Item Coversheet
 Consent Agenda
9.4.


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: 

Andrew Plotkin, Parks and Recreation Director

Phillip Ford, Chief Procurement Officer

DATE:September  21, 2022



 RE: Resolution No. R2022-132 Award of Request for Qualifications RFQ-22-032-MC Design Services for Allen Park / Deleonardis Community Center (Andrew Plotkin, Parks and Recreation Director)


Description
 
BACKGROUND ANALYSIS:


 

In an effort to provide Excellent Municipal Services, in a financially responsible manner, consistent with our Strategic Plan, the City of North Miami Beach  (“City”) issued Request for Qualifications (“RFQ”) RFQ-22-032-MC - Design Services For Allen Park / Deleonardis Community Center.

 

RFQ notices were electronically mailed to over 3,000 potential, local and national suppliers on May 18, 2022, in accordance with Florida Statute 287.055 and the City of North Miami Beach’s City Code.

 

The City Manager established an Evaluation Committee comprised of the NMB Water Assistant Director, Senior Advisor – Emergency Manager, and the Administrative Manager of Parks & Recreation.

 

On June 17, 2022, the City received and opened submission of qualifications from eight (8) Proposers: BEA Architects Inc., CPZ Architects Inc., Gallo Herbert Architects, RE Chisholm Architects Inc., Saltz Michelson Architects, Synalovski Romanik Saye, Walters Zackria Associates PLLC and Wannemacher Jensen Architects.

 

On August 11, 2022, the Evaluation Committee was provided the proposals and the established evaluation criteria, including: Technical Resources and Capabilities, Key Staffing, Organization, and Single Point Accountability, Relevant Project Experience, Project Understanding and Approach and Financial, Regulatory, Contract Compliance and References.

 

On August 18, 2022, at a publicly advertised meeting, the Evaluation Committee meet to discuss the qualifications presented in the Proposals. After discussions, the committee completed the scoring, the ranking is as follows:

 

1st................... CPZ Architects Inc.

2nd.................. Saltz Michelson Architects

3rd................... BEA Architects Inc.

4th................... Walters Zackria Associates PLLC

5th................... RE Chisholm Architects Inc.

6th................... Synalovski Romanik Saye

7th................... Wannemacher Jensen Architects

8th................... Gallo Herbert Architects

 

Section 3-3.14 of the City’s Code of Ordinances provides that contracts in excess of Fifty Thousand Dollars ($50,000.00) shall be awarded by the City Commission based on recommendation of the City Manager.

 

 RECOMMENDATION:


 The City Manager conducted his own due diligence concurs with the recommendation of the Evaluation Committee, the Parks and Recreation Director and the Procurement Management Division, authorizing the City Manager to execute an agreement with the top-ranked, most-qualified firm and, if negotiations are unsuccessful, with the next highest ranked firm successively and authorizing the City Manager to expend a budgeted amount not to exceed $400,000.
 FISCAL/ BUDGETARY IMPACT:
 Funding has been allocated in FY22 in account number 010710-572630 (PARK2204). 



ATTACHMENTS:
Description
Manager Memo
Draft Resolution