HomeMy WebLinkAbout2005-25811 Reso
RESOLUTION NO. 2005-25811
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 QUALIFICATIONS RECEIVED
PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 41-03/04, FOR
URBAN DESIGN, LANSCAPE ARCHITECTURE, AND ENGINEERING SERVICES
FOR DESIGN, AND CONSTRUCTION ADMINISTRATION SERVICES FOR
STREETSCAPE AND UTILITY IMPROVEMENTS IN THE NORTH SHORE
NEIGHBORHOOD; AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH THE TOP-RANKED FIRM OF CALVIN, GIORDANO &
ASSOCIATES, INC.; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO
NEGOTIATE AN AGREEMENT WITH THE TOP-RANKED FIRM, AUTHORIZING
THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND-RANKED FIRM OF
APCT ENGINEERS; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO
NEGOTIATE AN AGREEMENT WITH THE SECOND-RANKED FIRM, FURTHER
AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE THIRD-
RANKED FIRM OF EAC CONSULTING.
WHEREAS, on September 8, 2004, the City Commission authorized the issuance of
RFQ No. 41-03/04 to solicit qualifications from professional firms with the capability and
experience to provide design, bid and award, and construction administration services for
the North Shore Neighborhood Project (the RFQ); and
WHEREAS, the RFQ was issued on September 28, 2004, with an opening date of
November 19, 2004; and
WHEREAS, ten (10) proposals were received in response to the RFQ, by the
following firms:
. APCT Engineers;
. Beiswenger, Hoch and Associates, Inc.;
. Calvin, Giordano & Associates, Inc.;
. Chen and Associates;
. EAC Consulting, Inc.;
. H. J. Ross;
. R. J. Behar & Company, Inc.;
. RMPK Group, Inc.;
. Serralta, Rebull, Serig, Inc.; and
. URS; and
WHEREAS, an Evaluation Committee was appointed by the City Manager via Letter
to Commission (LTC) No. 306-2004, consisting of the following individuals:
. Margarita Cepeda, Executive Director, Hispanic Community Center
(Committee Chair)
. Diana Susi, Owner, Happy Kids Daycare
. Randall Robinson, Executive Director, North Beach Development Corp.
. Daniel Veitia, Architect
. Joyce Meyers, Principal Planner, Planning Department
. Thomas Urriola, Acting Director, Housing and Community Development
. Ronnie Singer, Community Information Manager, CIP Office; and
WHEREAS, on January 25, 2005, the Evaluation Committee convened and
discussed the qualifications and credentials of all ten firms, and consensus was to shortlist
only the four (4) most qualified firms and invite the four firms to provide a 15-minute
presentation, followed by a 15-minute question and answer session; and
WHEREAS, the Committee reconvened on February 7, 2005, for the second
meeting; the Committee members discussed their individual ranking of all the firms and
ranked the top three firms accordingly:
. First: Calvin, Giordano & Associates, Inc.;
· Second: APTC Engineers;
· Third: EAC Consulting; and
WHEREAS, the City Manager has reviewed the Evaluation Committee's
recommendation, and recommends that the Mayor and City Commission accept the
Committee's recommendation, relative to the ranking of firms pursuant to the RFQ and
would recommend that the Administration enter into negotiations with the first-ranked firm
of Calvin, Giordano & Associates, Inc.; if unsuccessful, negotiate with the second-ranked
firm of APTC Engineers; and, if unsuccessful, negotiate with the third-ranked firm of EAC
Consulting.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission accept the recommendation of the City Manager pertaining to the ranking of
firms pursuant to RFQ No. 41-03/04, and authorize the Administration to enter into
negotiations with the top-ranked firm of Calvin, Giordano & Associates, Inc.; should the
Administration not be able to negotiate an agreement with the top-ranked firm, authorize
the Administration to negotiate with the second-ranked firm of APTC Engineers, Inc.; and,
should the Administration not be able to negotiate an agreem nt with the second-ranked
firm, authorize the Administration to negotiate with the third-r ked firm of EAC Consulting.
PASSED and ADOPTED this 23rd day of Fe ru
,2005.
~TTEST: '.a
11JlM;L~ fM~
CITY CLERK
T:\AGENDA \2005\Feb2305\Consent\RFQ41-03-04NorthShoreReso.doc
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
~ ",-tl"odl5
i ttomey I '1'-----
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
m
Condensed Title:
A Resolution Accepting the City Manager's Recommendation Relative to the Ranking of Firms and Authorizing
Negotiations Pursuant to Request for Qualifications (RFQ) No. 41-03/04 for Urban Design, Landscape
Architecture, and Engineering Services for Planning, Design and Construction Administration Services for
Streetsca e and Utili 1m rovements in the North Shore Nei hborhood.
Issue:
Shall the City Commission accept the City Manager's recommendation relative to the ranking of firms and
authorize ne otiations?
Item Summary/Recommendation:
On September 8, 2004, the City Commission authorized the issuance of an RFQ to solicit the qualifications from
professional firms with the capability and experience to provide the restoration and enhancement of the North Shore
neighborhood streets, consistent with identified needs. The proposed project will include streetscape work with
restoration and enhancement ofthe neighborhood's street lighting, potable water, and sanitary sewer lines, no storm
drainage infrastructure is included as this are was not identified as being in a priority basin.
RFQ No. 41-03/04 was issued on September 28, 2004 with an opening date of November 19,2004. The City received
responses from the following 10 firms:
. APCT Engineers;
. Beiswenger, Hoch and Associates, Inc.;
. Calvin, Giordano & Associates, Inc.;
. Chen and Associates;
. EAC Consulting, Inc.;
. H.J. Ross;
. R. J. Behar & Company, Inc.;
. RMPK Group, Inc.;
. Serralta, Rebull;Serig, Inc.; and
. URS.
The City Manager via Letter to Commission (LTC) No. 306-2004, appointed an Evaluation Committee ("the
Committee") to review and rank the qualifications of the firms who responded. Consensus at the end of the 1st
Committee meeting was to invite the top four (4) ranked firms to provide a 15 minute presentation, followed by a 15
minute question and answer session.
During deliberations at the 2nd Committee meeting, the Committee members ranked and arrived at the following
ranking order:
. First: Calvin Giordano and Associates, Inc.
. Second: APTC Engineers
. Third: EAC Consulting
The firm of Calvin Giordano and Associates, Inc. was deemed to be the first ranked firm based on their experience
and qualifications as well as their team.
ACCEPT THE MANAGER'S RECOMMENDATION AND AUTHORIZE NEGOTIATIONS
Advisory Board Recommendation:
I
Financial Information:
Source of Amount Account Approved
Funds: 1
D 2
3
4
Finance Dept. Total
Si
For City Manager
AGENDA ITEM
DATE
C7A
;J. -~3-o.s-
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.miamibeachfl.gov
To:
From:
Subject:
COMMISSION MEMORANDUM
Mayor David Dermer and
Members of the City Commission
Date: February 23,2005
Jorge M. Gonzalez J ~
City Manager (j ~ 0
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
QUALIFICATIONS RECEIVED PURSUANT TO REQUEST FOR
QUALIFICATIONS (RFQ) NO. 41-03/04, FOR URBAN DESIGN,
LANDSCAPE ARCHITECTURE, AND ENGINEERING SERVICES FOR
DESIGN, AND CONSTRUCTION ADMINISTRATION SERVICES FOR
STREETSCAPE AND UTILITY IMPROVEMENTS IN THE NORTH SHORE
NEIGHBORHOOD; AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF CALVIN,
GIORDANO & ASSOCIATES, INC.; AND SHOULD THE ADMINISTRATION
NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE TOP-
RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE
WITH THE SECOND-RANKED FIRM OF APCT ENGINEERS; AND
SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN
AGREEMENT WITH THE SECOND-RANKED FIRM, FURTHER
AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE
THIRD-RANKED FIRM OF EAC CONSULTING.
ADMINISTRATIVE RECOMMENDATION
Adopt the Resolution.
ANALYSIS
On November 2, 1999, the City of Miami Beach voters approved the issuance of an
approximately $92 Million General Obligation (GO) Bond for Neighborhood, Park, Beach
and Fire Safety Improvements. The North Shore Right of Way (ROW) Infrastructure
Improvement Project includes the restoration and enhancement of an urban (residential
and commercial) neighborhood's hardscape, including roadway, sidewalk, curb and gutter,
landscape, streetscape irrigation, lighting, potable water, and storm drainage infrastructure
as needed. This project is funded through a combination of General Obligation and Water
Bonds, as well as Section 108 Funding.
After three well attended Community Design Workshops (COW's). on July 30, 2003, the
City Commission, under Resolution No. 2003-25285, approved the Basis of Design Report
(BOOR) and Addendum No. 1 for the North Shore Neighborhood. The BOOR was
Commission Memo
RFQ 41-03/04 - Urban Design, Landscape Architecture, and Engineering Services for Planning, Design
and Construction Administration Services for Streetscape and Utility Improvements in the North Shore
Neighborhood
February 23, 2005
Page 2 of 7
prepared by The Corradino Group (Corradino). The City negotiated extensively with
Corradino for the remaining design, bid and award, and construction administration
services, but was unable to achieve agreement on a reasonable fee. Because ofthe failure
in reaching agreement after several unfruitful attempts and the amount of time spent in
negotiations, the City decided to abandon the effort with Corradino and prepare to issue a
new RFQ for the remaining services on the project. On September 8, 2004, the City
Commission authorized the issuance of RFQ No. 41-03/04 to solicit qualifications from
professional firms with the capability and experience to provide the remaining professional
services required for this Project.
The Administration prepared the RFQ to solicit proposals to proceed with the project listed
below.
NORTH SHORE NEIGHBORHOOD
The project consists of providing streetscape improvements within an allocated budget,
following a priority list submitted by area residents to include: comprehensive landscaping
and irrigation, traffic calming, sidewalks, street lighting, street resurfacing, swale
enhancement, parking layout, and spot drainage improvements.
The North Shore neighborhood is bounded by 87th Terrace on the north, the Atlantic
Ocean on the east, 63rd Street on the south and Indian Creek and Tatum Waterway on the
west. The neighborhood is highly urbanized and densely populated with multifamily
apartments and condominiums. The commercial district is located along Collins Avenue
and 71 st Street. These commercial streets were recently reconstructed; therefore, they are
not expected to be included in the scope of this project.
ALLOCATED BUDGET
Water line and sanitary force main extension construction hard cost including contingency
in the amountof$3,521 ,849 and $677,551 in soft cost are funded by Water & Sewer Bond.
The total G.O. Bond allocation for above-ground construction hard cost including
contingency in streetscape improvements for this neighborhood is $3,400,490 and
$715,950 allocated for soft cost. An additional $921,978 is available for construction hard
cost including contingency and $78,022 in soft cost for street improvements in the vicinity
of Harding Avenue and 72nd Streetfrom a H.U.D. Section 108 Loan. A Quality of Life Fund
contribution for soft cost for this project is in the amount of $43,190. The total available
funding for this project is $9,359,030. Not all of the total allocation will require design or
construction documents.
RFQ PROCESS
On September 8, 2004, the City Commission authorized the issuance of an RFQ to solicit
the qualifications from professional firms with the capability and experience to provide the
restoration and enhancement of the North Shore neighborhood streets, consistent with
Commission Memo
RFQ 41-03/04 - Urban Design, Landscape Architecture, and Engineering Services for Planning, Design
and Construction Administration Services for Streetscape and Utility Improvements in the North Shore
Neighborhood
February 23, 2005
Page 3 of 7
identified needs. The proposed project will include streetscape work with restoration and
enhancement of the neighborhood's street lighting, potable water, sanitary sewer, and spot
drainage improvements.
RFQ No. 41-03/04 was issued on September 28, 2004 with an opening date of November
19,2004. A pre-proposal conference to provide information to firms considering submitting
a response was held on October 21, 2004. BidNet issued bid notices to 104 prospective
proposers, resulting in 48 firms requesting RFQ packages, which resulted in the receipt of
the following ten (10) proposals from:
. APCT Engineers;
. Beiswenger, Hoch and Associates, Inc.;
. Calvin, Giordano & Associates, Inc.;
. Chen and Associates;
. EAC Consulting, Inc.;
. H.J. Ross;
. R. J. Behar & Company, Inc.;
. RMPK Group, Inc.;
. Serralta, Rebull, Serig, Inc.; and
. URS.
The City Manager via Letter to Commission (LTC) No. 306-2004, appointedan Evaluation
Committee ("the Committee") consisting of the following individuals:
. Margarita Cepeda, Executive Director, Hispanic Community Center (Committee Chair)
. Diana Susi, Owner, Happy Kids Daycare
. Randall Robinson, Executive Director, North Beach Development Corp.
. Daniel Veitia, Architect
. Joyce Meyers, Principal Planner, Planning Department
. Thomas Urriola, Acting Director, Housing and Community Development
. Ronnie Singer, Community Information Manager, CIP Office
On January 25, 2005, the Committee convened. The Committee was provided information
in reference to the project by Keith Mizell, Senior Capital Projects Planner, CIP Office, and
a representative from the Procurement Division.
Additionally, the Committee reviewed references secured by Procurement staff, and
discussed the following RFQ evaluation criteria and weighted score, which was used to
evaluate and rank the respondents:
A. The experience, qualifications and (portfolio) of the Principal Firm (10 points).
B. The experience, qualifications and (portfolio) of the Project Manager (15 points).
C. The experience and qualifications of the professional personnel assigned to the Project
Team (10 points).
Commission Memo
RFQ 41-03/04 - Urban Design, Landscape Architecture, and Engineering Services for Planning, Design
and Construction Administration Services for Streetscape and Utility Improvements in the North Shore
Neighborhood
February 23, 2005
Page 4 of 7
D. Willingness to meet time and budget requirements as demonstrated by past
performance (5 points).
E. Certified minority business enterprise participation (5 points). Either the Prime
Consultant or the sub-Consultant team may qualify for proof of certification for minority
business enterprise participation. Accepted minority business enterprise certifications
include the Small Business Administration (SBA), State of Florida, or Miami-Dade
County.
F. Location (5 points).
G. Recent, current, and projected workloads of the firms (5 points).
H. The volume of work previously awarded to each firm by the City (15 points).
I. Project Implementation Strategy to comply/meet with the expedited timeframe
described in this RFQ and demonstrated successful similar projects (15 points).
J. Demonstrated success in leading active collaborative stakeholder processes to achieve
consensus on program and design in similar size and scope projects based on budget
and size ( 15 points).
The Committee's consensus at the end of the meeting was to invite the top four (4) firms to
provide a 15-minute presentation, followed by a 15-minute question and answer session.
The four firms that were shortlisted were: APCT Engineers, Calvin Giordano & Associates,
Inc., EAC Consulting, and URS.
Procurement staff coordinated and scheduled presentations for February 7, 2005. The
Committee members convened on February 7, 2005, and were provided 15-minute
presentations by all four (4) short listed firms.
After the firms' presentations, the Committee members conducted question and answer
session, and deliberation, which resulted in the following ranking of firms:
Company Name Margarita Diana Randall Daniel Joyce Thomas Ronnie
Cepeda Susi Robinson Veitia Meyers Urriola Singer
APCT Engineers (2) 88 100 91 87 86 84 91
(2) (1 ) (2) (2) (2) (1 ) (1 )
Calvin Giordano & Associates, 100 97 94 91 89 73 89
Inc. (1) (1 ) (2) (1 ) (1 ) (1 ) (2) (2)
EAC Consulting 83 95 88 82 84 71 88
(3) (3) (4) (4) (3) (3) (3) (3)
URS 82 96 90 81 68 73 80
'-- (4) (4) (3) (3) (4) (4) (2) (4)
As per Section 287.055, Florida Statutes, known as the Consultants' Competitive
Negotiation Act (CCNA), the Committee ranked no less than the top three (3) firms as
follows:
Calvin Giordano & Associates, Inc.
4-1 st place votes = 4x1 =4
3_2nd place vote = 3x2-6
TOTAL = 10=Ranked 1 st
Commission Memo
RFQ 41-03/04 - Urban Design, Landscape Architecture, and Engineering Services for Planning, Design
and Construction Administration Services for Streetscape and Utility Improvements in the North Shore
Neighborhood
February 23, 2005
Page 5 of 7
APTC Engineers
3_1st place votes = 3x 1 =3
4_2nd place vote = 4x2=8
TOTAL = 11 =Ranked 2nd
EAC Consulting
5_3rd place votes = 5x3=15
2_4rd place vote = 2x4=8
TOTAL = 23=Ranked 3rd
The firm of Calvin Giordano & Associates, Inc. (CGA) was deemed to be the first ranked
firm based on their experience and qualifications as well as their team. CGA possess a
vast experience in the planning, design, permitting and construction administration of
infrastructure redevelopment projects in South Florida.
CGA is a full service civil engineering firm providing engineering, planning, surveying, and
landscape architecture service. CGA has been located in South Florida for over 67 years.
Founded in 1937, the company started as a small two-person surveying firm and by the
mid1970's, services expanded to include civil engineering. Today with 128 employees,
CGA provides an even broader range of services, including current and comprehensive
planning, permitting, land development and design, community character inventory
analysis, infill development and design, engineering, surveying, landscape architecture,
Geographic Information Systems (GIS), transportation engineering, environmental
services, data technology, and construction administration and management.
CGA has focused their provision on municipal engineering and landscape architectural
services for public sector clients as well as site designs and permitting for private sector
clients. They have been able to develop excellent working relationships with many
municipalities and governmental agencies such as:
. City of Sunny Isle Beach
. Florida Department of Transportation
. City of Weston
. City of Marathon
. Town of Davie
. Town of Lake Park
. City of Riviera Beach
. City of Miramar
. City of Pembroke Pines
CGA's team is comprised of two highly specialized, locally recognized firms: 1) EDM
Engineering Solutions; and 2) Tierra, Inc. These firms have been selected to provide their
expertise on specific items that have been identified by the City of Miami Beach and/or
existing site conditions. EDM Engineering Solutions will provide utility coordination and
Tierra, Inc. will provide Geotechnical Engineering Services.
Commission Memo
RFQ 41-03/04 - Urban Design, Landscape Architecture, and Engineering Services for Planning, Design
and Construction Administration Services for Streetscape and Utility Improvements in the North Shore
Neighborhood
February 23, 2005
Page 6 of 7
CGA's Team will offer the following to the City of Miami Beach:
. 67 years of professional experience in South Florida
. Assigned experienced staff who are able to meet the project demands and
schedules within the required budget
. All team members have worked together before on successful project completions
. Past and present high profile project experience gathered through the continuous
projects performed throughout South Florida
. Assist the City, as required, with public involvement events to build consensus and
support for the project
. Develop realistic project schedule that meets the City's needs and includes
sufficient time for reviews and in-house quality control procedures
RELATED EXPERIENCE
PROJECT MANAGER
James F. Thompson, PE
Mr. Thompson has extensive experience in the planning, design, permitting, and
construction of water, wastewater, and drainage related projects for both municipal and
private clients. His project management responsibilities includes projects with budgets
exceeding $100 million. His professional experience includes:
. North Andrews Gardens Neighborhood Improvement Project, Unincorporated Broward
County, Florida
. Franklin Park Neighborhood Improvement Project, Unincorporated Broward County,
Florida
. Washington Park Neighborhood Improvement Project, Unincorporated Broward County,
Florida
. St. George West Neighborhood Improvement Project, Unincorporated Broward County,
Florida
. Royal Palm Yacht and Country Club Area Drainage Improvements, Boca Raton, Florida
. Water and Sewer Master Plan, Office of Environmental Services, Broward County
. Key Stormwater Improvement Project, Lower Matecumbe, Islamorada, Florida
. Industrial Wastewater Improvement Program, Town of Davie, Florida
. Western-Eastern Shore Street Improvements, City of North Miami Beach, Florida
The following references were secured by the Procurement staff for McMahon Associates,
Inc., they are follows:
Mr. Tom Good, City Project Manager
Red Road Median Planting
City of Miramar
Miramar, Florida
Commission Memo
RFQ 41-03/04 - Urban Design, Landscape Architecture, and Engineering Services for Planning, Design
and Construction Administration Services for Streetscape and Utility Improvements in the North Shore
Neighborhood
February 23, 2005
Page 7 of 7
"CGA is highly qualified to perform landscape design services that is consistent with the
scope of the work specifications. If specifications are unclear they will attempt to resolve to
owner satisfaction."
Mr. Chris Russo, City Manager
N.E. 172nd Street and North Bay Roadway Improvements
City of Sunny Isle Beach
Sunny Isle Beach, Florida
"Production and quality has been very good!"
Mr. John Flint, City Manager
Weston Road Streetscape Improvements
Weston, Florida
"Consultant met all budget requirements, additionally; the Consultant provided good quality
work."
CONCLUSION
The City Manager concurs with the Evaluation Committee's recommendation and
recommends that the Mayor and City Commission approve the ranking of firms, and
authorize the Administration to enter into negotiations with the top-ranked firm of Calvin
Giordano and Associates, Inc.; and should the Administration not be able to negotiate an
agreement with the top ranked firm, authorizing the Administration to negotiate with
second-ranked firm of APCT Engineers; and should the Administration not be able to
negotiate an agreement with the second-ranked firm, further authorizing the Administration
to negotiate with the third-ranked firm of EAC Consulting.
T:\AGENDA\2005\Feb2305\Consent\RFQ41-03-04 NorthShoreMemo.doc