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