HomeMy WebLinkAboutR-84-1284J-84-1049 d RESOLUTION NO.84-1.o,-,"84 A RESOLUTION AUTHORIZING A PROFESSIONAL SERVICES CONTRACT FOR THE DEVELOPMENT OF A STORM DRAINAGE MASTER PLAN FOR THE CITY OF MIAMI; DESIGNATING THE PLAN AS A CATEGORY B PROJECT; APPOINTING A CERTIFICATION COMMITTEE OF THREE (3) MEMBERS AND APPOINTING THE DIRECTOR OF THE DEPARTMENT OF PUBLIC WORKS AS CHAIRMAN OF THE COMPETITIVE SELECTION COMMITTEE; REQUIRING SUBMITTAL OF A RANK ORDER OF QUALIFIED CONSULTANTS TO THE CITY COMMISSION FOR APPROVAL AND AUTHORIZING THE CITY MANAGER TO NEGOTIATE A CONTRACT. WHEREAS, The City of Miami is responsible for providing and maintaining storm drainage facilities on City streets; and WHEREAS, inadequacies exist in the present drainage system which cause frequent flooding on City streets in many areas; and WHEREAS, the City electorate has approved a new Storm Sewer Bond Issue in the amount of $30,000,000 for the construction of new storm drainage facilities; and WHEREAS, the City has undertaken an immediate action storm sewer program to relieve problems in 27 major drainage districts which experience the worst drainage problems; and WHEREAS, these immediate remedial action plans should be integrated into a comprehensive, City-wide stormwater management program that will provide flood protection to the entire City; and WHEREAS, the City has not developed a storm drainage master plan for management of existing and future storm drainage installations; and CITY COMMISSION MEETING OF N 0 V 8 1984 84-1284 RESOLUTION No. REMARKS. WIN _. .N, '� - �'_'feyxw 0 WHEREAS, the City should engage a professional consulting firm to develop a comprehensive storm drainage master plan; and WHEREAS, the professional services contract for said master plan should be designated as a Category B Project; and WHEREAS, a certification committee needs to oe appointed; and WHEREAS, a chairman needs to be appointed for the competitive selection committee; and WHEREAS, funding is available in the Storm Sewer General Obligation Bond Fund; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. A professional services contract for the development of a comprehensive storm drainage master plan is hereby designated a Category B Project as defined in Section 18-52.3 "Professional Services" of the Code of the City of Miami, Florida. Section 2. The Commission hereby appoints a Certification Committee of three (3) members consisting of the City Manager, the Director of the Department of Finance and the Director of the Department of Public Works, or their appointed designees. Section 3. The Director of the Department of Public Works is hereby appointed as Chairman of the competitive selection committee. 84-1284 ra Section 4. A resolution shall be submitted to the City Commission approving the rank order of qualified consultants, and authorizing the City Manager to enter into contract negotiations according to established City procedures. PASSED AND ADOPTED this 8th day of November 9 1984. ATTEST: RALPH G. ONGIE CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK DEPUTY CITY ATTORNEY -3- Maurice A Ferre MAURICE A. FERRE M A Y 0 R APPROVED ��AS0 FORM AND CORRECTNE t-A A. DOUGHER CITY ATTORNEY 84-1284 Section 4. A resolution shall be submitted to the City Commission approving the rank order of qualified consultants, and authorizing the City Manager to enter into contract negotiations according to established City procedures. PASSED AND ADOPTED this 8th day of November 1984. INKAWNIA CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK DEPUTY CITY ATTORNEY Maurice A. Ferre MAURICE A. FERRE M A Y O R APPROVED AS 0 FORM AND CORRECTNE — CITY ATTORNEY 84-1284 CITY OF MIAM1, FLORIDA 51 INTER -OFFICE MEMORANDUM TO. Howard V. Gary DATE: October 5, 1984 �`�• City Manager FROM: D a d W. ather Director of Public Works SUBJECT: Resolution for the Development of A Comprehensive Storm Drainage Master Plan REFERENCES: (For Commission Meeting of ENCLOSURES: November 8, 1984 The Department of Public Works u, C recommends adoption of a resolution designating a professional services h contract for the development of a -� comprehensive storm drainage master plan � as a Category B Project; appointing a z: Certification Committee of three (3) -0 LA 3 members and appointing the Director of == the Department of Public Works as �' ti ' Chairman of the Competitive Selection o Committee, requiring submittal of a rank order of qualified consultants to the City Commission for approval and authorizing the City Manager to negotiate a contract. Numerous drainage problems exist throughout the City which cause frequent flooding on streets in many areas. The citizens of Miami have approved a $30,000,000 storm sewer bond issue in order to eliminate many of these problems. The Department of a i Public Works has undertaken an immediate action storm sewer program to relieve problems in 27 major drainage basins which experience the worst drainage problems. These remedial action plans must be integrated into a comprehensive City-wide stormwater management program that will provide flood protection to the entire City. j Due to the desired timeliness and expertise needed to develop a comprehensive plan, the City should retain the services of a professional consulting firm for plan development and document preparation. Therefore, on October 18, 1984, the City will advertise for receipt of Letters of Interest from professional consulting firms for the development of a comprehensive storm drainage master plan for the City of Miami. The procedures to be followed are as defined in Section 18-52.3 "Professional Services" of the Code of the City of Miami, Florida. h/ Page 1 of 2 84-1284 oNk Oft Howard V. Gary October 5, 1984 The attached resolution designates this as being a Category B Project; directs the City Commission to appoint a Certification Committee of three (3) members composed of the City Manager, the Director of the Department of Finance and the Director of the Department of Public Works, or their appointed designees; appoints the Director of the Department of Public Works as Chairman of the Competitive Selection Committee; requires submittal of a resolution to the City Commission approving the rank order of qualified consultants and authorizing the City Manager to enter into contract negotiations according to established City procedures. Funds for the project are available in the Storm Sewer General Obligation Bond Fund. JJK:rj Resolution attached cc: Manny Alvarez Page 2 of 2 84-1284 oft Bid No. 84-85-06 ADVERTISEMENT FOR BIDS INVITATION TO SUBMIT LETTERS OF INTEREST IN RENDERING PROFESSIONAL ENGINEERING SERVICES TO DEVELOP A COMPREHENSIVE STORM DRAINAGE MASTER PLAN FOR THE CITY OF MIAMI, FLORIDA. The City of Miami through the Department of Public Works requires professional consulting engineering services for the development and preparation of a comprehensive storm water management plan. All letters of Interest will be reviewed by a Certification Committee. Experience, past performance, minority representation and adequate staffing to concisely accomplish the work will by weighed heavily in evaluating firms. After an initial screening by the Certification Committee, at least three (3) qualified firms will re requested fro make a presentation to the Selection Committee for further consideration. The selection Committee will recommend this rated list of enginee.r.ing consultants to the City Manager and City Commission for" final approval. Certification and selection procedures for this project will conform to Section 18-52.3 "Professional Services" of the Code of the City of Miami, Florida. Interested consultants desiring detailed information for preparation of Proposal, are to contact James J. Kay, City of Miami Public Works Department, 275 N. W. 2nd Street, Miami, Florida 33128, Phone (305) 579-6865. If your firm is interested in providing these professional services, please submit a GSA Standard Form 254 and appropriate additional information showing your firm's ability and availability to perform the required services for the City of Miami, to Donald W. Cather, Director, Department of Public Works, 275 N. W. 2nd Street, Miami, Florida 33128,. by 5:00 P. M., Thursday, November 15, 1984. (B-5510, Req. 0671) Howard V. Gary City Manager 84--1284 REQUEST FOR PROPOSAL TO DEVELOP A STORM DRAINAGE MASTER PLAN .FOR DEPARTMENT -OF PUBLIC WORKS CITY OF MIAMI, FLORIDA.._ OCTOBER, 1984 84-1284 0^ TABLE OF CONTENTS PART I GENERAL INFORMATION A. Background 3 B. Scope of Work 5 C. Reports 13 D. Department Participation 13 E. Qualifications of Consultant 14 PART II PROPOSAL PREPARATION A. General Conditions 15 B. Proposal Format 16 PART III PROPOSAL EVALUATION 17 84-1284 PART I - GENERAL INFORMATION A. BACKGROUND The City of Miami Public Works Department is seeking an engineering consultant to assist the City in the development of a comprehensive stormwater management plan. Stormwater runoff is presently disposed of by 1) exfiltration through slab covered trenches, French drains and wells, and/or 2) discharge to one of the following surface water bodies: Tamiami Canal, Miami River Canal, Comfort Canal, Blue Lagoon, Little River Canal, Seybold Canal, and Biscayne Bay. However, there are inadequacies in the present system causing frequent flooding on City streets in many areas. Moreover, the proposed raising of -the water level in the Tamiami Canal and Blue Lagoon by the South Water Management District (SFWMD) threatens to increase the frequency,and severity of some of these problems. Enclosed is a map of the City of Miami delineating the various watershed basins. The City has undertaken an immediate action storm sewer program to relieve problems in 27 major drainage districts which experience the worst drainage problems. These immediate remedial action plans must be integrated into a comprehensive, City-wide, stormwater management program that will provide flood protection to the entire City for a selected recurrence interval. The plan must account for the following issues: 1) hydrologic characteristics of the surface and groundwaters in the region and their ability to receive storm drainage from the City; 2) the possible raising of the water level in the -3- 84 -1284 MAJOR WATERSHED DISTRICTS t CITY OF MIAMI, FLORIDA o W � y j W t _ W ! � V l ! L 1 N w I } �i .•. �.Y,a�.-�'N VAT I �79 S'I:1� 1.;.:•:�.,�,�• a1�• .,.Y 1 :a USErtf NW TI 5T........I Ie 0 1 . C•I 1 SE ST i b 1 o j � NW 51 ST — 0 0 1 ST �I 1 ! ! 1���.��.��•!t,-+r,���� / I jUIIA TUTTIC �• �• �{•� ���• CAUSEWAY NW So ST1 1I�1 W .♦i' � I 0 1 i a NW to ST i = Nw to ST 01 e Q •VENETIAN CA us EWAY NW 10 >r�->�6t^' J la:' ' �/ �'����� 0 I0� n_�4 `•:+`FBI v w .✓ �. �, i A ST W W i i 0 i j SW 10 ST 0� t O '♦ el 9�/ .♦ coNAt WAY i O• • IIICAENSACAEN `� •♦ '� % CAUSEWAY •♦ �`#�« % sleo Av[i - E � / . p ! VIRCINIA 0 0 .•s E......r REr $NAND AVE, / •. j /t•` /4�.ER j r• pDNICIANA AVE r I ;no :s0v tovo 7.00 0000 rttl Nrts NANDEE AVE ! o ,•+ . . vt ..�/. .�."...........� -. - ......................� WATERSHED DISTRICTS TRIBUTARY TO RECEIVING WATERS ' ALL OTHER DISTRICTS NOT om TAMIAMI CANAL .mTRIBUTARY TO SURFACE COMFORT CANAL RECEIVING WATERS. THESE :J AREAS TO BE SUBDIVIDED BY MIAMI RIVER CANAL ANT AND IN INE NTHTDEVELOPMENTLUDOFED IIII�IIIIIIII� SEYBOLO CANAL MASTER DRAINAGE PLAN. ••�•'•'r° LITTLE RIVER CANAL ".e • o BISCAYNE BAY i j —A— 84-1284 l �3 :,1 1 �l B. Tamiami and other canals; 3) reduction of runoff pollutants to protect receiving waters, especially Biscayne Bay and its tributaries; 3) cost to provide various levels of protection from street flooding; 4) the C ity's ability to pay for storm drainage improvements. The required products of the study are the following: 1. A master plan for stormwater management for the City of Miami, including feasibility analyses of all major alternatives; 2. A detailed review of all existing ordinances and criteria that relate to drainage design and facilities in the City of Miami; and 3. A time -phased prioritized facilities development program for storm drainage facilities that will provide the desired level of flood protection to the City and is consistent with the City's ability to pay. SCOPE OF WORK The work to be accomplished in this contract is divided into five parts: 1. Hydrologic Study 2. Stormwater Pollution Control Study 3. Master Plan Development 4. Facilities Development Program 5. Review of Existing Drainage Ordinances The scope of work to be accomplished includes, but is not limited to, the parts defined below. 1. Hydrologic Study_ The contractor shall perform a hydrologic study of the major watersheds that receive surface runoff from the City to determine what -5- 84-1284 combinations of present and antecedent rainfall produce flooding in the City. The study will be subdivided into at least the following watersheds: Tamiami Canal, Miami River Canal, Comfort Canal, Little River Canal, Seybold Canal and Biscayne Bay. Other watersheds within the City not tributary to surface receiving waters and which have been defined by the City shall be included in this study. The contractor shall estimate the frequency and magnitude of flooding in each watershed for: 1) an exfiltration drainage system and 2) an exfiltration-positive overflow system of varying capacity. The contractor shall recommend to the City design storms for various recurrence intervals (3, 5, 10 , 259 50 and 100- year) by watershed as appropriate, that include the rainfall histogram compared to an assumed groundwater elevation. Alternate design storms shall be screened using a stormwater model that calculates runoff from both the pervious and impervious fractions of a watershed and includes the effects of water table levels on surface runoff. Using a stormwater model capable of representing surcharge flow, backwater effects We 84-1284 2. in pipe networks and open channels, and on- line/off-line storage devices, the contractor shall estimate the wet weather capacity of the Tamiami, Miami, Comfort, Little River and Seybold canals. An estimate shall be made of the capacity allocatable to the City (by drainage basin) for each recurrence interval, taking into account the drainage from other jurisdictions, including but not limited to Miami International Airport, Dade County, and County and State roads. Using a stormwater model capable of handling backwater impacts, the contractor shall determine the change in capacity if the -SFWMD increases the level of the Tamiami Canal and Comfort Canal, and shall determine any increases in c-apacity.• •that might be obtained by modifying the operation of the saltwater barrier(s) during wet weather periods. Stormwater Pollution Control Study The contractor shall estimate the annual pollution load in stormwater runoff from the City. Constituents to be investigated include: suspended solids, total heavy metals, organic hydrocarbons, total phosphorus and total nitrogen. The amount of the load delivered: 1) to the Tamiami, Miami, Little 84-1284 River, Seybold and Comfort canals; 2) directly to Biscayne Bay; and 3) to the groundwater shall be determined and the impact of these loads on each of the receiving waters shall be assessed. A statement shall be given concerning the ability of each receiving water to transport, disperse, reduce or precipitate each of the constituents investigated. The contractor shall identify structural and non-structural control measures/devices to reduce the pollutant concentrations in the runoff and provide estimates of their efficiency in pollutant reduction. Special attention shall be given to the effectiveness of French drains, slab covered trenches, auger, wells, drilled wells, and bottomless manholes for runoff pollution control. In addition to the estimates of efficiency, the contractor shall note specific construction methods required for the pollution control devices to work properly, and shall define the operation and maintenance requirements and problems associated with these devices. To the extent possible, existing data and studies shall be used for the water quality study. If additional local studies are required, the contractor will develop a study plan and submit it to the City for approval. -8- 84-1284 n 3. Master Plan Development Based upon the hydrologic study and the water quality study, the consultant shall prepare a Storm Drainage Master Plan for the City of Miami. The consultant shall first subdivide the City into major drainage basins tributary to the Tamiami, Miami, Little River, Seybold and Comfort canals and directly to Biscayne Bay and those basins not tributary to surface receiving waters. For each basin, cost effective drainage system facilities schematics shall be developed to provide flood protection for the 3, 5, 10, 25 and 50-year return interval -design storms. Impacts for the 100-year design storm should also be evaluated. The drainage plans must account for the interconnections of the groundwater from basin to basin and the various canal capacities that might be available depending on the SFWMD's operation of the canals. Runoff pollution control facilities are to.be included in each plan. The plan shall be designed to maximize the use of exfiltration systems. The interfacing of the City's drainage plan with County and State systems (existing and proposed) shall also be identified. In areas where flooding occurs 84-1284 from County or State drainage systems, joint projects shall be considered. The cost for each plan should identify capital costs plus Operation and Maintenance (0&M) costs separately, and should include a description of the activities required under the 0&M program. The City will select the design conditions for master planning based on results of the above analyses. The consultant shall refine and finalize the Master Plan including feasibility analyses of selected alternatives. The City's 1984-89 Storm Sewer Program shall be integrated into the Master Plan. 4. Facilities Development Program A time -phased facilities development program shall be enumerated by the consultant that integrates the City's 1984-89 Storm Sewer Program as modified in the master planning phase of this contract. As part of this program, alternative means of financing the Master Plan shall be developed and administrative requirements shall be identified to implement the plan for both the design/construction phase and operation/maintenance phase. For those master -10-- 84-1284 plan projects that involve joint projects with the County and/or State, a method of cost - sharing shall be developed. Alternative methods of financing will be investigated for City projects. Following the guidance of City staff, the consultant shall prepare a final plan that implements the Master Plan in such a manner that the rate of spending is commensurate with available funds and the most severe flooding problems receive highest priority for solution. 5• Review of Existing Drainage Ordinances The consultant will review all existing City, County and State ordinances and criteria that relate to drainage facilities design and construction. The major thrust of the review will be to identify any conflicts that could arise in attempting to implement the Storm Drainage Master Plan to insure the plan is compatible with all existing requirements. The consultant will identify all State statutes and/or local ordinances which relate to the City's authority to: (1) provide storm drainage services, and (2) levy charges to support them. A summary of these statutes and ordinances will be presented together with any suggestions for necessary improvements. -11- 84-1284 a PQ" plan projects that involve joint projects with the County and/or State, a method of cost - sharing shall be developed. Alternative methods of financing will be investigated for City projects. Following the guidance of City staff, the consultant shall prepare a final plan that implements the Master Plan in such a manner that the rate of spending is commensurate with available funds and the most severe flooding problems receive highest priority for solution. 5. Review of Existing Drainage Ordinances The consultant will review all existing City.. County and State ordinances and criteria that F: relate to drainage facilities design and construction. The major thrust of the review will be to identify any conflicts that could ? `J arise in attempting to implement the Storm Drainage Master Plan to insure the plan is -- compatible with all existing requirements. The i 1 consultant will identify all State statutes and/or local ordinances which relate to the City's authority to: (1) provide storm drainage services, and (2) levy charges to i support them. A summary of these statutes and ordinances will be presented together with any suggestions for necessary improvements. -11- }J E x$ {Y Q�x Hr n Lk A- - � 84-1284 This analysis must include a review of potential problems or conflicts that have to be resolved in order to implement a City-wide stormwater management program. The review must also include the definition of on -site stormwater drainage and pollution control requirements that are compatible with the specifications of the South Florida Building Code, Policies of the City of Miami, Dade County Environmental Resources Management (DERM), South Florida Management District (SFWMD) and the Florida Environmental Regulation (FDER). This analysis must define all existing permit requirements. As part of the review of present ordinances, existing methods of financing the stormwater master plan should be investigated. A description of the alternative methods available under existing legal restraints to finance capital construction programs and obtain operating and maintenance funds should be developed. Any alternatives that could be implemented in the future to obtain funding should be enumerated along with rough estimates of the level of funds that could be generated and the relative advantages and disadvantages of each method to the City. —12- 84-1284 fff� 1 `.' C. REPORTS The consultant shall prepare interim reports on each of the five parts of work described above. A draft report will be delivered to the City within 30 days after completion of each part. The City will respond with comments within 30 days. The final draft will be due 15 days after receipt of comments from the City. A final report shall be prepared that comprises an Executive Summary of parts 1 through 4 under the Scope of Work Section. The target audience will be program administrators and lay- persons. A separate document will be prepared for the drainage ordinance. The format shall be one of a reference document that the City or private developers can use for guidance in preparing drainage plans. D. DEPARTMENT PARTICIPATION During the project, the Department shall; - I. Provide existing data, maps and charts from Department files and records as requested by the Consultant, and 2. Establish an Advisory Panel to guide the project. Existing topographic data may be used in the preparation of the study. On file with the City of Miami Department of Public Works are reproducible aerial photographs for the entire City; underground record sheets covering approximately 50% of the City; and a non -reproducible grade atlas for the entire City. --13- 84-1284 r" E.QUALIFICATIONS OF CONSULTANT Consultants interested in performing this work must demonstrate their qualifications and experience by providing written documentation of previous work in each of the following: 1. Drainage Design and Masterplanning. 2. Detailed Hydrologic investigations of urban areas. 3. Hydraulic analysis of stormwater conveyance facilities including pipe networks, exfiltration systems, open channels and receiving waters. 4. Extensive experience in the use off time varying computer models for analysis of stormwater runoff and drainage system performance. 5. Experience in design of a real-time operation for stormwater control facilities for control of quantity and quality of urban runoff. 6. Evaluation of effects of urban runoff on receiving waters including streams, canals and estuaries. 7. Evaluation of effectiveness of control measures on reduction of quantity of runoff and improvement of the quality of runoff. 8. Analysis of local rainfall information and design storm development. 9. Knowledge of local ordinances and the regional and state requirements for stormwater management. 10. Evaluation of legal/institutional/financial aspects of drainage planning. 11. Determination of exfiltration rates and capacities.- 12. Effects of local and regional groundwater behavior on drainage system performances. -14- 84-12R,i f-, PART II - PROPOSAL PREPARATION A. GENERAL CONDITIONS 1. Proposals must arrive in the offices of the Director of Public Works no later than 4:00 p.m. Eastern Standard Time on January 14, 1985. 2. Department employees may be interviewed for additional information for preparation of the proposal. Arrangements may be scheduled by James J. Kay at (305) 579-6865. 3. Final selection of the Consultant should be made in February, 1985. — 4. The Consultant will be expected to begin work within 30 calendar days following an award of a contract. 5. The proposal should be based on completing all work associated with this project within approximately eight (8) months after award of the contract. 6. Included in the Proposal shall be an estimate of cost and time to complete work on each of the following three phases: Phase I - Parts 1 and 2 (Hydrologic Study, and Stormwater _ Pollution Control Study-). Phase II - Part 3 (Master Plan Development). Phase III - Part 4 and 5 (Facilities Development Program and Review of Existing Drainage Ordinances). 111� /*�- g. PROPOSAL FORMAT 1. Introduction 2. Consultant Qualifications 3. Work Plan for Development and Implementation 4. Project Schedule and Cost Estimates 5. Any other information or comments deemed appropriate. - 16 - 84-1284 PART III - PROPOSAL EVALUATION All proposals received shall be subject to an evaluation by the City for the purpose of selecting the consultant with whom a contract will be signed. The following items will receive special consideration: 1. The approach and scope of the proposal. 2. The work plan and project schedule. 3. The professional background and experience of the consultant and the project team. 4. The proximity of consultant's office to the City of Miami, Florida. a E r - 17 84-1284