Item Coversheet

Resolutions - C7  J




COMMISSION MEMORANDUM

TO:Honorable Mayor and Members of the City Commission 
FROM:Jimmy L. Morales, City Manager 
DATE:February  13, 2019
 



SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2019-016-KB, FOR SURVEYING AND MAPPING SERVICES.

RECOMMENDATION

Adopt the Resolution.


ANALYSIS

The City of Miami Beach requires a comprehensive survey of neighborhoods in the City of Miami Beach. It is vital for the City to have a current survey which includes but is not limited to topographic and as-built surveys, Geographical Information System (GIS) data bases and data sets for the projects in the Public Works Department as well as Capital Improvement Program.

 

In order to consider a contract for these services, the City is sought proposals from qualified firms, which shall comply with the Standards of Practice for Professional Surveyors and Mappers in the State of Florida for work in commercial/high risk areas and any applicable state laws, regulations or other requirements. All field data is to be collected in digital form (Point Clouds, XYZ Coordinates, GPS (Global Positioning System), Total Station, Leveling, HD Scan, etc.) and control points referenced and recorded in field books. The digital data shall be post processed and delivered to the City as specified herein. All surveying work shall be conducted under the supervision of a Professional Surveyor and Mapper licensed in the State of Florida. The Surveyor or his designee shall furnish and maintain, at his own expense, stakes and other such material, including qualified helpers during field survey activities.

 

It is the intent of the City of Miami Beach to select a firm under this RFQ, which will prepare a complete survey of the North Shore Neighborhood as well as other neighborhoods. 

 

RFQ PROCESS

On October 17, 2018, the City Commission approved to issue the Request for Qualifications (RFQ) No. 2019-016-KB for Mapping and Surveying Services.  On October 22, 2018, the RFQ was issued.  A voluntary pre-proposal conference to provide information to proposers submitting a response was held on November 7, 2018.  Two addenda were issued.   The Procurement Department issued bid notices to 387 companies utilizing www.publicpurchase.com website. 102 prospective bidders accessed the advertised solicitation.  RFQ responses were due and received on December 10, 2018. 

 

The City received proposals in response to the RFQ from the following thirteen (13) firms:


Craig A Smith & Associates, Inc., Maser Consulting P.A., CSA Central, Inc., Longitude Surveyors, LLC, Biscayne Engineering Company Inc., Atkins North America, Inc., Miller Legg & Associates, Inc., Manuel G. Vera & Associates, Inc., HBK Engineering, LLC, F.R Aleman and Associates, Inc., Haddone, Corp., Johnson, Mirmiran & Thompson, Inc., and

Woolpert, Inc.

 

CSA Central, Inc. withdrew its proposal response prior to the evaluation committee meeting and received no further consideration.

 

On December 11, 2018, the City Manager appointed the Evaluation Committee via LTC # 643-2018. The Evaluation Committee convened on January 23rd and 24th, to consider proposals received.  The Committee was comprised of Brian Bellino, City Surveyor Manager, Public Works Engineering, City of Miami Beach, Carla Dixon, Capital Projects Coordinator, Capital Improvement Projects Department, City of Miami Beach, Pedro Fuentes, Civil Engineer II, Public Works Engineering, City of Miami Beach, Nestor Navarro, GIS Manager, Public Works Engineering, City of Miami Beach, Giancarlo Pena, Civil Engineer III, Public Works Engineering, City of Miami Beach.  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 with general information on the scope of services 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 resulted in the ranking of proposers indicated in Attachment A. Below is a brief summary of the top three ranked firms, as articulated in their responses.

 

Longitude Surveyors, LLC.

As one of South Florida’s premier Surveying & Mapping and Underground Utility Engineering companies, Longitude’s professional team applies their experience and rigor to provide exceptional results. Whether it involves public infrastructure or private development, their teamprovides its clients, the best possible value and most practical solutions allowing them to achieve their goals.

 

Established in 2004, the firm works closely with municipalities, governing agencies, and private developers to ensure each project’s success. Longitude has provided surveying services for a wide array of projects to include: roads, public works, school, parks, wastewater, water, seaport, and, stormwater channels.

 

Biscayne Engineering Company, Inc

Biscayne Engineering is a full-service Surveying and Engineering firm serving the South Florida community since their inception.  Biscayne Engineering is certified as a Small Business Enterprise-Architectural as an Engineering and Small Business Enterprise-Goods and Services by the Miami Dade County Internal Services Department Small Business Development.

 

Biscayne Engineering as gained vast experience and expertise in virtually every aspect of the professions, from tried and true practices to the newest applicable technologies.  Biscayne Engineering understands the importance of developing a robust Quality Assurance/ Quality Control plan with redundancy and sufficient independent checks to ensure that the final product is both comprehensive and reliable.

 

Manuel G. Vera & Associates, Inc.

Manuel G. Vera has been providing Design, Topographic Survey & Right of Way Survey and Mapping services to the South Florida for over 40 years.  In those 40-years, they have been and are currently managing all survey services as the prime consultant representing the Florida Department of Transportation Districts 1,4,5,6,7 and the Turnpike.  The firm is also performing services for the City of Miami Beach as sub-consultants to prime engineering firms on miscellaneous engineering city wide contracts. Its experience and performance on the previous survey contract as well as their involvement as Subconsultants on various miscellaneous engineering contracts has given them the knowledge and thorough understanding of the City of Miami Beach procedures, requirements and standards.



CONCLUSION

After reviewing all of the submissions and the results of the Evaluation Committee process, I concur with the Evaluation Committee and find Longitude Surveyors, LLC to be the best qualified firm for the project. Longitude Surveyors, LLC has an extensive amount of experience with the City of Miami Beach and that they had historically provided rapid response to City rush projects. Additionally their staff are highly qualified to perform any potential City project and their approach and methodology was innovative in that they offer real-time project status information. Accordingly, Longitude Surveyors, LLC has been deemed the highest ranked proposer meeting all terms, conditions, and requirements of the RFQ. In the event that the Administration is unable to execute an agreement with Longitude Surveyors, the Evaluation Committee also found Biscayne Engineering and Manuel G. Vera & Associates to be well qualified as the second and third ranked proposers, respectively.

 

For the reasons stated herein, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with Longitude Surveyors, LLC, as the top ranked proposer, and further, if unsuccessful in negotiating an agreement with Longitude Surveyors, LLC; authorizing the administration to enter into negotiations with Biscayne Engineering Company, Inc., as the second ranked proposer; and if unsuccessful in negotiating an agreement with Biscayne Engineering Company, Inc.; authorizing the administration to enter into negotiations with Manuel G. Vera & Associates, Inc., as the third ranked proposer; and further, authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the administration.



KEY INTENDED OUTCOMES SUPPORTED
Build And Maintain Priority Infrastructure With Full Accountability

FINANCIAL INFORMATION

It is not contemplated that grant funding will be used for this agreement.

Legislative Tracking
Public Works/Procurement

ATTACHMENTS:
Description
Form Approved Reso
ATTACHMENT A