City of Coral Gables

File #: 19-9421    Version: 1 Name: RFQ 2019-038 Architectual Consulting Services
Type: Resolution Status: Agenda Ready
File created: 11/7/2019 In control: City Commission
On agenda: 12/10/2019 Final action:
Enactment date: Enactment #:
Title: A Resolution accepting the recommendation of the Procurement Officer to award RFQ 2019-038 for Architectural Consulting Services and negotiate a Professional Services Agreement (“Agreement”) with Bermello Ajamil & Partners Inc., R.J Heisenbottle Architects PA., Gurri Matute PA., CallisonRTKL, Inc., Alleguez Architecture Inc., R.E Chisholm Architects Inc., the six (6) highest ranked responsive-responsible proposers, pursuant to Florida Statute 287.055, known as the “consultants competitive negotiation act”.
Attachments: 1. Draft Agenda Memo - RFQ 2019-038, 2. Draft Resolution - RFQ 2019-038 Architectural Consutling Services, 3. RFQ 2019-038 - Master Scoring -Ranking Sheet, 4. RFQ 2019-038 Architectural Consulting Service - CM

Title

A Resolution accepting the recommendation of the Procurement Officer to award RFQ 2019-038 for Architectural Consulting Services and negotiate a Professional Services Agreement (“Agreement”) with Bermello Ajamil & Partners Inc., R.J Heisenbottle Architects PA., Gurri Matute PA., CallisonRTKL, Inc., Alleguez Architecture Inc., R.E Chisholm Architects Inc., the six (6) highest ranked responsive-responsible proposers, pursuant to Florida Statute 287.055, known as the “consultants competitive negotiation act”.

 

... Body

The City’s Public Works Department requires the services of professional architectural consulting firms, per the requirements of Florida Statute 287.055 (CCNA), with the qualifications and ability to provide Architectural Services, that may include but not limited to : architectural and engineering design services, historic projects, project management, contracting and sourcing, cost analysis and schedule planning, design services for furniture, fixtures and equipment, construction management, site analysis consultation, landscape architecture , sustainable design, code analysis, public art, project reviews and move and occupancy planning. Due to some projects being eligible for Federal financial assistance by the Federal Emergency Management Agency (“FEMA”), a contract, established in accordance with the Federal Procurement Standards outlined in Title 2 C.F.R. § 200.317 to 200.326, is required.

 

On August 20, 2019, the Procurement Division of Finance formally advertised, issued, and distributed Architectural Consulting Services, Request for Qualifications (RFQ) 2019-038. Eighty-One (81) prospective proposers downloaded the RFQ package from Public Purchase, the City’s web based e-Procurement service.

 

On September 24, 2019, thirteen(13) firms submitted proposals in response to the RFQ: Alleguez Architectural  Inc., Bermello Ajamil & Partners Inc., Burton Hersh Architects PA., CallisonRTKL Inc., CBRE Heery, Inc., Ferguson Glasgow Schuster Soto, Inc., John Forbes Inc.,dba Forbes Architects, Gurri Matute PA., R.E Chisholm Architects, Inc., R.J Heisenbottle Architects PA.,TSAO Design Group, Inc., and Vitalini Corazzoni PA.

 

On October 29, 2019, the Evaluation Committee convened to evaluate a total of thirteen (13) responsive proposals and recommended to award the RFQ and negotiate a Professional Services Agreement (“Agreement”) with the six (6) highest ranked responsive-responsible proposers: Bermello Ajamil & Partners, Inc., R.J Heisenbottle  Architects PA., Gurri Matute PA., CallisonRTKL, Inc., Alleguez Architecture Inc., and  R.E Chisholm Architects, Inc.

 

Should negotiations fail with any of the six (6) highest ranked responsive-responsible proposers, the City reserves the right to engage with the next highest rank firm(s) until an Agreement satisfactory to the City has been reached.

 

The Public Works Department and Procurement Officer recommends accepting the Evaluation Committee’s recommendation.