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: <