Loading...
2000-24140 RESO RESOLUTION NO. 2000-24140 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 THE PROPOSALS RECEIVED IN RESPONSE TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 102/99-00, TO PROVIDE PROGRAM MANAGEMENT SERVICES TO MANAGE CONSTRUCTION PROJECTS WITHIN THE PUBLIC RIGHT-OF-WAY; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE MOST QUALIFIED FIRM, HAZEN AND SAWYER; FURTHER AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND MOST QUALIFIED FIRM, AS DETERMINED BY THE CITY MANAGER, SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE A CONTRACT WITH HAZEN AND SAWYER; AND FURTHER AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE THIRD MOST QUALIFIED FIRM, AS DETERMINED BY THE CITY MANAGER, SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE A CONTRACT WITH THE SECOND MOST QUALIFIED FIRM. WHEREAS, the City is desirous of constructing capital projects for the City in an efficient and effective marmer; and WHEREAS, the City has issued General Obligation (GO) Bonds, and has plans to issue additional bonds, to provide funding for a number of needed capital projects to be constructed in various areas of the City to upgrade and improve the infrastructure for the purpose of providing better service to residents and visitors; and WHEREAS, at its May 8, 2000 meeting, the Finance and Citywide Projects Committee recommended that the City issue a Request for Qualifications (RFQ) to retain a professional program/construction management firm for public right-of-way projects; and WHEREAS, on May 24, 2000, the Mayor and City Commission adopted Resolution No. 2000-23920, approving and authorizing the issuance of a Request for Qualifications (RFQ) from firms with the experience and capability to provide professional prograrn management services for capital right-of-way infrastructure projects for the City; and WHEREAS, an Evaluation Committee appointed by the City Manager convened on August 23,2000, and agreed to allocate a point value system to each evaluation criteria stated in the RFQ, and agreed to hear oral presentations from all responding firms; and WHEREAS, the Evaluation Committee heard oral presentations on September 28, 2000, and applied the point value system to each evaluation criteria; and WHEREAS, the Evaluation Committee recommended Hazen and Sawyer as the most qualified firm; and WHEREAS, the City Manager has been briefed by the City's Administrative Staff on the Evaluation Committee's recommendation and concurs that Hazen and Sawyer is the most qualified firm; and WHEREAS, the Administration would request that the Mayor and City Commission accept the recommendation of the City Manager and authorize negotiations with the most qualified firm of Hazen and Sawyer; the Administration would further request that, should negotiations with Hazen and Sawyer be unsuccessful, that it authorize it to commence negotiations with the second most qualified firm, as shall be determined by the City Manager and so reported to the Mayor and City Commission at that time; finally, should negotiations with the second most qualified firm be unsuccessful, the Administration would request authorization to negotiate with the third most qualified firm, as shall be determined by the City Manager at that time, and as so reported to the Mayor and City Commission. 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 herein accept the the recommendation of the City Manager pertaining to the ranking of the proposals received in response to Request for Qualifications (RFQ) No. 102/99-00, to provide program management services to manage construction projects within the public right-of-way; authorizing the Administration to enter into negotiations with the most qualified firm of Hazen and Sawyer; and further authorizing the Administration to negotiate with the second most qualified firm as determined by the City Manager, should the Administration not be able to successfully negotiate a contract with Hazen and Sawyer; and further authoring the Administration to negotiate with the third most qualified firm as determined by the City Manager, should the Administration not be able to successfully negotiate a contract with the second most qualified firm. PASSED and ADOPTED this 18th day of October , 2000 ATTEST: MA! ~( l1,~ CITY CLERK APPitOV-i:O AS TO FORM & LANGUAGE & FOR CUTfON F:IPURClSALLIGUSIPROGRAM.WPD "- ~I)~ll'" Attachment 1 Miami-Dade County IIEII Reduction Program Miarni-Dade County, Florida Hazen and Sawyer, in a joint venture with Rust E & I, has performed program management services for Miami-Dade Water and Sewer Department's (W ASD) $218M Infiltration/Inflow Reduction Prograrn for the past five years. To date, the prograrn has been considered highly successful and is considered a model program for other utilities by the EP A. The project started in 1995, with a completion date of 3/2000. South County Neighborhood Improvement Project Broward County, Florida The South County Neighborhood Improvement Project (SCNIP) includes approximately 1,400 acres ofland between State Road 7 and 1-95, and south of Pembroke Road in Broward County. As a result of increased flooding problems, Craven Thompson and Associates, Inc., was retained to provide prograrn management services. The project started in 1996, and is scheduled for completion in 2004. Treyburn Mixed-Use Development Durham County, North Carolina Hazen and Sawyer was retained in 1986 to serve as the project manager responsible for the plarming and construction administration of all infrastructure improvements. The Treybum site consists of 5,200 acres located in Northern Durham County, North Carolina, which will be developed over a 15-20 year period to include single and multi-family residential, commercial, industrial, research, community service, and recreational land uses. The project started in 1986, and is scheduled for completion in 2010. Central County Neighborhood Improvement Project Broward County, Florida The Central County Neighborhood Improvement Project includes approximately 1,690 acres of land located between Sunrise Boulevard, Davie Road, State Road 7, and Northwest 24th Avenue in Broward County, Florida. Craven Thompson & Associates was responsible to study the drainage, water distribution system, sanitary sewer system, and roadway networks within the project area. The projected started in 1995, and is scheduled for completion in 2003. Red Hook Water Pollution Control Plant Brooklyn, New York The NYC Department of Environmental Protection retained Hazen and Sawyer to provide sole source engineering services for plarming, design, construction management and start-up for a new 60 mgd pollution plant located in the former Brooklyn Navy Yard. The plant start-up met all court ordered consent decrees schedules signed by federal, state and city officials. The projected startedin 1983, and was closed-out in 1991. ATTACHMENT (continued) Fast-Track Plant Upgrade Regional Wastewater Plant City of Hollywood, Florida The City of Hollywood operates a regional 38 mgd wastewater treatment plant. The effluent quality, on occasion, exceeded permit limitations due to flow rates approaching plant hydraulic capacity and obsolete equipment. The City adopted a policy to phase improvements only when required to match capacity needs and satisfy regulatory requirements. Hazen and Sawyer was hired by the City of Hollywood to provide design, permitting and program management services to implement a fast-track program. The project was successfully completed on-time and within budget. Palm Beach County Judicial Center Palm Beach County, Florida This project was unique in that the County began construction of this project with a nationally recognized construction/program management firm for about the first 70 percent of construction. During this time, a series of events occurred that led the County to seek outside assistance to resolve the multitude of issues that had arisen due to design and performance. The County brought in Hazen and Sawyer to review the program management and to serve as the construction manager for the remainder of the project in an effort to get the project back on track. Hazen and Sawyer was able to assist the County in the successful resolution of hundreds of claim issues involving cost and time extensions. In addition, Hazen and Sawyer assisted the County in settlement of its claim against the previous prograrn manager, design professionals, and general contractor without litigation. The project started in 1993, and was completed in 1995. CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\ci.miami-beach.fl.us COMMISSION MEMORANDUM NO. ~J S-OD TO: Mayor Neisen O. Kasdin and Members ofthe City Commission DATE: October 18, 2000 FROM: Jorge M. Gonzalez ~\l' A~ City Manager u- \J SUBJECT: 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 THE PROPOSALS RECEIVED IN RESPONSE TO THE REQUEST FOR QUALIFICATIONS (RFQ) NO. 102/99-00, TO PROVIDE PROGRAM MANAGEMENT SERVICES TO MANAGE CONSTRUCTION PROJECTS WITHIN THE PUBLIC RIGHT-OF-WAY; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE MOST QUALIFIED FIRM OF HAZEN AND SAWYER; AND AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND MOST QUALIFIED FIRM AS DETERMINED BY THE CITY MANAGER, SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE A CONTRACT WITH HAZEN AND SAWYER; AND FURTHER AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE THIRD MOST QUALIFIED FIRM AS DETERMINED BY THE CITY MANAGER, SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE A CONTRACT WITH THE SECOND MOST QUALIFIED FIRM. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. ANALYSIS: On November 2, 1999, the City of Miami Beach voters approved the issuance of an approximately $92 Million General Obligation (GO) Bond for Neighborhood, Parks and Beach, and Fire Safety Improvements, of which $57 million is allocated for capital right-of-way infrastructure projects. In addition to the allocation of $57 million from the GO Bond issue, the City Administration will propose that a portion of the recently completed Water and Wastewater Bond issue and the proposed Stormwater Bond issue be allocated for capital right-of-way infrastructure projects. The estimated total is $187 million for infrastructure projects to be completed over the next seven (7) years. AGENDA ITEM f-/~ IO-l~-CO DATE RFQ No. 102-99/00 Page Two October 18, 2000 ANALYSIS (continued) On May 8, 2000, the Finance and Citywide Projects Committee reviewed the issue of retaining a professional Program/Construction Management firm for these public right-of-way projects. The Committee recommended that the City issue a Request for Qualifications (RFQ) from firms with experience and capability as Program/Construction Managers. On May 24, 2000, the Commission adopted a resolution authorizing the issuance of a RFQ from qualified firms with the experience and capability to provide professional program management services for capital right-of-way infrastructure projects for the City. The RFQ was issued on June 6,2000, with a deadline for receipt of responses of July 12,2000 at 3:00 p.m. Bid notices were sent to 601 firms, with 61 firms or individuals requesting a copy of the RFQ. On July 12,2000, proposals were received from the following firms: Hazen and Sawyer Jacobs Engineering in association with Camp Dresser & McKee, Inc. Montgomery Watson - Corradino Joint Venture URS/O'Brien Kreitzberg PBS & J and Spillis Candela DMJM Letter to Commission (LTC) No. 152-2000, dated August 2, 2000, established an Evaluation Committee consisting of the following individuals: Ted Berman, Engineer Marty Hyman, Architect Mike Hammon, Developer Trish Blasi, Construction Manager Saul Gross, President, Streamline Properties Matthew Schwartz, Assistant City Manager Ricardo Mendez, Assistant Public Works Director Michael Alvarez, Assistant Public Works Director Trish Walker, Finance Director In addition to the above individuals, the GO Bond Oversight Committee requested that Leonard Wein be added to the committee. The Interim City Manager concurred with Mr. Wein's addition. On August 23, 2000, at 10:00 a.m. in the City Manager's Large Conference, the Evaluation Committee convened, and all members, with the exception of Mr. Saul Gross, were in attendance. In addition, other members of the City's Administrative Staff and City Attorney's Office were present, as were interested members of the public. The Committee was briefed on several aspects of the RFQ requirements and the City's Procurement policies and procedures, including our Conflict oflnterest, Government in the Sunshine Law, and the Cone of Silence Ordinance. RFQ No. 102-99/00 Page Three October IS, 2000 ANALYSIS (continued) All Committee members completed a disclosure questionnaire and certified that their answers were true and correct to the best of their knowledge and belief. All completed forms were reviewed by First Assistant City Attomey Raul Aguila. It was determined that one member, Ms. Trish Blasi, Vire President, Codina Development, had a conflict of interest since her company had current agreements with several ofthe responding firms. Therefore, Ms. Blasi was excused as a committee member. After much deliberation, the Committee agreed to allocate points to each of the evaluation criteria as follows: Firm's Experience in Program Management 15 Project Manager's Experience 25 Previous Similar Projects 15 Qualifications of Project Tearn 35 References Provided by Prior Project Owners 10 Additionally, the Committee agreed to the following: . All members would adhere to the City's Cone of Silence requirements; . All firms would be invited to give an oral presentation that would focus on the experience and qualifications of the project team, the methodology and approach, staffing, and examples of similar projects; and . That the Procurement Director would contact four (4) of the firms' references, and three (3) references of the individual at the top of each firm's organizational chart. Shortly after the initial committee meeting, it was determined that Matthew Schwartz and Ricardo Mendez would not participate as voting members, but would serve in an advisory capacity. On August 23, 2000, at 8:30 a.m. in the Commission Chambers, the Evaluation Committee convened, and all members, with the exception of Mr. Saul Gross, were in attendance. In addition, other members of the City's Administrative and City Attorney's Office were present, as were interested members of the public. Prior to the start of the presentations, the committee decided to have the proceedings taped and broadcast via tape delay. The Evaluation of References Report prepared by the Procurement Director was disseminated to all committee members. The report consisted of a questionnaire that was utilized to contact the references of each firm, with emphasis on the following areas: RFQ No. 102-99/00 Page Four October 18, 2000 ANALYSIS (continued) Efficiency & Flexibilitv . Value for dollars spent . Meeting and beating budgets . Meeting and beating schedules . Commitment to success . Cost estimating accuracy . Design compatibility to the construction process . Change order time lines/processing/prevention Technical Expertise & Creativity . Effectiveness and creativity in conceptual design . Long-term optimization ofland and facility . Construction plans/drawings . Problem-solving skills . Computer skills (CAD/communication) Communication & Interpersonal Skills . Likeableness/Easy to get along with . Relationship with all team members . Accessibility to all promised players . Communicating specification requirements . Responsiveness to issues and clarifications . Listening and translating customer needs Responsibilitv & Manal!:ement Record . Trustworthiness . Maturity - effectiveness under pressure . Monitoring punch list . Final inspection process . Commissioning the finished project . Close out process . Post project follow-up . What are their specific strengths? . What are their specific weaknesses? The results of the Evaluation of References Report was distributed to all committee members for their review. The Committee decided to review and discuss the report after the oral presentations were completed. RFQ No. 102-99/00 Page Five October 18, 2000 ANALYSIS (continued) Each firm then proceeded to introduce their project team and provided the committee with a 45- minute oral presentation. At the end of each presentation, committee members asked questions, and were in turn provided with answers by the various project tearn members. However, towards the end of the Montgomery Watson - Corradino Joint Venture presentation, Mr. Wien left to attend a previously scheduled business meeting, and therefore, did not participate during the question and answer session. During the question and answer period, following the PBS & J presentation, Mr. Anthony Clemente, Prograrn Director for PBS & J, was asked to comment on reports that the firm had difficulties on a recently completed program manager job for Miarni-Dade County. Specifically, that the County Manager had placed the firm on a "no new work" list and that an investigation had been done by Miami-Dade County's Office ofInspector General (OIG) on the Pump Station Improvement Prograrn where PBS & J acted as Program Manager. Mr. Clemente addressed the questions by indicating that they were working to resolve the issues raised by the County. At the end of all presentations, as a follow-up to Ms. Walker's questions to Mr. Clemente during the PBS & J presentation, the Committee members were provided with a report prepared by OIG, dated September 11, 2000, and two memorandums from County Manager Merrett Stierheim, dated February 4, 2000 and February 22, 2000. The OIG report was prepared at the request of the Miami-Dade Board of County Commissioners regarding certain allegations made by Dr. Clarence Smith and Mr. Robert Holland during the Commission meeting of July 27, 2000. The OIG report and County Manager's Stierheim's memos raised concerns relative to PBS & J. After discussing the OIG report, the Committee decided to proceed with the evaluation of all the firms. The Committee members stated that there was not a need to discuss the Evaluation of References Report prepared by the Procurement Director. The Report was excellent and self-explanatory, with sufficient information to allocate points in the "References" criteria. The Committee members decided to follow the point value system, which they had previously adopted. Each members' score was tabulated and read aloud. The results are as follows: Most qualified. . . . . . . . . . . .Hazen and Sawyer (554 points). Second most qualified. . . . . .URS/O'Brien Krietzberg (409 points). Third most qualified. . . . . . Jacobs Engineering (405 points). Fourth most qualified. . . . . .Montgomery Watson (379 points). Fifth most qualified. . . . . . . PBS & J (311 points). The top-ranked firm of Hazen and Sawyer is an international consulting engineering firm specializing in the plarming and implementation of public works and water resources projects. Hazen and Sawyer has provided complete services in Miami-Dade County since the 1960s. They are one of the most experienced utility engineering firms in South Florida. They have been involved in the implementation of over $1 billion in local public works infrastructure projects in the past 25 years. RFQ No. 102-99/00 Page Six October 18, 2000 ANALYSIS (continued) Hazen and Sawyer's Project Team has provided Program Management/Construction Management Services since the firm's founding in 1951. Locally, they have provided program/construction management services for over $2 billion in construction costs, and over $5 billion nationally and internationally. The following is a list of similar projects and the construction cost of each project, which is representative of the Project Team's most relevant experience: PROJECT Miami-Dade County I/E/I Reduction Program Fast-Track Plant Upgrade Regional Wastewater Plant Palm Beach County Judicial Center South County Neighborhood Improvement Project Treybum Mixed-Use Development Central County Neighborhood Improvement Project Red Hook Water Pollution Control Plant CONSTRUCTION COST $190M $85M $88M $70M $85M $69M $391.5M Attachment 1 provides a brief description of each of the above projects. Hazen and Sawyer's Project Management Philosophy Development of a sound approach and methodology is of primary importance for completion of projects in a timely and cost effective marmer. The following is an outline of the basic project management philosophy followed by Hazen and Sawyer: Schedule and Cost Control The project tearn implements computerized cost, schedule and quality control procedures from the inception of each project. They subscribe to early identification and reporting of apparent problem areas in order to take action to maintain schedules and ensure a high quality project. Included in Hazen and Sawyer's standard practice is the utilization of computerized project cost and project scheduling tracking reports. Additionally, the program manager is responsible for developing the internal management plan which includes scheduling for each work task, manpower and budget for each work task, team resources necessary to complete the project, record keeping system, and information distribution system. Team Concept Hazen and Sawyer subscribes to the Project Tearn concept in which the most talented professionals with in-depth local experience are assembled to take the project from conception to completion and into operation. The Task Leaders are assigned to administer the day-to-day execution of individual projects. Senior engineers are assigned as Task Leaders to accomplish specific tasks. The tearn approach offers a degree of continuity, awareness of the status of the project and a formal mechanism for the exchange of information and coordination arnong team members. RFQ No. 102-99/00 Page Seven October 18, 2000 ANALYSIS (continued) Project Management Hazen and Sawyer utilizes the strong program manager approach along with a structured support tearn. The Prograrn Manager is responsible for maintaining full knowledge of all aspects of the project. This approach is designed to provide one person answerable to the client at all times. This results in direct lines of communication and responsibility and allows for simple project coordination. Project Team Subconsultants Hazen and Sawyer will be supported by key subconsultants in specialized areas of expertise as described below: Craven Thompson & Associates, Inc., was founded in 1961 as an engineering and surveying firm. CTA will be responsible for Engineering management and permitting. After 39 years, CTA has grown into a multi-disciplinary firm comprising of specialized teams, each fully staffed with top caliber professional and supported personnel, serving clients in both the public and private sectors. The firm is currently engaged in south Florida's largest neighborhood improvement projects that are located in Broward County. These projects have a construction value approximating $200 million. These projects consist of infrastructure improvements such as water distribution, sanitary sewer collection and transmission, stormwater management systems and streetscape beautification within residential communities that are over 60 years old. Utility infrastructure is in a state of disrepair and in need of rehabilitation and replacement. The initial development of these residential neighborhoods provide no stormwater management facilities and therefore a component of this prograrn is to effect state of the art stormwater management facilities. Since existing roads were being impacted during construction, additional improvements were incorporated into the prograrn to improve the neighborhood such as sidewalks, traffic calming features, landscaping and roadway improvements. Close coordination with the State of Florida Department of Transportation, Broward County Engineering Division and several municipalities was required to implement the improvements. Giller & Giller, Inc., is Miarni Beach's oldest architectural firm. Giller & Giller has provided architectural services to the South Florida area for over 50 years. Giller & Giller will be responsible for construction management and architectural review. Since its founding in 1944, as Norman M. Giller & Associates, Giller & Giller has evolved from a one-man office to a team of professionals engaged in a full range of architectural services. From early residences and small apartment buildings during Miarni's post- Wodd War II boom, the firm grew during the fifties to a position of prominence in the design of hotels, motels, and shopping centers. Major projects included the Diplomat Hotel and Country Club complex and the Carillon Hotel. RFQ No. 102-99/00 Page Eight October 18,2000 ANALYSIS (continued) A' Group is a Florida based engineering and construction management organization with offices in Miami and Orlando with specific expertise in construction management and traffic/roadway engineering. The firm is also certified as a Hispanic-Owned Business Enterprise with Miami- Dade County. A' will be responsible for program scheduling, cost-estimating, Florida Department of Transportation (FDOT) and Miarni-Dade Public Works coordination. Garber & Goodman, Inc., was established in 1963 and has steadily grown over the years to expand its services and capabilities in the City ofMiarni Beach. The firm will lead the community outreach and public relations efforts. Rosen, Switkes & Levinson is an A V -rated partnership originally established in 1982. The firm has been providing legal services to the public and private sectors with an emphasis in construction and commercial litigation for the last 18 years. They will be responsible for providing legal services. The practice is located in the City of Miarni Beach and has provided legal services to the City of Miami Beach, Miami Beach Police Department Fraternal Order of Police, Miami Beach Visitor and Convention Authority, City of North Miarni Beach, Miami-Dade County Public School Board, as well as other public and private sector entities. The firm's role on this assignment will be to provide legal counsel to the Program Manager during construction, legal review of construction claims and assistance in preparing standard contract documents for use by the City design consultants. Management and Production Services, Inc. (MPSI) is a management production firm that provides assistance to architects, engineers, contractors, and public and private entities in the construction industry. MPSI is also a certified Women-Owned Business Enterprise that will be responsible for document control and data management. The principal support staff of MPSI has over sixteen years experience on various aspects of project administration, contract control and related disciplines. Personnel are expert operators and trainers in the use of project management software. These operating and training skills will provide useful to clients requiring turnkey project delivery. Key Staff's Experience Patrick A. Davis, P.E., Officer-in-Charge Mr. Davis is currently Vice-President of Hazen and Sawyer, and as such is responsible for plarming, organizing, coordinating, and directing professional services delivery in Florida. He has over 20 years of management experience for a variety of infrastructure construction programs in South Florida. Mr. Davis has directed or participated in the master plarming, permitting, design and construction of water resources facilities in Florida, the Northeast and Central/South America. In South Florida, Mr. Davis has served as Project Director on over $250M of public works construction and has been involved in an engineering capacity on over $800M of constructed local public works projects. RFQ No. 102-99/00 Page Nine October 18,2000 ANALYSIS (continued) Humberto "Bert" J. Vidal, P.E., Program Manager As the Program Manager, Mr. Vidal will have the overall responsibility for meeting time and budget requirements, technical quality control and assurance and, ultimately, acceptability of each project to the client. Mr. Vidal, a Miami Beach resident, has more than 19 years experience in the prograrn management oflarge, public construction projects. Typical projects have included utility infrastructure projects throughout the United States, ranging in size from $2.5M to $220M. His most recent assignment was as Program Manager for the City of Pompano's $25M Water Treatment Plant expansion. This project consisted of complex membrane filtration process construction involving mechanical, electrical, instrumentation and HV AC discipline coordination Charles O. Carreno, P.E., Deputy Program Manager As the Deputy Program Manager, Mr. Carreno's specific duties will include: Coordination of subconsultants and subcontractors; Establishing and monitoring schedules and budgets; Primary contact with City design professionals; Coordination of all program phases; and Support to all Team Leaders and technical staff. Mr. Carreno has directed the plarming, design, and construction administration of public works projects including pump stations, pipelines, treatment works, solid waste landfills, wetland mitigation, groundwater remediation and environmental assessment. He has participated in feasibility studies, design basis reports and master plans for over $200M of municipal works. His most recent construction management assignment was for the City of Miramar Utility Infrastructure Program which constructed over ten miles of underground utilities to serve new developments. Suresh Mistry, P.E., PlanninglEngineering Management Mr. Mistry will be responsible for all engineering, contractor work orders and teclmology selectionlbidding. Mr. Mistry has over 16 years of experience in the engineering and construction management of Public Works projects. For the past six years, Mr. Mistry has been the Engineering Manager for the $195M Miarni-Dade Inflow/Exfiltration/Infiltration Flow Reduction Program. Talal Abi-Karam, P.E., C.G.C., Administration/Project Control Team Leader Mr. Abi-Karam will coordinate, supervise and provide technical support to the task engineers responsible for planning and scheduling, budgeting, cost estimating, cost monitoring, construction administration, project progress, and master control schedules. RFQ No. 102-99/00 Page Ten October 18, 2000 ANALYSIS (continued) Project Office and Program Control Center Each ofthe project tearn members maintain offices in the Miami-DadeIBroward County area. The importance of this project, however, requires special focus to ensure total program control. Therefore, Hazen and Sawyer will locate all key project personnel to a central Program Control Center located at the Giller Building located at 975 Arthur Godfrey Road. This office is centrally located to the entire City of Miarni Beach community thereby providing easy access to City staff and residents to project information. SUMMARY In summary, Hazen and Sawyer has been selected based on the following: 1. Strong Local Presence. The project team has approximately 200 technical and support staff within a 25-minute driving distance to the City's offices. The project team is supported locally by Miarni Beach firms, Garber & Goodman, Giller & Giller, and Rosen, Switkes & Levinson. The Prograrn Manager, Humberto "Bert" Vidal, P.E., is a Miami Beach resident. 2. Demonstrated Experience. Hazen and Sawyer's project team has provided prograrn management services for over $2 billion of utility infrastructure projects in South Florida alone. Project tearn members have participated in the largest neighborhood utility infrastructure programs undertaken in South Florida with construction costs approximating $200 million. The Broward County programs are identical to the City of Miami Beach program in project type and purpose. 3. Demonstrated Record as a Good Corporate Citizen. Although not required by the RFQ, Hazen and Sawyer has complemented its team with N Group, a Hispanic-Owned Business, and Management and Production Services, Inc., a certified Women-Owned Business. 4. Staying Power. Hazen and Sawyer is an employee-owned firm. They are not publicly traded on an active stock exchange and they have assured the City of Miami Beach that Hazen and Sawyer will complete their assignments on time and within budget. 5. Outside Funding Sources. Demonstrated knowledge of funding prograrns and special legislative initiatives which can be used to maximize outside funding for this program. Donald Roecker's 25-year funding history is a key aspect of Hazen and Sawyer's experience. Mr. Roecker has been responsible for securing more than $1.25 billion in State and Federal loans and grants for more than 200 communities from Washington, D.C., to Seatle, Washington. RFQ No. 102-99/00 Page Eleven October 18, 2000 SUMMARY (continued) 6. Solid Institutional Knowledge. Hazen and Sawyer has been providing services to Miami- Dade County and Miami-Dade municipalities for over a quarter century.The Miami Beach consulting work force will be fully committed to project design. Additional consultant resources are essential to meeting the goals of the City of Miami Beach. 7. Responsive to the City's Needs. Responsive and responsible are two words that Hazen and Sawyer stressed throughout their proposal and oral presentation. A recent example of their commitment to our community occurred during the recent wastewater spill at the Miarni Beach Marina. Hazen and Sawyer was requested by the County to investigate the integrity of the Miami Beach outfall and to monitor oceanographic data so that the County and State public health officials could monitor the fate of the wastewater discharge. The Hazen and Sawyer vessel was on site within 12 hours of being notified by the County. The investigations performed by Hazen and Sawyer were the basis for the County and State officials to lift the swimming ban prior to the July 4th weekend. 8. Client Service Orientation. Hazen and Sawyer have assured the City that the key individuals that they have assigned to the project team, will stay on our project. Furthermore, their staff's approach is to take a personal interest in their projects and in the City's projects to facilitate clear lines of communication and overall project success. Their past record with other clients is outstanding in this regard. 9. They are a Local Firm. Hazen and Sawyer has operated as a complete full service design center in South Florida for four decades. Many of their assignments have included program management services for local utility infrastructure projects. The majority of their key personnel's experience is in South Florida. Their local experience proves invaluable to project success. CONCLUSION The City's Administrative Staff provided a briefing of the Committee's recommendation to the City Manager for his consideration. In accordance with the terms of the RFQ, the City Manager has reviewed the Evaluation Committee's and Staffs recommendation and concurs that Hazen and Sawyer is the most qualified firm. The City Manager recommends that the Mayor and Commission accept the Administration's recommendation, authorize the Administration to enter into negotiations with the most qualified firm of Hazen and Sawyer; and further authorize the Administration to negotiate with the second most qualified firm as determined by the City Manager, should the Administration not be able to successfully negotiate a contract with Hazen and Sawyer; and authorize the Administration to negotiate with the third most qualified firm as determined by the City Manager, should the Administration not be able to successfully negotiate with the second most qualified firm. JMG~WGf