City of Coral Gables

File #: 20-1949    Version: 1 Name: RFQ 2020-021 Design Consultant Services for State-of-the-Art Mobility Hub
Type: Resolution Status: Adopted
File created: 1/4/2021 In control: City Commission
On agenda: 1/26/2021 Final action: 1/26/2021
Enactment date: 1/26/2021 Enactment #: 2021-19
Title: A Resolution accepting the recommendation of the Chief Procurement Officer to award RFQ 2020-021 for Design Consultant Services for State-of-the-Art Mobility Hub and negotiate a Professional Services Agreement (“Agreement”) with M. Arthur Gensler Jr. & Associates, Inc., the highest ranked responsive-responsible proposer, pursuant to Florida Statute 287.055, known as the “consultants competitive negotiation act”.
Attachments: 1. Signed Resolution 2021-19, 2. Agenda Memo-RFQ 2020-021 Mobility Hub, 3. Resolution-RFQ 2020-021 Mobility Hub, 4. City Manager Intent to Award Memo-RFQ 2020-021 Mobility Hub, 5. Composite Score Sheet (12.1.2020) - RFQ 2020-021 Mobility Hub, 6. Gensler_City of Coral Gables RFQ No. 2020-021_072220, 7. CCMtg Jan 26 2021 - Agenda Item I-2 - Resolution accepting the recommendation of the CPO to award RFQ 2020-021

Title

A Resolution accepting the recommendation of the Chief Procurement Officer to award RFQ 2020-021 for Design Consultant Services for State-of-the-Art Mobility Hub and negotiate a Professional Services Agreement (“Agreement”) with M. Arthur Gensler Jr. & Associates, Inc., the highest ranked responsive-responsible proposer, pursuant to Florida Statute 287.055, known as the “consultants competitive negotiation act”.

 

Body

The purpose of this project was to obtain the services of a progressive Design Consultant to provide Architectural and Engineering services for a state-of-the-art Mobility Hub. The Mobility Hub will be a mixed-use building that will host multiple transportation and mobility activities for people visiting, living and working in Coral Gables. The City of Coral Gables is envisioning this structure to have a lifespan of 75 years. Due to the fast-changing pace of transportation and mobility technology, this building will need to be designed to be adaptable during its lifespan.

 

On June 19, 2020, the Procurement Division of Finance formally advertised, issued, and distributed Design Consultant Services for State-of-the-Art Mobility Hub, Request for Qualifications (RFQ) 2020-021. On June 30, 2020, a non-mandatory pre-qualification conference was held with twenty-seven (27) prospective proposers in attendance of the one hundred two (102) prospective proposers who downloaded the RFQ package from Public Purchase, the City’s web-based e-Procurement service.

 

On July 22, 2020, twelve (12) firms submitted proposals in response to the RFQ: Arquitectonica  International Corporation, BC Architects AIA, Inc, BEA Architects, Inc, Bermello Ajamil & Partners, Inc, CallisonRTKL, Inc, CBRE Heery, Inc, M. Arthur Gensler Jr. & Associates, Inc, HKS Architects, Inc, R.E. Chisholm Architects, Inc, Rodriguez and Quiroga Architects Chartered, Rodriguez Architects, Inc. / EskewDumezRipple, A Joint Venture, and Zyscovich, Inc

 

On October 21, 2020, the Evaluation Committee convened to evaluate the twelve (12) responsive and responsible proposals and short-listed for oral presentations the top five (5) proposers in the following order of preference: Zyscovich, Inc. (top ranked), M. Arthur Gensler Jr. & Associates, Inc, (second ranked), CBRE Heery, Inc (third ranked), Arquitectonica  International Corporation (fourth ranked), and Bermello Ajamil & Partners, Inc. (fifth ranked).

 

On November 2, 2020, Arquitectonica International Corporation, the fourth ranked proposer, formally notified the City’s Procurement Division of its desire to withdraw from further consideration for this project, which resulted in only four (4) firms moving forward with oral presentations. On December 1, 2020, the Evaluation Committee convened for the oral presentations from four (4) proposers and ranked the firms in the following order of preference: M. Arthur Gensler Jr. & Associates, Inc, (top ranked), CBRE Heery, Inc (second ranked), Zyscovich, Inc. (third ranked),  Bermello Ajamil & Partners, Inc. (fourth ranked).

 

The Evaluation Committee determined that M. Arthur Gensler Jr. & Associates, Inc, was the highest ranked responsive-responsible proposer. The Evaluation Committee further recommended that should negotiations fail with M. Arthur Gensler Jr. & Associates, Inc, negotiations may commence with the next highest ranked responsive-responsible proposer, up to the fourth ranked proposer, if determined to be in the best interest of the City, until a satisfactory agreement and contract amount that is fair, competitive, and reasonable is reached.

 

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