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