HomeMy WebLinkAboutmemoCITY OF MIAMI, FLORIDA
INTER-OFt fyq.I3fjijDUM
TO:
The Honorable Mayor and Members
of the City Commission
Joe Arriola
FROM : Chief Administrator
DATE: May.
26, 2004 FILE:
CITY OF ill,{pR
sup EOr
CAPf7Ai, 1Ft
anking —Consultant RFQ No. 03-04-
087A, Major Transportation & Transit
Projects
REFERENCES:
ENCLOSURES:
In accordance with the applicable provisions of the Consultant's Competitive Negotiation Act
and the City of Miami Procurement Ordinance, please be advised that an Evaluation Committee
heard presentations from previously short listed / pre -qualified consultants regarding the subject
projects. The Committee recommends negotiations and contracting with the ten (10) top
ranked firms, The Committee ranked the firms in order as per the attached.
Note: A & P Consulting Transportation Engineers Corporation and Marlin Engineering, Inc.
tied for 3rd Place.
If there are no objections within five (5) working days of the transmittal date of this
memorandum, negotiations will begin and a contract will be drafted for the ten (10) top ranked
consulting firms; for Consulting Services for Major Transportation and Transit Projects as
indicated in RFQ No. 03-04-087A.
THIS MEMORANDUM IS TO ADVISE THE MAYOR AND CITY COMMISSION THE
RANKING ORDER OF PREFERENCE OF THE TEN (10) FIRMS SELECTED. IF NO
COMMISSIONER OR MAYOR INDIVIDUALLY EXPRESSES A CONCERN WITHIN
FIVE (5) WORKING DAYS OF THE TRANSMITTAL OF THIS MEMO REPORTING
THE RANKING, THE MANAGER WILL PROCEED WITH NEGOTIATIONS WITH
THE TEN (10) TOP RANKED FIRMS; EAC CONSULTING, INC., CORZO CASTELLA
CARBALLO THOMPSON SALMAN, P.A. (C3TS), A & P CONSULTING ENGINEERS
CORPORATION, MARLIN ENGINEERING, INC., GANNETT FLEMING, INC.,
METRIC ENGINEERING, INC., RJ BEHAR & CONMPANY, INC., DMJM+HARRIS,
INC., REYNOLDS, SMITH AND HILLS, INC., AND URS CORPORATION
SOUTHERN. IF A CONCERN IS EXPRESSED, THIS ITEM SHALL BE PLACED
BEFORE THE CITY COMMISSION TO APPROVE THE SELECTION AND
RANKING, OR ALTERNATIVELY, TO REFER THE ITEM BACK TO THE
COMMITTEE.
The continuing services contract negotiated with each aforementioned firm is expected to have a
maximum fee of $2,000,000, beyond of the $500,000 authority of the City Manager pursuant to
Section 18-87(m) of the City Code. Thus, these agreements will be presented to the City
Commission for final approval.
}
Honorable Mayor and Members of the City Commission
Ranking of Major Transportation & Transit Consultants
RFQ 03-04-087A
Page 2
APPROVED: .))
Joe Arriola
City Manager/Chief Administrator
grp2/vr
cc: A. Vilarello, City Attorney
P. Thompson, City Clerk
M. Conway, Director, Capital Improvements & Transportation
J. Cano, CIP Deputy Director
G. Marcos, Director, Purchasing Department
D. Johnson, Capital Improvements & Transportation
DATE: