Loading...
99-23045 RESO RESOLUTION NO. 99-23045 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING THE RANKING OF RESPONSES RECEIVED AND AUTHORIZING THE MIAMI BEACH REDEVELOPMENT AGENCY STAFF TO ENTER INTO NEGOTIATIONS FOR A CONTRACT WITH THE NUMBER- ONE RANKED FIRM, KIMLEY HORN & ASSOCIATES, INC., PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 15- 98/99, FOR PROVIDING PROFESSIONAL ENGINEERING, LANDSCAPING AND ARCHITECTURAL SERVICES FOR DESIGN AND IMPLEMENTATION OF STREET IMPROVEMENTS IN THE SOUTH POINTE REDEVELOPMENT AREA; AUTHORIZING THE REDEVELOPMENT AGENCY STAFF TO NEGOTIATE WITH THE SECOND-RANKED FIRM, BERMELLO-AJAMIL & PARTNERS, INC., SHOULD THE AGENCY NOT BE ABLE TO REACH AGREEMENT WITH KIMLEY HORN & ASSOCIATES, INC. . WHEREAS, the The Redevelopment Agency (Agency) in conjunction with the City of Miami Beach Procurement Department issued a Request for Qualifications (RFQ) No. 15-98/99 to provide Professional Engineering, Landscaping and Architectural Services for Design and Implementation of Street Improvements in the South Pointe Redevelopment Area; WHEREAS, notices and specification packages for RFQ No. 15-98/99 were issued on November 25, 1998, resulting in eight timely responses; and WHEREAS, an Evaluation Committee recommended by the City Manager and approved by the Mayor and Commission met on January 7, 1999 and January 11, 1999, and recommended the firm of Kimley Horn & Associates, Inc. as the first-ranked respondent; and the firm of Bermello- Ajamil & Partners, Inc., as the second-ranked respondent; and WHEREAS, the City Manager, acting as the Executive Director of the Agency, has reviewed the responses and the recommendation of the Evaluation Committee and concurs with the Evaluation Committee's recommendation. 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 herein ratify the ranking of the responses received and authorize the Miami Beach Redevelopment Agency staff to enter into negotiations with the fIrst-ranked respondent, Kimley Horn & Associates, Inc., pursuant to RFQ No. 15-98/99, to provide Professional Engineering, Landscaping and Architectural Services for the Design and Implementation of Street Improvements in the South Pointe Redevelopment Area; and further authorize the Agency staff to enter into negotiations with the second-ranked respondent, Bermello-Ajamil & Partners, Inc., should the Agency not be able to successfully negotiate an agreement with Kimley Horn & Associates, Inc. PASSED AND ADOPTED THIS 20th DAY OF JANUARY, 1999. 1~ ]1T: ~ m~ Ovtr1vv City Clerk Mayor APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION dIi~ Ci. Momay ?/' 6J{~ SR:CMC:MSD/dl F:IDDHP\$ALLIDIANEISPST.MEM ~ITY OF MIAMI BEACH ;ITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 ttp:\\ci.miami-beach.f1. us TO: FROM: SUBJECT: COMMISSION MEMORANDUM NO. 13- CJ<1 Mayor Neisen O. Kasdin and Members of the City Co mission DATE: January 20,1999 Sergio Rodriguez City Manager A RESOL 10 OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING THE RANKING OF RESPONSES RECEIVED AND AUTHORIZING THE MIAMI BEACH REDEVELOPMENT AGENCY STAFF TO ENTER INTO NEGOTIATIONS FOR A CONTRACT WITH THE NUMBER-ONE RANKED FIRM, KIMLEY HORN & ASSOCIATES, INC., PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 15-98/99, FOR PROVIDING PROFESSIONAL ENGINEERING, LANDSCAPING AND ARCHITECTURAL SERVICES FOR DESIGN AND IMPLEMENTATION OF STREET IMPROVEMENTS IN THE SOUTH POINTE REDEVELOPMENT AREA; AUTHORIZING THE REDEVELOPMENT AGENCY STAFF TO NEGOTIATE WITH THE SECOND-RANKED FIRM, BERMELLO-AJAMIL & PARTNERS, INC., SHOULD THE ADMINISTRATION NOT BE ABLE TO REACH AGREEMENT WITH KIMLEY HORN & ASSOCIATES, INC. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. FUNDING: Funding has been appropriated from South Pointe tax increment funds pursuant to Memorandum No. 641-98, presented on September 23, 1998. BACKGROUND: The Redevelopment Agency in conjunction with the City of Miami Beach Procurement Department issued a Request for Qualifications for professional engineering, landscaping and architectural services for design and implementation of street improvements in the South Pointe Redevelopment AGENDA ITEM Rlb J -:;lD J,9 DATE Area. Notices were mailed to three hundred eighty-three (383) firms, and specifications were requested by twenty-fIve (25) prospective proposers. The responses for this Request for Qualifications were due no later that 2:00 p.m. on December 30, 1998. Proposals were received from the following eight (8) firms: Bermello-Ajamil & Partners, Inc. Carr Smith Corradino Corzo Castella Carballo Thompson Salman (C3TS) Russell MacKenzie & Assoc., P.A. Biscayne Engineering Co., Inc. Coastal Systems Inc./EDA W Inc. Curtis & Rogers Design Studio, Inc. Kimley Horn & Associates., Inc. An Evaluation Committee for this project, consisting of the following persons, was recommended by the City Manager and approved by the Mayor and City Commission: Dean Grandin Mercedes Sosa Michael Rath Marla Dumas Bob Christoph, SP AB Chair Edward Resnick, SP AB Member David Sine, SP AB Member ANAL YSIS The Evaluation Committee met on January 7, 1999 to review proposals in terms of the criteria established in the RFQ. Based on experience and information contained in the proposals, the Evaluation Committee invited four (4) firms to make oral presentations on January II, 1999. All committee members were present. After the presentations, each proposal was evaluated by each committee member in accordance with the criteria listed in the Request for Qualifications: Firm's Experience. Project Manager's and Project Team's Experience. Results of Previous Similar Projects. The scores were compiled indicating that a majority, six of the seven members, of the committee selected Kimley Horn & Associates, Inc. as the top-ranked respondent because of its overall experience. Duany Plater-Zyberk (DPZ) and CH2M Hill, the consultant for the City's Master Plan for a Storm Water Drainage System, are both part of the Kimley Horn team. Undergrounding of utilities is considered to be an integral component of the South Pointe Streetscape Plan and the ability ofIGmley Horn to facilitate this undertaking was enhanced by having DPZ and CH2M Hill as team members. The committee selected the fIrm of Bermello-Ajamil & Partners, Inc. as the second-ranked respondent. In accordance with the terms of the RFQ, the City Manager acting as the Executive Director of the Redevelopment Agency, has reviewed the Evaluation Committee's recommendation and concurs with its ranking of proposals. The negotiated contract will be submitted to the Miami Beach Redevelopment Agency Board for approval, and to the City Commission for ratification. CONCLUSION The Mayor and Commission should adopt the Resolution, ratifYing the ranking of responses received and authorizing the Redevelopment Agency staff to negotiate a contract with the top- ranked firm of Kimley Horn & Associates, Inc. ULC SR:CMC:MSD/dl F:IDDHP\$ALLIDIANElSPST.MEM