HomeMy WebLinkAboutR-85-0400r- A
J-85=356
4/9/85
RESOLUTION NO. 85-4E00
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
PREPARE AND ISSUE A REQUEST FOR PROPOSALS FOR
DESIGN SERVICES FOR THE DESIGN AND CONSTRUC-
TION OF THE 9TH STREET MALL, THE CENTRAL
PUBLIC ELEMENT, AND THE 7TH STREET MALL, BOTH
PLANNED PUBLIC IMPROVEMENTS OF THE SOUTHEAST
OVERTOWN/PARK WEST REDEVELOPMENT PROJECT;
DESIGNATING THE APPLICABLE PROFESSIONAL
SERVICES FOR SAID PROJECT AS A CATEGORY "B"
PROJECT; APPOINTING A CERTIFICATION COM-
MITTEE; AUTHORIZING THE APPOINTMENT OF A
COMPETITIVE SELECTION COMMITTEE; APPOINTING
HERBERT J. BAILEY, ASSISTANT CITY MANAGER,
SOUTHEAST OVERTOWN/PARKWEST REDEVELOPMENT
PROJECT, AS CHAIRPERSON FOR THE COMPETITIVE
SELECTION AND NEGOTIATION COMMITTEE IN
ACCORDANCE WITH CITY CODE SECTION 18-52.3;
REQUIRING SUBMITTAL OF A RANK ORDER OF
QUALIFIED CONSULTANTS TO THE CITY COMMISSION
FOR APPROVAL BEFORE AUTHORIZING THE CITY
MANAGER TO NEGOTIATE A CONTRACT.
I
WHEREAS, the City Commission approved in principle the
Southeast Overtown/Park West Community Redevelopment Plan
(Resolution No. 82-755); and
WHEREAS, a central public element of the physical redevelop-
ment is the construction of malls in the right-of-way of what is
now Northwest 9th Street and Northwest 7th Street; and
WHEREAS, private development proposals have been reviewed
and recommended for Phase I, of which four blocks have frontages
on Northwest 9th Street and Northwest 7th Street; and
4
WHEREAS, specific designs for the 9th Street Mall and the
7th Street Mall need to be produced prior to completion of the
:-=
construction plans for fronting private developments; and
n�
WHEREAS, the City Manager recommends that the professional
services contract for the project be designated a Category "B"
Project in accordance with the provisions of City Code Section
.=
18-5.3; and
<:; r
WHEREAS, the City Manager recommends that Herbert J. Bailey,
j.>
Assistant City Manager for Southeast Overtown/Park West
Redevelopment Project, be appointed Chairperson of the Competi-
tive Selection and Negotiation Committee in accordance with
Mai -
CITY COMItZISSION
-
MEETING OF
APR 11 leff
'
RESOLUTION No. — V
e
4 0*
a provisions of City Code Section 18-5263; and
1.'
WHEREAS, a certification committees consisting of not less
than three members all of whom shall be professionals in the
field of endeavor or practice involved in the project, is
required to review the statement of qualifications submitted by
providers requesting certification and to ascertain whether the
provider is fully qualified to render the required services; and
WHEREAS, a competitive selection committee appointed by the
City Managers consisting of not less than six members, is
required to evaluate each of the candidates and identify the most
y qualified in rank order; and
WHEREAS, the fee for the initial stage of design services
F: for which proposals will be sought will not exceed $40,000. and
y'
with funding available in the FY 1984-85 Capital Improvement
Projects budget; and
"
WHEREAS, it is required that a resolution be submitted to
the City Commission for approval of the rank order of qualified
�>.
consultants before authorizing the City Manager to enter into
contract negotiations according to established City procedures;
.t a
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMIs FLORIDA:
Section 1. The applicable professional services for the
-,
Southeast Overtown/Park West Redevelopment Project are hereby
Wit=
designated as a Category "B" project in accordance with City Code
Section 18-52.3 which establishes procedures for contracting for
certain professional services and also establishes competitive
negotiation requirements with regard to the furnishing of such
f, 9
service.
`..:
Section 2. The City Commission hereby authorizes the
City Manager to prepare and issue a Request For Proposals for
design services for the construction of malls on the portions of
Northwest 9th Street and Northwest 7th Street between Northwest
3rd Avenue and the Overtown Metrorail Stations located within the
-2-
85-400
04
boundaries of the Southeast Overtown/Park West Redevelopment
Project with the fee for this initial stage of design services
not to exceed $40,000 and with funding therefor hereby allocated
y
from the FY 1984-85 Capital Improvement Projects funds.
Section 3. The following persons are hereby appointed to
t`
serve on a certification committee in connection with the above
c_
project pursuant to City Code Section 18-52.3:
a. Juanita Shearer
b. Jack Luft
c. Robert Olson
d. George Campbell
Section 4. The City Manager is hereby authorized to
'
appoint the following persons to serve on a Competitive Selection
Committee for this project in accordance with City Code Section
_
18-52.3:
a.
Herbert J. Bailey, Assistant City Manager
b.
Don Cather, Director, Public Works Department
'
c.
Sergio Rodriguez, Director, Planning Department
d.
John Gilchrist, Assistant to the City Manager,
Special Projects
e.
David Teems, Deputy Chief of Technical Services,
Fire Department
f.
Carlos Garcia, Director, Finance
g.
Adrienne McBeth, Assistant to the City Manager
h.
Roy Kenzie, Executive Director, Downtown
F`. =
Development Authority
i.
Overtown Advisory Board Representative
j.
Park West Association Representative
f
Section
5. Herbert J. Bailey, Assistant City Manager for
the Southeast Overtown/Park West Project is hereby appointed as
TJ'
Chairperson
of the Competitive Selection and Negotiation Com-
mittee in accordance with the provisions of City Code Section
:mot,; `•
18-52.3.
Section
6. The City Commission hereby requires that a
resolution be
submitted to the City Commission for approval of
the rank order
of qualified Consultants before authorizing the
-3- 85-400
1
4
PASSED AND ADOPTED this 11 h. day of _ APRIL. , 1985.
MAURICE A, FERRE _ _-
MAURICE A. FERREt Mayor
LPH G. ONGIE
City Clerk
PREPARE ND APPROVED BY:
ROBERT N. S CHEN
Assistant City Attorney
APP:7D AS TO FORM „AND CORRECTNESS:
1
LUCIA A. DOUGHERTY
City Attorney
RNS/wpc/pb/208
- CI'P'r OF NIIAMI, nORIbA
s 54 INUft-OPPICE MEM01?ANbUM �- I
I
To. Randolph B. Rosencrantz March 25, 1985 VILe:
City Manager --
SUBJECT Authorization of
9th and 7th Street Malls
Design Services RFP
FROM. Herbert J. Bailey �� City Commission Agenda
AEPERENc¢s: April 11, 1985
Assistant City Manager
S.E. Overtown/Park West ENCLOSURES. (1 ) 5
Redevelopment Project;
It is recommended that the City Commission
approve the attached resolution authorizing
the issuance of an RFP for design services
related to the proposed 9th Street and 7th
Street Malls to be constructed within the
Southeast Overtown/Park West Redevelopment
Project Area.
t
The Ninth Street Mall is to be the predominant central public
space that is to unify and give identity to the new town -in
w'
town neighborhood being created by the Southeast Overtown/Park
°.
West Redevelopment Project. The mall is to be a needed focal
-
point for the community to be created and will also serve as a
linkage to Bayside Speciality Center to the east and to the
2
proposed Overtown Historic Village to the west.
ht
The overall functioning of the 9th Street and 7th Street Malls
has been set forth in previous planning work for the project,
s
but specific designs have not been developed. With Phase I
developers now being selected for a two -block length of the
proposed malls, it is now necessary to have design plans for
the malls to insure proper coordination between public and
Y
private improvements.
The project requires services for design work that will need to
be accomplished in stages as redevelopment of the street front-
age occurs. Initially, an overall general design concept is
need. As each block of frontage is redeveloped, detailed plans
and specifications must be prepared for bidding the work.
Initially, the 9th Street Mall segment between North Miami
w-
=�
Avenue and N.W. 2nd Avenue (the Phase I segment) and the 7th
.
Street Mall between N.W. 3rd Avenue and the Metrorail Station
(the Phase II segment) will need to be designed and bid -
¢y
k
i
85-400
Randolph B. Rosencrantz r-2-
March 25, 1985
either as interim treatments or as a final project. The design
work must be undertaken in close coordination with the adjacent
private development.
The fee for the initial stage of design services for which
proposals will be sought will not exceed $40,000. This has
been provided for in the F'Y 1984-85 Capital Improvements
Program budget.
85-400
--