HomeMy WebLinkAboutR-92-0047J-92-7
12/27/91 9-
RESOLUTION NO.
A RESOLUTION, WITH ATTACHMENTS, AUTHORIZING
THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN
SUBSTANTIALLY THE ATTACHED FORM, BETWEEN THE
CITY OF MIAMI AND JOSE FABREGAS, AN
INDIVIDUAL, FOR PROFESSIONAL SERVICES, IN
CONNECTION WITH THE DEVELOPMENT AND
CONSTRUCTION SUPERVISION OF THE CITY
SPONSORED SCATTERED SITE AFFORDABLE
HOMEOWNERSHIP PROGRAM, THE ST. HUGH OAKS
VILLAGE PROJECT, AND TO CONDUCT INSPECTIONS
OF RENOVATION ACTIVITIES AT COUNTY OWNED
PUBLIC HOUSING PROJECTS FOR A PERIOD OF ONE
(1) YEAR FOR A TOTAL FEE IN AN AMOUNT NOT TO
EXCEED $20,000, WITH FUNDS THEREFOR ALLOCATED
FROM CAPITAL IMPROVEMENT PROJECT NO. 321034,
"SCATTERED SITE AFFORDABLE HOUSING
DEVELOPMENT PROGRAM."
WHEREAS, the City of Miami has a vital interest in the
continuation of the City sponsored Scattered Site Affordable
Homeownership Development Program, and the development of the
City sponsored St. Hugh Oaks Village Housing Project, as well as
the development of affordable housing on other City -owned parcels
acquired, in addition to parcels planned for acquisition in
connection with the development of housing affordable to low
and/or moderate income families and individuals in the City; and
WHEREAS, it is in the best interest of the City to engage a
professional consultant with the combined knowledge of design and
financing that comprises the development field and the
j a ,FF. �•
.crry cobmmslox
MEETING OF 04
JAN 23 1992
4 `;' 47
"saLurl" ft.
EMI
J-92-7
12/27/91
RESOLUTION NO. '
A RESOLUTION, WITH ATTACHMENTS, AUTHORIZING
THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN
SUBSTANTIALLY THE ATTACHED FORM, BETWEEN THE
CITY OF MIAMI AND JOSE FABREGAS, AN
INDIVIDUAL, FOR PROFESSIONAL SERVICES, IN
CONNECTION WITH THE DEVELOPMENT AND
CONSTRUCTION SUPERVISION OF THE CITY
SPONSORED SCATTERED SITE AFFORDABLE
HOMEOWNERSHIP PROGRAM, THE ST. HUGH OAKS
VILLAGE PROJECT, AND TO CONDUCT INSPECTIONS
OF RENOVATION ACTIVITIES AT COUNTY OWNED
PUBLIC HOUSING PROJECTS FOR A PERIOD OF ONE
(1) YEAR FOR A TOTAL FEE IN AN AMOUNT NOT TO
EXCEED $20,000, WITH FUNDS THEREFOR ALLOCATED
FROM CAPITAL IMPROVEMENT PROJECT NO. 321034,
"SCATTERED SITE AFFORDABLE HOUSING
DEVELOPMENT PROGRAM."
WHEREAS, the City of Miami has a vital interest in the
continuation of the City sponsored Scattered Site Affordable
Homeownership Development Program, and the development of the
City sponsored St. Hugh Oaks Village Housing Project, as well as
the development of affordable housing on other City -owned parcels
acquired, in addition to parcels planned for acquisition in
connection with the development of housing affordable to low
and/or moderate income families and individuals in the City; and
WHEREAS, it is in the best interest of the City to engage a
professional consultant with the combined knowledge of design and
financing that comprises the development field and the
A � 1�' � � f, ` ^Ay r yl i'f!, t�.l 1�� i� ,i., r�'•�
i:� 1tJ G
CITY COMUSSION
:s►_ MEETING OF
J AN 23 1992
47,
professional qualifications to supervise the contracting and
i
actual construction of the aforementioned housing projects,
working under the general supervision of the Assistant Director
for the City's Department of Development and Housing
i
Conservation; and
WHEREAS, the consultant will also be responsible for
performing inspections of public housing developments located in
{ the City of Miami which will undergo certain safety/security and
exterior renovations being funded in part, from $850,000 in 17th
Year Community Development Block Grant Program funding; and
i
I WHEREAS, Jose Fabregas has demonstrated his expertise in
l
serving as Development Coordinator and Project Manager in
connection with several housing programs and projects which are
being implemented by the City's Department of Development and
Housing Conservation; and
WHEREAS, funding for the herein agreement has been
identified and is available from Capital Improvement Project No.
321034, "Scattered Site Affordable Housing Development Program,"
to fund the cost of providing said professional consultant
services; and
WHEREAS, the total cost of said agreement will not exceed
$20,000; and
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.
-2-
:� y .._ 47
7�
y
Section 2. The City Manager is hereby authorized to execute
i
an agreement, in substantially the attached form, for
i professional services, in connection with the City sponsored
Scattered Site Affordable Homeownership Development Program, the
St. Hugh Oaks Village Project, and to conduct inspection of
certain safety/seourity and exterior renovation activities at
eight (8) County -owned public housing projects.
Section 3. This Resolution shall become effective
i
immediately upon its adoption.
i
PASSED AND ADOPTED this 23rd day of J nua y 1992.
AT TE4
0 Z-4
MATTY HIRAI, CITY CLERK
CAPITAL IMPR VEMENT
PROD M REVI W:
_ EDUARDO RODRIGUEZ
CIP PROJECT MANAGER
PREPARED. ND A ED BY:
JULIE 0. B
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND
CORRECTNESS:
CITYgATT:�yNN s' III
JOB/ebgYmv/M2725
_:�Ca
-3-
L . AUAREZ , - MAYOR
FINANCE DEPARTMENT REVIEW:
ChRIOp E. GARCIA, DIRECTOR
( ;1? -- fi r!
.v �
THIS AGREEMENT entered into this day of
, 1992, by and between CITY OF MIAMI, a municipal
corporation of the State of Florida, hereinafter referred to as
"CITY," and JOSE FAHREGAS, an individual, hereinafter referred to
as "CONSULTANT."
RECITAL
WHEREAS, the CITY is desirous of engaging the CONSULTANT as
an independent contractor to perform inspections of certain
renovations activities at various public housing developments
owned by Metropolitan Dade County and to provide technical
assistance for the implementation and administration of several
City sponsored affordable housing programs, including the City
sponsored Scattered Site Affordable Homeownership Program and the
St. Hugh Oaks Village Project; and
WHEREAS, the CONSULTANT holds the professional
qualifications required for these services;
THEREFORE, in consideration of premises and agreements
contained below the parties agree as follows:
Article 1
TERM
The
term of
this
Agreement shall be from October 1, 1991
through
September
30,
1992.
s `?-- 47
Article 2
SCOPE OF SERVICES
2.1 CONSULTANT shall provide technical assistance to the City in
connection• with the development of public -private housing
ventures presently in the pre -development planning phase.
2.2 CONSULTANT shall provide technical assistance to the CITY in
connection with the development of the following projects:
(1) the Scattered Site Affordable Homeownership Development
Program; (2) the St. Hugh Oaks village Project planned in
the Coconut Grove neighborhood.
2.3 CONSULTANT shall perform inspections of certain
safety/security and exterior renovation activities to be
undertaken by Dade County at the following eight (8) County -
owned public housing developments located within the City of
Miami:
Claude Pepper
Jack Orr
Culver Place
Rainbow village
Gwen Cherry (1)
Gwen Cherry (2)
Smothers Plaza
AnnRrRA
750 Northwest 18th Terr.
550 Northwest 5th St.
610 Northwest 10th St.
2140 Northwest 3rd Ave.
2001 Northwest 4th Ct.
2101 Northwest 18th Terr.
1861 Northwest 28th St.
2970 Southwest 9th St.
Overtvwn
Overtown
Overtown
Overtown
Overtown
Allapattah
Allapattab
Little Havana
2.4 CONSULTANT shall work a minimum of ten (10) hours per week
during the term of this agreement. The CONSULTANT's failure
to work a minimum of (10) hours per week shall constitute
default under the terms of this agreement.
2.5 CONSULTANT shall be available on call, at all times during
the term of this agreement, including weekends.
7 -2-
2.6 CONSULTANT shall prepare and submit to the CITY memorandums
and reports as may be required or appropriate pursuant to
the services CONSULTANT performs in accordance with this
agreement. The CITY shall provide clerical staff to assist
CONSULTANT in the preparation of said memorandums and
reports.
Article 3
COMPENSATION
3.1 The CITY agrees to pay CONSULTANT as a fee for the services
provided an amount not to exceed Twenty Thousand Dollars
($20,000).
3.2 Compensation payments will be made on a monthly basis
beginning on November 1, 1991.
Article 4
COMPLIANCE WITH FEDERAL a STATE AND LOCAL LAWS
Both parties shall comply with all applicable laws,
ordinances and codes of federal, state and local government.
Article 5
GENERAL CONDITIONS
5.1 All notices or other communications which shall or may be
given pursuant to this Agreement shall be in writing and
shall be delivered by personal service, or by registered
mail addressed to the other party at the address indicated
herein or as the same may be changed from time to time.
Such notice shall be deemed given on the day on which
personally served; or, if by mail, on the fifth day after
being posted or the date of actual receipt, whichever is
earlier.
y ,.�
`� --- 47
-3-
7
W
Herbert J. Bailey
Assistant City Manager/Director
Department of Development
and Housing'Conservation
Dupont Plaza Center, Suite 401
300 Biscayne Blvd. Way
Miami, Florida 33131
Jose Fabregas
10939 Southwest 71st St.
Miami, Florida 33173
5.2 Title and paragraph headlines are for convenient reference
and are not a part of this Agreement.
5.3 In the event of conflict between the terms of this Agreement
and any terms or conditions contained in any attached
i documents, the terms in this Agreement shall rule.
a
5.4 No waiver or breach of any provision of this Agreement shall
constitute a waiver of any subsequent breach of the same or
any other provision hereof, and no waiver shall be effective
unless made in writing.
5.5 Should any provisions, paragraphs, sentences, words or
phrases contained in this Agreement be determined by a court
of competent jurisdiction to be invalid, illegal or
otherwise unenforceable under the laws of the State of
Florida or the City of Miami, such provisions, paragraphs,
sentences, words or phrases shall be deemed modified to the
extent necessary in order to conform with such laws, or if
not modifiable to conform with such laws, then same shall be
deemed severable, and in either event, the remaining terms
and provisions of this Agreement shall remain unmodified and
in full force and effect.
-4- .3 „ti47
Article 6
OWNERSHIP OF DOCUMENTS
6.1 All documents developed by CONSULTANT under this Agreement
shall be •delivered to CITY by said CONSULTANT upon
completion of the services required pursuant to Article 2
hereof and shall become the property of CITY, without
restriction or limitation on its use. CONSULTANT agrees
that all documents maintain and generated pursuant to this
contractual relationship between CITY and CONSULTANT shall
be subject to all provisions of the Public Records Law,
Chapter 119, Florida Statutes.
6.2 Any information, writings, maps, contract documents, reports
or any other matter whatsoever which is given by CITY to
CONSULTANT pursuant to this Agreement shall at all times
remain the property of CITY and shall not be used by
CONSULTANT for any other purposes whatsoever without the
written consent of CITY.
Article 7
The obligations undertaken by CONSULTANT pursuant to this
Agreement shall not be delegated or assigned to any other person
or firm unless CITY shall first consent in writing to the
performance or assignment of such service or any part thereof by
another person or firm.
Article 8
AUDIT RIGHTS
CITY reserves the right to audit the records of CONSULTANT
at any time during the performance of this Agreement and for a
period of three (3) years after final payment is made under this
Agreement.
-5- 912 -- 47
Article 9
CONSULTANT warrants that it has not employed or retained any
person employed, by the CITY to solicit or secure this Agreement
and that it has not offered to pay, paid, or agreed to pay any
person employed by the CITY any fee, commission percentage,
brokerage fee, or gift of any kind contingent upon or resulting
from the award of this Agreement.
Article 10
CDNSTRUCTInN OF AGREEMENT
This Agreement shall be construed and enforced according to
the laws of the State of Florida and venue shall be in Dade
County, Florida.
Article 11
SUCCESSORS AND ASSIGNS
This Agreement shall be binding upon the parties herein,
their heirs, executors, legal representatives, successors and
assigns.
Article 12
12.1 CONSULTANT covenants that neither CONSULTANT nor any of its
employees who presently exercises any functions or
responsibilities in connection with this Agreement has any
personal financial interests, direct or indirect, with CITY.
CONSULTANT further covenants that, in the performance of
this Agreement, no person having such conflicting interest
shall be employed.
12.2 CONSULTANT is aware of the conflict of interest laws of the
City of Miami (City of Miami Code Chapter 2, Article V),
9
�2
Dade County, Florida (Dade County Code Section 2-11.1) and
the State of Florida, and agrees that it shall fully comply
in all respects with the terms of said laws.
Article 13
TERMINATION OFCONTRACT
i 13.1 This Agreement may be terminated by either party with thirty
i
(30) days written notice without penalty to CITY. In that
event, notice of termination of this Agreement shall be in
writing to CONSULTANT, who shall be paid for those services
performed prior to the date of its receipt of the notice of
termination. In no case, however, will CITY pay CONSULTANT
an amount in excess of the total sum provided by this
Agreement.
13.2 It is hereby understood by and between CITY and CONSULTANT
that any payment made in accordance with this Section to
CONSULTANT shall be made only if said CONSULTANT is not in
default under the terms of this Agreement. If CONSULTANT is
in default, then CITY shall in no way be obligated and shall
not pay to CONSULTANT any sum whatsoever.
Article 14
NONDISCRIMINATION
CONSULTANT agrees that it shall not discriminate as to race,
sex, color, creed, national origin, or handicap in connection with
its performance under this Agreement.
Article 15
MINORITY PROCL1R RENT COMPLi NCF
CONSULTANT acknowledges that it has been furnished a copy of
Ordinance No. 10062 and 10538 the Minority Procurement Ordinance
of the City of Miami, and agrees to comply with all applicable
-7- 9 --
47
J ...
/3
substantive and procedural provisions therein, including any
amendments thereto.
Article 16
In the event that CONSULTANT shall fail to comply with each
and every term and condition of this Agreement or fails to perform
any of the terms and conditions contained herein, then CITY, at
its sole option, upon written notice to CONSULTANT may cancel and
terminate this Agreement, and all payments to CONSULTANT by CITY
while CONSULTANT was in default of the provisions herein
contained, shall be forthwith returned to CITY.
Article 16
ENTIRE MENT
This instrument and its attachments constitute the sole and
only Agreement of the parties hereto relating to said contract
and correctly sets forth the rights, duties and obligations of
each to the other as of its date. Any prior agreements,
promises, negotiations or representations not expressly set forth
in this Agreement are of no force or effect.
Article 17
INDEMNIFICATION
In consideration of Ten ($10.00) Dollars paid by the CITY to
CONSULTANT as specific, independent and separate consideration,
the CONSULTANT shall indemnify and save the CITY, its officials,
employees, agents and authorized representatives harmless from
any and all claims which may arise out of performance of this
Agreement as a result of any error, omission or negligent act of
L -8- �3`3• 47
CONSULTANT, unless such act is caused by the sole negligence of
an employee, agent or authorized representative of the CITY. The
CONSULTANT shall pay all costs from and against any orders,
judgements or decrees which may be entered and from and against
all costs, attorneys' fees, expenses and liabilities incurred in
the defense of any such claims, or in the investigation thereof.
Article 18
INDEPENDENT CONTRACTOR
CONSULTANT and its employees and agents shall be deemed to
be independent contractors and not agents or employees of CITY,
and shall not attain any rights or benefits under the Civil
Service or Pension Ordinances of CITY, or any rights generally
afforded classified or unclassified employees; further he/she
shall not be deemed entitled to the Florida Workers' Compensation
benefits as an employee of CITY.
Article 19
No amendments to this Agreement shall be binding on either
party unless in writing and signed by both parties.
IN WITNESS WHEREOF, the parties hereto have caused this
instrument to be executed by the respective officials thereunto
duly authorized, this the day and year first above written.
CITY OF MIAMI, a municipal
ATTEST: Corporation of the State
of Florida
BATTY HIRAI
CITY CLERK
By:
CESAR H. ODIO
CITY MANAGER
-9- ry ..
47
IS.
WITNESSES:
APPROVED AS TO FORM
AND CORRECTNESS:
,1
A. QUINN JONES, III
CITY ATTORNEY
JOB/mv/Mo91
CONSULTANT:
JOSE FABREGAS
APPROVED AS TO INSURANCE
REQUIREMENTS:
SEGUNDO R. PEREZ
INSURANCE COORDINATOR
47
. _ K
DID ITF_M t
DID No. e
DATE DID(S) OPENEDS
SID_SECURITT_LIST
91-92-068R
APRIL 20, 1992 10:30 a.m.
M---r---------rM---M— —N �r--rrr--rr---r—�•--M--/�A—
TOTAL SID_SOWD_Sorl.
aID AISOU T CASHIRR' S CHECK
received envelopes ( ) envelopes
on behalf o!
-- -----------
`Person receiving bids)
GSA/Solid Waste -Procurement
Division on 4-
..�.�-. ----------------------�_
(City Department)
---------------------------
*
:IGNEDi
(
its
lerki
Vv+�, ��b' �'"`t„d-`?*u. ��� y, t{' �y 1.{ �
1-•S�' i i lyr } 1
y i�?-
or
LEGAL ADVERTISEMENT
DID N0. 91-92-068R
-Z5
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than 10:30 a.m. April 20, 1992 for the
furnishing of summer bus transportation services for the
Department of Parks and Recreation.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10062, as amended, established a goal of Awarding
51% of the City's total dollar volume of all expenditures for All
Goods and Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
Local preference may be applied to those vendors whose primary
office is located in the City of Miami, provided the amount of
the bid or bid is not more than ten percent (10%) in excess of
the lowest other responsible bidder or bidder.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 8S8S��
Cesar H. Odio
City Manager
RECEIVED,
MZ APR 20 42Q
i+ ATly ;N1RAl
, CL K
y�
a r
M
'y. t
t
LEGAL ADVERTISEMENT
BID NQ. 91-92-0M Al �r
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than ,10:30 a.m. April_20, 1992 for the
furnishing of summer bus transportation services for the
Department of Parks and Recreation.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance 'No. 10062, as amended, established a goal of Awarding
51% of the City's total dollar volume of all expenditures for All
Goods and Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
Local preference may be applied to those vendors whose primary
office is located in the City of Miami, provided the amount of
the bid or bid is not more than ten percent (10%) in excess of
the lowest other responsible bidder or bidder.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 82851
Cesar H. Odio
City Manager
..,_.... ....... t-. - ... _,_. ..
a
A
r REQUISITION FOR ADVERTISEMENT This number must appear
Procuiem(�jjt (for Parks & 1�ec:) in the advertisement. -
DEf�r/Dly .
B�:i
ACCOUNT CODE 1580 01- 2 8 7 ^
4-1-92i575-5174
DATE PHONE APP V Y:
i
PREPARED BY .jaura Ifflite
DI E TOR 6F SUING DEPARTMENT
(1J
Publish the attached adJertisement one times.
(number of times)
Type of advertisement: i legal R classified display
(Check One)
Legal 4/6/92
Size: Starting date
f
First four vyordsofadvetisement: Did No. 91-92-06BR: Sealed bids will bo....
i
• Remarks: Summer Bus Transportation Services
i
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
j
PUBLICATIOt
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
`0
Miamil Review
A=1
Miami Times
B-2.
Diar ib Las Americas
C-3
'
D-4
E-5`
F3
.�F4,
jF5•
F7
F8
F9
F10
F11
F12
LINE
TRANS .
VOUCHER
YY MM TDD
Adv. Doc. Re rence
VENDOR
INDEX CODE
OBJECT
PROJECT
25.34
39
42 45 50
51 56
57 62
63 65
66 71
0
1
2
41.1'1
IVP
02
`�
1
2
87.
t.
2
3
4 . 718
V P -.12
314
15 DESCRIPTION `: 36
_7712
64DIS000NT69
72 <`AMOUNT 80
5
200.201`
Approved for Payment
it PurchasI Y low - Fina Ge
'eilow copy: MIriam 4 arra, Zity Clerks
Pin
k copy: Laura, Procurement
s CITY OF MIAMI, FLORIDA
5
INTER -OFFICE MEMORANDUM
_ Honorable Mayor and ciembers DATE —� „' ,.� t FILE .
° of the City Commission
Resolution Authorizing
SUBJECT . the City Manager to
Execute an' Agreement for
Professional Services
:Rom: Cesar H. Odio REFERENCES:With Jose Fabregas
City Manager City Commission Agenda
ENCLOSURES Item - January 9, 1992
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the
attached resolution authorizing the City Manager to execute an
Agreement with Jose Fabregas, as an independent contractor, for the
purpose of providing development consultant and construction
supervision services to the City's Department of Development and
Housing Conservation, in connection with the implementation of
several new housing projects and programs which are being
administered by the Department. In addition, the consultant will
also be responsible for performing the inspections for verification
of certain renovation work completed at eight. (8) County -owned
public housing developments located in the City of Miami.
BACKGROUND:
The Department of Development and Housing Conservation recommends
ratification of the attached resolution, authorizing the City
Manager to execute an Agreement with Jose Fabregas, as an
independent contractor, for the purpose of providing development
consultant and construction supervision services to the City's
Department of Development and Housing Conservation, in connection
with the implementation of several new housing projects and
programs which are being administered by the Department.
On July 5, 1989, Jose Fabregas, a former City employee, resigned
his position as Housing Development Coordinator with the City's
Department of Development and Housing Conservation to accept the
position of Executive Director with CODEC, Inc., a not -for -profit
corporation. While serving in the abovementioned capacity, Mr.
Fabregas functioned as Project Manager for several new housing
programs and projects which are being implemented and/or
coordinated by the City's Department of Development and Housing
Conservation. These include the City sponsored Scattered Site
Affordable Homeownership Development Program, the proposed St. Hugh
Oaks Affordable Housing Project, as well as several other public -
private housing initiatives currently in the predevelopment
planning phase.
92- 47
3
A
N
Resolution Authorizing Execution of
Agreement for Professional Services
Agreement with Jose Fabregas
Page - 2 -
In addition, the consultant will also be responsible for performing
the inspection to verify that certain renovation work has been
completed at eight (8) County -owned public housing developments
located in the City of Miami which are being funded, in part,
$850,000 in City 17th Year Community Development Block Grant
funding.
Presently, there does not exist appropriate staff in the Department
with technical expertise in the area of housing development and
construction supervision which would allow for such functions and
duties to be assumed by other members of the Department of
Development and Housing Conservation staff.
$20,000 has been determined as compensation for providing said
services to the City for a one (1) year period. Funding to defray
the cost of providing said services to the City will be made
available from Capital Improvement Project No. 321034 "Scattered
Site Affordable Housing Development Program."
In an effort to move the construction of several new housing
programs and projects planned in the City forward, City Commission
ratification of the attached resolution is recommended.
Attachments:
Resolution
Agreement
92- 47
Z
` CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Honorable Mayor and Members „
To of the City Commission DATE : JAN 1 01992 FILE
Resolution of Protest
SUBJECT in connection with RFP
for Olympic Pool Complex
at Hadley Park
FROM REFERENCES:
Cesar H. Odio
City Manager ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution approving the Chief Procurement Officer's
decision to reject Judson & Partner's protest, with reference to
the RFP for providing architectural and engineering services for
an Olympic Pool Complex at Hadley Park.
BACKGROUND
On November 26, 1991, a protest was received from Judson &
Partners relative to the above noted bid. In the protest letter
the firm alleged that their team met the requirements of the RFP
and should therefore have been certified to further participate
in the selection process. Pursuant to Section 18-56.1 of the
City Code, the Chief Procurement Officer fully investigated the
matter and determined that the protest lacked merit, and has,
therefore, rejected the protest.
Attachments:
Proposed Resolution
Copy of Protest Letter
b I SC
( 1- 4 • t
.3 itu of i
RON E. WILLIAMS I1r �
Administrator \i �...ti ii-rI
December 24, 1991 °�r�r ss;:��'I CERTIFIED MAIL
Mr. Walter B. Martinez, Principal
Judson & Partners, Architects
2733 SW Third Avenue
Miami, FL 33129-
Re: Protest in connection with RFP for an Olympic Pool
Complex at Charles Hadley Park
Dear Mr. Martinez%
CESAR H. ODIO
City Manager
Is as Chief Procurement Officer of the City of Miami r have read
your protest dated November 21, 19911 reviewed pertinent
documents and talked with employees, pursuant to my duties under
Section 18-56.1, City of Miami Code, Resolution of Protest
Solicitations and Awards. The issues you raised are summarized
below:
1. Your understanding that out-of-town sub -
consultants did not have to be licensed in the
state.
2. San Martin Associates, and Fraga Engineers will be
the engineers responsible for design of the
facilities.
3. Out-of-town firms Counsilman & Hunsaker, Inc., and
Bohlin Cywinski Jackson, Inc., may/may not offer
advice as experts in Olympic pool design and will
not be the engineers responsible for the project.
4. Subconsultant Fraga Engineers is not a corporation
and therefore was not required to submit corporate
documents.
5. Laura Llerena & Associates, Inc., was accepted for
the teams of Ronald E. Frazier & Associates and
Bellon & Taylor but not for Judson & Partners.
After considerable research, I have determined the following:
Response to Issue fl
I replayed the tape with discussions from the Pre -Proposal
Conference, held on October 10, 1991. City staff clearly
explained that subconsultants proffering services related to the
disciplines of architecture, engineering, and landscape
architecture were required to have the appropriate, professional
Florida licenses. The licenses are necessary because they
certify authorization to provide these services within the state.
You did not submit the licenses for out-of-town sube ultants
and this is unacceptable. �n 4 7.1
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/Procurement Management Division
1390 N.W. 20th Street/Miami, Florida 33142/(305) 575-5174/FAX: (305) 575.5180 3
Judson & Partners' ,--
Page 2
December 24, 1991
Response to Issue #2
No current corporate documentation, eivdencing compliance with
the annual reporting requirements of Florida statutes, was
presented for San Martin Associates, one of your engineering
consultants. Neither was there a good faith effort demonstrated
to prove the current certification status of this firm, which is
considered 'responsible for the design of the facilities,' as
indicated in your letter of November 21, 1991.
Response to Issue #3
You state that Counsilman & Hunsaker, Inc., and Bohlin Cywinski
Jackson, Inc., may or may not offer their expertise for pool
design and are not the engineers ultimately responsible for the
project; however, documents received with your proposal identify
these firms as providing architectural and/or engineering and/or
related pool planning/design services. These companies were,
therefore, required to submit the necessary professional
licenses. In addition, there was no evidence to support the
legal status of these firms nor to confirm their ability to
conduct business in the State of Florida, as required.
Response to Issue 4
Though your proposal did not clarify Fraga Engineers' business
status, a reasonable assumption could be taken that the entity
was in fact a sole proprietorship, as evidenced by the fictitious
name affidavit and public notice, and should be accepted as such.
A more serious concern, however, is the fact that you neglected
to include a Form 254 for Fraga Engineers, as required by the RFP
for each firm. This omission is unacceptable.
Response to Issue 5
The corporate documents you submitted for Laura Llerena &
Associates were not current. In contrast, the ones presented
with Ronald E. Frazier & Associates' and Bellon and Taylor's
proposals were. Each proposal stands on its own merit and
documents tendered for one proposal cannot and should not be
transposed to another proposal in an effort to benefit that
proposal. Allowing such a transposition would compromise the
principles of fair and open competition.
92-- 4 7 - i
Judson & Partners.
Page 3 =
December 24, 1991
j In conclusion, it is my determination that these deficiencies
were significant enough to warrant disqualification of your team
from further consideration. Therefore, based on the above, your
protest is deemed without merit and is rejected.
You will be notified when the matter will placed before the City
Commission as soon as information becomes available.
Sincerely,
1 `
J dy ar er
Chef Procu ent ff er
cc: Herbert J. Bailey, Assistant City Manager
Carmen L. Leon, Assistant City Attorney
Julie Bru, Assistant City Attorney
Ron E. Williams, Administrator, GSA/SW Department
File
N O V— 2 2— 9 1 FRI 1 2 e5
NLjtk Q ta'�1 I.I:.tA i Frll steal Partnersh1r 7•
got
Judson & Partners
November 21, 1991
Mr. 11esborL J. Dailey
A►isintant City Manognr
Depir'tMent of Development and Housing conservation
300 Aigcayne Boulevard Way
Suits 400
Miami , FL 33131
HE: Olympi r. Pool Compltx at CharlOr. Htattley Park
hu'ar Mr. Ilailtly:
P 0 3
ITr relation to your letter of November 12, 1991 which we received
tilt, 15 of Novelabor we would liko to protest the reason for tilt+
faiIurn to certify our firm for the referenced project.
It i s Our understanding, he expressed on the Pre-SUbiaisgion
conroronce that out-of-town curb -consultants did not have to be
l icr.nnod in the states.
our consultant enuinAers, San Mortin Associates, and Fraga
Lonclivanrs will he the engineers responsible for t:he design of the
facilities, along with our firm, Judson and Partners. %
Councilman & Hunnakvr, Inc.. and Bohlin Cywinski, Jackson Inc.,
sire out -of --town sub-eutitractors that may or may not offer advise
,t.a our took► on Items of their expertise, olympic pool design, but -
will not. be the engi.nsers rLAnponsible for thv project.
Another point mesitionsd in your letter was the failure of our
t.nam to submit corporate documents for Frog& Enginaers. The
rettnon we did not annd these documents is that. Frtage Engineers is
not a corporation. instead, we submitted Imago Ungineerfi
fictitious name affidavit plus the testate certification to clarify
thei t %t.atus .
r
At, fox as the firm of Laura Llerana And Associated Inc., this
Lira was accepted by the tnams of Ronald U. brazier & Associates
rand 1lcllon and Tyalor. We cannot understand how one tine may be
Arcoptable tog ono team and not for another.
92-- 47.1
?7�..$t>uthwQSt l h r . v.. ......._.». _ ... .....�..+.. .... ._.. _..-........ ...•.
d A anu4 mi
• Mimi, Florida 33129 • 130ri1 850•BBR3 • Fox (305) 059•5777
NOv-22-9 1 FR I 1 8 S 27
►�'jV-e�i"14'1; I:•1'` 1'F 4 �V .d.l Pdt-te"Cr-ship TO 9710 V.0
.1
Mr. Etnrtitrt. I. Bailey
Pagn 2
For ull above reasonR we respectfully request to be certified for
t1ip referenced project.
Siucorely,
JUASOR & PARTHRRS
4i0461
WaltAr H. Martinnz, FAiA
Principal
ec : Maria M. Perez
Julie O. i3ru. Rasit. City Attorney
AM10.. Whittaker. Minority / Women BuRinoss Affairs.
9247,1
WMw.W
Q� 2733 Southwest Thiid AvMus F64933i29 • (306) 850'88$3 Fax (306) 056.57"