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