HomeMy WebLinkAboutPre-LegislationCrystal Report Viewer
Enactment #: R-08-0199 Enactment Date: 4/10/08
Version: 2 Introduced: 3/18/08 Controlling Body: Office of the City
Clerk
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING
THE CITY MANAGER TO EXECUTE TWO SEPARATE AGREEMENTS, IN SUBSTANTIALLY
THE ATTACHED FORMS, WITH POST BUCKLEY SCHUH AND JERNIGAN, INC. ("PBSJ"), AND
DMJM HARRIS, INC. ("DMJM"), THE HIGHEST -RANKED FIRMS PURSUANT TO REQUEST FOR
PROPOSALS NO. 06-07-034, TO PROVIDE CAPITAL PROGRAM SUPPORT SERVICES FOR THE
MULTI-YEAR CAPITAL IMPROVEMENTS PLAN, FOR A TWO (2) YEAR PERIOD, WITH THE
OPTION TO EXTEND FOR THREE (3) ADDITIONAL ONE (1) YEAR PERIODS, UPON FURTHER
APPROVAL BY THE CITY COMMISSION, IN THE TOTAL AMOUNT NOT TO EXCEED
$5,555,886, CONSISTING OF $5,055,886, FOR THE AGREEMENT WITH PBSJ AND $500,000,
FOR THE AGREEMENT WITH DMJM; ALLOCATING SAID FUNDS, FROM VARIOUS CAPITAL
PROJECT ACCOUNTS, AS MAY BE ADJUSTED FROM TIME TO TIME BY THE CITY
COMMISSION IN THE ANNUAL APPROPRIATIONS/CAPITAL IMPROVEMENTS
ORDINANCES.
WHEREAS, the Department of Capital Improvements ("CIP") issued a Request for Proposals ('RFP") No. 06-07-034 for
the purposes of soliciting competition to develop a short-list of qualified firms for competitive negotiations to provide
Capital Program Support Services for the Capital Improvement Program; and
WHEREAS, the RFP anticipates awarding up to two (2) separate agreements for Capital Program Support Services, and
the highest ranked firm (Prime) is expected to provide all Capital Program Support Services required by the City; and
WHEREAS, the City may award a separate agreement to the second-highest ranked firm (Secondary) to assist the City
in those instances where the Prime cannot provide the staffing or services required by the City in the time frame required by
the City; and
WHEREAS. seven (7) firms submitted proposals by the established deadline; and
WHEREAS, the Evaluation Committee met on January 9, 2008 and short listed four (4) firms, DMJM Harris, Inc.
("DMJM"), Jones Lang LaSalle, Post Buckley Schuh and Jernigan, Inc. (PBSJ"), and URS Southern Corporation, as the
most qualified firms; and
WHEREAS, the Evaluation Committee requested that the three short listed firms respond to questions during a
forty-five (45) minute question and answer session, conducted with each firm on January 23, 2008; and
WHEREAS, based on their responses, the highest ranked firm was PBSJ; and
http://egov.ci.miami.fl.us/LegistarWeb/temp/rep45B8,html[4/7/2010 12:38:36 PMI
City of Miami
City Hall
3500 Pan American Drive
Miami, FL 33133
F, z-
.
www.miamigov.com
naur tMs�xo +
-
Text File Report
File ID: 08-00359
Type: Resolution
Status: Passed
Enactment #: R-08-0199 Enactment Date: 4/10/08
Version: 2 Introduced: 3/18/08 Controlling Body: Office of the City
Clerk
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING
THE CITY MANAGER TO EXECUTE TWO SEPARATE AGREEMENTS, IN SUBSTANTIALLY
THE ATTACHED FORMS, WITH POST BUCKLEY SCHUH AND JERNIGAN, INC. ("PBSJ"), AND
DMJM HARRIS, INC. ("DMJM"), THE HIGHEST -RANKED FIRMS PURSUANT TO REQUEST FOR
PROPOSALS NO. 06-07-034, TO PROVIDE CAPITAL PROGRAM SUPPORT SERVICES FOR THE
MULTI-YEAR CAPITAL IMPROVEMENTS PLAN, FOR A TWO (2) YEAR PERIOD, WITH THE
OPTION TO EXTEND FOR THREE (3) ADDITIONAL ONE (1) YEAR PERIODS, UPON FURTHER
APPROVAL BY THE CITY COMMISSION, IN THE TOTAL AMOUNT NOT TO EXCEED
$5,555,886, CONSISTING OF $5,055,886, FOR THE AGREEMENT WITH PBSJ AND $500,000,
FOR THE AGREEMENT WITH DMJM; ALLOCATING SAID FUNDS, FROM VARIOUS CAPITAL
PROJECT ACCOUNTS, AS MAY BE ADJUSTED FROM TIME TO TIME BY THE CITY
COMMISSION IN THE ANNUAL APPROPRIATIONS/CAPITAL IMPROVEMENTS
ORDINANCES.
WHEREAS, the Department of Capital Improvements ("CIP") issued a Request for Proposals ('RFP") No. 06-07-034 for
the purposes of soliciting competition to develop a short-list of qualified firms for competitive negotiations to provide
Capital Program Support Services for the Capital Improvement Program; and
WHEREAS, the RFP anticipates awarding up to two (2) separate agreements for Capital Program Support Services, and
the highest ranked firm (Prime) is expected to provide all Capital Program Support Services required by the City; and
WHEREAS, the City may award a separate agreement to the second-highest ranked firm (Secondary) to assist the City
in those instances where the Prime cannot provide the staffing or services required by the City in the time frame required by
the City; and
WHEREAS. seven (7) firms submitted proposals by the established deadline; and
WHEREAS, the Evaluation Committee met on January 9, 2008 and short listed four (4) firms, DMJM Harris, Inc.
("DMJM"), Jones Lang LaSalle, Post Buckley Schuh and Jernigan, Inc. (PBSJ"), and URS Southern Corporation, as the
most qualified firms; and
WHEREAS, the Evaluation Committee requested that the three short listed firms respond to questions during a
forty-five (45) minute question and answer session, conducted with each firm on January 23, 2008; and
WHEREAS, based on their responses, the highest ranked firm was PBSJ; and
http://egov.ci.miami.fl.us/LegistarWeb/temp/rep45B8,html[4/7/2010 12:38:36 PMI
Crystal Report Viewer
WHEREAS, the second highest ranked firm was DMJM; and
WHEREAS, CIP has negotiated Professional Services :agreements ("Agreement") with PBSJ and DMJM, setting forth
the terms and conditions for the work to be provided by said firms; and
WHEREAS, the City Manager requests authorization to execute two separate agreements with PBSJ and DMJM, in
substantially the attached forms, to provide Capital Program Support Services for the multi-year Capital Improvements Plan;
and
WHEREAS, the maximum compensation with PBSJ shall not exceed $5,055,886; and
WHEREAS, the maximum compensation with DMJM shall not exceed $500,000; and
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA
Section 1. The City Manager is authorized{ 11 to execute two separate Agreements, in substantially the attached forms,
with PBSJ, and DMJM, the highest -ranked firms pursuant to RFP No. 06-07-034, to provide capital program support services
for the Multi -Year Capital Improvements Plan, for a two (2) year period, with the option to extend for three (3) additional one
(1) year periods, only upon further approval by the City Commission, in an amount not to exceed $5,555,886, with funds
allocated in the amount of $5,055,886, for the Agreement with PBSJ and $500,000, for the Agreement with DMJM, from
various capital project accounts, as may be adjusted from time to time by the City Commission in the annual
Appropriations/Capital Improvements Ordinances.
Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{21
http://egov.ci.miami.fl.us/LegistarWeb/temp/rep45B8.html[4/7/2010 12:38:36 PM]