To: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE ISSUANCE OF REQUEST FOR QUALIFICATIONS (RFQ) NO. 08-03/04 FOR ENGINEERING, URBAN DESIGN, AND LANDSCAPE ARCHITECTURE SERVICES NEEDED FOR THE PLANNING, DESIGN, BID AND AWARD, AND CONSTRUCTION ADMINISTRATION OF PHASES III, IV, AND V OF THE SOUTH POINTE STREETSCAPE IMPROVEMENT PROJECT. ADMINISTRATIVE RECOMMENDATION Subject: Adopt the Resolution. ANALYSIS The South Pointe Streetscape Improvement Project is a comprehensive multi-phase street and infrastructure improvement project based on the South Pointe Master Plan developed and approved by the City in 1999. The South Pointe Master Plan includes all of the area of the City south of Fifth Street. The Master Plan identified comprehensive improvements at a conceptual level and outlined a schedule of five implementation phases. Construction of Phase I of the Project addressed Third Street from Ocean Drive to Michigan Avenue and Washington Avenue from 5th Street to South Pointe Drive; construction of Phase I improvements was completed in 2002. The planning of Phase II improvements, which includes Michigan Avenue between 5th and 2nd Streets, Jefferson Avenue between 5th and 2nd Streets, Meridian Avenue between 5th and 2nd Streets, Euclid Avenue between 5th and 3rd Streets, 2nd Street between Washington and Michigan Avenues, and 4th Street between Alton Road and Washington Avenue, is currently underway. Work on construction design is expected to begin soon. The scope of work for Phase II includes roadway, drainage, landscaping, streetscape, irrigation, water and sewer, electrical, and street lighting improvements. Currently, there is a need to initiate the planning and design of the remaining Phases III, IV, and V of the Project. The terms of the agreement which governs the South Pointe Redevelopment Area are scheduled to change at the end of FY 2005 and it is important that funding commitments for RDA-funded projects be secured by that time. In order to have a reasonably accurate current planning level estimate of the cost of the remaining three project Phases, the planning process will need to be substantially complete. Since the planning process can take between 6 months and a year to complete, it needs to be City Commission Memorandum RFQ for AlE Services for South Pointe Streetscape Phases III, IV, and V November 25, 2003 Page 2 of 7 initiated now so that an accurate funding allocation can be approved prior to the anticipated restructuring ofthe RDA. Currently, project costs are estimated to be approximately $20 million dollars; it is anticipated that all project funding will be provided through the South Pointe RDA. The scope of work for Phases III, IV, and V of the Project includes roadway, drainage, landscaping, streetscape, irrigation, water and sewer, electrical, and street lighting improvements. The following areas are included in Phases III, IV, and V of the Project: · 4th Street between Washington Avenue and the eastern street end · 2nd Street between Washington Avenue and Ocean Drive · 1 st Street between Alton Road and Ocean Drive · Commerce Street from Alton Road to Washington Avenue · Ocean Drive and Ocean Court from 5th Street to South Pointe Drive · Collins Avenue and Collins Court from 5th Street to South Pointe Drive · South Pointe Drive from Alton Road to eastern street end · Alton Road from 5th Street to South Pointe Drive · Jefferson Avenue between South Pointe Drive and 1 st Street · Other adjacent alleys, roadways, and rights of way as determined necessary The Project area is described in Exhibit A. A portion of the Project area falls within the boundaries of the City of Miami Beach Ocean Beach Historic District which is illustrated in Exhibit B. Upon completion of Phases III, IV, and V of the Project, every street south of Fifth Street will have been substantially rehabilitated. RFQ TIMETABLE The anticipated schedule for this RFQ and contract approval is as follows: RFQ to be issued December 4, 2003 Pre Qualification Conference December 18, 2003 Deadline for receipt of questions December 29,2003 Deadline for receipt of responses January 6, 2004 February 2004 Evaluation committee meeting Commission approval/authorization of negotiations March 2004 Contract negotiations March 2004 Projected award date April 2004 Projected contract start date April 2004 City Commission Memorandum RFQ for AlE Services for South Pointe Streetscape Phases III, IV, and V November 25, 2003 Page 3 of 7 SCOPE OF SERVICES The purpose of South Pointe Streetscape Improvement Project is to provide for the restoration and enhancement of streets and infrastructure consistent with the South Pointe Master Plan. Phases III, IV, and V of the project will include streetscape work with restoration and enhancement of the roadway, sidewalk, irrigation, landscaping, lighting, potable water, sanitary sewer and storm drainage infrastructure as is determined to be necessary. Above ground work may include the following functional and aesthetic improvements including: . Street resurfacing and new pavement markings. . Swale restoration, and/or curb and gutter restoration or upgrades. . Repair, extension, orwidening 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. . Enhancement of street tree planting and landscaping. . Provision of pedestrian amenities. . Physical and/or operational improvements to local streets for the purposes of increasing pedestrian, non-motorized vehicle, and vehicular safety; and lowering vehicular speeds. The above ground improvements will be coordinated with underground infrastructure improvements, which may include: · Upgrading of the drainage collection and disposal system · Repair or replacement of water mains and sanitary sewer lines These underground infrastructure improvements are generally identified in the following documents: the City of Miami Beach Comprehensive Stormwater Management Program Master Plan (March 1997); the City of Miami Beach Water System Master Plan, (November 1994); the Citywide Sanitary Sewer Infiltration and Inflow Mitigation Program; and subsequent amendments to these plans. The work may also include surveying and obtaining permits from the local or state agencies having jurisdiction. The City has contracted the services of Hazen and Sawyer, P.C. to function as Program Manager for the Project and act as the City's agent with regard to all aspects of this scope City Commission Memorandum RFQ for AlE Services for South Pointe Streetscape Phases III, IV, and V November 25, 2003 Page 4 of 7 of services. Hence, the Program Manager shall serve as the focal point of contact with the selected firm. The City will retain contractual agreement responsibilities with the selected firm. The successful firm 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 Further, the City may include unidentified Additional Services in the contract. Task 1 - Planning Services: The purpose ofthis Task is to establish a consensus based Project design concept that meets the needs of the community and stays within established schedule and cost parameters. This task will utilize and expand upon the concepts presented in the South Pointe Master Plan. 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 approval through Resolution. Task 2 - Design Services: The purpose of this Task is to prepare construction design contract documents for the Project. 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. 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. Review submittal take place 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 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. The selected firm will provide electronic files of all project documents, as requested by City and/or Program Manager. The selected firm shall establish and maintain an in house Quality Assurance / Quality Control (QA/QC) program designed to verify and ensure the quality, clarity, completeness, constructability and bidability of its contract documents. City Commission Memorandum RFQ for AlE Services for South Pointe Streetscape Phases III, IV, and V November 25, 2003 Page 5 of 7 Task 3 - Bid and Award Services: The selected firm will assist the City in bidding and award of the contract. Such assistance will include facilitating reviews of its contract documents with applicable Procurement, Risk Management and Legal Department representatives. In addition, the selected firm will 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 will provide "As- Bid" documents for use during construction. Task 4 - Construction Management Services: The selected firm will perform a variety of tasks associated with the construction management of the project. These will 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, review of shop drawings, specialty inspections in the field (full time observation will be furnished by the Program Manager and project closeout reviews including substantial and final punch list development. 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 shall be requested by the City and negotiated in accordance with contract requirements. Task 6 - Reimbursables: The City may reimburse additional expense such as reproduction costs, survey, geotechnical work and underground utility verification costs as is determined to be necessary. EVALUATION/SELECTION PROCESS The procedure for RFQ response evaluation and selection is as follows: 1. Request for Qualifications issued. 2. Receipt of responses. 3. Opening of responses and determination if they meet the minimum standards of responsiveness. 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 Committee will rank the responding firms based on the following criteria. The relative importance of each criterion is indicated by the associated percentage figure. City Commission Memorandum RFQ for AlE Services for South Pointe Streetscape Phases III, IV, and V November 25, 2003 Page 6 of 7 · The ability of professional personnel (30%); · Past performance (30%); · Willingness to meet time and budget requirements (10%); · Location (10%); · Recent, current, and projected workloads of the firms (10%); and · 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%). 6. The City/RDA may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations. 7. After considering the recommendation of the Evaluation Committee, the City Manager/RDA Executive Director shall recommend to the City Commission/RDA Board the response or responses acceptance of which the City Manager/RDA Executive Director deems to be in the best interest of the City/RDA. 8. The City Commission/RDA Board shall consider the City Manager's/RDA Executive Director's recommendation in light of the recommendation and evaluation of the Evaluation Committee and, if appropriate, approve the City Manager's/RDA Executive Director's recommendation. The City Commission/RDA Board may reject City Manager's/RDA Executive Director's recommendation and select another response or responses. In any case, City Commission/RDA Board shall select the response or responses acceptance of which the City Commission/RDA Board deems to be in the best interest of the City/RDA. The City Commission/RDA Board may also reject all proposals. 9. Negotiations between the selected respondent and the City Manager/RDA Executive Director take place to arrive at a contract. If the City Commission/RDA Board has so directed, the City Manager/RDA Executive Director 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/RDA Board 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/RDA Board, the Mayor/Chairman of the RDA and City Clerk/RDA Secretary sign the contract(s) after the selected respondent(s) has (or have) done so. City Commission Memorandum RFQ for AlE Services for South Pointe Streetscape Phases 1/1, IV, and V November 25, 2003 Page 7 of 7 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. The Administration recommends that the Mayor and the City Commission approve and authorize the issuance of Request for Qualifications (RFQ) NO. 08-03/04 for urban design, landscape architecture, and engineering services required forthe planning, design, bid and award, and construction administration of Phases III, IV, and V of the South Pointe Streetscape Improvement Project. T:\AGENDA\2003\nov2503\regularlsoulhpointe345memo.doc