HomeMy WebLinkAbout2006-26300 ResoRESOLUTION NO. 2006-26300
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 QUALIFICATIONS RECEIVED PURSUANT TO
REQUEST FOR QUALIFICATIONS (RFQ) NO. 26-05106 FOR ARCHITECTURAL,
ENGINEERING, AND LANDSCAPE ARCHITECTURE SERVICES FOR THE PLANNING,
DESIGN, BID AND AWARD, AND CONSTRUCTION ADMINISTRATION SERVICES FOR
THE RENOVATION AND CONSTRUCTION OF THE SCOTT RAKOW YOUTH CENTER
PHASE II PROJECT; AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH THE TOP-RANKED FIRM OF BROWN AND BROWN
ARCHITECTS; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE
AN AGREEMENT WITH THE TOP-RANKED FIRM, AUTHORIZING THE
ADMINISTRATION TO NEGOTIATE WITH THE SECOND-RANKED FIRM OF MC
HARRY ASSOCIATES, INC.; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO
NEGOTIATE AN AGREEMENT WITH THE SECOND-RANKED FIRM, AUTHORIZING
THE ADMINISTRATION TO NEGOTIATE WITH THE THIRD RANKED FIRM OF BEA
INTERNATIONAL.
WHEREAS, the Scott Rakow Renovation Project (the Project) was initiated by the
Mayor and City Commission in 1994 and was a part of the original $15 million Parks Bond
issue; and
WHEREAS, on May 10, 2006, the Mayor and City Commission approved the
issuance of Request for Qualifications (RFQ) No. 26-05/06 for Architectural, Engineering,
and Landscape Architecture Services for the Planning, Design, Bid and Award, and
Construction Administration Services for the Renovation and Construction of the Scott
Rakow Youth Center Phase II Project; and
WHEREAS, RFQ No. 26-05/06 was issued on May 12, 2006, with an opening date
of June 27, 2006, and with apre-RFQ proposal meeting that was held on June 1, 2006;
and
WHEREAS, BidNet issued bid notices to 106 prospective proposers, resulting in 49
proposers requesting the RFQ document, which resulted in the receipt of the following
seven (7) proposals from:
• BEA International;
• Brown and Brown Architects;
• C3TS;
• Gili-McGraw Architects, LLP;
• MC Harry Associates;
• Naya Architects; and
• Sklarchitecture
WHEREAS, in conjunction with approval of this Resolution, a motion was made by
Commissioner Gross, and approved by the City Commission, to also refer the location of
the playground on the Par 3 Golf Course to the Neighborhoods/Community Affairs
Committee.
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 pertaining to the Ranking of
Qualifications received pursuant to Request for Qualifications (RFQ) No. 26-05/06, for
Architectural, Engineering, and Landscape Architecture Services forthe Planning, Design,
Bid and Award, and Construction Administration Services for the Renovation and
Construction of the Scott Rakow Youth Center Phase II Project; authorizing the
Administration to enter into negotiations with the top-ranked firm of Brown and Brown
Architects; and should the administration not be able to negotiate an agreement with the
top-ranked firm, authorizing the Administration to negotiate with the second-ranked firm of
MC Harry Associates, Inc.; and should the administration not be able to negotiate an
agreement with the second-ranked firm, authorizing the Administration to negotiate with the
third-ranked firm of BEA International.
PASSED and ADOPTED this 6th day of September , 2006.
TEST:
c~ c~~~~(~-~
CITY CLERK
Robert Parcher
Matti Herrera Bower
Vice-Mayor
T:\AGENDA\2006\sep0606\consent\RFQ26-05-O6A-EScott Rakow-Reso.doc
APPRO` QED AS TO
FORM & LANGUAGE
COMMISSION ITEM SUMMARY
Condensed Title:
A Resolution Accepting the City Manager's Recommendation Relative to the Ranking of Firms Pursuant to
a Request for Qualifications (RFQ) No. 26-05/06 for Architectural, Engineering, and Landscape
Architecture Services for the Planning, Design, Bid and Award, and Construction Administration Services
for the Renovation and Construction of the Scott Rakow Youth Center Phase II Project.
Key Intended Outcome Supported:
• Ensure Well-Maintained Facilities.
• Ensure Welt-Designed Quality Capital Projects
Issue:
Shall the City Commission adopt the Resolution?
Item Summary/Recommendatlion:
The Scott Rakow Youth Center Improvement Project was initiated by the Mayor and City
Commission in 1994 and was a part of the original $15 million Parks Bond issue. The original scope called
for the expansion and renovation of the ice rink and other improvements to the Center.
On May 10, 2006, the Mayor and City Commission approved the issuance of Request for Qualifications
(RFQ) No. 26-05/06. The purpose of this Request for Qualifications (RFQ) is to obtain qualifications from
professional consulting firms to provide Architectural and Engineering Services for the planning, design, bid
and award and construction administration services for the renovation and construction of the Scott Rakow
Youth Center Phase II Project.
RFQ No. 26-05/06 was issued on May 12, 2006 with an opening date of June 27, 2006. Apre-RFQ
proposal meeting was held on June 1, 2006.
BidNet issued bid notices to 106 prospective proposers, resulting in 49 proposers requesting the RFQ
document, which resulted in the receipt of the following seven (7) proposals from:
^ BEA International
^ Brown and Brown Architects
^ C3TS
^ Gili-McGraw Architects, LLP
^ MC Harry Associates
^ Naya Architects
^ Sklarchitecture
The City Manager via Letter to Commission (LTC) No. 159-2006, appointed an Evaluation Committee
which ranked the top three firms (3) firms accordingly:
1) Brown and Brown Architects
2) MC Harry and Associates, Inc.
3) BEA International
ACCEPT THE CITY MANAGER'S RECOMMENDATION AND AUTHORIZE NEGOTIATIONS.
Advisory Board Recommendation:
Financial Information:
Source of Amount Account Approved
Funds: ~
0 2
OBPI Total
Financial Impact Summary:
:ity Clerk's Office L~
Gus Lopez, ext 6641
Sian-Affc
- -- Dep ment i r Assistant City Manager City Manager
GL JC TH JMG ~--- -
T:WGEN[~A~2~f06~sepa60~kon"sent~RFQ26-05-06A-EScott Rakow-Summary.doc
~~~
V ~
AGENDA ITEM G ~
DATE 9"~ -O~o
m MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSION MEMORANDUM
To: Mayor David Dermer and Members of the City Commission
FROM: Jorge M. Gonzalez, City Manager
DATE: September 6, 2006
SUBJECT: 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 QUALIFICATIONS
RECEIVED PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 26-
05/06 FOR ARCHITECTURAL, ENGINEERING, AND LANDSCAPE
ARCHITECTURE SERVICES FOR THE PLANNING, DESIGN, BID AND
AWARD, AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE
RENOVATION AND CONSTRUCTION OF THE SCOTT RAKOW YOUTH
CENTER PHASE II PROJECT; AUTHORIZING THE ADMINISTRATION TO
ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF BROWN
AND BROWN ARCHITECTS; AND SHOULD THE ADMINISTRATION NOT BE
ABLE TO NEGOTIATE AN AGREEMENT WITH THE TOP-RANKED FIRM,
AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND-
RANKED FIRM OF MC HARRY ASSOCIATES, INC.; AND SHOULD THE
ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH
THE SECOND-RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO
NEGOTIATE WITH THE THIRD RANKED FIRM OF BEA INTERNATIONAL.
ADMINISTRATIVE RECOMMENDATION
Adopt the Resolution.
ANALYSIS
The Scott Rakow Renovation Project (the "Project") was initiated by the Mayor and City
Commission in 1994 and was a part of the original $15 million Parks Bond issue. The
original scope called for the expansion and renovation of the ice rink and other
improvements to the Center.
The following is a chronology of the work at the Scott Rakow Youth Center:
^ On June 19, 1996, the Mayor and City Commission approved the Master Plan for the
improvements to the City's Parks and Recreation facilities of which the Scott Rakow
Youth Center (Project) was a component.
^ On July 16, 1996, an Agreement was executed with The Corradino Group for design,
bidding and construction administration for the Project.
^ On April 9, 2001, a Notice to proceed was given to International Builders.
^ On April 24, 2001, construction began on Phase I of the project.
^ On July 21, 2003, International Builders was certified in default of the contract.
^ On October 10, 2003, the permit was changed to F&L Construction, who was tasked to
complete Phase I and achieve a Temporary Certificate of Occupancy (TCO) for the
Commission Memo
RFQ No. 26-05/06 -Architectural, Engineering, and Landscape Architecture Services for the Planning, Design, Bid and Award,
and Construction Administration Services for the Renovation and Construction of the Scott Rakow Youth Center
Phase II Project.
September 6, 2006
Page 2 of 8
project.
^ On January 9, 2004, a TCO was achieved on the project.
^ On April 4, 2006, a Certificate of Occupancy was achieved on the Project for Phase I.
On October 17, 2005, the City of Miami Beach tasked Brown and Brown Architects (an A/E
firm on the City's rotational list), with developing a schematic conceptual master plan for the
Scott Rakow Youth Center which would evaluate code concerns, including ADA and Fire
Safety, validate the program and the budget and propose a phasing plan for construction.
Brown and Brown participated in various site meetings to evaluate the existing conditions of
the facility and meet with the users to review the scope of work which would be necessary to
bring the facility into compliance and fulfill the operational and programmatic requirements
the City has promised to offer to the community. After various meetings with the Parks and
Recreation Department, the SRYC Advisory Board, the users, which comprised the day to
day Managers of the Facility, Property Management, the Fire Department and the Building
Department, Brown and Brown proposed an acceptable schematic conceptual master plan
and budget which would be phased over an estimated two to three years while the facility
would remain in operation.
SCOPE OF SERVICES
The scope of work for the renovation of the existing facility consists of but is not limited to
the following components: expand the existing parking lot by 44 parking spaces and provide
a bus drop off which separates vehicular and pedestrian traffic, provide ADA accessible
walkways from the handi-cap parking to the main entrance and to the new outdoor
playground area, convert the old ice rink into aMulti-Purpose Room, renovate the existing
entry plaza, provide a new entry addition with security counter and lobby, a new handicap
accessible elevator located at the entry addition, first floor renovations including new snack
bar, new ADA accessible bathrooms, new fitness center, new lighting, flooring and ceiling
treatments, second floor renovations include new classrooms, new music room, new reading
room, storage, renovated Park staff office areas, and new lighting, flooring and ceiling
treatments through-out the facility. The renovated facility will require a fire sprinkler system, a
new central fire alarm system for the entire facility as well as an upgrade of the existing
HVAC systems for the new design loads. In addition a new Pool Manager's office, a Golf
Starter Office, a new trash collection area, and new Zamboni drainage pit (for the New Ice
Rink) will be provided.
The projected estimated construction cost is $5,660,870.
The successful firm will be tasked with the following duties and responsibilities:
Task 1 -Design Services
Task 2 -Bid and Award Services
Task 3 -Construction Administration Services
Task 4 -Additional Services
Task 5 -Reimbursable Services
Task 1 - Design Services: The Purpose of this Task is to establish requirements for
preparation of the contract documents for the Project based on the approved
master plan for the renovations to the Scott Rakow Youth Center. The Project will
be phased in 5 or more phases to be better defined after a thorough review of the
existing conditions and the parameters established by the Fire Department and
Commission Memo
RFQ No. 26-05/06 -Architectural, Engineering, and Landscape Architecture Services for the Planning, Design, Bid and Award,
and Construction Administration Services for the Renovation and Construction of the Scott Rakow Youth Center
Phase II Project.
September 6, 2006
Page 3 of 8
Building Department. The City's intent is for the Architectural Firm and its Sub-
Consultant's is to phase the project based on practical construction limitations as
well as integrate the Structural, Mechanical and Life Safety systems which
comprise each phase to achieve Completion on a phase by phase basis and Final
Certification upon the successful completion of all phases. It will be the
responsibility of the A/E firm to work out these issues with the Agencies having
Jurisdiction, since the facility will be in operation while under construction.
Please note that the selected firm will be required to perform a variety of forensic
tasks to verify, to the extent practicable, existing conditions and the accuracy of
base maps to be used for development of the contract drawings. These tasks
include, but may not be limited to, surveying, utility verification, and listing
encroachments in the Right of Way using formats established for the City's Right
of Way Infrastructure Improvement Program. In addition, the selected firm will
follow the City standards for the preparation of contract documents, inclusive of
drawings, specifications and front end documents, and cost estimates. Review
submittals will be prepared at the 60% and 100% for City staff review and
permitting completion stages.
Contract documents will be subject to constructability and value engineering
reviews to be performed by others. The selected firm will attend and participate in
Community and/or user groups Design Review Meetings (CDRM) to present and
discuss the design progress and concept at different stages during the design;
and will work with the City to adjust /revise project scope as may be deemed
necessary to meet established budgets as the design evolves through the stages
of completion. The selected firm will also be responsible for reviewing and
receiving approvals of its construction documents from all jurisdictional permitting
agencies and boards prior to finalization. To facilitate the implementation of a
Public Information Program, the selected firm will provide electronic files of all
project documents, as directed by the City. City in-house Departments shall be
required to respond, in writing, to all review comments. Presentation formats will
be as directed by the City.
Please note that the selected firm shall establish and maintain an in house Quality
Assurance /Quality Control (QA/QC) program designed to verify and ensure the
quality, clarity, completeness, constructability and bid potential of its contract
documents.
Task 2 - Bid and Award Services: The selected firm shall assist City in bidding and award
of the contract. Such assistance shall include facilitating reviews of its contract
documents with applicable Procurement, Risk Management and Legal
Department representatives. In addition, the selected firm shall furnish camera
ready contract documents for reproduction and distribution by the City, attend pre-
bid conferences, assist with the preparation of necessary addenda, attend the bid
opening and assist with the bid evaluation and recommendation of award to the
City. The selected firm shall provide "As-Bid" documents for use during
construction.
The City may also consider awarding the project to one of the Job Order
Contracting (JOC) Contractor already in place or thru the City's selection process
contract with a CM at Risk Contractor to work with the A/E firm through the design
and construction process. This will facilitate an expeditious construction contract
Commission Memo
RFQ No. 26-05/06 -Architectural, Engineering, and Landscape Architecture Services for the Planning, Design, Bid and Award,
and Construction Administration Services for the Renovation and Construction of the Scott Rakow Youth Center
Phase II Project.
September 6, 2006
Page4of8
procurement and award period versus the common four to six months the City
experiences when a project is advertised for competitive bidding. If the City
decides to select a CM at Risk Contractor the A/E firm will be required to assist
the City in the review and approval of a "Guaranteed Maximum Price" (GMP). This
decision will be made as the project design progresses.
Task 3 - Construction Administration Services: The selected firm shall perform a variety of
tasks associated with the administration of the construction contract and
construction management of the project. These shall include attendance at the
pre-construction conference, attendance at weekly construction meetings,
responding to Contractor requests for information /clarification, responding and
evaluating Contractor requests for change orders /contract amendments, review
of shop drawings, review of record drawings, review and processing of contractor
applications for payment, specialty site visits, project closeout reviews including
substantial and final punch list development and project certification, warranty
administration. The City will provide day-to-day construction administration and
observation service on the Project.
Task 4 - Additional Services: No additional services are envisioned at this time. However,
if such services are required during the performance of the Work, they will be
requested by the City and negotiated in accordance with contract requirements,
and awarded according to the City's procurement process.
Task 5 - Reimbursable Services: The City may reimburse additional expenses such as
reproduction costs, survey, geotechnical work and underground utility verification
costs.
It is anticipated that an Architectural Firm whose specialty and primary area of
expertise is in design and construction of Recreational Youth Centers and
Educational Facilities will head the selected Project Design Team, which should
also include Structural, Electrical, Mechanical, Civil Engineers and a Landscape
Architect as sub consultants. Interested teams must demonstrate their experience
in design of Recreational Youth Centers and Educational Facilities, preferably in
the design and construction of renovated Recreational Facilities and Educational
facilities and have construction administration expertise, based on the successful
completion of projects of similar size and complexity for other governmental
and/or private entities.
RFQ PROCESS AND SELECTION
On May 10, 2006, the Mayor and City Commission approved the issuance of Request for
Qualifications (RFQ) 26-05/06 Architectural, Engineering, and Landscape Architecture
Services for the Planning, Design, Bid and Award, and Construction Administration Services
for the Renovation and Construction of the Scott Rakow Youth Center Phase II project. The
purpose of this Request for Qualifications (RFQ) is to obtain qualifications from professional
consulting firms to provide Architectural and Engineering Services for the planning, design,
bid and award and construction administration services for the renovation and construction
of the Scott Rakow Youth Center Phase II Project.
RFQ No. 26-05/06 was issued on May 12, 2006 with an opening date of June 27, 2006. A
pre-RFQ proposal meeting was held on June 1, 2006.
Commission Memo
RFQ No. 26-05/06 -Architectural, Engineering, and Landscape Architecture Services for the Planning, Design, Bid and Award,
and Construction Administration Services for the Renovation and Construction of the Scott Rakow Youth Center
Phase II Project.
September 6, 2006
Page 5 of 8
BidNet issued bid notices to 106 prospective proposers, resulting in 49 proposers requesting
the RFQ document, which resulted in the receipt of the following seven (7) proposals from:
^ BEA International
^ Brown and Brown Architects
^ C3TS
^ Gili-McGraw Architects, LLP
^ MC Harry Associates
^ Naya Architects
^ Sklarchitecture
The City Manager via Letter to Commission (LTC) No. 160-2006, appointed an
Evaluation Committee consisting of the following individuals:
^ Jorge Cano, CIP Assistant Director
^ Kevin Smith, Parks and Recreation Director
^ Lisa Austin, Chair, Scott Rakow Youth Center Advisory Board
^ Jackie Fernandez, Middle Beach Resident
^ Jorge Exposito, Bayshore's Homeowners President
^ Thomas Mooney, Preservation and Design Manager
^ Graciela Escalante, Senior Capital Projects Coordinator
Mr. Jorge Exposito, Thomas Mooney and Jackie Fernandez were unable to participate in the
selection committee process and were replaced by Ricardo Guzman, Planner, Planning
Department.
On July 10, 2006, the Committee convened, the Procurement Division provided evaluation
surveys on all 7 firms and Ms. Graciela Escalante, Senior Capital Projects Coordinator
provided the scope of work for the RFQ responses being evaluated. Dr. Dean Kashiwagi
from Arizona State and Florida Intemational University provided insight on "Best Value
Procurement" and recommended questions (see Attachment No. 1) that could be used
during the evaluation of the firms.
The Committee also discussed the Selection Criteria, which was used to evaluate and rank
the firms:
A. The experience, qualifications and portfolio of the Principal (15 points).
B. The experience, qualifications and portfolio of the Project Manager (15 points).
C. The experience and qualifications of the professional personnel assigned to the
Project Team (10 points).
D. Risk Assessment Plan for ensuring quality of work (20 points).
E. Willingness to meet time and budget requirements as demonstrated by past
performance (5 points).
F. Certified minority business enterprise participation (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. The volume of work previously awarded to each firm by the City (5 points).
J. Past performance based on number and quality of the Performance Evaluation
Surveys (15 points).
The Committee was able to discuss the above criteria in length, and after the evaluation of
the proposals, the Risk Assessment and the Evaluation Surveys proceeded in ranking all
Commission Memo
RFQ No. 26-05/06 -Architectural, Engineering, and Landscape Architecture Services for the Planning, Design, Bid and Award,
and Construction Administration Services for the Renovation and Construction of the Scott Rakow Youth Center
Phase II Project.
September 6, 2006
Page 6 of 8
seven respondents.
Attached is the Committee's ranking tabulation for all seven firms:
Evaluation Scores f or Shortlistin Firms
Ranking Company Name Jorge
Cano Ricardo
Guzman Kevin
Smith Grace
F~calante Lisa
Austin Jackie
Fernandez
3 BEA International 73 (6) 83 (4) 85 (3) 95 (3) 97 (1) 83 (3)
1 Brown & Brown Architects 89 (1) 90 (2) 96 (1) 97 (1) 93 (2) 88 (2)
6 C3TS 79 (3) 81 (6) 80 (4) 90 (6) 91 (4) 77 (6)
5 Gili-McGraw Architects LLP 76 (4) 82 (5) 79 (5) 94 (4) 80 (5) 79 (5)
2 MC Harry Associates, N"1C. 75 (5) 91 (1) 87 (2) 96 (2) 92 (3) 90 (1)
7 Nays Architects 58 (7) 65 (7) 57 (7) 79 (7) 72 (6) 73 (7)
4 Sklarchitecture 84 (2) 88 (3) 75 (6) 92 (5) 70 (7) 80 (4)
After the Committee had ranked all seven firms they decided to short list the top three (3)
ranked firms, a motion was provided by Grace Escalante and seconded by Kevin Smith to
short list the top 3 ranked firms and invite them to a 15 minute presentation and a 25 minute
question and answer session. The top three ranked firms are as follows:
1. Brown and Brown Architects
2. MC Harry Associates, Inc.
3. BEA International
The Evaluation Committee convened on July 20, 2006, and part of their evaluation of the
firms, they were provided "Best Value" questions (Attachment 1) for the Project Manager of
all three short listed firms.
After all three firms were interviewed the Evaluation Committee deliberated and ranked the
three firms. Brown and Brown Architects was unanimously ranked No.1, Mc Harry
Associates, Inc. No. 2 and BEA International No. 3. Attached is the Committee's final scores
for the three short list firms:
Final Evaluation Scores for
Total score
RFQ-26-05/06 -Scott Rakow Youth Center Phase II
Rank Jorge Ricardo Kevin Grace Lisa Jackie
No. Company Name Cano Guzman Smtth Escalante Austin Fernandez
16
3 BEA International 77 (3) 87 (2) 88 (3) 94 (3) 82 (2) 84 (3) (2-2nd Place
Votes & 4-3rd
Place Votes)
s
1 Brown 8~ Brown Architects 87 (1) 91(1) 98 (1) 97 (1) 91 (1) 90 (1) (6-1st Place
Votes)
14
2 MC Harry Associates 85 (2) 86 (3) 91(2) 95 (2) 81 (3) 89 (2) (4-2nd Place
Votes 8 2-3rd
Place Votes)
Commission Memo
RFQ No. 26-05/06 -Architectural, Engineering, and Landscape Architecture Services for the Planning, Design, Bid and Award,
and Construction Administration Services for the Renovation and Construction of the Scott Rakow Youth Center
Phase II Project.
September 6, 2006
Page 7 of 8
BROWN AND BROWN ARCHITECTS
Brown and Brown Architects most recent projects, similar in nature to the Scott Rakow
Center include:
^ Scott Rakow Youth Center -Master Planning Services
^ Miami-Dade College -Renovations & Remodeling of the New World School of the
Arts building at the Wolfson Campus in downtown Miami
^ City of North Miami Beach -Renovations & Remodeling of City Hall Lobby,
Administration office, and council chambers
^ The School Board of Broward County-Technical Services Building Renovations &
Remodeling
^ St. Timothy School -New Construction of Gym Recreational Center, including
renovations & remodeling of support facilities.
^ Morning Star Renewal Center -Major expansion to Archdioceses of Miami center.
^ Miami-Dade County Public Schools -Miami Norland Senior High School New State-
of-the-Art Gymnasium and complete phased remodeling & renovation of old
gymnasium building into new classroom building.
^ Miami-Dade County Public Schools -Miami Palmetto Senior High School New
State-of-the-Art Gymnasium and complete phased remodeling & renovation of old
gymnasium building into new classroom building.
PROJECT MANAGER
Albert Llorente, RA
Project Manager
Mr. Llorente has served as a Project Manager for over 15 years. He has been responsible
for preliminary design efforts as well as construction administration on diversified project
types.
Partial list of project on which Mr. Llorente has been involved include:
^ Scott Rakow Youth Center, Recreational Facility Master Plan
^ Miami-0ade College, New School of the Arts
• City of North Miami Beach, City Hall
^ Technical Service Building, School Board of Broward County
^ St. Timothy Recreational/Gym Center, Conference Spaces and Meeting Rooms
^ Morning Star Renewal, Retreat Center, Chapel, Meeting Rooms
^ Miami-0ade County Fire Training Center, $20M
^ Mother of Christ Catholic School, K-8, $4M
^ Whispering Pines Elementary School, Additions and Renovations, $3M
^ Coral Terrace Elementary School, Additions and Renovations, $3M
^ Roof Management programs for Miami Dade College, Kendall and North Campuses.
REFERENCES:
Mr. Carlos Espillaga,
FIU Facility Manager
"I have worked with Brown and Brown Architects on past project and have found them to be
very professional."
Commission Memo
RFQ No. 26-05!06 -Architectural, Engineering, and Landscape Architecture Services for the Planning, Design, Bid and Award,
and Construction Administration Services for the Renovation and Construction of the Scott Rakow Youth Center
Phase II Project.
September 6, 2006
Page 8 of 8
Mr. Angelino L. Garcia,
Broward County Schools
"The School Board of Broward County is very satisfied with the work provide by Brown and
Brown Architects."
Mr. Carlos Hevia,
Dade County Public Schools
"Mr. Albert Llorente is in good standing with Dade County Public Schools."
CONCLUSION
The Administration recommends approval of the attached Resolution accepting the
recommendation of the City Manager pertaining to the Ranking of Qualifications received
pursuant to Request for Qualifications (RFQ) No.26-05/06 for Architectural, Engineering, and
Landscape Architecture Services for the Planning, Design, Bid and Award, and Construction
Administration Services for the Renovation and Construction of the Scott Rakow Youth
Center Phase I I project; authorizing the Administration to enter into negotiations with the top-
ranked Firm of Brown and Brown Architects; and should the Administration not be able to
negotiate an Agreement with the Top-Ranked Firm, Authorizing the Administration to
negotiate with the second ranked firm of MC Harry and Associates, Inc.; and should the
Administration not be able to negotiate an agreement with the Second-Ranked firm,
Authorizing the Administration to negotiate with the Third-Ranked firm of BEA International.
T:WGENDA\2006\sep0606\consent\RFQ26-05-06A-EScott Rakow-Memo.doc
ATTACHMENT 1
AE Questions
July 20, 2006
1. What experience and qualifications qualifies you to work on this project?
2. What similar projects have you worked on?
3. What is unique about this project?
4. What will you do differently on this project than previous projects?
5. What will you do differently from other designers on this project?
6. What are your personal goals on this project?
7. What value (difference in outcomes) do you and your company bring to this project?
8. What are your weaknesses and how will you minimize the impact?
9. How will you verify and justify the prices for the contract using baselines, other
project costs, best value bids?
10. How will you select your critical staff?
11. How will you minimize the risk of over-design and scope creep?
12. Draw out the major activities during the design phase with major activities and time.
13. Are you willing to do a preplanning and quality control plan before the start of
design?
14. Are you willing to take control of the project, and minimize the risk of
nonperformance (late, over-designed, not coordinated well)?
15. Are you willing to send in a weekly risk report listing only unforeseen risks?
16. Do you understand that the quality control plans (schedule, milestones, prioritized list
of risks and minimization of risks, and QA plan) will be in your contract?
17. Are you willing to be responsible for the project, which includes all coordination and
preplanning?
18. Are you willing to do the coordination, setup all meetings, and keep all records with
all client contacts, reviewers, and users? .
19. Do you understand that you and your firm will be rated on performance, and the
rating will be used in any future competition?
20. Do you approve of your project being listed on the Internet website?