Loading...
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