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