Item Coversheet
 Consent Agenda
9.8.


City of North Miami Beach
17011 NE 19 Avenue
North Miami Beach, Fl 33162
305-947-7581
www.citynmb.com

MEMORANDUM



 

TO:Mayor and City Commission
FROM: Arthur H. Sorey III, City Manager 
VIA: Phillip Ford, Chief Procurement Officer
DATE:August  16, 2022



 RE: Resolution No. R2022-98 Award of RFQ-22-018-MC Acquisition of Professional Architectural and Engineering Services (Phillip Ford, Chief Procurement Officer)


Description
 
BACKGROUND ANALYSIS:


 

The City of North Miami Beach's operations and programs over the next three to five years require the utilization of specialized services from consultants to meet these demands of the City’s Capital Improvement Program.

 

The City of North Miami Beach (the "City") desires to have a pool of qualified firms ready to serve as contractors to provide the City with professional architectural and engineering related services on a continuing contract basis.

 

On April 15, 2022, the City publicly advertised Request for Qualifications No. RFQ-22-018-MC – “Acquisition Of Professional Architectural and Engineering Services (Continuing Services Contract) (the "RFQ") on the City website and BidSync.com with electronic notices going to 30,000 firms.

 

The Continuing Services Agreement process was established pursuant to the requirements of Florida Statutes Chapter 287.055, the Consultants' Competitive Negotiation Act (CCNA).

 

The RFQ was issued for the purpose of retaining experienced, licensed and insured architectural and engineering firms to provide, on a continuing, as-needed contract basis, the following specific professional services;

 

Group 1:      Architects

Group 2:        Water/Wastewater Engineers

Group 3:        Civil/Structural Engineers

Group 4:        Civil/Traffic & Transportation Engineers

Group 5:        Electrical Engineers

Group 6:        Environmental Engineers

Group 7:        Landscape Architectural Services

Group 8:        Leak Detection Studies

Group 9:        Mechanical, HVAC & Plumbing Engineers

Group 10:      Permit Review

Group 11:      Planning and Zoning

Group 12:      Surveyors

Group 13:      GIS Consultant; and

 

On May 19, 2022, at 2:00 p.m., the due date and time for responses, the Procurement Management Division ("Division") unsealed the twenty-five responses that were timely received.

 

The following twenty-five firms responded to the RFQ;

 

A&P Consulting Transportation Engineers Corp.
AECOM
Ardurra Group Inc.
BEA Architects Inc.
Biller Reinhart Engineering Group Inc.
Calvin Giordano & Associates Inc.
CES Consultants Inc.
CPH Inc.
Craven Thompson & Associates Inc.
CSA Central Inc
DL Fields Consultants LLC
EAC Consulting Inc.
EXP
Florida Technical Consultants
HBC Engineering Company
Jorge A Gutierrez Architect LLC
M&J Engineering P.C
Milian Swain & Associates Inc.
O&S Associates
RE Chisholm Architects Inc.
SBLM Architects PC
Stantec Consulting Services Inc.
Walters Zackria Associates PLLC
Wolfberg Alvarez & Partners
WSP USA Inc.; and

 

Section 5.3(c) of the North Miami Beach Procurement Code “CCNA REGULATIONS” provides for the establishment of an Evaluation Committee (EC) selected by the City Manager for the evaluation of proposals and qualifications which are solicited pursuant to the CCNA statute 287.055.

 

The Evaluation Committee selected by the City Manager will be comprised three representatives from NMB Water, Public Works, Planning and Zoning, and/or Capital Improvements. They will be provided evaluation packages that consist of: evaluation committee policies and procedures, the RFQ documents, addenda, responsive proposals and the evaluation sheets.

 

The Evaluation Committee will be charged to review each of the twenty-five (25) responses and qualifications in each of the thirteen (13) disciplines and recommend the ranking and award of the appropriate consulting firms for the various disciplines enumerated within the Request for Qualifications.

 

The Chief Procurement Officer recommends that the City Manager be authorized to accept the final ranking and recommendation of the Evaluation Committee of the appropriate firms to receive continuing services agreements, if appropriate, according to  the  firms'  professional  expertise  and  qualifications,  for  the thirteen (13) various disciplines  established  in RFQ from the pool of qualified firms who responded.

 

 RECOMMENDATION:


 The City Manager and the Chief Procurement Officer recommend that the City Manager or his designee be authorized to negotiate and execute agreements for continuing services contracts with the top rank firms and to authorize any contract renewals; pursuant to the terms, conditions and specifications contained in the RFQ.
 FISCAL/ BUDGETARY IMPACT:
 Funding has been allocated in FY 22 in the budget appropriation process. 



ATTACHMENTS:
Description
Draft Resolution
R2020-62