Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SEOPW-CRA-R-01-0047
ITEM 8C RESOLUTION NO. SEOPW/CRA 0 1 47 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY (THE "CRA") AUTHORIZING THE CRA TO ENGAGE WALLACE ROBERTS & TODD, LLC ("WRT"), AN ENGINEERING FIRM ON THE CITY OF MIAMI'S APPROVED VENDORS LIST, TO PROVIDE ARCHITECTURAL AND ENGINEERING SERVICES IN CONNECTION WITH THE EXTENSION OF THE 9TH STREET PEDESTRIAN MALL, INCLUDING, BUT NOT LIMITED TO: CONSTRUCTION OF AN OBSERVATORY/ LIGHTING TOWER, PROFESSIONAL PLANNING AND DESIGN SERVICES TO PREPARE PRELIMINARY LAND USE PLANS (PHASE ONE LAND USE PLAN) AND PRE -SCHEMATIC SITE AND ARCHITECTURAL PLANS AND CONCEPTUAL ELEVATIONS (PHASE TWO DESIGN GUIDELINES), FOR THE PROPOSED OVERTOWN CULTURAL AND TECHNOLOGY CENTER WITHIN THE REDEVELOPMENT AREA, AT A TOTAL COST NOT TO EXCEED $120,000.00, SUBJECT TO THE AVAILABILITY OF CDBG FUNDS FROM ACCOUNT NOS. 799126.456262.979 AND 799126.456283.979; FURTHER AUTHORIZING THE CRA TO AND ENTER INTO AN AGREEEMENT WITH WRT ON THE SAME TERMS AND CONDITIONS AS CONTAINED IN THAT —CERTAIN PROFESSIONAL SERVICES AGREEMENT (GENERAL ARCHITECTURAL SERVICES), DATED SEPTEMBER 28, 1999, BY AND BETWEEN THE CITY OF MIAMI AND WRT AND IN A FORM ACCEPTABLE TO THE CITY ATTORNEY TO EFFECTUATE THE FOREGOING. WHEREAS, the City of Miami approved and adopted the Southeast Overtown/Park West Community Redevelopment Plan pursuant to Resolution Nos. 99- 708 (the "Redevelopment Plan"); and WHEREAS, the CRA is responsible for carrying out community redevelopment activities and projects in the Southeast Overtown/Park West Redevelopment Area (the "Redevelopment Area") established pursuant to the Redevelopment Plan; and WHEREAS, the CRA desires to engage Wallace Roberts & Todd, LLC to provide architectural and engineering services in connection with the extension of the 9`h Street Pedestrian Mall, including but not limited to: construction of an observatory/lighting tower, professional planning and design services to prepare Preliminary Land Use Plans (Phase One Land Use Plan) and Pre -Schematic Site and Architectural Plans and Conceptual Elevations (Phase Two Design Guidelines), for the proposed Overtown Cultural and Technology Center within the Redevelopment Area. 0 0 ITEM 8C NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are incorporated herein as if fully set forth in this Section. Section 2. The CRA is hereby authorized to engage Wallace Roberts & Todd, LLC to provide architectural and engineering services in connection with the extension of the 9"' Street Pedestrian Mall, including but not limited to: construction of an observatory/lighting tower, professional planning and design services to prepare Preliminary Land Use Plans (Phase One Land Use Plan) and Pre -Schematic Site and Architectural Plans and Conceptual Elevations (Phase Two Design Guidelines), for the proposed Overtown Cultural and Technology Center within the Redevelopment Area, at a total cost not to exceed $120,000.00, subject to the availability of CDBG funds from account numbers 799126.456283.979 and 799126.456262.979. Section 3. The CRA is authorized to enter into an agreement with Wallace Roberts & Todd, LLC on the same terms and conditions as contained in that certain Professional Services Agreement (General Architectural Services), dated September 28, 1999, by and between the City of Miami and WRT, attached hereto as Exhibit A, and in a form acceptable to the City Attorney, to effectuate the foregoing. Section 4. This resolution shall be effective upon its adoption. PASSED AND ADOPTED on this 21" day of May, 2001. Ar— Arth E. Teele, Jr., Chairman ATTEST: • �',wast� Walter J. Foe , Crty Clerk APPROVED AS TO FORM AND CORRECTNESS: ,'Vilarello ttorney I'If-1 I-14-GlJU1 11 • JU WI-ILLP'11.G RULCR 1 `J [k 1 ULL f Planning & Design • May 11, 2001 Revised May 14, 2001 Philadelphia Coral Gables Dallas Lake Placid son Diego San Francisco • Mr. Dipak Parekh, Executive Director City of Miami Community Redevelopment Agency 300 Biscayne Boulevard Way, Suite 430 Miami, Florida 33131 • JtJJ 'Y'-tJ V`YJl r f;1G Re: Proposal to Perform a Planning and Design Study for the Overtown Cultural and Technology Center Dear Mr_ Parekh On behalf of Wallace Roberts & Todd, LLC (WRT), I am pleased to present this proposal to perform professional planning and design services to prepare Preliminary Land Use Plans (Phase One and Two Preliminary Program and Land Use Plan) and Pre -Schematic Site and Architectural Plans and Conceptual Elevations (Phase Three Design Guidelines) for the proposed Overtown Cultural and Technology Center. We understand that the facility is to be planned and built on properties currently owned or to be purchased by the City of Miami Community Redevelopment Agency (CRA) on NW 3rd Avenue in proximity to the 9`h street Pedestrian Mall. We further understand that WRT would be responsible for leading community workshops (organized and funded by the CRA) for the Cultural Component of the project and that another consultant will be responsible for providing program and space needs for the Technology Component of the project. We are assuming that the CRA would act as the project client and that 0 required base information (ROW with utility information, existing zoning and site development criteria, and plat neaps with ownership etc) will be provided by the CRA. Proposed Scone of Services Phase Y - Preliminary Program 1.1 WRT will compile and document base information provided by the CRA, which will be used during community workshops and throughout the planning and design work. 1.2 WRT will participate in up to two community stakeholders meetings to gather community input regarding required and desired facilities and capacities. 1.3 WRT will prepare a summary document of required and desired spaces and additional space requirement for circulation and MEP needs Wallace Roberts & Todd, LLC 305.448.0788 191 Giralda Avenue, Penthouse www.wrtdesign.com Coral Gables, FL 33134 fax 305.443.8431 01- 47 SEOPW/CRA i4l T—14—G✓JlJl 11 - JY.J WRT WI"'ILLh'II.0 RUDCR 1 J Oa 1 ULU f .JCI✓ "1 `YJ V`TJ1 i . tl..J 0 .7 do 1.3.1 WRT will meet and coordinate with the "Technology Consultant" to review and determine program requirements for the Technology portion of the project. Phase II-PreHnAawT Plans 2.1 WRT will prepare a final program statement for the combined facilities. 2.2 WRT will prepare alternative site diagrams testing the building and required parking facilities as both a single structure and multiple structures. 2.3 WRT will review and evaluate the alternatives with the CRA, or their designated representatives to determine a preferred concept. 2.4 Based on the results of the review of the alternative plans, WRT will prepare a final conceptual master plan 2.5 WRT will prepare an order of magnitude estimated cost of construction. 2.6 WRT will prepare a Phase one Report documenting the community input, alternative plans and review and a narrative describing the Preferred Plan. Phase 1Tf — Pre -Schematic Plans and ]Design Guidelines 3.1 WRT will prepare a color rendered Site Master Plan. 3.2 WRT will prepare Pre -Schematic Floor PIans for the Facility 3.3 WRT will prepare Thematic Elevations and Sections for the Facility 3.4 WRT will present and review the plans and elevations with the CRA or their designated representatives. 3.5 Based on the results of the review, WRT will make all necessary modifications to the plants and elevations. 3.6 WRT will prepare an estimated cost of construction. 3.7 WRT will prepare a final report documenting the proposed program, site plan, building floor plans and elevations which will serve as Design guidelines for a potential Design Build Completion of this project. 01 -- 47 SE®PW/CRA I'IH T—14—GFJ✓Jl 11 • JU Wf"IL -M-r- KUDCR 1 J Cx 1 ULU f r . U14 • 3.8 WRT will deliver 10 copies of the final report and an electronic file for use by the CRA in producing additional copies of the document. Proposed Fees WRT propose to complete the Scope of Services described above in accordance with the following Fixed Fee Schedule, which includes nounal reimbursable direct cost. Phase One Preliminary Program S 4,500.00 Phase Two— Preliminary Plans $21,000.00 Phase Three — Pre -Schematic Plans and Design Guidelines $31,700.00 Total Proposed Schedule $57,200.00 WRT proposes to complete Phase One within 30 days of Authorization to Proceed and to complete Phase Two within 45 days of authorization to proceed. If this proposal meets with your approval, please prepare a work order, which will serve as our authorization to proceed with Phase One of the project. If modification of this proposal would better suit your needs, please contact me. b 01- 47 SE®PW/CRA TOTAL P.04 MAY-14-2001 12:39 CITY CLERKS OFFICE 305 858 1610 P.02 . J-99-715 9/17/99 RESOLUTION NO.9vQ_ 708 A RESOLUTION, WITH ATTACHMENT, OF THE MIAMI CITY COMMISSION ACCEPTING THE FINDINGS AND RECOMMENDATIONS OF THE COMPETITIVE. SELECTION COMMITTEES AS TO THE MOST QUALIFIED FIRMS, IN RANK ORDER, TO PROVIDE PROFESSIONAL AND TECHNICAL SERVICES (LAND SURVEYING AND MAPPING, LANDSCAPE ARCHITECUTRAL, ARCHITECTURAL -ENGINEERING, MISCELLANEOUS ARCHITECTURAL AND ENGINEERING, ENVIRONMENTAL, STRUCTURAL, MECHANICAL, AND CONSTRUCTION MANAGEMENT ENGINEERING, AND VALUE ANALYSIS AND COST ESTIMATE) FOR. CALENDAR YEARS 1999- 2001 CITY OF MIAMI PROJECTS; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AGREEMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND AS MORE PARTICULARLY SET FORTH HEREIN, WITH THE TOP RANKED FIRMS FOR THE PROVISION OF SAID SERVICES. • WHEREAS, a substantial number of City of Miami construction and departmental projects requiring planning studies and design and construction plans are scheduled for the immediate future; 40 and WHEREAS, the City of Miami Public Works Department is insufficiently staffed to accomplish all the professional and technical services (land surveying and mapping, architectural - engineering, miscellaneous architectural and engineering, environmental, structural, mechanical and construction management engineering, and value analysis and cost estimate) required for ®1-" 47 SE®PW/ CRA �ATTACHMENT (s) CONTAINED CITY C 1IYwd O$ S E P 2 8 1999 Rosoluom No. MAY-14-2001 12:39 rY CLERKS OFFICE 1-0 305 858 1610 am • said projects; and WHEREAS, pursuant to Resolution Nos. 99-144, 99-145 and 99-146, adopted February 23,1999, the City Commission approved the designation of certain Category "B" projects to be undertaken during 1999, 2000 and 2001, appointed certification and competitive selection committees, and directed that the findings and recommendations of said committees be presented to the City Commission for consideration; and WHEREAS, the most qualified firms for providing professional services for said projects were selected by the Competitive Selection Committees in accordance with the State of Florida Consultants' Competitive Negotiations Act, enacted by the Florida Legislature on July 1, 1973, and pursuant to the provisions set forth in Chapter 18 of the Code of the City of Miami, Florida, as amended; and WHEREAS, it is now in order for the City Commission to accept the findings and recommendations of the Competitive Selection Committees and to negotiate professional service agreements with the top selected firms for said projects; and WHEREAS, funds for said services will be allocated from funds appropriated as expenses for each project, as may be required; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY 01- 47 SEOPW/Q- 2 - 99- ,08 MAY-14-2001 12:40 CITY CLERKS OFFICE _ 305 858 1610 N,04 • OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The findings and recommendations of the Competitive Selection Committee as to the most qualified firms to provide professional land surveying and mapping services for City of Miami projects, listed herein in rank order, are hereby accepted: 1. Weidener Surveying and Mapping P.A. ® 2. PBS&J 3. A. R. Toussaint & Associates, Inc. 4. Manuel G. Vera and Associates, Inc. 5. Biscayne Engineering Company, Inc. 6. Leiter, Perez & Associates Inc. 7. E.N. Bechamps and Associates, Inc. (ALTRRNATE) 8. Precision Engineering & Surveying (ALTERNAIR Section 3. The findings and recommendations of the Competitive Selection Committee as to the most qualified firms to provide professional engineering services for City of Miami projects, listed herein in rank order, are hereby accepted: 1. Kunde, Sprecher & Associates, Inc. Subconsultants: HR Engineering, Inc. EAC Consulting, Inc. CRA Clarke, Inc. 2. Corzo Castella Carballo Thompson Sal.man, P.A. Subconsultants: Biscayne Engineering Company, Inc. EAC Consulting, Inc. Civil Works, Inc. • C3TS �J 1 47 SECPW/CRC. - s 3- 9 9— 708 MAY-14-2001 12:40 CITY CLERKS OFFICE 305 858 1610 P.05 • 3. CarlanKillam Consulting Group, Inc. Subconsultants: Architects International, Inc. EAC Consulting, Inc. Botas-Estau Engineering Group, Inc. Task Laboratories, Inc. 4. Metric Engineering, Inc. Subconsultants: URS Greiner Woodward Clyde, Inc. EAC Engineering, Inc. BCC Engineering, Inc. 5. Ross Associates, Inc. Subconsultants; Precision Engineering & Surveying, Inc. San Martin Associates, Inc. 6. Milian, Swain & Associates, Inc. Subconsultants; Kaderabek & Barreiro Consultants, Inc. W.A. Sutherland & Associates, Inc. CRA-Clarke, Inc. Camp Dresser & McKee, Inc. 7. URS Greiner Woodward Clyde, Inc. (ALTERNATE) Subconsultants: ADA Engineering, Inc. Precision Engineering & Surveying • Carney-Nehaus, Inc. 8. Pi35&J� U,IZ_ATRI Subconsultants: CAP Engineering EAC Consulting, Inc. San Martin Associates, Inc Kaderabek & Barreiro Consultants, Inc. Section 4. The findings and recommendations of the Competitive Selection Committee as to the most qualified firms to provide professional architectural services for City of Miami projects, listed herein in rank order, are hereby accepted: 1. R.J. Heisenbottle Architects, PA Subconsultants: Vital Engineering, PA Maurice Gi-ay, M Hajjar and Associates, Inc. Fraga Engineers. Wallace, Roberts, Todd/WRT J.A. Condon & Associates 2. RO Architects & Planners, Inc. Subconsultants: Rosenburg Design Group, Inc. Maurice Gray, M Hajjar and Associates, Inc. • Carney-Nehaus, Inc, Hussey-Nicolaides-Garcia-Suarez © 1 - 47 Associates, Inc. SEOPW/CRA MAY-14-2001 12:40 'CITY CLERKS OFFICE 305 858 1610 P.06 3. Architects International, Inc. Subconsultants: C.A.P. Engineering Consultants, Inc. EAC Consulting, Inc. CTG Architects Rosenburg Design Group Vital Engineering 4. The Corradino Group Subconsultants: ADP, Engineering, Inc. EAC Consulting, Inc. Savino & Miller Design Studio 5. Perez Associates Subconsultants; Donnell, Duquesne & Albaisa, PA Maurice Gray, M Hai jar and Associates, Inc. Falcon and Bueno William A. Berry & Associates, Inc. 6. Johnson Associates Architects, Inc. (ALIRRN TF) Subconsultants; Leiter, Perez & Associates, Inc. Maurice Gray, M Hajjar and Associates, Inc. Fraga Engineers Kimberly Horn and Associates • 7. Bruno -Elias & Associates Inc. (ALTF.RNATF) Subconsultants: Tilden Lobnitz Cooper RAC Consulting, Inc. Civil Works, Inc. Section 5. The findings and recommendations of the Competitive Selection Committee as to the most qualified firms to provide professional environmental engineering services for City of Miami projects, listed herein in rank order, are hereby accepted: 1. Consulting Engineering & Science, Inc. 2. ATC Group Services Inc. 3. Camp Dresser & McKee Inc. Subconsultants: Milian , Swain & Associates, Inc. 4. G.M. Selby & Associates, Inc. (AT,TF NAT,) 5. The Corradino Group (AT.TFRNAT .) Section 6. The findings and recommendations of the Competitive Selection Committee as to the most qualified,firms to SE®PW/CRA - 5 - 99- 708 MAY-14-2001 12:40 � CLERKS OFFICE 305 858 1610 P.O7 4 • provide professional landscape architectural services for City of Miami projects, listed herein in rank order, are hereby accepted: I. Kimley-Horn and Associates, Inc. 2. Wallace Roberts & Todd, Inc. 3. Curtis & Rogers Design Studio, Inc. (AT,T.$NATF) Section 7. The findings and recommendations of the Competitive Selection Committee as to the most qualified firms to provide professional structural engineering services for City of Miami projects, listed herein in rank order, are hereby accepted: 1. Avart, Inc. 2. Maurice Gray, M. Najjar and Associates, Inc. 3. H.J. Ross Associates, Inc. (AT�TE•R1�YA- TE) Section 8. ' •The findings and recommendations of the Competitive Selection Committee as to the most qualified firms to provide professional mechanical engineering services for City of Miami projects, listed herein in rank order, are hereby accepted: 1. Gartek Engineering Corporation 2. SDM Consulting Engineers, Inc. 3. Hufsey-Nicolaides-Garcia-Suarez Associates, Inc. (AT.TFRNATF 1 Section 9. The findings and recommendations of the Competitive Selection Committee as to the most qualified firms to provide professional construction management engineering services for City of Miami projects, listed herein in rank order, are hereby accepted: 1. Corzo Castella Carballo Thompson Salman, P.A. 2. PHS&J 3. H.J. Ross Associates, Inc. ( T,TFRNATF) • Section 10- The findings and recommendations of the Competitive Selection Committee as to the most qualified firms to 01- 47 SEOPW/- 6 - 9 9 "% 708 MAY-14;2001 12:40Y CLERKS OFFICE 305 858 1610 P.08 provide professional value analysis and cost estimate services for City of Miami projects, listed herein in rank order, are hereby accepted: 1. The Architectural Partnership 2. Civil Works, Inc, 3. G.M. Selby & Associates, Inc. Az,T . NA, TF) Section 11. The findings and recommendations of the Competitive Selection Committee as to the most qualified firms to provide professional, architectural -engineering services for City of Miami projects, listed herein in rank order, are hereby accepted: 1. C.A.P. Engineering Consultants, Inc. Subconsultants; Architects International Botas-Estau Engineering EAC Consulting, Inc. 2, Indigo Service Corporation Subconsultants: E.N. Bechamps and Associates, Inc. Fraga Engineers 3. Shrum, Ali and Associates, Inc. (ALTERNATE) Subconsultants: Biscayne Engineering Maurice Gray, M Hajjar and Associates, Inc. Carney-Nehaus, Inc. Section 12. The City Manager or his designee is hereby authorized to negotiate six professional service agreements on behalf of the City of Miami with the rank ordered firms listed in Sections 2 and 3 hereinabove, five professional service agreements on behalf of the City of Miami with the rank ordered firms listed in Section 4 hereinabove, three professional service agreements on behalf of the City of Miami with the rank ordered firms listed in Section 5 hereinabove, and two professional service agreements in each category on behalf of the City of ©1- 47 SE®PW/CRA - 7 - 99- 708 MAY-14-2001 12:40 Y CLERKS OFFICE 305 858 1610 P.09 f • Miami with the rank ordered firms listed in Sections 6,7,8,9,10 and 11 hereinabove for professional services as may be required. In the event that the City Manager or his designee cannot negotiate an agreement which, in his opinion, is fair, competitive and reasonable, with any one of the rank ordered firms, then he is hereby authorized to terminate such negotiations and to proceed to negotiate with the remaining firms . Section 13. The City Manager is hereby authorized!' to execute Professional services Agreements, in a form acceptable to the City Attorney, with the ranked firms listed in Sections 2 through 11 hereinabove at the maximum agreement amounts as • established in Attachment "A". The City Manager is hereby further authorized at his option to extend any and all agreements For a maximum period of one (1) year. Section 14. This Resolution shall become effective J The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not • limited to those prescribed by applicable City Charter and Code Provisions. 01- 47 SE®PW/ CRA - 8 - 99-- "708 MAY-14-2001 12:40 CITY CLERKS OFFICE 305 858 1610 P.10 • immediately upon its adoption and signature of the Mayor' PASSED AND ADOPTED this 28th day of September , 1999. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legis(ation by signing it in the designated place provided, said (egisiaticr, t-aN becomes effective with the elapse of ten (i0) d from the ate of Co ;Sdon z .'Iion regarding same, without the Mayor c v ATTEST: W er o®man, City Clerk WALTER J. FORMAN CITY CLER J /t If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it small become effective immediately upon override of the veto by the City Commission. 01- 47 SE®PW/CRA ins 99- 708 m 00 In M U) CD U LL O (n Y W J U H U ATTACHMENT A RANK OF SHORT LISTED FIRMS AFTER PRESENTATION AND INTERVIEW PHASE Rank- Arch. Rank- Eng. Rank- ACE Rank. Sury Rank- Env. Rank- Stru. Rank- Mech. Rank- Land Rank- Value Rank -VIE CMS coNTRACT i R.J_ He15enbaWe Arddt9ds,Pa RO Architects 6 Planners, Inc 2 _^-€: 3' ,_ _ - _ W 060 Architects Intameliam1, Im. 3 = , r:_ _ - _ The Corradkw Group 4 11 = F== - - - 5 =;f = - -=_ _ -_ 5500,0D0 PerezAssodatee 6 Johnson AssodatesArchileds, Inc- 8 A:� tea^ {_ :+,=.'� _^7� '-ti: _ _ _ -` ;r= ALT Bruno -Elias & Associates Inc. T = = ��� = =; '_a a_ :_ -':' - = = ALT Gambach SklarArdhfteds, Inc. 6 Laura M. Perez 6 AssorJabes, Inc 9 - <. 3 ' •'= &111.^Ali KVH Architects, P.A. 10 Kunde, Sprecher &Associates, Ina' Corm Castella Carbak Thompson Selman, PA. 2 � € :" q ' ' _- ' -- 1 5700 000 CadanKitlam Consuttnq Group, Inc, - 2. 8 _ Metric Engbmerfrq, Inc. 4 _ _, __ - - ,;� _�- - `- �_^ � __ ; 6 5 $wo o0D H.J. RossAssoclales, Inc. :^ 5 - 6 3 4 11-, - - -_ -. _ 3 is00,000 Milian. Swain & Associates, Inc. ;> �� 6 =ram '; _ " ' -- - -- Y '_° - -- c f • f600A00 URS Greiner Woodward CI de, Ina �•��% 7 ��..- - �- z ���� ��:�� �- ;:�-�.:--• -_ -- _ -- _ - ALT PBSU 11 MUM- 2� 1 7 ==- �=3 -� �F :e '_ = t _ _ 2 1400.000 Williams, Hatfield & Stwer 1 8 Bums and McDonnell Englneerin ,Incjin- SO_'� ' IL E.H. Benham andAssocietes, Inc. 12 _ s=' 7;�- C.A.P. En Ineerl Consultants, Inc"" In o Service Corporation �Q _ 2 Shrum, All and Associates, Inc =_` 3 ALT The Architechual Design Consortium, Inc, ? a i" z� Sequalra & Gavarrie Esc;=5 � 5 r _ �, =� sy Y = i '.� _= _ •'; Weldener So and Ala -ng PA A. R. Toussaint & Assodates, Inc.�= ems' :� = -=>� 3 r- = � :toms ,*=�=_ _ _ _ = _ $200.000 Manuel G. Vera and Associates, ina� _ - - _-Y � �;_ - 4 `=�. m-a - - _ " - - --_ f200,000 8 Englneed Company, Inc..:� Y ' i �_ "� 5 Y;� = '�� '_ _ �',:_� = $200,000 Lefler, Perez & Assodaias Inc.-�x: i ==` -° - -_ f206,000 Predslon E mead & Surveying �'° = 8 _� F _ {rst - 2 -__ r+= ALT PAWACom lex Infl. Inc. - 9 ��_�_ 6- Ca -Neuhaus, Inc. +:aft "=-z 10- Task Su rs. Inc- Consulti En in &Science, Inc� 3400,400 ATC Grou Services lnc. x� = '- ?`1 S' '-?: 2 - _;,4-A CampCreaser &McKee Inc. r e = Ems- =i `=s •f= '`_. _ 3 $400.000 G.M. S & Associates, Inc. r.�= , A.DA. Engineering, Ina Avart Inc zs =-~ = ' $200,000 Maurice Gr , M. Ha and Associates, Inc. 'Y` + =' y ;�= � z' _ -_ 2 =` $200,000 GaRek ineerin Corporation _ = __ ` �=-+� ti $200,000 SDIN Consuttl Engineers, Inc. 2 f200,000 Hufsey-Hioclaides-Gafdan� SuarezAssodates, Inc, siv� . :w: ;rL � P-: . r= T _ - - 3 - ALT Klml Han and Associates, Inc t': 4: 1 ry •` : 3 _-_ = r _ - _ '_ 1 - $200,000 Wallace Robwts & Todd, Inc. .+C �A�� s `_ x = 4 s 1r . ` _ m: is = 2 - `'� i Z00,000 CuRls & Rogers Design Studio, Inc. ALT Rosentyurg Design Group, Inc �zc - 7f ' 1 - :p : a 1 _ tn1' Bermello, A•amil & Partners, Inc - The Artedural Partnershi cM ' c,= ' = 1 i $200,0110 A. �J i 0 ® � MAY-14-2001 12:41 CITY CLERKS OFFICE CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM To : Honorable Mayor and Members of the City Commission FROM Don s aw City Manager RECOMMENDATION: DATE : 17 August, 1999 305 858 1610 P.12 FILE SUEUECT : Professional Services for City of Miami Projects Years 1999, 2000 &2001 AEFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission accept the recommendations of the Competitive Selection Committee by. adopting the attached resolution approving the selection of the most qualified firms to provide "Professional Services for City of Miami Projects - 1999, 2000 & 2001" ; and authorizing the City Manager to negotiate and execute Professional Service Agreements with the top rated firms in several categories. BACKGROUND: The City is proposing in the immediate future to contract for a substantial number of projects involving repairs, renovations, and additions to existing City buildings and related facilities including City parks, properties, and public right of way. The Public Works Department is insufficiently staffed to accomplish all design, construction documents and technical services required for these projects and other miscellaneous projects initiated by various departments. It is necessary, therefore, to engage private firms to provide professional services for the 1999, 2000 & 2001 calendar years. In accordance with City of Miami Ordinance No. 9572, and as authorized by Resolution Nos. 99- 144, 99-145 and 99-146, passed and adopted on February 23,1999, a Competitive Selection Committee was appointed in accordance with the provisions of Chapter 18 of the Miami City Code. The Committee members were as follows: Miscellaneous .Architectural Services, Landscape Architectural Services, and Value Analysis: Tony Perez,, Public Works Department A. Aurora Badia , PE, Public Works Department- Chairperson .lose Casanova, RA, Planning Department Enrique Nunez, ASLA, Planning Department Doreen 'Williamson -Grace, Finance Department Dalia Abrahantes, RA, Miami -Dade County Water and Sewer Department 41- 47 , SEOPVW/CRC►, MAY-14-2001 12:41 CITY CLERKS OFFICE 305 858 1610 P.13 7) E.N. Becbamps and Associates, Inc. ALTERNATE) 8) Precision Engineering & Surveying (ALTERNATE) Miscellaneous Geneml Engineering 1) Kunde, Sprecher & Associates, Inc. Subconsultants: HR Engineering, Inc. EAC Consulting, Inc. CRA Clarke, Inc. 2) Corzo Castella Carballo Thompson Salwan,, P.A. Subconsultants: Biscayne Engineering Company,Inc. EAC Consulting, Inc. Civil Works, Inc. OTS 3) CarlanKillam Consulting Group, Inc. I Subconsultants: Architects International, Inc. EAC Consulting, Inc Botas-Estau Engineering Group, Inc. Task Laboratories, Inc 4) Metric Engineering, Inc. Subconsultants: URS Greiner Woodward Clyde, Inc. EAC Engineering, Inc. BCC Engineering, Inc. 5) H.J. Ross Associates, Inc. Subconsultants: Precision Engineering & Surveying, Inc. San Martin Associates, Inc. 6) Milian, Swain & Associates, Inc. Subconsultants: Kaderabek & Barreiro Consultants, Inc. W.A. Sutherland & Associates, Inc. 3 1- 47 99- 708 SEGPW/CRA MAY-14-2001 12:41 CITY CLERKS OFFICE i 305 858 1610 P.14 -0 1C i Architectural -Engineering for Building cat Zoning I) C.A.P. Engineering Consultants, Inc. Subconsultants: Architects International Botas-Estau Engineering EAC Consulting, Inc. 2) Indigo Service Corporation Subconsultants: E.N. Bechamps and Associates, Inc. Fraga Engineers 3) Shrum, Ali and Associates, Inc. (ALTERNATE) Subconsultants: Biscayne Engineering Maurice Gray, M Hajjar and Associates, Inc. Carney-Nehaus, Inc. The resolution provides for the City Manager to negotiate and execute agreements with the top rated firms for the professional services. The maximun fees that could be paid to each firm is shown in Attachment "A". DHW: : J Q 0 f -• 47 SE®PW/CRA 99- 708 MAY-14-2001 12:49 CITY CLERKS OFFICE 305 858 1610 P.06i07 0 Vital Engineering • • 4) The Corradino Group Subconsultants: ADA Engineering, Inc. PAC Consulting, Inc. Savino & Miller Design Studio 5) Perez Associates Subconsultants: Donnell, Duquesne & Albaisa, PA Maurice Gray, M Hajjar and Associates, Inc. Falcon and Bueno's William A. Berry & Associates, Inc. 6) Johnson Associates Architects, Inc. (ALTERNATE) Subconsultants: Leiter, Perez & Associates, Inc. Maurice Gray, M Hajjar and Associates, Inc. Fraga Engineers Kimberly Horn and Associates 7) Bruno -Elias & Associates Inc. (ALTERNATE) Subconsultants: 'Tilden Lobaitz Cooper EAC Consulting, Inc. Civil Works, Inc. Miscellaneous Environmental Engineering 1) Consulting Engineering & Science, Inc 2) ATC Group Services Inc. 3) Camp Dresser &• McKee Inc. Subconsultants: Milian, Swain & Associates, Inc. 4) G.M. Selby & Associates, Inc.(ALTERNATE) 5) The Corradino Group (ALTERNATE) l 01- 47 SE®PW/CRA 5 99-- 708 MAY-14-2001 12:49 CITY CLERKS OFFICE 305 858 1610 P.O7/07 Miscellaneous Landscape Architecture 1) Kimley-Horn and Associates, Inc. 2) Wallace Roberts & Todd, Inc. 3) Curtis & Rogers Design Studio, Inc. (ALTERNATE) Miscellaneous Structural Engineering 1) Avart, Inc 2) Maurice Gray, M. Hajjar and Associates, Inc. 3) H.J. Ross Associates, Inc. (ALTERNATE) Miscellaneous Mechanical Engineering 1) Gartek Engineering Corporation 2) SDM Consulting Engineers, Inc. ® 3) Hufsey-Nicolaides-Garcia-Suarez Associates, Inc. (ALTERNATE) Miscellaneous Engineering Construction Management 1) Corzo Castella Carballo Thompson Salman, P.A. 2) PBS&J 3) H.J. Ross Associates, Inc. (ALTERNATE) Miscellaneous Value Analysis and Cost Estimate 1) The Architectural Partnership 2) Civil Works, Inc. 3) G.M. Selby & Associates, Inc(ALTERNATE) 0 1 -- 47 6 SE®PW/CRA g 9 -- 708 TOTAL P-07 ATTACHMENT A RANK OF SHORT LISTED FIRMS AFTER PRESENTATION AND INTERVIEW PHASE Rank Rank. Rank-� Rank- Rank- Rank- Rank-111 Rank- Rank- Rank. CONTRACT Arch. Eng. AfE Sury Env. Stru. Mach. I Land Value cmi p F_jte4se;b#eX711eta _2 RR $50 Ono an —AwiftanN & PlannArr Inc L= te:�E 5 T FETIN"S W EmmR";Q oil twQ'i'mm 41 MR2hi=-na 18— 0ffi�.k;A i199`_ h LI REM Mill 11=111111I l mm 11w5mll cm;ml I ERM, I I&M—W 11 F 119=- 11 W.W.We M_ r6m 711IN111-1 11111M.1-Miumme 111OU-011 , 10- m_ I I 59AFKA, a, I luml I I W rNw-A if - M_ ;3 PC, 20-0:20, 11 wt, ff,111 Ills 04 �rvm R I I Kim sodiates, Inc. C. v - R. m 101171WOMT-MIUM fii WFUIA17-61 0 CITY OF MIAMI, FLORIDA 0 ITEM 8C Chairman Teele and Members of the CRA Board FROM: Dipak M. Pare Executive Director' RECOMMENDATION INTER -OFFICE MEMORANDUM DATE: May 21, 2001 FILE : SUBJECT: Wallace Roberts & Todd, LLC REFERENCES: City Resolution 99-708 ENCLOSURES: Resolution and Contract It is recommended that the Board of Directors of the Southeast Overtown/Park West Community Redevelopment Agency (the "CRA") adopt the attached Resolution authorizing the CRA to procure architectural/engineering services from Wallace Roberts & Todd, LLC ("WRT"), on the same terms and conditions as the existing professional services agreement between the City of Miami and WRT, at a total cost not to exceed $120,000. BACKGROUND • The attached Resolution authorizes the CRA to engage Wallace Roberts & Todd, LLC, an engineering firm on the City of Miami's approved list, for the extension of the 9 h Street Pedestrian Mall, including construction of an observatory/lighting tower, professional planning and design services to prepare preliminary land use plans (Phase One Land Use Plan) and Pre -Schematic Site and architectural plans and conceptual elevations (Phase Two Design Guidelines), for the proposed Overtown Cultural and Technology Center within the Redevelopment Area, subject to the conditions stated. • Funding Source: CDBG Account Number: 799126.456262.979 and 799126.456283.979 01. - 47 SEOPW/CIRA