Loading...
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