Loading...
HomeMy WebLinkAbout2002-25071 Reso RESOLUTION NO. 2002-25071 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 31-01/02 FOR DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE VENETIAN ISLANDS NEIGHBORHOOD RIGHT OF WAY IMPROVEMENT PROJECT, WITH THE FIRM OF EDWARDS AND KELCEY, INC., WHICH ACQUIRED THE TOP RANKED FIRM OF KUNDE SPRECHER, INC. PRIOR TO THE START OF FEE NEGOTIATIONS, IN THE NOT TO EXCEED AMOUNT OF $799,903 COMPRISED OF $93,385 FOR PLANNING SERVICES, $450,000 FOR DESIGN SERVICES, $20,000 FOR BIDDING AND AWARD SERVICES, $150,000 FOR CONSTRUCTION ADMINISTRATION SERVICES, AND $86,518 FOR OTHER DIRECT COSTS. WHEREAS, Pursuant to Request for Letters of Interest No. 40-95/96 for Professional Architectural! Engineering Services for Master Planning Improvements for the Venetian Causeway and perimeter roads, the City, on February 13,1997, entered into an agreement with the Urban Resource Group (URG) to prepare a Master Plan for Venetian Islands Neighborhood Improvements which URG subsequently completed and which was approved by the City Commission on April 15, 1998; and WHEREAS, on April 12, 2000, the City Commission amended its agreement with URG to provide for additional services related to design, construction documents, additional services and reimbursable expenses associated with Phase 1 of the improvements as defined in the Master Plan; and WHEREAS, although funding for the additional services was identified and appropriated at the time, funding sources were not identified to meet the estimated construction costs of the project and no money was appropriated for this purpose; and WHEREAS, it was subsequently determined by the City's Capital Improvement Projects Office that the funds available for construction were substantially less than the budget amount that URG was using as a target for designing improvements; and WHEREAS, the City subsequently entered into good faith negotiations with URG to revise the Professional Services Agreement, scope of services, and consultant fee amount to match actual project funding; and / WHEREAS, the City and URG were unable to reach an agreement for these necessary revisions to the original design contract and on February 11, 2002, the City exercised its right per Section 10.2 of its Agreement with URG to terminate the Agreement for convenience; and WHEREAS, at the time of termination, construction designs for the project were approximately 30% complete; and WHEREAS, the City needs to hire an architectural and engineering firm to validate planning efforts undertaken to date and to complete the 30% level construction documents for Phase 1 of the Venetian Islands Neighborhood Improvements Project - consisting of San Marino, Rivo Alto, Dilido, and Belle Islands including Belle Isle Park; and WHEREAS, on April 10, 2002, the City Commission approved the issuance of a Request for Qualifications (RFQ) No. 31-01/02 to provide planning, design, and construction administration services for the Venetian Neighborhood Right of Way Improvement Project and said RFQ was subsequently issued and responses received and ranked by an official Evaluation Committee; and WHEREAS, on July 31,2002, the Mayor and City Commission adopted Resolution No. 2002-24929 accepting the ranking of proposals recommended by the Evaluation Committee and authorizing the Administration to enter into negotiations with the top ranked firm Kunde Sprecher and Associates, Inc.; and WHEREAS, prior to negotiating an agreement with Kunde Sprecher and Associates, Inc., the firm was acquired by the firm Edwards Kelcey, Inc.; and WHEREAS, per direction from the City of Miami Beach Procurement Division, documentation of the acquisition required for the procurement process to move forward with the new firm was provided by Edwards Kelcey, Inc.; and WHEREAS, the City utilized the services of Engineering Management Consultant Pappas & Associates to assist in negotiating a not to exceed fee of $799,903 for the required services; 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 Mayor and City Clerk to execute a professional services agreement, pursuant to request for qualifications (RFQ) no. 31-01/02 for design and construction administration services for the Venetian Islands Neighborhood Right of Way Improvement Project, with the firm of Edwards and Kelcey, Inc., which acquired the top ranked firm of Kunde Sprecher, Inc. prior to the start of fee negotiations, in the not to exceed amount of $799,903 comprised of $93,385 for' planning services, $450,000 for design services, $20,000 for bidding and award services, $150,000 for construction administration services, .. .. and $86,518 for other direct costs. PASSED and ADOPTED this 13th day of November, 2002. CITY CLERK ATTEST: ~~ POvt ~ (Resolution No. 2002-25071) JMG/RCMITH/DPS T:\AGENDA\2002\NOV1302\REGULAR\venetianawardreso.doc APPROVED AlTO FORM & lANGUAGe . FOR EXECUTION ~~ r' "."._IAW -.... -..... ......... Jlndeot ---'1 III wt -~ t...ew. IIM_-" ...,... PAPPAS AND AsSOCIATES .......... .........eat CouaItaata 1118 Deer .... DrIft Wlatu ......... n. 32'108-4137 PIaoDe: 407-699-8111 I'D: 407-699-2154 thepappugroup@efLrr.coDl .r.... II. ........ P. It. PNaIdeat Bana 8. Pa.... DIrHtor of ..-..... 0-...1Iu COnI........ no M4-lI6O-?960 ~ II. ....1....10 ~ October 22, 2002 Mr. TIm Hemstreet CIP Director CIty of MIami Beach 1700 Convention Center Drive MIami, FL 33139 RE: Neighborhood No. 13 Venetian IslandslBelle Park Bid Packages B and C Dear Mr. Hemstreet Negotiations have been satisfactorily completed today on determining the fair and equitable AlE fee to perform Tasks1-4, 6. It Is my professional recommendation that a Time and Materials fee NOT TO EXCEED $799.903.00 be approved, and a contract be entered into with the AlE firm of Edwards and Kelcey. The breakdown of the fee is as follows: Task 1 Planning $93, 385 Task 2 Design $450,000 Task 3 Bidding and Award $20,000 Task 4 Construction Administration $150,000 Task 6 Other Direct Costs $86,518 A total of five scope clarification I negotiation meetings were held, starting on September 26, 2002. The original fee proposed by the firm of Edwards and Kelcey was $998,000. Subsequent negotiation sessions reduced the fee to the final recommended amount of $799.903.00. The savings of $198,097 was achieved as a result of the Team effort involving Miami Beach CIP staff Donald Shockey and John De Pazos, and the willingness of the members of the AlE firm Edwards and Kelcey to negotiate. Sincerely, ~.~~ a:: Robert Mlddeugh, AIIIslant CIty Manager KrIslIn McKew. CIty of M1J111lI 8eac:h CIP 0IlIce 00n8Id Shoc:key, ClP ,/ John De PIIms. C1P a.lIIe CamIno, Bert VIdal. Suresh MIstry. Hazen and Sawyer Engineers , 1--- 135 ,f f 'i! < ";A/ CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY ~ Condensed Title: A resolution authorizing the execution of a contract with Edwards Kelcey Inc. in the not-to-exceed amount of $799,903 for the provision of Planning, Design, and Construction Administration services for the Venetian Islands Right-of-Way Improvement Project. Issue: Should the Mayor and City Commission authorize the execution of a professional services agreement with Edwards Kelcey, Inc. in the not-to-exceed amount of $799,903 for Planning, Design, and Construction Administration services re uired to im lement the Venetian Islands Ri ht-ofWa 1m rovement Pro.ect? Item Summary/Recommendation: In 1997, the City contracted with Urban Resource Group to plan comprehensive infrastructure improvements to the Venetian Islands. In April 2000, the City amended the contract to include construction design. However, a CIP Office project funding reconciliation undertaken in summer 2001 indicated that the available funding for the project was substantially less than the level of improvements being designed by URG. The City and URG could not agree on design contract revisions necessitated by the funding limitations identified. The City terminated its agreement with URG and issued an RFQ for the services required to complete the planning and design of the project. On July 31, 2002, the Mayor and City Commission adopted Resolution No. 2002-24929 accepting the ranking of proposals received pursuant to Request for Qualifications (RFQ) No. 31-01/02 recommended by the Evaluation Committee and authorizing the Administration to enter into negotiations with the top ranked firm Kunde Sprecher to provide planning, design, and construction administration services for the Venetian Neighborhood Right-ofWay Improvement Project. Prior to beginning negotiations with Kunde Sprecher, the firm was acquired in whole by Edwards Kelcey, Inc. Required documentation of the acquisition was obtained by the Procurement Division and five scope clarification/negotiation sessions with Edwards Kelcey were subsequently held with the assistance of CIP staff and Engineering Management Consultant Pappas and Associates. A not-to--exceed fee of $799,903 was agreed upon and recommended by Pappas and Associates, a reduction of $198,097 or 19.8% from the originally proposed fee of $998,000. The Administration recommends the approval of the agreement. Adviso Board Recommendation: The G.O. Bond Committee was scheduled to review the item at their November 4 2002 meetin . Financial Information: Source of Funds: Amount Account Approved City Manager AGENDA ITEM DATE R7E J f- 13-02- CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.ci.miami-beach.fl.us To: From: Subject: COMMISSION MEMORANDUM Date: November 13. 2002 Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez \.. ~ City Manager a p'V 0 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 31-01/02 FOR DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE VENETIAN ISLANDS NEIGHBORHOOD RIGHT-OF WAY IMPROVEMENT PROJECT, WITH THE FIRM OF EDWARDS AND KELCEY, INC., WHICH ACQUIRED THE TOP RANKED FIRM OF KUNDE SPRECHER, INC. PRIOR TO THE START OF FEE NEGOTIATIONS, IN THE NOT- TO-EXCEED AMOUNT OF $799,903 COMPRISED OF $93,385 FOR' PLANNING SERVICES, $450,000 FOR DESIGN SERVICES, $20,000 FOR BIDDING AND AWARD SERVICES, $150,000 FOR CONSTRUCTION ADMINISTRATION SERVICES, AND $86,518 FOR OTHER DIRECT COSTS. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. FUNDING Funds for this project have already been appropriated for this agreement as follows: ANALYSIS: Source Series 2000 General Obli ation Bond Fund Water and Sewer Bond Fund Stormwater Bond Fund Pursuant to Request for Letters of Interest No. 40-95/96 for Professional Architectural! Engineering Services for Master Planning Improvements for the Venetian Causeway and perimeter roads, the City, on February 13, 1997, entered into an agreement with the Urban Resource Group (URG) to prepare a Master Plan for Venetian Islands Neighborhood Improvements. URG prepared a Master Plan which was approved by the City Commission on April 15, 1998. Commission Memorandum November 13, 2002 Venetian Islands Right of Way Improvement Project AlE Award Page 2 of 5 On April 12, 2000, the City Commission amended the agreement with URG to provide additional services related to design, construction documents, additional services and reimbursable expenses associated with Phase 1 of the improvements as defined in the Master Plan. Although funding for the additional services was identified and appropriated at the time, funding sources were not identified to meet the estimated construction costs of the project and no money was appropriated for this purpose. When the City established the Capital Improvement Projects Office in summer of 2001, one ofthe Office's firsttasks in concert with Hazen and Sawyer, P.C., (Program Manager), was to reconcile project design efforts with available project funding. In the course of this work, it was determined that the funds available for construction were substantially less than the budget amount that URG was using as a target for designing improvements. The City entered into good faith negotiations with URG to revise the Professional Services Agreement, scope of services, and consultant fee amount to match actual project funding. Unfortunately, the City and URG could not reach an agreement for these necessary revisions to the original design contract. On February 11 , 2002, the City exercised its right per Section 10.2 of its Agreement with URG to terminate the Agreement for convenience. At the time of termination, construction designs for the project were approximately 30% complete. At this point, the City needed to hire an architectural and engineering firm to validate planning efforts undertaken to date and to complete the 30% level construction documents for Phase 1 of the Venetian Islands Neighborhood Improvements Project - consisting of San Marino, Rivo Alto, Dilido, and Belle Islands including Belle Isle Park. On April 10, 2002, the City Commission approved the issuance of a Request for Qualifications for professional services needed to complete the design of the Project. An RFQ was issued, and responses were received and ranked by an official Evaluation Committee. On July 31, 2002, the Mayor and City Commission adopted Resolution No. 2002-24929 accepting the ranking of proposals recommended by the Evaluation Committee and authorizing the Administration to enter into negotiations with the top ranked firms pursuant to Request for Qualifications (RFQ) No. 31-01/02 to provide planning, design, and construction administration services for the Venetian Neighborhood Right-of-Way Improvement Project. At that time, the top-ranked firm was Kunde Sprecher and Associates, Inc. Prior to the first negotiation with Kunde Sprecher, the firm notified the City that it had been acquired by the firm Edwards Kelcey. Per direction from the City of Miami Beach Procurement Division, documentation of the acquisition required for the procurement process to move forward with the new firm was requested and obtained. BACKGROUND: The City of Miami Beach has developed various programs to improve the quality of life of its residents. On November 2,1999, voters approved the issuance of approximately $92 million in General Obligation (GO) Bonds for Neighborhood, Parks, Beach and Fire Safety Improvements, of which $57 million is allocated for capital right-of-way infrastructure projects (Program). In addition to this allocation, a portion of the recent Water and Wastewater Bond and Stormwater Bond issues also are allocated for capital right-of-way Commission Memorandum November 13, 2002 Venetian Islands Right of Way Improvement Project AlE Award Page 3 of 5 infrastructure projects. These estimated $187 million of public right of way infrastructure improvement projects are to be implemented over the next six (6) years. Program elements include citywide water, wastewater and stormwater improvements; as well as a variety of streetscape enhancement projects. There are a total of thirteen neighborhoods within the overall Program scope. This Commission Memorandum addresses the Venetian Islands Neighborhood which includes San Marino Isle, Rivo Alto Isle, Di Lido Isle, and Belle Isle but excludes the Venetian Causeway itself. The project will coordinate streetscape work with some renovation of the neighborhood's sanitary, water and storm water infrastructure. The scope of work is generally as described below: . Enhanced landscaping/irrigation and street lighting consistent with community preferences . Repair, extension or widening of sidewalks to comply with ADA-Title II . Repair or replacement of some existing galvanized water mains throughout community . Street resurfacing/pavement markings . Incorporation of traffic calming features, consistent with community preferences . Improved stormwater drainage collection and disposal infrastructure . Swale restoration and/or curb and gutter and gutter restoration and upgrades . Renovation and improvements to Belle Isle Park Total construction costs budgeted for this neighborhood are approximately $9,874,221. The total construction costs associated with the neighborhood are funded from the General Obligation, Water and Wastewater and Stormwater Revenue Bond Series. The scope of services for each of the neighborhood projects is split into five primary Phases including: Planning Phase (Task 1), Design Phase (Task 2), Bidding and Award Phase (Task 3), Construction Administration Phase (Task 4), Additional Services (Task 5) and Reimbursables (Task 6). A brief review of each of the task components follows. SCOPE OF SERVICES: The Scope of Services for each Project was developed as a basis for establishing the fee to be negotiated. The following scope was proposed for the Venetian Islands neighborhood: Plannina Phase: 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. This intent is met through the performance of a series of Community Design Workshops designed to encourage input from affected residents and verify and validate previously developed concepts and priorities. Based on the results of the Community Design Workshops, a draft Basis of Design Report is Commission Memorandum November 13, 2002 Venetian Islands Right of Way Improvement Project AlE Award Page 4 of 5 developed on which subsequent design review committee presentations and approvals from requisite City Divisions and jurisdictional permitting agencies are procured. A final Basis of Design Report is prepared summarizing the accepted design concept, budget level cost estimate and implementation schedule for use in the design phase of the Project. It is the intent of this contract that the Planning phase services be completed within approximately 150 calendar days of Notice to Proceed in order to expedite the implementation of the Program. Design Phase: The purpose ofthis Task is to prepare contract documents for the Project. Included in this Task is the requirement that the Consultant 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. Detailed quality requirements for the preparation of drawings, specifications and front-end documents are specified in the Agreement. In addition, requirements with regard to constructability and value engineering reviews are also specified to occur during this Task. As a part of its design services, the Consultant is also required to prepare opinions oftotal probable cost and conduct reviews of its contract documents with jurisdictional permitting agencies prior to finalization. Biddina and Award: The purpose ofthis Task is to assist City in bidding and award ofthe contract. Program Manager shall transmit contract documents prepared by the Consultant to the City's Risk Management and Procurement Departments for verification of appropriate insurance and bonding capacity requirements for each Project prior to bid. Various departments within CITY (Risk Management, Procurement and the City Attorney's Office) have nontechnical review responsibility for the Construction Contract Documents. Consultant shall assist Program Manager in this process by providing three copies of Construction Contract Documents, participating in meetings, submissions, resubmissions and discussions with these departments. Consultant shall respond to City comments within ten calendar days of receipt of comments unless a different time schedule is agreed to by Program Manager. Construction Administration Services: The purpose of this Task is to perform office administration activities related to the construction of the Project(s). These tasks shall be performed during the duration of all construction projects and includes; submittal reviews, responses to requests for information, change order review and miscellaneous meeting attendance. The Program Manager will provide full time field observation staff to augment the Consultant's construction administration effort. Additional Services: No additional services are envisioned at this time. However, if such services are required during the performance ofthe Work, they shall be requested by City and negotiated in accordance with contract requirements. Note that a separate Notice to Proceed is required prior to performance of any Work not expressly required by this scope of services. If Consultant proceeds with out of scope Work without proper authorization, it does so at its own risk. Commission Memorandum November 13, 2002 Venetian Islands Right of Way Improvement Project AlE Award Page 5 of 5 Reimbursables: The Consultant will be reimbursed for the following costs: . usual and customary rate for reproduction of reports, contract documents, special graphics and miscellaneous items, as may be requested by City; . mileage at the United States Internal Revenue Service established rate for travel and subsistence; . topographic surveying; . a preliminary field exploration program to identify typical geotechnical conditions along the proposed pipeline corridor(s) and/or to ascertain the sub surface conditions with respect to its drainage design. CONTRACT FORMAT AND FEE: The contract is structured in a Not-to-Exceed format and a separate Notice to Proceed will be required prior to commencement of each of the noted Task Phases. Estimated fees are based upon a man-hour projection for the tasks requested. The City retained the services of Pappas & Associates to assist in fee negotiations. Five scope clarification and negotiation sessions were held and a final fee of $799,903 was agreed upon and recommended by Pappas and Associates in the attached letter (Attachment A), a reduction of $198,097 or 19.8% from the originally proposed fee of $998,000. The Administration recommends approval of the agreement and the adoption of the attached Resolution. JMG/RCMfTH/DPS T:\AGENDA\2002\NOV1302\REGULARlvenetianawardmemo.doc