Loading...
Resolution 2025-33511RESOLUTION NO.2025-33511 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER,PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ} NO.2024-524-DF,FOR PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER (NORTH SHORE D}NEIGHBORHOOD IMPROVEMENT PROJECT;AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH RISBECK ENGINEERING INC.,AS THE TOP-RANKED PROPOSER;FURTHER,IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH RISBECK ENGINEERING INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CES CONSULTANTS,INC.,AS THE SECOND RANKED PROPOSER;FURTHER,IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CES CONSULTANTS,INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH STANTEC CONSULTING SERVICES INC.AS THE THIRD RANKED PROPOSER;AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS,on September 11,2024,the Mayor and City Commission authorized the issuance of RFQ 2024-524-DF for professional design services for the North Beach Town Center (North Short D)neighborhood improvement project;and WHEREAS,on November 22,2024,the City received proposals from the following five (5)firms:Ardurra Group,Inc.;CES Consultants,Inc.;Ribbeck Engineering Inc.;Stantec Consulting Services Inc.;and Wade Trim,Inc.;and WHEREAS,on December 12,2024,the City Manager appointed the Evaluation Committee via LTC #547-2024.On January 16,2025,the City Manager updated the Evaluation Committee via L TC #20-2025.The Committee comprised Ghassan Choueiry,Senior Transportation Engineer,Transportation &Mobility Department;Jay Fink,Deputy Director,Public Works Department;Maria Cerna,Assistant Director,Office of Capital Improvement Projects;and Amy Knowles,Chief Resilience Officer,Environment and Sustainability Department;and WHEREAS,the Evaluation Committee convened on January 16,2025,to consider the proposals received;and WHEREAS,the Committee was provided an overview of the project,information relative to the City's Cone of Silence Ordinance,the Government Sunshine Law,and general information on the scope of services and a copy of each proposal;and WHEREAS,the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ;and WHEREAS,the evaluation process resulted in the proposers being ranked by the Evaluation Committee in the following order: 1.Ribbeck Engineering Inc. 2.CES Consultants,Inc. 3.Stantec Consulting Services Inc. 4.Ardurra Group,Inc. 5.Wade Trim,Inc.;and WHEREAS,after reviewing all of the submissions and the Evaluation Committee process, the City Manager concurs with the Evaluation Committee and finds Ribbeck Engineering Inc.,the top-ranked firm,to be the best qualified firm to provide the services;and WHEREAS,Ribbeck Engineering has provided consulting engineering and planning services since 2008 as either a prime consultant or in association with other professional firms. Its areas of expertise include transportation design,civil engineering,water resources,and GIS consulting services.Ribbeck Engineering has done several South Florida projects for the City of Miami,Greater Miami Expressway Agency (GMX),Monroe County,Florida Department of Transportation (FOOT),and the City of Miami Beach. NOW,THEREFORE,BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,hereby accept the recommendation of the City Manager,pursuant to Request for Qualifications (RFQ)No.2024-524-DF,for Professional Design Services for the North Beach Town Center (North Shore D)Neighborhood Improvement Project;authorize the Administration to enter into negotiations with Ribbeck Engineering Inc.,as the top-ranked proposer;further,if the Administration is not successful in negotiating an agreement with Ribbeck Engineering Inc.,authorize the Administration to enter into negotiations with CES Consultants,Inc.,as the second ranked proposer;further,if the Administration is not successful in negotiating an agreement with CES Consultants,Inc., authorize the Administration to enter into negotiations with Stantec Consulting Services Inc.as the third ranked proposer;and further authorize the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this ?day or fe r@a-y 2025.7 ATTEST:zi KAR 0 3 2025 s3-STEVEN MEINER,MAYOR APPROVED AS TO FORM &LANGUAGE &F UTION z)//2os Date RAFAEL E.GRANADO,CITY CLERK Procurement Requests -C2 B MIAMI BEACH COMMISSION MEMORANDUM TO:Honorable Mayor and Members of the City Commission FROM:Eric Carpenter,City Manager DATE:February 26,2025 TITLE:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER,PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ)NO.2024- 524-DF,FOR PROFESSIONAL DESIGN SERVICES FOR THE NORTH BEACH TOWN CENTER (NORTH SHORE D)NEIGHBORHOOD IMPROVEMENT PROJECT;AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH RISBECK ENGINEERING INC.,AS THE TOP-RANKED PROPOSER;FURTHER,IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH RISBECK ENGINEERING INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CES CONSULTANTS,INC.,AS THE SECOND RANKED PROPOSER;FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CES CONSULTANTS,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH STANTEC CONSUL TING SERVICES INC.AS THE THIRD RANKED PROPOSER;AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.(PUBLIC WORKS) RECOMMENDATION The City Administration ("Administration")recommends that the Mayor and City Commission ("City Commission")approve the Resolution authorizing the Administration to enter into negotiations with Ribbeck Engineering Inc.,as the top-ranked proposer.If the Administration is not successful in negotiating an agreement with Ribbeck Engineering Inc.,authorizing the Administration to enter into negotiations with CES Consultants,Inc.,as the second-ranked proposer.If the Administration is not successful in negotiating an agreement with CES Consultants,Inc.,authorizing the Administration to enter into negotiations with Stantec Consulting Services Inc.as the third-ranked proposer.Further,authorizing the City Manager and City Clerk to execute an agreement upon the conclusion of successful negotiations by the Administration. This solicitation is under the Cone of Silence. BACKGROUND/HISTORY The City of Miami Beach ("City"),a highly urbanized coastal community in southeast Florida and a major economic resource to the region,continues to be the leader in climate change adaptation. The solutions to adapt present significant challenges for the City due to its relatively low-lying topography with significant tidal influence and high-intensity rainfalls.Furthermore,the City is over 100 years old,and many of its infrastructure assets are aged near or past their useful life. For this reason,the City is committed to investing in neighborhood improvement projects ("NIPs") that will address this concern.The various projects aim to elevate roads and seawalls,provide robust drainage systems,replace aged and substandard water and sewer systems,and provide above-ground improvements,such as new street lighting,signalization,bicycle facilities, Page 39 of 1310 landscaping,and other street furnishings.Waterways suffer from degraded water quality,which is consistent with the challenges faced by Biscayne Bay as a whole,as a result of being adjacent to highly impervious surfaces with aging infrastructure systems. Consequently,the City adopted the North Beach Town Center Core District in 2018,which includes resilient zoning elements such as wider sidewalks,higher landscape standards,and the allowable freeboard of up to 5'above Base Flood Elevation (BFE)for new developments.The City has conducted multiple previous master planning efforts that provide the foundation for the Conceptual Design for this project (the "Project")as listed below: •North Beach Master Plan,2016 •North Beach:Town Centre District,Intensity Increase Study,2014 •Resiliency Standards for Tidal Flood and Protection •Sanitary Sewer Master Plan,2019 •Transportation Master Plan,2016 •Pedestrian and Bicycle Master Plan,2015 •Urban Forestry Master Plan,2020 •Water Master Plan,2019 •Storm Water Master Plan Update,2024 •Blue and Green Stormwater Infrastructure (BGSI),2020 •Road Elevation Strategy and Sea-level Rise (SLR)tidal flood adaptation plan,2020 •Citywide Neighborhood Improvement Projects (NIP)prioritization plan,2020 Considering these master planning documents,in August of 2024,the City completed the Basis of Design Report for the North Beach Town Center (North Shore D)NIP. Through this RFQ,the City sought proposals from firms for engineering design services for the North Beach Town Center (North Shore D)NIP to provide complete design and construction documents and related services necessary to implement the Project.The selected consultant (the "Consultant")shall be precluded from participating in any work resulting from the services performed under this RFQ and resulting agreement. ANALYSIS On September 11,2024,the Mayor and City Commission authorized the issuance of RFQ 2024- 524-DF for professional design services for the North Beach Town Center (North Shore D) neighborhood improvement project.On September 12,2024,the RFQ was issued.A voluntary pre-proposal conference was held on September 20,2024,to provide information to proposers submitting a response.Four (4)addenda were issued,and 209 prospective bidders accessed the advertised solicitation.RFQ responses were due and received on November 22,2024.The City received a total of five (5)proposals.Listed below are the firms: •Ardurra Group,Inc. •CES Consultants,Inc. •Ribbeck Engineering Inc. •Stantec Consulting Services Inc. •Wade Trim,Inc. On December 12,2024,the City Manager appointed the Evaluation Committee via LTC #547- 2024.On January 16,2025,the City Manager updated the Evaluation Committee via LTC #20- 2025 (the "Committee").The Committee comprised Ghassan Choueiry,Senior Transportation Engineer,Transportation &Mobility Department;Jay Fink,Deputy Director,Public Works Department;Maria Cerna,Assistant Director,Office of Capital Improvement Projects;and Amy Page 40 of 1310 Knowles,Chief Resilience Officer,Environment and Sustainability Department.The Committee convened on January 16,2025,to consider the proposals received. The Committee was provided an overview of the project,information relative to the City's Cone of Silence Ordinance,and the Government Sunshine Law.The Committee was also provided general information on the scope of services and a copy of each proposal.The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ.The evaluation process resulted in the ranking of proposers as indicated below and in Attachment A. 1s ranked -Ribbeck Engineering Inc. 2"ranked -CES Consultants,Inc. 3ranked -Stantec Consulting Services Inc. 4"ranked -Ardurra Group,Inc. 5"ranked -Wade Trim,Inc. The Committee deemed Ribbeck Engineering Inc.("Ribbeck Engineering")the most qualified firm to provide engineering design services for the North Beach Town Center (North Shore D).The Committee highlighted Ribbeck Engineering's strong public outreach strategy,extensive experience,and well-qualified team.Additionally,the Committee valued Ribbeck Engineering's approach and methodology,including contamination assessment,a comprehensive traffic management plan,and the use of a drone with LIDAR capability.Lastly,Ribbeck Engineering's approach to phasing and staging strategy,pump station constructability analysis,and identification of alternate sites for pump construction further demonstrated its ability to meet the City's engineering design needs. Ribbeck Engineering has been providing consulting engineering and planning services since 2008 as either a prime consultant or in association with other professional firms.Its areas of expertise include transportation design,civil engineering,water resources,and GIS consulting services. Ribbeck Engineering has done several South Florida projects for the City of Miami,Greater Miami Expressway Agency (GMX),Monroe County,Florida Department of Transportation (FDOT),and the City of Miami Beach.All references provided positive feedback. The Evaluation Committee also deemed CES Consultants,Inc.,2nd ranked proposer,and Stantec Consulting Services,Inc.,3rd ranked proposer,to be well qualified and should be considered if the negotiations with Ribbeck Engineering were not successful. CES Consultants,Inc.("CES")was founded in 2001 by Rudy M.Ortiz,PE,CGC.Since then,CES has grown significantly and has been involved in some of the largest and most innovative infrastructure improvement projects in Florida,New York,and beyond.Today,CES'incredible team of more than 110 professionals has delivered a multitude of successful projects and continues to amass a consistent and proven record of excellent performance.CES has provided consulting services for the Miami-Dade County Water and Sewer Department,the City of Largo, the City of Ft.Lauderdale,and the City of Miami Beach.Further,references provided positive feedback. Stantec Consulting Services,Inc.("Stantec")is a global leader in sustainable engineering, architecture,and environmental consulting.Stantec started in 1954 as a one-person firm,and today,the Stantec community unites approximately 32,000 employees working in over 450+ locations across six continents.Its teams provide effective and relevant solutions,translating its client's vision into valued consents,deliverable plans for projects and programs,and efficient designs for delivery based on technical excellence and deep market insight.Stantec has provided consulting services for the City of Tampa,the Town of Cutler Bay,the City of Naples,the Florida Department of Transportation,and the City of Miami Beach.Further,references provided positive feedback. Page 41 of 1310 SUPPORTING SURVEY DATA Based on the 2024 City of Miami Beach Community Satisfaction Survey,when residents were asked which major City services were most important for the City to provide,one of the top five most important was the City's efforts to manage stormwater drainage and flooding.With only 42% of residents showing satisfactory marks,the City seeks to positively and directly address this issue with the award of this contract. FISCAL IMPACT STATEMENT The Public Works Department budgeted approximately $7,000,000.for the engineering design services for the North Beach Town Center (North Shore D).The final cost will be established through the negotiation process with the selected vendor.Services pursuant to the award of this RFQ shall be subject to successful negotiations and the availability of funds approved through the City's budgeting process. Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable,the Business Impact Estimate (BIE)was published on: See BIE at:https://www.miamibeachfl.gov/city-hall/city-clerk/meeting-notices/ FINANCIAL INFORMATION 303-0815-061357-29-410-561-00-00-00-50323 CONCLUSION $7,346,180.54 $7,346,180.54 Based on the foregoing,it is recommended that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with Ribbeck Engineering Inc., as the top-ranked proposer.If the Administration is not successful in negotiating an agreement with Ribbeck Engineering Inc.,authorizing the Administration to enter into negotiations with CES Consultants,Inc.,as the second-ranked proposer.If the Administration is not successful in negotiating an agreement with CES Consultants,Inc.,authorizing the Administration to enter into negotiations with Stantec Consulting Services Inc.as the third-ranked proposer.Further, authorizing the City Manager and City Clerk to execute an agreement upon the conclusion of successful negotiations by the Administration. Applicable Area North Beach Is this a "Residents Right to Know"item, pursuant to City Code Section 2-172 Yes Is this item related to a G.O.Bond Project? No Page 42 of 131 O Was this Agenda Item initially requested by a lobbyist which,as defined in Code Sec.2-481, includes a principal engaged in lobbying?No If so,specify the name of lobbyist(s)and principal(s):Not applicable. Department Procurement Sponsor(s) Co-sponsor(s) Condensed Title Award RFQ 2024-524-DF,Design Services for NB Town Center (N Shore D)Improvement Project.PW/PR Previous Action (For City Clerk Use Only) Page 43 of 1310 RFQ 2024-524-DF Attachment A -Scoring and Ranking I RFQ 2024-524-DF 0 0 0 0ProfessionalDesignServicesrCCC Low Maria Cerna 5 Ghassan Chouoiry :;.Jay Fink 5 Amy Knowles :;.AggNorthShoreDNeighborhoodrcrCC22"¢TotImprovementProjectrt Qu alitativ e Quantitative Subtota l Qualitative Qua ntitative Subtota l Qualitative Quan titat ive Subtotal Qu alitativ e ,Qua ntitativ e Subtota l Ribbeck Engineering,Inc 99 5 104 1 97 5 102 1 91 5 96 2 96 5 101 1 CES Consultants,Inc.96 3 99 2 96 3 99 2 83 3 86 3 86 3 89 2 Stantec Consulting Services Inc.92 3 95 5 91 3 94 5 98 3 101 1 85 3 88 3 Ardurra Group,Inc.l 95 3 98 3 95 3 98 3 79 3 82 4 76 i 3 79 5 Wade Tim,Inc.93 3 96 4 93 3 96 4 75 3 78 5 85 3 88 3 regate ls 5 9 14 15 16 0C:.i5 2 3 4 5 lveP run Pont I otual Quanttuatrve prop0er «·"2·"(Less than $20¥.$points Tot Points wardied Vetera 'Pot s [Hevnune+Between $20 and $2.3po»ta (t appcable Greater than $2mo0ponta)veteran'a) Ardurra Group,Inc.$1,485,065 62 3 NIA 3 CES Consultants,Inc.$456,115.77 5 3 N/A 3 Rubbeck Engineering,Inc $5 5 NIA 5 Stantec Consulting Services Inc.$715,962.12 5 3 NIA 3 Wade Trim,Inc.$261,131.98 5 3 NIA 3 Page 44 of 1310