Loading...
HomeMy WebLinkAbout2005-25836 Reso ~ RESOLUTION NO. 2005-25836 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. 42-03/04, FOR URBAN DESIGN, LANSCAPE ARCHITECTURE, AND ENGINEERING SERVICES FOR DESIGN, AND CONSTRUCTION ADMINISTRATION SERVICES FOR STREETSCAPE AND UTILITY IMPROVEMENTS IN THE BISCAYNE POINT NEIGHBORHOOD; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF EAC CONSULTING, 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 CONSUL TECH TRANSPORTATION, INC.; 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 MILLER LEGG AND ASSOCIATES, INC. WHEREAS, on September 8,2004, the City Commission authorized the issuance of RFQ No. 42-03/04 to solicit qualifications from professional firms with the capability and experience to provide design, bid and award, and construction administration services for the Biscayne Point Neighborhood Project (the RFQ); and WHEREAS, the RFQ was issued on November 9, 2004, with an opening date of December 17, 2004; and WHEREAS, eight (8) proposals were received in response to the RFQ, by the following firms: . Beiswenger, Hoch and Associates, Inc.; . Chen and Associates; . Consul Tech Transportation, Inc.; . EAC Consulting, Inc.; . H.J. Ross; . Miller Legg & Associates, Inc.; . R. J. Behar & Company, Inc.; and . Serralta, Rebull, Serig, Inc.; and WHEREAS, an Evaluation Committee was appointed by the City Manager via Letter to Commission (LTC) No. 303-2004, consisting of the following individuals: . Barry Klein, Board Member, North Beach Development Corp. (Committee Chair) " ,.. 4 · Lucero Levy, Homeowner Association Board Member · Mark Weithorn, President, Stillwater Drive Homeowners Association · Nuccio Nobel, Neighborhood Activist, Biscayne Beach Resident · Joyce Meyers, Principal Planner, Planning Department · Alex Rolandelli, North Beach District Construction Coordinator, CIP Office · Elie Fakie, Capital Projects Coordinator, Public Works Department; and WHEREAS, on January 19, 2005, the Evaluation Committee convened and discussed the qualifications and credentials of all eight firms, and consensus was to shortlist only the five (5) 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 11, 2005, for the second meeting; the Committee members discussed their individual ranking of all the firms and ranked the top three firms accordingly: · First: EAC Consulting, Inc.; · Second: Consul Tech Transportation, Inc.; · Third: Miller Legg & Associates, Inc.; 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 EAC Consulting, Inc.; if unsuccessful, negotiate with the second-ranked firm of Consul Tech Transportation, Inc.; and, if unsuccessful, negotiate with the third-ranked firm of Miller Legg & Associates, Inc. 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. 42-03/04, and authorize the Administration to enter into negotiations with the top-ranked firm of EAC Consulting, 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 Consul Tech Transportation, Inc.; and, should the Administration not be able to negotiate an agreement with the second-ranked firm, authorize the Administration to negotiate with the thir anked firm of Miller Legg & Associates, Inc. PASSED and ADOPTED this 16th da~ of ,2005. A7UW PCU~ CITY CLERK APPROVED M TO FORM & LANGUAGE & FOR EXECUnON T:\AGENDA \2005\Mar 1605\Consent\RFQ42-03-04BiscaynePointReso.doc , 3..gJ!.1>.5 .' t CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY ~ 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. 42-03/04 for Engineering, Urban Design, Landscape Architecture for Design, Bid and Award and Construction Administration Services for the Biscayne Point RiQht of Way Infrastructure Imorovement Proiect. 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 Biscayne neighborhood streets, consistent with identified needs. The Biscayne Point Right of Way (ROW) Infrastructure Improvement Project will include stormwater management and potable water distribution system upgrades, streetscape work with restoration and enhancement of the neighborhood's hardscape, landscape, streetscape irrigation and lighting, as practicable within specified budget parameters. RFQ No. 42-03/04 was issued on November 9,2004 with an opening date of December 17, 2004. The City received responses from the following 8 firms: . Beiswenger, Hoch and Associates, Inc.; . Chen and Associates; · Consul Tech Transportation, Inc.; . EAC Consulting, Inc.; . H.J. Ross; . Miller Legg & Associates, Inc.; · R. J. Behar & Company, Inc.; and . Serralta, Rebull, Serig, Inc. The City Manager via Letter to Commission (LTC) No. 303-2004, 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 five (5) short listed 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: EAC Consulting, Inc. · Second: Consul Tech Transportation, Inc. · Third: Miller Legg & Associates, Inc. The firm of EAC Consulting, 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 Funds: D Finance Dept. City Clerk's Office Legislative Tracking: I Gus Lopez Si n-Qffs: Q~R.rtmentPi GL T:\AGE ,.",-:.::;:. '''Ii\' ') i',\{1.\j:;S'1. l.:.'.; AGENDA ITEM DATE C7C 3-/6-0:;- 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 Jorge M. Gonzalez I_.v-v- City Manager a ~ Date: March 16,2005 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. 42-03/04, FOR ENGINEERING, URBAN DESIGN, AND LANDSCAPE ARCHITECTURE FOR DESIGN, BID AND AWARD AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE BISCAYNE POINT RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROJECT; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF EAC CONSULTING, 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 CONSUL TECH TRANSPORTATION, INC.; 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 MILLER LEGG AND ASSOCIATES, INC. ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANALYSIS The City of Miami Beach has implemented various programs to improve the quality of life of residents in the City's 13 neighborhoods via 24 capital improvement projects. The Capital Improvement Planned Progress Initiative is funded by Series 2000 Water and Sewer Revenue Bonds, Series 2000 Stormwater Revenue Bonds, 1999 General Obligation Bonds and, where geographically permissible, by Section 108 Funds. The Biscayne Point Project will be implemented using the Capital Improvement Projects Office standard Planned Progress Initiative model for Right of Way projects and will be funded by General Obligation, Water and Stormwater Bond Funds. The purpose of the Planned Progress Initiative model is to facilitate community involvement and information as well as to coordinate construction citywide. Commission Memo RFQ 42-03/04 - Engineering, Urban Design, Landscape Architecture for Design, Bid and Award and Construction Administration Services for the Biscayne Point Right of Way Infrastructure Improvement Project. March 16, 2005 Page 2 of 7 Previously, another Consultant performed a variety of forensic and community planning tasks culminating in the creation of the Biscayne Point Basis of Design Report (BODR), which was approved by the City of Miami Beach Commission on October 15, 2003. This BODR serves as the definitive Master Plan for the proposed ROW improvements to be designed, bid, awarded and constructed under the scope of this RFQ. Negotiations with the consultant to undertake design, bid and award construction administration services were unsuccessful. Accordingly, a new RFQ was issued to perform these services. BISCA YNE POINT NEIGHBORHOOD The Biscayne Point Right of Way (ROW) Infrastructure Improvement Project is a $7.38 million infrastructure project which includes restoration and enhancement of streetscapes and infrastructure, consistent with existing available master plans, qualified decisions of applicable City Departments and community preferences. The proposed project will include stormwater management and potable water distribution system upgrades, streetscape work with restoration and enhancement of the neighborhood's hardscape, landscape, streetscape irrigation and lighting, as practicable within specified budget parameters. At this point, sanitary sewer upgrades are not anticipated as part of the Project. ALLOCATED BUDGET CONSTRUCTION BUDGET · Streetscape: · Stormwater Improvements · Water Improvements: TOTAL CONSTRUCTION BUDGET: $ 3,230,000 $ 1,500,000 $ 1,031,000 $ 5,761,000 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 Biscayne neighborhood streets, consistent with identified needs. RFQ No. 42-03/04 was issued on November 9, 2004 with an opening date of December 17, 2004. A pre-proposal conference to provide information to firms considering submitting a response was held on December 3,2004. BidNet issued bid notices to 91 prospective proposers, resulting in 40 firms requesting RFQ packages, which resulted in the receipt of the following eight (8) proposals from: . Beiswenger, Hoch and Associates, Inc.; . Chen and Associates; . Consul Tech Transportation, Inc.; . EAC Consulting, Inc.; Commission Memo RFQ 42-03/04 - Engineering, Urban Design, Landscape Architecture for Design, Bid and Award and Construction Administration Services for the Biscayne Point Right of Way Infrastructure Improvement Project. March 16, 2005 Page 3 of 7 . H.J. Ross; · Miller Legg & Associates, Inc.; . R. J. Behar & Company, Inc.; and · Serralta, Rebull, Serig, Inc. The City Manager via Letter to Commission (LTC) No. 303-2004, appointed an Evaluation Committee ("the Committee") consisting of the following individuals: · Barry Klein, Board Member, North Beach Development Corp. (Committee Chair) · Lucero Levy, Homeowner Association Board Member · Mark Weithorn, President, Stillwater Drive Homeowners Association · Nuccio Nobel, Neighborhood Activist, Biscayne Beach Resident · Joyce Meyers, Principal Planner, Planning Department · Alex Rolandelli, North Beach District Construction Coordinator, CIP Office · Elie Fakie, Capital Projects Coordinator, Public Works Department On January 19, 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 Principal Firm's Qualifications and Experience with renovating existing, urban Right of Ways (ROWs) including coordinating drainage, water, and streetscape work; (15 points) B. Project Manager's Experience renovating existing urban Right of Ways, community presentations, and urban planning; (10 points) C. References provided by prior Project Owners; (10 points) D. Experience and Qualifications of the Project Team with renovating existing, urban Right of Ways (ROWs) coordinating drainage, water, and streetscape work;(15 points) E. Methodology, Approach and Understanding of Tasks 1-6; (10 points) F. Willingness to meet time and budget requirements as demonstrated by past performance; (5 points) G. 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. H. Location; (5 points) I. Recent, current, and projected workloads of the firms; (5 points) J. Volume of work previously awarded to each firm by the agency, with the object; of effecting an equitable distribution of contracts among qualified firms. (20 points) Commission Memo RFQ 42-03/04 - Engineering, Urban Design, Landscape Architecture for Design, Bid and Award and Construction Administration Services for the Biscayne Point Right of Way Infrastructure Improvement Project. March 16, 2005 Page 4 of 7 The Committee's consensus at the end of the meeting was to invite the top five (5) firms to provide a 15-minute presentation, followed by a 15-minute question and answer session. The four firms that were shortlisted were: Consul Tech Transportation, Inc.; EAC Consulting, Inc.; H.J. Ross; Miller Legg & Associates, Inc.; and R. J. Behar & Company, Inc. Procurement staff coordinated and scheduled presentations for February 11, 2005. The Committee members convened on February 11, 2005, and were provided 15-minute presentations followed by a question/answer session by all five (5) 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 Barry Lucero Mark Nuccio Joyce Alex Elie Klein Levy Weithorn Nobel Meyers Rolandelli Fakie Consul Tech Transportation, Inc.; 80 99 90 61 88 92 74 (2) (3) (2) (3) (3) (3) (1 ) (2) EAC Consulting, Inc.;(1) 98 100 95 100 95 85 72 (1 ) (1 ) (1 ) (1 ) (1 ) (4) (3) H.J. Ross; (4) 70 96 84 55 81 89 82 (4) (5) (4) (4) (5) (2) (1 ) Miller Legg & Associates, Inc.; 83 98 92 72 90 87 70 (3) (2) (3) (2) (2) (2) (3) (4) R. J. Behar & Company, Inc.; 65 97 95 53 85 83 69 (5) (5) (4) (1 ) (5) (4) (5) (5) 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: EAC Consulting, Inc. 5-1 st place votes = 5x1 =5 1_3rd place vote = 1 x3=3 1-4th place vote = 1x4=4 TOTAL = 12=Ranked 1st Consul Tech Transportation, Inc. 1-1stplacevotes = 1x1=1 2_2nd place vote = 2x2=4 4_3rd place vote = 4x3=12 TOTAL = 17=Ranked 2nd Miller Legg & Associates, Inc. 4_2nd place votes = 4x2=8 2_3rd place vote = 2x3=6 1-4 th place vote = 1 x4=4 TOTAL = 18=Ranked 3rd Commission Memo RFQ 42-03/04 - Engineering, Urban Design, Landscape Architecture for Design, Bid and Award and Construction Administration Services for the Biscayne Point Right of Way Infrastructure Improvement Project. March 16, 2005 Page 5 of 7 The firm of EAC Consulting, Inc. was deemed to be the first ranked firm based on their experience and qualifications as well as theirteam. EAC possess a vast experience in the planning, design, permitting and construction administration of infrastructure redevelopment projects in South Florida. EAC Consulting, Inc. was founded in Miami-Dade County to provide engineering consulting services for infrastructure improvement and development projects for public and private sector agencies. Their overall commitment to the practice of engineering as well as their objective in maintaining excellence in the quality of their services has led to their impressive growth rate. As a result of this EAC Consulting has developed into a multi- service organization providing a wide variety of engineering services including planning, development of design, construction documents, construction administration, document control, peer review, inspections and expert opinion studies. EAC Consulting, Inc. has a staff of 50 professionals, all located in South Florida. Through the years EAC has been able to develop excellent working relationships with many municipalities and governmental agencies such as: . City of North Miami Beach . City of Miami . Village of Islamorada . City of Hialeah . Village of Palmetto Bay . City of Fort Lauderdale . City of Oakland . Miami-Dade County Public Works . Miami-Dade Water and Sewer Department . Miami-Dade DERM . Miami-Dade Parks Department . Miami-Dade Aviation Department . Florida Department of Transportation EAC's team is comprised of several highly specialized, locally recognized firms: 1) Savino Miller Design Studio, they will provide Urban Design and Streetscape Improvements; 2) Hilliers Electrical, they will provide electrical design services; 3) F.R. Aleman & Associates, they will provide traffic studies and survey and mapping subsurface utility exploration; 4) GEOSOL, Inc., they will provide Geotechnical services as needed; 5) E. Sciences, they will provide environmental services; 6) Protocole Corporation, they will assist in public involvement for this project. 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. EAC's Team will offer the following to the City of Miami Beach: . 19 years of professional experience in South Florida Commission Memo RFQ 42-03/04 - Engineering, Urban Design, Landscape Architecture for Design, Bid and Award and Construction Administration Services for the Biscayne Point Right of Way Infrastructure Improvement Project. March 16, 2005 Page 6 of 7 · 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 Rick Crooks, P .E. Mr. Crooks has over 19 years of engineering experience. His engineering experience is extensive and yet diverse. Mr. Crooks has successfully held positions that range from design engineer to project manager, and as such is familiar with every aspect of consulting engineering. His proven skills as project manager, his diverse engineering experience, and his public involvement skills, make him well suited for the management of this project. Some similar project experience includes: . Venetian Causeway Project, Florida Department of Transportation . State Road A 1A/Collins Avenue Improvements, Florida Department of Transportation . Miami-Dade Water and Sewer Neighborhood Improvements . Meridian Avenue Improvements, City of Miami Beach . Snake Creek Bike Path, City of North Miami Beach . NW 41 st Street Beautification Project, Florida Department of Transportation . Key Deer Preservation & US 1 Improvements . Miscellaneous Drainage Design Services, Miami-Dade County DERM . U.S. Federal Courthouse, Miami, Florida The following references were secured by the Procurement staff for EAC Consulting, Inc., they are follows: Mr. Carl C. Thompson, City Project Manager Public Works Department City of North Miami Beach, Florida "EAC Consulting, Inc. has met all deadlines and milestone submittals" Ms. Zully Williams, Project Manager Civil Engineering and Permitting for two projects Village of Islamorada, Florida Commission Memo RFQ 42-03/04 - Engineering, Urban Design, Landscape Architecture for Design, Bid and Award and Construction Administration Services for the Biscayne Point Right of Way Infrastructure Improvement Project. March 16, 2005 Page 7 of 7 "Our overall experience with EAC Consultants has been very positive. Islamorada still has an agreement with them to provide civil engineering services. The staff at EAC was very attentive to our needs, conducted business professionally and with enthusiasm and provided quality documents." Mr. John Bowles, P.E., Project Manager Florida Department of Transportation District 4 District Wide Plans Review/Design Support Services Contract "EAC has maintained consistent quality and were on time when they deliver the engineering services." 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 EAC Consulting 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 Consul Tech Transportation, Inc; 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 Miller Legg & Associates, Inc.. T:\AGENDA\2005\Mar1605\Consent\RF042-03-04BiscayneMemo.doc