C2D - Traffic Engineering Pool
View full title
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. 2025-399-WG, FOR TRAFFIC ENGINEERING CONSULTANTS; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO TRAFFIC ENGINEERING SERVICES; FURTHER, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE CORRADINO GROUP, INC., AS THE FIRST RANKED PROPOSER; CALTRAN ENGINEERING GROUP, INC., AS THE SECOND RANKED PROPOSER; AND BCC ENGINEERING, LLC, AND METRIC ENGINEERING, INC., AS THE TIED THIRD RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.
Sponsors
Detailed Information
Cached: 7 minutes agoProcurement Requests - C2 D
C2 D 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. 2025- 399-WG, FOR TRAFFIC ENGINEERING CONSULTANTS; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO TRAFFIC ENGINEERING SERVICES; FURTHER, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE CORRADINO GROUP, INC., AS THE FIRST RANKED PROPOSER; CALTRAN ENGINEERING GROUP, INC., AS THE SECOND RANKED PROPOSER; AND BCC ENGINEERING, LLC, AND METRIC ENGINEERING, INC., AS THE TIED THIRD RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. Applicable Area:
COMMISSION MEMORANDUM
RECOMMENDATION
The City Administration (“Administration”) recommends that the Mayor and City Commission (“City Commission”) adopt the Resolution. The solicitation is currently under the cone of silence.
BACKGROUND/HISTORY
The Transportation and Mobility Department manages a number of projects and services for which traffic engineering consulting services are required, including but not limited to: analysis of proposed methodologies and site plans for traffic impact studies associated with private development projects, trip generation studies, simulations, queueing and circulation studies, transportation plans, as well as any other required services within the traffic engineering discipline.
As a result, the City has outsourced the required engineering services to qualified firms through a continuing contract established in accordance with Section 287.055, Florida Statutes. On March 4, 2021, the City, pursuant to Request for Qualifications No. 2019-109-ND, entered into continuing contracts with The Corradino Group, Inc., Kimley-Horn and Associates, Inc., and HNTB Corporation, pre-qualifying these traffic engineering consulting firms for future work as needed. Pre-qualifying firms before the work is identified streamlines the process of engaging a firm once the need arises. In anticipation of the current contract’s expiration on March 5, 2026, the City, through this RFQ, seeks to create a pool of qualified firms that can expeditiously provide the City with traffic engineering consulting services when the need arises.
The RFQ was issued pursuant to Section 287.055, Florida Statutes for the acquisition of professional traffic engineering services, which allows continuing contracts to pools of firms for future work providing that the assigned projects are for design services for projects with a construction cost less than $7.5 million or studies less than $500,000, or as amended. The firm(s) are selected in accordance with the referenced statute, which requires the City to determine the
best firm for the work and negotiate a consultant service order based on pre-negotiated rates. The described process used by the City is typical of how most cities across the state engage engineering services in accordance with statutory requirements.
ANALYSIS
On July 23, 2025, the City Commission approved the issuance of Request for Qualifications (RFQ) 2025-399-WG for traffic engineering consultant services. On July 24, 2025, the RFQ was issued. A voluntary pre-proposal conference was held on August 4, 2025 to provide information to proposers submitting a response. Two (2) addenda were issued, and 77 prospective bidders accessed the advertised solicitation. RFQ responses were due and received on September 10, 2025. The City received a total of 13 proposals from the following firms:
BCC Engineering, LLC Bowman Consulting Group, LTD., Inc. Caltran Engineering Group, Inc. Calvin, Giordano & Associates, Inc. CHA Consulting, Inc. Choice Engineering Consultants, Inc. HBC Engineering Company Kimley-Horn & Associates, Inc. Kittelson & Associates, Inc. Marlin Engineering Inc. Metric Engineering, Inc. The Corradino Group, Inc. Volkert, Inc.
On September 29, 2025, the City Manager appointed the Evaluation Committee (“Committee”) via LTC #415-2025. The Committee convened on October 30, 2025 to consider proposals received. The Committee was comprised of Michael Belush, Planning and Design Officer, Planning Department; Ghassan Choueiry, Senior Transportation Engineer, Transportation and Mobility Department; Katherine Teipel, Traffic Engineer, Transportation and Mobility Department; and Alberto Ventura, Assistant Director, Parking Department.
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 as indicated below (see Attachment A):
1 st : The Corradino Group, Inc. 2 nd : Caltran Engineering Group, Inc. 3 rd : BCC Engineering, LLC 3 rd : Metric Engineering, Inc. 5 th : Kittelson & Associates, Inc. 5 th : Marlin Engineering, Inc. 7 th : Choice Engineering Consultants, inc. 8 th : Bowman Consulting Group, LTD., Inc. 9 th : Kimley-Horn and Associates, Inc. 10 th : HBC Engineering Company 11 th : CHA Consulting, Inc. 12 th : Volkert, Inc. 13 th : Calvin, Giordano & Associates, Inc.
The Corradino Group, Inc. (Corradino) The Corradino Group, Inc. is a multidisciplinary engineering and consulting firm, specializing in
Planning and Project Development, Design, Construction Engineering, and Inspection for transportation infrastructure projects. For over 50 years it has provided Program Management, Civil and Transportation Engineering, Traffic Engineering and Transportation Modeling, Project Development and Environment (PD&E), Urban and Land Use Planning, Transportation Planning, Aviation, Construction Engineering and Inspection (CEI), and Public Engagement and Community Outreach services to agencies throughout Miami-Dade County and beyond.
Corradino is one of the incumbents providing these services to the City, and the City has been satisfied with its work, offering positive feedback. Corradino has also provided similar services to the Town of Cutler Bay, City of Cooper City, and the Town of Palm Beach. The Town of Cutler Bay and the Town of Palm Beach responded to our reference survey, providing positive feedback.
Caltran Engineering Group, Inc. (Caltran) As a South Florida- and Miami-based firm with over a decade-long record of delivering innovative, responsive, and community-focused traffic engineering services in and around Miami Beach, they are uniquely positioned to support the City in advancing its transportation goals.
Caltran has provided various planning and transportation engineering services for the City of Miami Beach, Miami-Dade County, FDOT Districts, and other Florida municipalities, tackling complex urban mobility challenges with measurable results. Some of their references include the City of Miramar, Miami Downtown Development Authority, and the City of Doral. The Miami Downtown Development Authority, the Miami-Dade Department of Transportation, and Collier County references provided positive feedback.
BCC Engineering, LLC (BCC) Founded in 1994, BCC provides planning, design, and construction management services across civil, structural, and transportation disciplines. With 15 regional offices and a strong local presence, their team offers a balance of technical expertise, innovative methodologies, and local knowledge to address Miami Beach’s evolving mobility needs. Their experience includes projects involving multimodal transportation planning, traffic calming, intelligent transportation systems, and corridor capacity analysis, aligning directly with the City’s needs.
BCC has decades of experience delivering comprehensive traffic engineering and transportation solutions throughout South Florida and years of first-hand experience working alongside the City of Miami Beach through various Continued Engineering Services Contracts. Some of their references include the City of Deltona, City of Lauderhill, and the City of Miami. The City of Deltona responded to our reference survey, providing positive feedback.
Metric Engineering, Inc. (Metric) With corporate headquarters in Miami-Dade County for the past 49 years, Metric is a leading local provider of transportation and traffic engineering services. Metric is a technology focused transportation consulting firm specializing in transportation planning and design offering transportation engineering, planning, environmental services, ITS/TSM&O, civil engineering design and CEI services.
In addition to the City of Miami Beach, some of their other local references include the Florida Department of Transportation and the City of Pembroke Pines. The City of Pembroke Pines responded to our reference survey providing positive feedback.
The City currently has three (3) firms under the existing contract. Based on the projected volume of work required and the results of the rankings, staff recommends awarding the top four (4) firms pursuant to this current solicitation. Work is to be equitably rotated amongst the awarded firms in accordance with Administrative Order PO.03.03.
FISCAL IMPACT STATEMENT
Fees will be established through the negotiation process. Average annual expenditure for these services totals approximately $159,789.80. The cost of the related services are subject to funds availability approved through the City’s budgeting process.
Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY)
If applicable, the Business Impact Estimate (BIE) was published on: See BIE at: https://www.miamibeachfl.gov/city-hall/city-clerk/meeting-notices/
FINANCIAL INFORMATION
Budget Code: 106-9615-000312-30-403-529-00-00-00-
Amount: $100,000 Annually
CONCLUSION
For the reasons stated herein, it is recommended that the Mayor and City Commission adopt the Resolution authorizing the Administration to establish a pool of pre-qualified consultants for specific tasks relating to traffic engineering services; authorizing the Administration to enter into negotiations with The Corradino Group, Inc., as the first ranked proposer; Caltran Engineering Group, Inc., as the second ranked proposer, and BCC Engineering, LLC, and Metric Engineering, Inc., as the tied third ranked proposers; and further authorizing the City Manager and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration.
Applicable Area
Citywide
Is this a “Residents Right to Know” item, pursuant to City Code Section 2-17?
Is this item related to a G.O. Bond Project?
No
No
Was this Agenda Item initially requested by a lobbyist which, as defined in Code Sec. 2-481, includes a principal engaged in lobbying? No
If so, specify the name of lobbyist(s) and principal(s): .
Department
Procurement
Sponsor(s)
Co-sponsor(s)
Condensed Title
Award RFQ 2025-399-WG, Traffic Engineering Consultants. PR
| RFQ 2025-399-WG Traffic Engineering Consultants | 0 | 0 C |
|---|---|---|
| Michael Belush | z C | Ghassan Choueiry |
or
Quantitative Subtotal Quantitative Subtotal
The Corradino Group, Inc. Caltran Engineering Group, Inc. BCC Enaineerina. LLC Metric Engineering, Inc. Kittelson & Associates, Inc. Marlin Enaineerina Inc. Choice Engineerina Consultants, Inc. Bowman Consultina Grouo, LTO., Inc. Kimley-Horn & Associates, Inc. HBC Enaineerina Comanv CHA Cansultina, Inc. Volkert, Inc. Calvin, Giordano & Associates, Inc. 94 75 86 73 71 90 3 5 3 5 5 3 5 5 0 5 0 5 97 80 89 78 76 93 74 80 97 73 75 74 74 1 5 4 7 8 3 10 5 1 13 9 10 10 97 95 95 94 95 95 3 5 3 5 5 3 100 100 98 99 100 98
69 75 97 68 75 69 74
93 92 93 94 96 91 91
5 5 0 5 0 5
69 75 97 68 75 69 74 93 92 93 94 96 91 91 5 5 0 5 0 5
0
0
Quantitativ e Points
Total Quantitative (Volume ot Work + Veteran's)
Prime Bidder Volure of work (0-5) Points
Propose Total Points warded Veteran's Points
| CC Engineering. LC | $ | 341,556.43 | 3 | 0 | 3 |
|---|---|---|---|---|---|
| Bowman Consulting Group, LTD., Inc. | s s | 5 | 0 | 5 | |
| Caltran Engineering Group, Inc. | 1,645.50 | s | 0 | s | |
| Calvin, Giordano & Associates, Inc. | $ | 2,433,148.79 | 0 | 0 | 0 |
| CHA Consulting. Inc. | $ | 4,475,857.66 | 0 | 0 | 0 |
| CNoice Engineering Consultants, Inc. | s s | s | 0 | 5 |
HBC Engineering Compa ny s
| Kirley-Horn & Associates, Inc. | $ | 3.088.085.60 | 0 | 0 | 0 |
|---|---|---|---|---|---|
| Kittelson & Assoc iates, Inc. | s | s | 0 | 5 | |
| Martin Engineering Inc. | $ | 756.687.46 | 3 | 0 | 3 |
| Metric Engineering. Inc. | s | s | 0 | 5 | |
| The Corradino Group, Inc. | $ | 723,325.08 | 3 | 0 | 3 |
| Volkert, Inc. | s | s | 0 | 5 |
:ii
C
o
M
r
| Qualitative | Qualitative | Qualitative |
|---|---|---|
| 92 92 90 87 90 88 95 | 1 1 6 4 1 6 6 9 12 4 10 10 13 | |
| 86 | 97 93 99 96 96 91 |
84 85 93 83 90
| o r 5 r 3 r | 0 C | 0 C |
|---|---|---|
| Alberto Ventura | Katherine Teipel | z C |
Aggregate
C M
3
| 3 | Totals | r | r | |
|---|---|---|---|---|
| Quantitative | Qualitative | Quantitative | Subtotal | Subtotal |
1 2 3 3 5 5 7
5 3 5 5 3 98 99 99 90 99 95 90 96 90 94 92 95 5 3 5 5 3 5 5 0 5 0 5 0
5 7 3
4 1 9 4 6 9
8
1
5 5 0 5 0 5 0
8
8 9
8
13 10 5 12 10
9 13 7 9
10 11 12 13
RESOLUTION NO. _____________
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. 2025-399-WG, FOR TRAFFIC ENGINEERING CONSULTANTS; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE- QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO TRAFFIC ENGINEERING SERVICES; FURTHER, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE CORRADINO GROUP, INC., AS THE FIRST RANKED PROPOSER; CALTRAN ENGINEERING GROUP, INC., AS THE SECOND RANKED PROPOSER; AND BCC ENGINEERING, LLC AND METRIC ENGINEERING INC., AS THE TIED THIRD RANKED PROPOSERS; AND FURTHER, AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.
WHEREAS, On July 23, 2025, the Mayor and City Commission authorized the issuance of RFQ 2025-399-WG (the “RFQ”) for traffic engineering consultants for the Transportation and Mobility Department; and
WHEREAS, on September 10, 2025, the City received proposals from the following thirteen (13) firms: BCC Engineering, LLC; Bowman Consulting Group, LTD., Inc.; Caltran Engineering Group, Inc.; Calvin, Giordano & Associates, Inc.; CHA Consulting, Inc.; Choice Engineering Consultants, Inc.; HBC Engineering Company; Kimley-Horn & Associates, Inc.; Kittelson & Associates, Inc.; Marlin Engineering Inc.; Metric Engineering Inc.; The Corradino Group, Inc.; and Volkert, Inc.; and
WHEREAS, on September 29, 2025, the City Manager appointed an Evaluation Committee via LTC # 415-2025; and
WHEREAS, the Evaluation Committee was comprised of Michael Belush, Planning and Design Officer, Planning Department; Ghassan Choueiry, Senior Transportation Engineer, Transportation and Mobility Department; Katherine Teipel, Traffic Engineer, Transportation and Mobility Department; and Alberto Ventura, Assistant Director, Parking Department; and
WHEREAS, the Evaluation Committee convened on October 30, 2025 to consider the proposals received; and
WHEREAS, the Evaluation Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance, the Government Sunshine Law, and general information on the scope of services and a copy of each proposal; and
WHEREAS, the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and
WHEREAS, the evaluation process resulted in the proposers being ranked by the Evaluation Committee in the following order:
1 st The Corradino Group, Inc. 2 nd Caltran Engineering Group, Inc. 3 rd BCC Engineering, LLC 3 rd Metric Engineering Inc. 5 th Kittelson & Associates, Inc. 5 th Marlin Engineering, Inc. 7 th Choice Engineering Consultants, inc. 8 th Bowman Consulting Group, LTD., Inc. 9 th Kimley-Horn and Associates, Inc. 10 th HBC Engineering Company 11 th CHA Consulting, Inc. 12 th Volkert, Inc. 13 th Calvin, Giordano & Associates, Inc.; and
WHEREAS, after reviewing all of the submissions and the Evaluation Committee process, the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City Commission (i) authorize the Administration to establish a pool of pre-qualified consultants for specific tasks relating to traffic engineering services pursuant to the RFQ, (ii) authorize the Administration to enter into negotiations with The Corradino Group, Inc., as the first ranked proposer, Caltran Engineering Group, Inc., as the second ranked proposer, and BCC Engineering, LLC and Metric Engineering Inc., as the tied third ranked proposers, and (iii) authorize the City Manager and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration.
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, pursuant to Request for Qualifications (RFQ) No. 2025-399-WG, for traffic engineering consultants; authorize the Administration to establish a pool of pre-qualified consultants for specific tasks relating to traffic engineering services; further, authorize the Administration to enter into negotiations with The Corradino Group, Inc., as the first ranked proposer; Caltran Engineering Group, Inc., as the second ranked proposer; and BCC Engineering, LLC and Metric Engineering Inc., as the tied third ranked proposers; and further, authorize the City Manager and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration.
PASSED and ADOPTED this ___ day of ____________, 2025.