Loading...
HomeMy WebLinkAbout2005-25973 Reso RESOLUTION NO. 2005-25973 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 THE ATTACHED PROFESSIONAL SERVICES AGREEMENT WITH EAC CONSULTING, INC., IN THE AMOUNT OF $1,186,807.00, TO PROVIDE ENGINEERING, URBAN DESIGN, AND LANDSCAPE ARCHITECTURE SERVICES FOR DESIGN, BID AND AWARD, AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE BISCAYNE POINT RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROJECT; AND APPROPRIATING SAID AMOUNT FROM THE FOLLOWING AVAILABLE FUNDING SOURCES: $665,403.00 FROM THE 1999 GENERAL OBLIGATION BOND FUNDS; $309,011.00 FROM THE 2000 STORMWATER BONDS; AND $212,393.00 FROM THE 2000 WATER AND SEWER BONDS. WHEREAS, on November 2, 1999, the City of Miami Beach voters approved the issuance of an approximately $92 Million General Obligation (GO) Bond for Neighborhood, Park, Beach and Fire Safety Improvements; and WHEREAS, the Biscayne Point Project will be implemented using the Capital Improvement Projects (CIP) Office's standard Planned Progress Initiative model for Right- of-Way (ROW) Neighborhood Infrastructure Improvement projects and will be funded by GO, Water and Stormwater Bond funds; and WHEREAS, the purpose of the Planned Progress Initiative model is to facilitate community involvement and information as well as to coordinate construction Citywide; and WHEREAS, the Biscayne Point Right of Way (ROW) Infrastructure Improvement Project (the Project) is a $7.82 million infrastructure project which includes restoration and enhancement of streetscapes and infrastructure, consistent with existing available master plans, qualified decisions of applicable City Departments and community preferences; and WHEREAS, the proposed Project will include stormwater management and potable water distribution system upgrades, streetscape work with restoration and enhancement of the neighborhood's hardscape, landscape, streetscape irrigation and lighting, as practicable within specified budget parameters; and WHEREAS, at this point, sanitary sewer upgrades are not anticipated as part of the Project; and WHEREAS, at this time additional funding for the stormwater scope of approximately $1.8 million needs to be identified and allocated to the Project before the Project enters into the bidding phase, to complete the $7.82 million Project; and WHEREAS, previously, the City has retained a consultant, the Corradino Group (TCG), to perform a variety of forensic and community planning tasks culminating in the creation of the Biscayne Point Basis of Design Report (BODR), which was approved by the City of Miami Beach Commission on October 15, 2003; and WHEREAS, this BODR serves as the definitive Master Plan for the proposed Project ROW improvements to be designed, bid, awarded and constructed; and WHEREAS, negotiations with TCG to undertake design, bid and award construction administration services were unsuccessful; and WHEREAS, in recognition of the need to move forward with the Project, on September 8, 2004, the City Commission authorized the issuance of a Request for Qualifications (RFQ) for engineering, urban design, and landscape architecture services needed for the design, bid and award, and construction administration of the Project; and WHEREAS, RFQ No. 42-03/04 was issued on November 9, 2004, with an opening date of December 17, 2004; and WHEREAS, a pre-proposal conference to provide information to firms considering submitting a response was held on December 3, 2004; and WHEREAS, eight responses were received, and an Evaluation Committee was appointed and met on February 11, 2005; and WHEREAS, after the firms' presentations, the Committee members conducted a question and answer session, and deliberation; and WHEREAS, the firm of EAC Consulting, Inc. (EAC) was deemed to be the first ranked firm based on its experience and qualifications as well as its team; and WHEREAS, EAC possess vast experience in the planning, design, permitting and construction administration of infrastructure redevelopment projects in South Florida; and WHEREAS, EAC's team is comprised of several highly specialized, locally recognized firms: 1) Savino Miller Design Studio, (which will provide urban design and streetscape improvements); 2) Hillers Electrical, (which will provide electrical design services); 3) F.R. Aleman & Associates, (which will provide traffic studies and survey and mapping subsurface utility exploration); 4) GEOSOL, Inc., (which will provide Geotechnical services as needed); and 5) E. Sciences, (which will provide environmental services); and WHEREAS, EAC's team has nineteen (19) years of professional experience in South Florida, where all team members have worked together before on successful project completions; and WHEREAS, on March 16, 2005, the City Commission approved Resolution No. 2005-25836, authorizing the Administration to enter into negotiations with EAC, the top- ranked firm by the evaluation committee; and WHEREAS, two negotiation sessions were held and agreement reached on a required scope of services for the Project, to be provided for a fee of $1,186,807.00; and WHEREAS, Project funding, is available as follows: $665,403.00 is available from the 1999 General Obligation Bond; $309,011.00 is available from the 2000 Stormwater Bonds; and $212,393.00 is available from the 2000 Water and Sewer Bonds; and WHEREAS, the fee includes direct costs in the amount of $958,877.00, plus an allowance for reimbursables in the amount of $227,930.00; and WHEREAS, construction administration services, in the amountof$167,377.00, for a twenty (20) month construction period are included in the fee, not including extensions for weather-related or Force Majeure delays; and WHEREAS, EAC has agreed to include two months of additional construction administration services at no additional cost to the City if the Project exceeds the construction administration timeframe above, as may be amended for weather-related or Force Majeure delays; and WHEREAS, at the end of the additional two months, if it is required, EAC will provide additional services at a cost of eighty percent (80%) of the monthly cost of Construction Administration services established in the negotiated fee; and WHEREAS, if this is the case, Additional Services will have to be negotiated at that time; and WHEREAS, the total fee, excluding reimbursables, is approximately 15% of the current available Project construction budget, but it represents approximately 12% of the proposed construction budget once the additional stormwaterfunding is identified, which is within the general range of AlE cost percentages for streetscape projects that the City has been approving recently; and WHEREAS, the General Obligation Bond Oversight Committee, in its meeting on July 11, 2005, reviewed this proposal and recommended approval; and WHEREAS, the Administration recommends that the Major and City Commission approved the attached Agreement and appropriate the required funds. 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 hereby approve and authorize the Mayor and City Clerk to execute the attached Professional Services Agreement with EAC Consulting, Inc., in the amount of $1 ,186,807.00, to~rc)vide engineering, urban design, and landscape architecture services for design, bid and award, and construction administration services for the Biscayne Point Right-of-Way Infrastructure Improvement Project; and appropriate said amount from the following available funding sources: $665,403.00 from the 1999 General Obligation Bonds; $309,011.00 from the 2000 Stormwater Bonds; and $212,393.00 from the 2000 Water and Sewer Bonds. PASSED and ADOPTED this 27thday of July, 2005. .;, ATTEST: \,' ... ~r f (M,~ CITY CLERK Robert Parcher T:\AGENDA\2005\JuI2705\Regular\Biscayne Point AEC Reso.doc David Dermer APPROVED AS TO FORM & LANGUAGE & FOR ECUTION CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY m Condensed Title: A resolution approving and authorizing the Mayor and City Clerk to execute a Professional Service Agreement with EAC Consulting, Inc., in the amount of $1,186,807.00, to provide engineering, urban design, and landscape architecture services for design, bid and award, and construction administration services for the Biscayne Point Right-of-Way Infrastructure Improvement Project; and appropriating said amount from the following available funding sources: $665,403.00 from the 1999 General Obligation Bonds; $309,011.00 from the 2000 Stormwater Bonds; and $212,393.00 from the 2000 Water and Sewer Bonds. Issue: Should the City Commission award a professional services agreement to EAC Consulting, Inc.in the amount of $1 ,186,807.00 to provide engineering, urban design, architecture, landscape architecture, and construction administration services necessary to complete the design, and construction of Biscayne Point R-O-W 1m rovements Pro'ect and a ro riate the re uired fundin for this effort? Item Summa IRecommendation: The Biscayne Point Right of Way (ROW) Infrastructure Improvement Project is a $7.82 million infrastructure project which includes restoration and enhancement of streetscapes and infrastructure, consistent with existing available master plans, qualified decisions of applicable City Departments and community preferences. The proposed project will include stormwater management and potable water distribution system upgrades, streetscape work with restoration and enhancement of the neighborhood's hardscape, landscape, streetscape irrigation and lighting, as practicable within specified budget parameters. At this point, sanitary sewer upgrades are not anticipated as part of the Project. At this time additional funding for the stormwater scope of approximately $1.8 million needs to be identified and allocated to the Project before the Project enters into the bidding phase, to complete the $7.82 million Project. Previously, another Consultant performed a variety of forensic and community planning tasks culminating in the creation of the Biscayne Point Basis of Design Report (BOOR), which was approved by the City of Miami Beach Commission on October 15, 2003. This BOOR serves as the definitive Master Plan for the proposed ROW improvements to be designed, bid, awarded and constructed. Negotiations with the consultant to undertake design, bid and award construction administration services were unsuccessful. Accordingly, a new Requestfor Qualifications (RFQ) was issued to perform these services. On September 8, 2004, the City Commission authorized the issuance of RFQ No. 42-03/04, which was issued on November 9,2004 with an opening date of December 17, 2004. Eight responses were received, and an Evaluation Committee selected EAC on February 11, 2005. The total fee is approximately 15% of the current available Project construction budget, but it represents approximately 12% of the proposed construction budget once the additional stormwaterfunding is identified, which is within the general range of AlE cost percentages for streetscape projects that the City has been approving recently. The Administration recommends award of the a reement and a ro riation of the re uired funds. Adviso Board Recommendation: At their July 11, 2005 meeting, the GO Bond Oversight Committee recommended that the Mayor and City Commission award the A reement. Financial Information: Finance Dept. $665,403.00 $309,011.00 $212,393.00 Source of Funds: 1999 General Obligation Bonds 2000 Stormwater Bonds 2000 Water and Sewer Bonds D $1,186,807.00 Ci Clerk's Office Le islative Trackin : M. Alexandra Rolandelli, Senior Capital Projects Coordinator W - 272005 5\JuI2705\Regular\Biscayne Point EAC Summary.doc AGENDA ITEM DATE R7E 7- :J.7~:5 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov To: From: Subject: COMMISSION MEMORANDUM Mayor David Dermer and Date: July 27,2005 Members of the City Commission Jorge M. Gonzalez \ ~ City Manager 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 WITH EAC CONSULTING, INC., IN THE AMOUNT OF $1,186,807.00, TO PROVIDE ENGINEERING, URBAN DESIGN, AND LANDSCAPE ARCHITECTURE SERVICES FOR DESIGN, BID AND AWARD, AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE BISCAYNE POINT RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROJECT; AND APPROPRIATING SAID AMOUNT FROM THE FOLLOWING AVAILABLE FUNDING SOURCES: $665,403.00 FROM THE 1999 GENERAL OBLIGATION BOND FUNDS; $309,011.00 FROM THE 2000 STORMWATER BONDS; AND $212,393.00 FROM THE 2000 WATER AND SEWER BONDS. PROJECT FUNDING Project funding in the amount of $1,186,807.00 is available from the following sources: $665,403.00 from the General Obligation Bond; $309,011.00 from the 2000 Stormwater Bonds; and $212,393.00 from the 2000 Water and Sewer Bonds. ADMINISTRATIVE 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, Park, Beach and Fire Safety Improvements. The Biscayne Point Right of Way (ROW) Infrastructure Improvement Project (the Project) is a $7.82 million infrastructure project which includes restoration and enhancement of streetscapes and infrastructure, consistent with existing available master plans, qualified decisions of applicable City Departments and community preferences. The proposed Project will include stormwater management and potable water distribution system upgrades, streetscape work with restoration and enhancement of the neighborhood's hardscape, landscape, streetscape irrigation and lighting, as practicable within specified budget parameters. At this point, sanitary sewer upgrades are not anticipated as part of the Project. At this time additional funding for the stormwater scope of approximately $1.8 million needs to be identified and allocated to the Project before the Commission Memorandum July 27, 2005 Award of AlE Services to EAC Consulting, Inc. for Biscayne Point Right-of-Way Infrastructure Project Page 2 of 3 Project enters into the bidding phase, to complete the $7.82 million Project. The AlE firm will design the entire scope with the assumption the additional funding will be identified. Previously, the City had retained a consultant, The Corradino Group (TCG), to perform a variety of forensic and community planning tasks culminating in the creation of the Biscayne Point Basis of Design Report (BODR), which was approved by the City of Miami Beach Commission on October 15, 2003. This BODR serves as the definitive Master Plan for the proposed Project ROW improvements to be designed, bid, awarded and constructed. Negotiations with TCG to undertake design, bid and award construction administration services were unsuccessful. In recognition of the need to move forward with the Project, on September 8, 2004, the City Commission authorized the issuance of a Request for Qualifications (RFQ) for engineering, urban design, and landscape architecture services needed for the design, bid and award, and construction administration of the Project. RFQ No. 42-03/04 was issued on November 9, 2004, with an opening date of December 17, 2004. A pre-proposal conference to provide information to firms considering submitting a response was held on December 3, 2004. Eight responses were received, and an Evaluation Committee was appointed and met on February 11, 2005. After the firms' presentations, the Committee members conducted a question and answer session, and deliberation. The firm of EAC Consulting, Inc. (EAC) was deemed to be the first ranked firm based on its experience and qualifications as well as its team. EAC possess a vast experience in the planning, design, permitting and construction administration of infrastructure redevelopment projects in South Florida. EAC CONSULTING, INC. QUALIFICATIONS EAC's team is comprised of several highly specialized, locally recognized firms: 1) Savino Miller Design Studio, which will provide urban design and streetscape improvements; 2) Hillers Electrical, which will provide electrical design services; 3) F.R. Aleman & Associates, which will provide traffic studies and survey and mapping subsurface utility exploration; 4) GEOSOL, Inc., which will provide Geotechnical services as needed; and 5) E. Sciences, which will provide environmental services. EAC's Team has nineteen (19) years of professional experience in South Florida, where all team members have worked together before on successful project completions. On March 16, 2005, the City Commission approved Resolution No. 2005-25836, authorized the Administration to enter into negotiations with EAC, the top-ranked firm by the selection committee. Two negotiation sessions were held and agreement reached on a required scope of services (Attachment A) to be provided for a fee of $1,186,807.00 (Attachment B). Project Commission Memorandum July 27,2005 Award of AlE Services to EAC Consulting, Inc. for Biscayne Point Right-of-Way Infrastructure Project Page 3 of 3 funding in the amount of $665,403.00 is available from the 1999 General Obligation Bond; $309,011.00 is available from the 2000 Stormwater Bonds; and $212,393.00 is available from the 2000 Water and Sewer Bonds. The fee includes direct costs in the amount of $958,877.00, plus an allowance for reimbursables in the amount of $227,930.00. Construction Administration services, in the amount of$167,377.00 for a twenty (20) month construction period are included in the fee, not including extensions for the weather- related, Force Majeure delays. EAC has agreed to include two months of additional Construction Administration services at no additional cost to the City if the Project exceeds the construction administration timeframe above, as may be amended for weather-related or Force Majeure delays. At the end of the additional two months, if they are required, EAC will provide additional services at a cost of eighty percent (80%) of the monthly cost of Construction Administration services established in the negotiated fee. If this is the case, Additional Services will have to be negotiated at that time. The total fee, excluding reimbursables, is approximately 15% of the current available Project construction budget of $6.02 million, but it represents approximately 12% of the proposed construction budget of $7.82 million, once the additional stormwater funding is identified, which is within the general range of AlE cost percentages for streetscape projects that the City has been approving recently. The AlE firm will design the entire scope with the assumption the additional funding will be identified. The General Obligation Bond Oversight Committee, in its meeting on July 11, 2005, reviewed this proposal and recommended approval. The Administration recommends award of the agreement and appropriation of the required funds. CONCLUSION: The Administration recommends that the Mayor and City Commission adopt the resolution, approve and authorize the Mayor and City Clerk to execute the attached Professional Services Agreement with EAC Consulting, Inc., in the amount of $1 ,186,807.00, to provide engineering, urban design, and landscape architecture for design, bid and award, and construction administration services for the Biscayne Point Right-of-Way Infrastructure Improvement Project; and appropriate said amount from the following available funding sources: $665,403.00 from the 1999 General Obligation Bonds; $309,011.00 from the 2000 Stormwater Bonds; and $212,393.00 from the 2000 Water and Sewer Bonds. JMG:RCM:TH:JECh:KLM:AR Attachments T:\AGENDA\2005\JuI2705\Regular\Biscayne Point EAC Memo.doc