Loading...
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: