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