Summary of Specifications:
REQUEST FOR QUALIFICATIONS (RFQ) NO. 03-09/10 FOR THE PREPARATION OF A NEW CITYWIDE COMPREHENSIVE STORMWATER MANAGEMENT MASTER PLAN IN THE CITY OF MIAMI BEACH TO SUPERCEDE THE EXISTING COMPREHENSIVE STORMWATER MANAGEMENT PROGRAM MASTER PLAN
Sealed bids will be received by the City of Miami Beach Procurement Division, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 19th day of November, 2009, for Request for Qualifications No. 03-09/10
The City of Miami Beach is one of 16 municipalities that entered into an interlocal agreement with Miami-Dade County in 1993, authorizing Miami-Dade County to be the lead permittee in submitting a National Pollutant Discharge Elimination System (NPDES) stormwater permit application. One condition of the interlocal agreement requires Miami Beach to develop a Stormwater Management Master Plan (SWMMP) that is consistent with Miami-Dade County’s Master Plan. In 1997, CH2MHill prepared a Stormwater Master Plan that prioritized drainage basins, recommended a five-year Capital Improvements Program, and provided hydrologic and water quality calculations for the priority basins.
The SWMMP has proven to be out-of-date through changes in land use as well as modifications to the contributing water-sheds resulting from re-grading and new construction. The purpose of the new SWMMP will be to create a comprehensive model that will evaluate the existing system to identify those basins that are experiencing reduced levels of service (LOS). The preparation of a computer hydraulic model will allow the City to evaluate cost-effective stormwater infrastructure improvements to meet City demand for LOS, remediate excessive flooding, prioritize stormwater basins, develop a phased capital improvement plan, establish sustainable stormwater policy, as well as, ensure continued compliance with the City’s NPDES permit, and other federal, regional, and local agencies.
SCOPE OF SERVICES
The scope of work to be performed includes an initial evaluation and benchmark inventory of the City's existing stormwater infrastructure, which will be developed through the utilization of the City’s existing Geographic Information System (GIS). The study will also look at the current LOS of the existing systems, as well as, identify and prioritize problem areas. The study will also identify existing and future operation and maintenance needs, as well as, projected costs. The study will incorporate future sea-level change projections into the planning, engineering design, construction, and operations of the systems. Included also will be the development, validation, and application of comprehensive stormwater quantity and quality models; the evaluation of cost-effective alternatives for improvements on currently on-going Capital Improvement Projects Office (CIP) projects to desired LOS; and environmental applications to meet water quality criteria. The SWMMP will also make capital improvement plan projections as well as provide an outline of available funding options and opportunities, including but not limited to, grants, loans, stormwater utility rate revenues, and/or public-private partnerships. The study will also reflect on future sustainability of the stormwater systems by developing an all-inclusive stormwater ordinance. All work shall be submitted in digital formats in coordination with the City's Engineering Division of the Public Works Department.
The foregoing specifications identify the basic requirements and objectives of the SWMMP. Proposers are encouraged to be innovative and provide new ideas or alternatives, which may further enhance or improve this undertaking.
The following details the proposed scope of services for the subject RFQ:
• Review the existing CH2MHill SWMMP; • Provide elevation data and validate the City’s existing data, GIS, and stormwater infrastructure; o Validate existing inventory data and update any new stormwater features. o Confirm topographic information with an acceptable level of accuracy for all surface and underground stormwater infrastructure systems. o Develop Comprehensive Water Quality and Quantity Models. o Provide alternative Stormwater Management Solutions to meet Water Quality/Quantity Demands meeting all acceptable LOS.
• Assessment of LOS of the existing system, identification and prioritization of problem areas; o Assess the LOS of the existing system. o Identify the problem areas within the system. o Prioritize the drainage basins on level of flooding, system capacity, water quality, as well as any Federal, Regional, and Local Regulatory Requirements. • Identification of O&M needs and costs; o Provide a projection of the operation and maintenance needs and costs associated with the recommended improvements. o Develop a detailed responsiveness plan for significant storm events as well as associated flooding. • Evaluation of cost-effective alternatives for improvements to meet City-desired LOS and NPDES stormwater permit requirements, such as, Total Maximum Daily Load (TMDL) limitations, and Pollutant Load Reduction Goals (PLRGs); • Incorporation of future sea-level change projections into the planning, engineering design, construction, and operations of systems; • Development of a phased capital improvements plan based on City priorities and opportunities for coordination with other public and private entities; o Develop a prioritized list of CIP projects that provides the City with an understanding of the areas of highest concern. o Consider opportunities for coordination with other public and private entities when developing the prioritized list. • Evaluation of funding options including grants, loans, stormwater utility rate options, and/or public-private partnerships to fund future capital program; o Provide viable funding options the City can utilize to better finance stormwater improvements. o Options to be considered should include grants, loans, stormwater utility rates, and/or public-private partnerships.
o Develop a comprehensive stormwater ordinance.
The first task of the selected Firm shall be to develop a computer hydraulic model of the Flamingo/Lummus and West Avenue neighborhoods since they represent two of the largest neighborhoods and one of the largest stormwater drainage basins. This initial task will analyze the existing system in the referenced neighborhoods and identify system deficiencies as well as potential improvements. These improvements will be identified in a schematic fashion so that multiple Design Criteria Packages can be prepared and issued for Invitations to Bid. This approach will allow the City to identify and accept one pragmatic solution to the area’s drainage needs prior to releasing multiple design-build firms to finalize the individual project design components. This process will establish one cohesive design/construction package for the Flamingo/Lummus and West Avenue neighborhoods.
Minimum Requirements
Proposer: For purposes of compliance with this minimum experience requirement, the term “Proposer” is hereby defined to mean the firm and/or business entity which is submitting a proposal pursuant to this RFQ. Accordingly, the firm and/or business entity must meet the minimum requirements listed below in order to be deemed responsive. Non-responsive bids will be disqualified from consideration.
• Project Team’s Experience: o List all projects undertaken in the past five (5) years, describe the scope of each project in physical terms and by cost, describe the respondent’s responsibilities, and provide the name and contact telephone number of an individual in a position of responsibility who can attest to respondent’s activities in relation to the project. A SF254 form can suffice this request. o Name(s) of the person, within the organization who was most actively involved with managing each project; o All legal claims against any member of the project team alleging errors and/or omissions, or any breach of professional ethics, including those settled out of court, in the past five (5) years. • Project Manager’s Experience: o Comprehensive summary of the experience and qualifications of the individual who will be selected to serve as the Project Manager. o Affidavit and/or commitment letter prepared by respondent committing said Project Manager to Project. • Previous Similar Projects: o List of a minimum of five (5) projects which demonstrates the project team’s experience in providing the services as required under this RFQ including: o Client name, address, phone number, e-mail address. o Consultant/Client (Architect, Engineer, Other) name, address, phone number, fax and/or e-mail address. o Description of the scope of the work. o Month and Year the project was started and completed. o Total construction cost and professional service fees paid. o Role of the firm and the responsibilities. • Qualifications of Project Team: o List of the personnel to be used on this project and their qualifications. A resume of each individual, including education, experience, and any other pertinent information shall be included for each team member to be assigned to this project.
Sealed qualifications will be received until 3:00 p.m. on November 19, 2009, at the following address:
City of Miami Beach Procurement Division - Third Floor 1700 Convention Center Drive Miami Beach, Florida 33139
Any response received after 3:00 p.m. on November 19, 2009, will be returned to the contractor unopened. The responsibility for submitting qualifications before the stated time and date is solely the responsibility of the contractor. The City will not be responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence.
A pre-qualifications meeting is scheduled for October 30, 2009, at 2:00 p.m. at the following address:
City of Miami Beach City Manager’s Large Conference Room 1700 Convention Center Drive Miami Beach, FL 33139
Attendance (in person or via telephone) to this Pre-Qualifications submission meeting is encouraged and recommended as a source of information but is not mandatory
Proposers who are interested in participating via telephone please send an e-mail to theocarrasco@miamibeachfl.gov expressing your intent to participate via telephone at least one business day in advance of the meeting and must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-877-953-3061 (Toll-free North America) (2) Enter the MEETING NUMBER: #8982915#
The City of Miami Beach is using BidSync, a central bid notification system that provides bid notification services to interested vendors. BidSync allows vendors to register online and receive notification of bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.bidsync.com.If you do not have Internet access, please call the BidSync’s vendor support group at 801-765-9245.
The City of Miami Beach also utilizes BidNet for automatic notification of bid opportunities and document fulfillment. This system allows vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.govbids.com/scripts/southflorida/public/home1.asp. If you do not have Internet access, please call the BidNet support group at 800-677-1997 extension # 214.
The City of Miami Beach provides bid information online at http://web.miamibeachfl.gov/procurement.
THE CITY OF MIAMI BEACH RESERVES THE RIGHT TO ACCEPT ANY PROPOSAL DEEMED TO BE IN THE BEST INTEREST OF THE CITY OF MIAMI BEACH, OR WAIVE ANY INFORMALITY IN ANY PROPOSAL. THE CITY OF MIAMI BEACH MAY ALSO REJECT ANY AND ALL PROPOSALS.