C7J-Accept Recommendation Professional A-E Services In Specialized CategoriesCOMMISSION 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
RANKTNG OF PROPOSALS PURSUANT TO REQUEST FOR PROPOSALS (RFp) NO. 2014-346-YG,
FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED
CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF LANDSCAPE
ARCHITECTURE, GENERAL ARCHITECTURE, TOWN PLANNING ARCHITECTURE, HISTORICAL
PRESERVATION ARCHITECTURE, CIVIL ENGINEERING, LAND SURVEYING, AND MECHANICAL,
ELECTRICAL, AND PLUMBING ENGINEERING.
Streamline The Del Of Services All Departments
Data (S Environmental Scan, etc: N/A
Item Summ
The Administration issued RFQ 2014-346-YG to seek the proposals from consultants to provide
Architectural and Engineering Services in Specialized Categories On An As-Needed-Basis, for projects
in which construction costs do not exceed $2 Million or for study activities for which the fee does not
exceed $200,000. The RFQ was approved for issuance by the City Commission on September 17,
2014. \he RFQ was released on September 18, 2014. A pre-proposal conference to provide information
to the proposers submitting a response was held on October 1,2014. An additional pre-proposal
conference was also held on October 13, 2014. On December 2, 2014, the City received proposals from
fifty-one (51) firms.
Because of the magnitude of the scope of the RFQ, including all the service categories requested, the
Administration has evaluated and has herein made recommendations for award by category group. On
February 26,2015, March 19,2015, March 31,2015, and April 8, 2015, the Evaluation Committees
appointed by the City Manager via LTC # 054-2015 convened to evaluate Groups 1,2,3, and 4,
respectively, The Committees were instructed to score and rank the proposals received 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. Because of the large
number of response for certain disciplines and the projected volume of work, staff is recommending that
no more than five (5) firms be awarded in each category. This agenda item addresses only an award
recommendation for the following disciplines: Landscape Architecture, General Architecture, Town
Planning Architecture, Historical Preservation Architecture, Civil Engineering, Land Surveying, and
Mechanical, Electrical, and Plumbing Engineering. The proposals received under the discipline of
Planning and Urban Design Architecture, Environmental Engineering, lnterior Design and Space
Planning Architecture, and Structural Engineering are still being reviewed. Once the review of the
proposals received under the aforementioned disciplines is complete, an agenda item will be prepared
and presented at the next available City Commission meeting.
After reviewing the submission and the Evaluation Committee's rankings of proposals received, the City
Manager recommends that the Mayor and the City Commission, pursuant to RFQ No. 2014-346-YG, for
Architectural and Engineering Services in Specialized Categories On An-Needed-Basis, authorize the
Administration to enter into negotiations with the Proposers recommended for each discipline as noted
beginning on page 6 of the attached memcrandum. ln the event that the A.dministration is unable to
negotiate a mutually agreeable with any of the recommended firms, the City Manager recommends that
the Mayor and City Commission authorize the Administration to negotiate with other ranked firms, in
order of rank, in each category. Further, the City Manager recommends the Mayor and City Clerk be
authorized to execute an Agreement upon conclusion of successful negotiations by the Administration.
: ADOPT THE RESOLUTION.
Advisorv Board Recommendation:
Financial lnformation :
Source of
Funds:
OBPI
Amount Account
1 The cost of the related services, determined upon
successful negotiations, are subject to funds availability
approved throuqh the Citv's budqetinq process.
City Clerk's Office Legislative Tracking: Alex Denis, Extension 6641
n-Offs:
pepartment Director rssiffaff{p\y Manaser City M rager
AUW ECTLDM-MT\!T!JLM AT_
yl_
15\June\PROCUREMENn2014-346-YG RFQ - Professional Architectural and Engineering Services -
AGENDA
d(
I c7T
EArG 6-tO-t9# AAIAAAIBTACH 143
MIAMIBEACH
City of Miomi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 331 39,
C@MMISS
Mayor Philip Levine and Members ol
Jimmy L. Morales, City Manager
DATE: June 10,2015
SUBJECT: A RESOLUTION OF THE MAYOR IAND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTTNG THE REGOMMENDATION OF THE CITY
MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO
REQUEST FOR PROPOSALS (RFP) NO. 2014-346-YG, FOR PROFESSTONAL
ARCHITEGTURAL AND ENGINEERING SERVICES IN SPEGIALIZED
CATEGORIES ON AN AS.NEEDED.BAS!S, FOR THE DISCIPLINES OF
LANDSCAPE ARCHITECTURE, GENERAL ARCHITECTURE, TOWN PLANNING
ARCHITECTURE, H!STORICAL PRESERVATION ARCHITECTURE, CIUL
ENGINEERING, LAND SURVEYING, AND MECHANICAL, ELECTRICAL, AND
PLUMBING ENGINEER!NG.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
KEY INTENDED OUTCOME SUPPORTED
Streamline The Delivery Of Services Through All Departments
BACKGROUND
Since June 9, 2010, the City has had contracts pursuant to Request for Qualifications (RFO)
01-09/10 with various firms for professional architectural and engineering services in
specialized categories on an "as-needed-basis". This contract provides access to architecture
and engineering (A & E) firms in accordance with the requirements of the State of Florida,
Consultant's Competitive Negotiation Act (CCNA). At its September 11, 2013 meeting, the
Mayor and City Commission approved the recommendation of the Administration to exercise
the last option for renewal of one (1) year, which extended the contract until September 29,
2014.
Resolution 2014-28743, passed and adopted September 17,2014, authorized the issuance of
a new RFQ for professional architectural and engineering services in specialized categories on
an "as-needed-basis". This resolution further authorized the Mayor and City Clerk to execute
Amendment No. 1 to the Contracts executed pursuant to RFQ 01-09/10 to authorize month-to-
month extensions until such time as a new RFQ process was completed and new contracts
were executed.
RFQ PROCESS
On September 17,2014, the City Commission approved the issuance of Request for
Qualifications (RFO) No. 2014-346-YG for Professional Architectural and Engineering
Services in Specialized Categories On An "As-Needed-Basis". On September 18, 2014, the
RFQ was issued. A pre-proposal conference to provide information to the proposers
submitting a response was held on October 1, 2014. An additional pre-proposal conference
was also held on October 13,2014. RFQ responses were due and received on December 2,
2014.
www. miomibeochfl.gov
MEMORANDUM
SSIONTO:
FROM:
144
Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the
Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2014-346-YG, for Professional
Architectural and Engineering Services ln Specialized Categories On An As-Needed-Basis.
June 10, 2015
Page 2
The City received proposals in response to the RFQ from the following fifty-one (51) firms:
AECOM Technical Services Marlin Engineering
Barmello Ajamil & Partners, lnc. McHarry Associates
BCC Engineering, lnc. Miller Legg
BEA Architects MSA (Milian, Swain & Associates, lnc.)
Bender & Associates Architects Pure Engineering Services
Biscayne Engineering Company, lnc. R.J. Behar & Company, lnc.
Brindley Pieters & Associates RAI
CB&l Environmenatal & infrastructure Reines & Straz
CES Consultants, lnc. RGD
Chen Moore and Associates RJ Heisenbottle
CIMA RobaYna and Associates
Coastal Systems lnternational, lnc. Ross Engineering
CPH, lnc. SBLM Architecs
Craven Thompson and Associates Schwebke - Shiskin & Associates, lnc.
Cummins Cederberg, lnc. Stanley Consultants
Douglas Wood Stantec
EAC Consulting, lnc. The Corradino Group
ELA Architects Thorton Tomasetti
E-Sciences TLC Engineering
GFA lnternational, lnc. Triangle Surveying Map
Glavovic Studio URS CorPoration
HAKS Wade Trim
Keith and Schnars, P.A. William B Medellin Architect P.A.
Kimley Horn Wolfberg Alvarez and Partners
Kobi Karp ZYscovich Architects
Lockwood, Andrews & Newman, lnc.
On February 5,2015, the City Manager appointed the Evaluation Committee via LTC # 054-
2015, which included evaluation committee members for each category group. The Evaluation
Committee (the "Committee") for these groups consisted of the following individuals:
GROUP 1 - LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN
ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING
. Margarita Wells, Environment and Sustainability Specialist, Building Department, City
of Miami Beach
o Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach
. Humberto Cabanas, Division Director, ClP, City of Miami Beach
GROUP 2 _ GENERAL ARCHITECTURE, INTERIOR DESIGN/SPACE PLANNING
ARCHITECTURE, TOWN PLANNING ARCHITECTURE, AND HISTORICAL
PRESERVATI ON ARCH ITECTU RE
o Deborah Tackett, Preservation and Design Manager, Planning Department, City of
Miami Beach
o Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach
o Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach
145
Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the
Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2014-346-YG, for Professional
Architectural and Engineering Services ln Specialized Categories On An As-Needed-Basis.
June 1 0,2015
Page 3
GROUP 3 _ CIVIL ENGINEERING, LAND SURVEYING SERVICES
. Brian Bellino, City Surveyor, Public Works, City of Miami Beach
o Jose Perez, Capital Projects Coordinator, ClP, City of Miami Beach
. Jose Rivas, Civil Engineer lll, Public Works, City of Miami Beach
GROUP 4 - MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, AND
STRUCTURAL ENG INEERING
. Sabrina Baglieri, Sr. Capital Projects Coordinator, ClP, City of Miami Beach
. Oniel Toledo, Construction Manager, Public Works, City of Miami Beach
o Jose Perez, Capital Projects Coordinator, ClP, City of Miami Beach
Because of the magnitude of the scope of the RFQ, including all the service categories
requested, the Administration has evaluated and has herein made recommendations for award
by category group.
For Group 1, the Committee convened on February 26,2015 to consider proposals received
for Landscape Architecture, Planning and Urban Design Architecture, and Environmental
Engineering. 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, 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 evaluation process for Group 1 resulted in the
ranking of proposers as indicated below. The proposals received under the discipline of
Planning and Urban Design Architecture and Environmental Engineering (Group 1) are still
being reviewed by the Procurement Department to ensure compliance with the requirements
of the RFQ. Once the review of the proposals is complete, an agenda item will be prepared
and presented at the next available City Commission meeting.
LANDSCAPE ARCH ITECTU RE
Margarita
Rankino
Rogelio
P2nki
Humberto
tt
LOW
AGGREGATE
T6TAI q
KEITH AND SCHNARS.
P,A 93 95 1 2 4
AECOM TECHNICAL
eEa\/taEq tNa 7A 3 90 2 87 o 2
KIMLEY.HORN AND
ASSOCIATES. INC.a1 78 3 7 3
CRAVEN, THOMPSON &
ASSC)CIATES INC.76 4 61 4 14 4
MILLER LEGG &
ASSOCIATES. INC-74 5 77 '15 5
]HEN MOORE AND
ASSOCIATES INC.70 6 6q 4 70 6 16 6
146
Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the
Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2014-346-YG, for Professional
Architectural and Engineering Services ln Specialized Categories On An As-Needed-Basis.
June 10,2015
Page 4
For Group 2, the Committee convened on March 19,2015 to consider proposals received for
General Architecture, lnterior Design and Space Planning Architecture, Town Planning
Architecture, and Historical Preservation Architecture. 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, 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
evaluation process for Group 2 resulted in the ranking of proposers as indicated below. The
proposals received under the discipline of lnterior Design and Space Planning (Group 2) are
still being reviewed by the Procurement Department to ensure compliance with the
requirements of the RFQ. Once the review of the proposals is complete, an agenda item will
be prepared and presented at the next available City Commission meeting.
GENERAL ARCHITECTURE
Deborah
Taokelt Rankino
Rogelio
P2nkinr
Valeria
Rankinn
LOW
AGGREGATE
T6TAI S ElinL
(OBI KARP ARCHITECTURE &
NTERIOR DESIGN INC 95 1 92 90 4 8
3LAVOVIC STUDIO. INC.88 a 85 a qg '12 2
iI.C. HARRY & ASSOCIATES,
NC.94 Aq 7 q3 3 '12 2
}TANTEC CONSULTING
IFRVI(:FS INC A7 4 95 a6 7 12 2
]bAARCHI ITL;IS- INC.85 6 90 6 95 2 14 5
]ERMELLO AJAMIL &
)ARTNERS INC-a4 7 92 3 88 15 6
:DWARD LEWIS ARCHITECTS,
NC 80 10 93 2 88 17 7
trOLFBERG ALVAREZ AND
)ARTNERS. INC.84 7 9'r 5 80 I 20 a
R. J. HEISENBOTTLE
\RCHITECTS. P.A.4 7A 9 75 10 I
iBIMAR(:HITFCS P(]g4 7 74 1'l 80 8 26 10
71 11 bv 75 10 a4
]PH, INC 57 17 75 10 55 '13 35 12
IAKS ENGINEERS, ARCHITECTS
\ND LAND SURVEYORS. P.C.57 70 12 55 4 3A 1?
:IMA FNGINFFRING CORP 14 66 14 70 12 40 14
TOWN PLANN!NG ARCHITECTURE
Deborah
Tr.kaft Rankino
Rogelio
hIada n Rankino
Valeria
M6ii.Rankino
LOW
AGGREGATE
TOTAI S Rank
ZYSCOVICH. INC.97 1 84 100 1 3 1
THE CORRADINO GROUP 75 2 76 2 OJ 2 o 2
HISTORIGAL PRESERVATION ARCHITECTURE
l::::l::::@qrtr:ZgW;",r iPJ'eGittrild{iari."ffi,l
. ;a,.di;i{it*rdhiit';ir*,+l',
ltirtiBffi'f"s##lffi-ffi{,W4nrili4L #ffiffiffi}3 Deborah Rogelio
LOW
AGGREGATE
Rank
i. J. HEISENBOTTLE
\RCHITECTS P A 100 1 99 'l 90 1
WILLIAM B MEDELLIN
2 qo 1 6 2
)OUGLAS WOOD
\ssoctaTFs tre 2 91 3 4
BENDER & ASSOCIATES
ARCHITECTS
3 11 4
147
Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the
Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2014-346-YG, for Professional
Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis.
June 10,2015
Page 5
For Group 3, the Committee convened on March 31, 2015 to consider proposals received for
Civil Engineering and Land Surveying. 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, 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
evaluation process for Group 3 resulted in the ranking of proposers as indicated below.
CIVIL ENGINEERING
CONSULTING SERVICES,
-HORN AND ASSOCIATES, INC.
Y PIETERS & ASSOCIATES,
MOORE AND ASSOCIATES, INC.
TAL SYSTEIIIS INTERNATIOML,
, ANDREWS & NEWMAN,
MILLER LEGG & ASSOCIATES- INC.
BISCAYNE ENGiNEERiNG COIVPANY,
INC.
LAND SURVEYING
Bria n
Ranl
Jose A.
Rankino
Pedro
Fuentes Rankino
i.1.
=.;
:F-:LOW
AGGREGATE
Tr)TAI S Rank
SCHWEBKE - SHISKIN &
ASSOCIATES. INC,tnn q6 1 ao 4
MAPPING INC 9't 2 93 2 77 4 8 )
KFITH AND SCHNARS P A a7 a3 7 83
BISCAYNE ENGINEERING
COMPANY. INC.83 7 R7 79 13 4
CRAVEN THOMPSON AND
AqqONIATtrQ INN a6 4 a4 69 15 5
RORAYNA ANT] ASSOCIATFS a5 5 85 5 6A 16 6
MARLIN ENGINEERING. INC.A4 6 a6 4 63 a 1u 7
CB&I ET.IVIRONMENATAL &
INIFPAQTPI I'TI IPF 75 I 8 7 24 R
MILLER LEGG & ASSOCIATES,
a 75 q 60 I 26 9
148
Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the
Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2014-346-YG, for Professional
Architectural and Engineering Services ln Specialized Categories On An As-Needed-Basis.
June 10, 2015
Page 6
For Group 4, the Committee convened on April 8, 2015 to consider proposals received for
Structural Engineering and Mechanical, Electrical, and Plumbing Engineering. 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, 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 evaluation process for Group 4 resulted in the ranking of
proposers as indicated below. The proposals received under the discipline of Structural
Engineering (Group 4) are still being reviewed by the Procurement Department to ensure
compliance with the requirements of the RFQ. Once the review of the proposals is complete,
an agenda item will be prepared and presented at the next available City Commission
meeting.
M ECHAN ICAL, ELECTRICAL AND PLUMBING
Because of the large number of response for certain disciplines and the projected volume of
work, staff is recommending that no more than five (5) firms be awarded in each category.
This agenda item addresses only an award recommendation for the following disciplines:
Landscape Architecture, General Architecture, Town Planning Architecture, Historical
Preservation Architecture, Civil Engineering, Land Surveying, and Mechanical, Electrical, and
Plumbing Engineering. The proposals received under the discipline of Planning and Urban
Design Architecture, Environmental Engineering, lnterior Design and Space Planning
Architecture, and Structural Engineering are still being reviewed by the Procurement
Department to ensure compliance with the requirements of the RFQ. Once the review of the
proposals received under the aforementioned disciplines is complete, an agenda item will be
prepared and presented at the next available City Commission meeting.
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 as follows:
Keith and Schnars, P.A., AECOM Technical Services, lnc., Kimley-Horn and
Associates, lnc., Craven, Thompson & Associates, lnc., and Miller Legg & Associates,
lnc., for the discipline of Landscape Architecture.
Kobi Karp Architecture & lnterior Design, lnc., Glavovic Studio, Inc., M.C. Harry &
Associates, lnc., Stantec Consulting Services, lnc., BEA Architects, lnc., for the
discipline of General Architecture.
Zyscovich, lnc., and The Corradino Group, lnc., for the discipline of Town Planning
Architecture.
Engineering for Architecture,
149
Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the
Ranking of Proposals pursuant to Request For Proposals (RFP) No. 2014-346-YG, for Professional
Architectural and Engineering Services ln Specialized Categories On An As-Needed-Basis.
June 10,2015
Page 7
R. J. Heisenbottle Architects, P.A., William B Medellin Architect P.A., Douglas Wood
Associates, lnc., Bender & Associates Architects, P.A., for the discipline of Historical
Preservation Arch itecture.
Wade Trim, lnc., Stantec Consulting Services, lnc., Kimley-Horn and Associates, lnc.,
PURE Engineering Services, lnc., and Schwebke - Shiskin & Associates, Inc., for the
discipline of Civil Engineering.
Schwebke - Shiskin & Associates, lnc., Triangle Surveying and Mapping, lnc., Keith
and Schnars, P.A., Biscayne Engineering Company, lnc., and Craven Thompson and
Associates, lnc., for the discipline of Land Surveying.
TLC Engineering For Architecture, lnc., Wolfberg Alvarez & Partners, lnc., and RGD
Associates, lnc. d/b/a RGD Consulting Engineers for the discipline of Mechanical,
Electrical, and Plumbing Engineering.
ln the event that the Administration is unable to negotiate a mutually agreeable with any of the
recommended firms, the City Manager recommends that the Mayor and City Commission
authorize the Administration to negotiate with other ranked firms, in order of rank, in each
category. The City Manager further recommends that the Mayor and City Clerk be authorized
to execute an agreement upon conclusion of successful negotiations by the Administration.
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 Proposals (RFP) 2014-346-YG for Professional
Architectural and Engineering Services in Specialized, on an as needed basis.
JLM/MT/AD/YG
T:\AGENDA\2015\June\PROCUREMENT\2014-346-YG RFQ - Professional Architectural and Engineering Services - Memo (Revised 6.2.2015).docx
150
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 FOR
GROUP 1 . LANDSCAPE ARCHITECTURE, PLANNING AND URBAN
DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING, AND
GROUP 2 . TOWN PLANNING ARCHITECTURE, INTERIOR DESIGN &
SPACE PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION
ARCHITECTURE, AND GROUP 3 CIVIL ENGINEERTNG AND LAND
SURVEYING, AND GROUP 4 STRUCTURAL ENGINEERING AND
MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, PURSUANTTO REQUEST FOR QUALIFICATIONS NO. 2014.346.YG, FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES !N
SPECIAL|ZED CATEGORTES ON AN AS-NEEDED BASTS (THE ,,RFQ");
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH KEITH AND SCHNARS, P.A., AECOM TECHNICAL SERVICES, INC.,
KIMLEY.HORN AND ASSOCIATES, INC., CRAVEN, THOMPSON &
ASSOCIATES, INC., AND MILLER LEGG & ASSOCIATES, INC., FOR THE
DISCIPLINE OF LANDSCAPE ARCHITECTURE;; AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KOBI KARP
ARCHITECTURE & INTERIOR DESIGN, INC., GLAVOVIC STUDIO, INC., M.C.
HARRY & ASSOCIATES, INC., STANTEC CONSULTING SERVICES, INC.,
AND BEA ARCHITECTS, INC., FOR THE DISCIPLINE OF GENERAL
ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH ZYSCOVICH, INC., AND THE CORRADINO GROUP,
INC., FOR THE DISCIPLINE OF TOWN PLANNING ARCHITECTURE;
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH R. J. HEISENBOTTLE ARCHITECTS, P.A., WILLIAM B MEDELLIN
ARCHITECT P.A., DOUGLAS WOOD ASSOCIATES, INC., BENDER &
ASSOCIATES ARCHITECTS, P.A., FOR THE DISCIPLINE OF HISTORICAL
PRESERVATION ARCHITECTURE; AUTHORIZING THE ADMINISTRATION
TO ENTER INTO NEGOTIATIONS WITH WADE TR!M, !NC., STANTEC
CONSULTING SERVICES, INC., KIMLEY.HORN AND ASSOCIATES, INC.,
PURE ENGINEERING SERVICES, INC., AND SCHWEBKE . SHISKIN &
ASSOCIATES, INC., FOR THE DISCIPLINE OF CIVIL ENGTNEERING;
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH SCHWEBKE . SHISKIN & ASSOCIATES, INC., TRIANGLE
SURVEYING AND MAPPING, INC., KEITH AND SCHNARS, P.A., BISCAYNE
ENGINEERING COMPANY, INC., AND CRAVEN THOMPSON AND
ASSOCIATES, INC., FOR THE DISCIPLINE OF LAND SURVEYTNG;
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH TLC ENGINEERING FOR ARCHITECTURE, INC., WOLFBERG
ALVAREZ & PARTNERS, INC., AND RGD ASSOCIATES, INC. D/B/A RGD
CONSULTING ENGINEERS FOR THE DISCIPLINE OF MECHANICAL,
ELECTRICAL, AND PLUMBING ENGINEERING; FURTHER, SHOULD THE
ADMINISTRATION BE UNABLE TO NEGOTIATE AN AGREEMENT WITH
ANY OF THE RECOMMENDED FIRMS, THE ADMINISTRATION IS
AUTHORIZED TO NEGOTIATE WITH OTHER RANKED FIRMS IN ORDER OF
RANK IN EACH CATEGORY; AND FURTHER AUTHORIZING THE MAYOR
151
AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF
SUCCESSFUL N EGOTIATIONS BY THE ADMINTSTRATION.
WHEREAS, Request for Qualifications No. 2014-346-YG (the RFQ) was issued on
September 18,2014, with an opening date of December 2,2014; and
WHEREAS, a voluntary pre-proposal meeting was held on October 1, 2014 and on
October 13,2014; and
WHEREAS, the City received proposals from a total of fifty-one (51) firms; and
WHEREAS, because of the magnitude of the scope of the RFQ, including all the service
categories requested, the Administration will evaluate and make recommendations for award by
category group; and
WHEREAS, on February 5,2015, the City Manager via Letter to Commission (LTC) No.
054-2015, appointed an Evaluation Committee (the "Committee"), which included evaluation
committee members for each category group; and
WHEREAS, the Evaluation Committee (the "Committee") for Groups 1, 2, 3, and 4
consisted of the following individuals:
GROUP 1 - LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN
ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING. Margarita Wells, Environment and Sustainability Specialist, Building Department,
City of Miami Beach
. Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach
o Humberto Cabanas, Division Director, ClP, City of Miami Beach; and
GROUP 2 _ GENERAL ARCHITECTURE, INTERIOR DESIGN/SPACE PLANNING
ARCHITECTURE, TOWN PLANNING ARCHITECTURE, AND HISTORICAL
PRESERVATI ON ARCH ITECTURE
o Deborah Tackett, Preservation and Design Manager, Planning Department, City of
Miami Beach
. Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach
r Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach; and
GROUP 3 - CIVIL ENGINEERING, LAND SURVEYING SERVICES. Brian Bellino, City Surveyor, Public Works, City of Miami Beach
o Jose Perez, Capital Projects Coordinator, ClP, City of Miami Beach
. Jose Rivas, Civil Engineer lll, Public Works, City of Miami Beach; and
GROUP 4 _ MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, AND
STRUCTURAL ENG I NEERI NG
o Sabrina Baglieri, Sr. Capital Projects Coordinator, ClP, City of Miami Beach. Oniel Toledo, Construction Manager, Public Works, City of Miami Beach
. Jose Perez, Capital Projects Coordinator, ClP, City of Miami Beach
152
WHEREAS, the Committees convened to consider the proposals, as follows: the
Committee for Group 1 convened on February 26,2015; the Committee for Group 2 convened
on March 19,2015; the Committee for Group 3 convened on March 31, 2015; and the
Committee for Group 4 convened on April 8,2015; and
WHEREAS, the Committees were 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 Committees were instructed to score and rank each proposal pursuant
to the evaluation criteria established in the RFQ; and
WHEREAS, the Committee's ranking for the discipline of Landscape Architecture was as
follows: Keith and Schnars, P.A., top ranked; AECOM Technical Services, lnc., second highest
ranked; Kimley-Horn and Associates, lnc., third highest ranked, Craven, Thompson &
Associates, lnc., fourth highest ranked; Miller Legg & Associates, lnc., fifth highest ranked;
Chen Moore and Associates, lnc., sixth highest ranked; and
WHEREAS, the Committee's ranking for the discipline of General Architecture was as
follows: Kobi Karp Architecture & lnterior Design, lnc., top ranked; Glavovic Studio, lnc., M.C.
Harry & Associates, lnc., and Stantec Consulting Services, lnc., all tied as the second highest
ranked firms; BEA Architects, lnc., fifth highest ranked; Bermello, Ajamil, & Partners, lnc., as the
sixth highest ranked; Edward Lewis Architects, lnc., as the seventh highest ranked; Wolfberg
Alvarez and Partners, lnc., as the eight highest ranked, R. J. Heisenbottle Architects, P.A., as
the ninth highest ranked, SBLM Architects, P.C., as the tenth highest ranked, Rodriguez
Architects, lnc., as the eleventh highest ranked, CPH, lnc., as the twelfth highest ranked; HAKS
Engineers, Architects and Land Surveyors, P.C., as the thirteenth highest ranked; CIMA
Engineering Corp., as the fourteenth highest ranked; and
WHEREAS, the Committee's ranking for the discipline of Town Planning Architecture
was as follows: Zyscovich, lnc., top ranked; The Corradino Group, second highest ranked; and
WHEREAS, the Committee's ranking for the discipline of Historical Preservation
Architecture was as follows: R. J. Heisenbottle Architects, P.A., top ranked; William B. Medellin
Architect, P.A., second highest ranked; Douglas Wood Associates, lnc., third highest ranked,
Bender & Associates Architects, P.A., fourth highest ranked; and
WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as
follows: Wade Trim, lnc., top ranked; Stantec Consulting Services, lnc., second highest ranked;
Kimley-Horn And Associates, lnc., third highest ranked, Pure Engineering Services, lnc., fourth
highest ranked; Schwebke - Shiskin & Associates, lnc., fifth highest ranked; Stanley
Consultants, lnc., as the sixth highest ranked; BCC Engineering, lnc., and R.J. Behar &
Company, lnc., both tied as the seventh highest ranked flrm, Craven Thompson And
Associates, lnc., as the ninth highest ranked, Brindley Pieters & Associates, lnc., as the tenth
highest ranked, Chen Moore And Associates, lnc., as the eleventh highest ranked, CPH, lNC.,
as the twelfth highest ranked; Milian, Swain & Associates, lnc., as the thirteenth highest ranked;
Coastal Systems lnternational, lnc., as the fourteenth highest ranked; Keith And Schnars, P.A.,
as the fifteenth highest ranked; CB&l Environmental & lnfrastructure, lnc., as the sixteenth
highest ranked; CES Consultants, lnc., as the seventeenth highest ranked; Lockwood, Andrews
& Newman, lnc., as the eighteenth highest ranked; HAKS Engineers Architects and Land
Surveyors, P.C., as the nineteenth highest ranked; EAC Consulting, lnc., as the twentieth
153
highest ranked; The Corradino Group as the twenty first highest ranked; Robayna and
Associates, lnc., as the twenty second highest ranked; Biscayne Engineering Company, lnc., as
the twenty third highest ranked; Miller Legg & Associates, lnc., as the twenty fourth highest
ranked; Ross Engineering, lnc., as the twenty fifth highest ranked; Cummins Cederberg, lnc., as
the twenty sixth highest ranked; and
WHEREAS, the Committee's ranking for the discipline of Land Surveying was as
follows: Schwebke - Shiskin & Associates, lnc., top ranked; Triangle Surveying and Mapping,
lnc., second highest ranked; Keith and Schnars, P.A., third highest ranked, Biscayne
Engineering Company, lnc., fourth highest ranked; Craven Thompson And Associates, lnc, fifth
highest ranked; Robayna And Associates, lnc., as the sixth highest ranked; Marlin Engineering,
lnc., as the seventh highest ranked; CB&l Environmental & lnfrastructure, lnc., as the eight
highest ranked, Miller Legg & Associates, ln., as the ninth highest ranked; and
WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and
Plumbing Engineering was as follows: TLC Engineering for Architecture, lnc. top ranked;
Wolfberg Alvarez & Partners, lnc., second highest ranked, RGD Associates, lnc. DBA RGD
Consulting Engineers, third highest ranked; and
WHEREAS, the proposals received under the discipline of Planning and Urban Design
Architecture, Environmental Engineering, lnterior Design and Space Planning Architecture, and
Structural Engineering are still being reviewed by the Procurement Department to ensure
compliance with the requirements of the RFQ; and
WHEREAS, once the review of the proposals received under the aforementioned
disciplines is complete, an agenda item will be prepared and presented at the next available
City Commission meeting; and
WHEREAS, after reviewing all the submissions and the Evaluation Committee's
rankings, the City Manager exercised his due diligence and concurs with the Committee's
rankings.
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. 2014-346-YG, for Professional
Architectural and Engineering Services in specialized categories on an as-needed basis (the
"RFQ"); authorizing the Administration to enter into negotiations with Keith and Schnars, P.A.,
AECOM Technical Services, lnc., Kimley-Horn and Associates, lnc., Craven, Thompson &
Associates, lnc., and Miller Legg & Associates, lnc., for the discipline of Landscape
Architecture; authorizing the administration to enter into negotiations with Kobi Karp Architecture
& lnterior Design, lnc., Glavovic Studio, lnc., M.C. Harry & Associates, lnc., Stantec Consulting
Services, lnc., and BEA Architects, lnc., for the discipline of General Architecture;authorizing the
Administration to enter into negotiations with Zyscovich, lnc., The Corradino Group, lnc., for the
discipline of Town Planning Architecture; authorizing the administration to enter into
negotiations with R. J. Heisenbottle Architects, P.A., William B Medellin Architect P.A., Douglas
Wood Associates, lnc., Bender & Associates Architects, P.A., for the discipline of Historical
Preservation Architecture; authorizing the administration to enter into negotiations with Wade
Trim, lnc., Stantec Consulting Services, lnc., Kimley-Horn and Associates, lnc., PURE
Engineering Services, lnc., and Schwebke - Shiskin & Associates, lnc., for the discipline of Civil
Engineering; authorizing the administration to enter into negotiations with Schwebke - Shiskin &
154
Associates, lnc., Triangle Surveying and Mapping, lnc., Keith and Schnars, P.A., Biscayne
Engineering Company, lnc., and Craven Thompson and Associates, lnc., for the discipline of
Land Surveying; authorizing the administration to enter into negotiations with TLC Engineering
for Architecture, lnc., Wolfberg Alvarez & Partners, lnc., and RGD Associates, lnc. d/b/a RGD
Consulting Engineers for the discipline of Mechanical, Electrical, and Plumbing Engineering;
further, should the Administration be unable to negotiate an agreement with any of the
recommended firms, the Administration is authorized to negotiate with other ranked firms in
order of rank in each category; and further authorizing the Mayor and City Clerk to execute an
agreement upon conclusion of successful negotiations by the Administration.
PASSED AND ADOPTED this
ATTEST:
2015.
Rafael E. Granado, City Clerk Philip Levine, Mayor
T:\AGENDA\201S\June\PROCUREMENT\2014-346-YG RFQ - Professional Architectural and Engineering Services - Reso.docx
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUT]ON
day of
l\- 1r- 3',9#
Date
155
THIS PAGE INTENTIONALLY LEFT BLANK
156