| | | | | | | | | New Business and Commission Requests - R9 D
COMMISSION MEMORANDUM |
| | | |
| | | | | | | | TO: | Honorable Mayor and Members of the City Commission | | FROM: | Jimmy L. Morales, City Manager | | DATE: | March 22, 2017 | | |
| SUBJECT: | UPDATE ON BUS SHELTER DESIGN NEGOTIATIONS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2016-116-KB FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR NEW BUS SHELTERS. |
| | | |
| | | | | | | | RECOMMENDATION
| This item is being presented to City Commission for discussion and further direction.
BACKGROUND
At the December 9, 2015 City Commission meeting, the Commission discussed the need to modify the existing bus shelter design and the desire for bus shelters to include enhancements that could help promote transit. The new bus shelter design is intended to be of an iconic nature and incorporate features enhancing the transit experience of passengers, including innovative designs and technology, as well as to enable for installation of bus shelters at more bus stops with high transit ridership.
At the March 9, 2016 City Commission meeting, the Commission approved Resolution No. 2016-29325 accepting the recommendation of the Finance and Citywide Projects Committee to issue a Request for Proposals for the design of new bus shelters; and authorizing the City Manager to extend the existing agreement between the City and Clear Channel on a month-to-month basis after expiration on October 31, 2016, as needed, such that the Clear Channel contract would remain in place until the new contract is executed.
On April 13, 2016, the City Commission approved to issue Request for Qualifications (RFQ) No. 2016-116-KB for Architectural and Engineering Design Criteria Professional Services for New Bus Shelters. Said RFQ was issued on April 20, 2016 and responses were due and received on June 10, 2016. The City received proposals from the following five (5) firms: ACAI Associates, Inc.; Arquitectonica International Corp.; Brooks + Scarpa Architects, Inc.; Glavovic Studio, Inc.; and William Lane Architect, Inc.
The Evaluation Committee convened on May 26, 2016 to consider the proposals received. The evaluation process resulted in the ranking of ACAI Associates, Inc., as the top ranked proposer. The ACAI Associates team includes the premier design firm of Pininfarina.
On July 13, 2016, the City Commission adopted Resolution 2016-29477 authorizing the Administration to enter into negotiations with the top ranked proposer, ACAI Associates, Inc.; and, should negotiations be unsuccessful, authorizing the Administration to enter into negotiations with the second highest ranked proposer, Brooks + Scarpa Architects, Inc.; further, authorizing the Mayor and City Clerk to execute the agreement with the successful firm. |
| | | |
| | | | | | | | ANALYSIS
| The original price proposal submitted by the ACAI/Pininfarina team on October 28, 2016 was over $2.6 million. This initial price proposal included design services and development of 100% construction documents (approximately $1.75 million) and optional post design services (approximately $875,000).
Since October, staff has been engaged in lengthy negotiations with the ACAI/Pininfarina team and received an additional five (5) price proposals with the intent of reducing the cost of design services and development of construction documents. ACAI/Pininfarina's best and final offer is $504,251, inclusive of some fee concessions and scope reductions. While this price still includes the goals of an iconic design and preparation of construction documents (100% design plans, specifications, and construction cost estimates), it does not include any post-design services, such as construction administration.
To further lower the cost, the Administration proposed that the ACAI/Pininfarina team reduce their scope to provide for a design build option, rather than full construction documents, which requires a Design Criteria Package (DCP) that would allow the City to benefit from an iconic design prepared by the ACAI/Pininfarina team, as well as preparation of preliminary construction documents (30% development) and the necessary project specifications. Under this approach, the ACAI/Pininfarina team would still design the shelters (and assure the design was protected), but the actual construction documents would be developed and completed by a design/build contractor (DB firm) qualified to build and install the shelters. The cost of this option is approximately $410,000. While the DB firm would prepare the actual construction documents, they would be precluded from altering the ACAI/Pininfarina design. |
| | | |
| | | | | | | | CONCLUSION
| The Administration is seeking direction from the City Commission regarding the following options:
1. Contract with the ACAI/Pininfarina team to develop 100% design plans, specifications and construction cost estimates for construction of new bus shelters. This option is estimated to cost $504,251. Following completion of the design and construction documents, a contractor would be competitively solicited to construct the shelters in accordance with the ACAI/Pininfarina team’s design, plans and specifications.
2. Contract with the ACAI/Pininfarina team to develop a Design Criteria Package (full design and 30% plans and specifications). This option would cost approximately $410,000. Following completion of the design criteria package, a contractor would be competitively solicited to finalize construction documents and construct the shelters in accordance with the ACAI/Pininfarina team’s design.
3. Enter into negotiations with the second highest ranked firm, Brooks + Scarpa Architects, Inc. |
| | | |
| | | | | | | | KEY INTENDED OUTCOMES SUPPORTED Ensure Comprehensive Mobility Addressing All Modes Throughout The City |
| | | |
| | | | | | | | Legislative Tracking Transportation |
| | | |
|