Loading...
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