HomeMy WebLinkAboutR-88-1049C r
J-88-1050
1113188
RESOLUTION NO. ss.._.1011C)
A RESOLUTION APPROVING THE MOST QUALIFIED
FIRMS TO PROVIDE PROFESSIONAL PLANNING AND
DESIGN SERVICES FOR THE ORANGE BOWL
MODERNIZATION PROJECT - PHASE II; AUTHORIZING
THE CITY MANAGER THROUGH HIS DESIGNEES,
HERBERT J. BAILEY AND JOHN J. MULVENA, TO
UNDERTAKE NEGOTIATIONS WITH THE MOST
QUALIFIED FIRMS, TO ARRIVE AT A CONTRACT
WHICH IS FAIR, COMPETITIVE AND REASONABLE,
AND DIRECTING THE CITY MANAGER TO PRESENT THE
NEGOTIATED AGREEMENT TO THE CITY COMMISSION
FOR ITS APPROVAL.
WHEREAS, the City of Miami has recognized the importance of
renovating the Orange Bowl; and
WHEREAS, the City Commission by Resolution No. 88-720,
adopted on July 21, 1988, approved the concept of the Orange Bowl
Modernization Project - Phase II, proposed by the Administration
as a Category "B" Project; and
WHEREAS, the City Commission by Resolution No. 88-720,
adopted on July 21, 1988, appointed Donald W. Cather, Director,
Department of Public Works, as Chairman of the Competitive
Selection Committee to hire the most qualified firm to provide
professional planning and design services for the project, and
WHEREAS, Resolution No. 88-720, adopted on July 21, 1988,
established a Certification Committee of not less than three (3)
professionals, qualified in the fields of endeavor of the
practices involved, to review the qualifications, performance
data and related information provided by those responding to the
City's Request for Proposals for Professional Services; and
WHEREAS, the City, through public advertisement and direct
mailing, solicited expressions of interest from qualified
consultants; and
WHEREAS, the Competitive Selection Committee along with the
Certification Committee, evaluated the qualifications of those
firms who responded to the City's Request for Proposals, and
selected the firms most qualified to provide professional
CITY COMMISSION
MEETING OF
NOv8� 1 869
RESOLUTION No. JL
r
architectural and engineering services for this project, all in
accordance with the Competitive Negotiations Act as defined in
Florida Statutes 287.055, City of Miami Ordinance No. 9572 and
Section 18.52.3 of the City Code, for the acquisition of
professional services;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The City Commission hereby approves the
recommendation by the Competitive Selection Committee of the
following firms as the most qualified to provide, along with the
designated sub -consulting engineers, professional architectural
services for the Orange Bowl Modernization Project - Phase II, as
listed in ranked order of recommendation:
RANK 1.
Prime Consult a t:
Urban Architects, Inc.
Heery Architects & Engineers, Inc.
Maurice Gray Associates, Inc.
United architects, Inc.
Laura Llerena & Associates, Inc.
Construction Management, Inc.
Emilio J. Hospital & Associates
RANK 2.
Prime Consultant:
Harper Carreno, Inc.
Sub -Consultant:
Iffland, Kavanagh, Waterbury, P.C.
RANK 3.
Prime Consultant:
Bellon Perez & Perez, Inc.
Sub -Consultants:
Elerbe Becket Architects & Engineers, Inc.
Bliss & Nitray, Inc. Consult. Engineers
SDM Consulting Engineers, Inc.
Maurice Gray & Associates, Inc.
Laura Llerena & Associates, Inc.
-2- 8148
Section. 2. The City Commission hereby authorizes the
City Manager through his designees, Herbert J. Bailey and John J.
Mulvena, to negotiate and enter into a professional services
agreement on behalf of the City of Miami with the firm ranked
first in order in Section 1 hereinabove. In the event that they
cannot negotiate an agreement which, in their opinion, is fair,
competitive and reasonable with the firm ranked first in order,
then they are hereby authorized to terminate such negotiation and
to proceed to negotiate with the second most qualified firm. In
the event that they fail to negotiate a satisfactory agreement
with the second firm, then they are authorized to undertake
negotiations with the third most qualified firm.
Section 3. The City Manager is directed to present the
City Commission with the negotiated agreement at the earliest
scheduled meeting of the City Commission immediately following
the negotiation of said agreement for its approval.
Section 4. This Resolution shall become effective
immediately upon its adoption pursuant to law.
PASSED AND ADOPTED this 3rd day of Novembe
CITY CLERK
PREPARED AND APPRUVED BY:
ti
ROBERT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
/t J-4f"A t
CITY ATTORNE
RFC:bs
XAVIER L. S REZ,
, 1988.
-3-
CITY OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM
56
TO Honorable Mayor and DATE: OCTFILE:
Memb s of the City C2 4 1988
ommission sU.JECT: Authorization to Negotiate
an Agreement for Design
Services for Orange Bowl
FROM Modernization Project -
Cesar H . Od i o REFERENCES: •�
Phase II
City Manager ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the
attached Resolution approving the most qualified firms to provide
professional planning and design services for the Orange Bowl
Modernization Project - Phase II, authorizing the City Manager to
undertake negotiations with the most qualified firms, to arrive
at an agreement which is fair, competitive and reasonable, and
directing the City Manager to present the negotiated agreement to
the City Commission for its ratification and approval.
BACKGROUND:
The attached resolution was prepared by the Department of Public
Works with Parks, Recreation and Public Facilities. On July 21,
1988, by Resolution No. 88-720, the City Commission designated as
a Category "B" project, the Orange Bowl Modernization Project,
Phase II.
In accordance with Florida Statute 287.055, City of Miami Code
Section 18.52.3 and City of Miami Ordinances No. 10062 and No.
9572; advertisements to request proposals for professional
planning and design services were sent by direct mail and
published in newspapers. The Certification Committee and t-he
Competitive Selection Committee appointed by the City Manager
evaluated the qualifications of those firms which responded and
selected the firms most qualified to provide the professional
architectural and engineering services required for this project.
The schedule for this process was as follows:
TW
Honorable Mayor and - 2 -
Members of the City
Commission
August 4, 1988
A Request for Proposals was
advertised.
August 25, 1988
Twelve proposals were received; one
was found non -responsive.
August 26, 1988
The Certification Committee certified
ten of eleven proposals.
August 30, 1988
The Competitive Selection Committee
met and selected a short list of five
design teams for presentations and
interviews.
September 1, 1988
The Competitive Selection Committee
interviewed the design teams and made
its recommendations for the top three
ranked teams.
It is, therefore, recommended that the City Commission approve
the attached Resolution based on the findings and recommendations
of the Competitive Selection Committee.
Summaries of the steps in the selection process and a fact sheet
on the design teams are attached for your information.
Attachments:
Proposed Resolution
-*N
"° Selection Committee
-ROM
i
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
Certification Committee
DATE: August 26, 1988 PILE:
SUs./ECT Orange Bowl Modernization
Project - Phase II.
RERERENCES:
ENCLOSURES:
On August 25, 1988 the City Clerk received sealed proposals for
professional services in the fields of architecture and engineering to
prepare plans and specifications and to oversee the construction for
the Orange Bowl Modernization Project, Phase II. '
As authorized by Resolution No. 88-720' of the City of Miami
Commission, the Certification Committee met on August 26, 1988,
consisting of :
Aurora Badia, P.E.
Allan I. Poms, R.A.
Edmund A. Connors, P.E.
Gene Pelaez, P.E.
Each submission was reviewed for with the requirements listed under
"Submission Requirements" in the request for proposal documents. This
Committee certify the following teams:
LETTER
DESIGNATION
FIRMS ON TEAM
A Prime:
Craig Stark Assoc., P.A. (Architects)
Sub(s):
Hervin Romney Architects, inc.
San Martin Associates (Engineers)
Lagama31no & Vital Assoc. (mechanical,
electrical, plumbing, fire protection)
Post & Grossbard Asoc. (food facility &
laundry consultant)
Maurice Lafiteau, Inc. (food facility c o n 3 u 1 t a
Laura Llerena & Assoc. (Landscape Architect)
9 Prime:
Harper Carreno, Inc. (Architect & Engineers) e
Sub(s):
Iffland, Kavanagh, Wateraury, P.C.
(Stadium Architects & Engineers)
C' Prime:
Joint Charles Har13on Pawley Architect ,.
Samuels -Richter Architect
Venture Allen & Associates, P.A.
Zut(s):
DeZarraga, Donnell & Cuquesne (Struct. c.n.`
:.onscale associates (:-I vil Eng.
-.-,4riguez ssoc.a.as (Mean.
Zurrier Associates (:lec:,. Eng.;
W...rYG 15 '@2t A7iATiir.n kr'i:%cYi e
i
0
Selection Committee
- 2 - August 26, 1988
E Prime:
Borrelli & Associates Arens & Planners, ?.A.
Suo(a):
Cantor-Seinuk-Puig & Assoc. (Struct. Eng.)
The Bainoridge Group, Inc. (Int. Des. Arch.)
SDM Consulting Engineers (Elect. Eng.)
Fraga Engineers (Mach. Eng.)
F Prime:
The Russell Partnership, Inc. (Arch.)
Suo(s):
Maurice Gray & Assoc. (Struc. Eng.)
Falcon & Bueno (Planning, LA, Urb. Des.)
Professional Associated Consulting Engineers,
Inc. (Elect./Mech. Eng.)
Law Engineers, Inc. (Geotechnical Environmental
& Const. Materials Consult.)
Construction Estimating Services, Inc.
(Cost Estimating)
G. Prime:
Kunde Sprecher Yaskin & Assoc. (Struct. Eng.
& Arch.) '
Sub(s):
Wright, Rodriguez, Schindler (Arch. Int. Des.)
Law Engineering (Soils/Materials/Found. /Studies
Bhamani, Ford & Assoc. (Elec./Mech./Eng.)
Laura Levena & Assoc. (Land. Arch.)
H Prime:
Urban Architects, Inc. (Arch.)
Subs)
Hoary Arch. & Engineers, Inc. (Sport Facility
Arch. & Struct. Eng.)
Maurice Gray Assoc., Inc. (Civil/Struct. Eng.)
United Architects, Inc. (Arch. -Facility &
Inspection Documentation)
Laura Llerena & Assoc. Inc. (Land. Arch.)
Construction Mgmt. Svc. (Const. Cost Estimating
Emilio J. Hospital & Assoc. ;Elect. Mecn. Eng.;
i Prime:
Rodriguez, Khuly, Quiroga Arcnitects Chartered
Sub(s):
San Martin Assoc. (Struct. Eng.)
Polytecr. Inc. (Civ/Mecn/Elect Eng.)
J Prime:
Bellon Perez & Perez Inc. (Arcn/Planners)
Assoc/Other
Sub Ellerbe Becket Arcn & Eng. Inc.
(Arch/Sport Fac. Consult-
Sub(Reg)
SDM Consulting Engineers (Mecn./Elect.)
Bliss & Nitray, Inc. Consult. Eng. (Struct)
Maurice Gray & Assoc. Inc. (Civil)
L. Llerena & Assoc. (Land. Arch.)
K Prime:
Smith, Korach, Hayet Haynie Partnership
_=
(Arcn/Erg/Plan)
Suo (.
:.ouaes San Martin & Assoc. :Struct)
Charles Mitchell (Civil)
arena i A330C. : ana Ar —
41/
Selection committee - 2 - August 26, 1988
The firm of Glenn Allen Buff Associates was rejected because his
proposal was not submitted prior to the advertised deadline time.
The firm of Gerald F. De Marc, Architect was not certified because
they did not submit proof of professional registration by the Florida
Board of Architecture and all forms 254 as required by State statutes.
JO:az
t
-pr
-
�' � •fit•-� +t: M%�Fl..
t
i
it
0 0
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
To FILE DATE August 30, 1988 FILE
SUBJECT Orange Bowl Modernization
Project - Phase II.
'ROM / \ \ N REFERENCES:
ENCLOSURES:
The Selection Committee, after having received report from the
Certification Committee, met on August 29, 1988 to go over the
proposals which were to receive further consideration and were
certified by the Certification Committee. The present members of the
Committee were:
Dianne Johnson Adrienne Macbeth
Santiago Jorge -Ventura Ed Connor
Joseph McManus Gene Pelaez
Peter Serrao James D. Thomas
Carlos Smith John Blaisdell
Each member of the Committee made a formal statement that they had no
vested interest and/or other financially remunerative relationship
with any of the firms or individuals being considered for selection.
The Committee then made an initial evaluation of the proposals based
upon the following considerations; as stipulated in the request for
proposal document:
- Previous professional experience
- Size and capability of teams
- Minority/Female participation
- Location of office
On August 30, 1988 the Committee met again, to complete the review and
scoring of each proposal.'Teams which ranked as the top five were
short listed for presentations and interviews as follows:
DBSIGHATION TIAN
J Bellon Perez & Perez, Inc.
Ellerbe Becket Arch. & Eng., Inc. t
SDM Consulting Engineers
Bliss & Nitray, Inc.
Maurice Gray & Assoc., Inc.
L. Llerena & Assoc.
FILE
- 2 -
August 30, 1988
E Borrelli & Assoc. Archs. & Planners
Cantor-Seinuk-Puig & Assoc.
The Bainbridge Group, Inc.
SDM Consulting Engineers
Fraga Enginers
B
Harper Carreno, Inc.
Iffland, Kavanagh, Waterbury, P.C.
F
The Russell Parnership, Inc.
Maurice Gray & Assoc.
Falcon & Bueno
Professional Associated Consulting
Engineers
Law Engineers, Inc.
Construction Estimating Services, Inc.
$
Urban Architects, Inc.
Heery Arch. & Engineers, Inc.
Maurice Gray Assoc., Inc.
United Architects, Inc.
Laura Llerena & Assoc., Inc.
Construction Mgmt. Svc.
Emilio J. Hospital & Assoc.
These teams were contacted
to make presentations and to be interviewed
on September 1, 1988.
_
J0:a2
yT
•
ii
T
AIL
V
i a
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
70 FILE DATE September 2, 1988 FILE.
SUBJECT Orange Bowl Modernization
Project - Phase II.
Roe
REFERENCES
ENCLOSURES.
On September 1, 1988, the Selection Committee held interviews and
presentations from the "Short listed" teams, scoring them on the basis
of following considerations; as stated in the request for proposal
documents:
- Profesional experience
- Capability of team
- Minority/Female participation
- Demonstration of creativity and skill
- Teasm organization and assigned staff
Each evaluator scored the presentation of each team, with the final
ranking as follows:
RANK 1.
Prime Consultant: Urban Architects, Inc.
Sub Consultants: Heery Architects & Engineers, Inc.
Maurice Gray Associates, Inc.
United Architects, Inc.
Laura Llerena & Associates, Inc.
Construction Management, Inc.
Emilio J. Hospital & Associates
RANK 2.
Prime Consultant: Harper Carreno, Inc.
Sub -Consultant: Iffland, Kavanagh, Waterbury, P.C. -
I
El
FILE - 2 - September 2, 1988
RANK 3.
Prime Consultant: Bellon Perez & Perez, Inc.
Sub -Consultants: Ellerbe Becket Architech & Engineers, Inc.
Bliss & Nitray, Inc., Consulting Engineers
SDM Consulting Engineers
Maurice Gray & Associates, Inc.
Laura Llerena & Associates, Inc.
The final top three teams will be recommended to the City Manager for
submission to the City Commission, requesting authorization to
negotiate an agreement, beginning with the teams ranked first.
JO:az