Loading...
HomeMy WebLinkAboutCRA-R-18-0035 Memo - Award RecommendationCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Jason Walker, Executive Director Omni Community Redevelopment Agency (Omni CRA) FROM: Annie Perez, CPPO, Director Department of Procurement August 9, 2018 SUBJECT: Recommendation of Award of a Contract for Architectural and Engineering Services for Citizens Bank Building Restoration Project REFERENCES: RFQ No. 17-18-005 ENCLOSURES: Chairperson's Report with Score Sheets; Evaluation Committee Appointment Memo Recommendation Based on the findings below, the Department of Procurement (Procurement) hereby recommends award of Request for Qualifications (RFQ) No. 17-18-005, to R.J. Heisenbottle, P.A. (Heisenbottle), for Architectural and Engineering (A&E) Services for Citizens Bank Building Restoration Project (Project). The Project is necessary to provide A&E design services for the restoration of the historic Citizens Bank. The Omni CRA's intention is to conduct a faithful and accurate restoration of the Citizens Bank Building exterior and structure with a "white box" interior. It is also the intention of the Omni CRA to retain the dominant outward historical characteristics of the building, to maintain the likeness of the history of the bank and its significance for past, present, and future generations. Services shall include all required investigations, studies, land survey, location of underground utilities and structures, geotechnical services, structural design repairs, electrical design, mechanical design, architectural historic preservation, architectural schematic design, design development, construction documents, construction permits, bidding, and construction administration services for the Project. Fiscal Impact The fiscal impact to the City of Miami (City) for the negotiated contract is $498,237. This fee is comprised of a fee for basic services of $326,031, plus $161,506 for additional services and $10,700.00 for reimbursable expenses. The original price proposal submitted by Heisenbottle totaled to $747,720; therefore, negotiations resulted in $249,483 of considerable savings for our taxpayers. Background On, January 25, 2018, the City, through Procurement, issued a solicitation for the Project under full and open competition. On March 7, 2018, the Office of the City Clerk received six (6) proposals in response to the solicitation. Subsequently, the proposals were reviewed by Procurement staff, upon which five (5) proposals were deemed responsive and responsible in accordance with the minimum and submission requirements of the RFQ. One (1) proposal, submitted by R.E. Chisholm Architects, Inc., was deemed nonresponsive and, therefore, disqualified from the procurement process for failure to meet the minimum requirements of the RFQ. Accordingly, on April 25, 2018, the Evaluation Committee ("Committee") met and Page 2 - Architectural and Engineering Services for Citizens Bank Building Restoration Project Jason Walker, Executive Director, Omni CRA completed the evaluation and ranking of the five (5) responsive and responsible proposals following the stipulated guidelines in the solicitation. The proposals were evaluated in accordance with the six (6) evaluation criteria, and ranked by total awarded points (see enclosed Evaluation Committee Report). Upon the review, and subsequent approval of the Evaluation Committee's Report by the Executive Director, negotiations were initiated with Heisenbottle, the highest ranked firm. The City's negotiation team, comprised of the Omni CRA, Office of Capital Improvements, Planning Department, and Procurement, held good faith negotiations with Heisenbottle principals that addressed: 1. Coordination of the various professional consulting services necessary for the Project; 2. Established and capped fair market professional services fee schedule; 3. A Project tasking solution which supports an implemental and fiscally sound agreement, in the best interest of the Omni CRA and its residents, and; 4. Legally sufficient and binding agreement terms and conditions, with the assistance and support of the City Attorney's Office. Successful negotiations were accomplished, and an agreement was mutually agreed upon on July 19, 2018. As a result, Procurement hereby recommends award of a Professional Services Agreement with Heisenbottle for the Project. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval of this recommendation. Approved: Jason Walker, l cecutive Director, Omni CRA c: Emilio T. Gonzalez, Ph.D., City Manager, COM Joseph F. Napoli, Deputy City Manager, COM Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, COM Sandra Bridgeman, CPA, Assistant City Manager/Chief Financial Officer, COM Rafael Suarez -Rivas, Chief Assistant City Attorney, COM Todd B. Hannon, City Clerk, COM Steven C. Williamson, Director, Office of Capital Improvements (OCI) Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement 1 Date: ' \ A 4 2 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Jason Walker, Executive Director Omni Community Redevelopment Agency (Omni CRA) FROM: Annie Perez, CPPO, Director Department of Procurement DATE: April 30, 2018 SUBJECT: Report of Evaluation Committee for RFQ No. 17-18-005, Architectural and Engineering Services for Citizens Bank Building Restoration Project ENCLOSURES: Response Security List, Evaluation Committee Score Sheets, and Evaluation Committee Appointment Memo Backq round On January 25, 2017, the Department of Procurement ("Procurement" issued Request for Qualifications ("RFQ') No. 17-18-005 for the provision of Architectural and Engineering ("A&E") Services for Citizens Bank Building Restoration Project ("Project), for the Omni Redevelopment District Community Redevelopment Agency (Omni CRA). On March 7, 2018, six (6) proposals were received in response to this solicitation. Subsequently, the proposals were reviewed by Procurement staff, upon which five (5) proposals were deemed responsive and responsible in accordance with the minimum, and submission requirements of the RFQ. One (1) proposal, R.E. Chisholm Architects, Inc., was deemed non -responsive and, therefore, disqualified from the procurement process for failure to meet the minimum requirements of the RFQ. Summary of Evaluativr! On April 25, 2018, the Evaluation Committee ('Committee°) met and completed the evaluation of the five (5) responsive proposals following the guidelines stipulated in the solicitation. The proposals were evaluated pursuant to the six (6) evaluation criteria listed below: Evaluation Criteria aximum Point= _tPerCommittee Member 1. Proposer's Qualifications and Experience 25 2. Proposers Team Qualifications and Experience 20 3. Proposer's Lead Design Architect Qualifications and Experience 15 4. Proposer's Project Manager Qualifications and Experience 15 5. Design Approach and Process 15 6. Technical Capabilities and Methodology 10 In accordance with the RFQ and the City of Miami ("City') Procurement Code, Section 18-87, as amended, Proposers, who agreed to meet the Small Business Enterprise ("SBE') participation requirement by assigning certified SBE firms with a "Local Office," as defined In the City Procurement Code, Section 18-73, would be granted five (5) Bonus points. Two (2) Proposers, Gurri Matute, P.A. and M.C. Harry and Associates, Inc., met the SBE participation requirement using the "Local Office" criteria, and were granted five (5) Bonus points. The final scores are as follows: Page 2 - Architectural and Engineering Services for Citizens Bank Building Restoration Project Emilio T. Gonzalez, Ph.D., City Manager Proposing Firm Awarded Points Awarded Points (Maximum 500 Points] Percentage 1. R.J. Heisenbottle Architects, P.A. 466 93.2% 2. Gurri Matute, P.A. 463 92.6% 3. M.C. Harry and Associates, Inc. 457 91.4% 4. Rodriguez and Quiroga Architects Chartered 407 81.4% 5. The Tamara Peacock Company Architects of 337 67.4% Florida, Inc. The tabulation and individual Committee member score sheets are attached as supporting documentation. The Committee voted not to hold oral presentations, as the proposals did not require further clarification. Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, Mr. Adam Old from the Omni CRA, Mr. Warren Adams from the Planning Department ("PD"), and Ms. Sandra Vega from the Office of Capital Improvements ("OCI'), to commence negotiations with the highest ranked firm, for a professional services agreement (PSA) for the provision of Architectural and Engineering Services for Citizens Bank Building Restoration Project. The top three (3) firms are the most qualified in accordance with the specifications set forth in the RFQ, and the technical evaluation completed by the Committee. Therefore, should negotiations fail with highest ranked firm, the Committee recommends commencing negotiations with the next ranked firm, and so on. The Committee further recommends that Procurement be authorized to cease negotiations after a PSA is successfully negotiated and subsequently awarded, in accordance with Section 18-87 of the City of Miami Code. Approved: Jason iker, Executive Director, Omni CRA Date: S4141/ c. Emilio T. Gonzalez, Ph.D., City Manager, COM Joseph F. Napoli, Deputy City Manager, COM Fernando Casamayor, Assistant City Manager, COM Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, COM Sandra Bridgeman, Assistant City Manager/Chief Financial Officer, COM Steven C. Williamson, Director, OCI, COM Francisco J. Garcia, Director, Planning Department, COM Rafael Suarez -Rivas, Sr. Assistant City Attorney, City Attorney's Office, COM Lydia Osborne, Ph.D., CPPO, CPPB, Assistant Director/Chief Negotiator, Procurement, COM Femando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement, COM PR18003 BID ITEM: (ITV OF :111AMI OFFICE OF THE CITY CLERK BID sEc('Rrn. LIST Architectural and Engineering Services fur Citizens Bank Building Restoration Project lill) NUMBER: RFQ 17-18-oo5 DATE BID OPENED: larch 7, 2(118 BIDDER l Tantara Peacock CornpaT. Rodricuez and Qturoga Architects ( hartered A GM Ciurri Nlatute t---- vr R.I Heinsenbotil.......liaTts Associates c 1.•"V„:2. i Person ReceKing-cjid(,sf ; - Om 3 f Todn's 5itte TBIE: 2:0(1 p.m. BID TOT: ANIGI;NT See attache See attached Set attached See attached I. ' BID BOND (ER) CASHIER'S CIIFCK d i See attached t See atatched i • I See atthelted See attached See attached See attached See attached See attached t-- Revell ed (6) has) on behalf: L'rqcitretne%., • 2 City lOepartm,ent 1; ( r PltEPARED Bri • •••• Deputy City Clerk CO e EVALUATION COMMITTEE MEETING Wednesday, April ze, zote DEPARTMENT OF PROCUREMENT REQUEST FOR QUALIFICATIONS (RFQ)17-18-005 SERVICES FOR THE RESTORATION OF THE CITIZENS BANK Jolson Walker, Eveeutive Director. Omni Community Redevelopment Agency(CRA) Annie Perez,CPPProcurementO, Director Procurement EVALL OMI I Sarah K. Cody (Miami•Dade County) m 4 32 lES BY BERS EVALUTION SCORES BY CRITERIA a Li m 11,11 r g ° ii r i rS 1 Z m eow.lel A a 1 o _ !!l333 g 3] a $ - • • a S " v M e e i `o �ar 8 m tME Je t— i SUM MlARY TABULATION SHEET RFQ NO. 17-18-005 Name Sum oM Poole MP Per. JO Tall deed. l *We s CrlIrbII 6*.w22 Clovis 4 Crawls a TOP- ew.w roel reerePweweq. pee RJ. HekeabotW Path to :a, PA. dt 90 97 M 190 486 120 63 70 70 06 47 466 0 4e6 Gant Nato*. P.A. 7b 93 9 115 61 66 00 66 40 e3.2'% M.C. Him and AareeFater, Mc. 72 90 94 t9 97 442 Its 65 70 J7 03 46 466 452 6 I 457 e2e% e1.4% 2 3 Rodrteur and Outrage Architects Chartered N 64 et 73 63 72 65 75 90 51 407 537 192 ea 79 63 64 se _ 61 _ 46 57 51 44 36 407 3i7 0 6 407 w 61.4% er.4% 4 5 Tile Tamers Peacock Cmnpeny A ehltrc 01 Rerida, Ina i Pepe I of 1 Stub Grey. fhirpween EVALUATION COMMTrrEE MEETING Wednesday, April 25, 2018 DEPARTMENT OF PROCUREMENT REQUEST FOR QUALIFICATIONS (RFQ) 17-18-005 A&E SERVICES FOR THE RESTORATION OF THE CITIZENS BANK BUILDING Jason Walker. Executive Director - Omni Community Redevelopment Agency (CRA) Annie Perez, CPPO, Director of Procurement EVALUATION COMMITTEE MEMBERS TABULATION SHEET RFQ NO.17-18-005 1 NAME OF FlRM(3) The Taman Peacock Company Architect! of Florida, Inc. 1A- Proposer's Qualifications and Experience (Max. 25 points) 2A • Proposer's Team Que1Mcatlons and Experience (Mex. 20 points) 3A - Proposer's load Architect Qualifications and Experience (Max. 15 points) 4A. Proposer's Project Manager Qualifications and Experience (Max. 16 pokds) 5A- Design Approach and Process (Mex. 15 points) OA - Technical Capabilities and Methodolgy (Max 10 points) Page of 3 a 0 0 -16--- -W.- -- -- 20-- - ZO- - --id- - -BS-- 12 14 10 17 10 63 10 12 10 14 10 58 6 10 10 7 10 40 O 10 15 10 8 51 B 0 7 7 5 36 QualRative Scores 337 5 337 Sade Chaney. Chairperson EVALUATION COMMITTEE MEETING Wednesday, April 25, 2018 DEPARTMENT OF PROCUREMENT REQUEST FOR QUALIFICATIONS (RFQ) 17-18-005 A&E SERVICES FOR THE RESTORATION OF THE CITIZENS BANK BUILDING Jason Walker, Executive Director- Omni Community Redevelopment Agency (CRA) Annie Perez, CPPO, Director of Procurement TABULATION SHEET RFQ NO, 17-18-005 2 Rodriguez and Quiroga Architects Chartered 1A - Proposer's Qualifications and Experience (Max. 25 points) 2A- Proposer's Team Qualifications and Experience (Max. 20 points) 3A - Proposers Load Architect Qualifications and Experience (Max. 15 points) 4A - Proposer's Project Manager Qualifications and Experience (Max. 15 points) 5A - Design Approach and Procne* (Mex. 15 points) 6A - Technical Capabilities and Met odolgy (Max 10 points) 3 R.J. Haissnbotfla Architects, P.A. EVALUATION COMMITTEE MEMBERS 0 5 yc Adam Old (Omni CRA) Dona Spain (City of Coral 6- 4 0. . Z : 2 2 Qualltative Sco 21 ' 15 13 12 12 8 15 13 10 15 10 18 13 13 11 7 2D 20 15 15 10 10 f£3 01 !+1 155 °rd 102 70 84 61 57 44 407 4 1A • Proposer's Quaflflrcatlons and Experience (Max. 25 points) 2A- Proposer's Team Qualifications and Experience (Max. 20 points) 3A • Proposers Lead Architect Qualifications and Experience (Max. 15 points) 4A • Proposers Project Manager Qualifications and Experience (Max. 15 poh a') 5A - Design Approach end Process (Max. 15 points) 8A - Technical Capabilities and Methodoigy (Max 10 points) Page 2 of 3 Qualitative Scores 22 15 12 14 10 10 25 18 20 13 15 14 12 13 15 9 10 20 15 15 13 8 —2S- 20 16 16 15 10 is 95 06 10.1 11_ 70 70 66 47 1 466 Sade Cheney, Chefrpeiaon EVALUATION COMMITTEE MEETING Wednesday, April 25, 2018 DEPARTMENT OF PROCUREMENT REQUEST FOR QUALIFICATIONS (RFQ)17-18-005 A&E SERVICES FOR THE RESTORATION OF THE CITIZENS BANK BUILDING Jason Walker, Executive Director - Omni Community Redevelopment Agency (CRA) Annie Perez, CPPO, Director of Procurement 4 iGurri Matuts, P.A. EVALUATION COMMITTEE MEMBERS TABULATION SHEET RFQ NO. 17-18-005 1A- Proposer'. Qualifications and Experience (Max. 25 points) 2A - Proposer•. Team Qualifications and Experience (Max. 20 points) 3A • Proposer's Lead Architect QuaIIf c.Nons and Experience (Max. 15 points) 4A - Proposer's Project Manager Quafncatlons and Experience (Max. 15 points) 5A - Design Approach and Process (Max. 15 points) 6A - Technical Capabllltles and Methodolgy (Max 10 points) -ate_ 5 M.C. Harry and Associates, Inc. IA • Proposer's qualifications and Experience (Max. 25 points) 2A. Proposer's Team Qualifications and Experience (Max. 20 points) 13A - Proposer's Lead Architect Qualification. and Experience (Mex, 15 points) 14A- Proposer's Project Manager Qualifications and Experience (Max. 15 points) SA - Design Approach and Process (Max. 15 points) 5A - Technical Capabilltlea and Methodotgy (Max 10 points) Pepe 3of3 Adam Old (Omni CRA) 8 ge a a j Dona Spain (City of Coral Gables) i i W 0 rc Sze Qualitative Scores 14 11 12 9 9 23 18 20 14 13 14 12 14 15 10 10 25 20 15 15 15 9 75 93 19 13 15 15 10 h.l — 115 91 e8 88 se 48 458 2 5 7 i Qualitative Scores 92 -- — — 25._.�._ 24 18 17 20 18 14 15 15 15 14 15 16 15 13 12 14 15 Iiimmsommisoumm 9 1D 10 10 — 19 12 11 12 9 9 85 70 71 es 48 452 3 5 Sade Chaney, Chairperson CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Jason Walker. Executive Director DATE: March 1e, 2018 FILE: Omni Community Redevelopment May (CRA) SUBJECT: A&E Services for the Restoration of the Citizens Bank Building - Appointment of an Evaluation) [�! Selection Committee FROM: Annie Perez, CPPO. Director# 1' REFERENCES: Request for Qualifications Department of Procurement (RFQ) No. 17-18-006 In accordance with Section 18-88(c)(6) tithe City of Miami Code, the Department of Procurement (Procurement) requests your approval of the appointment of the below fisted professionals to the Evaluation/Selection Committee (Committee), to evaluate and score the proposals submitted in response to Request for Qualifications No. 17-18-005 for A&E Services for the Restoration of the Citizens Bank Building (RFQ), issued on January 26, 2018. The Committee shall be comprised of professionals that have the requisite knowledge and experience to evaluate the proposals pursuant to the criteria established h the RFQ. Chairperson (non -voting) Sade Chaney, Senior Procurement Contracting Officer, Procurement, City of Miami (COM) City of iv t:.''r1I Staff (voting) 1. Warren Adam. Preservation Officer, Planning and Zoning Department (P&Z), COM 2. Jose S. Camera, R.A. Director, Building Department (BD), COM Extern I Committee Members (voting) 1. Adam Old, Director, Planning and Policy, Omni CRA 2. Sarah K. Cody, Chief, Historic Preservation Office, Miami -Dade County 3. Dona Spain, Historic Preservation Officer, Historic Resources, City of Coral Gables Alternate rbere (voting) 1. Giraido Marquez, Chief Project Manager, Office of Capital Improvements (OCI), COM 2. Sandra Vega, Senior Project Manager, OC1, COM Your signature below affirms your appointment of this Committee for the evaluation of proposers for the subject project, as solicited under RFQ No. 17-18-005. Approved: :.: tllfalke' Executive Director, Omni CRA c Emilio T. Gonzalez, Ph.D., City Manager, COM Fernando Casamayor, Assistant City Manager, Chief Financial Cfficer, COM Naeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, Chief of Operations. COM Steven C. Williamson, Director, OCI, COM Rafael Suarez -Rivas, Sr. Assistant City Attorney, City Attomey's Office, COM Lydia Osborne, Ph.D., CPPO, CPPB, Assistant Director, Procurement, COM Fern`, , i; V. Ponasei, MA Ards., MA PPA, ?,.EEt ' 'vP , Asslatan't :$'c: r ' PrOersre, � � 1, , C Dr: `: PRI r 4-42