HomeMy WebLinkAboutR-03-0418J-03-416
04/28/03
RESOLUTION No. 03— 418
A RESOLUTION OF THE MIAMI CITY COMMISSION
AUTHORIZING THE CITY MANAGER'S ENGAGEMENT
OF R.E. CHISHOLM ARCHITECTS, INC., SELECTED
FROM THE LIST OF PRE -APPROVED ARCHITECTURAL
FIRMS APPROVED BY RESOLUTION NO. 02-144,
FOR DESIGN DEVELOPMENT, PREPARATION OF
BIDDING AND CONSTRUCTION DOCUMENTS, AND
CONSTRUCTION ADMINISTRATION CONSULTING
SERVICES FOR THE PROJECT ENTITLED
"SHENANDOAH PARK IMPROVEMENTS, B-3304" IN
DISTRICT 4, IN AN AMOUN NOT TO EXCEED
$200,000, BASED ON (1) THE SCOPE OF
SERVICES REQUIRED FOR THE PROJECT, AND
(2) TERMS AND CONDITIONS SET FORTH IN THE
AGREEMENT WITH R.E. CHISHOLM ARCHITECTS,
INC. EXECUTED PURSUANT TO RESOLUTION
NO. 02-144; AUTHORIZING THE CITY MANAGER TO
EXECUTE THE NECESSARY DOCUMENTS, IN A FORM
ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID
PURPOSE; AND ALLOCATING FUNDS, IN AN AMOUNT
NOT TO EXCEED $200,000, FOR SERVICES AND
EXPENSES INCURRED BY THE CITY FROM CAPITAL
IMPROVEMENTS PROGRAM PROJECT NO. 331419.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The City Manager's engagement of R.E.
Chisholm Architects, Inc., selected from the list of pre -approved
architectural firms, approved by Resolution No. 02-144, is
authorized for design development, preparation of bidding and
construction documents, and construction administration
CITY COMMISSION
MEETING OF
MAY Q S, 2103
Resolution NO.
03- 418
consulting services, for the project entitled "Shenandoah Park
Improvements, B-3304" in District 4, in an amount not to exceed
$200,000, based on (1) the scope of services required for the
project and (2) terms and conditions set forth in the Agreement
with R.E. Chisholm Architects, Inc. executed pursuant to
Resolution No. 02-144, with funds, in an amount not to exceed
$200,000, allocated for services and expenses incurred by the
City, from Capital Improvements Program Project No. 331419.
Section 2. The City Manager is authorized'I to execute a
Professional Services Agreement, in a form acceptable to the City
Attorney, for said purpose.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayoral
1� 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.
a� 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 shall become effective immediately upon
override of the veto by the City Commission.
Page 2 of 3 03- 418
PASSED AND ADOPTED this 8th day of May , 2003.
ATTEST:
PAISCILLA • - •
CITY CLERK
APPROVED AS TO FORM AND CORRECTNESS:
W7211:tr:AS
UEL A. DIAZ, MAYOR
Page 3 of 3 3
03- 418
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CA -8
TO: Honorable Mayor and Members DATE: APR 2 4 2003 FILE
of the City Co issi
SUBJECT: Shenandoah Park Improvements
in District 4
FROM: REFERENCES:
----� ENCLOSURES:
Administrator
RECOMMENDATION
It is respectfully recommended that the 'City Commission adopt the attached
Resolution authorizing the Chief Administrator/ City Manager to negotiate and
execute a Professional Services Agreement with R.E. Chisholm Architects, Inc, for
professional services not to exceed $200,000 for the project "Shenandoah Park
Improvements, B-3304".
BACKGROUND
The Department of Capital ImproveZnts has analyzed the need to enter into an
agreement with an architectural firm for the design and development of a new Day
Care Center, Basketball courts, the renovation of the Pool Facility and other site
amenities at Shenandoah Park. R.E. Chisholm, Inc. was selected from the list of pre -
approved architectural firms. Negotiation for the cost of professional services, which
includes design development, bidding and construction documents and construction
administration consulting services, is necessary to ensure the City receives an
equitable proposal. Funds allocated for R.E. Chisholm, Inc. professional services shall
not to exceed $200,000.
FISCAL IMPACT
None
JA/JcCIJBO /FP
03- 418
Budgetary Impact Analysis
Homeland Defiense Bond Funds
Department Capital Imrovements Q Division
Commission Meeting Date: May W, 2003
Title and brief description of legislation or attached ordinance/resolution:
Resolution authorizing the City Manager's engagement of an architectural firm for
the project entitled "Shenandoah Park Improvements, B-3304"
1. Is this item related to revenue? NO ■ Yes ❑ (If yes, skip to item #4)
2. Are there sufficient funds in Line Item?
CIP Project #: 331419
(If applicable)
Yes: V Index Code: 999307 Minor: 240 Amount: $200,000
No: Complete the following information:
3. Source of funds: Amount budgeted in the line item: $
Balance in line item: $
Amount needed in line item: $
Sufficient funds will be transferred from the following line items -
ACTION ACCOUNT NUMBER
TOTAL
Project No./Index/Minor Object
From
$
From
$
To
$
To
$
4. Comments:
HOmelBnd Defense Bond Funds
Approved by:
Department Director/Designee Date
APPROVALS
V
of S to is lanrfdg, Budgeting &
man e
Date: 4--j-01
Verified by CIP: (If applicable)
Director/Designee
Date:
03- 418
Homeland Defense/Neighborhood Improvement Bonds
PROJECT NAME
TOTAL BOND
IST SERIES
DOLLARS
SPENT TO
BALANCE
ALLOCATION
APPROPRIATION
DATE
CIPNo. 331419
$31,000,000
$15,500,000
$21,723
$15,263,049
Neighborhood Park
Improvements &
Acquisition
03— 08
tit 1010 F . l
a
J-02-_11
21 y 102
RESOLUTION 02— 14 4
A RESOLUTION OF TFE MIAMI CITY COMMISSION,
WITH ATTACHMENT, ACCEPTING THE RECOMMENDATION
OF THE CITY MANAGER TO APPROVE THE FINDINGS
0- THE SELECTION COMMITTEES, PURSUANT TO
REQUEST FOR PROPOSALS, FOR THE MOST QUALIFIED
FIRMS TC PROVIDE PRCFESSIONAL SERVICES FOR
PUBLIC WORKS CATEGORY "B" DESIGNATED PROvECTS
FOR 2002 THROUGH 2004 LISTED BY SPECIALTY IN
RANK ORDER; AUTHOR IZ-KG THE CI"_'`_' MANAGER TO
NEGOTIATE A\D EXECUTE PROFESSIONAL SERVICES
AG:,EEMENTS W= T is EACR FIRM IN AN AMOUNT NOT TO
EXCEED THE AMOUNT INDICATED :N ATTACHMENT "A"
FCR EACH SPECSaiL':Y =0R EACI. FIR'S:; ALLOCATING
FUNDS FROM INDIVIDUAL PROJECT ACCOJNTS.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Se --tion ''.. The recommendation of the City Manager to
approve the findings of the select=on cora ittze, pursuant to
Request for Proposals, as to the most qualified firms to provide
professicnal engineering construction management services -or
Pub?_c Works Category "B" des grated projects for 2002 through
2004, listed herein in rank order, are accepted:
The Corradino Group, Inc.
2. Nova Consulting Inc.
3. Marlin Engineering Inc.
4. Civil-Cadd Engineering Inc.
5. CES Consultants, Inc. (ALTERNATE)
6. PBS&J (ALTERNATE)
01
CITY COraSSioN
x=!= tw
FEB 14 2002
8edoitaclms i�r
T s.
TF'M41
section 2. T e recwrjnendation of the City Manager
to acFrove the findings c, the selectic : cormmitzee, pursu?nt
tc Request for rrenosa-s, as to the most qualified firms tc
provide professional ADA requirement services for Public
tiorks Category "B" designated projects fcr 2OC2 t -rough
ZO:A, -i sted herein ir rank order, are acoepted:
2. n O Ar=hizects + _-anners, Inc.
3. Gurr_ ?latute, P. A. ;ALTERNATE)
Section 3. The recommendation o= the City Manager tc
approve the findings of the selection committee, pursuant tc
Request for Proposals, as to the most qualified firms to provide
professional architectural engineering services for Public Works
Category "B" designated projects for 2CO2 through 2004, listed
herein in rank order, are accepted:
CSA Southeast, Inc, tC.A.P. Eng. Cons:atants, Inc.)
2, =ndiac Service Corooratior
Section 4. The recommendation of :he City Manager t --
approve the findings of the selection committee, pursuant to
Request for Proposals, as to the most qualified firzr_ to provide
professional architecture services for Public Works Category "3"
designated projects for 2002 through 2CO4, listed herein in rank
order, ars accepted;
I. Gurr_ Matute pA
2. Zysccvich., Y nc.
3. R.J. Heisenbottle Architects, P.A.
4. R.E. Chisholm Architects, Inc.
5. Be=ello, Ajamil & Partners, Inc. (ALTERNATE)
6. PBS J (ALTERNATE)
Page 2 of 7
03- 41.8
Section_ 5. The recon-nendation of the :ity Xana,;er tc
approve the findings of the selection com.-rittee, purs;,ant tc
Request Lor Proposals, as to the most cual:.+_ed fir_ms tc provide
professicna_ er_vi ron-nienta:. engineering services for Public Wcrks
Category "B" designated projects for 2002 t:
_, s_.. =JO ..'7�..0
professional landscape architecture services for Public ir;crks
CGzegory "B" designated projects for 2002 trrough 2004, lis -ed
herein in rank order, are accepted:
-. Falcon & 3-eno
2. Curtis & Rogers Design Studio, Inc.
3. Kimley-Horn and Associates, Inc.
4. EDAW, In--. (ALTERNATE)
Section 9. The recomr:endation of the City Manager to
approve the finding; of the selection committee, pursuant -Z�o
Request for Proposals, as to the mcst qualified firms to provide
professional mechanical enga.neering services for Public Works
Categery "B" designated projects for 2002 through 2004, listed
herein in rank order, are accepted:
Louis J Aguirre & Associates, P.A.
2. Johnson, Eernande-z Associates Inc.
Carte'{ Engineering Corporatia:l (F,LTERNATE)
Section 9. The reco=,endation of the City Manager to
approve t -'--.e findings of the selection committee, pursuant to
Request for ?roposals, as to the most aual4fied firms to provide
professional structural engineering services for Public Works
Category "B" designated prc,ects for 2Q02 through 20Q4, listed
herein in rank order, axe accepted:
1. San Martin. Associates, 7nc.
2. Avart, Inc.
3. ECSC Consulting, inc.
Section 10. The recommendation of the City Manager to
approve the findings of the selection_ committee, pursuant to
Request for Proposals, as to the most qualified firms to provide
Page 4 of I
03- 418
n i c� cu:c u� • •.. i �.;�uv...� l.i ...� .a��p 101J f . l".'C
professional surveying and map=ing services :or Puh_ic Works
Category "B" designated projects -or 2002 throng 2004, listed
here -n in rank order, are accepted:
1. PBS&J
2. Fernando Z. Gate -11 P. L. S., Inc.
3. Weidener Surveying and Napping, P. A.
4, Craven .hompson & Associa=es, Inc.
5. Wil ii a z' & Stoner, Inc.
6. Lei ter, Perez & assoc::Gtes, Inc.
Section 11. The recommendation of the City Manage: to
apprcve the findings of the selection committee, pursuant to
Request fcr Proposals, as tc the most qua=ified firms to provide
professional value analysis and cost estimate services for Public
Wo=:<s Category "B" designated projects for 2002 through 2004,
'_fisted herein in rank order, are accepted:
�. A2 Group, Inc.
2. FBS&J
3. Grace & Naeem Uddin (ALTERNATE)
Section 12. The recommendation of -he City Manager to
approve the findings of the selection committee, pursuant to
Request for Proposals, as to the most qualified firr., to provide
professicna.1 air conditioning services for Public Works Category
"B" designated prcDects for 20C2 th=ough 2004, listed herein is
accepted:
_. Grace & Naeem Uddin
Sect::on 13. The recommendation of the City Manager to
approve the findings of the- selection committee, pursuant to
Request for Proposals, as to the most qualified firm to provide
Page 5 of 7
prcfessional life safety services IF= Public Woks Cate -ax
designated pro'ec_s for 2002 through 2C04, listed here-:- _s
accep:edc
1. Gr: rri Matute, ?.A.
Section 14. The recommendation of the City Manage: to
appro%re the findings of the selection corrsnittee, p•.:rsuant tc
Request for Proposals, as to the most qualified firms to prop*_de
professional roofing services for Public Works Category "3"
designated projects for 2002 through 2004, listed herein in ran
order, are accepted:
1. dui - d:ng Diagncst:.cs Associates, PA
2.=rterrational Logistics Group
Secticn 15. The City Manager is authcrizedl1 to negotiate
and execute Professional Services Agreements, in a fcrrr
accep_ahle to the City Attorney, with eac^ firm in an amount not
to exceed __,e amount indicated in Attachment "A" for each
specialty for each firm, with funds allocated from; individual
project accounts.
The herein authorization :s further subject to comp ;lance with all
recuiramena that riay be imposed by the City Attorney, 'including but not
linited to those prescribed by applicable City Charmer and Code
provisions.
Page 6 of 7
03- 418
ILZ =fib lb1eJ . LC
Sec -ion 16. Th -`s Resolution shall become effec::ive
immediately upon its adoption and signature c' the Mayor.''
_ASSED AND ADO?TED :his 14th day of February 2002.
VUUNUEL R. DIAZ, I'
t'/If
ATTEST:
n
SYIV6& Scheider
Acting Cit Jerk
A, PRO ' D A TOFtR- M AND CORRECTNESS
VJAnDRO VILARELLC
TY F=TORNEY
W5575:LE
If =ne Mayor does not sign this Reselu=icn, it snali become effective at
the end of ten calendar days ;=or the date it was passed and adopted. If
the Mayor ve-ces this Resolution, it shall become effective immediately
::pen override o= :he ve=o by the City domm_ssion,
Page 7 of 7
To fg
_k��t 358 161a F. C=
' ACHMENT "A"
ENGINEERING CONSTRUCTION S6CO,OCO
ADA (I=SABLE REQUIREMENTS): $100,000
rRCHITECTURAL-ENGINEERING SERVICES (Bu.lding & Zoning)S6CO,000
ARCHITECTURE: $60C,00C
ENV=RONMENTAL ENGINEERING: $600,000
'GENERP.L ENGINEERING: 5700, 000
LANDSCAPE ARCHITECTURE: $400,DOC
MECHANICAL ENGINEERING: $200,OOC
STRUCTURA7- ENGINEERING: $200,000
SURVEY_NG AND MAPPING: $200,00C
VALUE ANALYSIS AND COST ESTIMATE: $200,000
AIR CO:JCITIOCIhG: $200,000
L_EE SAFETY; $200,000
ROOFING: $200,000
03— 418 TOTAL P.09