HomeMy WebLinkAbout2006-26141 ResoRESOLUTION NO. 2006-26141
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE
ADMINISTRATION TO NEGOTIATE PROFESSIONAL SERVICES AGREEMENTS,
PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 34-04105, FOR
GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING
CONSULTING SERVICES, ON AN AS NEEDED BASIS WITH ANY OR ALL OF THE
FOLLOWING SEVEN (7) FIRMS: 1) DMJM HARRIS; :2,) HDR ENGINEERING, INC.;
3) KEITH AND SCHNARS; 4) KITTLESON & ASSOCIATES, INC.; 5) POST
BUCKLEY SCHUH AND JERNIGAN (PBS&J); 6) R.J. BEHAR & COMPANY, INC.;
AND 7) THE CORRADINO GROUP; FURTHER AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE SAID AGREEMENT(S) WITH THE SUCCESFUL
FIRM(S) UPON CONCLUSION OF NEGOTIATIONS.
WHEREAS, RFQ No. 34-04/05 for General Transportation Planning and
Traffic Engineering Consulting Services, on an as Needed Basis, was issued on July
14, 2005, with an opening date of August 19, 2005; and
WHEREAS, a pre-proposal conference to provide information to firms
considering submitting a response was held on August 2, 2005; and
WHEREAS, after evaluation of proposals, the Evaluation Committee
appointed by the City Manager discussed the RFQ selection criteria, as well as various
options in ranking all the responding firms; and
WHEREAS, it was the Committee's overall opinion to eliminate four (4)
companies: CH Perez & Association; F.R. Aleman & Associates, Inc.; McMahon
Associates, Inc.; and Wilbur Smith Associates; and
WHEREAS, the remaining seven (7) shortlisted companies were invited to
provide a ten (10) minute presentation, with a ten (10) minute question and answer
session at a later date; the seven (7) selected shortlist firms were:
· DMJM Harris;
· HDR Engineering, Inc.;
· Keith and Schnars;
· Kittleson& Associates, Inc.;
· Post Buckley Schuh and Jernigan (PBS & J);
· R.J. Behar & Company, Inc.;
· The Corradino Group; and
WHEREAS, after completion of all presentations, the Evaluation Committee
discussed the selection criteria as well as various options in ranking the firms; and
WHEREAS, a motion was made to recommend all seven (7) of the presenting
firms, adding that this would be the most flexible and advantageous option for the City
and the Public Works Department; and
WHEREAS, the City Manager concurs with the Evaluation Committee's
recommendations.
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 authorize the Administration to negotiate Professional Services
Agreements, pursuant to Request for Qualification (RFQ) No. 34-04/05, for General
Transportation Planning and Traffic Engineering Consulting Services, on an as needed
basis, for the City of Miami Beach, and authorize the Mayor and City Clerk to execute
professional serviCe agreements upon completion of successful negotiations with any
or all of the following seven (7) firms: 1) DMJM Harris; 2) HDR Engineering, Inc; 3)
Keith and Schnars; 4) Kittkeson & Associates; 5) Post Buckley Schuh and Jernigan
(PBS&J); 6) R.J. Behar & Company, Inc.; and 7) The Corradino Group.
PASSED AND ADOPTED THIS 8th
ATTEST:
CITY CLERK
Robert Parcher
F:\PURC\$ALL\Roman\RFQ\34-04-05\RESOLUTION~"~c
DAY OF M/a~ch ~ , 2006
/
David Dermer
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
Condensed Title: COMMISSION ITEM SUMMARY
A Resolution Accepting the City Manager's Recommendation Relative to the Ranking of Firms Pursuant to
a Request for Qualifications (RFQ) No. 34-04/05 for General Transportation Planning and Traffic
Engineering Consulting Services, on an as needed basis, and Authorizing the Mayor and City Clerk to
execute professional service agreements upon completion of successful negotiations with the 7 selected
firms.
Key Intended Outcome Supported:
I Improve traffic flow conditions.
Issue:
I Shall the City Commission approve the City Manager's recommendation to accept,.t.,he recommendation I
related to the ranking of firms and authorize execution of Professional Service Agr,,..ments?
Item Summary/Recommendation:
RFQ No. 34-04/05 was issued on July 14, 2005 with an opening date of August 19, 2005. A pre-proposal
conference to provide information to firms considering submitting a response was held on August 2, 2005.
BidNet issued bid notices to 98 prospective proposers, resulting in 34 proposers requesting the RFC
document, which resulted in the receipt of the following eleven (11) proposals:
1. CH Perez & Association
2. DMJM Harris
3. F.R. Aleman & Associates, Inc.
4. HDR Engineering, Inc.
5. Keith and Schnars
6. Kittleson& Associates, Inc.
7. McMahon Associates, Inc.
8. Post Buckley Schuh and Jernigan (PBS & J)
9. R.J. Behar & Company, Inc.
10. The Corradino Group
11. Wilbur Smith Associates
The City Manager via Letter to Commission (LTC) No. 278-2005, appointed an Evaluation Committee ("the
Committee").
On December 6, 2005, the Committee convened, discussed the proposal by all the firms and shortlisted
the 34 proposers to 7 firms. On January 23, 2006, the Committee convened and were provided
presentations by the 7 shortlisted firms. After evaluation of proposals and presentations from consultants,
the Committee discussed the selection criteria as well as various options in ranking all the firms. Given the
wide spectrum of expertise provided, the Committee's overall opinion was that all 7 companies be qualified
to provide multiple transportation and traffic engineering services to the City. A motion was made by Alan
Fishman (Chair), that the ranking of firms would be waived and that all companies be recommended for
~otential award of contracts, adding that this option would be the most flexible and advantageous for the
City and the Public Works Department. The motion was seconded and approved by all Committee
members.
Accept the City Mana~ler's recommendation and authorize negotiations.
Advisory Board Recommendation:
I N/A
Financial Information:
Financial Impact Summary:
Fred Beckmann
ce .=gislative Track,ng:
GL ~, F.,B f,~2~,J RCM ~ JMG (}.-~
Mi BEACH
AGENDA. ITEM
M :AM I BEAC H
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, wv~,v.miamibeachfl.gov
COMMISSION MEMORANDUM
TO:
FROM:
DATE:
SUBJECT:
Mayor David Dermer and Members of the City Commission
MarchCity Manager8, 2006J°rge M. Gonzalez ~ ~
A RESOLUTION ACCEPTING HE RECOMMENDATION OF THE CITY
MANAGER AUTHORIZING THE ADMINISTRATION TO NEGOTIATE
PROFESSIONAL SERVICES AGREEMENTS PURSUANT TO A REQUEST FOR
QUALIFICATIONS (RFQ) NO. 34-04/05, FOR GENERAL TRANSPORTATION
PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES, ON AN
AS NEEDED BASIS, FOR THE CITY OF MIAMI BEACH; AND AUTHORIZING
THE MAYOR AND CITY CLERK TO EXECUTE PROFESSIONAL SERVICES
AGREEMENTS UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS WITH
ANY OR ALL OF THE FOLLOWING SEVEN (7) FIRMS: 1) DMJM HARRIS; 2)
HDR ENGINEERING, INC.; 3) KEITH AND SCHNARS; 4) KITTLESON &
ASSOCIATES, INC.; 5) POST BUCKLEY SCHUH AND JERNIGAN (PBS&J); 6)
R.J. BEHAR & COMPANY, INC.; AND 7) THE CORRADINO GROUP.
ADMINISTRATIVE RECOMMENDATION
Adopt the Resolution.
ANALYSIS
On July 6, 2005, the Mayor and City Commission approved the issuance of Request for
Qualification (RFQ) 34-04/05 for general transportation planning and traffic engineering
consulting services, on an as needed basis. The purpose of this RFQ was to reinforce the
Transportation Division's technical needs as transportation and traffic engineering
challenges continue to grow citywide. Moreover, one of the City's key intended outcome is
to Maintain and Improve Traffic Flow conditions. Further technical support will help the
administration successfully meet this Key Intended Outcome.
The flexibility to hire out of a pool of available consulting firms specializing in transportation
planning and traffic engineering services on demand is critical when developing an effective
departmental process of review, planning and design. In addition, each selected firm has its
own strengths in the complex and diverse area of transportation planning and traffic
engineering. By having a variable pool to select from, the City Can award to a company that
better fits the task at hand. A few examples of such tasks are as follows:
· Regular update of the Miami Beach traffic database and levels of service.
· Update of the Automated Concurrency Management System.
· Preparation of a New Mobility Plan for Miami Beach.
· Conduct traffic/transportation studies requested by City Commission.
· Conduct traffic studies for bicycle/pedestrian facility projects, etc.
Commission Memo
RFQ 34-04/05 -General Transportation Planning and
Traffic Engineering Consulting Services
March 8, 2006
Page 2 of 4
· Review the technical traffic impact studies required from developers for proposed
projects in Miami Beach, and give prompt input to the Administration.
Moreover, the above-mentioned studies will most likely require staff resources, some degree
of specialization, and equipment availability that can be provided only by a consulting firm.
The Miami Beach Concurrency Management Fund (CMF) and the Peoples' Transportation
Plan Fund (PTP) are appropriate sources of funding for the individual tasks the City may
choose to award.
RFQ No. 34-04/05 was issued on July 14, 2005 with an opening date of August 19, 2005. A
pre-proposal was held on August 2, 2005. BidNet issued bid notices to 98 prospective
proposers, resulting in 34 proposers requesting the RFQ document, which resulted in the
receipt of the following eleven (11) proposals from'
,
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
CH Perez & Association
DMJM Harris
F.R. Aleman & Associates, Inc.
HDR Engineering, Inc.
Keith and Schnars
Kittleson & Associates, Inc.
McMahon Associates, Inc.
Post Buckley Schuh and Jernigan (PBS & J)
R.J. Behar & ComPany, Inc.
The Corradino Group
Wilbur Smith Associates
The City Manager via Letter to Commission (LTC) No. 278-2005, appointed an Evaluation
Committee consisting of the following individuals:
-Alan Fishman, Transportation Parking Committee rVbmber, (Chair);
- Frederick Sake, Attorney, Bikeways Committee Member; (Absent 12/6/05)
- Barrie Bamberg, Citi;~n; (Absent 12/6/05 and 1/23/06)
- Wilson Fernandez, AICP, Senior Planner, Metropolitan Planning Organization.
- Fernando Vazquez, P.E., City Engineer, Public Works Department;
- Richard Lorber, AICP, Senior Planner, Planning Department; and
- Maria T. Echeverry, Transportation Manager, Public Works Department.
On December 6, 2005, the Committee con,ned and a quorum was attained.
Fernando Vazquez, P.E., City Engineer, and staff from the City's Procurement Division
addressed the committee and provided general information on the scope of services. The
Committee was also provided references for all the firms being evaluated.
Commission Memo
RFQ 34-04/05 -General Transportation Planning and
Traffic Engineering Consulting Services
March 8, 2006
Page 3 of 4
ANALYSIS (Continued)
The Committee also discussed the Selection Criteria, which was used to evaluate and rank
the respondents:
A.
D.
F.
O.
H.
I.
J.
K.
The experience, qualifications and (portfolio) of the Principal firm; (15 points).
The experience, qualifications and (portfolio) of the Project Manager; (20 points).
The experience and qualifications of the professional personnel assigned to the
Project Team; (10 points).
Project Approach; (5 points).
Willingness to meet time and budget requirements as demonstrated by past
performance; (5 points).
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.
Location; (5 points).
Recent, current, and projected workloads of the firms; (5 points).
The volume of work previously awarded to each firm by the City; (5 points).
Demonstrated successful similar projects; (10 points).
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).
After evaluation of proposals, the committee discussed the selection criteria as well as
various options in ranking all the firms. It was the Committee's overall opinion to eliminate 4
companies; CH Perez & Association, F.R. Aleman & Associates, Inc., McMahon
Associates, Inc., and Wilbur Smith Associates. The remaining 7 shortlisted companies were
invited to provide a 10 minute presentation With 10 minute question and answer session at a
later date. The 7 selected shortlist firms were:
· DMJM Harris
· HDR Engineering, Inc.
· Keith and Schnars
· Kittleson&Associates, Inc.
· Post Buckley Schuh and Jernigan (PBS & J)
· R.J. Behar & Company, Inc.
· The Corradino Group
On January 23, 2006, the Evaluation Committee convened with a quorum to further discuss
the evaluation of the 7 remaining firms as well'as receive presentations from the 7 firms.
After completion of all presentations by all the firms' the evaluation committee discussed the
selection criteria as well as various options in ranking all the firms. A motion was
recommended by Alan Fishman (chair), that the ranking of firms would be waived and that
all companies be recommended for potential award of contracts, adding that this option
would be the most flexible and advantageous option for the City and the Public Works
Department. The motion was seconded and approved by all Committee members.
Commission Memo
RFQ 34-04/05 -General Transportation Planning and
Traffic Engineering Consulting Services
March 8, 2006
Page 4 of 4
CONCLUSION
The Administration recommends that the City Commission adopt the attached Resolution
accepting the recommendation of the City Manager pursuant to Request for Qualifications
(RFQ) No.34-04/05, for General Transportation Planning and Traffic Engineering Consulting
Services, on an as needed basis; and authorizing the Mayor and City Clerk to execute
Professional Services Aqreements upon completion of successful negotiations with any or
all of the following seven'(7) firms: 1) DMJM Harris; 2) HDR Engineering, Inc.; 3) Keith and
Schnars; 4) Kittleson& Associates, Inc.; 5) Post Buckley Schuh and Jernigan (PBS & J); 6)
R.J. Behar & Company, Inc.; and 7) The Corradino Group.
T:~AGENDA~006\mar0806\consent\RFQ34-04-05TransportationConsultantsMemo.doc