Title
Discussion of issues relating to a recommendation from the selection committee on the Request for Qualifications (RFQ) for architectural services for programming and master planning of the Jimmy Burke Activity Center.
Body
Summary:
On May 29, 2019, the City received Statements of Qualifications (SOQs) from architectural firms pursuant to a Request for Qualifications (RFQ) for Architectural Services for programming and master planning of the Jimmy Burke Activity Center. This solicitation is pursuant to the Texas Professional Services Procurement Act, which regulates the procurement professional services including engineering, architectural services and land surveying, etc. This is a two-step process. First, the most highly qualified provider is selected on the basis of demonstrated competence and qualifications. Fees cannot be considered in the first step of the process. Second, negotiations are conducted toward a contract at a fair and reasonable price. If a satisfactory contract cannot be negotiated with that provider, the next most highly qualified provider is selected and so on with the same process until an agreement is reached.
The RFQ was sent to several architectural firms seeking Statements of Qualifications. The two firms that responded were Brown Reynolds Watford Architects (BRW) and Pierce Goodwin Alexander & Linville, Inc. (PGAL). Both firms agreed to the interviews with a Committee of City Staff. The Selection Committee consisted of the following members:
James Stokes - City Manager
Gary Jackson, - Assistant City Manager
Bill Pedersen, - Public Works Director P.E.
Kristin Callahan - Public Relations and Marketing Administrator
Jacob Zuniga - Assistant Director PARD
Charlie Sandberg - Director of PARD
After review of the SOQs and interviews with each firm, the selection committee scored each submittal in accordance with the evaluation criteria specified in the RFQ. The tabulated mean score of the attached evaluation forms were as follows:
1. Brown Reynolds Watford Architects (BRW) 91.16
2. Pierce Goodwin Alexander & Linville, Inc. (PGAL) 90.66
Staff proposes that we proceed to step #2 of the selection process by attempting to negotiate a contract at a fair and reasonable price with the No. 1 ranked firm, BRW. Once negotiated, a proposed will be brought back to Council for consideration/approval. The RFQ and Statement of Qualifications (SOQ) submitted by BRW are attached.
Fiscal/Budgetary Impact:
Funding is budgeted in the Capital Improvements Fund for this programming and master planning phase only. Funds have not been appropriated for construction design or construction.
Recommended action
Discuss the selection of BRW to perform programming and master planning of the Jimmy Burke Activity Center.