Loading...
HomeMy WebLinkAboutR-03-0067J-02-1061 12/10/02 RESOLUTION NO. 0 3 — 0 6 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE CHIEF PROCUREMENT OFFICER'S DECISION TO REJECT THE PROTEST OF BERMELLO AJAMIL & PARTNERS, INC., IN CONNECTION WITH REQUEST FOR PROPOSALS NO. 00-02-251 ISSUED FOR PROFESSIONAL DESIGN SERVICES FOR FOUR NEW FIRE STATIONS, AS SUCH PROTEST HAS BEEN DETERMINED NOT TO COMPLY WITH THE PROCEDURAL REQUIREMENTS OF THE CITY CODE. WHEREAS, the City of Miami advertised for competitive proposals through Request for Proposals ("RFP") No. 00-02-251 for professional design services for four new Fire Stations; and WHEREAS, on August 27, 2002, the City of Miami received twelve proposals to the RFP; and WHEREAS, Bermello Ajamil & Partners, Inc., alleges in its letters there was an oversight in the evaluation of its proposal; and CITY COMMISSION MEETING OF JAN Q 9 ?003 Resolution No. 03- 067 WHEREAS, pursuant to Section 18-99 of the Code of the City of Miami, Florida, as amended, the Chief Procurement Officer, in the role of arbitrator, investigated the matter and determined that the letters submitted by Bermello & Ajamil & Partners, Inc., did not constitute a notice of intent to protest or a formal written protest; and WHEREAS, the City Manager and City Attorney concur with the findings of the Chief Procurement Officer and recommend rejection of the protest filed by Bermello Ajamil & Partners, Inc.; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The Chief Procurement Officer's decision to reject the protest of Bermello Ajamil & Partners, Inc., in connection with Request for Proposal No. 00-02-251 issued for professional design services for four new Fire Stations is approved, as such protest has been determined not to comply with the procedure requirements of the City Code. Page 2 of 3 03- 0c7 Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.-'/ PASSED AND ADOPTED this 9th day of January ,2003. ATTEST: PRISCILLA A. T MPSON CITY CLERK AND CORRECTNESS:/ MDRO VILARELLO ATTORNEY W6772:tr:AS:BSS . ;• 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 03- 067 CITY OF MIAMI, FLORIDA33 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members DATE December 12, 2002 FILE of the City Commission SUBJECT: Rejection of Protest RFP No. 00-02-251 Design of Four (4) Fire Stations FROM:eZ REFERENCES: *CityMan�a,Tg ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution approving the Chief Procurement Officer's decision to reject the protest of Bermello Ajamil & Partners, Inc., in connection with RFP No. 00-02-251, Design of Four (4) New Fire Stations. BACKGROUND On August 5, 2002, the City of Miami solicited Request ' for Proposals No. 00-02-251 to provide professional design services for four (4) new Fire Stations. By letter, received on October 28, 2002, Bermello Ajamil & Partners, Inc., protested the City's recommendation of award. Bermello Ajamil & Partners, Inc., alleged they did not have information available in sufficient time to form the basis of a protest. An interoffice memorandum dated October 18, 2002, from Eddie Lamas of Bermello Ajamil & Partners, Inc., to Willy Bermello, confirms their representatives reviewed the information requested on October 17, 2002. Assuming this information was required to form the basis of the protest, the Chief Procurement Officer, in accordance with the City of Miami Code, must have received a notice of intent to file a protest no later than October 21, 2002, and a formal written protest including the required protest bond must have been received no later than October 25, 2002. As of the date, the Chief Procurement Officer has not received the notice of intent to file a protest or the formal written protest with the required bond. In an effort to clarify some points that were raised by Mr. Willy Bermello at the November 19, 2002 City Commission Meeting, the Request for Proposals evaluation criteria did not contain "Contract Measures" requirements (M/WBE Certification). However, Mr. Bermello contends that the scoring sheet's evaluation criteria, "awarding the contract to the firm would broaden the distribution of contracts among certified firms", should be interpreted as "certified minority" firms. The term "certified" is intended to mean, "licensed and certified in the professional discipline required for the project". In this category the Selection Committee's median score for Bermello Ajamil & Partners, Inc., is two (2), and the median score for M.C. Harry & Associates, Inc., is four (4). 03- 067 Additionally, the evaluation criteria did not contain local office requirements, however, both M.C. Harry & Associates, Inc., and Bermello Ajamil & Partners, Inc., have offices within the City of Miami. The City received proposals from many very qualified firms, with the difference in points among the top three (3) firms of only three (3) points. As such, it was requested to review the possibility of bifurcating the award of the contract to allow the two top ranked firms to split the award of the Contract. The RFP specifically identified that it is the City's intent to retain one (1) consultant. Pursuant to Section 18-99 of the City Code, the Chief Procurement Officer duly investigated the facts and determined that Bermello Ajamil & Partners, Inc., failed to comply with the procedural requirements of the City Code for the timely submission of a protest. The protest was not filed within the time limits set forth by the Code nor was the required bond posted. Additionally, it was determined, based upon the letters submitted by Bermello Ajamil & Partners, Inc., had they filed a timely protest, the information supplied lacked merit. It is therefore recommended that the City Commission adopt the attached resolution approving the Chief Procurement Officer's decision to reject the protest of Bermello Ajamil & Partners, Inc. Enc. 01- 061 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM' TO: Carlos A. Gimenez, City Manager December 2, 2002 DATE: FILE Alejandro Vilarello, City Attorney FROM: Michael A. Rath Acting Purchasing Director SUBJECT: Rejection of Protest received from Bermello Ajamil & Partners, Inc. RFP No. 00-02-251 REFERENCES: ENCLOSURES: I hereby request your approval of my rejection of the protest by Bermello Ajamil & Partners, Inc., related to the above referenced RFP for professional services to design four (4) new Fire Stations. The basis of my decision, as set forth in the attached letter, is the fact that Bermello Ajamil & Partners, Inc., failed to comply with the procedural requirements of the City Code for the timely submission of a protest and failed to post the required bond. Approved: City Manager 'Ayr, 'At.- jandro Vilarello i Attorney 03- 067 # of �t�xxnrt �� `•(Y OF,y9� t i O uwii 'PTI.c• December 2, 2002 <<�-•*�°�,o VIA FACSIMILE AND REGULAR MAIL Willy A. Bermello, President Bermello Ajamil & Partners, Inc. 2601 S. Bayshore Drive, 1 e Fldor Miami, FL 33133 Re: RFP 00-02-251 Four New Fire Stations, Protest of Award Dear Mr. Bermello: As the Chief Procurement Officer of the City of Miami, I read your letter of October 16, 2002, addressed to Aurora Badia, Department of Public Works and your letter of October 22, 2002, addressed to Carlos Gimenez, City Manager, relative to the above referenced Request for Proposals. Pursuant to my duties under Section 18-99(b) of the City of Miami Code, Resolution of Protest Solicitations and Awards, I have determined that these letters are not in compliance with the requirements of Section 18-99, Subsection (a) and (f)..for the filing a formal protest. Section 18-99(a) of the City Code, states: A notice of protest shall be submitted in writing to and received by the Chief Procurement Officer within two days after invitation to bid is received or after the reading of the bid tabulation by the City Clerk or after receipt of the notice of the City's decision or intent or intended decision. A formal written protest must be submitted to and received by the Chief Procurement Officer within five days after the date the notice of protest was filed. No time limit will be added to the above limits for service by mail. Further, Section 18-99(c) of the City Code states: "Failure of a party to timely file either the notice of protest or the formal written protest with the chief procurement officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section". You were noted of the -Competitive Selection Committee's recommendation to seek City Commission's approval to negotiate a Contract with the top ranked proposer on October 2, 2002. You allege that you did not have information you requested available to you to in sufficient time to form the basis of a protest. An interoffice memorandum dated, October 18, 2002 from Eddie Lamas of your firm, addressed to you, confirms your representatives reviewed the information you requested on October 17, 2002. Assuming this information was required to form the basis of your protest, my office must have received your notice of intent -to file a protest no later than October 21, 2002, and a formal written protest including the required protest bond, . must have been received by my office no later than October 25, 2002. As of this date, I have not received an official notice of protest as outline above. Further, had you met the requirements for filing a notice of protest; you failed to meet the five-day requirement for the submission of the formal written protest: In addition, section 18-89(f) of the City Code requires that the formal written protest be accompanied by a bond payable to the City in amount equal -to one percent of the amount of the contract or $5,000, whichever is less. This requirement was not met. Based upon the above facts, the City Manager and City Attorney have concurred with my finding that the City is unable to considerr the merits of your protest due to your failure to comply with the procedural requirements of the City Code. 03- 067 December 2, 2002 Page Two In an effort to clarify the points you state in you letters, the Request for Proposals evaluation criteria did not contain "Contract Measures" requirements (M/WBE Certification), and as the ranking of firms was determined based upon independent subjective scoring by the individual Selection Committee members, I am unable to determine how each of the Committee members perceived and evaluated what they read, saw or heard. The mental impressions of our Committee members in making their evaluations are not a matter of public record for me to second-guess. As you are aware, the City received proposals from many very qualified firms, including, without limitation your own firm, with the difference in points among the top three (3) firms of only three (3) points. I hope you appreciate that if I were to disregard these requirements in our Code it would create a chaotic situation in our Procurement System. This matter will be considered by the City Commission at its meeting of Thursday, December 12, 2002, to be held at Miami Arena, 701 Arena Blvd., Miami. The meeting will begin at 9:00 a.m. Sincerely, Michael A. Rath, CPPD, CPPB Chief Procurement Officer/Acting Director c: Carlos A. Gimenez, City Manager Alejandro Vilarello, City Attorney Robert Nachlinger, Assistant City Manager Rafael Diaz, Assistant City Attorney Rafael Suarez -Rivas, Assistant City Attorney Janet Palacino, Director, Department of Capital Improvements Jorge R. Avino, Deputy Director, Department of Capital Improvements 03-061 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Michael Rath DATE October 28, 2002 FILE Actin Director P in pepartment Sus.!ECT : RFP 00-02-251 Four New Fire Stations PROM J� 1(. Avino, P.E., P.L.S. REFERENCES e �nty Director epartment of Capital Improvements ENCLOSURES: : Selection Committee Findings Attached herewith please find a copy of a letter we received on the above mentioned protesting the selection of the consultant, together with the backup documentation. Please advise us what the next step is that we need to follow. Thanks C: Janet Palacino G:VM\Data\WoM\Four New Fire StationAProtest Memo from B&A.doc 03- 0.67 r BERMELLO•AJAMIL 6:PARTNERS•INC 1V iL IVJ.it� I ? FI � M 3: 45 I .. ARCHITECTURE ENGINEERING PLANNING INTERIOR DESIGN • LANDSCAPE ARCHITECTURE November 4, 2002 via MSPS Certified Mail Return Receipt Requested Mr. Michael A. Rath, CPPD, CPPB Chief Procurement Officer/Acting Director City of Miami, Department of Purchasing 444 SW 2"d Avenue, 6`s Floor Miami, FL 33130 re: RFP 00-02-25 I Four New Fire Stations, Protest of Award Dear Mr. Rath: I acknowledge receipt of your letter dated October 31'. I was somewhat surprised by your response, because it is apparent that your sole focus of attention is whether in bringing to the City's attention what appears to be an oversight by the Selection Committee was of little or no importance in comparison to whether this oversight was brought to the City's attention within a specified time or whether it followed the appropriate legal format. The purpose of our communication was simply to convey a fact to the City, under the assumption that regardless of the procedural circumstances, a deficiency such as the one pointed out by our firm would be of importance to the City administration, sufficiently to investigate the accuracy of our observations as brought forth in our letter dated October 22nd . It is important to note that it was impossible for us to analyze and reach our findings until the City agreed to meet with us and provided us with the actual scoring sheets. That meeting occurred on October 17'. Once we had an opportunity of reviewing the scores and meeting with City staff, it was evident that the error had occurred, and it was pointed out to them at that meeting. To simply have filed a protest within the five (5) days of having been notified that our firm had not been selected for these commissions would have been premature, and frankly out of character with the philosophy of our firm, which is to cooperate and work with staff wherever possible. In summary, once we became aware of the deficiency, we immediately brought it to the City's attention. 03-- 067 2601 SOUTH BAYSHORE DRIVE • 10TH FLOOR • MIAMI FL 33133 • USA • 1-305.859-2050 • FAX 1-305-659-9636 www.bomiami.com AACMMI2• EAMNM ,cww", .IpNNIN Mr. Michael A. Rath, CPPD, CPPB November 4, 2002 Page 2 Having read and reviewed the City's documents personally, I am convinced that an error was made, even though there is no doubt that it was an inadvertent oversight on the part of the Selection Committee. Given the closeness of the voting, that error resulted in the difference between the first and second ranked firm. I would have preferred to try to find a resolution to this issue at the administrative level, which is of course where the problem arose. However, your letter gives me no option other than to sit back to do nothing or bring it to the attention of those that will make the final decision with respect to the awarding of the contracts. Sincerely, Willy A. Bermello President WAB:mk cdw/encl: Hon. Manny Diaz, Mayor Hon. Johnny Winton, Commissioner Hon. Joe Sanchez, Commissioner Hon. Tomas Regalado, Commissioner Hon. Art Teele, Commissioner Hon. Angel Gonzalez, Commissioner Kristin Kautz, B&A Luis Ajamil, B&A cdwo/encs: Carlos A. Gimenez, City Manager Alejandro Vilarello, City Attorney Robert Nachlinger, Assistant City Manager Rafael .Diaz, Assistant City Attorney Jorge R. Avino, Deputy Director, Dept of Capital Improvements 03- 061 BERMELLO•AJAMIL III PARTNERS•I.NC A R C III T E C T U R E • E N 6 1 N E E R I N 6 - ► L A N N I N 6 • I N T E R I O R 0 E S 1 6 N • L A N 0 S C A E A N C N 1 T E C T U N E October 22, 2002 via hand delivery Mr. Carlos Gimenez, City Manager City of Miami 444 SW 2 Avenue, I Oth Floor Miami, FL 33130 re: RFP 00-02-251/Four New Fire Stations City of Miami Dear Carlos: I have enclosed a copy of a memo received from Mr. Eddie Lamas, partner in the firm and the person designated as our project architect in response to the above referenced RFP. Our firm was ranked second by the City's Selection Committee, 1-1 /2 points behind the first ranked team. In reviewing the Selection Committee's scoring, we found a discrepancy that 1 thought would be important to bring to your attention. Our firm was given rather a low score under Section III, Project Schedule and Management Plan, for Question "C", which deals with whether the awarding of the contract to B&A would broaden the distribution of contracts among certified firms. Out of a possible four (4). points, our firm was given two (2) points; whereas the first ranked firm was given four (4) points. This is important because that two point difference meant the difference between first and second place ranking. In reviewing our firm, the Selection Committee did not take into account the fact that we're both a Hispanic Minority Certified Firm in the City of Miami, and that we have no work currently with the City of Miami either. In our opinion, given the fact that we are the largest A&E firm with its offices in the City, compounded by the fact that we have a number of large private projects within the City, the Selection Committee could have been under the impression that we have a lot of work with the City, when just the opposite is the reality. In addition, we're a Certified Hispanic Minority Firm, whereas the .first ranked firm is not These two clarifications are important and we believe that there was simply an oversight by the Selection Committee when they evaluated our firm within the context of this specific criteria. 03- 067 2601 SOUTH BAYSHORE DRIVE 10TH FLOOR MIAMI FL 33133 . USA • 1.305-159-2050 FAX 1-305-959-9631 www.bamiami.com ucmn, • n«we. Lcwwtu -16e 14 Mr. Carlos Gimenez, City Manager October 22, 2002 Page 2 I realize that this item will come before the City Commission. I trust that it will not be too late to have this issue reviewed and hopefully rectified prior to final action. Thanks in advance. Warmest personal regards, �A/;41 Willy A. Bermello President WAB:mk Enclosure cc: Jorge Avino, Public Works Department O.VlichdklWPDOCs1MKTG00021G nwnez CaHcs4022.wpd 03- 067 BERMELLO-AJAMIL &PARTNERS - INC ARC NIT E CTURE - E NG.1 NEENI NG - PLAN N I NG - INTERIOR DESIGN - LANDSCAPE ARCNITECTURE MEMORANDUM TO: WAB FROM: Eddie Lamas DATE: October 18, 2002 RE: City of Miami - Fire Stations - 4 Stations Two (2) 2 Apparatus Bay One (1) 3 Apparatus Bays One (1) 6 Apparatus Bays On Thursday, October 17th, Kristin and I met with the City of Miami Staff to review our scoring for the presentation that took place on September 26th. Our total score was 89.5. The firm that won, M. C. Harry & Associates had a score of 91. ..r In reviewing the selection Committee's scoring sheets and cross referencing the scores to their procedural questions, there is one category where we have found a deficiency in the Committee's ranking, Part III Project Schedule and Management Plan Section (Question "C'). On Question "C", our average score was 2 while M: C. Hang's average score was 4. We should have also scored 4. Scoring a 4 would have given us an overall score of 91.5 vs. The 91 that M.C. Harry got, making . us the No. 1 ranked firm. Question "C" stated - "Awarding the contract to the firm would broaden the distribution of contracts among cents ed firms." We a are a Hispanic minority certified firm, Ind currently we have ng work with the City! END OF MEMORANDUM ENL:fw cc: K. Kautz / with enclosures 2601 SOUTH BATSHORE DRIVE - 10TH FLOOR - MIAMI FL 33133 - USA - 1-305.859-2050 - FAX 1-305-959.9031 www.bamiami.com N.1- i L"'JL CCT 23 Ki L: BERMELLO-AJAMIL �� &PARTNERS - INC tT� ,.... ARCHITECTURE ENGINEERING PLANNING INTERIO R 0 E S 1 C N Z�:.L L10 o ri: i'fi,E'FI4 FkA.I T E C T U R E October 16, 2002 via fax & mail Aurora Badia City of Miami, Department of Public Works 444 Southwest 2nd Avenue Miami, FL 33130 re: City of Miami Fire Stations Dear Aurora: We acknowledge receipt of your letter dated October 2"d, advising us of the city's ranking for the selection of the prime consultant to design and engineer four (4) new fire stations in the City of Miami. It is my understanding that the ranking was extremely close and that it is possible that the difference between the #1 and #2 ranking might have been as close as one (1) point. My staff will be meeting with Mr. forge Avino, Deputy Director of CIP, to review the scores. Needless to say, we're very interested in being selected for this commission. I acknowledge that the City Selection Committee had a difficult task in evaluating excellent proposals from different local firms. As the third largest A&E firm in the state, with over 200 professionals based in the City of Miami, we're not only the largest A&E in the city, but we all have a vested interest in the well being and quality of life. in the community. Anything that we can do to be of assistance to you and the department, just let us know. . It would be an honor for us to have our firm continue its long standing relationship with the City of Miami, by way of these four fire stations. As you know, we designed and engineering Fire Station #9, located on Martin Luther King Boulevard, and our most recent fire station for the City of Coral Gables, the Doris and Phil Stanford Fire Station on Old Cutler, was an award-winning design. for the firm. In the event that the City decided to split the contract and award one or more fire stations amongst the top ranked firms, we would still be interested in participating in the program. 03- 067 2601 SOUTH SAYSHORE DRIVE - 10TH FLOOR - MIAMI FL 33133 - USA - 1-305-659-2050 - FAX 1-305-059-9530 www.banismi.com uwwa� . �wwm Aurora Badia October 16, 2002 Page 2 We look forward to hearing from you. Sincerely, W 'A Willy A. Bermel o President cc: Carlos A. Gimenez, City Manager John Jackson, Director of Public Works cc/w/encl: Mayor and Commissioners 0:%Michelle%WPDOCS%80%2002%Badia. Aurora-1016.wpd 03- 067