HomeMy WebLinkAboutR-95-0549J-95-624
7/13/95
RESOLUTION NO.9 4�' ` 5119
A RESOLUTION, BY A FOUR -FIFTHS (4/5THS) AFFIRMATIVE
VOTE OF THE MEMBERS OF THE CITY COMMISSION, RATIFYING,
APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF
AN EMERGENCY AND WAIVING THE PROCEDURES FOR
PROCUREMENT OF PROFESSIONAL SERVICES FOR THE DESIGN OF
A SENIOR CENTER AT CHARLES HADLEY PARK ("PROJECT");
APPROVING THE ENGAGEMENT OF THE FIRM OF THADDEUS COHEN
ARCHITECTS, P.A., TO PROVIDE ARCHITECTURAL SERVICES
FOR SAID PROJECT; AUTHORIZING THE CITY MANAGER TO
NEGOTIATE AND EXECUTE A PROFESSIONAL SERVICES
AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY,
WITH SAID FIRM, IN AN AMOUNT NOT TO EXCEED $65,000;
ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT
PROJECT NO. 331391, AS APPROPRIATED BY ORDINANCE NO.
11205 FOR SAID PROJECT.
WHEREAS, the health, safety and welfare of the citizens of the community
is now and will be further compromised by overcrowding conditions and the
rapid deterioration in the existing recreation building used by a diverse
number of community groups at Charles Hadley Park; and
WHEREAS, the City of Miami, through a competitive, black set -aside
professional consultant selection process, entered into an agreement with the
black -owned architectural firm of Thaddeus Cohen Architects, P.A., for the
design and construction of the "Miller J. Dawkins Olympic Pool Complex"; and
WHEREAS, the City and Thaddeus Cohen Architects, P.A., have attempted
but were unable to resolve the overcrowding conditions and provide for the
needs of the citizens in the original plan of the Olympic Pool Complex; and
L TY COMMISSION
MEETING OF
J U L 1 3 1995
Resolution No.
95- 59
�1
WHEREAS, the additional constraints that will be imposed on the site by
the heavy usage of the Olympic Pool Complex calls for the construction of a
new building to resolve the existing and expected future conditions; and
WHEREAS, Thaddeus Cohen Architects, P.A., has in the course of
fulfilling its present agreement with the City, assessed the current and
future needs of the community and presented a preliminary design program,
which can be expeditiously completed, that will resolve the overcrowding while
also providing space for a Neighborhood Enhancement Team (NET) office in the
same building; and
WHEREAS, funding for said services is available from Capital Improvement
Project No. 331391;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY 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 City Manager's finding that a valid public emergency
exists justifying the waiver of procedures for procurement of professional
services for the design of a senior center facility at Charles Hadley Park
(the "Project"), is hereby ratified, approved and confirmed by an affirmative
vote of four -fifths (4/5ths) of the Members of the City Commission.
Section 3. The engagement of the firm of Thaddeus Cohen, Architects,
P.A., to provide architectural services for said Project is
hereby approved, and the City Manager is hereby authorizedll to negotiate and
execute an agreement, in a form acceptable to the City Attorney, with the firm
of Thaddeus Cohen Architects, P.A., in an amount not to exceed $65,000, with
funds therefor hereby allocated from Capital Improvement Project No. 331391,
as previously appropriated by Ordinance No. 11205, for said Project.
Section 4. This Resolution shall become effective immediately upon its
adoption.
PASSED AND ADOPTED this 13th day of July, 1995.
ATTTEST 9TEPHEN P. C , MAYOR
WALTER J. F , CITY CLERK
PREPARED AND REVIEWED BY:
t
LINDA K. KEARSON
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
A. QU JO E ,'III
CITY TTO
W222:csk
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.
540
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 76
TO : Honorable Mayor and Members DATE : FILE
of the City Commission Resolution for Senior Center at
SUBJECT : Hadley Park/Emergency action
FROM : Ce5 10 REFERENCES For City Commission
City r ENCLOSURESMeeting of 7/13/95
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached Resolution dispensing
with the procedures for the procurement of professional services necessary for the design and
construction of a senior center at Charles Hadley Park.; ratifying, approving and confirming the City
Manager's finding that a public emergency exists justifying the waiver of said procedures. This
Resolution further recognizes the firm of Thaddeus Cohen Architects, P.A., a black owned firm,as the
best available option to provide expeditiously, architectural and engineering services for the senior
center. Further, the Resolution authorizes the City Manager to negotiate and execute a professional
services agreement with said firm, in a form acceptable to the City Attorney, in an amount not to
exceed $65, 000 and further authorizes compensation from funds allocated in Capital Improvement
Project No. 331391.
BACKGROUND:
The health, safety and welfare of the citizens of the community is now and will be further
compromised by the overcrowding conditions and rapid deterioration in the existing recreation
building used by numerous community groups at Charles Hadley Park. Further, the Olympic Pool
Complex will impose additional constraints on the site by the expected heavy usage of this new
facility. In order to resolve the existing and future conditions, the construction of a new building is
necessary now.
The City of Miami entered into an agreement with the black -owned architectural firm of Thaddeus
Cohen Architects, P.A. for the design and construction administration of the Olympic Pool Complex
at Charles Hadley Park, The selection procedures were performed in accordance with City Code
Section 18.52.3 for the procurement of architectural, landscape architectural, engineering and land
surveying services. In addition, the project was designated a black -set aside which resulted in a very
competitive process.
The City and Thaddeus Cohen Architects, P.A., have attempted but were unable to resolve the
overcrowding condition and provide for the need of the citizens in the original plan of the Olympic
Pool Complex. Consequently, the firm of Thaddeus Cohen Architects can very expeditiously provide
for the City, the architectural plans for the new building.
Attachment: Proposed Resolution
�Z�_i=GO1tYTTw�x�T ±racy';
MIAMARINA REDEVELOPMENT PHASE IV
e.rrr-�.»waver--rwewrrrrrw--.vewrrw--rw»w»r wwrrrewwwrie_,
NEW PIERS, H-1014D
�r-re�rr-www-»eewwe-e--r-_.r•r.ww�.w.pww wrwewwwwwwre we»�.�r
sum �A.e •95-96-048
M�.w�re�wwrrwww-�Yr» e•erwe over rwre i�.e www»+r
S,_$-2$0(i) OPIN=Da MARCH 5, 1996 10:00 a.m.
r-r-wwwrw-•wwwwrr-e r r rwrer wwwrAro
O
7_0M DID SoNa�o:2
�.�.wwwort www»swOMee�rrwwrwr.rirw.w.�rr�»rw�r-•r.w�wprwwww�rr rw�.wwr�1*
GIMROCK CONSTRUCTION, INC.
ew•�.-wr--weer-wrr
CONE CONSTRUCTORS, INC.
rrrr-.r. wr»r�.r r w r
DUTRA CONSTRUCTION CO.
rww»wrr--
DUROCHER DOCK & DREDGE, INC.
ww•O-O I
MISENER MARINE- CONSTRUCTION,
wrrOMe-ewrri
ECChI AMERICA, INC.
IN
TIC THE INDUSTRIAL CO.
-��-- - w - -------- -
C.O.B.A,D.
$ 4,358,000.00 B.B. 5%
rr-wrwwa•r-- -w w r-wre-- rrww--riw-�-eww-w,
$ 4,830,000.00 B.D. 5%
$ 4,745,965.00 B.B. 5%
-rw•r���wrrr-we re.arwr-.wr»wrw�►�..�ww»-
$ 5,313,000.00 B.B. 5%
www tort w-re�e-w-wr-rf»N---�ew�r-rrr
$ 5,438,000.00 B.B. 5%
-rovers-r-we-wr -eerr-rr-rewwwrweOwM-
$ 5,490,000.00 B.B. 5%
»-rwwwwwr-rrr w-wort» »--a---w --w�
$ 6,443,727.00 B.B. 5%
-- » - - -»- -wwwr-------
$ 6,792,200.00 B.B. 5Io
-------------------------------------
-- - ---wY - w - r w -- rY - - -rrww - -r
"Offers from the vendors listed herein care the
ass--o4-rerlgew��
other offers submitted in response j to this sol:c"tat;
are 'Rer"e5y re;eciMd"a%-Ta'tea`_Y----------------
- --- - -- - - - - - - - i-------------
-------------- r - -- - - -- - - - - - --
-- r - - --r - - - - - - - -- - - - - - - - - - -
--------------I ------r-Y--Y
r
ily cffr,.."
$:�.s4-,►w-rr--r-w•.-Yore
i# any,
---- --- 4----------
---------------------
Yr OM-Jy-----�)---------
--rw r�wr-• � r---
- - - - - - - - - - - - - -
YY+e-r----------- ---------rw Ywr----ww --- --- - - - - - - -
• ----------- - - _ - �rsr - r r r ww - Y w - Y r _r - _ r- - - - �� ---- r-.o
..-'w--------------»----------
----- --6.�.._s-
---------------r---------------------a
ALeary CE' elo eaY p
wove ere es on behalf of
(-arson ae-ciiv�a� i®s)_-rw q
Publie 02-------
e�st7 mepast�oiat) `\\\\
Yte----- Clark)
7 �it9
I
--IMPORTANT ADDENDUM --
CITY OF MIAMI, FLORIDA
DEPARTMENT OF PUBLIC WORKS
ADDENDUM NO 2 =;
ISSUED
FEBRUARY 14, 1996 11'
t0
MIAMARINA REDEVELOPMENT -PHASE IV z�t
NEW PIERS, H-1014D L�
BID NO. 95-96-048
ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS:
This Addendum is issued to modify the previously issued bidding and contractual
documents, dated January 18, 1996, and is hereby made a part of the contract
documents, to be taken into account in preparing your bid on the referenced
project. All requirements of the documents not modified herein shall remain in full
force and effect, as originally set forth.- Please attach this Addendum to the
specifications in your possession and acknowledge receipt thereof in the space
provided on the bid form. Amend the contract documents as follows.
DATE OF BIDDING
----------------------------
THE BID OPENING DATE HAS BEEN CHANGED. THE NEW DATE WILL BE
TUESDAY, MARCH 5 th, 1996, AT 10:00 A.M.`AT CITY CLERK'S OFFICE,
FIRST FLOOR OF THE CITY HALL, 3500 PAN AMERICAN DRIVE.
Waldemar- E. Lee.
{ Director of Public Works
1
1
i
I(
I
i
i otir1t rt.+11L I 11 VliKI N. 0 1
i
,
--IMPORTANT ADDENDUM--
iTT' or MIAMI, 1=LOR115A
DEPARTMENT Or PUBLIC WORKS
ADDENDUM NO
ISSUED
January 29, 1990
tu M
miAMARIN& RFDEVELOPNIENT -PHASE Iv
I1I1) NO q,9 -rHf, -tl4h
,,LL 0100MO Anr_ I ICnr_-0V PJQT1i'ICD AQ rOLLOVAfQt
This AddendUrn is issued to modify the previously issued bidding and contractual
documents, dated January 1 u, 19W, and is hereby made a part of the contract
documents, to be taken into account in preparing your bid on the referenced
project. All requirements of the documents not modified herein shall remain in full
force and effect as originally set forth. Please attach this Addendum to the
specific,, ations in your possession and acknowledge receipt thereof in the space
prow ided an the bid form. Amend the contract documents as tolinws:
k �•x sr w* xwww *ir k** �***wwwwwwww*w,►# k*fir �"r •kNkw R A 4kkkwww a M
DAI E OF BIDDING
-------------------
1, The bid opening cute has been changed. The new date will be Tues �.iy,
obru r�r 20th. <1996, at 10:Q(.) a,fit, at City Clerk's Office, First Floor ul
the City Hell, 3500.Pan American Drive.
PRE.- i31D CONFERENCE
-----------------------------
I. There will be a PRE -BIDDING CONFERENCE on this project 2:00 p.rn.
bK TraaBzlay ; l=alar=uay C, �100C at Oka, City of t►Ainmi 11-dminiotr�ation
MulldmV, 5Ih riucis {i"ir Dc +i�rn� r►t ), C�tf�eatti�e f2aam.
Attendance at this Conference is highly recommended but is not rrtanda-
Tk,& lai44 a1+ akauld malie an sm site inapoation of tho oviatinp Aflio_
rn? irina Prior to this meetin .
_
4i4,1:4... ;', '"� (1 f1 tti 1 i : -j y 0 `, 97 �_• — i i. F' -�
0
1,;,�1-29-96 ; 5: 50PM PUBLIC WORKS/ARN I N. y
r t
C 4V1/1NG AND SPECIFICATIONS.
If thoro aro any question% reawdina tha Pier structural plalls, the bidders may
contact Mr, Kevin McCabe, Proj, Mgr.,Coastal Systems International at (305)
661 - Jbbu. For questlons reguidhig uIGu1t;ual plans i6nd utilitie*, eantoot
h/Ir .In%r SH7 P F at (305) 579 - 6006,
Change 1 ot 4 : Tne contractors are heiou:by itUtiriod that the label for
telephone work indicated on drawing sheets E-3, E-5,
E-10, E-13 and E-14 shall be changed from ADDITIVE
ITEM B to ADDITIVE ITEM E to correspond with pro-
paal.
Ell,�.,,,y., 0 uJ: t Tke aspopantoro nrn haTohlf nntif ad that tho 10hrs1 fnr n1l
cable TV work indicated on drawing sheets E-3, E-5,
E-10, E-10 and E le wiali uw .hanged from ADr11TIVU
ITEM r in AnnITIVF ITEM F to correspond with pr4-
posal.
Change 3 of 4 : The contractors are hereby notified that the label for the
purchase avid installation of (1) voltage suppressor as
Indicated on drawing sheets E-3 and E-4 shall be chan-
ged from ADDITIVE ITEM A to ADDITIVE ITEM K
to correspond with proposal.
Change 4 of 4 : The contractors are hereby notified to omit the label
ADDITIVE ITEM A above "utility chase" on drawing
sheet E-5.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT
IJUI;UMtN I AND 5t1ALL I5P MADE A PART TI ICFtCoi.
Waldemar E. Lee
Director of Public Works
cf1t� 9 1101-4 1 f '�;�1 =4.15a',7�.. �'t F' �J4
If you have any questions, please contact me at 579-6865.
01,
^rT
+,.r
.;T.
r.1
BID NO. 95-96-048 �3
ADVERTISEMENT FOR BIDSrn
Sealed bids for "MIAMARINA REDEVELOPMENT -PHASE IV NEW.SJPIERS.t H-010if
will be received by the City Clerk of the City of Mimi, Tiorlaa at
10:00 AM on the 15th of February 1996, at the City-y�jerl_s 0f:�ice,
first floor of the Miami City Hall, 3500 Pan Americdnx Dride, Dinner,
Key, Miami, Florida, 33133, at which time and place„ the'k will be
publicly opened and read. Any bid submitted after the above
appointed time will not be accepted by the City Clerk.
The project consists primarily of the furnishing of all labor,
materials and equipment for the construction of seven piers, one quay
energy absorber, the renovation of the East Quay including a new
electrical room, the complete site restoration, and related marine
work. Bidders will furnish performance and bid bonds in accordance
with Resolutions NO, 86-983 and No. 87-915. For technical questions
regarding plans and specifications, please contact Alberto Corrales,
at (305) 579-6865. Prospective bidders will be required to submit,
with their bid, a copy of the appropriate Certificate of Competency,
as issued by Dade County, which authorizes the bidder to perform the
proposed work.
All bids shall be submitted in accordance with the Instructions to
Bidders and Specifications. New City regulations will require each
bidder to submit proposals in duplicate originals. Plans and
specifications may be obtained from the office of the Director of
Public Works, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128, on
or after January 18, 1996. If bidders wish, a set of plans and
specifications will be mailed to them by writing to the Department of
Public Works and including a separate check for $$88. There will be a
$20 deposit required for the first set of plans and specifications.
Additional sets may be purchased for a fee of $20 per set and this is
not refundable. Deposits will be refunded only upon the return of
one set of plans and specifications to the Department of Public
Works, unmarked and in good condition within two (2) weeks after the
opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 10062, as
amended regarding allocation of contracts to minority vendors. The
City will expect prospective bidders -to submit an Affirmative Action
Plan, as defined in said Ordinance, and as required in the
Instructions to Bidders.
The City of Miami has adopted Ordinance No. 10032, which implements
the "First Source Hiring Agreement." The object of this Ordinance is
to provide employment opportunities to City of Miami residents on
contracts resulting in the creation of new permanent jobs.
Contractors may be eligible for wage reimbursement under this
program'. For further information contact the Department of Public
Works, City of Miami, at (305) 579-6856.
Proposal includes the time of performance, and specifications contain
provisions for liquidated damages for failure to complete the work on
time. The City Commission reserves the right to waive any
informality in any bid, and the City Manager may reject any or all
bids, and'readvertise (H-1014D, Req. 0601).
Cesar H. Odio
City Manager
4
BID NO. 95-96-048
. ADVERTISEMENT FOR BIDS p
Sealed bids for "MIAMARINA REDEVELOPMENT -PHASE IV NEW PIERS, H-1010"
will be received by the City Clerk of the City of Miami, Florida at
1'.0 0 AM on the 15th of February ,,1996, at the City Clerk's Office,
first 'floor of the Miami City Hall, 3500 Pan American Drive', Dinner
Key, Miami, Florida, 33133, at which time and place they will be,
publicly opened and read. Any bid submitted after the above
appointed time will not be accepted by the City Clerk.
The project consists primarily of the furnishing of all labor,
materials and equipment for the construction of seven piers, one quay
energy absorber, the 'renovation of the East Quay including a new
:�elbctrical room, the complete site restoration, and related marine
work. Bidders.will"furnish performance and bid bonds in accordance
,. with Resolutions NO. 86-983 and No. 87-915. For technical questions
regarding plans and specifications, please contact Alberto Corrales.,
at (305) 579-6865. Prospective bidders will be required to submit,
with their bid, a copy of the appropriate Certificate of Competency,
as issued'by Dade County, which authorizes the bidder to perform the
proposed work.
All 'bids shall be submitted in accordance with the Instructions to
Bidders and Specifications. New City regulations will require each
bidder to submit proposals in duplicate originals. Plans and
specifications may be obtained from the office of the Director of
Public Works, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128, on
or after January 18, 1996. If bidders wish, a set of plans and
specifications will be mailed to them by writing to the Department of
Public Works and including a separate check for $8. There will be a
20 deposit required for the first set of plans and specifications.
Additional sets may be purchased for a fee of 20 per set and this is
not refundable. Deposits will be refunded only upon the return of
one set of plans and specifications to the Department of Public -
Works, unmarked and in good condition within two (2) weeks after the
opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 10062, as
amended regarding allocation of contracts to minority -vendors,
contractor and sub -contractor. All Bidders must submit
an Affirmative Action Plan with the bid. (Ordinances are contained in
bid 'specifications)
The City, of Miami has adopted Ordinance No. 10032, which implements
the "First Source Hiring Agreement." The object of this Ordinance is
to provide employment opportunities to City of Miami residents on
contracts resulting in the creation of new permanent jobs.
Contractors may be eligible for wage reimbursement under this
program. For further information .,contact the Department of Public
Works, City of Miami, at (305) 579-6856.
Proposal includes the time of performance, and specifications contain
provisions for liquidated damages for failure to complete the work on
time. The City' Commission reserves the right to waive any
informality in any bid, and the City Manager may reject any or all
bids, and.readvertise (H-1014D, Req. 0601).
Cesar H. Odio
City Manager
�i���1t
�., �i. i
clity of: Miami
TIOWFOR ADVERTISE MENT
This number, must
appear In
advartis emenL'
bnt j%Ith 11his teg6joillon.,
6060% 6 q
P I
2. blAion-
ADM N S T R A T I ON:
d n tuber
4 Is this q,66flrmeklon. ,
"I
.5., Prepared —by-
.
es ❑ No
BEATA
Size of �dvertiseme t
T. 8tartI66 '6
8, Telephone humber.
04
il:
-5
8 6 5
Nuffib&.1,6f :this �a Vertis6nient Is to be To..
T' Pe of advertisement'
y
ubIIA
Mx Le6al E] Classified J]
Dlibla Y
11PRemar
-MI-MARINk%REDEVELOPMENT —PHASEIV, NEW, PIERS, H— 1 14011,
12;mom
Publication
Date(s) of
Advertisement
Invoice No.
Amount-:.
ti
T�
13
P proved,,
❑.'Ziseipproved,
A
/2-1916
C 1
Dp'p-artm6ht."Difect6r/D6sig'n'ee Date
Approved for Payment
Date
C 503-,ReV.12i4j. Routing:. Forward White and Canary,to G.S.A. (Procurement Management)'and retain Pink:cop
DISTRIBUTION: White G.&A.; Canary Department
-
BID NO. 95-96-048
ADVERTISEMENT FOR BIDS
Sealed 'bids for "MIAM.ARINA REDEVELOPMENT -PHASE IV NEW PIERS, H-1014D"
will be received by the City Clerk of the City of Miami, Florida at
1000 AMon, the 15th_ of February , 1996, at the City Clerk's Office,
first floor of the Miami City Hall, 3500 Pan American Drive, Dinner.
Key, Miami, Florida, 33133, at which time and place they will be
publicly opened and read. Any bid submitted after the above
`_appointed time will not be accepted by the City Clerk.
The project consists primarily of the furnishing of all labor,
materials and equipment for the construction of seven piers, one quay
energy absorber, the renovation of the East Quay including_a new
electrical room, the complete site restoration, and related.marine
work. Bidders will furnish performance and bid bonds in accordance
with Resolutions No. 86-983 and No. 87-915. For technical questions
regarding plans and specifications, please contact Alberto Corrales,
at (305) 579-6865. Prospective bidders will be required to submit,
_ with their.bid, a copy of the appropriate Certificate of Competency,
as issued by Dade County, which authorizes the bidder to perform the
proposed work
All bids shall be submitted in accordance with the Instructions to
Bidders and Specifications. New City regulations will require each
bidder to submit proposals in duplicate originals. Plans and
specifications may be obtained from the office of the Director of
Public Works, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128, on
or after January 18, 1996. If bidders wish, a set of plans and
specifications will be mailed to them by writing to the Department of
Public Works and including a separate check for _8. There will be a
$20 deposit required for the first set of plans and specifications.
Additional sets may be purchased for a fee of $20 per set and this is
not refundable. Deposits will be refunded only upon the return of
one set of plans and specifications to the Department of Public
Works, unmarked and in good condition within two (2) weeks after the
opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 10062, as
amended regarding allocation of contracts to minority vendors. The
City will expect prospective bidders to submit an Affirmative Action
Plan, as defined in said Ordinance, and as required in the
,Instructions to Bidders.
.The City of Miami has adopted Ordinance No. 10032, which implements
the "First Source Hiring Agreement. The object of this Ordinance is
to provide employment opportunities to City of Miami residents on
contracts resulting in the creation of new permanent jobs.
Contractors may be eligible for wage reimbursement under this
program. For further information contact the Department of Public
Works, City of Miami, at (305) 579�-6856.
Proposal includes the time of performance, and specifications contain
provisions for liquidated damages for failure to complete the work on
time. The City Commission reserves the right to waive any
informality in any bid, and the City Manager may reject any or all
bids, and readvertise (H-1014D, Req. 0601).
Cesar H. Odio
City Manager