Loading...
C7B-Accept Recommendation Citywide Surveying Topographical And Mapping ServicesCOMMISSION ITEM SUMMARY Condensed Title: A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida, Accepting the Recommendation of the City Manager Pertaining to the Ranking of Firms, Pursuant to Request for Qualifications (RFQ) NO. 24-11/12, for Citywide Surveying, Topographical, and Mapping Services on an As-Needed Basis; Authorizing the Mayor and City Clerk to Execute Agreements upon Completion of Successful Negotiations with the Three Top-Ranked Proposers: Atkins North America, Inc., F.R. Aleman & Associates, Inc., and Miller Legg; and Should the Administration not Be Able to Succesfully Negotiate an Agreement with Any of the Three Top-Ranked Firms, Authorizing the Administrationto Negotiate with the Fourth and Fifth-Ranked Firms, Woolpert, Inc. and Manuel G. Vera & Associates, Inc. as Needed Respectively; and Further Authorizing the Mayor and City Clerk to Execute an Agreement upon Conclusion of Successful Negotiations by the Administration. Key Intended Outcome Supported: Ensure well-maintained infrastructure Supporting Data (Surveys, Environmental Scan, etc.): The 2009 Customer Satisfaction Survey indicated that 79% of businesses rated recently completed capital improvement projects as "excellent" or''good." Issue: I Shall the Mayor and City Commission Adopt The Resolution? Item Summary/Recommendation: The City of Miami Beach is required to have current boundary and topographical surveys for the projects in the Capital Improvement Program as well as right-of-way improvement projects for Public Works Department. The ability to have a rotating list of Surveyors available to update, and prepare boundary and/or topographical surveys for Capital Improvement Projects(CIP) and Public Works would enable the City to plan projects in an expedited manner. It is the intent of the City of Miami Beach to select several firms under this RFQ, which will be contacted on an as-needed basis. On January 11, 2012, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) No. 24-11/12, for Citywide surveying, topographical, and mapping services on an as-needed basis. RFQ No. 24-11/12 was issued on January 12, 2012, with an opening date of February 15, 2012. BidNet issued bid notices to 91 prospective proposers resulting in the receipt of sixteen (16) proposals. On May 15, 2012, the City Manager via Letter to Commission (LTC) No. 134-2012, appointed an Evaluation Committee which met on May 24, 2012, to review and discuss the proposals received. Prior to scoring and ranking the proposals, the Committee unanimously agreed to select the top five ranked firms. The Committee unanimously recommended entering into negotiations with the top five ranked firms: Atkins North America, Inc., F.R. Aleman & Associates, Inc., Manuel G. Vera & Associates, Inc., Miller Legg, and Woolpert, Inc. After considering the review and recommendation of City staff, the City Manager exercised her due diligence and is recommending that the Mayor and the City Commission authorize negotiations with the top three (3) ranked firms: Atkins North America, Inc., F.R. Aleman & Associates, Inc., and Miller Legg. Based on the number of projects performed under the previous contract (RFQ 03-06/07), there is insufficient evidence to support the need for five firms under contract. Should negotiations with any of the top three ranked firms be unsuccessful, the City may negotiate with the fourth and fifth-ranked firms as needed respectively. Advisory Board Recommendation: IN/A Financial Information: Source of Amount Account Funds: 1 N/A OBPI Total Financial Impact Summary: N/A City Clerk's Office Legislative Tracking: Raul Aguila Sign-Offs: u '\ :Department Director I Assistant City Manager I Chi~V'""'-"'ial Officer I Ci!Y Mana~j FB I JGG POW ·vv T:\AGENDA\2012\7-18-12\RFQ 24-11-12-Surveying Services-Summary.doc 175 I KGB :1.1!!17 '/ AGENDA ITEM ___,e!-,..--7='8--.,..-- DATE 7-/3-/2_ ~ MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TO: FROM: DATE: SUBJECT: COMMISSION MEMORANDUM Mayor Matti Herrera Bower and Members of the City Commission Kathie G. Brooks, Interim City Manager /A~ , July 18, 2012 ( / A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF FIRMS, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 24-11/12, FOR CITYWIDE SURVEYING, TOPOGRAPHICAL, AND MAPPING SERVICES ON AN AS- NEEDED BASIS; AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS WITH THE THREE TOP-RANKED PROPOSERS: ATKINS NORTH AMERICA, INC., F.R. ALEMAN & ASSOCIATES, INC., AND MILLER LEGG; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE AN AGREEMENT WITH ANY OF THE THREE TOP-RANKED FIRMS, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE FOURTH AND FIFTH- RANKED FIRMS, WOOLPERT, INC. AND MANUEL G. VERA & ASSOCIATES, INC. AS NEEDED RESPECTIVELY; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Ensure well-maintained infrastructure. ANALYSIS The City of Miami Beach is required to have current boundary and topographical surveys for the projects in the Capital Improvement Program as well as right-of-way improvement projects for Public Works Department. The ability to have a rotating list of Surveyors available to update, apd prepare boundary and/or topographical surveys for Capital Improvement Projects (CIP) and Public Works would enable the City to plan projects in an expedited manner. All survey work prepared for the City or through the City's Consultants shall comply with the Minimum Technical Standards for Land Surveys in the State of Florida for work in commercial/high risk areas and any applicable state laws, regulations or other requirements. All field data is to be collected in digital form (GPS, Total Station, etc.) and reference recorded in field books. The digital data shall be post processed and delivered to the City as specified herein. 176 Commission Memorandum-RFQ # 24-11-12 for Surveying, Topographical, & Mapping Services July 18, 2012 Page2 All surveying work shall be conducted under the supervision of a Professional Surveyor and Mapper licensed in the State of Florida. The surveyor or his designee shall furnish and maintain, at his own expense, stakes and other such material, including qualified helpers during field survey activities. SCOPE OF SERVICES • Preliminary Engineering Surveys: This type of work shall include establishing benchmarks, horizontal control utilizing existing right-of-way, locating all improvements and culture, measuring distances and angles, measuring elevations of existing improvements, and all other required by City of Miami Beach Public Works Department for Engineering surveys. Miscellaneous office calculations from field work may be required. All field work shall be kept in a City of Miami Beach field book using standard note keeping techniques, supplemented with digital data including data collector files, and . DXF or . DWG format drawings. • Boundary/Right-Of-Way Surveys/Legal Descriptions: This work shall include locating all required public land corners, street monumentation, property corners, and gathering of parcel evidence as required to determine the existing land lines and/or right-of-way lines. Once the location of the actual boundary or right-of-way lines has been determined, monuments as required by the Rules and Regulations of the State Board of Professional Regulation, or Florida Statutes 472, shall be set by the Consultant at all angle points, points of curvature, block corners, property corners, etc. In addition to monumenting the actual right-of-way lines, a monument line or centerline, whichever the case may be, shall also be fully monumented. A Record of Survey shall be prepared in accordance with all applicable City, County and State regulations and Statutes, showing the results of the survey. Preparation of legal descriptions for acquisition or disposal of City property shall be accomplished to all State and local standards and approved by the City Surveyor. • Legal Descriptions: The Consultant shall perform any and all Survey work that may be required to prepare a legal description to be used for any purpose. Any survey work performed for this function shall be in compliance with the conditions set forth in this contract. • Additional Survey Services: The Consultant shall provide additional survey services such as, but not limited to, engineering, right-of-way, specific purpose surveys, topographical surveys, general land and aerial photography surveying services, mean high water line, submerged/filled lands, GPS (Global Positioning System) and GPR (Ground Penetration Radar) surveys, survey vertical control and elevations referenced to the North American Vertical Datum of 1988 (NAVD 1988), survey horizontal control and points referenced to Florida State Plane Coordinates North American Datum 1983/1990 (NAD 83/90), and elevation certificates in conjunction with City's Capital Improvement Projects program and Public Works Department. • RFQ PROCESS On January 11, 2012, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) No. 24-11/12, for Citywide surveying, topographical, and mapping services on an as-needed basis. RFQ No. 24-11/12 was issued on January 12, 2012, with an opening date of February 15, 2012. A pre-qualifications conference to provide information to the proposers submitting a response was held on January 18, 2012. 177 Commission Memorandum-RFQ # 24-11-12 for Surveying, Topographical, & Mapping Services July 18, 2012 Page3 BidNet issued bid notices to 91 prospective proposers which resulted in the receipt of the following sixteen (16) proposals: • Atkins North America, Inc. • Avirom & Associates, Inc. • CALTROP Corp. • Calvin, Giordano & Associates, Inc. • Consul-Tech Enterprises, Inc. • F.R. Aleman & Associates, Inc. • F.R.S. & Associates, Inc. • HADONNE Corp. • J. Bonfill & Associates, Inc. • Keith & Schnars, P .A • Manuel G. Vera & Associates, Inc. • Miller Legg • Pillar Consultants, Inc. • Robayna & Associates, Inc. • Triangle Surveying and Mapping, Inc. • Woolpert, Inc. CALTROP Corp. was disqualified as a result of their surveying team's experience not meeting the minimum five (5) year requirement set in the RFQ. On May 15, 2012, the City Manager via Letter to Commission (LTC) No. 134-2012, appointed an Evaluation Committee (the "Committee") consisting of the following individuals: • Muayad Abbas -Resident, Leadership Academy Graduate • Bert Dorrestyn -GIS Manager, Public Works Department • Dwight Kraai -Resident, Capital Improvements Project Oversight Committee Member • Michael Phang -Resident, Former Professor and Retired Vice Dean at the University of Miami College of Engineering • Deborah Tackett-Senior Planner, Planning Department Alternate • Darlene Fernandez, Capital Projects Coordinator, CIP • Jose Perez, Capital Projects Coordinator, CIP On May 24, 2012, the Committee convened to review and discuss the proposals and nominated Bert DorrestYT'! as Committee Chair. Committee member Deborah Tackett was unable to attend, therefore, alternate committee member, Jose Perez, was asked to serve on this committee. In determining the most qualified firms, the Committee discussed their individual perceptions of each prospective firm's qualifications, experience, and competence in order to score and rank each accordingly to develop its recommendation to the City Manager based on the criteria noted in the RFQ below. 178 Commission Memorandum-RFQ # 24-11-12 for Surveying, Topographical, & Mapping Services July 18, 2012 Page4 'iio1al Jl>;omts 20 20 15 10 5 5 5 5 5 5 5 The experience, qualifications and portfolio of the Project Manager, as well as his/her familiarity with this project and a thorough understanding of the methodolo and desi n a roach to be used in this assi nment. Past performance based on quality of the Performance Evaluation Surveys and the Administration's due dilligence based upon reference checks erformed of the Firm s clients. The experience and qualifications of the professional personnel assigned to the Project Team and their familiarity with this project and a thorough understanding of the methodology and design approach to be used in this assi nment. Willingness to meet time and budget requirements as demonstrated by ast erformance, methodolo and a roach Certified minority business enterprise participation. Either the Prime Consultant or the sub-Consultant team may qualify for proof of certification for minority business enterprise participation. Accepted minority business enterprise certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade Count . Location Recent, current and ro·ected workloads of the firms The volume of work previously awarded to each firm by the City, with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most hi hi ualified firm. Local Preference -The Evaluation Committee will assign an additional five (5) points to Proposers, which are, or include as part of their proposal team, a Miami Beach-based vendor as defined in the City's Local Preference Ordinance. Veterans Preference -The Evaluation Committee will assign an additional five (5) points to Proposers, which are, or include as part of their proposal team, a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise, as defined in the City's Veterans Preference Ordinance. Prior to scoring and ranking the proposals, the Committee unanimously agreed to select the top five (5) ranked firms. The following table provides the scoring and ranking results: RFQ 24-11/12 Final Ranking Scorin_gl Abbas Dorrestyn Kraai Perez Phang Total F.R. Aleman & Associates, Inc. 2 (78) 1 (78) 4 (57) 1 (81) 2 (90) 10 Miller Legg 4 (76) 13 (55) 1 (79) 4 (75) 1 (90) 23 Atkins North America, Inc. 3_(_7~ 6 _(_65) 6 (54) 3 (76) 5 (81) 23 Woolpert, Inc. 6 (70) 2 (73) 2 (73) 6 (71) 9 (76) 25 Manuel G. Vera & Associates, Inc. 1 (85) 4 (72) 8 (54) 2 (78) 11 (74) 26 HADONNE Corp. 5 (74) 9 (67) 3 (60) 10 (69) 3 (83) 30 Keith & Schnars, P.A. 7 (69) 3 (73) 10 (53) 9 (69) 7 (76) 36 179 Commission Memorandum-RFQ # 24-11-12 for Surveying, Topographical, & Mapping Services July 18, 2012 PageS Robayna & Associates, Inc. 12 (64) 10 (62) 7 (54) 8 (69) 4 (82) J. Bonfill & Associates, Inc. 14 (56) 7 (65) 9 (53) 7 (69) 6 (80) Triangle Surveying & Mapping, Inc. 11 (65) 11 (63) 5 (55) 11 (69) 8 (76) Calvin, Giordano & Associates, Inc. 9 (68) 8 (63) 12 (45) 5 (74) 15 (70) Consul-Tech Enterprises, Inc. 8(681 5(71} 15{_5j 15 (_54}_ 13 (711_ Avirom & Associates, Inc. 13 (59) 12 (61) 11 (49) 12 (64) 10 (75) F.R.S. & Associates, Inc. 10 (65) 15 (45) 13 (39) 14 (61) 14 (70) Pillar Consultants, Inc. 15 (33) 14 (50) 14 (34) 13 (61) 12 (73) 41 43 46 49 56 58 66 68 A motion was presented by Bert Dorrestyn, seconded by Dwight Kraai, and approved by all Committee members to recommend entering into negotiations with the top five (5) ranked firms: Atkins North America, Inc., F.R. Aleman & Associates, Inc., Manuel G. Vera & Associates, Inc., Miller Legg, and Woolpert, Inc. COMPANY PROFILES • Atkins North America, Inc. has over 40 years of surveying experience and has been provide surveying services to South Florida since 1995. Atkins has more than 60 professional surveyors and skilled technicians using the latest technological field equipment and office hardware/software that greatly enhance the collection of survey data necessary to accomplish any project needs. They are currently providing resident project representative services for right-of-way improvements to Neighborhood No. 8, Central Bayshore (Package A), Lower North Bay Road (Package B), And Lake Pancoast (Package C), in addition to, providing engineering services to the City on an as-needed basis. Previous projects include: o City of Doral Intersection Stormwater Improvements Survey, Design, and Construction Phase Services -City of Doral o Coral Gables Campus Cadastre Mapping for the University of Miami - University of Miami o District-wide Survey and Right-of-Way Mapping Services in Miami-Dade and Monroe Counties -FOOT District Six o Florida Key Overseas Heritage Trail -Florida Department of Environmental Protection o Hard Rock Cafe -Perini/Suitt, a Joint Venture o Miami lntermodal Center-Earth Tech AECOM o Miami-Dade County Wolfson Campus Building -Miami-Dade College o Northside Station Survey -The Cornerstone Group o Virginia Key and Miami Harbor Mapping Program -City of Miami o William E. Lehman Center.-Miami-Dade County • F.R. Aleman & Associates, Inc. (FRA) has been providing surveying services in South Florida since 1987. The FRA Team is comprised of nearly eighty fulltime professionals utilizing state-of-the-art technology and specializing in engineering, surveying, and mapping. FRA's survey experience includes both prime and subconsultant roles on numerous roadway, drainage, design and construction contracts throughout South Florida for FOOT District 4 & 6, City of Miami, City of Ft. Lauderdale, Miami-Dade County, Miami Parking Authority, South Florida Water Management District. Previous projects include: o Biscayne Pointe Right of Way Improvement Project-EAC Consulting, Inc. 180 Commission Memorandum-RFQ # 24-11-12 for Surveying, Topographical, & Mapping Services July 18, 2012 Page 6 o Design Survey SR 7 (NW 2nd Avenue) from NW 176th Street to NW 215th Street-A.D.A. Engineering, Inc. o Design Survey for SR 968 (SW. 1st Street) from SW 17th Avenue to SW. 24th Avenue-Civil Works, Inc. o District-wide Utility Location Services-FOOT District Four o Eller Drive SR595/SR5 (US-1) Surveying & Mapping-TYLIN International o Survey/SUE Services 1-595-Greenhorne & O'Mara, Inc. o Surveying of OMNI Area in Downtown Miami -EAC Consulting o Tree Island Park -DERM • Miller Legg has been providing surveying services in Florida for over 46 years and has surveyed several major landmarks, such as, the US Federal Courthouse, the American Airlines Arena, the Performing Arts Center, Bicentennial Park, MacArthur Causeway, the Deering Estate, Watson Island, the Miami Metromover, and the Miami MetroRail since 1985. Miller Legg has performed surveying services for the Cities of Miami, North Miami, North Miami Beach, Coral Gables, Miramar, Hallandale, Orlando, Sanford, Ocoee, Tavares, St. Cloud, Green Cove Springs, Tampa and the Town of Davie. Currently, Miller Legg is conducting the Boardwalk II Topographical Study for the City of Miami Beach and the North Bay Road Drainage Investigation for FOOT. Other projects include: o City of Miami Lummus Park-MC Harry Associates, Inc. o Watson Island -City of Miami o Miami Art Museum -Paratus Group o Miami Science Museum -Oppenheim Lewis o Miami-Dade Government Cut Microtunnel Construction Management -PB Americas o Statewide Surveying and Mapping Services Escambia, Monroe, Okaloosa, Osceola, Pinellas, Santa Rosa, and Walton counties, FL -Florida Department of Environmental Protection Division of State Lands o West Lake Park II -Environmental Services -Broward County Parks and Recreation Division MANAGER'S DUE DILIGENCE After considering the review and recommendation of City staff, the City Manager exercised her due diligence and is recommending that the Mayor and the City Commission authorize negotiations with the three (3) top-ranked firms: Atkins North America, Inc., F.R. Aleman & Associates, Inc., and Miller Legg. Based on the number of projects provided purchase orders under the previous contract (RFQ 03-06/07), there is insufficient evidence, as demonstrated below, to support the need for five firms under contract. Should negotiations with any of the top three ranked firms be unsuccessful, the City may negotiate with the fourth and fifth-ranked firms as needed respectively. RFQ 03-06/07 -Surveying, Topographical, and Mapping Projects* ConsuiTech Surveying and Mapping, Inc. Normandy Isle Park & Pool F R Aleman & Associates Electromagnetic/GPR Survey Services North Shore Open Space Park Dog Park Fisher Park New Tot Lot Polo Park 181 Project Cost Purchase Order# $7,000.00 $4,200.00 $6,181.33 $5,229.64 $7,003.02 009840 007760 015722 015919 015920 Commission Memorandum-RFQ # 24-11-12 for Surveying, Topographical, & Mapping Services July 18, 2012 Page 7 South Pointe Park Playground Collins Court from 7th to 8th Street J Bonfill & Associates North Shore Bandshell Park Project Miller Legg $12,104.66 $4,995.00 $16,278.00 015921 016628 007952/009397 5th Street to South Pointe Drive $19,175.00 015910/018888 *No projects were assigned to JBM Data System, LLC and Woolpert, Inc. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accepts the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Qualifications (RFQ) No. 24-11/12 Citywide Surveying, Topographical, and Mapping Services on an As-Needed Basis; authorizing negotiations with the top three ranked firms Atkins North America, Inc., F.R. Aleman & Associates, Inc., and Miller Legg; and should the Administration not be able to successfully negotiate an agreement with any of the three top-ranked firms, authorizing the Administration to negotiate with the fourth and fifth-ranked firms, Woolpert, Inc. and Manuel G. Vera & Associates, Inc. as needed respectively; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the administration. KGB/DB/FHB/MR/ME T:\AGENDA\2012\6-6-12\RFQ 24-11-12-Surveying Services-Memo.doc 182 RESOLUTION NO. ----- A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF FIRMS, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ} NO. 24-11/12, FOR CITYWIDE SURVEYING, TOPOGRAPHICAL, AND MAPPING SERVICES ON AN AS-NEEDED BASIS; AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS WITH THE THREE TOP-RANKED PROPOSERS: ATKINS NORTH AMERICA, INC., F.R. ALEMAN & ASSOCIATES, INC., AND MILLER LEGG; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE AN AGREEMENT WITH ANY OF THE THREE TOP- RANKED FIRMS, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE FOURTH AND FIFTH-RANKED FIRMS, WOOLPERT, INC. AND MANUEL G. VERA & ASSOCIATES, INC. AS NEEDED RESPECTIVELY; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on January 11, 2012, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) No. 24-11/12, for Citywide surveying, topographical, and mapping services on an as-needed basis; and WHEREAS, the RFQ was issued on January 12, 2012, with an opening date of February 15, 2012; and WHEREAS, a pre-qualification meeting to provide information to prospective proposers was held on January 18, 2012; and WHEREAS, Bidsync sent notices to 7,772 prospective proposers of which 199 proposers viewed the notice resulting in the receipt of sixteen (16) proposals by Atkins North America, Inc., Avirom & Associates, Inc., CALTROP Corp., Calvin, Giordano & Associates, Inc., Consul-Tech Enterprises, Inc., F.R. Aleman & Associates, Inc., F.R.S. & Associates, Inc., HADONNE Corp., J. Bonfill & Associates, Inc., Keith & Schnars, P.A., Manuel G. Vera & Associates, Inc., Miller Legg, Pillar Consultants, Inc., Robayna & Associates, Inc., Triangle Surveying and Mapping, Inc., Woolpert, Inc. WHEREAS, the City Manager, via a Letter to Commission {LTC) No. 134-2012, appointed the following individuals as Evaluation Committee (the "Committee") members: • Muayad Abbas -Resident, Leadership Academy Graduate • Bert Dorrestyn -GIS Manager, Public Works Department • Dwight Kraai -Resident, Capital Improvements Project Oversight Committee Member • Michael Phang -Resident, Former Professor and Retired Vice Dean at the University of Miami College of Engineering • Deborah Tackett-Senior Planner, Planning Department with the following individuals also appointed as Committee alternates: • Darlene Fernandez, Capital Projects Coordinator, CIP • Jose Perez, Capital Projects Coordinator, CIP 183 WHEREAS, the Committee convened on May 24, 2012, to discuss their individual perceptions of each prospective bidder's qualifications, experience, and competence and to recommend to the City Manager the top five (5) ranked firms: Atkins North America, Inc., F.R. Aleman & Associates, Inc., Manuel G. Vera & Associates, Inc., Miller Legg, and Woolpert, Inc. WHEREAS, after considering the review and recommendation of the Evaluation Committee, the City Manager exercised his due diligence and carefully considered the specifics of this RFQ process; and WHEREAS, after considering the review and recommendation of City staff, the City Manager exercised her due diligence and is recommending that the Mayor and the City Commission authorize negotiations with the top three (3) ranked firms: Atkins North America, Inc., F.R. Aleman & Associates, Inc., and Miller Legg, based on the number of projects performed under the previous contract (RFQ 03-06/07), there is insufficient evidence to support the need for five firms under contract; and WHEREAS, should negotiations with any of the top three ranked firms be unsuccessful, the City may negotiate with the fourth and fifth-ranked firms as needed respectively. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Request for Qualifications (RFQ) No. 24-11/12, for Citywide surveying, topographical, and mapping services on an as-needed basis; authorizing the Administration to enter into negotiations with the top five ranked firms of Atkins North America, Inc., F.R. Aleman & Associates, Inc., Manuel G. Vera & Associates, Inc., Miller Legg, and Woolpert, Inc.; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the administration. PASSED AND ADOPTED THIS ___ DAY OF ____ 2012. ATTEST: CITY CLERK MAYOR 184