SUMMARY: The continuing services agreements for architectural services will allow the City to move forward with all building infrastructure related construction projects necessary to improve, alter and/or maintain the integrity of City buildings. Services to be provided under the agreements may include, but are not limited to, creation of floorplans for existing buildings, interior and exterior renovation design plans, feasibility studies, site selection services, new building design, bidding assistance and construction administration.
BACKGROUND: In accordance with the City of Riviera Beach Procurement Code (Ordinance 2412) and consistent with Florida Statue 287.055 a Request for Qualifications (RFQ) was advertised in the “Legal Notices” section of the Palm Beach Post on November 1, 2016 to solicit qualified firms to provide Architectural and Consulting Services.
On December 22, 2016, an evaluation committee consisting of the City of Riviera Beach Director of Public Works, Director of Parks and Recreation, Assistant Community Development Director, Community Development Director, Senior Planner, and Senior Procurement Specialist convened to review and discuss the responses to the city’s RFQ for Architectural Services.
Consistent with the requirements of Florida statute 287.055, the consultant competitive negotiation act these firms were evaluated and ranked based on the criteria established in the City’s RFQ, which included the following considerations:
____________________________________________________________________________
1. CAPABILITY/ADEQUACY OF FIRM’S PROPOSED STAFF AND/OR SUB-CONSULTANTS TO BE ASSIGNED TO THE PROJECT.
2. FIRM’S RECENT RELEVANT EXPERIENCE ON COMPARABLE PROJECTS.
3. EVALUATION OF THE FIRM’S PAST PERFORMANCE WITH THE CITY OR OTHER AGENCIES BASED ON THE REFERENCES FROM THE FIRM’S CLIENTS.
4. LOCATION AND ABILITY TO HANDLE PROJECT WORKLOAD.
5. MINORITY BUSINESS ENTERPRISE CERTIFICATION.
____________________________________________________________________________
The committee ranked the submittals and selected the four highest ranked firms to provide oral presentations to the committee. On February 23, 2017, the four (4) short-listed firms were invited to give oral presentations before the committee to discuss their method and approach to quality control and the fast tracking of assigned tasks, prior experience with public-sector clients and processes/methods for successful execution of similar assignments and availability of firm.
Committee members evaluated each oral presentation and scored each according to interaction, presentation and ability to communicate technical information. Finally, total average scores for both written proposals and oral presentations were combined and tallied. Accordingly, the committee ranks the short-listed firms as follows:
FIRM
|
RANKING
|
TOTAL OVERALL AVERAGE SCORE INCLUDING ORAL INTERVIEWS OUT OF 115 POINTS
|
HARVARD JOLLY
|
1
|
105.4
|
REG ARCHITECTS
|
2
|
100.5
|
WEST ARCHITECTURE
|
3
|
96.9
|
SONG & ASSOCIATES
|
4
|
93.4
|
Although all of the firms are qualified to provide the required services, only the top three (3) firms were selected, per RFQ 825-17-1, to provide the services identified in the City’s RFQ which are Harvard Jolly, Inc., REG Architects, Inc., and West Architecture and Design, LLC.
All of the firm have substantial experience in providing the types of services identified in the City’s RFQ and have the capability of meeting all reasonable deadlines as required by the City.
The firms will used on a rotation basis; however, those firms with specific expertise or experience may be utilized out of rotation due to their level of expertise.
Staff recommends that City Council approve the Professional Services Agreements with the top three (3) ranked firms of Harvard Jolly, Inc., REG Architects, Inc., and West Architecture and Design, LLC. to provide Professional Architectural Services.