Loading...
HomeMy WebLinkAboutR-95-0057J-95-33 12/12/94 RESOLUTION NO. 9 5 - 5 A RESOLUTION APPROVING THE SELECTION BY THE COMPETITIVE SELECTION COMMITTEE OF THE MOST QUALIFIED FIRMS TO PROVIDE ENGINEERING SERVICES FOR CITY OF MIAMI PROJECTS 1995-96; AUTHORIZING THE CITY MANAGER TO NEGOTIATE PROFESSIONAL SERVICE AGREEMENTS WITH THE SIX TOP RATED GENERAL ENGINEERING FIRMS AND THE FOUR TOP RATED ENVIRONMENTAL ENGINEERING FIRMS, TO PROVIDE ENGINEERING SERVICES; DIRECTING THE CITY MANAGER TO PRESENT NEGOTIATED AGREEMENTS TO THE CITY COMMISSION FOR APPROVAL PRIOR TO EXECUTION THEREOF. WHEREAS, a substantial number of City of Miami contract construction projects and departmental projects are scheduled for the immediate future; and WHEREAS, the City of Miami Public Works Department is Insufficiently staffed to accomplish all engineering work In-house necessary for said projects; and WHEREAS, It Is necessary for the City to engage engineering firms to render professional and technical services for the calendar years 1995-96; and WHEREAS, funds for said professional and technical services can be allocated as a project expense from the Individual project funding; and CITY COICUSSION MEETING OF JAI 1 2 1995 Resolution No. 95- 57 WHEREAS, by Resolution No. 94-604 passed and adopted on July 26, 1994, the City Commission approved the designation of Engineering Services for City of Miami Projects - 1995-96 as a Category "B" project and appointed James J. Kay, P.E., as Chairman of the Competitive Selection Committee; and WHEREAS, in Implementation of the said project, the City Manager, through the Competitive Selection Committee, solicited expressions of interest from qualified consultants and evaluated the qualifications of those firms which responded to his Inquiry; and WHEREAS, the most qualified firms for providing professional Engineering services for City of Miami projects were selected In accordance with the State of Florida Consultants' Competitive Negotiation Act, enacted by the Florida Legislature on July 1, 1973 and by City of Miami Ordinance No. 9572 on February 10, 1983; and WHEREAS, it is in the best Interest of the City of Miami to negotiate professional services contracts with six general engineering and four environmental engineering firms, for City of Miami projects as soon as possible; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: - 2 - 95- 57 Section 1. The recitals and findings contained In the Preamble to this Resolution are hereby adopted by reference thereto and Incorporated herein as if fully set forth in this Section. Section 2. The City Commission hereby approves the selection by the Competitive Selection Committee of the following firms as the most qualified to provide professional general engineering services for City of Miami projects in the following rank order listed: 1. Wolfberg/Alvarez and Partners 2. Metric Engineering, Inc. 3. B.A. Carmona and Associates 4. Eleanor Carney Engineering Assoc., Inc./Fraga Engineers 5. A.D.A. Engineering, Inc. 6. C.A.P. Engineering Consultants, Inc. Section 3. The City Commission hereby approves the selection by the Competitive Selection Committee of the following firms as the most qualified to provide professional environmental engineering services for City of Miami projects in the following rank order listed: 1. Camp Dresser & McKee, Inc. 2. CH2M Hill, Inc. 3. Metric Engineering, Inc. 4. Eleanor Carney Engineering Assoc., Inc. - 3 - 95- 57 Section 4. The City Commission hereby authorizes the City Manager or his designee to negotiate six professional service agreements!/ on behalf of the City of Miami with the rank ordered firms listed in Section 2 hereinabove for general engineering services as may be required. During the negotiations procedure, In the event that the City Manager or his designee cannot negotiate an agreement which, in his opinion, is fair, competitive and reasonable, with any one of the rank ordered firms, then he Is hereby authorized to terminate such negotiations and to proceed to negotiate with the remaining firms. Section 5. The City Commission hereby authorizes the City Manager or his designee to negotiate four professional service agreementsl/ on behalf of the City of Miami with the rank ordered firms listed in Section 3 here inabove for environmental engineering services as may be required. During the negotiations procedure, in the event that the City Manager or his designee cannot negotiate an agreement which, in his opinion, is fair, competitive and reasonable, with any one of the rank ordered firms, then he is hereby authorized to terminate such negotiations and to proceed to negotiate with the remaining firms. The herein authorization is further subject to compliance with all requirements that may be Imposed by the City Attorney, Including but not limited to those prescribed by applicable City Charter and Code provisions. - 4 - 95- 57 r hereby Section 6. The City Manager Is/directed to present to the City Commission the negotiated agreements at the earliest scheduled meeting of the City Commission Immediately following the negotiation of the contracts for approval by the City Commission prior to execution. Section 7. This Resolution shall become effective Immediately upon its adoption. PASSED AND ADOPTED this 12th day of January 1995. A"O. PHEN P. CLAWK MAYOR JiL�n* HIRAI CITY CLERK SUBMITTED BY: � I t4,k�, WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS PREPARED AND APPROVED BY: - , / le fz�', G. MIRIAM MAER CHIEF ASSISTAN CI Y ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A I QU NN 40,XES, III CITY ATT EY -s- 95- 57 CiTY OF MIAMi, FLORIDA INTER -OFFICE MEMORANDUM 52 Honorable Mayor and Members DATE DEC 2 9 1994 FILE TO: of the city Commission "Professional Engineering SUBJECT : Services for City of Miami Projects 1995 and 1996" FROM : kesto REFERENCES Olt r wle ENCLOSURES: RECOMMENDATION: It Is respectfully requested that the City Commission accept the recommendations of the Competitive Selection Committee by adopting the attached resolution approving the selection of the most qualified firms to provide "Professional Engineering Services for City of Miami Projects - 1995-1996"; and authorizing the City Manager to negotiate Professional Service Agreements with the top six rated firms In the general engineering category and the top four rated firms in the environmental engineering category, and submit the negotiated agreements to the Commission for approval. BACKGROUND: The City is proposing to contract for a substantial amount of Highway, Sewer and Environmental projects In the immediate future. The Public Works Department is Insufficiently staffed to accomplish all design and project management required for these projects and other miscellaneous projects initiated by various departments. It is necessary, therefore, to engage private firms to provide professional engineering services for the 1995-1996 calendar years. In accordance with City of Miami Ordinance No. 9572, and as authorized by Resolution No. 94-604, dated .July 26, 1994, a Competitive Selection Committee, comprised of four city employees and four members of the private sector, personally interviewed and evaluated six certified firms in the general engineering category that responded to the City's public advertisements for Request for Qualifications. The six firms were ranked in the following order: 1. Wolfberg/Alvarez and Partners 2. Metric Engineering, Inc. 3. B.A. Carmona and Associates (Hispanic) 4. Eleanor Carney Engineering Assoc., Inc. (Female) 5. A.D.A. Engineering, inc. (Hispanic) 6. C.A.P. Engineering Consultants, Inc. (Hispanic) Page 1 of 2 9 ' 95- 57 6Z-/ Honorable Mayor and Members of the City Commission In addition the above described Competitive Selection Committee, personally interviewed and evaluated five certified firms in the environmental engineering category that responded to the City's public advertisement for Request for Qualifications. The five firms were ranked in the following order: 1. Camp Dresser & McKee, Inc. 2. CH2M Hill, Inc. 3. Metric Engineering, Inc. 4. Eleanor Carney Engineering Assoc., Inc. (Female) 5. G.M. Selby and Associates, Inc. (Female) The resolution provides for the City Manager to negotiate agreements with the firms rated 1 thorough 6 for the General Engineering category and the firms rated 1 through 4 for the Environmental Engineering category. The maximum amount of fees earned by any one firm over the two year term is limited to $250,000. Funds for these professional services will be allocated. as a project expense from the Individual project funding. Page 2 of 2 N 95- 57 0 sin -SICDAITY LIST ---------------- DID ITFls s RFR PROFESSIONAL —ENGINEERING —SERVICES—_---r--_—- ---------------------------...--*------------- ----..-.. AID iG.e RFQ 94-95-006 M-MCI-w--w-----ew -Mw-w ww w--w --------------------- ----- SATE EID(S) OPENED$ -.- OCTOBER 18, 1994 10:00 a.m. --_ _ r G TOTAL SID 10NA�gr2 BIDDER !ID AHOUNT CASHI=R'i CHICK ►-----------�- --- - - --------lw-i.- w-!_---wM-M--_---w wl-/-ll---.--�-- Mw----i-r-w---y_1--- G.M. SELBY & ASSOCIATES, INC. DELTA CONSULTING ENGINEERS, INC. wl---_w-N---- r✓ !wll-M------_--lM-- �_--Y-f/wl-Pl- .A.D.A. ENGINEERING, INC. ELEONOR CARNEY ENGINEERING ASSO ITE5, INC.c/ F-RAGA ENGINEERS, AN ASSOCIATION ITES, INC. /� -------------------- •. ----------- ----- ELEONOR CARNEY'ENGINEERING ASSO ..--r------------- CHM HILL ' MONTGOMERY WATSONN ------------------------------- CONSULTING ENFINEERING & SCIENC INC ✓ ------ ----------------�- —---------------- CARR SMITH ASSOCIATES ' —.---------- l/ ---------------------- -------------------- —--------- / -------------- --------_—_ CORZO CASTELLA CARBALLO THOMPSOf ---------------- AND ENVIRONMENT+L ------------ SERVICES `T ------------------------� LAW ENGINEERING -------------------------------- JOHNSON, HERNANDEZ ASSOCIATES, XNC. ----------------------- -----------------L------------- ---------------------- WOLFBERG ALVAREZ AND PARNER ✓ METRIC ENGINEERING, INC. ------------------- t/ ------------ ---------------------- B.A. CARMONA AND ASSOCIATES ------------------- C.A.P. ENGINEERING, INC ------------- ---------------------- WILLIAMS, HATFIELD & STONER, IN,. ------------- PAWA COMPLEX INTL., INC._- ------------- ------------- ------------ ---------==5- --_— -----� --- CAMP DRESSER & MCKEE INC. ------------- ------------ ------------------------� COASTAL TECH ——.._-------------- — ---------- ----------------------- SDM CONSULTING ENGINEERS V IMDC, INC. (/ "Offers from the va_ncfbrs li_tod iqm-A1-a'vtAh9- o y_Q figEu__ received timely as of -the ak:ave opening date and time. Al! other offers submitted in response to this solicilailon, if any, e are e yre, clod as ate.received (z?) ezvaiop a on behalf of rPubl is Worlp#........................on ------ SIGNED: _ putt' -- tj Clisk) er •g{�� �GT 18 1�,1D :C�t� �,:� �, t;�i . � ,,�`��`' �, C1T� �'�� 00 17-94 MON 15:21 PUBLIC bh`�S FAX NO, 570.P471 P, 02 I. PUBLIC NOT I C1= : CITY OF MIAMI, FLORIDA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES RFQ NO. 94-95-006 The City of Miami, Florida through the Public Works Department Is Inviting Interested parties (I.e., firms, teams, Joint ventures) to submit a statemtent of qualifications for providing Professional Engineering Services, In the fields of General Engineering and Environmental Engineering, on a city-wide basla for the 1995 and 1990 calendar years. Submittals will be received In the office of the City Clerk, 3500 pan Amerlcan Drive, Miami, no later than 10,00 a.m. an October 18, '1-994. Proposals submitted past such deadline and/dr submitted to any other locatlon or office shall be deemed non responsive and will be rejected. It is the Clty's Intent to select six (a) qualified firm* to perform general'enginserimg work and three: (3) qualified firms to perform environmental engineering work. Based upon predetermined factors, the selected firms will be utilized on a rotational basis during the two-year period. Ordinance No. 10062, as amended, authorizes the City's Minority/Women Business Enterprise (M/WBE ) Program. This R90 has specific requirements for utilization of -certified M/WBEs from among six (8) qualified firms selected to perform general engineering work. See details In Section III of the RFQ document, M/WEE certification shall be current and valid at the time of proposal submission and proof shall be submitted with RFQ response. interested parties must contact the Design Division of the City Miami Public Work Department, 276 N,W. 2nd Street, Miami, Florida 33128, telephone (308) $79-6885, for the Request for Qualifications Document on or after September 27, 1994. This document contain* detailed and specific requirements and selections procedures. The City of Miami reserves the right to accept any statement of ChialIf1catIons deemed to be In the best Interest of the City, to waive any Irregularities in any submittal, or to reject any and/or ai'i submittals and to re -advertise for new statements of qualifications. ADV. (REQ. NO 2558) Cesar H. Qdlo City Manager 00 I T- a NN 15 ; 20 PUBLIC 1 FAX N0, 57 `�" �71 �, 01 City of Miami • 11110 *loll 1 .. Public Works Dc.-)artrmtent FAX NUUU* 3IM01 DATEMMIL RECEIV>i. M ,aAIMIL DMSICWiQVAMS" TEI~MONE OE 1 NR* NL MOn or CAGED �2 (dui A& I■pv 0 pw 1) 1 2. 0 SE. OE.1!'s NAMRt Dtv131OWNPAI�t'1'�1vM - TILEMONE OR WIN SUM1'"E?GC�' i ✓ 2 lac j