Title
A Resolution accepting the recommendation of the Chief Procurement Officer to authorize contract negotiations with Cooper, Robertson & Partners, and if necessary, with other short-listed consulting firms as the design consultant for the Miracle Mile and Giralda Avenue Streetscape Design project pursuant to Florida Statutes 287.055, known as the "Consultants Competitive Negotiation Act" and Request for Qualifications (RFQ) 2014.09.24.
Body
The purpose of this Request for Qualifications (RFQ) statement of qualifications is to select a qualified Design Consulting firm to develop contract plans, specifications, construction estimates, and to provide design and construction administration services during construction for the successful completion of the Miracle Mile and Giralda Avenue Streetscape (the "Project") pursuant to Florida Statute 287.055 "Consultants Competitive Negotiations Act". The Project calls for the transformation of the public realm between building facades on both sides of the street.
On October 24, 2014, six (6) qualifications statements were submitted in response to the RFQ by the following: Bermello Ajamil & Partners, Inc., Kimley-Horn and Associates, Inc., Curtis + Rodgers Design Studio, Inc., AECOM Technical Services, Inc., Cooper, Robertson & Partners, and Stantec Consulting Services, Inc.
On October 31, 2014, the Evaluation Committee met to evaluate the qualification statements, which resulted in all six (6) firms being asked to make presentations to the Evaluation Committee followed by questions from the committee. On November 10, 2014, after the presentations and questions, the Evaluation Committee selected three firms to recommend to the Commission in the following order of preference: Cooper, Robertson & Partners, AECOM Technical Services, Inc., and Kimley-Horn and Associates, Inc.
Under Florida Statutes 287.055, the "Consultants Competitive Negotiation Act," the Commission "shall select in order of preference no fewer than three (3) firms deemed to be the most highly qualified to perform the required services," with the firm ranked first in order of preference invited to enter into a negotiations phase to determine their compensation that will be paid under contract with the City. Should the City be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the agency determines to be fair, competitive, and reasonable, negotiations with that firm must be formally terminated. The agency shall then undertake negotiations with the second most qualified firm, and then with the third firm should the City be unable to come to an agreement with the second ranked firm. After compensation has been negotiated with the consulting firm, the contract will be submitted to the City Commission for approval.