C7S-Accept Recomm Services To Design New West Avenue Bridge Over The Collins CaCOMMISSION 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
Qualifications No.2014-115-SR, Professional Engineering Consulting Services to Design the NewWest
Avenue Bridse Over Collins Canal (the "RF
Clerk's Office
T:\AGENDAVOl Q-2014-050-sR Plan Lincoln Road - Summary.doc
()
AGEilBA trEM c7 S
Maximize The Miami Beach Brand As A World Class Destination
Su Data (Surveys, Environmental Scan, etc: N/A
Item Summarv/Recommendation :
On April 23,2014, the City Commission approved to issue the Request for Qualifications (RFQ) No. 2014-
1 15-SR. On May 28,2014, the RFQ was issued. A voluntary pre-proposal conference to provide information
to the proposers submitting a response was held on June 12, 2014. RFQ responses were due and received
on July 9, 2014. The City received a total of four (4) proposals.
On August 11,2014, the City Manager via Letter to Commission (LTC) No. 278-2014, appointed an
Evaluation Committee (the "Committee"). The Committee convened on August 27,2014 and 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. Additionally, the Committee engaged in a question and answer session after the
presentation of each proposer.
RECOMMENDATION
After reviewing all the submissions and the results of the evaluation process, the City Manager recommends
that the Administration be authorized to enter into negotiations and execute an agreement with the top-
ranked proposer, Gannet Fleming, lnc; and should negotiations failwith the top-ranked proposer, the City
Manager recommends that the administration be authorized to enter into negotiations with the second
ranked proposer, Parsons Brinckerhoff, lnc; and should negotiations failwith the second ranked proposer,
the City Manager recommends that the administration be authorized to enter into negotiations with the third
ranked proposer, T.Y. LIN lnternational, lnc; and should negotiations failwith the third ranked proposer, the
City Manager recommends that the administration be authorized to enter into negotiations with the fourth
ranked proposer, Network Engineering Services, lnc., d/b/a Bolton Perez & Associates; and should
negotiations fail with the fourth ranked proposer, the City Manager recommends that the administration be
authorized to issue a new RFQ.
ADOPT THE RESOLUTION
Financial lnformation :
Source of
Funds:
//)',g Amount Account
1 $500,000 303-2575-061357 Grant Funded - Capital Projects
(Matching Grant)*.
*To match most of the grant, $193,000 will come from Contingencies
Fund 187. The remaining balance will come from Fiscal Year
2O1412015 Desion and Enoineerinq Fund.
Total $500,000
Financial lmpact Summary:
Alex Denis, Extension 6641
MIAAAISTACH n^rE ?- /0-/tl357
MIAMI BEACH
City of Miomi Beoch, 1700 Conveniion Center Drive, Miomi Beoch, Florido 331 39, www.miomibeochfl.gov
COMMISSION MEMORANDUM
To: Mayor Philip Levine and Members of/the City Coy'mission
FRoM: Jimmy L. Morales, City Manager [--- al>,Y
DATE: September10,2014
SUBJECT: 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. 2014-11s.SR, PROFESSIONAL
ENGINEERING CONSULTING SERVICES TO DESIGN THE NEW WEST AVENUE
BRIDGE OVER COLLINS CANAL.
ADMI NISTRATION RECOMMEN DATION
Adopt the Resolution.
KEY INTENDED OUTCOME SUPPORTED
Build and Maintain Priority lnfrastructure With FullAccountability
FUNDING
Funding for this project will be as follows:
The cost for the design of the West Avenue Bridge should not exceed $500,000.
303-2575-061 357 Grant Funded - Capital Projects (Matching Grant)
To match most of the grant, $193,000 will come from Contingencies Fund 187. The
remaining balance will come from Fiscal Year 201412015 Design and Engineering Fund.
BACKGROUND
West Avenue is a 1.4 mile local roadway separated by the Collins Canal. West Avenue
currently connects to the MacArthur Causeway and Venetian Causeway via 17th Street. The
Sunset Harbour Neighborhood is currently experiencing many redevelopment activities with no
direct connection from West Avenue south of 17th Street. Multimodal access to the Sunset
Harbour Neighborhood is currently provided via Alton Road or via 17th Street and Purdy
Avenue. These roadways experience significant congestion and relief is needed.
Via Request for Qualifications (RFQ) 2014-115-SR, the City is saught proposals for the
development of construction contract documents for this West Avenue Bridge project in Miami
Beach, from Lincoln Road to 18th Street. The proposed bridge project should provide
enhanced highway system linkage and relieve heavily traveled roadways in the project's
vicinity. Finally the construction of a pedestrian bridge across the Collins Canal will provide
safer environment for pedestrians and bicyclists who seek to cross the Collins Canal without
using roadway system.
This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants
Competitive Negotiations Act (CCNA).
358
Commission Memorandum - Request for Qualifications No. 20'14-'1 15-SR (The RFQ), for Professional
Engineering Consulting Services To Design The New West Avenue Bridge Over Collins Canal
September 10,2014
Page 2
RFQ PROCESS
On April 23, 2014, the City Commission approved to issue the Request for Qualifications
(RFO) No.2014-11s-SR. On May 28,2014, the RFQ was issued. A voluntary pre-proposal
conference to provide information to the proposers submitting a response was held on June
12,2014. RFQ responses were due and received on July 9,2014. The City received a total of
four (4) proposals.
The City received proposals from the following proposers:
Network Engineering Services, lnc., d/b/a Bolton Perez & Associates
Gannett Fleming, lnc.
Parsons Brinckerhoff, lnc.
T.Y. LIN lnternational, lnc.
On August 11,2014, the City Manager via Letter to Commission (LTC) No.278-2014,
appointed an Evaluation Committee (the "Committee"), consisting of the following individuals:
. Douglas Seaman, Assistant City Engineer, Public Works Department. Mark Tomczyk, Sr. Capital Projects Coordinator, Capital lmprovement Projects
Office. Josiel Ferrer, Transportation Coordinator, Transportation Department
The following individuals were appointed as alternates:
. Eric Arencibia, Civil Engineer l, Public Works Departmento Hasan Rizvi, Civil Engineer lll, Public Works Departmento David Martinez, Director, Capital lmprovement Projects. Jose Gonzalez, Director, Transportation Department
The Committee convened on August 27, 2014 to consider proposals received and interview
the proposers. 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. Additionally, the Committee engaged in a question and answer session after the
presentation of each proposer. 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 in Appendix A.
MANAGER'S DUE DILIGENCE & RECOMMENDATION
After reviewing all the submissions and the results of the evaluation process, the City Manager
recommends that the Administration be authorized to enter into negotiations with the top-
ranked proposer, Gannet Fleming, lnc; and should negotiations fail with the top-ranked
proposer, the City Manager recommends that the administration be authorized to enter into
negotiations with the second ranked proposer, Parsons Brinckerhoff, lnc; and should
negotiations fail with the second ranked proposer, the City Manager recommends that the
administration be authorized to enter into negotiations with the third ranked proposer, T.Y. LIN
lnternational, lnc; and should negotiations fail with the third ranked proposer, the City Manager
recommends that the administration be authorized to enter into negotiations with the fourth
ranked proposer, Network Engineering Services, lnc., d/b/a BoltonPerez & Associates; and
should negotiations fail with the fourth ranked proposer, the City Manager recommends that
the administration be authorized to issue a new RFQ.
359
Commission Memorandum - Request for Qualifications No. 20'14-1 15-SR (The RFQ), for Professional
Engineering Consulting Services To Design The New West Avenue Bridge Over Collins Canal
September 10,2014
Page 3
CONCLUSION
The Administration recommends that the Mayor and City Commission of the City of Miami
Beach, Florida: accept the recommendation of the City Manager pertaining to the ranking of
proposals, pursuant to Request for Qualifications No. 2014-11s-SR, Professional Engineering
Consulting Services to Design the New West Avenue Bridge Over Collins Canal (the "RFQ");
authorizing the administration to enter into negotiations with the top ranked proposer, Gannet
Fleming, lnc; and should the administration not be successful in negotiating an agreement with
the top-ranked proposer, authorizing the administration to enter into negotiations with the
second ranked proposer, Parsons Brinckerhoff, lnc.; and should the administration not be
successful in negotiating an agreement with the second-ranked proposer, authorizing the
administration to enter into negotiations with the third ranked proposer, T.Y. LIN lnternational;
and should the administration not be successful in negotiating an agreement with the third-
ranked proposer, authorizing the administration to enter into negotiations with the fourth
ranked proposer, Network Engineering Services, lnc., d/b/a Bolton Perez & Associates; and
should the administration not be successful in negotiating an agreement with the fourth-ranked
proposer, authorizing the administration to issue a new RFQ; further authorizing the Mayor
and City clerk to execute an agreement upon conclusion of successful negotiations by the
administration.
JLM/MT/DM/AD/YG
T:\AGENDA\2014\SeptembeAProcurement\RFQ-2014-1 15-SR Design-West Avenue Bridge - Memo
360
l(
(Etr
(\c)t
IJJ
'<>l oqH
-to
(9
@
FoF
s (o @ N
'iiit:ia.:t::1::=
oC
C
(E
E
(f)N $
(E>(/,NfE N
O)
t-co O)
00
o
oo
oClzc
(Et
N r cr)\f,
oo)'atoo)
-LL
No)cr)
O)
r
O)
oo)
oC
=C
(Et
N co rf
+.R69>E
F
sto)No)@@
t-o
o)C
c
o)
TL
oCC(6(,
\a-o!L
0)
(J
E
Ld]
aCoaL
(U(L
(E
Co
(E
ELo
C
z
Jt
F
aq)
(E
ooaa
oo
N
0)Lo(L
Co=o
co
a
"=:oo
L
o)
o
o)o)E'-
co
o)fco
a
o)
=
=oz
o).CFc
.o')a
o)o
oFaq)
.o
o)a
(,)c
=I5 I6ort Cl
=Cc-1.- R ZIr Q ci lrJrUArtr .="H t
oC
.9aao
oL(L
Lo
ta
Irr)
I$
oN
oz
o
LLt
oC
.9
o
C)E
o
=a
Lo
a
o)
=qot
361
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND GITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE
C!ry MANAGER PERTAINING TO THE RANKING OF PROPOSALS,
PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2014.11s.SR, FOR
PROFESSIONAL ENGINEERING CONSULTING SERVICES RELATING TO
THE DESIGN OF THE NEW WEST AVENUE BRIDGE OVER THE COLLINS
GANAL (THE "RFQ"); AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH THE TOP RANKED PROPOSER, GANNETT
FLEMING, INC; AND SHOULD THE ADMINISTRATION NOT BE
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH THE TOP-RANKED
PROPOSER, AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH THE SEGOND RANKED PROPOSER, PARSONS
BRINCKERHOFF, lNC.; AND SHOULD THE ADMINISTRATION NOT BE
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH THE SECOND.
RANKED PROPOSER, AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH THE THIRD RANKED PROPOSER, T.Y. LIN
INTERNATIONAL; AND SHOULD THE ADMINISTRATION NOT BE
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH THE THIRD-
RANKED PROPOSER, AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH THE FOURTH RANKED PROPOSER,
NETWORK ENGINEERING SERVICES, INC., D/B/A BOLTON, PEREZ AND
ASSOCIATES; AND SHOULD THE ADMINISTRATION NOT BE
SUCCESSFUL !N NEGOTIATING AN AGREEMENT WITH THE FOURTH.
RANKED PROPOSER, AUTHORIZING THE ADMINISTRATION TO ISSUE A
NEW RFQ; FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL
N EGOTIATIONS BY TH E ADMINISTRATION.
WHEREAS, Request for Qualifications No. 2014-11s-SR (the RFQ) was issued on May
28,2014, with an opening date of July 9, 2014', and
WHEREAS, a voluntary pre-proposal meeting was held on Tuesday June 12,2014; and
WHEREAS, the City received a total of four (4) proposals; and
WHEREAS, on August 11, 2014, the City Manager via Letter to Commission (LTC) No.
278-2014, appointed an Evaluation Committee (the "Committee"), consisting of the following
individuals:
. Douglas Seaman, Assistant City Engineer, Public Works Department. Mark Tomczyk, Sr. Capital Projects Coordinator, Capital lmprovement Projects
Office. Josiel Ferrer, Transportation Coordinator, Transportation Department
The following individuals were appointed as alternates:
. Eric Arencibia, Civil Engineer l, Public Works Department. Hasan Rizvi, Civil Engineer lll, PublicWorks Department. David Martinez, Director, Capital lmprovement Projects
362
. Hasan Rizvi, Civil Engineer lll, PublicWorks Department. David Martinez, Director, Capital lmprovement Projects. Jose Gonzalez, Director, Transportation Department
WHEREAS, the Committee convened on August 27, 2014 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 and the Government Sunshine Law; general information
on the scope of services, references, and a copy of each proposal; and engaged in a question
and answer session after the presentation of each proposer; and
WHEREAS, the Committee was instructed to score and rank each proposal pursuant to
the evaluation criteria established in the RFQ; and
WHEREAS, the Committee's ranking was as follows: Gannet Fleming, lnc., top ranked;
Parsons Brinckerhoff, lnc., second highest ranked; T.Y. LIN lnternational, lnc., third highest
ranked, and Network Engineering Services, lnc., d/b/a Bolton Perez & Associates, fourth
highest ranked; and
WHEREAS, after reviewing all the submissions and the Evaluation Committee's
rankings, the City Manager exercised his due diligence and is recommending that the
Administration be authorized to enter into negotiations with the top-ranked proposer, Gannet
Fleming, lnc; and should negotiations fail with the top-ranked proposer, the City Manager
recommends that the administration be authorized to enter into negotiations with the second
ranked proposer, Parsons Brinckerhoff, lnc; and should negotiations fail with the second ranked
proposer, the City Manager recommends that the administration be authorized to enter into
negotiations with the third ranked proposer, T.Y. LIN lnternational, lnc; and should negotiations
fail with the third ranked proposer, the City Manager recommends that the administration be
authorized to enter into negotiations with the fourth ranked proposer, Network Engineering
Services, lnc., d/b/a Bolton Perez & Associates; and should negotiations fail with the fourth
ranked proposer, the City Manager recommends that the administration be authorized to issue a
new RFQ.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAM! 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. 2014-11s-SR, for Professional
Engineering Consulting Services relating to the design of the new West Avenue bridge over the
Collins Canal (the "RFQ"); authorizing the Administration to enter into negotiations with the top
ranked proposer, Gannett Fleming, lnc; and should the Administration not be successful in
negotiating an agreement with the top-ranked proposer, authorizing the Administration to enter
into negotiations with the second ranked proposer, Parsons Brinckerhoff, lnc.; and should the
Administration not be successful in negotiating an agreement with the second-ranked proposer,
authorizing the Administration to enter into negotiations with the third ranked proposer, T.Y. LIN
lnternational; and should the Administration not be successful in negotiating an agreement with
the third-ranked proposer, authorizing the Administration to enter into negotiations with the
fourth ranked proposer, Network Engineering Services, lnc., dlbla Bolton, Perez and
Associates; and should the Administration not be successful in negotiating an agreement with
the fourth-ranked proposer, authorizing the Administration to issue a new RFQ; and further
363
authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful
negotiations by the Administration.
PASSED AND ADOPTED this _ day of 2014.
ATTEST:
Rafael E. Granado, City Clerk Philip Levine, Mayor
T:\AGENDA\2014\September\Procurement\RFQ-2014-115-SR Design-West Avenue Bridge - Resolution
APPROVED AS TO
FORM & TANGUAGE
& FOR EXECUIION
ffi{$[f Er
364