Loading...
2001-24333 RESO RESOLUTION No. 2001-24333 A RESOLUTION OF THE MAYOR AND CITY COMMISSIONOF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF THE PROPOSALS RECEIVED IN RESPONSE TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 20-00/01 FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR DESIGN, PERMITTING AND CONSTRUCTION MANAGEMENT OF THE NORTH BEACH RECREATIONAL CORRIDOR AND RENOVATION OF THE ADJOINING ALLISON AND BAND SHELL PARKS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO CONTRACT NEGOTIATIONS WITH THE MOST QUALIFIED FIRM OF COASTAL SYSTEMS INTERNATIONAL, INC., AND IF UNSUCCESSFUL IN NEGOTIATING A CONTRACT WITH THE MOST QUALIFIED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE A CONTRACT WITH THE SECOND MOST QUALIFIED FIRM OF cns; AND IF UNSUCCESSFUL IN NEGOTIATING WITH THE SECOND MOST QUALIFIED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE THIRD MOST QUALIFIED FIRM OF KlMLEY HORN AND ASSOCIATES, INC. WHEREAS, on January 14, 2000, the City issued RFQ No. 41-99/00 for Architectural, Engineering, Landscape Architectural and Graphic Design Services for Various City Projects included in the November 2, 1999 General Obligation (GO) Bond Project List; and WHEREAS, the RFQ included ten individual projects for which respondents were requested to submit qualification packages for consideration; and WHEREAS, Project No.4 in the RFQ was entitled "Development of Renovation Plans for Allison Park and Construction Plans Phase I of the North Beach Recreational Corridor"; and WHEREAS, although four hundred and fifty six RFQ notices were issued to prospective respondents, only two responses were received for Project No.4; and WHEREAS, despite the limited number of responses, a Selection Committee was formed to evaluate both responses for the Project; and WHEREAS, the Selection Committee reviewed the written responses, heard oral presentations from both respondents, and ultimately made the recommendation to the City Manager that the Administration enter into contract negotiations with Kimley-Horn & Associates, Inc. as the top ranked firm, and with the second-ranked firm of Rosenburg Design Group should the Administration not be able to successfully negotiate a contract with the top ranked firm; and WHEREAS, the recommendation of the Selection Committee was presented to, and approved by, the Mayor and City Commission at its May 24, 2000 meeting; and WHEREAS, subsequent to the issuance of the RFQ and receipt of the Selection Committee's recommendation, the scope of services for the proposed North Beach Recreational Corridor Project significantly expanded beyond what was described in the RFQ; and WHEREAS, the revised scope of work now includes design and construction of Phase II of the corridor, dune restoration activities, renovation of Band Shell Park, development of new beachfront restroom/concession facilities and considerable value-engineering of the existing concept plans; and WHEREAS, the total project budget has increased from $2,600,000, at the time the RFQ was issued, to a current total of more than $5,000,000; and WHEREAS, due to the significant changes in the scope of work and increase in the proposed project budget, the Mayor and City Commission rejected the responses received pursuant to the original RFQ, and authorized the issuance of a new RFQ on January 31, 2001; and WHEREAS, the revised RFQ, No. 20-00/01, was issued on February 12,2001; and WHEREAS, on February 27,2001 the following individuals were appointed to serve on the Evaluation Committee for the project: Roberto Sanchez, North Beach District Representative, G.O. Bond Oversight Committee Joyce Meyers, North Beach Planning Coordinator Bruce Henderson, Enviromnental Resources Management Director Dale Bryant, Parks and Recreation Department Jae Manzella, Resident, and BicyclelPedestrian Coordinator for MPO Brian Kraus, Board Member North Beach Development Corporation Amelia Johnson, Transportation Concurrency Management; and WHEREAS, DemandStar.com issued 67 RFQ notices to prospective individuals/firms and six qualified responses were received; and WHEREAS, the Evaluation Committee convened to evaluate all responses received; and WHEREAS, after close examination of all proposals, three firms, Coastal Systems International, Inc., C3TS, and Kimley, Horn and Associates, Inc., where short listed for oral presentations; and WHEREAS, on April 5, 2001, the Evaluation Committee reconvened and heard oral presentations from the short listed firms; and WHEREAS, the Evaluation Committee unanimously selected Coastal Systems International, Inc. as the first qualified firm, C3TS as the second, and Kimley Horn and Associates, Inc. as the third most qualified firm. NOW, THEREFORE,BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Administration is authorized to negotiate a contract with the most qualified firm of Coastal Systems International, Inc. for the Architectural and Engineering Services required for the Design, Permitting and Construction Management of the North Beach Recreational Corridor and Renovation of the Adjoining Allison and Bandshell Parks pursuant to RFQ No 20-00/01, and if unsuccessful in negotiating a contract with the most qualified firm, the Administration is authorized to negotiate a contract with the second most qualified firm of C3TS; and if unsuccessful, to negotiate with the with the third most qualified firm of Kimley Horn and Associates, Inc. Passed and Adopted this 18th day of April, 2001. (' ~ ~ AYOR ATTEST: f1wp~ CITY CLERK APPROVED AS TO FORM & LANGUAGE & fOR EXECUTION ~~LA~ ~~I~-O( rr-'~ F:\WORK\$ALl\BRUCE\COMM\nbrc.RES.doc CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA TO: FROM: SUBJECT: COMMISSION MEMORANDUM NO. Z-l CO -0 I DATE: April 18, 2001 Mayor Neisen O. Kasdin and Members of the City Commission Jorge M. Gonzalez \ ~ City Manager 6" (j 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 THE PROPOSALS RECEIVED IN RESPONSE TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 20-00/01 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR DESIGN, PERMITTING AND CONSTRUCTION MANAGEMENT OF THE NORTH BEACH RECREATIONAL CORRIDOR AND RENOVATION OF THE ADJOINING ALLISON AND BAND SHELL PARKS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO CONTRACT NEGOTIATIONS WITH THE MOST QUALIFIED FIRM OF COASTAL SYSTEMS INTERNATIONAL, INC. AND IF UNSUCCESSFUL IN NEGOTIATING A CONTRACT WITH THE MOST QUALIFIED FIRM, AUTHORIZE THE ADMINISTRATION TO NEGOTIATE A CONTRACT WITH THE SECOND MOST QUALIFIED FIRM OF C3TS; AND IF UNSUCCESSFUL IN NEGOTIATING WITH THE SECOND MOST QUALIFIED FIRM, AUTHORIZE THE ADMINISTRATION TO THEN NEGOTIATE WITH THE THIRD MOST QUALIFIED FIRM OF KIMLEY HORN AND ASSOCIATES, INC. ADMINISTRATION RECOMMENDATION Adopt the Resolution. ANALYSIS On January 14,2000, the City issued RFQ No. 41-99/00 for architectural, engineering, landscape architectural and graphic design services for various City projects included in the November 2, 1999 General Obligation (GO) Bond Project List. The RFQ included ten individual projects for which respondents were requested to submit qualifications packages for consideration. Project No.4 in the RFQ was entitled, Development of Renovation Plans for Allison Park and Construction Plans Phase I of the North Beach Recreational Corridor. AGENDA ITEM C 10 DATE f-/KO/ Subsequent to the issuance of the RFQ and approval of the Evaluation Committee's recommendation, the scope of services for the proposed North Beach Recreational Corridor Project significantly expanded beyond what was described in the RFQ. The revised scope of work now includes design and construction of Phase II of the corridor, dune restoration activities, renovation of Band Shell Park, development of new beachfront restroom/concession facilities and considerable value engineering of the existing concept plans. Similarly, the total project budget increased from $2,600,000 at the time the RFQ was issued to a current total of more than $5,000,000. The additional funding for the project includes $900,000 from the Federal Transportation Enhancement Act of 2001, $575,000 in Economic Development Initiative Grants from the U.S. Department of Housing and Urban Development, $325,000 in dune restoration funds from the GO Bond Program, $325,000 in dune restoration funds from the Miami-Dade County Safe Neighborhood Parks (SNP) Bond Program and $125,000 from the Miami-Dade County Metropolitan Planning Organization. On January 31, 200 I, due to the significant changes in the scope of work and increase in the proposed project budget, the Mayor and City Commission rejected the responses received pursuant to RFQ No. 41-99/00, authorized the issuance of a new RFQ, and directed the Administration to present a contract award recommendation to the Mayor and City Commission within 90 days (4/30/01). The revised RFQ, No. 20-00/01, was issued on February 12,2001. On February 27, 2001 the following individuals were appointed to serve in the Evaluation Committee (the Committee) for the Architectural and Engineering Services for Design, Permitting and Construction Management of the North Beach Recreational Corridor and Renovation of the Adjoining Allison and Bandshell Parks: Roberto Sanchez, North Beach District Representative, G.O. Bond Oversight Committee Joyce Meyers, North Beach Planning Coordinator Bruce Henderson, Environmental Resources Management Director Dale Bryant, Parks and Recreation Department Jae Manzella, Resident, and BicyclelPedestrian Coordinator for MPO Brian Kraus, Board Member North Beach Development Corporation Amelia Johnson, Transportation Concurrency Management DemandStar.com issued 67 RFQ notices to prospective individuals/firms and six qualified responses were received. The Evaluation Committee (the Committee) convened to evaluate all responses received. After close examination of all proposals, three firms where shorlisted for oral presentations. These three firms included Coastal Systems International, Inc., CT3S, and Kimley Horn and Associates, Inc. On April 5, 2001, the Committee reconvened and heard oral presentations from the short listed firms. Each firm had 20 minutes for its oral presentation and 20 minutes for questions and answers. Committee members were provided with an Evaluation Matrix Form that detailed all the evaluation factors in the RFQ. As part of the deliberations the Chairman of the Committee Roberto Sanchez, emphasized that the contract would be given to the most qualified firm and that this would be determined through the careful use of the evaluation matrix throughout the presentations and question and answer periods. During their deliberations the Committee considered the present workload and quality of work for each firm, including personnel on the projects, project budgets and quality of work. Each member of the Committee was given an opportunity to voice their comments on all firms who presented. The Committee then scored each firm on all weighted factors in the matrix and decided to rank each firm F:\PUJ.C\SALL\Iloman\CommilliOll ManoI\RFQ 20.doc each firm, including personnel on the projects, project budgets and quality of work. Each member of the Committee was given an opportunity to voice their comments on all firms who presented. The Committee then scored each firm on all weighted factors in the matrix and decided to rank each firm accordingly as first, second and third most qualified. The Committee unanimously selected Coastal Systems International, Inc. first, C3TS second and Kimley Horn and Associates, Inc. third. I recommend that the Mayor and City Commission authorize the Administration to negotiate a contract with the most qualified firm of Coastal Systems International, Inc. for the Architectural and Engineering Services required for the Design, Permitting and Construction Management of the North Beach Recreational Corridor and Renovation of the Adjoining Allison and Bandshell Parks, and if unsuccessful in negotiating a contract with the most qualified firm; authorize the administration to negotiate a contract with the second most qualified firm of3CTS; and if unsuccessful, to negotiate with the third most qualified firm of Kimley Horn and Associates, Inc. JMG/MDS/GLIb't ~ F:\ PURClSALL\Roman\Conunission MmIOS\RFQ 20,doc