Loading...
Res. No. 205-08-12802WHEREAS, The Mayor and City Commission desire to retain consultants to provide Professional General Engineering Services; and WHEREAS, pursuant to Florida Statue 287.055 the City published a Notice for Professional Engineering Services and received a total of thirty-three responses; and WHEREAS, a thorough review of the firms and their qualifications was conducted. NOW, THEREFORE, BE IT RESOLVED/ORDAINED BY THE MAYOR AND CITY OF SOUTH MIAMI COMMISSION THAT: Section 1. The City Commission of the City of South Miami authorizes the City Manager to negotiate and bring back to the City Commission for approval three separate professional service agreements with: • TY Lin International/11JRoss • Kirnley-Horn & Associates., Inc. • E.A.C. Consulting, Inc. Section ,2. That the Agreements allow for renewal of an additional period of one year at the City's option. . Section 3. That the negotiated Professional General engineering Agreements be made a part of this resolution. PASSED AND ADOPTED this 2nd day of December 2008. ATTEST: 46OHNIA T1#11", ORM: NNNNL 401�- APPROVED: / 0 1 -n, VMRVOR 0 Commission Vote: 4-0 Mayor: Horace G. Feliu Yea Vice Mayor: Brian D. Beasley Yea Commissioner: Jay Beckman Yea Commissioner: Velma Palmer Yea To: Honorable Mayor Feliu, and Members of the City Commission Via: W. A. Balogun, City Manager From: Jose Olivo, P.E. Public Works-Enginee'ring Department Date: December 2, 2008 Agenda Item No. 0 Subject: Authorizing the City Manager to Negotiate and Execute Professional General Engineering Services Agreements BACKGROUND & ANALYSIS: In September of 2008 we initiated a process of selecting consultants under Professional General Engineering Services. The selection of the engineering consultants is required to be done in accordance with Florida Statue 287.055 (Consultant's Competitive Negotiation Act). These pre-selected consultants will be used on a rotating basis, as funding is made available, for general engineering projects with basic costs which do not exceed $1,000,000; or planning study activities for which the fee for professional services does not exceed $50,000. The execution of these Professional General Engineering Services agreements does not commit the City to any maximum amount of fees nor guarantees any work. With the recent legislative appropriations received for projects such as the People Transportation Plan and Storm water Trust Fund projects, it is essential that we secure Professional General Engineering Consultants in order to immediately implement the projects and meet the established tinieframes indicated in the funding agreements. The Request for Letters if Interests and Qualifications was advertised in the Miami Daily Business review on Friday, September 26, 2008. Thirty-three (33) sealed letters of interest and qualification packages were submitted. The qualification packages were publicly opened the last day of qualification submittal period (Monday, October 27, 2008) at 3:00 pm. Commencing Tuesday, October 28, 2008, the Selection Committee reviewed the qualification packages and selected a shortlist of six (6) consultants who presented a factual dissertation of their organization and qualifications during a video-recorded Presentation & Interview process on Monday, November 17, 2008. The Selection Committee members recommended the following three firms: • TY Lin InternationaVHJRoss • Kimley-Horn & Associates., Inc. • E.A.C. Consulting, Inc. In addition to the qualification packages review and the Presentation and Interview of the six (6) shorltlist finalists, telephone interviews of references were also conducted. The videotape of the Presentation and Interview session is available for review. 7913�110 �� It is recommended that the City Commission authorize the City Manger to negotiate hourly rates and execute three separate agreements for professional general engineering services in accordance with Florida Statute 287.055, for a period of three years, with provisions to review for one additional year. • Proposed Resolution • Copy of Request for Letter of Interest and Qualification (RFU"Q) • Certified Advertised Notice of the RFI/RFQ • !VIPXQ Opening Report • List of Selection Committee members To: W. Ajibola Balogun, City Manager From: Jose Olivo, P.E., Engineering & Construction Manager Subject: 2008 Request for Professional General Engineering Services Consultant Selection Evaluation Report ' Date: November 21, 2008 U, On November 17, 2008 the selection committee completed its final step in the selection process for the above referenced subject by evaluating presentations and conducting interviews of the top six (6) firms/teams selected. Based on the results of the presentation, interviews and consultant references, the selection committee recommends the following (3) firms as professional, general engineering consultants to provide professional general engineering services to the City of South Miami for a term ending in December 2011: • TY Lin Intemational/HJRoss (ranked # 1) • Kimley-Horn & Assoc., Inc. (ranked # 2) • E.A.C. Consulting, Inc. (ranked # 3) Attached please find all the corresponding documentation that supports the recommendation of the selection committee. The following documents are: Legal Advertisement, Timeline of Events, Bid Opening Report, First Tier Selection Summary (w/qualification package evaluation forms), letters dated November 10ffi, 2008 notifying the six (6) firms/teams for "Selection for Presentation and Inter-view", Presentation and Inter-view Schedule, Selection Committee Tally sheet (w/presentation and interview evaluation forms), references, videotape recording of the "Presentation and Interview" and final selection conducted on November 17th, 2008. l'"NIX61915TIUMV Page 1 of 1 City of South Miami, Florida PROFESSIONAL GENERAL ENGINEERING SERVICES The City of South Miami will receive letter of interest and qualification for various future projects, per specifications and scope of services, until 3:'00pm October 27, 2008. Interested firms must submit qualifications package to the Office of the City Clerk, 6130 Sunset Drive, and South Miami Florida 33143. Any qualification package submitted past the deadline and/or submitted to other locations or offices shall be deemed non-responsive and will be rejected. Pursuant to Chapter 287.055, Florida Statutes, the City of South Miami will retain consultants to provide professional General Engineering Services (Civil, Roadway, Drainage, Traffic, and Environmental Engineering) for miscellaneous city projects. In order to fulfill such needs . and meet the requirements for quick response and specializes services, the City intends to retain three (3) qualified firms. Each selected firm'shall enter into an -agreement for a team ending in December 2.011. Only firms with similar -experiences and a proven-track record of delivering successful/on time — on budget projects are encouraged to apply. No Minimum amount of such service or compensation will be assured to any of the firms so retained, and City shall not be prevented ented in any manner from retaining other firms at it sole discretion. The general scope for the professional general engineering services as follows: a) Roadway Engineering to include streets, sidewalk, curb, gutter, drainage, associated traffic control devices, stripping, lighting, speed reduction devices and incidental landscaping. b) 'Drainage Design includes the necessary analysis needed to implement proposed drainage improvements, preparation of paving and drainage plan for municipal, building and facilities. c) Civil Engineering, to include Distribution (Watermain) system analysis and design and Sanitary Sewer System Evaluation and design. d) Traffic Engineering services will include daily volume counts, data analysis, preparation of conceptual improvements plan, present reports and recommendations to stakeholders and preparation of final traffic engineering report. e) Environmental Engineering, to include, site investigation and design needed to prepare remediation plan to mitigate underground storage tanks, hazardous waste materials and asbestos materials. Page 2 of 2 RFQ- Professional... 9-24-08 To be eligible for selection consideration, interested consultants must submit six (6) original copies of the following information: 1. Name of firm(s); specify as to type of contractual agreement between firms, and certificate(s) of authorization to offer professional services through the Florida Department of Professional Regulations, as applicable, from prime as well as supporting firms. 2. Proof of authorization to transact business in the State from the Florida Secretary of State, from Prime as well as supporting firms. 3. Proposed organization chart identifying key professionals and their area of responsibilities. 4. Appropriate current Federal 254 and 255 forms showing the firm's data and supporting the firm's ability to perform each category of work required. Federal form 254 is. required for both prime and sub-consultant. 5.- List of recent clients references with contact names and telephone numbers. For farther information, interested parties may fax questions to 305-663-6350 Jose Olivo, P.E.; Operations Manager. Please be advised that the City of South Miami comply with Miami Dade County's Cone of Silence ordinance. Requests for any information must be in writing. I am M. . . . . . . . . . . . M.... MMS . . . . . . . . . . . . ....... 2 �sm . ..... 0 ...... . . . . . . .. ..... .... E Lo 0 0 co . . . . . . . . . . . . cu a) ca a) 0 0 0 Co cu 0 M CD a) . . . ...... . . . . . . . . . . . . C14 a) a) U) co C: a) C: 0 a) a) E a) -0 CL 0 0 aEi 999� . . . . . . . . . . . . . -0 0 Co CL 0 ca co cu co a) _0 . . . .... ....... a) CU CL CD N a) cD E co . . . . . . . . . . . . . . 0 0 ....... ..... . . . . . . CU a) 14 :3 0) CL E cB CU CA > 0 a) 0 0 . . . . . . . . . . . . . . . . . . . . . . . E r_ a) 0 0 -0 E 0 a) > 0 . . . . . . . . . . CL E E CL lll� . . . . . . .. 0 cu C: U) < 0- . . . . . . . . . . . . . � . . . . . . . . . . . == co co OD CD 00 00 CC) Cl CD C) C) Ck C) C) C C14 C) C> C\l Cl C\j N C14 C14 C%j CIF (6 (0 =_ N cl C14 L C) a) m a) a) a) E 0. E a) E o QY CL > 0 of 0 0 z Z Ca cu C:) cu co ca E6 co co 0 0 0 Cl) a) (n . .. . . ...... . . .......... U- . . ........ . . . . . ....... 0 0 0 CA 4� .2 E 0 cc > > a) 0 0 . ... .. .. . ...... U) .0 0 CL CL a) C 1G 0 75 0 C-) ca CO 0 0 ...... . . . . . . . . . . . a) Cf ) co CL U) .. ..... ... co co 10 Co 0 0) > CD (D 0 cn E . . . . . . . . . . CD ca n r- U) 0 0 Ca -0 Ca a) .......... ...... U- co 07 U- C: MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays* Miami, Mlarril-bade County, Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared O.V. FERBEYRE, who on oath says that he or she is the VICE PRESIDENT, Legal Notices*of the Miami Daily Business Review INA Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami-Dade County, Florida; that the attached copy of advertisement, belng.a Legal Advertisement. of Notise in the matter of CITY OF SOUTH MIAMI - REQUEST FOR LETTER OF INTEREST & QUALIFICATION - PROFESSIONAL GENERAL ENGINEERING SERVICES in the XXXX Court, was published in said newspaper in the Issues of 09/28/2008 09/2912008 Affiant further says that the said Miami Daily Business Review Is a newspaper published at Miami in said Miami-Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami-Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mall matter at the post office in Miami In said Miami -Dade County, Florida, for a, . period of one year next preceding the first publicaflon of the attached copy of advertisement; and afflant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing thi, rdvertisemern-fo-r- ublicafion in the said newspaper. I . Sworn to and subscribed before me this' 29 day f SEPTEMBER AD. 2008 (SEAL) O.V. FERBEYRE personally known to me 61TV OF SOUTHIMIAMI, FLORIDA IkEQUEST FOR LETTER OF % I lkkESTANO-QUALIFICATION ;T GENERAL ENGMEERIka SERVICES The. Ci!y.qSpq!h# Ml 1q,1!! ted.elve letter.of interest and qualification for various 'ti § and scope of services, until speci.ca on oure projects, per 9:6 00.ifl'1*tobpr..21j-.Z008-. Interested " firms must submit qualifications of the City Clerk, 6130 Sunset Drive, and South packao,'k. to tWOffice M J ­' "" * 'A qualifibabon,prackage submitted past the _f .F1ddda;'3314K hy deadfirlb., afid , ,§6bmIt1ed.jp.othAr)ocat1ons or offices shall be deemed non- responsive an -ursuanfid he ter 28.7.055, Florida Statutes, the City of South Miami provide "professiohai General- Engineering Drainage, Traffic, and Environmental* miscellaneous city projects. In order to fulfill such needs and is -require: dints for quick response and specializes services,' ,theGifyihtends to retain three (3) qualified firms. Each'selected firm shall ;erne into ail meint'ora earn endifig in December 201 1. Onlyfirms ,witfr sfmifar; experiences and a proven track record of delivering succes ft on. finne - on budget projects are encouraged to apply. No iMinimiiiiii dimbunt'6666'serVi6ei or compensation will be assured to any iof :the so "'faili6d, i6.d .:QI1yshall not be prevented in any manner! from 3eiaiiifrigptheff rmsgititsole discretion. Tha,jipfieWpopdjorth6 professional general engineering sarvices:as� to] Owtl__' ;'a} Roai3way �A.dlneenng'tp include streets, sidewalk, curb, gutter, : .,dialnage, j - assb 6afed traffic c6rfol devices, stripping, fighting, sp@p reit tkhdivioes and incidental landscaping. ­lncludai the necessary analysis needed to is ....__15) Dr,ainagie..Design; . %-IimPlemen;t'prop'dsed 'drainaga improvements, preparation of d drainage planor munici pal building and facilities. paving draidrainage f99 ­6 46,.Inblude- Distribution (Watermain) system- :.,ahaly�sfs- . and , desiqnand San!ta p Sewer System Evaluation and, :depgn, . services will include daily volume counts, data an4!ypis-,prepairpitlori -6f conceptual improvements plan, present reports recommendations to stakeholders and preparation of fidikiliztah rec m tic eiigineerjng report. -a)-avirohmehia, ingin at E ' eering,,to include, site investigation and . n d �d to., prepare rQmediation plan to mitigate - ee 6 design; ­­ : * * h' rdous waste materials and' unddrorbund'--storage tanks, aza '96islokrh . atdriallsf,: To, b6,efig'-IbIb,' *6r6electri`on'donsi e! ition. I. ntere. sted consultants must subWitsix(6)5n§Inaf qqPiji of the lollowing information: 1.Name of firm(s); specify as to type of contractual agreement be-, f thorization to offer professional i�r6efl imd.cbrIfficate(s) of a ti . sery 6`4 ice ` i through itie. Florida Department of Professional Regulations, bja,#6m �,rjmo.as welfas supporting firms.. 2.Proof *of' dutliMzatldri- to transact, business In the State from the. Wtii�.`6i State, from Prime as well as supporting firms. Florklascie. e &Pro ose ' d"organizatl6in -chart identifying key professionals and thelf, . p area of responsibilities. 4 Apprqpriate current..Federal. 254 and 255 forms showing the firm's data and supporting the firm's ability to perform each category of work reqWed. Federal form 254 Is required for both prime and sub-consul- tarit 5.ust of recent•clients references with contact names and telephone riumbets.. For iurlhec kormatio'n, interested parties -may fax -questions to 305- 663i6350 Jose OfivP, P.E.; Operations Manager. Please -be advisbil that the City of South Miami comply With Miami Dade County's Conk of Silence ordinance. Requests for any information must. a In writing.• 6/26-29 , 08-B-99/1092237M 20000, � Wj#1 Notary Public State of Florida Veronica Perez r-1 tU My Commission DD819771 Expires 09/03120 1 2 61TV OF SOUTHIMIAMI, FLORIDA IkEQUEST FOR LETTER OF % I lkkESTANO-QUALIFICATION ;T GENERAL ENGMEERIka SERVICES The. Ci!y.qSpq!h# Ml 1q,1!! ted.elve letter.of interest and qualification for various 'ti § and scope of services, until speci.ca on oure projects, per 9:6 00.ifl'1*tobpr..21j-.Z008-. Interested " firms must submit qualifications of the City Clerk, 6130 Sunset Drive, and South packao,'k. to tWOffice M J ­' "" * 'A qualifibabon,prackage submitted past the _f .F1ddda;'3314K hy deadfirlb., afid , ,§6bmIt1ed.jp.othAr)ocat1ons or offices shall be deemed non- responsive an -ursuanfid he ter 28.7.055, Florida Statutes, the City of South Miami provide "professiohai General- Engineering Drainage, Traffic, and Environmental* miscellaneous city projects. In order to fulfill such needs and is -require: dints for quick response and specializes services,' ,theGifyihtends to retain three (3) qualified firms. Each'selected firm shall ;erne into ail meint'ora earn endifig in December 201 1. Onlyfirms ,witfr sfmifar; experiences and a proven track record of delivering succes ft on. finne - on budget projects are encouraged to apply. No iMinimiiiiii dimbunt'6666'serVi6ei or compensation will be assured to any iof :the so "'faili6d, i6.d .:QI1yshall not be prevented in any manner! from 3eiaiiifrigptheff rmsgititsole discretion. Tha,jipfieWpopdjorth6 professional general engineering sarvices:as� to] Owtl__' ;'a} Roai3way �A.dlneenng'tp include streets, sidewalk, curb, gutter, : .,dialnage, j - assb 6afed traffic c6rfol devices, stripping, fighting, sp@p reit tkhdivioes and incidental landscaping. ­lncludai the necessary analysis needed to is ....__15) Dr,ainagie..Design; . %-IimPlemen;t'prop'dsed 'drainaga improvements, preparation of d drainage planor munici pal building and facilities. paving draidrainage f99 ­6 46,.Inblude- Distribution (Watermain) system- :.,ahaly�sfs- . and , desiqnand San!ta p Sewer System Evaluation and, :depgn, . services will include daily volume counts, data an4!ypis-,prepairpitlori -6f conceptual improvements plan, present reports recommendations to stakeholders and preparation of fidikiliztah rec m tic eiigineerjng report. -a)-avirohmehia, ingin at E ' eering,,to include, site investigation and . n d �d to., prepare rQmediation plan to mitigate - ee 6 design; ­­ : * * h' rdous waste materials and' unddrorbund'--storage tanks, aza '96islokrh . atdriallsf,: To, b6,efig'-IbIb,' *6r6electri`on'donsi e! ition. I. ntere. sted consultants must subWitsix(6)5n§Inaf qqPiji of the lollowing information: 1.Name of firm(s); specify as to type of contractual agreement be-, f thorization to offer professional i�r6efl imd.cbrIfficate(s) of a ti . sery 6`4 ice ` i through itie. Florida Department of Professional Regulations, bja,#6m �,rjmo.as welfas supporting firms.. 2.Proof *of' dutliMzatldri- to transact, business In the State from the. Wtii�.`6i State, from Prime as well as supporting firms. Florklascie. e &Pro ose ' d"organizatl6in -chart identifying key professionals and thelf, . p area of responsibilities. 4 Apprqpriate current..Federal. 254 and 255 forms showing the firm's data and supporting the firm's ability to perform each category of work reqWed. Federal form 254 Is required for both prime and sub-consul- tarit 5.ust of recent•clients references with contact names and telephone riumbets.. For iurlhec kormatio'n, interested parties -may fax -questions to 305- 663i6350 Jose OfivP, P.E.; Operations Manager. Please -be advisbil that the City of South Miami comply With Miami Dade County's Conk of Silence ordinance. Requests for any information must. a In writing.• 6/26-29 , 08-B-99/1092237M XA lillifl- anii �oig I ulp. r' Bids were opened on: Monday, -October 27, 2008 at: 3:05pm For: PROFESSIONAL GENERAL ENGINEERING SERVICES I,, KEITH & SCHNARS, P.A. 2. CALVIN, GIORDANO & ASSOCIATES J KEvfLEY -HORN & ASSOCIATES 4. CORZO CASETELLA CARBALLO THbN2SON SALMAN, P.A. 5. EE.& G 6. SOUTH FLORIDA RC&D COUNCIL NOVA ENGINEERING & ENVIRON1,1ENTAL 8. CPH . I V[9-)\4ILIAN, SWAIN & ASSOCIATES BERNIELLO AfAMIL & PARTNERS, INC. 11. CHEN& ASSOCIATES 12. BOLTLT ON, PEREZ & ASSOCIATES 13. EAC CONSULTING, INC L 14. CONSULTING ENGINEERING & SCIENCE, INC 5. FTE 16. DAVID PLUMNMR & ASSOCIATES 17. IN INTERNATIONAL/H.J. ROSS I 1 5 6 7 F DAVID A T.Y. T . y V - 'I LI 18. BURNS & MCDONNELL 19. MILLER LEGG 2 B 0.13ERGER AVART INC 2 1 . C M 1. CIVIL WORKS, INC P STOI 22. PISToRINO&ALAM 3. A.D.A. ENGINEERING, INC. 24. BCC ENGINEERING 5. CRJ & ASSOCIATES 6. LOCKWOOD, ANDREWS & NEWMAN, INC. 7. MARLIN ENGINEERING, INC. 28. BEISWENGER, HOCH & ASSOCIATES 29. BISCAYNE ENGINEERING COMPANY, INC. 30. THE CORRADINO GROUP 31. ATC ASSOCIATES, INC 32. GBF ENGINEERING, INC �33. C.A.P. ENGINEERING, INC .1 tM A15V V.EWV 5 klAVE.NUTBEEN UREUKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE B)EDSIUVE BEEN COMPLETELY RE FIE 3 Q 0 Q. m 0 E rn tTi 0 E Co C: o "0 (D E ca E Q) Er— _0 � 0 a) 0 0 0 c a) CO a) It �r. 0 U) 3: ID a) QL C a) ,2 .0 a) CL x a) a) O N co :3 w .0 E > cu p a) QL t >, E cu I 4 t IN 44 a tz w C,dc-d r� I L•, I � I '� I �- Nlmmnl mo 1-913momm No 0 CL ti F- r o 0 -fob C,dc-d r� I L•, I � I '� I �- Nlmmnl mo 1-913momm '! Fi 1O g 6 10 m to N a 0 0 u (D V _'ID ML m Is No I-CL 0 -fob a"), rl-D 10 W O, 0 L m E 0 0 Cc :z 10 0.0 > u FD w CX 00) E a) co vs 76 E ra El U. 0 ro CZ>O O '! Fi 1O g 6 10 m to N a 0 0 u (D V _'ID ML m Is No 1@11 I-) n V,� ---) l-') t �) 1�11 11 11 IL-d' 11 11---)l �Ia!�I�i��l�l�l�°IV�i�I I) (Y) C an an 2 (D a) vs 76 E CZ>O ti SO a. N rK G to LD ca .5 0 Q3 0 C) > co CD a ca E5 aS m C* < o s 0 w LU 0 0 ca Q 0 a) r. 0 ca 0 < .6 CD — < CD ca c m co (D E ca V N a C 0 0 E a . CD wg R 75 w Z co 0 8 rf- C" a CO CO 0 (D CL C: 0 0 co -g LL cri 0 uj ca (D 0 75 U. 0 ca E w 0 0 CL ca a) -6 0 0 A E V co z • 0 U- ,t U.) co m O r N M V Ln C an an cy C12 W tai LL. 0 .0 0 I I I -1zld I'91 � l I° Im-- 0 too 0 I lui 1 12's UJ CL 13 CL 1c, o 0 4 - 111, 1- 0 a) cr C.) I -is I Z 0 z -y 4 1 —.0 7a 0 C2 0 96 .2, O. > CL a) am) E O 17) 17 r4 co e 16 ;z 2 C� QN r:�o 0 W 'ra u w O 2 3L ca a. axiti C'I ol M O as 73 0 fn V) < (D E IL 0 > cc 0 E 0 -i Z= w E 0 c a :3 m CD 2 ca (D > co CD 0 LU c ui co .5 ca ca 1 z vm c 0 a CD LU m lE O co < 0 0 r_ ca Ck. E 0 0 m G LU CO CL :3 p 0 a ca CD r— 0 co z M O .!a r x M 5 rn ca CL Ul CD o cs 10 1 C,3 LU 00 ci a> rN a a z 0 p .2 R , 0 0 LL ca c w w co C* — 4- 0 LL a: IL 0 E u CD C5 L i4 CL co) a. i: a) E CY co L LL Vl a Qom. Cg M 5 rn ca CL C,3 00 ci a> rN a a R LL ca c w w co C* — 4- 0 LL a: IL 0 u M 5 rn ca CL ca ca a- 04 cn ro -4 r ao a- 4? .0 L 032 cc CL z 0 cr C co -6 0) 0 � IN. ew N. CD E c LD a k -E et kA I w o C � e-j oo z �g C) (a CL Ea > o > a) CL '* cL E 14, -WE C+ 's. ii 0 � N el L) (D _Q U- 6 76 C> .0 2 a. (D E AD > ca c a) ca 0 ui ca 0 &D ca CL (D n ca ca 0 CD V) < C-5 Ef 0 c x r- r- ad E ca V Cd CD ca to 20 E to CD a) M 0 a LU 0 0 0 0 0) 0 < (D IL to 0) LL T L1 ul U) (D ca G 0 U 75 0'. cr 2 > d E -6 LU E Lu LU o co zo IL C-) (D in ca 0 0 C', 1:� Nr co !�2 z: c) U) 1 ca ca a- < W * ID, Go 0 0 LL r .0 ca 2 1= co CL 0 4, C: rn o C x 0 .0 no. (D to ,3 :3 cc E .0 N a cc U- 0— ca ca r ry O (D (D CD CL _ x 2 (D CL 0 .0 M W.M JD 0 _0 CL rL aX E 0 (D E 0 z ��- rI q 1 4 1 1 —, I 1 11 1CIi 1 1) 1 til Y �l ql q-1 --I ml-1 rl 43 C3 a1 °1 00 w 0 C.) .2 x ca co ca < C 0 0 C fi cc cu E .Co 0 CL (zs cc CL a1 °1 00 w 0 C.) .2 x ca co ca < C 0 0 C fi cc cu E .Co 0 CL E 0 F= 0- C: w 0 > C y E) CO >: 0 0 1 c < C.) cc cu .Co 0 CL 0 F= w 0 z 0 c < C6 m :3 p co (D E 0 (D m a) 0 CD CD 0 < aw) m a CD G co -d .5 C) ui a c CD C: 0 f2 O 0 a .1 ui r_ LIJ .2 oc ui (D C >1 0 .6 C(S U. 0 L) 0 cli C-4 N C14 cli C14 N N N Cl) L4 as 46 C2 71 0 In ca a. a) CD cu a- to w O R N O NI P w CD 0 c) w 0 C� rl :a ca :3 sg CL C, CL V, ID C3 -E 0 NN E' U. 0 '6 N 0 ca C� 0 c 0 NO O U (D 'M r . 0 0— LL O x Lij CL :F; fr 16 + CL 2 axi u. sa I4 y N 2 co 0 Vl tw to w cu ES 0 0 0 otS N co IL 0) U) (D qmq IL 05 U) o6 U < o5 < C 0 C: < x C Cd cd C5 co r_ 0 o L) 2 CL =1 — LL CO (D LL a LLJ U) a) .6 75 O z I > CD w U- 0 w .9 n C) I ui ui 0 U) 1 a 0 —co m 80 0' 0 ro L� IL E z a) CD cu a- W, S4' CD m rA -ISI M r 2.0 'd = Ca W ro- O O Br -= a 2 ca)r c of CD -1:00, as 8-. oru 0 ca 0 J2 Cl .0 L) Fo a E .0 co ea U- 0 -6 E 1-4 Co r 0 r- a) ai L. z CL 0 ldr CD Lp C, w Q7 ch rn ca w W (D 0 E (a. 0, co T: 3: a) z 0 to w E 0 co C :3 c a) 6 to W < N- i6 E C 0 G E ca (D a) (D -9 "a 0 m .9 0) E E C) m cn ZZ ca C- m CD c 0 < c LU M m (D 45 ui 0 ui 0 LL FL • (D LIJ .6 0 G co 4.6 0 > E (D 21 CD > — 0 cc m 0 CD E ca C) co C) -i I' W, S4' CD m \} yam))) � |�| � !� | � d) \/ f � � � CL x a) u- ci 0 0 W o E. U) c < uj a: 0 0 U- F� rn CD C-i E co — I C\l m Ce) w z I D w 1.�R 0 C � a) >, Q U) = ca :3 CIS > (D $D CL cc a. E In E 0 r m P 0 16 E Q C� ca 0 CD a) _0 A CLU- d) \/ f � � � CL x a) u- ci m 0 m 0- a) CD m ci .co 0 W E. U) c < uj a: 0 0 U- F� rn CD C-i E co — I C\l m Ce) w z m 0 m 0- a) CD m U1 c co CL G ?C 15 a O O O U1 c co CL x I- T.- l i N C x a W LJ ° Q.. y QN it! m LL! a. .V S�ym O. > O a m n E � ' �_ ca mo CL p. =L Q � a Iq °y.. N /y O n� L J. ° E. c°v N OQ .Gf .LE, U +U— u iY p ca co "� ?L cl, G ca m N 9 D, y C C 1 � D Ci n 0. ci c[ LLI aM o w ati 3 r ° is ou m (-�. A'S cL t11 U i1 °S' 0] at: C7 ca L m rrs. co rn cs N N N N c0 N <r N ixa N ca N n N w N rn N o M m _ o` r� V Ij ,g a ri m 0 0 sour r City of South Miami' PUBLIC WORKS DEPARTMENT INCORPORATED 4795 SW 75th Avenue IIZ7 0 Miami, FL 33155 Tel. (305) 663-6350 Fax (305) 668-7208 November 10, 2008 Mr. Juan E. Jim&nez, P.E.. Project Mgr./Associate Kimley-Horn & Associates, Inc. 1691 Michigan Avenue, Suite 400 Miami-Beach, Florida 33139 Reference: Professional General Engineering Services Selection Process Selection for Presentation & Interview Process City of South Miami, Florida Dear Mr. Jimenez: South Miami AU-AmedcaGfty I I I I r 2001 Your firm has advanced to the Presentation & Interview Process for the referenced selection process. The presentation will be held on Monday, November 17, 2008 in the City's Commission Chamber, located at City Hall, 6130 Sunset Drive, South Miami, Florida. Attached is the Presentation & Interview schedule. The presentation must be a factual dissertation of the organization, including any professional association; their identification and qualification and support staffs that will be assigned to the City's projects, if selected. It is not intended or acceptable that the team solve any specific project during the presentation, but rather that the Selection Committee be presented with information about how the entire team would function on a typical City project, if selected. You are expected to be punctual at the time specified on the schedule. Should you have any questions or comments, please do not hesitate to contact me at (305) 663- 6350. Sincerely, ose 0liVo, P.E. Engineer/Construction Ops. Mgr. cc: Selection Committee 7 INCORPORATED 1927 'LID November 10, 2008 Mr. Dennis J. Giordano City of South Miami PUBLIC WORKS DEPARTMENT 4795 SW 75th Avenue Miami, FL 33155 Tel. (305) 663-6350 Fax (305) 668-7208 President, Calvin, Giordano and Associates, Inc. 1800 Eller Drive, Suite 600 Ft. Lauderdale, Florida 33316 Reference: Professional General Engineering Services Selection Process Selection for Presentation & Interview Process City of South Miami, Florida Dear Mr. Giordano: Tlw 12 10� M-5 **tl N Your firm has advanced to the Presentation & Interview Process for the referenced selection process. The presentation will be held on Monday, November 17, 2008 in the City's Commission Chamber, located at City Hall, 6130 Sunset Drive, South Miami, Florida. Attached is the Presentation & Interview schedule. The presentation must be a factual dissertation of the organization, including any professional association; their identification and qualification and support staffs that will be assigned to the City's projects, if selected. It is not intended or acceptable that the team solve any specific project during the presentation, but rather that the Selection Committee be presented with information about how the entire team would function on a typical City project, if selected. You are expected to be punctual at the time specified on the schedule. Should you have any questions or comments, please do not hesitate to contact me at (305) 663- 6350. Sincerely, Ir Jose COlivo, P. Engineer/Construction Ops. Mgr. cc: Selection Committee of 5 ®UTy. City of South Miami PUBLIC WORKS DEPARTMENT 4795 SW 75th Avenue INCORPORATED 1927 Miami, FL 33155 o Rio Tel. (305) 663-6350 Fax (305) 668-7208 November 10, 2008 Mr. Mariano O. Valle, P.E. Principal in Charge T.Y. Lin International/H7 Ross. 201 Alhambra Circle, Suite 900 Coral Gables, Florida 33134 Reference: Professional General Engineering Services Selection Process Selection for Presentation & Interview Process City of South Miami, Florida Dear Mr. Valle: South Miami 2001 Your firm has advanced to the Presentation & Interview Process for the referenced selection process. The presentation will be held on Monday, November 17, 2008 in the City's Commission Chamber, located at City Hall, 6130 Sunset Drive, South Miami, Florida. Attached is the Presentation & Interview schedule. The presentation must be a factual dissertation of the organization, including any professional association; their identification and qualification and support staffs that will be assigned to the City's . projects, if selected. It is not intended or acceptable that the team solve any specific project during the presentation, but rather that the Selection Committee be presented with information about how the entire team would function on a typical City project, if selected. You are expected to be punctual at the time specified on the schedule. Should you have any questions or comments, please do not hesitate to contact me at (305) 663- 6350. Sincerely, 90se Oliva, P. Engineer/Construction Ops. Mgr. cc: Selection Committee November 10, 2008 Mr. Rick Crooks, P.E. President EAC Consulting, Inc. 815 NW 57h Avenue, Suite 402, Miami; Florida 33126 Reference: Professional General Engineering Services Selection Process Selection for Presentation & Interview Process City of South Miami, Florida Dear Mr. Crooks: i South Miarni bAd All-AmedcaCidy I I I I If 2001 Your firm has advanced to the Presentation & Interview Process for the referenced selection process. The presentation will be held on Monday, November 17, 2008 in the City's Commission Chamber, located at City Hall, 6130 Sunset Drive, South Miami, Florida. Attached is the Presentation & Interview schedule. The presentation must be a factual dissertation of the organization, -including any professional association; their identification and qualification and support staffs that will be assigned to the City's projects, if selected. It is not intended or acceptable that the team solve any specific project during the presentation, but rather that the Selection Committee be presented with information about how the entire team would function on a typical City project, if selected. You are expected to be punctual at the time specified on the schedule. Should you have any questions or comments, please do not hesitate to contact me at (305) 663- 6350. Sincerely, Jose Olivo, P. Engineer/Construction Ops. Mgr. cc: Selection Committee sour City of South Miami 7 PUBLIC WORKS DEPARTMENT U INCORPORATED 4795 SW 75th Avenue 19Z7 0 AV Miami, FL 33155 R Tel. (305) 663-6350 Fax (305) 668-7208 November 10, 2008 Ms. Ivette O. Argudin, Vice President A.D.A. Engineering, Inc. 8550 NW 33rd St., Suite 101 Doral, Florida 33122 Reference: Professional General Engineering Services Selection Process Selection for Presentation & Interview Process City of South Miami, Florida Dear Ms. Argudin: South Miami AlUmadcaM I I I I if 2001 Your firm has advanced to the Presentation & Interview Process for the referenced selection process. The presentation will be held on Monday, November 17, 2008 in the City's Commission Chamber, located at City Hall, .6130 Sunset Drive, South Miami, Florida. Attached is the Presentation & Interview schedule. The presentation 'must be a factual dissertation of the organization, including any professional association; their identification and qualification and support staffs that will be assigned to the City's projects, if selected. It is not intended or acceptable that the team solve any specific project during the presentation, but rather that the Selection Committee be presented with information about how the entire team would function on a typical City project, if selected. - You are expected to be punctual at the time specified on the schedule. Should- you have any questions or comments, please do not hesitate to contact me at (305) 663- 6350. Sincerely, qose Olivo, P.E. Engineer/Construction Ops. Mgr. cc:. Selection Committee November 10, 2008 Mr. Ramon Castella, P.E. Principal in Charge Corzo Castella Carballo Thompson Salman, P.A. 901 Ponce de Leon Blvd. Coral Gables, Florida 33134 Reference: Professional General Engineering Services Selection Process Selection for Presentation & Interview Process City of South Miami, Florida' Dear Mr. Castella: Your firm has advanced to the Presentation & Interview Process for the referenced selection process. The presentation will be held on Monday, November 17, 2008 in the City's Commission Chamber, located at City Hall, 6130 Sunset Drive, South Miami, Florida. Attached is the Presentation & Interview schedule. The presentation must be a factual dissertation of the organization, including any professional association; their identification and qualification and support staffs that will be assigned to the City's projects, if selected. It is not intended or acceptable that the team solve any specific project during the presentation, but rather that the Selection Committee be presented with information about how the entire team would function on a typical City project, if selected. You are expected to be punctual at the time specified on the schedule. Should you have any questions or comments, please do not hesitate to contact me at (305) 663- 6350. Sincerely, 'osbe Olivo, P.E. Engineer/Construction Ops. Mgr. cc: Selection Committee sour., ®1 City ofS.outth Miai-ni PUBLIC WORKS DEPARTMENT WrORPOROEV 4795 SW 75th Avenue 1927 40 R Miami, FL 33155 Tel. (305) 663-6350 Fax (305) 668-7208 Professional General Engineering Services Selection Process PRESENTATION & INTERVIEW SCHEDULE Monday, November 17, 2008 Firms I EAC Consulting, Inc. 2. Kimley-Horn & Assoc., Inc. 3. Cofzo,:Cftstdllx,-Carballo, Thompson, Salman P.A.- 4. TY Lin IntemationaYH.J. Ross 5. Calvin, Giordano & Assoc., Inc. 6. A.D.A. Engineering, Inc. # Me ow 10:20 11:40 a.m. 12:20 p.m. All Presentations and Interviews will be held on Monday, November 17, 2008. You will be allocated 5 minutes for setup, 20 minutes for the presentation followed by 10 minutes question and answer period. A projection screen is available for your use. Please arrange for any equipment that you may need for your presentation. 3 ro .a c, - m is wl Cd ui Co a ar , o 0 Cd W o y U co a R to o Q ° a ° ox OR oNi m cl !L v m Co P 0 W w w a y E = - E 0 v o a v ` r� a o 'c 'y'd. �a�i . a E c cn iTo u2,4 0 W W � � E-4 o � 3 0. Lo = � Cl) V.l ® � C ` ~ Ci 'C a -o COO Z o a� 0 _ gd q —° c Cd W W c ai W U co c N = O C O N Q 'v Qi N C Q O 06 tai O i 7r ® U) r a q = -� O ca c Y .Q E c L _p c ® -, 0 U 1 W aD CD J dC q U U Z W e X m cg U U cC + 4 ffl��.O -'� +4-�Vflj CU C) to OC, OL 0 0 5 U., Ul P-4 m cd :3 0 to < Z- ca :3 m cx cy -ij ol -113 0 CD E • E 0 -0 a) ID 0 ca Lu a) , 2 CL ca CL Lt D 0 rr F-4 0) o a p a3 f, t-J _0 N � 0 tu L) m iL .0 0 C.) 00 C-). C,4 0) ci, 0 0 06 < 0 05 CE$ '2 ID G > LL 0 C o A C-A 4- 0 T N Cd 124 A4 ul Y C) CD +o�, H, r. H �% ), p P') Cd Cd LU o m U, vs ca 75 > -.5 3 :1 0 U) U) Cl N a) -0, to co a Do. .0 > 0 0 -S h®{ Ec' E 0 'D . •m IN It, N p F: 03 e C co O «i —0 a) rn 0 C: 10 0 0 .6 L) a> C40) Q 10 M Cd 0 :j co CD C> ,'4 w CIO V co tii < c5 0 CD 0 CO U) 0 ca 0 0 0 U) -O Go E C: ca -2 CD 0 1- N > LL o 4- 0 EL c 0 0 Z, 0 0 w H m co Q u N z -W �Uel C) < w ti S �t w w h� h i •--�. SD L NJ Yf' . ' ' -41 Vi sue. v ku G'1 ro LA Win: 1 v A t I I :get. Qz zt .. r' y3 to t �£i b sf. ' C V IN �,k E W <-Ir x PL tryr V.. v Ir qu I A; I � Professional General Engineering Services Evaluation Process Telephone Interview with Reference 1. Were projects completed? Comment: 2. Met project schedule Yes No Excellent Very Good Poor Good 4. Would you work with the company again? 5. How would you rank your experience: wll�, Yet _t Professional General Engineering Services Evaluation Process Telephone Interview with Reference Questions Yes No Excellent Very Good Poor Good 1. Were projects completed? Comment: &2= 2. 0 2. Met project schedule. ou Id you work with the company .r: V/ Comment: 5. How would you rank your experience: Comment: Contacted refs Organization: Telephone nun Professional General Engineering Services Evaluation Process Telephone Interview with Reference Ouestions Yes No Excellent Very Good Poor Good 1. Were projects completed? Comment: 2. Met project schedule. Comment: 3. Met established budget Comment: 4. Would you Work with the company.. again? Comment: 5. How would you rank your experience: Comment: Contacted reh Organization: Telephone nun Professional General Engineering Services Evaluation Process Telephone Interview with Reference Questions Yes No Excellent Very Good Poor Good 1. Were projects completed? Comment: 2. Met project� schedule Comment: 3. Met established budget Comment: 4. Would you work with the company again? Comment: .5. How would you rank your experience: Comment: Contacted reference: Organization: Telephone number: x, ME Professional General Engineering Services Evaluation Process 1. Were projects completed? Comment: 2. Met project schedule Telephone Interview with Reference Yes No Excellent Very Good Poor Good 4. Would you work with .the company again? - - V/ 5. How would you rank your experience:. Contacted refs M MM il Professional General Engineering Services Evaluation Process Telephone Interview with Reference 1. Were projects completed? Comment: 2. Met project schedule Comment: Yes No Excellent Very Good Poor Good 3. Met established budget V Comment: 4. Would you work with the company again, re_ 1 -3 M L L_. JU0w would YULt JL-UHA Y UUr rxFV1 Italve; Comment.- Contacted reh Organization: Telephone number: Ouestion Professional General Engineering Services Evaluation Process Telephone Interview with Reference 1. Were projects completed? Mr. M I 19 Yes No Excellent Very Good Poor Good -V-/ 3: Met established budget 4. Would you work with the company Comment: 5. How would vou rank vour exverience: W#717061 "I Contacted reference: Ls�� . Professional General Engineering Services Evaluation Process Telephone Interview with Reference 2. Met project schedule Comment: 5. How would you rank your experience: .Contacted ref' Organization: Telephone nut Professional General Engineering Services Evaluation Process �J%Am Telephone Interview with Reference Yes No Excellent Very ,,,! ,Good 1. Were projects completed? Comment: 2. Met project schedule Comment: ,r 3. Met established budget t/ Comment: 4. Would you work with the company again? IZ Comment: 5. How would you rank your experience: t Comment: Contacted reh Organization: Telephone nun Professional General Engineering Services Evaluation Process Telephone Interview 'with Reference Questions Yes No Excellent Very �qo6d. Poor Good 1. Were projects completed? Comment: 20 Met project schedule Comment: 3. Met established budget Comment: 4. Would you work with the company again? Comment: 5. How would you rank your experience: Comment: Professional General Engineering Services Evaluation Process M „ ;i Telephone Interview with Reference 1. Were projects completed? Comment: 2. Met project schedule Comment: 3. Met established budget Comment: 4. Would. you work with the company again? Comment: 5. How would you rank your experience: Comment: Contacted ref( Organization: Telephone nun Yes No Ekcellent Very Good Poor Good I i 9i Professional General Engineering Services Evaluation Process M Telephone Interview with Reference Yes No Excellent Very Good Poor Good Contacted reA Organization: Telephone nun 1. Were projects completed? Comment: 2. Met project schedule Com.ment: 3. Met established budget Comment: 4. Would you work with the company again? Comment: 5. How would you rank your experience: Comment: Contacted reA Organization: Telephone nun Professional General Engineering Services Evaluation Process Telephone Interview with Reference FW-#"M-MM Organization: Telephone number: Professional General Engineering SetNlces Evaluation Process Interview with Reference ()uestions Yes No Excellent Very Good Poor Good 1. Were projects completed? Comment: 2. Met project schedule. Comment: 3. Met established budget Comment: 4. Would you work with the company again? Comment: 5. How would you rank your experience: Comment: iJ is Tele* phone number: M9 2 V/ Professional General Engineering Services Evaluation Process I M Comment: 2. Met project schedule Comment: I 3. Met established. budget Yes No Excellent Very Good Poor Good Comment: 4. Would you work with the company. again? tf Comment: 5. How would you rank your experience: *. Comment: Ap Contacted reference: I Professional General Engineering Services Evaluation Process Questions 1. Were projects completed? Comment: - - N Interview with Reference Yes No Excellent z Very Good Poor Good Comment: 4. Would you work with the company again? - - /Z Comment: 5. How would you rank your experience: Contacted reference: MOO 207.055 Acquisition of professional architectural, engineering, landscape architectural, or surveying and mapping services; definitions; procedures; contingent fees prohibited; (1) SHORT T[TLE.--This section shall be known es the ^[onsukaDts Negotiation Act." (2) DEFINITIONS. --For purposes of this section: (a) "Professional services" means those services within the scope of the practice ofarchitecture, professional engineering, landscape architecture, or registered surveying and mapping, as defined by the laws of the state, or those performed bv any architect, professional engineer, landscape architect, or registered surveyor and mapper in connection with his or her professional employment orpractice. (b) means the state, astate agency, a municipality, a political subdivision, aschool disUict, or school board. The term "agency' does not extend to a nongovernmental developer that contributes public facilities to a political subdivision under s. 38K0J06orss. 163'3228- 163.3243' (c) ^Flnn^ means any individual, firm, partnership, corporation, association, or other legal entity permitted by law tn practice architecture, engineering, or surveying and mapping in the state. (d) "Compensation" means the amount paid bythe agency for professional services regardless of whether stated as compensation or stated as hourly rates, overhead rates, or other figures or formulas from which compensation can be calculated. (e) "Agency official" means any elected or appointed officeholder, employee, consultant, person in the category of other personal service orany other person receiving compensation from the state, a state agency, municipality, or political subdivision, a schooL district or a school board. Ul "Project' means that fixed capita[ outlay study or planning activity described in the public notice of the state or a state agency under paragraph (3)(a). A project may include: 1 A grouping of minor construction, rehabilitation or renovation activities. I`A grouping of substantially similar construction, rehabilitation, or renovation activities. (g)A"continuing contract" is a contract for professional services entered into in accordance with all the procedures of this act between an agency and afirm whereby the firm provides professional services tothe agency for projects invvhichconstructioncostsdonotexceed$1 million, for study activity when the fee for such professional service does not exceed $50,000, or for work of a specified nature as outlined in the contract required by the agency, with no time limitation except that the contract must provide atermninadonc|ause- Firnmsproviding professional services under continuing contracts shall not be required to bid against oneanother. (h) A^design-bui(d firnn" means a partnership, corporation, or other legal entity that: 1. |s certified under s. 489.119 Lnenqa,�ein contracting through a certified or registered generai contractor ura certified or registered building contractor as the qualifying agent; or 2. Is certified under s. 47`L{IEitu practice orto offer to practice engineering; certified under s. to practice or to offer to practice architecture; or certified under s. 481.319 to practice orto offer to practice landscape architecture. (i) A "design-build contract" means a single contract with a design-build firm for the design and construction nfa public construction project. (j) A''design criteria package" means concise, performance-oriented drawings or specifications of the public construction project. The purpose of the design criteria package is to furnish sufficient information to permit design-build firms to prepare bid or response toan agency's request for proposal, or to permit an agency to enter into a negotiated design'buiid contract. The design criteriopackagennustspecifvperformance'basedcriteriaforthapubhccnnstructjonpro'ect, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic Layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormv/aterretention and disposal, and parking requirements applicable tothe project. (k) A^design criteria professional" means a finn who holds a current certificate of registration under chapter 481 to practice architecture or Landscape architecture or firm who holds a current certificate asa registered engineer under chapter 471 to practice engineering and who is employed by or under contract to the agency for the providing of professional architect services, landscape architect services, or engineering services in connection with the preparation of the design criteria package. (i) "Negotiate" or any form of that word means to conduct legitimate, arms length discussions and conferences to reach an agreement onaterm or price. For purposes of this section, the term does not include presentation of flat-fee schedules with no alternatives or discussion. (]) PUBLIC ANNOUNCEMENT AND QUALIFICATION PRO[EDURE�— (n)l. Each agency shalt publicly announce, in a uniform and consistent manner, each occasion when professional services must be purchased for a project the basic construction cost of which is estimated by the agency to exceed the threshold amount provided in s. 287.017 for CATEGORY FIVE or for a planning or study activity when the fee for professional services exceeds the threshold amount provided in s. 287.017 for CATEGORY TWO, except in cases of valid public emergencies certified by the agency head. The public notice must include a general description of the project and must indicate how interested consultants may apply for consideration. 2. Each agency shall provide ao�����m�in��n8��� ��� meets the threshold amounts referred toin this paragraph. (b) Each agency shall encourage firms engaged in the lawful practice of their professions that desire to provide professional services to the agency to submit annually statements of qualifications and performance data. (c) Any firm or individual desiring to provide professional services to the agency must first be certified bv the agency as qualified pursuant to law and the nsgubadonsof�heagency,Theagency must find that the firm nr individual tobe employed is fully qualified to render the required service. Among the factors to be considered in making this finding are the capabilities, adequacy of personnel, past record, and experience of the firm or individual. (]) Each agency shall evaluate professional services, including capabilities, adequacy of past record, experience, whether the firm isa certified minority business enterprise as defined by the Florida Small and Minority Business Assistance Act, and other factors determined by the agency to be applicable to its particular requirements. When securing professional services, an agency must endeavor to meet the minority business enterprise procurement goals under s. (e) The public must not be excluded from the proceedings under this section. (4) COMPETITIVE SELECTION.— (n) For each proposed project, the agency shall evaluate current statements of qualifications and performance data onfile with the agency, together with those that may be submitted by other firms regarding the proposed project' and shall conduct discussions with, and may require public presentations by, no fewer than three firms regarding their qualifications, approach to the project, and ability to furnish the required services. (b) The agency shalt setectin order of preference no fewer than three firms deemed to be the most highly qualified to perform the required services. |n' determining vvhethera�rmisquah�ed' the agency shaKconsider such factooas the ability ofprofessionai personnel; whether a firm isa certified minority business enterprise; past performance; willingness tu meet time and budget requirements; location; recent, current, and projected workloads of the firms; and the volume of work previously awarded to each firm bv the agency, with the object ofeffecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle ofselection of the most highly qualified firms. The agency may request' accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations under subsection (5)' (c) This subsection does not apply to a professional service contract for project the basic construction cost of which is estimated by the agency to be not in excess of the threshold amount provided in s. 287.017 for CATEGORY RYE or ƒor a planning or study activity when the fee for services s��ces is not in excess of the threshold amount provided in s, 287.017 for CATEGORY TWO. However, if' in using another procurement process, the majority of the compensation proposedbyfinnsisinexcessoftheapprophatethmeshoidanlount,thea8encyshaiirejectaU proposals and reinitiate the procurement pursuant to this subsection. (d) Nothing in this act shall be construed toprohibit a continuing contract between a firm and an agency. (5) COMPETITIVE NEGOTIATION.— (a) The agency shall negotiate a contract with the most qualified firm for professional services at compensation which the agency determines is fair, competitive, and reasonable. |n making such determination, the agency shall conduct a detailed analysis of the cost of the professional services required in addition to considering their scope and complexity. For any lump-sum orcost-p|us'a' fixed-feeprofessionaisemicecontrac1overthethns ho(darnmuntprovidedins, 287.017 for CATEGORY FOUR, the agency shall require the firm receiving the award to execute a truth-in- negotiation certificate stating that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time ofcontracting. Any professional service contract under which such a certificate is required must contain o provision thatthc original contract price and any additions thereto will be adjusted to exclude any significant sums by which the agency determines the contract price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such contract adjustments must be made within 1 year following the end of the contract. (b) Should the agency beunable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the agency determines to be fair, competitive, and reasonable, negotiations with that firm must be formally terminated. The agency shalt then undertake negotiations with the second most qualified firm. Failing accord with the second most qualified firm, the agency must terminate negotiations. The agency shall then undertake negotiations with the third most qualified firm. (c) Should the agency be unable to negotiate a satisfactory contract with any of the selected firms, the agency shall select additional firms in the order of their competence and qualification and continue negotiations in accordance with this subsection until an agreement is reached. (6) PROHIBITION AGAINST CONTINGENT FEES.— (a) Each contract entered into by the agency for professional services must contain prohibition against contingent fees as follows: "The architect (or registered surveyor and mapper or professional engineer, as applicable) warrants that heor she has not employed or retained any company or person, other than a bona fide employee working solely for the architect (or registered surveyor and mapper, or professional engineer, as applicable) to solicit or secure this agreement and that heorshe has not paid nr agreed to pay any person, company, corporation, individual, or firm' other than a bona fide employee working solely for the architect (or registered surveyor and mapper or professional engineer, as applicable) any fee, commission, percentage, gift, nr other consideration contingent upon or resulting from the award or making of this agreennent." For the breach or violation of this provision' the agency shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover' the full amount ofsuch fee, commission, percentage, gift, or consideration' (b) individual, p,Mnn`orcon�pany, other than a bona fide employee working - solely for an architect, professional engineer, or registered Land surveyor and mapper, who offers, agrees, or contracts to solicit orsecure agency contracts for professional services for any other company' corporation, partnership, or firm and to be 'd, or is paid, any fee' commission, percentage' gift, or other consideration contingent upon, or resulting from, the award or the making nfa contract for professional services shall, upon conviction inacompetent court ufthis state' be found guilty ofa first degree misdemeanor, punishable as provided in s. 775.082 or s. 775.083. (c) Any architect, professional engineer, or registered surveyor and mapper, or any group, association, company, corporation, firm, or partnership thereof, who offers to pay, or pays, any fee' commission, percentage, gift, or other consideration contingent upon, or resulting from, the award mr making of any agency contract for professional services shalt, upon conviction inastate court nfcompetent authority, be found guibvof'a first degree misdemeanor, punishable as provided in s' 775`082ors, 775'083. (d) Any agency official vvho offers to solicit or secure' or solicits or secures, a contract for professional services and to be paid, or is paid' any fee, commission, percentage, gift or other consideration contingent upon the award or making of such a contract for professional set-vices between the agency and any individual person, company` firm, partnership, or corporation shall, upon conviction bva court of competent authority, be found guilty ofa first degree misdemeanor, punishable as provided ins' 775.082 ors.775lXI3. (7) AUTHORITY OF DEPARTMENT OF MANAGEMENT SERVICES. — any other provision of this section, the Department of Management Services shall be the agency of state government which is solely and exclusively authohzedandempoweredtoadministerandperfonnde functions described in subsections (]), (4), and (5) respecting all projects for which the funds necessary to complete same are appropriated to the Department of Management Services, irrespective of whether such projects areintendedfortheuseandbenehtoftheDepartnnentofk4anagemnent Services or any other agency of government. However, nothing herein shalt be construed to be in derogation of any authority conferred on the Department of Management Services by other express provisions oftaw. Additionally, any agency of government may, with the approval of the Department of Management Services, delegate to the Department of Management Services authority tu administer and perform the functions described in subsections (3), (4), and (5). Under the terms of the delegation, the agency may reserve its right to accept or reject a proposed contract. (8) STATE ASSISTANCE -0 LOCAL AGBNC!B.--Onany professional service contract for which the fee is over $25,000, the of Transportation or the of Management Services shalt provide, upon request by a municipality, political subdivision, school board, or school district, and upon reimbursement of - the costs involved, assistance in selecting consultants and in negotiating consultant contracts. (9) APPLICABILITY TO DESIGN-BUILD CONTRACTS.— (a) Except as provided in this subsection, this section isnot applicable to the procurement of design-build contracts bv any agency, and the agency must award design-build contracts in accordance with the procurement laws, rules, and ordinances applicable to the agency. (b) The design criteria package must be prepared and seated bva design criteria professional employed byor retained bvthe agency. |f the agency elects to enter into a professional services contract for the preparation uf the design criteria package, dleo the design criteria professional must be selected and contracted with under the requirements of subsections (4) and (5). A design criteria professional who has been selected to prepare the design criteria package is not eligible to render services under a design-build contract executed pursuaht to the design criteria package. (c) Except as otherwise provided ins, the Department of Management Services shalt adopt rules for the award of design-build contracts to be followed bv state agencies. Each other agency must adopt rules or ordinances for the award of design-build contracts. Municipalities, political subdivisions, school districts, and school boards shalt award design-build contracts by the use ofa competitive proposal selection process as described in this subsection, urbythe use of qualifications- based selection process pursuant tosubsections (3), (4), and (5) for entering into a contract whereby the selected finn will, subsequent to competitive negotiations, establish a guaranteed maximum price and guaranteed completion date. If the procuring agency elects the option of qualifications- based selection, during the selection of the design-build firm the procuring agency shall employ or retain a licensed design professional appropriate to the project tnserveas the agency's representative. Procedures for the use ofu competitive proposal selection process must include as o nnininnurn the following: 1. The preparation ofadesignchteria package for the design and construction of the public construction project. 2. The qualification and selection of no fewer than three design-buitd firms as the most qualified, based on the qualifications, availability, and past work of the firms, including the partners or members thereof. 3. The criteria, procedures, and standards for the evaluation of design-build contract proposals or bids, based on price, technical, and design aspects ofthe public construction project, weighted for the project. 4. The solicitation of competitive proposals, pursuant toa design criteria package, from those qualified design-bui(d firms and the evaluation of the responses or bids submitted by those firms based on the evaluation criteria and procedures established prior to the solicitation of competitive proposals. 5. For consultation with the employed or retained design criteria pfofessional concerning the evaluation of the responses or bids submitted by the design-build firma' the supervision or approval bv the agency of the detailed working drawings of the project; and for evaluation ofthe compliance of the project construction with the design criteria package bythe design criteria 6.|n the case of public emergencies, for the agency head to declare an emergency and authorize negotiations with the best qualified design-build firm available at that time. (10) REUSE DF EXISTING PLANS. --Notwithstanding anyother provision of this section, there shall be no public notice requirement or utilization of the selection process as provided in this section for projects in which the agency is able to reuse existing plans from a prior project oftheagency, or` in the case of board as defined in s. 10y13.0y1, a prior project of that or any other board. Except for plans of a board as defined in s. 1013.01, public notice for any plans that are intended to be reused at some future time must contain a statement that provides that the plans are subject to reuse in accordance with the provisions of this subsection. (11) CONSTRUCTION OFLA\0'—NothnQin the amendment of this section bv chapter 75-281, Laws of Florida, is intended tV supersede the provisions n[ss. 1013.45 and 1013.46. History.—ss. 1, 2' ]' 4' 5' 6` 7, O, ch. 73-19; ss. 1, 2' ]' ch. 75-281; s' 1' ch. 77-174; s' 1' ch. 77' 199; s. 1D' ch. O4-]21;ss'22,3Z' ch. 85'104;s'57'ch. 85-]49;s,8, ch. 06-2O4;s. 1' ch'8O4D8; s. i' ch. 89'158; s. 16` ch. 90-268; s. 15, ch. 91-137; s. 7, ch. 91462; s. 250` ch. 92-279; s. 55, ch. 92-326; s. 1' ch. 93'95;s. 114, ch. 94'119;s. 10,ch. 94-322;s. O6D, ch. 95448;s.2, ch. 95-10; s.45, ch. 96']AQ;s. ]8' ch. 97-1UO;s. 1` ch. 97'2O6;s'80, ch. 9D-279;s' 55' ch. lOO1'61; s. 63, Privacy Statement Contact Us