Title
A Resolution of the City Commission accepting the recommendation of the Chief Procurement Officer to award RFQ 2024-005 for Architectural Consulting Services and negotiate a Professional Services Agreement (“Agreement”) with Bermello Ajamil & Partners, Inc., R.J. Heisenbottle Architects, P.A., Gurri Matute, P.A., M.C. Harry and Associates, Inc., Ferguson, Glasgow, Schuster, Soto, Inc., and Alleguez Architecture, Inc., the six (6) highest ranked responsive-responsible proposers, pursuant to Section 2-763 of the Procurement Code entitled “Contract Award” and Florida Statute 287.055, known as the “Consultants Competitive Negotiation Act” (CCNA).
Lobbyist: N/A
Body
The City’s Public Works Division requires a pool of qualified professionals to provide architectural consulting services with the qualifications and ability to Architectural Consulting Services on an “as-needed basis”.
On April 3, 2025, the Procurement Division of Finance formally advertised, issued, and distributed Architectural Consulting Services, Request for Qualification (RFQ) 2025-005 with the intent to qualify a pool of up to six (6) firms. One hundred and seventy-one (171) prospective proposers were notified by INFOR, the City’s web-based e-Procurement service.
On May 6, 2025, twelve (12) firms responded, including two (2) “no bid” proposals, in response to the RFQ: Alleguez Architecture, Inc., Bermello Ajamil & Partners, Inc., Burton Hersh Architects, P.A., Conconcreto Designs, LLC., (no bid), CPH Consulting, LLC., DIRTT Environmental Solutions, Inc., (no bid), Ferguson, Glasgow Schuster Soto, Inc., Gurri Matute P.A., M.C. Harry & Associates, Inc., R.E. Chisholm Architects, Inc., R.J. Heisenbottle Architects P.A., and W.J. Architects.
On June 18, 2025, the Evaluation Committee convened to evaluate all ten (10) responsive and responsible proposals and ranked the firms in the following order: Bermello Ajamil & Partners, Inc., (top ranked), R.J. Heisenbottle Architects, P.A. (second ranked), Gurri Matute, P.A., (third ranked), M.C. Harry and Associates, Inc., (fourth ranked), Ferguson, Glasgow, Schuster, Soto, Inc., (fifth ranked), and Alleguez Architecture, Inc., (sixth ranked). The Evaluation Committee recommended that the City negotiate with the top six (6) responsive-responsible proposers to provide the requested services.
The Evaluation Committee further recommended that should negotiations fail with any of the top six (6) ranked firms, negotiations could be conducted with the next two ranked firms: W.J. Architects (7th) and R.E. Chisholm Architects, Inc (8th).
The Chief Procurement Officer recommends accepting the Evaluation Committee’s recommendation to award and negotiate Agreements with the top six (6) responsive-responsible proposers to provide the requested services for an initial three (3) year term with two (2) one-year renewals.
Recommended Action
[Enter Recommended Action Here]