HomeMy WebLinkAboutR-88-0750J-as-559
S/16/88
WOOLUT ION NO t
A RESOLUTION APPROVING THE MOST QUALIFIED
FIRMS TO PROVIDE PROFESSIONAL PLANNING AND
DESIGN SERVICES FOR THE MORNINGSIDE PARR
RECREATION BUILDING PROJECTi AUTHORIZING THE
CITY MANAGER 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 RATIFICATION AND APPROVAL.
WHEREAS, the City of Miami has recognised the importance of
renovating its neighborhood parks: and
WHEREAS, Ordinance No. 10347, the Capital improvements
Appropriations Ordinance, passed and adopted on October 22, 1997,
appropriated $8.31 million for Citywide Neighborhoo.' Park
Renovations; and
WHEREAS, the city Commission by Resolution No. 87-"?#
passed and adopted on July 9, 1987, appointed a Park Advisory
Board to sake recommendations as to the projects to be included
in the renovations; and
WHEREAS, the City Commission accepted the Park Advisory
Board's recommendations during its meeting of November 11,199-1=
and
rM
WHEREAS, by Resolution No. 87-556, passed and adopted on
June 11, 1987, the City Commission approved the Citywide
Neighborhood Park Renovations Projects, which include the
Morningside Park Recreation Building Project, as a Category "B"
Project, and appointed Walter E. Golby, Director, Department of
Parks, Recreation and Public Facilities, as Chairman of the
Competitive selection Committee; and
WHEREAS, Resolution No. 88-224, passed and adopted on March
le, 1968, established a Certification Committee of not less than
five (5) professionals, qualified in the fields of endeavor or
practices involved, to review the qualifications, performance
data and related information provided by those responding to the
City's Request for Professional Services; and
WHEREAS, the City, through public advertisement and direct
wailing, 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
architectural, landscape architectural and engineering services
for this project, all in accordance with the Competitive
Negotiations Act as defined in Florida Statutes 287.955, 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 COMMISSIOU OF TH6 CITY
OF MIAMI, FLORIDA:
Section 1. The City Commission hereby approves t3ee
recommendation by the Competitive Selection Committee of the
following firms as the most qualified to provide, along with the
designated subconsulting engineers, professional architectural
services for the Morningside Park Recreation Building Project, as
listed in ranked order of recommendation:
(a) so. 1:
Prime Consultant:'
v�
The Russell Partnership, Inc. h,a
Bub -Consultants: > "
Maurice Gray Associates, Inc.
B.D.M. Engineering28
i
ZL•im consutant t Xr Jw .
Allen and Jls :.� soQiates t.A.`.
�i.,2 4 yT � -. . M. • it
Sub -consultants:
PKV Engineering, Inc.
Tasniw Uddin and Associates, International
(c) No. 3:
Prime Consultant:
Bermello, Kurki and Vera, Inc.
Sub -consultants:
San Martin Associates, Inc.
Martinet and Associates
Section 2. The City Commission hereby authorises the City
Manager to negotiate 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 the City Manager cannot
negotiate an agreement which, in his opinion, is fair,
competitive and reasonable with the firm ranked first in order,
then he is hereby authorized to terminate such negotiation and to
proceed to negotiate with the second most qualified firm. In the
event that he fails to negotiate a satisfactory agreement with
the second firm, then he is 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 ratification and
approval.
PASSED AND ADOPTED this 8th day of August , 1988.
14HIRI.AiIn,i�XTY
PREPARED AND APPROVED 8Y:
rffx�'A, W.�..�..-
«: 1 .
� 4
r t:
.9Y'tj y
APPROVED JW TO YOM NO
CORREClfllEii e
JIN3F-�
CITY OR MIAM1, RIORIOA
9
114?tR-01rFica MtMORANOUM
*O Honorable Mayor and Members
;,f the City Commission
4 f�OM.
Cesar R. Odio
City Manager
RECOMMENDATIONt
CIA": M Ay ? 1 1988 "tt
sus.tcr Authorization to
Negotiate an Agreement
for Design Services for
Morningside Park
Rta•tRtivcts
a.cLOGWRes:
It is recommended that the City Cosmission adopt the attached
Resolution approving the most qualified firms to provide
professional planning and design services for the Morningside
Park Recreation Building Project, 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 Parrs,
Recreation and Public Facilities. On June 11, 1987, by Resolu-
tion No. 87-556, the City Commission designated as a Category "8"
tbts City wide Neighborhood Park Renovations Project,
which included the Morningside Park Recreation Building rrujwl.;L.
In accordance with Florida statutes 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 ware sent by direct mail and
published in newspapers. All projects were advertised as 100fi
minority set asides. The Certification Committee and the
Competitive Selection Committee appointed by the City Manager-
evaluated the qualifications of those firms which responded attd
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:
April 7, 1988
April 27, 1988
April 28, 1988
A request for Proposals was advertised.
Fifteen proposals were received.
The Certification Committee
ten proposals.
IP
n
k Y�,
.'d
'1.
May 2 and 4, 1060 This Competitive Selection Comittsa net
attd selected a short list of six d $Ljft
teams for presentations and intervievS.
may 9, im The Cdspetitive Selection Comstittee
interviewed the desiqn teams and made
its recommendations.
it is, therefore, reen onded.that the City Commission approve
the attached Resolution based on the findings and recomendations
of the Competitive Selection Committee.
•
Sumaries of the steps in the selection process and a fact sheet
,aa
Q.
on the design teams are attached for your information.
s.
�r
q9--;rr S
a wq fi, r
3
a
yy $
nk V . = ..#<.• t!»T i R C+. 'k: i-f .. r i W . y.'�6"Y{b@F• :I:%
CI'TYw nZaM mooD PAxK3 PmeovATTOt
0!>!0 awlTr#T SWICTIOW PFX)CESS
D281m T?AM
FAM S8ilT ;
Mo> k TI GSIDt PARR
"CIZATIOW 90ZLaIS8
Tmm.A.$
PRm 'COItStiLTA�I'T PR=CIPALS
The Russell Partnership' Carlos Ruiz de
puevedo
Terry L. Holt
SUBCONSULTANTS
Maurice Gray Associates, Inc.
SDM Consulting Engineers, Inc.
TEAM 1:
PRXMZ CONSULTANT
Allen tied Associates, P.A.
SUBCONSULTANTS
P.R.V. Engineering Inc.
Tasnim Uddin a Associates
International, Inc.
TF_,AM 3 :
PRIME CONSULTANTS
Bermello, Kurki 6 Vera, Inc.
909CCINSULTAUT
Maurice E. Gray
Sergio D. Magarolas
Laszlo M. Szatmary
jumit Allen
'.
'lobert V91409
Mel Garcia
z
Dtaeem Uddifi
r a
N
Willy A. Bermellb
Furry M. Kurki
K
Martinez and Associates, P.A.
Carlos A.
San Martin Associates':
morxi DOW
�f y
�' � t i Y�1-keY v�' Y ��F R. �{*id N';•p �'`�.in ..
z _
CITY Or MIAMI. rL0010n
INT[R.OFFICE MEMO"ANDVM
*e Citywide Neighborhood Park
Renovations Competitive Selection
!'ile
S an clay
Park P a inq Coordinator
aArr May 3, 1988
I'll f
su•.cc• Certification Committee
Report
Re"I fttNrls
The City of Miami recently 'advertised Requests for Proposals for
professional planning and design services for seven park
projects. A Certification.Committee consisting oft
Juanita Shearer, Registered Landscape Architect,
Bill Rosenberg, Registered Landscape Architect,
Gene Pelaez, Registered Engineer, and
Armando Cazo, Registered Architect,
mot on April 28 and 29, 1988, to review all proposals received
fort
a. compliance with submission requirements#
b. capability and adequacy of personnel,.
e. past performance in administration and cooperation with
clients,
d. ability to meet time schedules and budgets, and
e. past experiencq record.
Prior tc t::c zz:Zt ci --he• members all affirmed that
they had no vested interest and/or other financially remunerative
relationship with any of the firms or individuals being
considered! for selection.
The number of proposals received and certified for each project
is summarized below:
PROPOSALS NUMBER aUH99K .
PROJECT ADVERTISED RECEIVED RECEIVED Ctum"Tt'3 0
African Square Park
Renovation 3/31/88 4/20/88 3 3
Allapattah-Comstock Park
Sports Lighting 3/31/88 4/20/88 3 3
Range/Lummus Parks
Security Lighting 3/31/88 4/20/88 3 3
Grapeland/Hadley/Morningside
Parts Irrigation 3/31/88 4/20/88 3 3
r
J
tir f�V�b �y�
v• �s
:; fir• ".&��. ��
I
certification coswitit+w Report
MY ) • 1944
Page 2
P*OlO�i1LA mom
FPS mm-Ir
.Horningside Park 4/7/A� - 4/27/64 is
Marva wildin+P
tagion/virrick Parks Recreation
4/27/AA 13
tuilding Renovation 4/7/96
};
Gibson Park Recreation suildinq 10
Renovation and Expansion 4/7/A8 4/Z7/98 14
the reason for not certilyinq proposa14 was the
in all eases,
ice• s failure to s�eet submission requireeants specified ih • the
Request for Proposals.
Awat
�x
_
_ r Y7, r•x..�-Y� �y,
S t
r ;
y V.
t
4
CITY OF MIAMI, FLORIDA
1NTtR-OFFICE MEMONANOUM
To. Citywide Neighborhood Park eATt. May 4, 1986 rnR
Renovations Competitive Selection
File Competitive Selection
Committee Short List
Report
S s ninning
cKay �tsR�lNc�s
Park Coordinator.
tattoluwss
As only. three proposals were received and certified for each of
the following projects, no short listing meeting was held and all
proposers were interviewed:
African S uare Park Renovations
Grapeland7Hadley/Morningside Parks Irrigation Systems
Allapattah-Cometock Park Sports Lighting'
Range/Lummus Parks Security Lighting
On May 2 and 4, 1988, the Competitive Selection Committee met to
short list proposals received for:
Morningside Park Recreation Building
Legion/Virrick Parks Recreation Building Renovations
Gibson Park Recreation Building Renovation and Expansion
Thd members of the Committee were:
Susan: McKay, Parks, Recreation and Public Facilities
Juanita Shearer, Development.
Adrian MacBeth, City Manager's Office
Teresita Fernandes, planning
Joe Turturici, Finance
Roberto Hevia, Building and Zoning
Ed Conner, Public Works
Linda Kelly (non -voting), Law
All members affirmed that they had no vested interest andfa4�<A;
other financially remunerative relationship with any of the firm,
or individuals being considered for selection.
Prior to reviewing any proposals, the Committee decided that the
short list would include a maximum of six design teams. It also
decided that if there was a great discrepancy in scores between
the fourth and fifth or fifth and sixth ranked teams, that it may
elect to not include those teams on the short list.
+ J
%E.
1 i
' X
6
All certified proposals for each of the three projects were then
scored on the following criteria as described in the Request fire
Proposalae
A - Previous professional experience
B - Size and capability of team
C - Location of office
The proposals for each project were then ranked by each committee a
member. These individual rankings were then totaled for each
project and ranked in descending order.
The member of proposals certified and short listed is summarized
below for each projecte
Number
fiber
Project
Certified
Short Listed
Morningside Park
10
6
Recreation Building
Legion/Virrick Parks
9
4
Recreation Building
Renovations
Gibson Park Recreation
1S
6
Building Renovations
Expansion
The short listed firms
were then contacted
and requested to make
a presentation to the
Committee on May
9, 1S,'and 11,'according
to the project.
•
! LYE
Z
a.v
�
WALM E. GOtOY
chat!"
%ttLy of 'Miami
CISAR M. 0010
O"MONOW
"O@UC Mvrtee
CITT or MtAM. FLOmisa
UWAI * Foe P�Za i, ruwtro AM Bestan Sam CBS
TM City of Miami, is soaking the profess/one/ s*rvieoe of qualified
and osporiowe" deal" Professionals for throo ooparete Fork
project* of foll"Of
. M Are%itoot*rsl Firs to be the trims conwitsnt ter the y�
planning and design of the reesvetlan and sganeian at the Gibson #. of f'if" .
park fberestlew Building. This "sleet will require Arghtteeturat
ead •ginwring Services.
. AN Arobiteateral Firm to be the Prime Commit**% for the
plamMaO and doslgn of the mrmingoids Perk "creation wilding.
This project will require Architectural and englnoerieg Servioed.
M Architectural Firm to be the Prime Cenoultas% for the
planning and design of the renovation and/or *epanslen of the
reereation buildings at loglen and virriek Parko. f7+is project will
rewire architectural and tngiewring Serv►cee.
TM *operate Consulting Toadm an those parka Projects will be
ro"ir d to carry out Schematic "sign, Design Development.
Construction Dec*m*ete. Bidding and Construction Administration
Phosse of a Professional Services Agreement.
Firms interested in these Forks Projects meet contact Donne N.
Johnson. Asoistsnt to the D►reeter, at the d=y of Miami Department
of Forks. R*cr**tlon and Public recilities, 1110 dew 7th Street.
Miami. Florida. 21L21. TeLephone for the. Requeet for
Prepesals osewoeto. This document contains detailed and specific
Information about the scope of services, submission requirements and
oolwtlem Procedures.
The City of ideal. to also seeking tho protessioml services of a
�qwwllfied and esporiewed Architectural. Firm to be the Prime
Caw441tent fer the planning and design of the rom metlom and
esponsion of the Police Meadvarters building, located at 406 MM 2ed
a. Avones. This project Will ro"ire Architectural and englawring
Sorvl"s ead tlw consulting team Will be required to carry out Post
Oocup&*" evaluation. Wed Assessment sad Programming Sehemstio
Doeigm. Design Development, Construction Deements, Bidding ead
Cemetructiom Administrotion Phases of a Prefesoie"I services
Agreomemt.
interested firms must contact officer Chip Landrou, planning Bad
Msderch Division oFTho'City of Miami Police Department. 4110 Mt1 2md
Avenue, womi. Florida, 12126. Telephone (101)S7l-6521 for the
R*q**et for proposals Document. This document contains detailed anC
specific information about the scope of services, suknnsesen
requirements and selection procedures.
Bach of these five separate projects is • minority set -aside and
therefore qualified auboisoion will only be accepted grow too"
which include Mieponic, slack and Female owned firms.
individual Submissions packages toe each *operate project must be
delivered to the Office of the City Clark, )It* Pan American Drive,
Miami, rlorids. 111i1 not later that llib*AM on April 27, 11114.
The City of Maui reserves the right to accept any proposal deemed
to be in the beat interoct of the City, to valve dny irrequlerttlee
in any proposa t . and/ or to ro joct any and/or all propead 1s and to
re -advertise for new proposals.
Amu. Mer4/4/
Gear M. Odio
city Naft"er
CEPARTMENT OF PARKS. RECREATION ANO PUBLIC FACILITIU
130 N.W. J114 51r Wh4ism. It 7)2.134VW(X5I f7941OWMG
w
•
POD
PRoissalOML SZRVICss
szLs ph= as=Nlsoir ro2Lasso PPo�t�c't
CITY 0! MIAMZ
XAVI!A L. SUAJM Z, Mayor
RO&AK20 Kwnvy, Vies Mayor
IaLLSX J . DAWKIMS, Comissioner
VICTOR 5. Du YURRz# Cossissionsr
J•L. PLUMMLIK, Comissionir
CZSAR, H . oolo, City Manager
Request for Proposals issusds April 7' IM
Submissions Due Date: April 27019"
Submission time: ISO later than 1l:ooAM
iubmissinn Location: City Clerk's Office
City of Miami
• 3500 Pan American Drive
•Miami. lla. 33133
,, y.
;
fubmission identificationsBui
lsaingsidngs staapperk
on
wrappinq/ envelops in
whiclh
proposals are submitted
• _r
YFk iy'
ly RYI �"G`
W: qY
.
4 •yP Ak L
t
1 0
MLIC SOTICE
it scats or unic"
_II W1KISStOM "Wilaldim"
IV smacnam Pnoczuuizs
v T=TATIVlt mzmu !'OR comiut-TA" SMJ=108 L&
vt ADDITIONAL RZOUIRICMCMTS FOR SZLZCTZO TEAM 11
vil Doclumm" AVAILULZ Upow RZOUSET
TA, r
4 b A
Ty w
Aft "m
--,vA
L 41, 1c:
,7`
I. MLIC 140TICII
CITY OF MAM , FLORIDA ,
RMGVM:T FOR PAO;; IONJkL SUVICEB
NO MINGSIDS PMUC RSCMTIOR BVILOIM PRWZM
The City of Miami, is seeking the professional services of a
qualified and experienced Architectural Firm to be the Prime
Consultant for the planning and design of Morningside Park
Recreation Building. The projects will require Architectural and
ingineerinq Services and the Consulting Teats will be required to
carry out Schematic Design, Design Development, Construction
Documents, Bidding and Construction Administration Phases of a
Professional Services Agreement.
Intsrgsted firms must contact Dianne L. Johnson, Assistant to the
Director, at the =ity of Miami Department of -Parks, Recreation
and Public Facilities, 1390 NW 7th Street, Miami, Florida, 33125,
Telephone (305)579-6900, for the Request for Proposals Document.
This document contains detailed and specific information about
the scope_ of services, submission requirements and selection
procedures. This is a minority set -aside project and therefore
qualified submissions will only be accepted from teams which
include Hispanic, Black and Female owned firms.
Submissions packages must be delivered to the Office of the City
Clerk, 3500 Pan American Drive, Miami, Florida, 33131 not later
Lhan 11 t 00A.; an April 27, 1989.
The City of Miami reserves the right to accept
deemed to be in the best interest -of. the. City,
irregularities in any proposal, and/ or to reject
proposals and to re -advertise for new proposals.
ADV. NOt`�
any proposal
to waive any
any and/or all
Cesar H. Odio
City Mtnager
34.1
i t � s ,�rSKgyr
s �
t
y .�
II. SCOPE OF SERVICES:
The City of Miami, is seeking the professional servicrs of a
qualified and experienced Architectural Firm to be the Prime
Consultant for the planning and design of the Morningside Park
Recreation Building to be located at 750 N.E. 55 Terrace, Miami,
Florida.. The project includes the development of a new
recreation building. Funding for this project, including design
and development costs is currently estimated at $350,000.
The project will require Architectural and Engineerinq Services
and the Consulting Team will be required to carry out Schematic
Design, Design Development, Construction Documents, Bidding and
Construction Administration Phases of a professional Services
Agreement.
Ill. SUB M SS ION RZOUI RE MERTS:
The selection procedures will follow the. Competitive Negotiations
Act as defined in Florida Statutes 287.055, Section 18.52.3 of
the Code of the City of Miami and Ordinance No. 9572.
Minority participation is required, as per the City of Miami's
Minority Procurement. Program, Ordinance &o. 10062. This project
has been designated as a minority set -aside. Qualified proposars
will therefore only be accepted from teams which include two of
the following -three types of ownership: Hispanic, Black or
Female owned firms. Said minority -owned *and female -owned firms
must preregister with Ms. Adrienne lacbeth; the City of Miami's
Pdoority and Women Business Affairs Coordinator, at (305) 579-
6385 prior to the subsussldn date for this project. written
proof of pre -qualification will be provided by the City to each
individual,, firm upon successful r6view. The minority set aside
applies only to the ownership of the required prime and sub -
consulting firm. Firms other than those providing the expertise
required by this Request for Proposal Document need not %e
minority owned firms to be part -of a Team.
Professional registration is required by the State of Florida as
per FS Chapter 481 Part I Architecture and FS Chapter 471
Engineering.
Materials other than those requested will not be considered and
should not be submitted at any time during the Selection Process.
Additional materials ma be solicited from teams selected to make
presentations. No aMtions or modifications may be made to the
5
=1K°
A
}jr
t"S
•
proposals and the teams they represent, subsequent to the
submission deadline. Respondents must notify the City in writing
immediately of any firm or individual.presented in their original
submission who is unavailable to continue on the team. Any such
changes may result in the removal of that team from
consideration.
Sub -consultants may submit on more that one team, however prime
consultants or those firths which may joint -venture or associate
to form the prime consultant may only submit one proposal and may
not be a sub -consultant on other teams.
Questions which may arise must be directed to Mb . Dianne E.
Johnson, City of Miami, Dept. of Parks Recreation and public
Facilities, 1390 NW 7th Street, Miami, Florida, 33125, 13OS)
5 7"9w
A. Contents of Submissions
Interested firms must submit one (1) original and ten 10 copies
of their Proposal, which must contain the following documents,
in the mariner in which it is requested:
(i) A Letter of Interest addressed to Walter E. Golby,
Director, Dept. of barks Recreation and Public
Facilities, City of*Miami, 1390 NW 7th Street, Miami,
Fla., 33125 generally describing the consulting
team and its interest in performing the required
professional services.
Standard Form ::S - for t::s cntirc consulting tsatr. .
(iii) Standard Form 254 for each firm.
(iv) The Team Identification worm which is attached.
(iv) Proof of current professional registration to
practice Architecture, and Engineering in
the State of Florida, in the form of legible copies,
of current licenses as issued by the State of
Florida, Dept. of Professional Regulation. (A
current letter from the Dept. of Professional
Regulation may be used if the other documents are
unavailable.) Firms practicing as corporations or
partnerships must provide proof of.registration as
such.
(v) The Previous Professional Services form which is
attached.
(vi) The Personnel form which is attached.
(vii) The Previous Relevant Experience form which is
attached.
(viii) Proof of Minority Firm preregistration for each
firm, with the City of Miami (obtained as a result
of preregistration with Ms. Macbeth, as indicated
above) .
%3 Yc
t
p _
b �N
O. Schedule for Submission:
Regueat for Proposals Issued:
Submissions Due Date:
Submission time:
Submission Location:
Submission Identification:
April 79 1966
April 27, 19",
So later than 11:00AM
City Clerk's Office
City of Miami;
3.500 Pan Amarican Drive
Miami, Fla. 33133
"Moraingside Park R4creation
Building" must appear on the
wrappinq/envelope in which the
proposals are submitted.
Submissions will not be accepted after the submission time and
they will not be accepted at any other location.
IV. SEL NOTION PROCEDURaS t
In accordance with Florida Statutes 287.055, City of Miami Code,
Section 18.52.3 and Ordinance No. 10062 and No. 9572. the
Consultant Selection Process will be carried out in three
sequential phases:
A) Certification
8) Initial Evaluation
C) Presentation and Interview
A. Certification Phase
During the s process a Certification Committee consisting of a
registered landscape architect, a registered architect and a
registered engineer on the City of Miami's staff will be joined
by a registered landscape architect and a registered archita t.
both of whom shall be in private practice, to review eaah
submission for compliance with the requirements of the *equost
for Proposal Document and the requirements of the applicable
legislation. The private sector members of the Certification
Committee are to be appointed by the City of Miami Park Advisory
Board.
Certification Committee Members are prohibited from discussing
the proposals or the Committee's activities with anyone with, or
related to the proposing firms, or with other Committee members
until the City Commission awards the contract. Certification
Committee members must have no vested interest and/or other
financially remunerative relationship with any of the firers or
!y
• '..5 !r C� i � f
k CH31t'My
individuals being considered for selection. Members of proposing
firms and teams shall not contact Certification Committee
Members about this selection process.
The members of the Certification Committee will verify that each
submission correctly indicates the following:
(i) 8ach firm is currently and respectively registered to
practice Architecture and Engineering in the State of
Florida, in accordance with FS Chapter 481 Part I and
Chapter 471 Part respectively.
(ii) Valid Proof is presented indicating that the prime and
required sub -consultant firm are minority owned
businesses, by the presence of the preregistration
document issued by the City of Miami's Minority and Women
Business Affairs -Coordinator.
(iii) A Standard Form 255 has been completed for the entire
team.
(iv) Standard Form 254 has been completed for each firm on the
team
(v) The required number of copies of the submission are
recsived on time, by the deadline and at the correct
location.
Submissions failing to meet any of these requirements will be
eliminated from the selection process at this point•. Ordinance
No. 7295 also requires that the Certification Committee determine
that the teams presented in each proposal favorably demonstrate
the following•:
(i) Capability and adequacy of personnel for this project.
(ii) Good past performance in administration and in cooperation
with former clients.
(iii) Ability to meet time schedules and budgets.
(iv) Good past experience record.
Teams failing to meet any of these criterit will be eliminated
from the selection process at this point. Teams which meet these
and the previous requirements will be certified for this projeet
The Certification Committee will provide a report to the
Selection Committee indicating its finding and those teams whiat
are to receive further consideration.
B. Initial Evaluation Phases
The Consultant. Selection Committee, established in accordance
with Ordinance No. 7295 will receive the submission packages of
the certified teams in preparation for making their Initial
-7-
evaluation, and holding the Presentations and Interviews -
Selection Committee Mobbers are prohibited from discussing the
proposals or the C*mmittee's activities with anyone with, or
related to the proposing firms, or with other Committee members
until the City Commission awards the contract. Selection
'Committee members must have no vested interest and/or other
financially remunerative relationship with any of the firms or
individuals being considered for selection. Members of proposing
firths and teams shall not contact Selection Committee Members
about this selection process.
Prior to discussions related to the proposals and voting the
Selection Committee will establish a maximum- number of teams
which may be "short-listed" for -the next phase of the selection
process. The actual number, which must be at least three, may be
less than the maximum if a substantial disparity occurs between
the ranked scores of the firms that fall within the maximum,
after scoring. The criteria used for evaluation at this stage
fall into four general areas.
Topic
Previous professional experience; related to
successful completion of projects of similar
complexity and scope ............................
Size -and capability of Team and its range of
expertise ........ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
T~xll�in" r%f affi,%a; wi *h ;points awarded in
decreasing value for location of in the City
of Miami, Dade County, Broward County...........
Total:
Maximum value
40
45
Each evaluator will score each team based on a maximum of 100
points and then rank them, giving the team with the highest score
the rank of one (1).
All the evaluators ranked scores are then complied and at least
the top three firms will be invited to make a presentation and be
interviewed. Ranking and scores do not carry over into the next
phase of the process. Those teams selected to make presentations
will be contacted by Susan McKay, Park Planning Coordinator; no
less than 5 calendar days prior to the presentation and
interview.
C. Presentation and Interview Phases
.All Presentations and Interviews will be held on the 4th floor
Conference Room of the City's Department of Development, 300
Biscayne Boulevard way, Suite 400, Dupont Plata Center, Miami,
rlorida, 33131. Presentations are tentativelX scheduled for Mty
9610, 1988, however the time and ate of each presentation and
interview will be specifically indicated upon notification of
selection. It is recommended that a representative of each fine
and/or area of expertise indicated in the team's proposal be
present and participate in the presentation. Unless specifically
requested by the 'City, no material may be provided' to the
Selection Committee by, or on behalf of the Teams.
The total time allocated to each firm will be limited to 45
minutes, allowing 30 minutes for the presentation and 15 minutes
for the interview. Each team is responsible for bringing their
own equipment including slide projector(s), stand and easel if so
desired. The north wall of the conference room is used as a
screen.
The Team's presentation'must cover the following areas within the
time limits
(i) Method of Approach
Based on the scope of services described herein, the
presentation should be a factual dissertation of the
Team's organization, including any joint venture or
professional associations; the identification and
vxl i_f ,7at.ions of all professional and support staff
including• those of the sub -consultants, that will be
assigned to this project; support capabilities; and an
out) iKe of activities that will be undertaken by the
professional and support staff; time schedules for
accomplishing -the activities; a summary of procedures and
methods developed and used by the Team to coordinate and
control projects and assure delivery of the finished work'
product on time and within the budget.
It is not intended nor acceptable that the Team solve any
specific problems, provide consulting services, discuss or
display any type of design ideas for this project at this
time, but rather that the Selection Committee be presented
with information about how the entire team would function
on this City project.
(ii) Previous Experience
-Having given the Selection Committee an overview of tit*
team's method of approach. at least three recent projects
which the members of the teas have completed should be
presented, preferably in slide form. The examples should
include design services for appropriately related projects
which should be presented in terms of the project
objectives, users, operational constraints, design and
construction schedules, budgets and maintenance.
(iii) Minority Participation
You are requested to describe all levels of minority
ownership and/or participation in your team.
(iv) Method of Compensation
The purpose of the presentation and interview does not
include negotiating fees. However, the City's policy is
to contract for design and construction administration
services on a lump sum, flat fee basis. You are requested
to comamt on this method of payment if you foresee any
problems with it.
The Consultant Selection Committee will use the information
provided in the submission, during the presentation, interview
and may contact past clients, to evaluate each team in four
general areas.
Topic Maximum Value
Demonstration of Creativity and Skill 25
Professional experience; in greater detail than
before including previous collaboration with
public agencies. Preference will be given,to
those firms with no previous agreements
with the Citxx by proportionately deducting a
maximum of 1D points for professional fees contracted
for with the City of Miami as a prime or'sub-consultant.
Firm organization and Assigned Staff, including
the information provided at the presentation and
interview
l5
Capability of Firm, in greater detail than
before, related to the actual individuals
assigned to the projects, their expertise,
work load, and related professional skills
30
r
Total:
100
-1 0..
t x�;
p t
S 777
0 .
After the presentations and interviews, each evaluator will score each
team based on a maximum of WO points and then rank them, giving the
teas: with the highe!t score the rank of 1 . prior to the presentations'
and interviews, the Selection Cosmittee will have 'established a method
of breaking ties and reevaluating firms when the ranked scores of the
top three teams are less than three points apart. The final top three
teams will be recommended to the City Manager for submission to tho
City Commission, for authorisation to negotiate an agreement,
beyinninq with the teams ranked first. I
V . T=TTATM BCHZDULE MR COMnGUM SRUICT2OM PVOC = s
April 7, 1968 Request for Proposal Notices Mailed to
prospective Prime Consultants
April 7, 1988 Request for Proposal Notices advertised
April 27, 1988 - Submittals received at the City Clerk's
office no later than 11:OOAM
April 28&29, 1968 Certification Committee Convenes
May 243, 1988 - Competitive Selection Commmittee-Convenat
to create "short list" of Teams to be
interviewee]
May 9410, 1988 Competitive Selection Committee
convenes for presentations and
intl:-�,iewv
May 26, 1988 City Commission considers the City
Manager's recomaendations of the most
qualified Teams
June 8, 1988
June 23, 1988
June 30, 1988
Negotiations on Agreement eomplet6d
City Commission considers City Manaver-
recommendation to 4xecute negotiate
agreement
Target date for completion of contract
execution.
h:
r
r
�a
--
' y�T
u
� c Y
0
VI . A, DOITIOKAL REQVIlIiMMi FOR TKE SELECTED CONSULTING' TZAMs
Negotiations with the Team ranked first by the City Commission wi91
comence as soori as possible after the City Commission makes their
decision. A minimum of $500,000 in professional liability insurance
will be required through an acceptable carrier for the duration of the
project. For their own protection consultants are also encouraged to
maintain this coverage for a minimum of five years after completion of
construction. A breakdown of tasks associated with the project,
estimated staff time involved in each task and the resultant
percentages of principal/professional/technical support time and their
respective hourly rates will also be required during these
negotiations. Principals of the Teams being considered are encouraged.
to review a standard City of Miami Professional Services Agreement
prior to the City Commission action proposed for May 26, 1986.
VII. DOCUMENTS AVAILABLE UPON RLQUESTs
please contact Me. Dianne L. Johnson with the City`s Department of
Parks, Recreation and Public Facilities at (305)579-6900 for any of
the documents listed below. They will be mailed as soon as possible
after a request is received however firms interested in acquiring
these documents are encouraged to collect them in.person.
A. Ordinance No. 10065 passed -December 19, 1985:
Women Business Affairs Procurement Ordinance
The Minority and
e. ordinance No. 9572 passed February 10' 1983; Article IV,
Purckasi.ng and contracts generally, Section 18-52.3
Professional Services
C. Section 18.52.3 City Code of Miami (this is the same as B.)
D. Blank copies of Standard Forms 255 and 254.
S. Standard City of Miami Professional Services Agreement
File: <rfp>Morningside
March 30, 1988
E i
b±N�
F y�x 3
r ,3 s
a fin, o- F iX+C
� z
CITY AF MIAMM
CON WLTANT S=LiMOK PTAX3MS
Py"JOVS PAOrM IONAL AGMMH hTS / SZ1tV1 C=
This form must be completed for the entire team listinq all members of
a prime or sub -consultant for a City of Miami Professional Services
Contract. The list is to include all contracts/agreements that are or
have been active within the last five .years whether you or Your firm
was a prime or sub -consultant working for any entity of the City* of
Miami, including the Off -Street Parking Department. Fees listed must
include anticipated payments as well as those received.
sum of Firms .... ........
MWENNOMMEMMOM
Nave your Firm participated in any City of Miui projects within tho
last five years? Yoe No (please circle one. If the answer
is no, please sign the form and include it in your submission. If tho
answer is yes, phrase fill out the form, sign and include it in your
• submission.) -
Memo of Project Ministering Dept. Date* !
• 0. r
The foregoing is a statement of facts. ;
is
Signature of corporate officer Typed name ana t&tie w�►rs
• • •t NMN".k < r fp> 7,L
t
!
it
_ .• .j.;'.�' ��n _�r� 3 '-fir" ���'.
;w
CITY OF M[IAMR 47
CCi1f MUST SUZCTIOU PSOCS"
TEAM IDBUTIFICATIOM FOAM
Prim* Consultants
Name s
Address:
Contact Persons Telephone: .( )
Specialty:
R*quired Sub -consultant:
Name:
Address s
Contact Person:
specialty:
other Sub -consultant:
Name:
Address: ,
Contact Person:
Specialty:
The foregoing is a statement of facts.
Telephone: ( )
Telephone:
Signature of Corporate officer
Typed name an3
title date
of prime consultant
<rfp>
J
4.
f
r
•
�
{ Ka,�yi.A�
I'I
i
e
RK
ci pr of MIAIU
�ow�.:�►r�e SZL8cticr PFocs:a
�►t OMf� , IVAN
This form mutt be
completed for the entire tau listing ali wWdftry
faalf anticipated
to work on Lite proposed project.
�
rr+olNeiow+l ttportiN 0��_ ��:�'
• No-. .4 �.�'-•-"�'4'.
•
i2`
• �Ge
n K :•� lY' i '. .1
i
.�. ... ..ve0-. '-i..Y...-...Ma MY.i•MFM�•RY'°M'�°'q ,
•. rt
v .. .,rF• ��
r•.. ary»r+t•rW
•
.:, . .-.r. - , , ... , we.. ........ay.. -... .. .:. ...•N,Y. ...... w. *-
� �
.. W ... _ v, .,1,.
.- w.- -wa. - r. o.e.,y�._-.: a ._ •. •.
., = .µ
4 •}*
ky t `�
• w .<. . ww.r a . .. _«........nr .• ... e�•....w ,wr•r < , .+•ti4.ran w'M►'��4MeiM'•"�n°'n'K5'MYi�'�4AT^Y7
•.,... a.......xr...+....�.wvn-v..p.,!•+.p-..Y•ragli••n•My+bpM-ca�Y�
+ S
The, tot *I is• a Statement Of fast '..,
Signature of Corporate Off iaer *534.,
_ r �
r fp,:
Rt t'. Ili
S:
t t K 4•;p8 f Y 4 ;x d� irfid��r'td�'t
� yi i c...-s• �- J,�+4t«,��°�` -' # a � e 7' t'� S ` � t:P'� ,.r+aH t a y4,��..
'Y Fk, e.'[�� �: :k'�. �:}YP.��3'"' 4rt�I'ft�: e_5`'�i.".: _'. "ts 'r��•A"�_.�. ,.���..�''�AI'¢6.x. _ .-
ciT! or MIAlll
CO-iVLTMff SELECTION PI4CE38
PAWIOVB RELCVANT EXPZRIENCs
This form - must be completed for the entire ta+in listing at least thr*
appropriately related projectss
Project Names
owner/users
Contact Person: Telephones( i
Budgets Schedules
Scope: ... ..........................___.
Project Nanes
owner/users
Contact Persons Telephone: ( ?
Budgets Schedules
Scope:
4
F
i,
f
'K. f
. _ 4 Y�:
Project Nawes
Omlfer%Veer:
Contact persons Telephones( )
Budgets Schedules.
Project Namos
Owner/User:
Contact Person: Telephones(
Budgets Schedules
Scope: ...... .
..........................._._.. _......
e. j.
The foregoing is a statement of facts.
,u
x
Signature of Corporate Officer Trped name and title 8
<rfp>
v. .
J-ee-ss�
s/li/se
029OLUTIOM NO,
A RtBOLUTION APPODVING THE MOST QUALIFIED
FIRMB TO PROVIDE PROF988IONAL PLANNING AND
DfBIGN BERVICEB FOR THE MORNIMGBIDE PARK
RECREATION BUILDING PROJECTt AUTHORIZING THE
CITY MANAGER TO UNDERTAKE NEGOTIATIONS WITH
THE MOST QUALIFIED FIRMS, TO ARRIVE AT A
CONTRACT WHICH I8 FAIR, COMPETITIVE AND
REASONABLE= AND DIRECTING THE CITY MANAGER TO
PRK8ENT THE NEGOTIATED AOREEMlNT TO THt CITY
COMMISSION FOR ITS RATIFICATION AND APPROVAL.
WHEREAS, the City of Miami has recognised the importance of
renovating its neighborhood parks; and
WHEREAS, Ordinance No. 18347, the Capital Improvements
Appropriations Ordinance, passed and adopted on October 22, 1997,
appropriated $8.31 million for Citywide Neighborhood Park
Renovations; and
WHEREAS, the City Commission by Resolution No. 87-607,
passed and adopted on July 9, 1987, appointed a Park Advisory
Board to make recosmendations as to the projects to be included
f. .
in the renovations= and
WHEREAS, the City Comsission accepted the Park Advises
Board • s recamsendations during its meeting of November 11, 114,1 t
and
WHEREAS, by Resolution No. 87-556, passed and adapted an
June 11, 1987, the City Commission approved the Citywide
Neighborhood Park Renovations Projects, which include the
Morningside Park Recreation Building Project, as a Category "So
Project, and appointed Walter E. Golby, Director, Departament of yea,
k l
Parks, Recreation and Public Facilities, as Chairow of the
Competitive selection Comeittee; and
M
r; .
Few
Li
WHEREAS, Resolution No. 88-224, passed and adopted on March
19, 1988, established a Certification Committee of not less than
five (5) professionals, qualified in the fields of endeavor or
practices involved, to review the qualifications, performance
data and related information provided by those responding to the
City's Request for Professional Services; and
WHEREAS, the City, through public advertisement and direct
mailing, solicited
consultants= and
expressions of interest from qualified
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
architectural, landscape 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 go. 9572 and Section 18.52.3 of the City Code,
for the acquisition of professional servicesf
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF TUN CITY
OF MIAMI, FLORIDA:
Section 1. The City Commission hereby approves th6
recosimendation by the Competitive Selection Cosmtittee of the
following firms as the most qualified to provide, along with the
designated subconsulting engineers, professional architectural
services for the Morningside Park Recreation Building Project, as
listed in ranked order of recommendation:
(a) No. 1:
Pries Consultant:
The Russell Partnership, Inc.
Bub -Consultants,
Maurice Gray Associates, Inc.
B.D.M. Engineering _ r
ry
Prise Consultant:
Allen and Associates P.A. ;
.r 'f
RC
x
attic` . I
W
dub-consultantes
PRV Engineering, Inc.
Tannin Uddin and Associates, International
(c) Wo. 31
Prime Consultant:
Bermello, Kurki and Vera, Inc.
Sub -consultants:
San Martin Associates, Inc.
Martinez and Associates
Section 2. The City Commission hereby authorises the City
Manager to negotiate 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 the City Manager cannot
negotiate an agreement which, in his opinion, is fair,
competitive and reasonable with the firm ranked first in order,
then he is hereby authorized to terminate such negotiation and to
proceed to negotiate with the second most qualified firm. In the
event that he fails to negotiate a satisfactory agreement with
the second firm, then he is 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 earlirst
scheduled meeting of the City Commission immediately following "k
the negotiation of said agreement for its ratification and
approval. j.
PASSED AND ADOPTED this 8th day of August , 1989.
HIRKI, CITY
PREPARED AND APPROVED BY:
r2gw", W— I W�l , A 64 WW4 V.
x-=a
,r
AFPWM TO YOM
7r� a
CIT'f OR MIAMI, RLORIO•
IMT21t-0F1rICE MEMORANDUM
*o Honorable Mayor and Members o•r�*t. y " 1 1968 "Lt.
:,f the City Commission
Authorization to
Negotiate an Agreement
for Design Services for
Morningside Park
rROM' �tr[AtNC[f'
Cesar H. Odio
City Manager
cNcLosuou:
RECOMMENDATIONS
It is recommended that the City Commission adopt the attached
Resolution approving the most qualified firms to provide
professional planning and design services for the Morningside
Park Recreation Building Project, 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 Paris,
Recreation and
Public Facilities. On June 11, 1987, by Resolu-
tion No. 87-556, the City Commission designated as a Category "B"
orni�r+t; ♦r,►
City Wide Neighborhood Park Renovations Project,
c--400
which included
the Morningside Park Recreation Building irujouL .
In accordance
with Florida statutes 287.055, City of Miami Code
Section 18.52.3
and City of Miami Ordinanc*s No. 10062 and No.
9572; advertisements
to request proposals for professional
planning and
design services were sent by direct snail and
published in newspapers. All projects were advertised as 1000
minority set
asides. The Certification Committee and the
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:
April 7, 1'388
A request for Proposals was advertised.
April 27, 1988
Fifteen proposals were received.
April 28, 1988
The Certification Committee certified
ten proposals.
4�
S9
t
s.p .
+ <r
+� f
• Y.
A
�� nc
a
ti
i' k
S..
S
46
2 and 4, 19Ad The Cp�tpstitive Selection Coremittee met
Ma
Y MA selected a short list of sit d's"In
zea&s for presentations and intervie6+e-
MaY 9, 19AA The C,Otpetitive Selection Cosine's
interviewedthe
design teams and *Ado
its recom ti
It is, therefore, rscoaraended.that the City Cowaission approve
the attached Resolution based on the findings and recosssendationl
of the Catpatitivs Selection Cconit
vies of the steps in the selection process and a fact short
su�wsa Your in f ormat ion .
on the design'tsams are
attached for
v
T'g`
r
x .
r �y ,gyp • -y Y. A"
• k�S�t ✓,. r+ l
fin -'?�.t.. r*+ 4,, N � •_'�� .���� � Tom. s�id
K
x w
tpx
... 3 {,--s•r„G,'�'ss�'�e, ,h4�iki��,e� =',ifin,,:3"�'z..�i''� ��'�rvr.�%€#.i�Y
F
m.
00
CITYMID= M=IOtifOmooD PAM "'NOVATIOM
,,,,Wg jj.,M S= =CTIOM PROMS
D=SIGM TZ M
• rwT m=
MOSID= PARK
==cunlON sanAlm
Tel Is .
PRINZ 'CO=SULTAMT
.h* Russell 7artnershiP
SUBCONSULTANTS
Maurice Gray Associates, Inc.
SDM Consulting Engineers, Inc.
TEAM 2:
p R = COKSULTAM"
Allen Und Associates, P•A•
SUBCONSULTANTS
P.R.V. Engineering Inc.
Tasnim Uddin & Associates
International, Inc.
TES 3 :
PRIME CONSULTANTS
Bermello, Kurki & Vera, Inc.
St18CANSULTANT
PRIt�CIpALS
Carlos Ruiz de
puevedo
Terry L. Holt
Maurice E. Gray
Sergio D• Magaroias
Laszlo M. szatmary
i ait
Milan r
lbobert
Valdes `'_�
Mel Garcia`
Tattl4
lid «.
btaeem
Uddin
Martinez and Associates, P•A•
Carlos A. CW
San Martin Associates I„
1 �
Km
Li
' • - - i � Y sa�S?if
bey
h 4
.i
CITY or OAI^ Mf. rLOMMA
INTMOFFICE MEMORANDUM
to Citywide Neighborhood Park
Renovations Competitive Selection
File
?PaPrkr)PJaJin9
IfKay
Coordinator
o^,s May 3, 1988
rrr P.
.u.,rc. Certification Committee
Report
9"CLOfuwrs
The City of Miami recently advertised Requests for Proposals for
professional planning and design services for seven park
projects. A Certification Committee consisting of:
Juanita Shearer, Registered Landscape Architect,
Sill Rosenberg, Registered Landscape Architect,
Gene Pelaez, Registered Engineer, and
Armando Cazo, Registered Architect,
not on April 28 and 29, 1988, to review all proposals received
for:
a. compliance with submission requirements,
b. capability and adequacy of personnel,.
c. past performance in administration and cooperation with
clients,
d. ability to meet time schedules and budgets, and
e. past experience record.
rrior to t::c :tart ci- the• members all affirmed that
they had no vested interest and/or other financially remunerative
relationship with any of the firms or individuals being
considered! for selection.
The number of proposals received and certified for each project
is summarised belows
PROPOSALS NUMBER HUM8ER .
P_ RROOJECT ADVERTISED RECZIVED RE� CRRTIrLXD
African Square Park
Renovation 3/31/88 4/20/88 3 3
Allapattah-Comstock Park
Sports Lighting 3/31/88 4/20/88 3 3
Range/Lummus Parks
Security Lighting 3/31/88 4/20/88 3 3
Grapeland/Hadley/Morningside
Parts Irrigation 3/31/88 4/20/88 3 3
y
4v .
1 a.
Y1
_ -.
J, q tT V1 «fit
Ik
Ce�ttilicati n Ccamittee Report
V I. IS
Page 2
So
• 1S .IO .._.
.morningside Park 4/7/88 4/27/66
Recreation Building
=,egion/Virrick Poarks vationec Recreation
4127/A6 13
Building Sort
to
Gibson flask Recreation Buildinq 4/27/98 14 �p
Renovation and Expansion 4/7/88
Nls was the
the reason for not certifYir9 pr if ied the
In all cases, requirements specified
failure to meet submission
firm' s sals -
Request for Propo
': i `• - - .. - _ tires
41
y.' ,A. •� !~M1
FS5
vil
Vt-
y _.§
9
� � ✓ !� ram, �x��
4. 9�t.Jd tti'�fi q 'c� ik � � � •!� � `3 h #' C � i �� -. n F � -',S �+ L
i f ���3-�ii���'"���, ;Ski ,• ��� �� ' r ,,+�`w`• }� .
'ytt
• / � } *y� 9��' �r .. ha ,'fit x . ��iY�yt
C1r1r Or MIAM1. FLOR10A
INT1tR-0FFIC1 MEMORANOUM
TO: Citywide Neighborhood Park DATC May 4, 1988
Renovations Competitive Selection
File sueftcr Competitive Selection
Committee Short List
Report
s n McKay A[RF11[NG[s
Park P nning Coordinator.
cMc�osv�Rs
As only. three proposals were received and certified for each of
the following projects, no short listing meeting was held and all -'
proposers were interviewed:
African Square Park Renovations
Grapeland/Hadley/Morningside Parks Irrigation Systems
Allapattah-Comstock Park Sports Lighting'
Range/Lummus Parks Security Lighting
On May 2 and 4, 1988, the Competitive Selection Committee met to
short list proposals received for:
Morningside Park Recreation Building
Legion/Virrick Parks Recreation Building Renovations
Gibson Park Recreation Building Renovation and Expansion
Thd members of the Committee were:
Suzan ucKa,, Parks, Recreation and Public Facilities
Juanita Shearer, Development.
Adrien MacBeth, City Manager's Office
Teresita Fernandez, Planning
Joe Turturici, Finance
Roberto Hevia, Building and Zoning
Ed Conner, Public Works
tr
Linda Kelly (non -voting), Law
All members affirmed that they had no vested interest and/tit
u=:
other financially remunerative relationship with any of the firr"
..
or individuals being considered for selection.
Prior to reviewing any proposals, the Committee decided that the
short list would include a maximum of six design teams. It also
decided that if there was a great discrepancy in scores between
the fourth and fifth or fifth and sixth ranked teams, that it may
elect to not include those teams on the short list.
rt �'
1
S:ie�k.�.e3
• y v �� r
}t �3
W
MOD
#111 certified proposals for each a d. rTib«'1 projects
e t were
soared on the following arit*ria
proposals
R - previous professional experience
B - Site and capability of team
C - Location of office
sals for each project were then ranked by each committee
The propo were then totaled for each
member. These individual ranks kings
project and ranked in descending
of roposals certified and short listed is summarized
The member P below for each projects
Number Number
Project
Certified short Listed
Morningside park
li • d
Recreation Building
' 9 4
Legion/Virrick Parks
Recreation Building
Renovations
Gibson Park Recreation
10 6
Building Renovations
Expansion
ted to make
The short listed firms were then atom , i�d. a:ui1, according
a presentation to the Cesaittee Y
to the project. -
. f
e �v
S
2
((i k
i t _• i Qt,QW4 j
r •,
• rug„„, ��_` * ,
j x
r
%tt:v of AtOaAl
WAL"R L COIN
01r"M
CHAR w. OM
off WWW4Br
PVWC rcTtC:
C2TT OF Wallt . r L001114
trorB�BT fw ►WBrW51GWL PLIONIMd{ AM D"UN ou"C7B
1
The City of Miami. Is seeking the profeesienal services of qualified
and osperioneW design pref000tonal• fee three separate Park
Prejeets as followh
. An Architectural firs to be the Prime eonoottant for the ,,fi�rr
�fanning and design of the renovation and **pension of the Otbeen T,va"
rk Recreation wilding. This project will require nrshneetural
and ■ line*ring services.
. An Architectural Piro to be the prim Consultant tee the
piadahlne and design of the Moraingelde Park Beereatiom wilding-. •
This project will require Arebiteetorel and Bngineerimg services.
An Arohliecturel Ftru to be the Price Consultant for the
planing and design of the renevation and/W espenelen of the t
roorostien buildings at Legion and virrick Parks. This project will�►raC�:i'
require architectural and tnginooring services.
The *eperate Consulting Tease on these parks projects will be
rvgolred to carry out Schematic Design. Design Development.
Construction Documents. Bidding and Construct/on Administration
Phaoo# of a professional services Agroosent.
liras interested in these Fork* Project* suet centect Dianne it.
Johneen, Assistant to the DArector, at the err of Miami Department
of Parks. Recreation and Public Facilities, 13" my Tth Street.
Maul, Florids. 2412S, Telephone (2eS1S71-i1B9. for the. "vast for
proposals Documents. This document contain* detailed and specific
information about the scopes of services, e"paisoift regviresonts and
.Mlaetiw preeeduroo.
1Qe City of ldesi, is also seeking the prsfoesienal oorvit** of a
��ueeolilted and osperienced Arobiteetural Firs to be the prime
f�wiultont for the planning and design et the ronovetlen and
espossion of the Police Mcadquartard building, lactated at 4" Mt1 3"
e, Avenoo. This project vlli r*"ire Architectural -and Baginseriag
s*rvlcw and the consulting team will be regvtrod to een7 out Peat
Oweupency Bvalwtion. Mead A***1OnMot and Pregrawalag dakesetie
Design, Design Development. Construction Documents. Bidding and
Construction Administration Phases of a ►rofssolonal Services
Agreement.
interested firms must contact officer chip Landrau, flawing end
Research Division oiihe'City of Miami Police Department, sled MM and
Avenue. Miami, rlorlde. 32129. Tatephene (3SS)S79-6S24 for the
Regvsot for ►roposels Document. This document contains detsaled one
specific information about the #cops of services, swUmAgeaen
requirements *ad selection procedures.
Sack of these five #Operate projects is a minority sac-oolde and
therefore qualified submission will only be accepted from to""
which include Hispanic, black and remale owned firme.
lndividuol Submissions packages for each *operate project must be
dollverrd to the Office of the City Clark. ISO& Pan American Drive.
Miss&. FLerida. 1J1j1 not later that lleroAM on April 27, Igoe.
The City of Miami reserves the right to accept any proposal deooed
to be In the Wet interest of the City, to waive any irregularities
in any proVaeal, end/ or to reject arty and/or all proposal* and to
re-advottis* for now proposals.
ADV. MOOV41
DEPARTMENT Of PARKS, RECREATION AND PUBLIC FACILIT193
IM N.W. Ylk St"W/"Oni. Ft 91233.07W13ol1 vs-Gese/eM
. as
� 3v
x .F
t
•
a:x ,
10
w
+j !m P ROlOGAZA
FM
psomstow'L SMICBS
Ip sID! pux R►1'IOM BOUAIDO PSOJ=
CITY OF . MIAMI
XAVTZSUARI Z I"tyor
ROSARIORL.
K]Ot EM, Vice tayor
NILLZR J . DAMRINS , Comi ssioner
Loner
VICTOR g. Dh YURRI, Cos�i
J.L. nun&'R► Cosaissionir
CESAR• N . 0010 ► City MRnager
Request foe proposals Issued: April 7 1988
Subrissions Due Date: April 17; 1988,
Subai ss ion tiM = Ito later than i l e 00AM
Submission Locatioag City Clerk's Office
City of Muni ►
3500 paq Aserican Drive
.Miani; Fla. 33133
side park Recteatia►
Subaissioo Identilicationtuil rust appear an ,
wrapping/ envelope in whidh.,..t*`
• proposals are submitted.
• L r
Yk
y1 �,
• x "t hr �P
gill
(
F Y•`` Ate; �'ma�. t
�rX� it r i k j���AAA t1s fNt 7cN
ds .s i ?.._. ..ti rr • 'rA# e: id.,' t z`C•T lr. & Es '. a.
ON coomf
S
f.
I PUBLIC JJOTICE
� `
it SCOT E or slmv i COLS
s
SUSMISSIOIt RAQUIUJWTS
III
S
IV SUJCTIOV PWOCUURZS
TOR CONiULTAW SZLWTIOM
hl
y TZliTATIVti SCH
ADDITIONAL REOUIRZNgwTS TOR SEL=ZD TIAN
13
VI
11•,
AVAILABLE vpw REQUEST
VII OOCITli01T8
.,t
u
`
Y
. i � �'.x � .� r -
� _Y'• r, �.' nY L,i j+.,M Q4 Z:S :
t 4'--' _ �i
i
Jy
t T
f ;
Y
k
t Yy �r i
'r, x 13.Pa
5' fh
#355#p
i .. ��.�.uz•� '�• 7�.Y�M1 P •{'_RvzT.: �t P'; X=NR'"�
.
I. PVBL.IC YMIC=s
CITY of t4Am , rwRIDA
RM1' T roR P11 Al IotaL SERVicu
PORRIBOSIDs PARK RSCR=ATIOV BUILDING P1 wsm
The City of Miami, is seeking the professional services of a
qualified and experienced Architectural Firm to be the Prime
Consultant for the planning and design of Morningside Park
Recreation Building. The projects will require Architectural and
Engineering Services and the Consulting Team will be required to
carry out Schematic Design, Design Development, Construction
Documents, Bidding and Construction Administration Phases of a
Professional Services Agreement.
Interested firms must contact Dianne E. Johnson, Assistant to the
Director, at the�C y of Miami Department of -Parks, Recreation
and Public Facilities, 1390 Alit 7th Street, Miami, Florida, 3312S,
Telephone (305)579-6900, for the Request for Proposals Document.
This document contains detailed and specific information about
the scope. of services, submission requirements and selection
procedures. This is a minority set -aside project and therefore
qualified submissions will only be accepted from teams whicte
include Hispanic, Black and Female owned firms.
Submissions packages must be delivered to the office of the City
Clerk, 3500 Pan American Drive, Miami, Florida, 33131 not later
that. 11:OOA:: or. April 2' , .6 .
The City of Miami reserves the right to accept any proposal
deemed to- be in the best interest -of .the. City, to waive any
irregularities in any proposal, and/ or to reject any and/or all
proposals and to re -advertise for new proposals.
ADV. NOS
y.
Cesar H. Odio
City Manager
•3-
t,
4
ue K.
� r
t ;f
-6 ...
� 1
.a
Iz. SCOPE OF SERVICES:
The City of Miami, is seeking the professional services of a
qualified and experienced Architectural Firm to be the Prime
Consultant for the planning and design of the Morningaide Park
Recreation Building to be located at 750 N.E. 55 Terrace, Miami,
tlorida.. The project includes the development of a new
recreation building. Funding for this project, including design
and.development costs is currently estimated at $350,000.
The project will require Architectural and Engineering Services
and the Consulting Team will be required to carry out Schematic
Design, Design Development, Construction Documents, Biddinq and
Construction Administration Phases of a professional Services
Agreement.
III. SUBMISSION REQUIREMENTSs
The selection procedures will follow the. Competitive Negotiations
Act as defined in Florida Statutes 287.055, Section 18.52.3 of
the Code of the City of Miami and Ordinance No. 9572.
Minority participation is required, as per the City of Miami's
Minority Procurement Program, Ordinanceilo. 100e2. This project
has been designated as a minority set -aside. Qualified proposal's
will therefore only be accepted from teams which include two of
the following three types of ownerships Hispanic, Black or
Female owned firms. Said minority -owned *and female -owned firms
must preregister with Ms. Adrienne Macbeth; the City of Miami's
Minority and Women business Affairs Coordinator; at (305) 579-
6385 prior to the submissidn date for this project. Written
proof of pre -qualification will be provided by the City to each
individual, firm upon successful review. The minority set aside
applies only to the ownership of the required prune and sub -
consulting firm. Firms other than those providing the expertise
required by this Request for Proposal Document need not pe
minority owned firms to be part•of a Team.
Professional registration is required by the State of Florida as
per FS Chapter 481 Part I Architecture and FS Chapter 471
Engineering.
Materials other than those requested will not be considered and
should not be submitted at any time during the Selection process.
Additional materials may be solicited from teams selected to make
presentations. No a�tions or modifications may be made to the
�4_
proposals and the teams they represent, subsequent to the
submission deadline. Respondents must notify the City in writing
imodiately of any firm or individual -presented in their original
submission who is unavailable to continue on the team. Any such
changes may result in the removal of that team from
consideration.
Sub -consultants may submit on more that one team, however prime
consultants or those firms which may joint -venture or associate
to form the prime consultant may only submit one proposal and may
not be a sub -consultant on other teams. '
Questions which may arise must
Johnson, City of Miami, Dept.
facilities, 1390 NW 7th Street,
57"900 •
A. Contents of Subwdesion:
be directed to Ms. Dianne 9-
of Parks Recreation and Public
Miami, Florida, 33123, 1305)
Interested firms must submit one (1) original and ten 10 coyies
of their Proposal, which must contain the following documents,
in the manner in which it is requested:
(i) A Letter of Interest addressed to Walter E. Golby,
Director, Dept. of Yarks Recreation and Pubiic
Facilities, City of Miami, 1390 NW 7th Street, Miami,
Fla., 33125 generally describing tit* consulting
team and its interest in performing the required
professional services.
(ii) 3tandard Form 255-for tha cntire consulting team.
(iii) Standard Form 254 for each firm.
(iv) The Team Identification —arm which is attached.
(iv) Proof of current professional registration to
practice Architecture, and Engineering in
the State of Florida, in the form of legible copies -
of current licenses as issued by the State of
Florida, Dept. of Professional Regulation. (A
current letter from the Dept. of Professionai
Regulation may be used if the other documents are
unavailable.) Firms practicing as corporations or
partnerships must provide proof of registration as
such.
(v) The Previous Professional Services form which is
attached.
(vi) The Personnel form which is attached.
(vii) The Previous Relevant Experience form which is
attached.
(viii) Proof of Minority Firm preregistration for each
firm, with the City of Miami (obtained as a result
of preregistration with Ms. Macbeth, as indicated
above).
YS�
S. Schedule for Submissions
Request for Proposals Issued:
Submissions Due Dates
Submission times
Submission Locations
Submission Identifications
April 70 1968
April 27, 1968,
So later than i1s00AM
City Clerk's Office
City of Miami,
3500 Pao American Drive
Miami, Fla. 33133
Horningside Park Rlcreation
Building' must appear on the
wrapping/envelope in which the
proposals are submitted.
Submissions will not be accepted after the submission time and
they will not be accepted at any other location.
IV . SNLUCTION PR+OC8D WM s
In accordance with Florida Statutes 287.055, City of Miami Code,
Section 18.52.3 and Ordinance No. 10062 and No. 9572, the
Consultant Selection Process will be carried out in three
sequential phases:
A) Certification
B) Initial Evaluation
C) Presentation and Interview
A. Certification Phase -
During th, s process a Certification Committee consisting of a
registered landscape architect, a registered architect and a
registered engineer on the City of Miami's staff will be Joined
by a registered landscape architect and a registered architect,
both of whom shall be in private practice, to review each
submission for compliance with the requirements of the Uquost
for Proposal Document and the requirements of the applicable
legislation. The private sector members of the Certification
Committee are to be appointed by the City of Niami Park Advisory
Board.
Certification Committee Members are prohibited from discussing
the proposals or the Committee's activities with anyone Vith, or
related to the proposing firms, or with other Committee members
until the City Commission awards the contract. Certificatiop
Committee members must have no vested interesit and/or other
financially remunerative relationship with any of the firms or
v
j";-:,. i ,.
zv
Y
individuals being considered for selection. Members of proposing
firma and teams shall not contact Certification Committee
Mlmb`rs about this selection process.
The members of the Certification Committee will verify that each
submission correctly indicates the followings
(i) Each firm is currently and respectively registered to
practice Architecture and Engineering in the State of
Florida, in accordance with FS Chapter 461 Part i and
Chapter 471 Part respectively.
(ii) Valid Proof is presented indicating that the prime and
required sub -consultant firm are minority owned
businesses, by the presence of the preregistration
document issued by the City of Miami's Minority and Women
Business Affairs -Coordinator.
(iii) A Standard Form 255 has been completed for the entire
team.
(iv) Standard Form 254 has been completed for each firm on the
team
(v) The required number of copies of the submission are
received on time, by the deadline and at the correct
location.
Submissions failing to meet any of these requirements will be
eliminated from the selection process at this point•. ordinance
No. 7295 also requires that the Certification Committee determine
that the teams presented in each proposal favorably demonstrate
the following's
(i) Capability and adequacy of personnel for this project.
(ii) Good past performance in administration and in cooperation
with former clients.
(iii) Ability to meet time schedules and budgets.
(iv) Good past experience record.
Team failing to meet any of these criteri8 will be eliminated
from the selection process at this point. Teams which meet these
and the previous requirements will be certified for this projbct
The Certification Committee will provide a report to the
Selection Committee indicating its finding and those teams whicAt
are to receive further consideration.
B. Initial Evaluation Phase:
The Consultant. Selection Committee, established in accordance
with Ordinance No. 7295 will receive the submission packages of
the certified teams in preparation for making their Initial
- 7-
Valuation, and holding the Presentations and Interviews..
Selection Committee Members are prohibited from discussinq the
proposals or the Committee's activities with anyone with, or
related to the proposing firms, or with other Committee members
until the City Commission awards the contract. Selection
'Committee members must have no vested interest and/or other
financially remunerative relationship with any of the firms or
individuals being considered for selection. Members of proposing
firms and teams shall not contact Selection Consnittee Members
about this selection process.
Prior to discussions related to the proposals and voting the
Selection Comi ttee will establish a maximum- number of teams
which may be "short-listed" for -the next phase of the selection
process. The actual number, which must be at least three, may be
less than the maximum if a substantial disparity occurs between
the ranked scores of the firms that fall within the maximum,
after scoring. The criteria used for evaluation at this stage
fall into four general areas.
Topic Maximum Value
Previous professional experience; related to
successful completion of projects of similar
complexity and scope ............................ 40
Size -and capability of Team and its range of
expertise ....................................... 45
T~nv-i np „f Off4 e%o , wi rh roints awarded in
decreasing value for location of in the City
of Miami, Dade County, Broward County.........., 1S
Totals -TuT
Each evaluator will score each team based on a maximum of 100
points and then rank them, giving the team with the highest score
the rank of one (1) .
All the evaluators ranked scores are then complied and at least
the top three firms will be invited to make a presentation and be
interviewed. Ranking and scores do not carry over into the next
phase of the process. Those teams selected to make presentations
will be contacted by Susan McKay, Park Planning Coordinator, no.
less than 5 calendar days prior to the presentation and
interview.
-8-
• l 4 } ..?.
�4ty•'�
4�y .
M'4 .� 6
C. Pree*ntation and Interview Phase:
.All Presentations and Interviews will be held on the 4th floor
Conference Room of the City's Department of Development, 300
Biscayne Boulevard way, Suits 400, Dupont Plata Center, Miami,
Florida, 33131. Presentations are tentatively scheduled for Mty
9i10, 1988, however the time and ac`te~o each presentation and
interview will be specifically indicated upon notification of
selection. It is recommended that a representative of each firm
and/or area of expertise indicated in the team's proposal be
present and participate in the presentation. Unless specifically
requested by the City, no material may be provided' to the
Selection Committee by, or on behalf of the Teams.
The total time allocated to
each firm will be
limited
to 45
minutes, allowing 30 minutes
for the presentation
and 15 minutes
for the interview. Each team is responsible for
bringing
their
own equipment including slide
projector(s), stand
and easel
if so
desired. The north wall of
the conference room is used
as a
screen.
The Team's presentation'must cover the following areas within the
time limits
(i) Method of Approach
Based on the scope of services described herein, the
presentation should be a factual dissertation of the
Team's organization, including any joint venture or
professional associations; the identification and
g11e1if1c3t.ions of all professional and support staff
including• those os the sub -consultants, that will be
assigned to this project; support capabilities; and an
outline of activities that will be undertaken by the
professional and support staff; time schedules for
accomplishing -the activities; a summary of procedures and
methods developed and used by the Team to coordinate and
control projects and assure delivery of the finished work'
product on time and within the budget.
It is not intended nor acceptable that the Team solve any
specific problems, provide consulting services, discuss or
display any type of design ideas for this project at this
time, but rather that the Selection committee be presented
with information about how the entire team would function
on this City project.
41
�j
sY °.a{Y 8 ter=
t
y t
�i'y 5
(ii) previous Experience
-Having given the Selection Committee an overview of tine
team'• method of approach, at least three recent projects
which the members of the team have completed should be
presented, preferably in slide form. The examples should
include design services for appropriately related projects
which should be presented in terns of the project
objectives, users, operational constraints, design and
construction schedules, budgets and maintenance.
(iii) Minority participation
You are requested to describe all levels of minority
ownership and/or participation in your team.
(iv) Method of Compensation
The purpose of the presentation and interview does not
include negotiating fees. However, the City's policy is
to contract for design and construction administration
services on a lump sum, flat fee basis. You are requested
to comment on this method of payment if you foresee any
problems with it.
The Consultant Selection Committee will use the information
provided in the submission, during the presentation, interview
and may contact past clients, to evaluate each team in four
general areas.
Topic Maximum Value
Demonstration of Creativity and Skill 25
Professional experience: in greater detail than
before including previous collaboration with
public agfncies. preference will be given.to
those firms with no previous agreements
with the Cityy by proportionately deducting a
maximum of 1D points for professional fees contracted
for with the City of Miami as a prime or'sub-consultant.
Firm organization and Assigned Staff; including
the information provided at the presentation and
interview
Capability of Fine, in greater detail than
before, related to the actual individuals
assigned to the projects, their expertise,
work load, and related professional skills
Total:
30
30
100
{
F
fi
>:
y$Kl�
.:. .. .. .. T is .....
After the presentations and interviews, each evaluator will score each
to" based on a maximum Of 1G0 points and than rank them, giving the
team with the higheit score the Lank of 1. Prior to the presentations'
and interviews, the Selection Committee will have•established a method
of breaking ties and reevaluating firms when the ranked scores of the
top three teams are less than three points apart. The final top thrs*
teams will be recommended to the City Manager for submissions to %he
City Commission, for authorization to negotiate an agro ient,
beginning with the teams ranked first. 1
V. TZMATM SCHZDULa FOR C0UBMTAW SZXJ=101f PwOCZ$S:
April 7, 1968 Request for Proposal Notices Mailed to
prospective Prime Consultants
April 7, 1968
Request for Proposal Notices advertised
April 27, 1988
Submittals received at the City Clerk's
office no later than 11:00AM
April 28&29, 1988
Certification Committee Convenes
j May 2&3, 1988 -
Competitive Selection Committee•Conveherl
-
to create "short list" of Teams to be
interviewed
May 9i10, 1988
Competitive Selection Committee
convenes for presentations and
fnt:W�ieWs
May 26, 1968
City Commission considers the City
Manager's recommendations of the most
qualified Teams
June 8, 1998
Negotiations on Agreement completed
June 23, 1986
City Commission considers City Manager'v
recommendation to execute negotiated
agreement
June 30, 1988
Target date for completion of contract
execution.
VI . ADDITIONAL MUIRSM ENTS FOR TIE SIUCTED COUMTIVG- Mile
Mogotiations with the Team ranked first by the City Comimission will
eosrwence as soon as possible after the City Commission makes their
decision. A minimum of $500►000 in professional liability insurance
will be required through an acceptable carrier for the duration of the
project. For their own protection consultants are also encouraged to
maintain this coverage for a minimum of five years after completion of
construction. A breakdown of tasks associated with the project,
estimated staff time involved in each task and the resultant
percentages of principal/professional/technical support time and their
respective hourly rates will also be required during there
negotiations. Principals of the Teams being considered are encouraged.
to review a standard City of Miami Professional Services Agreement
prior to the City Commission action proposed for May 26, 1988.
Viz. Docu mmrS AVAILABLE UPON RzQUzST s
Please contact Ms. Dianne L. Johnson with the City's Department of
Parks, Recreation and Public Facilities at (305)579-6900 for any of
the documents listed below. They will be mailed as soon as possible
after a request is received however firms interested in acquiring
those documents are encouraged to collect them in person.
A.
Ordinance No.
10065 passed -December 19, 19851 The Minority and
Women Business
Affairs Procurement
Ordinance
H.
ordinance No.
9572 passed February
10, 1983; Article IV,
Purctasing and
contracts generally,
Section 18-52.3
Professional Services
C.
Section 18.52.3
City Code of Miami
(this is the same as B.)
D.
Blank copies of
Standard Forms 255
and 254.
E. Standard City of Miami Professional Services Agreement
Files <rfp>Morningsido
March 30, 1988
-12-
a
ff •
CITY or MIAMI
COItRUULTAMT SZLBCTIOK P11DCZ83
VRZVIOUS PROrg"ZONAL AGR!ZMWTS/SMW1C=
This fora must be completed for the entire team listing all members of
a prime or sub -consultant for a City of Miami Professional Services
Contract. The list is to include all contracts/agreements that are or
have been active within the last five .years whether you or your fire
was a prime or sub -consultant working for any entity of the City of
Miami, including the off -Street Parking Department. Fees listed must
include anticipated payments as well as those received.
baste of Firm:
Have your First participated in any City of Miami projects within they
last five years? yes No (please circle one. If the answer
is no, please sign the form and include it in your submission. If the
answer is yes, please fill out the form, sign and include it in your
• submission.) -
Me" of Proiect Administering De2t. Dates .lere
The foregoing is a statement of facts.
V,
ignature of Corporate Officer Typed name an • fir!
crfp),
64
.`F ..ay h
Ak
f
r • � t�ti J; � i
..., .+., v .e. - [ .. .... } . ....� .. • �*la�1�!3. �I.s� �C �*b�.mY .af... .- Y.' i ��
CITY Oi MIAMr
COUSULTMOT SZLZCTI0V PSOCESS
TEAM IOP.UTIFICATION FORM
Prime Consultant:
Name:
Address:
Contact Person: _ Telephone: .( )
Specialty:
Required Sub -consultant:
Name:
Address:
i
Contact Person: Telephone: ( )
specialty: I
Other Sub -consultant:
Contact Person: Telephones
specialty:
The foregoing is a statement of facts.
Signature of Corporate officer Typed name an3 title date
of prime consultant
crfp>
t X,
1;1
s
I+
4r�' �
IF
CITY of MZAJU
SZLBCTIQN PFXX=
PEASPOwn roam
This form Audt bs cmVlGtOJ for the entire team liStLOO 4LL NGWMrw'4W--
StAff &fttLcLV4t*d to wWark on the proposed project.
IE
lop
4 c
That for"ainq'is-0 stateMOnt Of 'f&dtt
dignituro of Corporate Offiaer . . . . . . .
r fp
ht fr
vt
Fr�
ciTz or m*%mm
CO"MT1j1T SELECTION PROCESS
rRxvzouS itELcvAuT zxrzxZERcS
This form -must be completed for the entire team listing at least three
appropriately related projectst
pro j*at name:
owner/user:
Contact Persons Telephone:( j
Budget: Schedule:
Scopes .. _ ............ _ ........ _ .. .
.............................
Project name:
Owner/users
Contact Person:
Telephone: ( i
Budget:
Scbodules .:
Scope:
d
......._...
a
S
a
•
14i
.ti Q
r
Project Names
Owner/Veer:
Contact persons Telephones( )
budgets Schedule:.
scope
Project Rase:
Owner/User:
Contact person: Telephone:( )
Budgets Schedule:
scope: _ ......... .
The foregoing is a statement of facts.
ignature o Corporate 75fficer Type name and tstls
<rfp),
t �k
r,
Mf
Wit V'
s