Loading...
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