Loading...
HomeMy WebLinkAboutResolution 2005-25962 RESOLUTION NO. 2005-25962 A RESOLUTION ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER AUTHORIZING THE ADMINISTRATION TO NEGOTIATE PROFESSIONAL SERVICES AGREEMENTS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 10-04/05, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN VARIOUS PROFESSIONAL SPECIALTIES ON AN "AS-NEEDED BASIS," FOR CAPITAL PROJECTS IN WHICH THE BASIC CONSTRUCTION COST DOES NOT EXCEED $500,000 PER PROJECT, OR FOR STUDY ACTIVITIES FOR WHICH THE FEE DOES NOT EXCEED $25,000, AND CONTINUING CONTRACTS UP TO $50,000; AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE PROFESSIONAL SERVICES AGREEMENTS UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS WITH ALL FORTY- SEVEN (47) FIRMS WHO PROVIDED THEIR QUALIFICATIONS IN REFERENCE TO THIS RFQ. WHEREAS, in accordance with Section 287.055, Florida Statutes, known as the "Consultants' Competitive Negotiation Act", the City may enter into a "continuing contract" for professional Architectural and Engineering services for projects in which construction costs do not exceed $500,000, or for study activities for which the fee does not exceed $25,000; and WHEREAS, on March 16, 2005, the Mayor and City Commission approved the issuance for a Request for Qualification (RFQ) for Professional Architectural and Engineering Services in various professional specialties on an "as-needed basis", for capital projects in which the basic construction cost does not exceed $500,000 per project, or the study activities for which the fee does not exceed $25,000; and WHEREAS, the selected firms will provide architectural and engineering services on an "as-needed basis" for a two-year contract period with 2 optional one year renewal; and WHEREAS, RFQ NO.1 0-04/05 was issued on March 31,2005 with an opening date of May 3,2005; and WHEREAS, forty-seven (47) proposals were received in response to the RFQ, by the following firms: 1. A&P Consulting Transportation Engineers; 2. A.D.A. Engineering, Inc.; 3. Architects International; 4. AVART, Inc.; 5. BEA International; 6. Behar-Ybarra Associates of Florida, Inc.; 7. Brown & Brown Architects; 8. CEB Engineering, Inc.; 9. CES Consultants, Inc.; 10. Chen and Associates; 11. Coastal Systems International Inc.; 12. ConsulTech Enterprises, Inc.; 13. Craig A. Smith & Associates; 14. DMJM Harris/ AECOM; 15. CSA Southeast, Inc.; 16. Douglas Wood & Associates, Inc.; 17. Edward Lewis Architects, Inc.; 18. Engineering for Architecture, Inc.; 19. ES Consultants, Inc.; 20. Environmental Development Consultants Corp.; 21. Gurri Matute PA Architecture-Interiors; 22 H.J. Ross; 23. Hernandez Consulting Engineers, Inc.; 24. Ideal Architectural Design, P.A.; 25. Indigo Service Corp.; 26. J. Bonfill &Associates, Inc.; 27. L1VS Associates; 28. Malcolm Pirnie, Inc.; 29. Metcalf & Eddy/AECOM; 30. Milian, Swain & Associates, Inc.; 31. Miller Legg; 32. Naya Architects; 33. Palm Engineering Group, Inc.; 34. PBS&J; 35. Professional Consulting Engineering, Inc.; 36. Sequeira & Gavarrete; 37. Siddiq Khan and Associates. Inc.; 38. Swanke Haden Connell Architects; 39. TCAPA; 40. The Corradino Group, Inc.; 41. The RC Group; 42. The Russell Partnership, Inc.; 43. The Tamara Peacock Company Architects TLC.; 44. TSAO DesignGroup; 45. UrbanAdvisors L TD; 46. Weidener Surveying & Mapping P.A.; 47. Williams-Russell and Johnson, Inc.; and WHEREAS, an Evaluation Committee was appointed by the City Manager via Letter to Commission (LTC) No. 115-2005, consisting of the following individuals: . Thomas Mooney, Presentation and Design Manager (Chair) . Keith Mizell, Sr. Capital Projects Planner . Joyce Meyers, Principal Planner . Jordanna Rubin, Environmental Construction Manager . Garry Korkorian, Civil Engineer III . Arshad Viqar, Civil Engineering III . Steve Clark, Director of Operations, MBCC . Dale Bryant, Landscape Projects Coordinator . Bruce Lamberto, Property Construction Coordinator . Viviana Alemany, Construction Manager; and WHEREAS, on June 15, 2005, the Evaluation Committee convened and discussed the qualifications and credentials as well as various options in ranking all forty-seven (47) responsive firms; and WHEREAS, the Committee's overall opinion was that all 47 companies who provided proposals were qualified to provide services to the City; a motion was made 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 WHEREAS, the City Manager has reviewed the Evaluation Committee's recommendation, and recommends that the Mayor and City Commission accept the Committee's recommendation, relative to the ranking of firms pursuant to RFQ No. 10- 04/05. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission accept the recommendation of the City Manager and hereby authorize the Administration to negotiate Professional Services Agreements pursuant to Request for Qualifications (RFQ) No.1 0-04/05, for Professional Architectural and Engineering services in Various Professional Specialties on an "As-Needed Basis", for Capital Projects in which the Basic Construction Cost does not exceed $500,000 per Project, or for Study Activities for Which the Fee Does Not Exceed $25,000, and Continuing Contracts up to $50,000; and authorizing the Mayor and City Clerk to execute Professional Services Agreements upon completion of successful negotiations with all forty-sev n (47) firms who provided their qualifications in reference to this RFQ. PASSED and ADOPTED this 27th day 0 ~. '/.\ ,'" . ~" II \l; ,< pr~ . CITY CLERK , 'Robert Parcher T:\AGENDA\2005\JuI2705\Consent\RFQ10-04-05-A-E RESO.doc David Dermer APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ?-{1-c>\ CITY OF. MIAMI BEACH COMMISSION ITEM SUMMARY m Condensed Title: Accept the City Manager's Recommendation Relative to the Ranking of Firms Pursuant to RFQ NO.1 0-04/05 for Professional Architectural and Engineering Services in Various Professional Specialties on an "as-needed basis", for Capital Projects in which the Basic Construction Cost does not exceed $500,000 per Project, or for Study Activities for which the fee does not exceed $25,000, and continuing contracts up to $50,000; and Authorizing the Mayor and City Clerk to execute Professional Service Agreements upon completion of successful negotiations with all Fo -Seven 47 Firms who Provided their Qualifications in reference to this RFQ. Issue: Shall the City Commission approve the City Manager's recommendation to accept the recommendation related to the rankin of firms and authorize execution of Professional Service A reements? Item Summary/Recommendation: RFQ NO.1 0-04/05 was issued on March 31, 2005 with an opening date of May 3, 2005. A pre-proposal conference to provide information to firms considering submitting a response was held on April 19, 2005. Bid Net issued bid notices to 179 prospective proposers, resulting in 75 proposers requesting the RFQ document, which resulted in the receipt of the following forty-seven (47) proposals. The City Manager via Letter to Commission (LTC) No. 115-2005, appointed an Evaluation Committee ("the Committee") consisting of the following individuals: . Thomas Mooney, Design and Preservation Manager (Chair) . Keith Mizell, Sr. Capital Projects Planner . Joyce Meyers, Principal Planner . Jordanna Rubin, Environmental Construction Manager . Gary Korkorian, Civil Engineer III . Arshad Viqar, Civil Engineering III . Steve Clark, Director of Operations, MBCC . Dale Bryant, Landscape Projects Coordinator . Bruce Lamberto, Property Construction Coordinator . Viviana Alemany, Construction Manager On June 15,2005, the Committee convened. The Committee was provided information in reference to the project by Roman Martinez, Sr. Procurement Specialist as well as discussed the scope of work expected from the recommended firms. Additionally, the Committee discussed the Selection Criteria pursuant Section 287.055, Florida Statutes, known as the "Consultants' Competitive Negotiation Act" (CCNA). The evaluation committee discussed the selection criteria as well as various options in ranking all the firms. It was the Committee's overall opinion that all 47 companies who provided proposals were qualified to provide services to the City. A motion was recommended by Thomas Mooney (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. The motion was seconded and approved by all Committee members. Accept the City Manaqer's Recommendation and Authorize Neqotiations. Advisory Board Recommendation: I N/A Financial Information: Source of Funds: I I Finance Dept. City Clerk's Office Legislative Tracking: I Gus Lopez Si n-Offs: GL T:\AGENDA\2005\JuI2705\Consent\RFQ10-04-05-A-E Summary.doc AGENDA ITEM ~ 7I DATE 1-~7-{)~ CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov To: From: Subject: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission J~rge M. GOnZaleZJv~ City Manager / U A RESOLUTIO 'ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER AUTHORIZING THE ADMINISTRATION TO NEGOTIATE PROFESSIONAL SERVICES AGREEMENTS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 10-04/05, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN VARIOUS PROFESSIONAL SPECIALTIES ON AN "AS-NEEDED BASIS," FOR CAPITAL PROJECTS IN WHICH THE BASIC CONSTRUCTION COST DOES NOT EXCEED $500,000 PER PROJECT, OR FOR STUDY ACTIVITIES FOR WHICH THE FEE DOES NOT EXCEED $25,000, AND CONTINUING CONTRACTS UP TO $50,000; AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE PROFESSIONAL SERVICES AGREEMENTS UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS WITH ALL FORTY-SEVEN (47) FIRMS WHO PROVIDED THEIR QUALIFICATIONS IN REFERENCE TO THIS RFQ. Date: July 27. 2005 ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANALYSIS In accordance with Section 287.055, Florida Statutes, known as the "Consultants' Competitive Negotiation Act", the City may enter into a "continuing contract" for professional Architectural and Engineering services for projects in which construction costs do not exceed $500,000, or for study activities for which the fee does not exceed $25,000. On March 16, 2005, the Mayor and City Commission approved the issuance for a Request for Qualification (RFQ) for Professional Architectural and Engineering Services in various professional specialties on an "as-needed basis", for capital projects in which the basic construction cost does not exceed $500,000 per project, or the study activities for which the fee does not exceed $25,000; the selected firms will provide architectural and engineering services on an "as-needed basis" for a two-year contract period with 2 optional one year renewals. "As-needed basis" means that each firm awarded a contract has agreed to be placed on a professional specialty list where the City may call upon them to perform professional projects as assigned by the Administration. As the need for service arises, firms will be contacted to provide the necessary professional service according to their respective specialty. Commission Memo RFQ 10-04/05 - Professional Architectural/Engineering Services July 27,2005 Page 2 of 6 The City's most recent architectural and engineering services contracts were authorized by the City Commission on June 6,2001 as part of RFQ 12-00/01. These contracts were for a two-year period, and on June 6,2003, the City opted to use its 2 year renewal option, and the terms of the agreements were extended. The present contracts were to expire on June 6, 2005, however, the terms of the Agreement have been extended by the Mayor and City Commission until such time that the new contracts are executed and implemented. The Procurement Division in coordination with City representatives from Capital Improvement Project's Office, Public Works, Environmental Resource Management, Property Management, Parks and Recreation and the SMG staff developed the RFQ requirements. As a result, it was decided that applications should be solicited from firms for consulting assignments on the basis of expertise in a specific professional architectural or engineering specialty. Pursuant to the authorization by the Mayor and City Commission, the Administration issued Request for Qualifications (RFQ) NO.1 0-04/05, seeking responses from qualified firms with experience and capability to provide professional Architectural and Engineering services in eleven (11) specialized areas for proposed small scale projects throughout the City. The RFQ sought proposals from firms with strong qualifications in the following specialized areas: 001 Architecture - General 002 Historic Building Specialization 003 Architecture - Landscape 004 Architecture - Planning and Urban Design 005 Engineering - Civil 006 Engineering - Electrical 007 Engineering - Environmental/Coastal 008 Engineering - Mechanical 009 Engineering - Structural 010 Engineering - Transportation Planning/Traffic Engineering 011 Land Surveying Services RFQ No.1 0-04/05 was issued on March 31, 2005 with an opening date of May 3, 2005. A pre-proposal conference to provide information to firms considering submitting a response was held on April 19, 2005. BidNet issued bid notices to 179 prospective proposers, resulting in 75 proposers requesting the RFQ document, which resulted in the receipt of the following forty-seven (47) proposals from: 1. A&P Consulting Transportation Engineers 2. A.D.A. Engineering, Inc. 3. Architects International 4. AVART, Inc. 5. BEA International 6. Behar-Ybarra Associates of Florida, Inc. 7. Brown & Brown Architects 8. CEB Engineering, Inc. Commission Memo RFQ 10-04/05 - Professional Architectural/Engineering Services July 27, 2005 Page 3 of 6 9. CES Consultants, Inc. 10. Chen and Associates 11. Coastal Systems International Inc. 12. ConsulTech Enterprises, Inc. 13. Craig A. Smith & Associates 14. CSA Southeast, Inc. 15. DMJM Harris/ AECOM 16. Douglas Wood & Associates, Inc. 17. Edward Lewis Architects, Inc. 18. Engineering for Architecture, Inc. 19. ES Consultants, Inc. 20. Environmental Development Consultants Corp. 21. Gurri Matute PA Architecture-Interiors 22. H.J. Ross 23. Hernandez Consulting Engineers, Inc. 24. Ideal Architectural Design, P.A. 25. Indigo Service Corp. 26. J. Bonfill &Associates, Inc. 27. L1VS Associates 28. Malcolm Pirnie, Inc. 29. Metcalf & Eddy/AECOM 30. Milian, Swain & Associates, Inc. 31. Miller Legg 32. Naya Architects 33. Palm Engineering Group, Inc. 34. PBS&J 35. Professional Consulting Engineering, Inc. 36. Sequeira & Gavarrete 37. Siddiq Khan and Associates. Inc. 38. Swanke Haden Connell Architects 39. TCAPA 40. The Corradino Group, Inc. 41. The RC Group 42. The Russell Partnership, Inc. 43. The Tamara Peacock Company Architects TLC. 44. TSAO DesignGroup 45. UrbanAdvisors L TD 46. Weidener Surveying & Mapping P.A. 47. Williams-Russell and Johnson, Inc. Commission Memo RFQ 10-04/05 - Professional Architectural/Engineering Services July 27,2005 Page 4 of 6 The City Manager via Letter to Commission (LTC) No. 115-2005, appointed an Evaluation Committee ("the Committee") consisting of the following individuals: Thomas Mooney, Design and Preservation Manager (Chair) Keith Mizell, Sr. Capital Projects Planner Joyce Meyers, Principal Planner Jordanna Rubin, Environmental Construction Manager Gary Kokorian, Civil Engineer III Arshad Viqar, Civil Engineering III Steve Clark, Director of Operations, MBCC Dale Bryant, Landscape Projects Coordinator Bruce Lamberto, Property Construction Coordinator Viviana Alemany, Construction Manager On June 15, 2005, the Committee convened. The Committee was provided information in reference to the project by Roman Martinez, Sr. Procurement Specialist as well as discussed the scope of work expected from the recommended firms. Additionally, the Committee discussed the Selection Criteria pursuant Section 287.055, Florida Statutes, known as the "Consultants' Competitive Negotiation Act" (CCNA), which was used to evaluate and rank the respondents: A. Firm's Qualifications and Experience in providing Architecture; Historic Building Specialization; Landscape Architecture; Planning and Urban Design; Civil Engineering; Electrical Engineering; Environmental/Coastal Engineering; Mechanical Engineering; Structural Engineering; Transportation Planning/Traffic Engineering; and Land Surveying Services. (20 points) B. Project Manager's Experience; (15 points) C. References provided by prior Project Owners; (15 points) D. Project Approach; (10 points) E. Willingness to meet time and budget requirements as demonstrated by past performance; (5 points) F. Certified minority business enterprise; (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. G. Location; (5 points) H. Recent, current, and projected workloads of the firms; (5 points) I. Volume of work previously awarded to each firm by the agency, with the object; of effecting an equitable distribution of contracts among qualified firms. (20 points) The evaluation committee discussed the selection criteria as well as various options in ranking all the firms. It was the Committee's overall opinion that all 47 companies who provided proposals were qualified to provide services to the City. A motion was recommended by Thomas Mooney (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. The motion was seconded and approved by all Committee members. Commission Memo RFQ 10-04/05 - Professional Architectural/Engineering Services July 27, 2005 Page 5 of 6 The Procurement Division has provided due diligence as to the reference checks for each firm recommended as well as reviewed all documentation for responsiveness to the RFQ. Attachment "A" provides a listing of all the firms divided between their respective su bspecialties. CONCLUSION The Administration recommends approval of the attached Resolution accepting the recommendation of the City Manager pursuant the selection of Consultants pursuant to Request for Qualifications (RFQ) No.1 0-04/05 for Architectural and Engineering Services in various professional specialties to provide professional services on an "as-needed basis" for capital projects in which basic construction cost does not exceed $500,000 per project, or for study activities for which the fee does not exceed $25,000; and authorizing the Mayor and City Clerk to execute professional service agreements upon completion of successful negotiations with all forty-seven (47) companies who provided their qualifications in reference to this RFQ. T:\AGENDA\2005\JuI2705\Consent\RFQ10-04-05-A-E Professinal Services.doc Commission Memo RFQ 10-04/05 - Professional Architectural/Engineering Services July 27, 2005 Page 6 of 6 < 1: CI) E -5 ~ . "g C>> I: il j ~.~ .... .... ::I . OU) U) >< >< I.. I.. ><. .. >< ?C. I.. .x ~ 1- ~ ><1- ---- .. ... - .- I. .. - .. - g --..: ~~"&.i Q8.1: I: .- U W"I:~ ol:e ...~ . F .x .. I", >< )( >< )( x I.. >< )( ~ d .. x >< I.. .. I ... >< x .... 1-.. >< .. >< w_u .. .. I.... ... .. )( .. .c . ~ I !g>>i aw:& I", llll ~ .!! I.. I.. >< I.. 1>< ~ >< . .. ._L- 1- ~ ~ ,... a;; al:l: k~ .~ 1..lx .. .. .. I.. cWW ><+-- _. .- ... >< x x _I.. I I CD ~1 g 1:_ ...1.. '" -..-.- ww>< '" >< HiT ...~ x ~ I... g f~~~1 ><. o?! ..Ix ~mx .. .. I.. x I.. I.. >< x - .c ~ c , I CD 3 CIJ 'j __..~_!t~.~_ - -+-. .. .IS -~ -I... I,. I.. .... - .. I.. '" ... n CD I: I IJ i ,., C I j 0 j )( I.. I a ,... ... I... )( )( )( .. .. >< - - -. .. .. ... . u I ~ rtl S~ ~Jtl! -AJIl i -+r f- l... .- .. - - __. no I.. x ... - S I .... E g & I.. .x I" x x x x x .~ I.. x x )( I... )( I.. 1-----..-"- .. -- l- i , , i IS , I , I d I ! ! .E 1! lj , iii I I I ~ 8 J -< ~ 1! 11. ~ ~ I ~ ~ i I!! ~ ~ i i j ~ i J .1 c ! M II I ! u: <