HomeMy WebLinkAboutLegislationFile Number: 09-00403
Final Action Date:
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
AUTHORIZING THE CITY MANAGER TO ENTER INTO A PROFESSIONAL
SERVICES AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH
LEO A. DALY CO., THE HIGHEST -RANKED FIRM, PURSUANT TO REQUEST
FOR QUALIFICATIONS NO. 08-09-017, TO PROVIDE ARCHITECTURAL AND
ENGINEERING SERVICES FOR THE STADIUM SITE PARKING PROJECT,
B-30648, IN THE TOTAL AMOUNT NOT TO EXCEED $4,900,000; ALLOCATING
FUNDS FROM CAPITAL IMPROVEMENT PROJECT NO. B-30648.
WHEREAS, on November 12, 2008, the Department of Capital Improvements ("CIP") issued a
Request for Qualifications ("RFQ") No. 08-09-017, in accordance with Florida Statute 287.055 and
Section 18-87 of the Code of the City of Miami, Florida, as amended, to secure a qualified consultant
to provide Architectural/Engineering Services ("Services") for the Stadium Site Parking Project, 6-
30648 ("Project); and
WHEREAS, on December 9, 2008, nineteen (19) submittals were received in response to this
RFQ; and
WHEREAS, the Evaluation Committee ("Committee") met on February 4, 2009 and shortlisted
seven (7) firms in the following order: Leo A. Daly Co.; Pierce Goodwin Alexander & Linville, Inc.;
Spillis Candela & Partners, Inc. (d.b.a. Spillis Candela DMJM); Rodriguez & Quiroga Architects
Chartered; Bermello Ajamil & Partners, Inc.; Wolfberg Alvarez & Partners, Inc.; and Arquitectonica
International Corporation; and
WHEREAS, the Committee requested that the seven (7) shortlisted firms respond to questions
during a twenty (20) minute question and answer session conducted with each firm on December 1-8,
2009;and
WHEREAS, based on their responses, the Committee ranked the firms in the following order: (1)
Leo A. Daly Co., (2) Pierce Goodwin Alexander & Linville, Inc., and (3) Rodriguez & Quiroga Architects
Chartered; and
WHEREAS, a not to exceed amount of $4,900,000 has been established with the top-ranked firm;
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 City Manager is authorized {1} to enter into an Agreement, in substantially the
City of Miami Page l of 2 Printed On: 411512009
City of Miami
City Hall
.�
3500 Pan American
Drive
s. c !Legislation
;
t'u."Pn,�
Miami, FL 33133
www.miamigov.com
Resolution
File Number: 09-00403
Final Action Date:
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
AUTHORIZING THE CITY MANAGER TO ENTER INTO A PROFESSIONAL
SERVICES AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH
LEO A. DALY CO., THE HIGHEST -RANKED FIRM, PURSUANT TO REQUEST
FOR QUALIFICATIONS NO. 08-09-017, TO PROVIDE ARCHITECTURAL AND
ENGINEERING SERVICES FOR THE STADIUM SITE PARKING PROJECT,
B-30648, IN THE TOTAL AMOUNT NOT TO EXCEED $4,900,000; ALLOCATING
FUNDS FROM CAPITAL IMPROVEMENT PROJECT NO. B-30648.
WHEREAS, on November 12, 2008, the Department of Capital Improvements ("CIP") issued a
Request for Qualifications ("RFQ") No. 08-09-017, in accordance with Florida Statute 287.055 and
Section 18-87 of the Code of the City of Miami, Florida, as amended, to secure a qualified consultant
to provide Architectural/Engineering Services ("Services") for the Stadium Site Parking Project, 6-
30648 ("Project); and
WHEREAS, on December 9, 2008, nineteen (19) submittals were received in response to this
RFQ; and
WHEREAS, the Evaluation Committee ("Committee") met on February 4, 2009 and shortlisted
seven (7) firms in the following order: Leo A. Daly Co.; Pierce Goodwin Alexander & Linville, Inc.;
Spillis Candela & Partners, Inc. (d.b.a. Spillis Candela DMJM); Rodriguez & Quiroga Architects
Chartered; Bermello Ajamil & Partners, Inc.; Wolfberg Alvarez & Partners, Inc.; and Arquitectonica
International Corporation; and
WHEREAS, the Committee requested that the seven (7) shortlisted firms respond to questions
during a twenty (20) minute question and answer session conducted with each firm on December 1-8,
2009;and
WHEREAS, based on their responses, the Committee ranked the firms in the following order: (1)
Leo A. Daly Co., (2) Pierce Goodwin Alexander & Linville, Inc., and (3) Rodriguez & Quiroga Architects
Chartered; and
WHEREAS, a not to exceed amount of $4,900,000 has been established with the top-ranked firm;
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 City Manager is authorized {1} to enter into an Agreement, in substantially the
City of Miami Page l of 2 Printed On: 411512009
File Number., 09-00403
attached form, with Leo A. Daly Co., the highest -ranked firm, pursuant to RFQ No. 08-09-017, to
provide architectural and engineering services for the Project, in the total amount not to exceed
$4,900,000, with funds allocated from CIP Project No. B-30648.
Section 3. This Resolution shall become effective immediately upon its adoption and signature of
the Mayor. {2}
APPROVED AS TO FORM AND CORRECTNESS:
JULIE O. BRU
CITY ATTORNEY
Footnotes:
{1} The authorization herein 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.
{2} 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.
City of Miami Page 2 of 2 Printed On: 411512009