C7W-Accept Recomm Traffic Engineering Consulting 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
PROPOSALS, PURSUANT TO REQUEST FOR QUALTFTCATTONS NO. 2014-116-SR (THE RFO), FOR
TRAFFIC ENGINEERING CONSULTING SERVICES.
AGEI,IDA fiEN C7 N)
Commission A Comprehensive Mobility Plan Which Gives Priority Recommendations (From Non-Vehicular
To Vehicular And I
Su Data Environmental Scan, etc: N/A
Item Summary/Recommendation :
On February 12,2014, the City Commission approved to issue the subject Request for Qualifications (RFO).
On March 4,2014, the RFQ was issued with an opening date of April 3,2014. A pre-proposal conference to
provide information to the proposers submitting a response was held on March 13,2014. The City received a
total of eight (8) proposals.
On June 17 ,2014, the Ci$ Manager via Letter to Commission (LTC) No. 204-2014, appointed an Evaluation
Committee (the "Committee"). The Committee convened on June 25,2014 to consider 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 also provided general information on the
scope of services, references, 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 results of the evaluation committee process were presented to the City Manager
for his recommendation to the City Commission.
RECOMMENDATION
After reviewing the submissions and the Evaluation Committee's rankings of proposals received, the City
Manager recommends that the Mayor and the City Commission, pursuant to Request for Qualifications
(RFO) No. 2014-1 16-SR, for Traffic Engineering Consulting Services, authorize the Administration to enter
into negotiations with the top-ranked proposer, Florida Transportation Engineering, lnc., as the primary
consultant, and the second-ranked proposer, Atkins North America, lnc., as the secondary consultant; and
further authorize the City Manager to execute an Agreement upon conclusion of successful negotiations by
the Administration.
ADOPT THE RESOLUTION.
Financial lnformation :
Source of
Funds:
Amount Account
I N/A For Fiscal Year 2013-2014, applicants are paying in advance for
the exact cost (quoted by approved vendors) of the study, and
the funds are received and deposited in Trust A/C # 601-7000-
229067
2 $120,000 For Fiscal Year 2014-2015, funds have been requested in the
2015 Budget submittal for the Planning Department. The
account code is 011-0520-000312. $120,000 is budgeted for
Traffic.
OBPI Total
Financial lmoact Summarv:
Alex Denis, Extension 6641
E MIAMIBEACH o^rE 74?-//508
g MIAMI BEACH
City of Miomi Beoch, l700 Convention Cenler Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov
COMMISSION MEMORANDUM
To: Mayor Philip Levine and Members otfne City Cofmission
FRoM: Jimmy L. Morales, City Manager
h b
DATE: July 23,2014 t
SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE GIry
MANAGER PERTAINING TO THE RANKING OF PROPOSALS, PURSUANT TO
REQUEST FOR QUAL|FICATIONS NO. 2014-116-SR (THE RFQ), FOR TRAFFIG
ENGINEERING CONSULT!NG SERVICES.
ADM!NISTRATION RECOMMENDATION
Adopt the Resolution.
KEY INTENDED OUTCOME SUPPORTED
Commission A Comprehensive Mobility Plan Which Gives Priority Recommendations (From
Non-Vehicular To Vehicular And lncluding Parking)
FUNDING
For Fiscal Year 2013-2014, applicants are paying in advance for the exact cost (quoted by
approved vendors) of the study, and the funds are received and deposited in Trust A/C # 601-
7000-229067. There is no budgeted amount of FY13114, a quote is obtained for each study,
funds are received in advance from the applicant and once funds clear, a requisition is
entered for a Purchase Order to be issued.
For Fiscal Year 2014-2015, funds have been requested in the 2015 Budget submittal for the
Planning Department. The account code is 011-0520-000312. $120,000 is budgeted for
Traffic.
BACKGROUND
As a service to the residents of the City, the Planning Department provides peer review
services for traffic engineering consulting services. Through this Request for Qualifications, the
City is seeking proposals and statements of qualifications from parties interested in providing
the City with Traffic Engineering Consulting Services as detailed in RFQ 2014-116-SR.
tt is the intent of the City to select primary and secondary consultants to perform the requested
services at fixed rates to be negotiated after an award recommendation has been approved by
the Commission. However, the City reserves the right to select additional providers if it is
deemed to be in the best interest of the City. ln no way do the contracts resulting from this
Solicitation serve as a guarantee of future work.
Contracts shall be executed with a Primary Contractor and a Secondary Contractor. The User
Department shall issue a work order request to the Primary Contractor. The Primary
Contractor shall respond within twenty-four (24) hours or one (1) business day to requests
issued by the City as part of this contract to indicate availability to proceed with the
assignment, including providing a scope of work. lf the Primary Contractor fails to perform the
509
Commission Memorandum - RFQ #2014-116-SR Traffic Engineering Consulting Services
July 23,2014
Page2
work for any reason, the City may have the option of a Secondary Contractor to perform the
work. Neither Contractor may decline services more than three (3) times. Repercussions for
denial of work may include up to contract termination at the City's sole discretion.
RFP PROCESS
On February 12, 2014, the City Commission approved to issue the subject Request for
Qualifications (RFQ). On March 4, 2014, the RFQ was issued with an opening date of April 3,
2014. A pre-proposal conference to provide information to the proposers submitting a
response was held on March 13,2014.
The City received proposals from the following firms:o Florida Transportation Engineering, lnc.o Atkins North America, lnc.. The Corradino Group, !nc.. Marlin Engineeringo A&P Consulting Transportation Engineers, Corp.o McMahon Transportation Engineers & Planners. CH Perez & Associates Consulting Engineers, lnc.o Miller Legg
On June 17, 2014, the City Manager via Letter to Commission (LTC) No. 204-2014, appointed
an Evaluation Committee (the "Committee") consisting of the following individuals:
o Xavier Falconi, Traffic Planner, Transportation Department, City of Miami Beach. Saul Frances, Director, Parking Department, City of Miami Beacho Josiel Ferrer Diaz, Transportation Coordinator, Transportation Department, City of
Miami Beach. Michael Belush, Principal Planner, Planning Department, City of Miami Beacho Scott Diffenderfer, Resident and member of the City's Transportation and Parking
Committee ('TPC")
The following individuals were appointed as alternates:. Jose Gonzalez, Director, Transportation Department, City of Miami Beach. Carmen Sanchez, Deputy Director, Planning Department, City of Miami Beach. Seth Wasserman, Resident and member of the City's Transportation and Parking
Committee ('TPC")
The Committee convened on June 25, 2014 to consider proposals receivedoThe 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 also provided general
information on the scope of services, references, and a copy of each proposal. The
Committee was instructed to score and rank each proposal pursuant to the evaluation crlteria
established in the RFQ.
510
Commission Memorandum - RFQ #2014-116-5R Traffic Engineering Consulting Services
July 23,2014
Page 3
The evaluation process resulted in the following ranking of proposers:
MANAGER'S DUE DILIGENGE & RECOMMENDATION
After reviewing the submissions and the Evaluation Committee's rankings of proposals
received, the City Manager recommends that the Mayor and the City Commission, pursuant to
Request for Qualifications (RFO) No. 2014-116-SR, for Traffic Engineering Consulting
Services, authorize the Administration to enter into negotiations with the top-ranked proposer,
Florida Transportation Engineering, lnc., as the primary consultant, and the second-ranked
proposer, Atkins North America, lnc., as the secondary consultant; and further authorize the
City Manager to execute an Agreement upon conclusion of successful negotiations by the
Administration.
CONCLUSION
The Administration recommends that the Mayor and the City Commission, pursuant to
Request for Qualifications (RFO) No. 2014-116-SR, for Traffic Engineering Consulting
Services, authorize the Administration to enter into negotiations with the top-ranked proposer,
Florida Transportation Engineering, lnc., as the primary consultant, and the second-ranked
proposer, Atkins North America, lnc., as the secondary consultant; and further authorize the
City Manager to execute Agreements upon conclusion of successful negotiations by the
Administration.
ILM tffr ,m trM tJG / AD / YG
T:\AGENDA\2014Uuly\Procurement\RFQ-2014-1 16-5R Traffic Engineering Consulting Services - Memo.doc
Xavier
Fahon Ranhm Ranlim
Scott
Dffenderler Rankino
Seth
Wasserrnn Rankino
Mchael
Behsh Ranhnq
LOY{ AGGREGATE
TOTALS RAilK
:hdda Transprtation
:ngineerirg, lm.100 1 98 90 2 100 1 85 2 I I
tfiim t',lorfi tumrica, lnc
98 I 94 2 95 1 95 2 90 I 2
h Conadno Group, lnc.
96 J 90 3 90 2 90 2 80 3 14 3
hrlnEryneeing
79 4 80 4 50 6 85 I t5 4 22 I
[P Comultirg Tramprlation
irpneem, Corp.70 a tb 5 60 4 80 T 70 5 27 5
ilcMahonTramprtation
irgineem & Phnners 78 (
68 60 4 75 0 65 0 28 6
)H Perez& Asodates
)onsultir4 En$neers, lnc,11 6 72 b 50 0 65 60 I $I
filler Legg
71 7 61 8 40 8 70 I 55 8 38 E
511
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 PROPOSALS,
PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2014-116-SR (THE
RFQ), FOR TRAFFTC ENGTNEERTNG CONSULTTNG SERVTCES;
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH THE TOP RANKED PROPOSER, FLORIDA TRANSPORTATION
ENGINEERING, INC, AS THE PRIMARY CONSULTANT AND THE SECOND.
HIGHEST RANKED PROPOSER, ATKINS NORTH AMERICA, INC, AS THE
SEGONDARY CONSULTANT; AND FURTHER AUTHORIZING THE GITY
MANAGER TO EXECUTE AN AGREEMENT UPON CONCLUSION OF
SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.
WHEREAS, Request for Qualifications (RFO) No. 2014-116-SR was issued on March 4,
2014, with an opening date of April 3, 2014; and
WHEREAS, a pre-proposal conference was held on March 13,2014; and
WHEREAS, the City received eight (8) proposals; and
WHEREAS, on June 17, 2014, the City Manager via Letter to Commission (LTC) No.
204-2014, appointed an Evaluation Committee (the "Committee"), consisting of the following
individuals:
. Xavier Falconi, Traffic Planner, Transportation Department, City of Miami Beach. Saul Frances, Director, Parking Department, City of Miami Beach. Josiel Ferrer Diaz, Transportation Coordinator, Transportation Department, City
of Miami Beach. Michael Belush, Principal Planner, Planning Department, City of Miami Beacho Scott Diffenderfer, Resident and member of the City's Transportation and
Parking Committee ("TPC")
The following individuals were appointed as alternates:
. Jose Gonzalez, Director, Transportation Department, City of Miami Beach. Carmen Sanchez, Deputy Director, Planning Department, City of Miami Beach. Seth Wasserman, Resident and member of the City's Transportation and Parking
Committee ("TPC")
WHEREAS, the Committee convened on June 25, 2014 to consider proposals received;
and
WHEREAS, the Committee was provided an overview of the project, information relative
to the City's Cone of Silence Ordinance and the Government Sunshine Law; general information
on the scope of services, references, and a copy of each proposal; and
WHEREAS, the Committee was instructed to score and rank each proposal pursuant to
512
the evaluation criteria established in the RFQ; and
WHEREAS, the Committee's ranking was as follows: Florida Transportation
Engineering, lnc., top ranked; Atkins North America, lnc., second highest ranked; The Corradino
Group, lnc., third highest ranked; Marlin Engineering, fourth highest ranked; A&P Consulting
Transportation Engineers, Corp., fifth highest ranked; McMahon Transportation Engineers &
Planners; sixth highest ranked; CH Perez & Associates Consulting Engineers, lnc., seventh
highest ranked; Miller Legg, eight highest ranked; and
WHEREAS, after reviewing all the submissions and the Evaluation Committee's and
rankings, the City Manager exercised his due diligence and is recommending that the
Administration be authorized to enter into negotiations with the top-ranked firm, Florida
Transportation Engineering, lnc., who shall serve as the primary consultant per the RFQ and
the second-ranked firm, Atkins North America, lnc., who shall serve as the secondary consultant
per the RFQ; and
NOW, THEREFORE, BE IT DULY 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 pertaining to the ranking
of proposals, pursuant to Request for Qualifications No. 2014-116-SR (the RFQ), for Traffic
Engineering Consulting Services; authorize the Administration to enter into negotiations with
Florida Transportation Engineering, lnc, as the primary consultant per the RFQ and the second-
highest ranked proposer, Atkins North America, lnc, as the secondary consultant per the RFQ;
and further authorize the City Manager to execute an Agreement upon conclusion of successful
negotiations by the Administration.
PASSED AND ADOPTED this
ATTEST:
Rafael E. Granado, City Clerk Philip Levine, Mayor
day of 2014.
APPROVED AS TO
FORM & IANGUAGE
& FOR EXECUTION
Date
513