Loading...
HomeMy WebLinkAboutR-82-1140.T-82-134 to 82-1140 RESOLUTION NO. A RESOLUTION APPROVING THE SELECTION BY THE CITY MANAGER OF THE MOST QUALIFIED FIRMS TO PROVIDE PROFESSIONAL ARCHITECTURAL/ENGINEERING SERVICES FOR THE RENOVATION OF BUILDING A OF THE MANUFL" ARTIME COMMUNITY CENTER; AUTHORIZING ThE CITY MANAGER TO NEGOTIATE A PROFESSIONAL SERVICES AGREEMENT; DIRECTING THE CITY MANAGER TO PRESENT A NEGOTIATED AGREEMENT TO THE CITY COMMISSION FOR APPROVAL UTILIZING FU14DS FROM THE 8TH YEAR COMMUNITY DEVELOPMENT PROGRAM TO COVER THE COST OF SAID AGREEMENT FOR THE PROJECT. WHEREAS, the City of Miami Commission on May 27, 1982, by Resolution 82-447, designated the Maniltal Artime Community Center as a Category B project in accordance with Subsection (2) of Section 18-77.2 of the City Code with respect to the renovation of Building A; and WHERLAS, in the implementation of the said program, the City Manager through a competitive selection committee solicited ex- pressions of interest from qualified consultants and evaluated the qualifications of those firms which responded to his inquiry; and WHLRI:;AS, the most qualified firms for providing professional architectural/engineering services for the renovation were selected in accordance with Section 18-77.3 of the City Code; and WHEREAS, it is in the best interest of the City of Miami to be- gin the design development and construction documents for the renovation of Building A of the I4r.uf>1 Artirtie Community Center; and WHEREAS, funding for the cost of contracting for professional architectural/engineering services to begin said project is available from the 8th Year Community Development program; IJ0W, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY Of' MIAMI, FLORIDA: Section 1. The City Commission hereby approves the selection I-iy the City Manager of the following firms as the most qualified to provide professional architectural/engineering services for the renovation of building A of the I41-int.iol, Commui.. v Center in the rank order listed: UN COMMISSION MEETING OF 0 E C 9 1982 ww,n„ XWWW ...................NN.I.�I 0 1. Duany, Plater-Zyberk and Plasencia 2. Zycovich Architects and Associates 3. Boerema, Bermello, Kurki and Vera, Inc. Section 2. The City Commission hereby authorizes the City Manager or his designee to negotiate a professional services agree- ment on behalf of the City of Miami with the rank ordered firms listed its Section 1 hereinatove, for the renovation of th-� project, beginning with the first rank ordered firm, for such professional architectural/engineering services as may be required. During the negotiations procedure, in the event that the City Manager cannot negotiate an agreement which, in his opinion, is fair, competitive any: reasonable, with the first rank ordered firm, then he is hereby authorized to terminate such negotiations and to proceed to negotiate with Che second most qualified firm. In the event that he fails to negotiate a satisfactory contract with the second firm, then he is authorized to undertake negotiations with the third firm until a fair, competitive and reasonable agreement is reached. Section 3. The City Manager is directed to present to the City Commission the negotiated contract at the earliest scheduled meeting of the City Commission immediately following the negotiation of the contract, for approval by the City Commission prior to execution. Section 4. Funds from the 8th Year Community Development program 7A will be used to cover the cost of said contract for the Manuel Artime Community Center. -2- 82-1i�� _' El 11 PASSED AND ADOPTED this 9TH day of DECEMBER 9 1982. ATTEST: _ �cJ RA I-Pif G. ONGIE, CITY Cl-5KK PREPARED AND APPROVED BY: ROBERT F. CLARK DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: E R. GARCIA-PEDROSA r, - 3- MAURICE A. FERRE M A Y 0 R 82-114C 19 Howard V. Gary City Manager Dena Spillman, Director Department of Community Development November 22, 1982 Selection of an Architectural/ Engineering Firm for the Reno- vation of Building A of the Manuel Artime Community Center City Commission Agenda: December 9, 1982 It is recommended that the City Commission approve the selection in rank order of the most qualified firms to provide architectural/engineering services for the renovation of Building A of the Manuel Artime Community Center and authorize the City Alanager to negotiate a contract for said services utilizing funds from the 8th Year Community Development program�allo- cated for said purposes, per the attached resolution. Cn May 27, 1982, the City Commission, by Resolution 82-447, designated the Manuel Artime Community Center as a Category B project with re- spect to acquiring, architectural/engineering services for the renovation of Building h of the Manuel Artime Community Center. In accordance with Subsection (2) of Section 18-77.2 of the City Code, a competitive selection committee was established by the City Manager with representation from the Departrr.ents of Community Development, Finance, Fire, Rescue and Inspections Services, and Public works. A representative from the City 1•1anager's office, the community and a lo- cal architect also served on the committee which was chaired by Cathy Leff, T.ssistant Director, Department of Community Development. Cn June 29 and July 13, 1982, the competitive selection committee met to establish criteria for the selection process. An advertisement was placed in local ne%..spapers on July 8, 1982 soliciting expressions of interest and background information from firms interested in partic- ipating in the project and approximately 700 letters were mailed to architectural and engineering firms advising of same. In accordance with the provisions established by Section 18-77.3 of the City Code, the competitive selection committee reviewed and evaluated the letters of interest and applications from the 46 firms that re- sponded. 82-1140 Howard V. Gary City Manager 40 -2- November 22, 1982 As a result of their evaluation, ten (10) firms were selected as the most qualified and were invited to be interviewed by the committee on November 16 and November 18, 1982. Those firms were: Milton Carlisle Harry and Associates; Duany, Plater-Zyberk and Plasencia; Sasaki Associates; Russell, Martinez, Holt Architects; Zycovich Architects and Associates; Hatcher, Zeigler, Gunn and Associates; Architects International Inc.; Boerema, Bermello, Kurki and Vera, Inc.; Wilbur Smith and Associates and Ronald Frazier and Associates. On November 18, 1982 the committee selected the three most qualified firms in rank order as follows: 1) Duany, Plater-Zyberk and Plasencia 2) Zycovich Architects and Associates 3) Boerema, Bermello, Kurki and Vera, Inc. In order to proceed with obtaining the services of a qualified firm to provide design development and construction documents for the reno- vation of Building A of the Manuel Artime Community Center, it is requested that the City Commission approve the City Manager's selec- tion in rank order and authorize the City Manager to negotiate a contract for the aforesaid services utilizing funds available from the 8th Year Cornrnunity Development program allocated for said purposes. A negotiated agreement in accordance with the provisions outlined by Section 18-77.4 of the City Code (Competitive Negotiations) will then be presented to the City Commission for final approval. In accordance with Subsection (2) of Section 18-77.2 of the City Code, attached is the supporting data of the competitive selection com- mittee's activities. MIAMI, rLORIDA INTER -OFFICE MEMORANDUM 10 Howard V. Gary City Manager .'RO`.' Dena Spillman, Director Department of Community Development ',ATL November 220 1982 rI. Selection of an Architectural/ Engineering Firm for the Reno- vation of Building A of the Manuel Artime Community Center City Commission Agenda: December 9, 1982 It is recommended that the City Commission approve the selection in rank order of the most qualified firms to provide architectural/engineering services for the renovation of Building A of the Manuel Artime Community Center and authorize the Cite Manager to negotiate a contract for said services utilizing funds from the 8th Year Community Development program allo- cated for said purposes, per the attached resolution. On May 27, 1982, the City Commission, by Resolution 82-447, designated the Manuel Artime Community Center as a Category B project with re- spect to acquiring architectural/engineering services for the renovation of Building A of the Manuel Artime Community Center. In accordance with Subsection (2) of Section 18-77.2 of the City Code, a competitive selection committee was established by the City Manager with representation from the Departments of Community Development, Finance, Fire, Rescue and Inspections Services, and Public Works. A representative from the City Manager's office, the community and a lo- cal architect also served on the committee which was chaired by Cathy Leff, Assistant Director, Department of Community Development. on June 29 and July 13, 1982, the competitive selection committee met to establish criteria for the selection process. An advertisement was placed in local newspapers on July 8, 1982 soliciting expressions of interest and background information from firms interested in partic- ipating in the project and approximately 700 letters were mailed to architectural and engineering firms advising of same. In accordance with the provisions established by Section 18-77.3 of the City Code, the competitive selection committee reviewed an _evaluated the letters of interest and applications from the 46 firms that re- sponded. -,� c-1 i � W 8lid_U40 n Howard V. Gary City Manager wo -2- November 22, 1982 As a result of their evaluation, ten (10) firms were selected as the most qualified and were invited to be interviewed by the committee on November 16 and November 18, 1982. Those firms were: Milton Carlisle Harry and Associates; Duany, Plater-Zyberk and Plasencia; Sasaki Associates; Russell, Martinez, Holt Architects; Zycovich Architects and Associates; Hatcher, Zeigler, Gunn and Associates; Architects International Inc.; Boerema, Bermello, Kurki and Vera,Inc.; Wilbur Smith and Associates and Ronald Frazier and Associates. On November 18, 1982 the committee selected the three most qualified firms in rank order as follows: 1) Duany, Plater-Zyberk and Plasencia 2) Zycovich Architects and Associates 3) Boerema, Bermello, Kurki and Vera, Inc. In order to proceed with obtaining the services of a qualified firm to provide design development and construction documents for the reno- vation of Building A of the Manuel Artime Community Center, it is requested that the City Commission approve the City Manager's selec- tion in rank order and authorize the City Manager to negotiate a contract for the aforesaid services utilizing funds available from the 8th Year Community Development program allocated for said purposes. A negotiated agreement in accordance with the provisions outlined by Section 18-77.4 of the City Code (Competitive Negotiations) will then be presented to the City Commission for final approval. In accordance with Subsection (2) of Section 18-77.2 of the City Code, attached is the supporting data of the competitive selection com- mittee's activities. 82--114(; I ct7l" I'!- KIWI) VL 0 010 A I'JT�F�-O=FiC"= f�lrt;tOFZANUUi.^ -c Howard V. Gary City Manager Dena Spillman, Director Department of Community Development L. r. rr May 17, 1982 FILE Renovation of Little Havana Community Center June 10, 1982 Commission Agenda It is recommended that the Citv Commission authorize the City Manager to acauire the services of an architectural/engineering firm to provide professional services to include contract documents, drawings, spec- ifications and construction administration for the renovation of Buildina A of the Little Havana Communitv'Center according to the design concept outlined in the attached TIaster Plan. There are funds available in the 8th Year Community Development program for Little Havana Community Center improve- ments. It is further recommended that this project be designated a Category B project in accordance with Subsection (a) of Section 18-77.2 of the City of Miami Code and that Cathy Leff, Assistant Director, Department of Community Development, be appointed as Chairnerson of the Competitive Selection Committee, in accordance with Subsection (c) of Section 18-77.2 of the City Code, per the attached resolution. In May 1981, the City Commission authorized the City Manager to retain the services of Sasaki and Associates to prepare a master plan and design concept for the renovation of Building A of the Little Havana Community Center and the adjacent vacant site previously occupied by Building B. The master plan was to address code deficiencies as well as alternatives for the use of the large auditorium area and existing office space. On October 7, 1981, Sasaki and Associates made a presentation before the City Commission on the proposed renovation scheme for Building A and the design for an urban mini -plaza on the former Building B site. At that meeting, the City Commission authorized the City Manager to proceed with the development of the mini -plaza utilizing existing Community Development funds designated for that purpose. This process is currently underway. 82-1 C' Howard V. Gary 5/17/82 pg. 2 With regards to the renovation of Building A, the master plan recommends that the 1263 seat auditorium area be reduced to a 500 seat fully equipped theatre which will also create an additional 4045 sq.ft. of office space for social services and/or community programs. The plan suggests how the renovation, which is estimated at $1.5 million excluding architect fees, can be accomplished in phases as Community Development funds and/or other funds are iden- tified for same. This plan has been reviewed and endorsed by the Little Havana Community Development Forum. There is presently $100,000 available in 8th Year Community Develop- ment funds earmarked for Little Havana Community Center improvements. It is recommended that the City Commission authorize the City Manager to utilize these funds to retain the services of an architectural/ engineering firm to provide contract documents, drawings, and specifications in accordance with the design concept recommended by the master plan. These documents must be prepared prior to beginning any construction work. Construction administration would be contin- gent upon identification of funds to actually implement each phase of the renovation, however, it is recommended that the selected firm oversee the project to its completion. _ If this meets the approval of the City Commission, it is recommended that the project be designated Category B in accordance with Sub- section (a) of Section 18-77.2 of the City Code and that the following individuals be appointed to serve on the Competitive Selection Committee in accordance with Subsections (bii) and (c) of Section 18-77.2 of the City Code: Chairperson: Cathy Leff, Assistant Director, Department of Community Development, representing administrative and user department. Committee members: Walter Pierce, Assistant to the City Manager Pete Long, Assistant Director, Construction Division, Department. of Public Works Santiago Ventura, Building & Zoning Inspection Department Carlos Garcia, Director, Department of Finance Gail Baldwin, Architect Conchita Blanc, Community representative /mal 82--1140 RESOLUTION NO. 82+-447. A RESOLUTION DESIGNATING THE LITTLE HAVANA COMMUNITY CENTER AS A CATEGORY B PROJECT WITH RESPECT TO C014TRACT DOCUMENTS, DRAWINGS, SPECIFICATIONS AND CONSTRUCTIO14 ADMINISTRATION FOR THE RENOVATION OF BUILDING A, 900 S.W. 1ST STREET, IN ACCORDANCE WITH SUBSECTION (a) OF SECTION 18-77.2 OF THE CITY CODE, WHICH ESTABLISHES PROCEDURES IN C014TRA- ING FOR SAID PROFESSIONAL SERVICES AND ALSO ESTABLISHES COMPETITIVE NEGOTIATIOJ REQUIREMENTS WITH REGARD TO FURNISHI:;G OF SUCH SERVICES; FURTHER APPOINTING CATHY LEFF, ASSISTANT DIRECTOR OF THE DEPART11•1ENT OF COMMUNITY DEVELOPMENT, AS CHAIRPERSON OF THE C011PETITIVE SELECTION COM- MITTEE,IN ACCORDANCE WITH SUBSECTION (c) OF SECTION 13-77.2 OF THE CITY CODE. WHEREAS, the City of Mia:ai has a master plan for the renovation of Building A of the Little Havana Community Center; and WHEREAS, in order to implement the master plan, professional architectural/engineering services are re- quired for contract documents, drawings, specifications and construction administration; and WHEREAS, the City Manager recommends that the Little Havana Community Center be designated a Category B project, in accordance with the provisions of Subsection (a) of Section 18-77.2 of the City Code; and WHEREAS, the City Manager recommends that Cathy Leff, Assistant Director to the Department of Community Develop - went, be appointed Chairperson of the Competitive Selection Committee, in accordance with the provisions of Subsection (c) of Section 18-77.2 of the City Code; and WHEREAS, funds for said services are available in the 8th Year Community Development program earmarked for Little Havana Community Center improvements; 82-1140- CITY COMMISSION MEETING OF MAY2 7 1982-, 0 NOW, THEREFORE, BE IT RESOLVED BY THE Cot-24ISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The Little Havana Community Center is s hereby designated as a Category B project with respect to acquiring professional services for the preparation of contract documents, drawings, specifications and construction administration for the renovation of Building A in accordance with Subsection (a) of Section 18-77.2 of the City Code, which establishes procedures in contracting for certain pro- fessional services and establishes competitive negotiation requirements with regard to the furnishing of such services. Section 2. Cathy Leff. Assistant Director of the Department of Community Development, is hereby appointed as Chairperson of the Competitive Selection Committee, in accordance with the provisions of Subsection (c) of Section 18-77.2 of the City Code. PASSED AND ADOPTED this day of — , 1982. NIAURI CE A. FERRE M A Y 0 R TTr T: LPH G. ONGIE, CITY CLEWC- PREPARED AND APPROVED BY: e__a-n RT F. CLARK DEPUTY CITY ATTOR14EY AP VED AS TO MRIA AND CORRECT14ESS : GEORG�--F-.X, "JR. CITY TTORNEY -2- 82-114C. — The - LITTI,Z FAVANA CCM2-'-U:,'ITY CENTER %%I.OVATION GCIDEL:Z;;ES FOR SELECTION OF CCI.SULTI,dG J —IBIS 82-11•'�or: LI':TI.E ITTXANA COtit;t' "_TY CE-TER TABLE OF CONTENTS I. Selection Committee 1 II. Criteria Guidelines - Initial Selection 1 A. General 1 B. Selection Prccedures - Initial Selection 1 III. Criteria Guide.L-nes - Final Selection 3 A. General 3 B. Selection Procedures - Final Seiec:.icn 3 i IV. Cons,ur.ications 5 V. Sc --dole 5 Fcrr.:s A, B, and Check Sheet V11 . ..p, end ice Ap_ erc�:: A - Proposed Ac•,7er.tisement An,zand:.. B - Letter to Firms Selected for Presentation and Interview Instructic::s to Consulting Firms Typical ContrZct FL.penf._.. C Letter to 11cst Firms Letter to 0t::e- Firms Lette:- Authorizing Nea_ tiatiens Notice to Proceed Appendix D Master Plan for the Renovation of the Little Havana Community Center 82-1140 SELZ_C: A Selection Com.:,ittee has .:een apoc`nted to review the qual- ifications of interested consulting firms to provide construction documents, specifications an6 construction services for the reno- vation of Building A of the Little Havana Connunity Center in accordance with the design concept outlined in the Little Havana i Cormmunit,.• Center Piaster Plan adopted by the City Commission on May 27, 1982. The Ccmmittee will meet as a bod7 and review all ! information submitted from interested consulting firms, with the objective of evaluating the appiiczants and ma:iinq an initial se- i lecc_on of at '_east _::ree aualif i ed fir—, :3 . -...ese firms f 4.'e �••riil ... :, be invited 'Co .:+eet with the Committee for an inter,iew and pre- sentation. The Cor^ittee will thin rank order the firms and make its recc,-jiendation to the City P.anager. The City 2danager will present the list to the Cite Cc.;,.-nissio.- for its approval and to authcri.:e him to negctiate an afire men t. 11. r-_-FRT—A - T_::TTT: L SLR.=.CT.T.ON A. General T;,e City is interested in engaging a firm ;r::, ch is ex: = enced in adantive re -use, i::ter icr renc ation s..., in aevel o_c- na tical --esicn concepts "Co mect the City's requirzzments for renov -ing the Little Havana Communi Center. The selected firm will to reaucsted to prepare design development documents, cost estlmates, and constriction doc,.:ments,* utilicinv_ the design gorged lined in t.ze n.dcotec Little Havana Ccr^unit,. Center ".aster :.n. The selected firm c•;iil be recuiled tc provide censtruction�serv- ices d',ring the construction phase, howe•:er, funds have not been identified for construction and this work may nct begin immedi:.tely upc:: ccmnletion and aprr:Dval of the construction documents c1iase. B . Sell+ —z_or Prooe uses - In- __al Se _ect_cn In '_he initial selection procedure, each Cor% ittce me.^;bAr will c:::�;,i..e anc evaluate each applicant's response to the adver- ti>ement. It is expected that each applicant will submit a cover '_e_ter, a fc.= 254, anc_ po••cibly a ccmpa.ny brochure, all of which will provide information as to the individual firms capacility to r.:eet criteria established by the Committee as a whole for this particular project. The criteria and guidelines for evaluating and rating the applicant's information are as follows: -1- ma­ 4 iY., t'i •;.T�CL_':. . 82-11 4 0 10, Item I: Previous professional experience, maximum value = 45 In general, the number of years in practice reflects upon the individual's stability and credibility. In this instance, the City is interested in having a principal who has been in practice for at least five years and has been involved in renovation projects during the past three years or more, when this type of architectural -engineering work became more prev- alent in South Florida and has had appropriate work experience to demonstrate ability to handle diverse architectural/engineering problems. a. Five years or more in practice, maximum value = 15 b. Experience in interior renovation and adaptive reuse: One or more projects each year for the past three years, maximum value = 15. Consideration should be made for individuals that indicate experience in adapt- ive reuse projects, particularly in community types of adaptive reuse projects involving extensive interior renovation. Consideration should, further, be made for firms that indicate experience in theatre and/or audi- torium design and/or renovation. C. Appropriate work experience to demonstrate ability to handle diverse architecturaVengineering problems, maximum value = 15 Item 2: Organization and Staff, maximum value = 40 In general, the City is interested in•a firm which is ade- quately organized and staffed to serve the City's requirement in a timely and efficient manner. The way a firm is structured is indicative of the way it is responsive to its clients' needs. There are a number of ways in which the leading firm can provide all the different services desired by a client. The most common are as follows: 1. All services are in-house. This means that the firm has to be relatively large in order to have all disciplines represented. 2. Some services are in-house, the others are subcontracted. This method is probably the most common arrangement. The leading firm can then specialize in certain areas and can control a range of other services through sub- contracts. 3. Some services are in-house, the others are provided for by joint venturing. This method is also a fairly common arrangement which offers a client an array of services by a group of specialists. Whichever arrangement is used, the key issues are as follows: `2 82-1140 a. Orcanicaticnal structure, maximum value = 20. Is the applicant's oraa%ization geared to be responsi•.re to the City's requirements? Is the person in charge of the project in a key position in the firm so that his/her decision will carry weight? b. Professional team, ma.xinrun value = 20. What is the e::perience of the team, acting together? Is the arrangement such that the leading firm will have control in coordinating the project? I tem _' : LccatiCn, ma:-.imum value = 15 The Committee has decided that a firm located in the City of Miami should be considered more favora.bl,, , all other things being equal, than a firm '_ecated outside of t: e City. Therefore, the Cecar. N_;i; _nl location of the firm dv'tcrm„ines a value on a sli dii.: talc-, a. Inside the Cit': of Iiiw^i: rating value = 15 b. Inside Metro Dade Count-:: rating value = 10 C. Dlse .•here in Ficri.da: rating value = 5. d. C.. side of 1lorida: rating value - 3 It ='1 �" ^ ?. r Ve act :on r-l-n a_nd can. al, '! - t`_" to fi 'fit Cry, 's --e _u_.rc-cnts _cr entering _r zo cn acree...ent. Pric to--^_nterinc into an der,. sment the City, t::e s_lec�c: f__.., :tiill be rec:_�ed to ccmply with certain previsions ccn _ai: d in the st; nd-ard contract form. These items i cI ,e a^ af��r:;.a�ive ac-.. on p= ~ram, -ion-dy­cri.:,ination, insurance, : p of dccumentsan.::. similar provisicns.At this ti: ;e, or not the firm indica zes that it has an affirmative action plan and can meet the Cit•_.•'s requircments for entc7:ing into a cc..zr_�ct, the co-- ..tt--e-cmbcr s•r.ou_d za::e a si:--ple YESi..O Cas..-eJvm�lent. F1''.'AL SELECT'ON A. G_neral In thiJ art of the procedure, the t aual-fizz izvi_cd to mare a presencc_ion to the Cor.•,.mlttee ..nd to �ns'rrer any gu:stions the Corn.mittee members may wish to pose, all in crder to evaluate the firms in a rank ordering. Each applicant will have linen sent a cac}:age of inctructions re5::rding the presentation and interview. See Appendix B. B. Selection Procedure3 - Final Selection Each Ccrniittee member will evaluate each applicant's preaen- tat=on and response to qu.cstions. It. is the purpose of the presentation and _nzery iew to hay.: each Cor.•-littee member learn wh:-t the applicant intcnds to do from a business point of view and to determine wheth`r cr not the applicant's review o: his experience, c�Leativity and methods of d4='_ing with other clients and their problems is suitable to the City's needs. It is not the purpose of this step in the selection procedure to have the applicant resolve any of the City's design problems or in any wav have the applicant perform any consulting service in connection with the project. Item 1: Method of approach, maximum value = 60 ,Under this item, the applicant will be required to describe the methods his firm will employ to carry out his assignment. Without trying to solve any specific problem and without pro- viding any consulting service to the City, the applicant should draw upon his background to convince the Committee of his com- petency and qualifications to undertake the work to be contracted for. More specifically, the applicant should advise the Commit- tee about his method touching on these matters: a. Organization, maximum value = 10 b. Professional staff, maximum value = 10 c. Support capabilities, maximum value = 10 d. Activities and schedules, maximum value = 10 e. Procedures and methods, maximum value = 10 f. Creativity in dealing with design problems illustrated by past work experience, maximum value = 10 Item 2: Experience in cost estimating, maximum value = 25 of great importance to the City will be the consultant's cost estimate for construction. Each applicant will be in- structed to give a detailed description of his firm's capabilities and experience in cost estimating. Item 3: Investication, maximum value = 15 The Committee ma,,, decide to investigate the applicants after all presentations have been made to ascertain performance and client relationships from references regarding client satisfaction with schedules and cost estimating given by the applicants or to verify other information, depending upon the circumstances. Prior to completing the rank, ordering process, the Committee will decide on this matter. Item 4: Discussion of fees, no value The applicant will discuss fees in a general way to give the Committee his views on the proposed contract provisions regarding fees, payments and methods of contracting for his services. Item 5: Capability to meet City's requirements, no value The applicant will discuss the proposed agreement and express his views about certain City requirements and whether or not his firm can meet them. Item 6: Affirmative action plan, no value -- -- The applicant will discuss his affirmative action plan. 82-ILI Xr: -4- IV.. CO! L;C;1IC:'.TiO" Attached are ce:nmunic.aticns docu.:.2nts that relate to this procedure: Appendix; A - Proposed Ad% ertisement Appendix: B - Invitation to Selected Applicants Letter Instructions Sample Contract Appendix C - Letter to Cost oaulified Firms Letter to All Ot�­_r Firms Lctter Authorising ;egotiations Notice to Proceed Appen;.ix D - Master Plan for the Re -ovation of t..e Littic Havana Center V. .:LE Cate June, 1982 July, 1932 July, _98Z ug., i9c2 Auz. , 19S2 AU:T. , 15 �- � Sept., 1982 Cct., 198? Cct., 1982 vet , 1°32 1S32 ::c•.. /'sec 19 S 2 El`c. , 1982 Tar.. , 1: 33 V an 1�3 r.. , 19 :, 3 Cor,r.•,ittee meets to set criteria Cc:-,D- ate sc_ ection criteria Advertise : c:- e::tress _.. of interest Recaive e::p_cssi2ns of interest -from applicants Co�,u '_flee r eetc and se_ects an,_-licants =cr press: to::�cn and _._cer�•_� �: issue iCt--c of I vit-- tion tc a zlic ants Prcpa_ e agenda docur.,,an is Commiss_c:i Meeting, approvina list of con;ultants and a�tnlz ich._ Ci `?anacer to reacc_ate :ilea^to m.:..:e to Cor—z%.ttae Cor:-nitt`e completes selection prccess Cha_4 ;::-.an suLnits rcpert to City 'M;_.nacer City• Cc. -mission meets an' approves aaen':- -tE' Ccm plcze n 2gctiaticns Prcp.ar^ acer.::a item dccuments for Commission Ve•ating, approving agroemcnt and aut:icrizir.g t•, =aer to execu.:2 it. mc.ets and approves agenda it`rl to al! 0:4'- C_ E::D OF 82-1140 IIII'TIAL ShLRC'1'IOIl CItI1'I:F:I1: AI'I'LICA1, • ' S i111:1C!:R I'TL:1 R I T C E F: � � 1 Previous professional experienct' 45 i a. ]ears in practice (i�rincPal(s)) 15 experience / 15 Interior renovation c. Appropriate work experience 15 Organization and staff 40 ,3• organizational structure 20 *b. Professional team 20 3 Location : (Rate once 01-11 ) City of Miami k,. Dade County C. Florida d. outside Florida some...o�a. TO'T hL 4 Affirmative action i,lan 15 10 5 3 100 Yes/I10 I t Fate sheet of ;ommittee 1-lenber — --'— `Use checl: sheet as a g•uicle. FORM A r .fir—L ail 1 6 I'IIInL :SI:I+I:CTION CRITERIA CRITClzIA .fir aV.O�.�►" - +R1ttAtTiL2al+ � — method of of approach: a. OrganiZ,,tion 1). Prafessiclial si of f c. support capabi1itiC (I Activities an-1 schodules C Procedui es awl m,?thol1s Cruitivit-v in dealinq with design roblc nis - I::<perience in cost esti.t•iating I r:.- c t i g a t i o n and cli tent satisfaction with schodules and cwst estbuatijig /�l.J.'1..�Y�o.MWRWYYrrW1�W.-�YYR.4�,Y.✓.K1u•�. .ry. L� TOTAT, � S O!\f Yt�.i�!"�•�.•••—�•�iA�.Jy..�W.l�.,. -.. tYi�tOYLYOLY.:L1 Discussion of fees Capability to meet city's requirements Affirmative action plan rr ItA1'I11G 60 10 10 lu 1 () 10 10 25 15 100 Y 2s/110 yc�/t7o {y API•LICANT I ommittee ncmber 1)jtof ORM 13 Use as an aid in evaluating Organization and Staff. A. Capability of Tea n1 Yes tlo 1 T ] c i. Luau L.Mit Lopieseilts various Clesign disciplines: . architer. ture/enginecri11U - . architecture w/-11gincorind compollcnt. . engineeri'hg w/architect.ural compoi]c:Ilt . other . 2. Member firms include following principals: . registered architect iegister-ccl- f,nl jineeir . registered landscape architect other 3. Member firms represent complete array of design disciplines: . architecture . traffic engineering . curl- -Ilgi.neel: i 11J . structural enginceri--1 _ r;ec}1an�ca1 en'lincerin•.j electrical C il`J111Li ].I1'1 . landscape architecture other 4. Integrated team offers services e.,hich are mutually complimentary. D. k1enuacy of Staff 1. Team has sufficient and corpctent: hernclnllel to 1111dertake assiril:rlen'- 2. Rtccnt, currrint z1t1r3 pr��j��1.c�] t:c�r}: ]o;Icl ; of tr�r1111 allow sufficient personnel capacity to Und(.-1-take. i111d accowpl ir.11 3. 1:ein er firms de--tonstrate alli I i t}, to within hin 1'+udget 4. 1.cmbcr firms demun:,trate aljility to tucc:t-- API"ENDI:i B INSTRUCTIONS TO PROFESSIONAL CONSULTING FIRMS REGARDING PRESENTATION AND INTERVIEW GENERAL The proce(Dures describe(3 herein conform to the provisions under Section 18-76 through 18-77.6 of the City Code for the acquisition of professional services. Specifically, the City of Miami is seeking the most qualified professional consulting firms to provide architectural and engineering services in the near future in connection with the reno- vation of Building A of the Little Havana Community Center, 900 S.W. lst Street. The City has advertised for expressions of interest from consultants who were qualified in providing such services. A Selection Committee examined the information provided by all respondents to the advertisement and determined that your firm was among the most qualified to provide the above services. Accordingly, the Selection Committee invites you to make a presentation to it in accordance with these in- structions so that the Selection Committee may complete its evaluation of the most qualified firms. Upon completion of its evaluation, the Selection Committee will prepare a report, including its findings and recommendations, and submit it to the City Manager. He will then submit a resolution to the City Commission to approve the list of proposed most qualified firms and to also authorize negotiations with those firms in order of their ranking. TI :E FOR PRESENTATIONI AND INTERVIEW The time and place of your presentation and interview are noted in the cover letter. The total time allotted to your firm will be limited to 45 minutes, allowing for about 25 minutes for your presen- tation and 20 minutes for the interview. SLIDES If you desire to show slides please bring your own projector and a 20 foot extension cord. The City will provide a screen. WRITTEN MATERIAL No written material should be presented to the Selection Committee in the presentation and interview. PUBLIC NOTICE In accordance with City Code Section 18-77.2, your presentation will be open to the general public but we are requesting that you do not attend interviews of the other firms invited to appear before the Committee. -1- 82-1140 .® COST S It is understood and agreed that by accepting the City's invi- tation to make a presentation and to participate in an interview with the Selection Committee, your firm will bear all costs associ- ated with the presentation and interview and that the City will have no obligation to recompense your firm in any way for such costs. CRITERIA FOR EVALUATION The criteria for evaluating your firm's qualifications are briefly described below. It is highly desirable that the individuals who will be actually assigned to the project and who will be responsi- ble For fulfilling the contractual services be among those making the presentation or be available for questioning during the interview period. RE`:OVaTION OF LITTLE HAVAI'4A COMIMU'NITY CENTER Scone of Services. It is intended that the consultant will provide all necessar% professional and technical services relating to the renovation of Building A of the Little Havana Community Center, 900 S."I. 1st Street, in accordance with the schematic design outlined in the Master Plan for the renovation of the Little Havana-Ccm-munity renter. This includes design development documents, construction costs, and construction documents. While the City has not identified funds for the construction prase, which may be accomplished in phases as outlined in the :Ias-er - Plan, it is understood that the selected firm will provide professional services during the construction phase which may not begin upon ccmpletion and approval of the construction documents. Attached is a copy of the Master Plan which outlines the schematic design for the renovation. Method of Approach. Based on the above, your presentation should be a tactual dissertation on your firm's organizational struc- ture; the identification and qualifications of professional staff that will be assigned to this City project; support capabilities; an out- line of activities that will be undertaken by the professional and - support staffs; time schedules for accomplishing the activities; and a sumnary of procedures and methods developed and used by the firm to deliver the finished work products. It is not intended that your firm solve any specific problem or provide consulting services, but rather that you acquaint the Selection Committee with information about how your firm would work on a City project and the team's background and qualifications to undertake the required work. 82'-1140 -2- I Previous Experience. Having given the Selection Committee an overview of your firm's method of approach, you should then describe recent projects which your firm (or team) handled that involved adaptive re -use. Of special interest to the Committee will be learn- ing about your capability of preparing reliable and accurate cost estimates. Meetina the Citv's Reauirements. You are requested to comment upon the typical agreement between City and Consultant and to advise the Selection Committee of any proposed changes, omissions or addi- tions that you deem necessary in order to enter into a contract. Affirmative Action Plan. You are requested to describe your firm's affirmative action plan. - Fees. The purpose of the presentation and interview does not include negotiating fees. However, the City's policy is to arrive at lump siLm contracts when the scope of services can be defined within reasonable limits or, as an alternative, to arrive at a re- taining fee type of contract with an upset amount when the scope of services cannot be defined. You are requested to comment on these concepts. END OF INSTRUCTIONS 82-1140 -3- EXHI^IT „A„ T,F C1TV nF I I� •IT(. I. SCC°E OF VICRK FOR Irlc�uD t.tG 2. PROJECT BUDGET 3. PROJECT LOt;GE."ITY SCHEDULE DATED . _•...r ..�.• --•way ... r— ... _.. .. . A C a F F N T THIS AGREE:._-.; a,ade this A.D. by and between THE CITY OF Mlr.:!I, a Municipal Corporation of the State if Florida, hereinafter tali=d the CITY, and hereinafter called the W I T N roc c u WHE 7'—ElS, the CITY proposes to renovate of the City owned property located Miami, Florida, hereinafter called the PRO.:cC", and the CITY has ap, rcr.imjtely to finance the de•:elcp-er,t, design, renovation and construction eypenses of the PR.OJ--. and WHZ=.,_A3, the C?TY desires to encage an architectural/ engineering firm to render the necessary professi:,nal and technical services, hereinafter called WORK, for the plannin„ design and constr::ctzcn consultation of the PROJECT; upon the terms, conjitions and provi5ions hereinafter set forth; and WH;:.'KAS, the Corrnission of the City of Miami has by Resolution t.o. Idated approved the selecticn of the CITY t- ,.NAGF.R of as the most qualified firm to provide professional architectural/en,jincering services for the PROJECT and has also autanrized the CITY MANAG%R to ncyotiate an Agreement with said firm for the professional and technical services required for the PROJECT; NO'., T111:1tLFORC, the CITY and the PRINCIPAL for 'he considerations hcicinafter set forth, agree and convenant, one un") the other as follows: a SECT 'ON I - GENPPAI. A. The PRINCIPAL and the CITY are fully aware of the PROJECT. schedule require---nt, and :.,ill therefore proceed with all dili;ence to carry out the WOPY to r^eet such requirements. The PRINCIPAL shall proceed with all applicable dispatch in a sound, economical efficient and professional manner, incl.:aing preparation of phasing and incremental bidding docu.:.ents for construction as necessary, and shall co -ply with the provisions of all applicable Federal, State and Local laws; B. The PRINCIPAL shall perform the professional services as hereinafter set forth and in general acccrdance with the instr•,:cticns of the CITY; C. The CITY has budgeted the amour._ of for the total cost of the P?C.:EC=, as ftllcws: 1. for desi: n services, includina: i a. LUVT SU..' FEE for the selected arch I'te=tura:.'enc_neer_. f i ..... b. Surveys, soils investicaticns and related expenses. C. Inspection, testing and related expenses. d. Ad:^inistraticn, reproduction and related esp•2nses. 2, for construction and PROJECT contincencies, as follows. for PROJECT continooncics, including 1.5 percent of the construction cost for art work. D. The PRI;:CIVAL shall design the PROJECT within the funds available to the CITY for this purpose; and E. The CITY agrees to Pay and the PRINCIPAL agrees to accept as payment in full for all professional and technical services rendered, as outlined in SECTION III - PROPE M MNAL SERVICES thereof. the LUMP Sum FEE of � •2 82-1140 1 I. LUMP SUM FEE - is hereby defined as the arount of •.^oney the CITY agrees to pay and the PRINCIPAL acres to accept as payment in full for all the professional and technical services rendered pursuant to this agreement, to complete the WORK as further defined in SECTION III - PRCFESSIC::J.L SERNICE3, hereof. J. PP.O,:ECT :10ANAGER - is hereb•., defined as the :•tanager of the PROJECT :or the CITY. K. DI?.ECT TECHNICAL SALARY EYPE::St-' - is hereby defined as the strai?ht-time portion of wages and salaries subject to :ed�raI Income Tax of the PRINCIPALS'S technical perscnr.el 'Principals, Architects, Engineers, Planners, Designers, Drat=nen, Specifications Writers and Technicians) enc3ced directly on the PnC.:ECT. The DIRECT TEC .'ICAL SALARY EXPENSE char -zed against the PRC,:ZC: for any personnel, including ?*2I::C:7ALS shall not exceed ..••,.._.,•.....•.✓=t-'+--.e::w'•rti`''t^•' ,• - CQLLARS ($ A PER HOU:. plus ?a; rcll b=4en .which is not to exceQa per. 2nt -. L. EXH.' 'Z "A' - is hereby defined as the CIT'i'S pro: reg rar.`s for th•-? desi.:n and =ona.tr,:cticn of the inclu.:^_s the Scope of Work, the Project Budcet and the Project Schedule, all attached hereto and a part of this . Aor_erent. Srr^ III - PP.0r7f7:7'C' -',L Sr•RVTC•-S The PR1::C:2AL in close coordination with the CIT'i shall rerfor^ the following professional and technical services comprising the WORK and shall be fully responsil)le for all the professional and -..ca..✓.:.,.:.:,.�.�.-7:_:.�:.,�. ;� technical aspects thereof. The CITY'S review and approval of the WORK will relate only to'overall compliance with the general reyuircmontn of the PROJECT and when#2ver the term "Approval by the ~ -••- -•-- -- - City" or like term is used in thin A.Ircomrnt, the phraseology shall in no way relieve the PRINCIPAL from any duties or responsibilities under the terms of this 1lyreement and from using the best architectc:31 and encjincering services and practices. The PRINCIPAL shill, in the preparation of Plans and specifications, and in Site Inspection, comply with all Federal, State and Local codes, ordinances and regulations pertaining to the design and construction of the •PPOJLCT. Attention is invited to the •..r ��..-r+......�.�- -:.� Federal wage -flour Law, Walsh -Mealy Act, The Occupational Safoty and • e-! 82-1140 " - .•.- - - The CITY will cooperate fully with the PRI;1r_I?AL in establishing the parameters of the Scope of Work which may be constructed within the Project Budget. The Schematic Design Phase shall be completed when the CITY approves and accepts the Schematic Desi^n Cocument„ B. D E S = ,'- D:;?'1°::T ^NASE During the Design Development Phase, upon written authorizatic: of the CITY .and as directed ty the C:T_ for the approved and acc2pte� parts of the Schematic Cesign Phase, the PP.I::CID•AL shall: I. Prepare Design DevelL;:;•ent Zocu-ents consisting of plans, elevations and other drawincs, and outline specifications, all in order to fix and illustrate the size and character - -� - - of the entire PACJECT in its essentials as to locatic.n., - -. - - kinds of matzrial, tyre of structure, mechamcal and electrical Systems, utilities lecaticns, and such ct works as may be req--ired. 2. Submit to the C:TY an Estimate of Project Construe--cn Cast -' br^,ken down into ^ajar catecories. Tt. shall be the oblication of the P=I::C_.A'- to pro:?uce a desica which -ay be constructed within the Proi-ct Budget or any subsequent revision thereof approved by the CITY. Apprc•:al _ by the CITY of Schematic Design Studies and/or Desi.;n _ D�zvelchment Documents includes approval of the censt.u,ct en cost estimates submittcd therewith only if so stated in .,. _ ..• - writing by the CITY. If either the Statement of Probable Construction Co:;t for the Schematic Design Phase or the Estimate of Construction Coz;t for the Design Develci,r*.nt - --•- - -- --• -• - Phal.c is greater that the CITY", budgeted amount set forth • "• in SECTION I C. herein, the CITY may require the PRINCIPAL - . • ••••• - •. to revise the Schematic Dc:.i�in Studies and/or the Design Development Docwnlnts as necessary in order to bring the P1411XII'AL'S revised L•stim.ite of Project Construction Cost within the CITY'S Project Budget. The work undertaken by the PRIt:CIPAL in revising the do,:uments for the purposes of r•ecting the CITY'S Project Oudgct shall be considered \. (o 4. . �.,�.�,. �i k'J.�� Mir •t:.Y."!.•oT.I 1Y�./�C �.I� mow.` r `N.,..��„„�1rF..M�w.✓fy+ 2. Revise the construction contract plans and specifications, and any other written report or written docu.:ent, as required, to conform with codes, regulations, rules, etc., governing the PROJECT. 3. Advise tJhe CITY of any adjust-.ents to previous estimates of PROJECT constructicn cost which -ay be indicated by chances in scope, design, requir-nents, mar%et con-itisns, or otherwise. 4. Furnish the CITY with Final Estimate of Project Censt_____cn Cost, based upon the cor.pleted working drawings and specifications, broken ..corn into major catecories. The PRINCIPAL'S Estimates of Project Censtrlcticn Cost shall be constru,2d as an informed ,rcfessicnal cp n-;Tn and the CI.. will rely on it as a reasonable approximat_cn of bids to be received. 5. See that all cor.str..ctzcn contract plans and specifiZatIcns (working drx.rings and s=cif,_a._cns) bear the seal cf either a Florida registered professional architect or engineer and that the names o: cfessicnals res_cnsible fcr ,najor portions of each separate specialty of the ::CRR appear on the ccnstruction contract plans and specifications. 6. It is to be fully understood that the air ccndit:oning sy5tcm for the PROJECT shall provide draft -free air distribution and uniform temperatures and shill be designed to minimize operation and maintenance costs. Therefor, the PRINCIPAL shall provide the services of a professional with the experience and capability of designing suctl a sy :tom. i. Because of the CITY'S concern for energy conservation, it shall be fully undo rstood that the PRINCIrAL shall pay particular attention to the designs of all energy systems required for the PROJECT with emphasis towards conserving energy. Particular attention shall be focused on the different uses of the PROjEC.; and the different demands for air conditicning, lightinq, etc. 3 .._. ..r .---..�...._ .. •_tip-::�., . 77, .lam •.i.'4 — -!.-- 1. Make periodic visits to the site to familiarize hinself with the progress and quality of the work to determine that the work is proc•_-eding in acccr2ance with the Contract Doeus'ents and to submit his observations to the CIT'. in writing within five (5) working days after each visit 2. Assist the CITY in considering and evaluating any succcsticns or mcdifi-cations which mi-ght be submitted by the-cn~__..c_..r for the CI.:'S approval. 3. Assist the CIT: in matters relating to the inter_-et-.icn of the Contract Documents. 4. Furnish any additional details or infcr.-.at_cn when req---red at the job site fc- e\ecutlen of the v ... 5. Az3istCI._ and rake .:ri_ten recc.. .en-'at__ns to the CI.. On matters pertaining zo the Contractor's prc=csed Caa, ces In matirlalo and dCL'.. -sn '?t :��� O: ^.St. ,_. .. a.^.., cha:'-es In plans, and on --z relat"na to e\tra work Or or-_',ars and supa:er7ent7l a;r__-ents. 6. Check and :pp eve ihcp and er.._n. ;:;wings, sarles an.. ot! ?r sub.7_3zionz furnished by the Ccnt...__.._. retain a cc _• of all shop and working drawings, duly aopro':ed by the PF:I::CI, hL, for permanent CITY .records. 7. Review all testy reports required by the Contract Coeu:rents and l:rovide the CITY with written evaluation of such test reports. 8. tditnc s all tests as may be required to be witnessed by the Contract Documents and provide the CITY with written evaluation of all such tests. 9. Receive samples which are required to be furnished at the jot) site; record data roceived and from whon; examine said samples and nctitify the CITY of his approval or rejection and maintain custody of approved samples. 10. After substantial completion, maM` a list of items for correction before final inspection, and check each item as it is corrected. 10 I OL '. .: ,��•�•�.., -. �.-.rA.M...• ram.. J.-+..� 11. Upon request by the CITY PROJECT DIRECT07 , attend and report to the CITY on all required conferences held at the job site. 12. Assist the CITY in matters relating to the Contractor's schedules and reauests for procress pay-ents• 13. During the course of the 'CPr:, ensure that all guarantees, certificates, Operation andmaintenance manuals, schedules, spare parts and other it.?ms that have been specified in the Contract Oocr=cnts, have been sub-itte- and have been acarc:eri. Deliver all such .;to.s to the CITY prior to the date of beneficial occupancy• 14. Furnish to the CITY within thirty (30) days after cc-pleticn of the Construction Phases of the PRCJ�C:� the ori.?inal of the Construction Contract plans, re•:i s.-3 to iac_ ._ all changes or rodi.ications to the deni._n . a--:e duri. , the Constr..ct phas_. At the cc-plet_on of conztr.:ction o: the ?�CJZ_ , the PF:.:C:PAL shall deliver to the CITY .bitten certification that to the .:-2st of the PRI.'.C:?AL'S kncwled�,C tho PPP..CJ:CT has been const_.,.tc in acc r-anc,2 with CITY apprcvcd Construction plans and specifications and CITY approved change orders; and shall furnish such other written certificates as may be required by law and regulations applicable to the PROJECT. The Construction Phase shall be completed when the PRINCIPAL , has delivered the aforesaid certificates, incluJin? "as built" plans, etc., to the CITY; and the City Commission has accepted said pmi=. During all Phases, the PRINCIPAL shall act as his own reprentative to the CITY in all matters pertaining to the PROJECT. The CITY will expedite its procedures and render timely decisions to assist the PRINCIPAL in this phase. St:CTMN IV - CITY'r, SMWICCS AND Tne CITY shall furnish the PRu:ci AL with the following services • S. Submit the cor..olated ccnstruction contract -)laps and specifications to the CITY for a complete and detailed review and approval. 9. Conduct all necessary dry --run checks and assist in obtaining all necessary permits fror all governmental authorities having juri=dicticn over the P=OJ-ECT. The Cl-,'.,*will assist the ?P.i.:CI?AL by expediting CIT.•s procedures for this purrase. 10. Deliver to the CI^_ the comploted master set of construction contract plans and specificaticns and other related tarts of the c nstx.:otjCn Contract Doe:.-ents in reproducible form. The Ccn:s _r= __.. Ccc r. ` se shall be ccnsid3re3 - let_ cn the CIa". ?h"C.a _5 a G;. :.:�_..t�:.. Cznt act f.:r th8 ^;) S.__=,_cn of tt';•a 77a , b:.t in no case '.;:ter t"ian ni.._ty (20' days f=—n the cite c: ty thZ to of the pla.., • nd sa_cifi at__..> ready for D. 1. Pre; are any aCG_nda, vith accur.panying dra�i-cs or othor material as required, and suL-mit original of each to the DI::ECTCR for approval and sicnature after which the DIRECTOR will furnish a copy for each set of contract documents prepared. 2. Assertible and furnish the CITY M,4NAuEF. data for publicity releases. 3. Take part in pre -bid conferences with CITY and prospective bidders as required. The Bidding Phase shall be: considered completed on the Jay the CITY executes a Construction Contract for the construction of the PROJECT or ninety (90) (Lays after receipt of bids uhichevez cccu.:s first. E. CC`: ;TPLICTION P11ASE The Construction Phase shall commence with the award of the Construction Contract. During the Construction Phase, upon written authorization from the CITY, the PRINCIPAL shall: ti 9 ~•�•err«..,q..,.•.�.,.+...._.....,..� •....... i i N ..—...... - . . -J. and information frorn existing CITY records and CITY files: A. The CITY shall provide information reaardir.g its requircrents for the PROJECT. H. The CITY shall furnish a Certified Land Survey of the site giving, as applicable, grades and linos of streets, alleys, pavements and adjoining property; richt of way, restri::t_cns, easements, enzrcachr-.ents, Zonina, deed restricti0.^.s, bounClarl:2s and contours of the site; locati6ns, di-ensions and data fro: existing records on file in the Depart:r.ent of Public ::ors of the Cl-.'.Pertaining to existing- buildir.cs, of _. _ _:-2rents any sees; and infcr^aticn concerninq available service utility lives both pu!:l is and private. C. I: the CIT'_ PRr.;ECT oIP.`C='C? cbserves or has been nc*iflea in writing of any fault or defect in the PF0,;ECT or noncc-fo r.3nce wit.,the Ctintra_.. DccUm:._nt7-, prc-.?t :r, tte, notice thereof shall to given to the ?^:.:C:::.,.. D. The CI:. shall do all and bin _. _ of _r.e bid:ji and con7,tructizln sets of the drawirQs and scecl,.a__.... , and lean all existing and aPPl_cabl_ C_,. aar,al E. 'vac CITY shall appoint a to act as liason . etwoon C:T'i and pm,,.,CIF AL, and the PRI::C:, NL will not start work nor incur any expenses for any Phase of the WORK, special con;:iticns or change orders without havini rtceivod written aut:iori-_aticn from tilt? Ci,T-"S PROJi:CT �_V.' ,;!:R to do so. Nothing contair.od herein --hall relieve the PP1.NC.PAL of any respl risibility as provided under this Anrcemcnt. ,p. The CITY hall furnich all required testinq necessary for the i'lio.ICCT, including core borin,s, tec:t pits, structural, mechanical, chtrmlcal, soil, and mill and laboratory tests, and the services of a soils ongincer or other special consultants when dirt mt.d no-ces—nary by the PRINCIPAL; and the PKINCII'AL shall be entitled to rely upon the accuracy, cuirploteness. and Competence thereof. •. 1: ` __ r G. The CITY reserves the right to retain the services of a Professional Quantity Surveyor to pr%t•are Detailed Ccnstruct. _ _ Cost Estimates based upon the Design Deveicpr^ent Documents and -:� the Construction Documents. FOR SERVIC'S . - A. For professional .and technical services for the SC:;e-atic Desi"n Phase, Design Development Phase, 3idding Phase, COns`ructisn Cec'z--Cnt Phase and Construction Phase of the PRC.:EC"', as outlined in SECT IC:I III hereof, the CITY acr,2es to pav, and the PRINCIPAL agrees to accept, as a full pa, _.._ _or h.s ser:ic_s the LU—P SU:M FEE of which; :EE will hereinafter be call•'4- the BASS This pa;-ent will be made ,monthly in proportion to the see:icys per`.._med so that the ccmpensat.cn at the co-pietion of each . .ase shall e.zu•3l the following percentages and amcunts e_ the tctal ...... BAD _� ...�. ACC' '1' A"E7 C" 1. Sch,�natic Ces cn Phase 15.0 2. Desi;;n Develop-ent Phase 35.0 3. Construction Documents Phase 75.0 ' + 4. Bidding Phase 80.0 _ 5. Con�tructicn Phase - a. Shop Drawings 90.0 b. Contract Administration 100.0 •-,•—•".:—,••....•n cr .c .��;,,}... �,r«-..ay.��..i 6. Renc?cring Lump Sum : '13 2n C. In the event that the PP.OJBCT is constructed by the use of multiple construction contracts (incremental biddi:?), then the BASIC FEE will be proporticned during the various phases of WORK in accordance with the estimated construction values. _— _ --- — — SECT7 VI - srtr--;)uLE C? ;O?= The PRI::C:PAL agrees that ti.7e is of the esnsnce and fur_.._. • agrees to the WORK prc-ptly, dilicent_y and only c?cn, and in strict conformance wit:i, specific authorization from the C.._ MANAGER in writing. The Project Langevity Schedule, a par_ c_ "A", was developed by both parties and indicates real; nacle est_-ates of the times recuired to acco:-.plizh each of the , .as=s of %tiOP..: as described hereinafter. A. The PF'1::C:7AL shall cc:'.?lete the Sc er. atic .esizn Phase wit.._n • Ca1_:'.dar days after .:ritten aut:: :r..': the C:.. ._......:_:? to 'eain PORK on this Phase. _ The PR -.....:PAL shall complete the Phase within calendar days after wr_t,.Qm aut`.:rizat_c� :.c-t the CITY ...;^.,UE' to becin .:CFr on thin Phase. C. CC' 7 iC' r• Pt;•.c� The PRINCIPAL shall complete the Construction Cocu-.cats Phase within calendar days after written authorization from the CIT:' ',:7;•. , R to Legin ::OR:: on this Phase and in any cv,,nt no later than _ Thy: 13idding Phase is cxp,:!ctcd to require calendar days, if only a single bidding is used. E. The Con^truction Pha_.c will commvnec with the award of the first Con::truetion Contract, if incremental bidding is used, or of the Construction Contract, if a single bidding is used, and shill be completed %-hen all of the following conditions have Neon completed: 1. The PP1.'.CI1"AL has delivered to the 'CITY written certification that the PROJECT has been constructed in accordance wi..h the CITY approved Contract Documents, including all approved change orders. 14 $2—.11111 0 2. The PRINCIPAL has deliver•?_9 to the CI'::' such other written certificates as may be required by law and regulations. _ 3. The PRINCI?AL has delivered to the CITY "As -Built" dra••rings 113 as required under SECT!-.!; III E. 14. 4. The City Commission has accepted the PRC,:ECT by Resoluticn. SEcTT VIZ - ADDITIC :AI. •:n?u AUTt!0P1Z. D BY THE CITY A. The CITY reserves the right to increase the scope and amount of the construction contract by directly authorizing the contr----. to do extra or additional work without re.ui..ng the to furnish prcfessicnal professicnal or technical services. B. The PRI::C_?AL shall furnish lands, ping and inter-,._ des _ . services which are normally a par_ of his ccntract docu:7ents and specifications, as part of his basic services within the sti;•'la_23 LU:-1P SUM FEE C. The CI^. reserves the right to authorize the ?.^.I::C:?'. to prc•._.._ addlti nal services, if found neccssarr% by the CI. in which case the fees for these services will bean a necot_a_e•a tas:_. SE :r' JI - - Trr IC 7 ,w AC The CIT': retains the right to ter:ciratc this :\grce-•_nt at ar_ time prior to completion of the WOP", without penalty to the CITY. In that event termination of this Agreement shall be in writing to the PR1::C1?AL and the PRINCIPAL shall be paid for sorviccs ren.:ered in each co-nnleted PHASE prior to termination in accordance with SECT:O:: V - CWHIE::SATIC:: FOR SERVICES, provided however that t`:! PRINCIPAL is not in default under the terms of this Agreement. If, how,.ver, the termination of this Agreement occurs during an incomplete PHASE, then the PRINCIPAL shall be paid at the rate of two and one-half (2.5) times Direct Technical Salary Expense for those . •• - services rendered in such incomplete PHASE provided that the PRI::CI'.;L is not in default under the terms of this Agreement. In no case however, will the CITY ray the PRI`aCIPAL a cheater amount for an incomplete PHASE than would have been paid had the termination been made at the completion of the PIIASE. In the event of termination, all documents, plans, etc., as set forth in SECTION XI - 0-;NERSHIP CF COCUX'ENTS shall become the property of the CITY, with the same provisions of use as set 'crth in said SECTIC'I XI. SEC71C'I IX The PRINCIPAL proposes to have the follswin-I specialii5ts, either from his organization or as his consultants or associates, to nerform the services indicated.: A. Architectural B. Structural C. Mechanical D. Electrical E. La r.,,'-s c a= i.- F. Civil G. Space Planning t The PRINC:DAL will be resconzi!Dle for all the WCF.-* of h 3 _4 c n 7 0 rc:an, zation, and of his consultants or asscc�ates- Nothin= ccnt--_ned ans Ac.:-2-2ment shall in .hicreate any contractual relaticn bet-'-;een an_ the C!, It shall *C:' CITY. of zing for the PRI P A L any the sncctalissts work be un tirstocJ that the PR1:;C1rAL is in no way relieved of anv responsiLility under the terms of this Agreement by virtue of any • other prof,-!!;i;iL;nal who may associate with him in per:orm.ng the WC P F, .7 T The fol.LL;winq professional services and work. by the PRINCIPAL shall not be conniderod extra services but on the contrary shall be connidtfted part of the W17111K of the PIZINCIVAL. A. Revise the Construction Documents Phat:4, and Construction pl.ins inJ --poci ficaL ions to reduce the cost of construction of the PROJLCT to the final butbjeted or CITY approved amount for the construction of the PFOJF.CT, if the amount of the lowest acceptable bid received by the CITY for the construction of the PROJECT is in excess of thl:! final amount budgeted or - approved for the cost of the construction contract of the PF.OJECT. ` B. Any other revisions suggested by the CITY that are within the sccpe of the SvORK before_ the Design Develcpirent - Documents and Outline Specifications are approved by the .. -- CITY. ? ---- SEC':'ICN '(I - 0: 7Fi?St{Ia 0r A11 tracings,plans, drawincs, ••�ci:icat47:;ns, field becks, survey information, maps, contract documents, reports - and other data develop,2,2 as a result of this Acrcemcnt shall become the pro. ert;• of the CITY without restriction or li-1t.2tion on their use. It is fur _...__ st puiat_3 that all infor:^..t_cn developed as a nart of tt:^_ PFCJ=CT shall not be by th.. C �..0 �'.•�'1u without written cement o: the It is furth•2r understood by an,!between the parties - y that .any information, maps, contract Documents, reports, tracing, plans, drawings, _-cifications, beo*-:s or any other matter wha_scover which is given by the CITY to the PRIN'C71:PAL . pur ru,ant to this Ayrcer^ent shall at all titres remain the prop-?rty of the CITY and shall not be used by the PRIN'CIPA-L for any other pur ose whatnoover without the written consent _ ,_—"___: _ _ - .._ �� •- _- •-� of the CITY. It is further understood that no press relea cs or publicity is to be issued by thu PRINCIPAL without prior submittal to the! CITY and written appLoval from the CITY. _ ... •. _ SECTION XI I - AI:,I.it1) OF AGhr:F*1KNT The PRINCIPAL warrantn th.,t he ha:; not employed or retiin•_i - any corp,uny or persons to solicit or secure this Agreement, -' that he has not paid or a(Irecd to hay any company or pernon any fee, coirmission, percentage, brokerage fee, or gifts or any other considerations contingent upon or'resultinq from the - award or m,ikiny of this A,jrecrir�nt. 17 -r.*...-..w <,4 C The PRINCI; AL also warrants that to the best of his k.no-alt- and belief no Comanissioner, :!ayor or oth.-�r officer or employes the CITY is interested directly or indirectly in the profits c. emuluments of this Agreement or the job, work, or services for the CITY in connr:ction with the contract or construction of th'. PROJECT. The PRINCIPAL shall not en_ -ace r'uring the period of this Acrrement the services of any professional or technical person who has been at any time during the period of this Agrc--.ent in the ermplov of the CITY. This Foes not acply to retired enplo•.-e of the CITY. The PRI::CIPAL is.,awaze of t;,e contlict of interest :aw of both the City of Miami and Dade County, Florida, and zqrces that he shall Bally cc, -.ply in all respects with the terns of said laws. Thin Acr,�_,ement repres@nt., the _Mire and integrated bet _-n the CITY and the PRI::CIP',I and ruc_rcedcs all prior neC __atlons, reorrsentatlons or Acrc-t-enta, eitt:_r »rittQn or oral. This Acirce^ent may be arenc'.;!d only by written ins.r-_neat b, both the CITY and the IIPI:.CIPAL. Sc :C: ?;I•' - SIi:'C�^-�O!`S :[� '.SS1^:5 The PRI::CiPAL shall make no or transfor of this Agreement, or sublet, .assicn or tran:fi-r any pact of the tOKK un,i,2r this Agreement without the written consent of the CITY. This; Agr(­etrtent ;hall be binding upon th` parties hereto, their hairs, executors, legal represental.iven, succ,:!snors and a_;sik,ns. XX - TPUT11 IN NFCOT T AT IONS The PPINC'TPAL herr.by ccrtifir.s that w.ayo rates .and other fac:tu.a1 unit co%t s suppnrt ing the cor-pon•:ation ate accurate. COrnptute and current ,at the time of cuntractint) and that the original contract price and any .-niditions thereto -•hall be adjiv; tcd to ca.clude .any sionrfirant sum whrmc the CITY determir.:s the contract price was incrcw.ed glue to ,inaccurate, incomplete or non -current wage :ate •and gather factual unit cost. Such aJju-:tr.•nt: shallbc in -We within one year following the end of the Contract. 18 S2--1140 1 zA �.� �r_.N.r......a. ,.. Tom;..... .,.•.�...........� ..r_..._.+sue. •. .1-, . .. SF.C7ZC:1 YVI - RIGHT TO AUDIT The CITY reserves the right to audit the records of the PRL':CIPAL any tire during the prosecution of this Agreement and for a period of one year after final payrcnt is made under this Agreement. Notwithstandinc any other provisions of this Agreement, in no event Shall the payment of the LC:*? SL:d FEE .:714-er herein, enable the PRINCI 1•.L to earn a profit or nore than pEFC ... (201) of the Lt:.".P SU." At the ^..q of the final _ncr_rent of that LL'.'? SUM FL.. is due to he ?:!id ty the CITY to the PrI..CZPAL pursuant to the terns of SECTZ,,:1 V herein, the PRI:.C__..., shall sutmit to the CITY a cert.=_cat:_.. of his total cost., iacurre.. and profit real.-<2d in pre•._--_ng the basic services as outaed in 5EC':IC:. ZZZ nerei.^.. If sue.. cer________ .. indicate: in e:•:cez. D_ thy_ r.a:._.. .. set fcrth ate._ the PRINCIPAL shall rem__ any o•✓er_ce to the CZ-,Y. The CITY res?r.'sthr2 right to au�it tho and reh_...Z-., of the PRINCIPAL and to adj st the aro--n_ cf any r_. .•-_.._ in the light of said audit. In _alc'.:lat.. the _ inc-r.__ t; the Pt I::CI:i+L'S own staff, the shall use a nOrcentace overhead appl-ed to the DI?EC. SA:.:;F E:,.' as defined in SiC:IC:. II herein. The ;er_enta•:c over^_ad shall to o' :a: to the actual percenta;e overhead p.irtainina for all wor in the last t.:elvc (12) month period pre__,1in.; the date of this Contract for which data arc available. All services provided by subcontractors to the PRI::CIPT%L shall be incluJcd at the actual -font paid by the PRINCIPAL and the percentatje overhead shall not apply. S1:CT:O:: XVI I AND I`:DCSi':tI'IC''!'ION The PRINCIPAL shall provide insurance as required hcreinbelow prior to commencing work in this. contract. 19 . The PRII:CIrAL shall pay all claims and losses of any nature - whitscevcr in connection thercwith and shall defend all suits :n - the name-- of the CIT't when applicable, and shall pay all costs an3 judc-e:r,?r.ts which -ay issue therer_n. _- -•- --- — --- -" '' The PRI":CIPAL shall maintain during the terms of this A-,rcerent the :ollowinr: insurance: A. Public Liability insurance in a.-ounts not less than $100, :0�. 00 per : eraon and $33C,.OQf/.,�O per acci-.?nt for tolil'f injury and S50,"^.0.00 per accicent for property da.7ace. — B. Auto=bile Liability Insurance covering all owned, non -e3, and ..-r^_ :e^i,_.e _n amoun}z as ind.cat.,i .n Para,ra_h 'A' abc.=. C. Pr^fossicr.al Liability Insurance in a mini -um a^oust of all ii::bil.ty aria., out of ,.ne terms ,._ -... :'-.. this D. ... _"� _.� Ll...•1 �. ty :n3C.ranC_ in am,^,tnts as ln�-cat_... i.. 'A' above. _ E. S4nr.,.ran'� Co-��r.sat.�n Insur3.^. in the a-our._s. - -- The _....__ante cc.__.;e re .red shall inclL5e thcse cl �si:__a:erns as 1. . - n z _-... -,.rd 1. at.iIt c:St nearly reflect the cp^ raticns of the All insurance politics shall be issued by co::pan:os auttiori.?d to do t: �.... uncicr the laws of the State of Flcrida; and whit: are approved .iccording to speci f icationa of the Prcper ty of the CITY. The Pf?t::c:IP?,I, shall furnish certificate of insurance to the CITY prior to the comni.2ncemr•nt of operations, which certificates shall ci�:,rrly indioated that the PRI::CIPAL his obtained insuran_a _.. .... __ _ __.....r_._ .. _. in thn tylrn, amount and choral f ication .as required for strict _ __... _ ._..._ ._...__. complianco with thin .election and that no material change or cancelIat:un of the in::ur.,nce !:hall be LLIOCtIVO WithJUt the thirty (30) days written notice to the CITY. Compliance with the forotjoinc, requrretnentz shall not relieve the P111-NC-IVAL of ht:; li.ablity and oblitjaticns unuer this Sectic-. ' or um)-rr any portion of tht-- Agrc(�mcnt. _ 20 P� Eel M }hilt - ^IGIiT Or D£C,'SIC`:S All services shall be performed by the PRIN C:PAL to the satisfaction of the Director of Solid :-:ante who shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of this Agreement, the prosecution and fulfillment of the services hereunder, and the character, quality, amount, and value thereof, and the DI?_.Z. 2 'S decisions upon all claims, questions of fact, and disputes shall be final, conclusive and binding, upon the parties hereto, unless suc: determination is clearly ar*._ra or :nr=�,.nabie. In the even_ that the PRINCI...L does not ccr.c.:. in the judze.nent cf the as to any dec_5.cn made by him, the PRI::CI? L shall present his written objections to the Ci.'_ X.7,::AG R; and the D:. CTCR and the PRINC12AL shall ab,ce b; the decision of the Adj•.stmer.t of cc... _nsat-cn and ccnt_a.._ time teca:;Ze of an: chi.. _es in the .:OR:, that :7i ^t becc.._ or be deer-ed desirable as the •:OR., progresses shall be revic•. ad by the Di' y_ C7, and the CI:": and sutm_tted to the C,7 C:.....,...IC:. :or approval. A. The PR:::CIPAL shall not discriminate 3c3ir-st any emplo;ee or applicant for employment because of race, eoler, religion, sex, or nat..ral origin. The PRI;:C1: AL shall fake of f ir:.at.:e action to en:.urn that applicants are employed, and the employees are treated during employment, without regard to their race, color, religion, sex, or natural origin. Such action shall include, but not be limited to, the following: Employront, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or othor forms of compensation; and selection for traLnir.,;, including al.prvnticeship. The PRINCIPAL agrees to Yost in conspicuous places, available to employees and applicants for employment, notices to be provided by the Personnel Officer setting forth the provisions of this Equal Opportunity Clause. B. The PRINCIPAL shall, in all solicitations or advertisements for employees placed by or on behalf of the PRINCIPAL. state that 21• - all rualified applicants will receive consideration for employrent without regard to race, color, religion, sex or national origin. C. The PRINCIPAL shall send to each labor union or representati':e ��;�,:.•,,,�a of workers with which he has collective bar,aining agreement a,,.,�,.,,d•_. ti„�.� - - or other cc^._race or understanding, a notice, to be provide; by the aaer.cv Personnel Officer, advisir.g the labor union or workers' reoresentati•:e of the contractor's cc-rnit-ents under this Equal Opportunity clause, and shall post copies of the notice in cons_•_cous places available to employees and applicants for erraloyrent. 0. The ?: I:iL:.-. i, shall with all provisl ns .._ Effect,tive Order No. 112+6 of September 24, 1965, as amended b•_ Executive Omer NO. 11375 of Oct.,rer 13, .1967, and of the rules, recu:aticns _ and relevant orders of 'he Secret . of abor. �, E. The ?R_.:C:7AL shall furnish all in=c_-atics and ._- its ._ ,,� •,.,,,,,,�. ..:ec-___:e Order No. 11.46 of Septemmber 2.4, 1965, as _ - - ��• ••: _-.= r .. amen. c by Executive Or _r No. 1137�, of C tc er 13, 1967, and b.. • the rul•_s, requllt_,cns and order cf the _-'Cr_tar- o: Labor, cr ' pur.,,_=t the-�to, and will per. -it access to his bc--k , reccr._., an.. acccunts by the contracting agency and the Secretar% of Labor for • y,. purposes of investigation to asccrtaia ccrm.pliance with such rules, reaulaticns and orders. P. In the event of the PRINCI:'AL'C� noncompliance with the - - Equa.) l Or;:•rtunity clause of this contract or with any of said rules, regulations or orders, this contract may be canceled, terminatcrd or suspended, in whole or in part and the PRINCIPAL may be declared ineli,iblo for furthrr CITY contracts in accordance with pro,-eduren authorized in Cxecutive Order No. 11246 of - -� --- -- --� ^- ---� SOJA,!rbor 24, 1965, as am,•ntled by Executive Order No. 11375 of Octubor 13, 19G7, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. C. The PRI::CIrm, shill inclu,le the provisions of XIX A through XI:< C in every subcontract or purchase order unless exempted by . rules, rcyul.,tiuns or orders of the Secretary of Labor issued 22 �2`•�•( M 1 c. pursuant to Section 20.1 of Executi•;e Order No. 11246 of September 24, - - 1965, as amended by Executive Order No. 11375 of Cctcber 13, 1967, so th.it such previsions will be binding uprn each subcontractor or vendor. The PRINCIPAL shall take such action with respect to any subc^ntractor or purchase order as the contracting agency :-,ay _ direct as a means of enforcing such pro•:isions, including sanctions - -, . m for nonccoliance. Provided -- =. however that in the event the PRI::'L - bec::-es involved in, or is threatened wit:^., liti;s_icn with a - subcontractor or vendor as a result of such direc__�n the _ contrac • __ac--nc. , the PRINC_PAL may rcc Est t.._ __^Y _o en.__ �...� such lit -at:c,n co protect the interast� of _.._ _._. The C:.. herebv appr..-2s the following firm wh:_,, the ??_.•�_:. prcacseo to encace to _ rc. _ _ consulti. _ ser : ices for the ?RCjE::T, .. - ••- - as subco❑ __. ctor to the PRi::Cii :w: _ The F??I::CI^=+L shill furnish the CI.Y with a ccp, of the sub ont_act agr^_err.ent. + The PRINCIPAL shall not subcontract for -ether consulting services -• without prior written approv.il of the CI:'Y. S EC,r 7 C'N xMI - CC"••,TPI'CTICa Or ACP.I f"ti:":T The partics hereto agree that thin Agroument shall be construed and enforced according to the laws, statutes and case law of the •_..� M__ St.lic of rlurida. 23 K �:, I IN WITNESS WHEREOF the parties hercto have, through their proper corporate officials, executed this Agreement, the day and year first above sat forth. ATTEST: ATTEST: City A TO CONTE""T Director, By: THE CITY CF MI.7!--MI (a municipal ccr=oration of the State cf Flor---*a) By: CS .:3naCer APPP'-%*ED AS TO FOILM & =zFEECTNISS City Attorney July 9, 1982 Dear architect/Engineer: We are pleased to send you the attached announcement requesting professional services to renovate Building A of the Little Havana Community: Center, 900 S.W. 1st Street, Miami, Florida. We invite you to send us your expression of interest for this project. Sinc eiy Cath., Lef ; assistant Director Department of Community Development 1)(P,kKT141\1 of 4 ()%jw ♦)11 }',t.l)i".tt\1 PU Boy itiJ'()6 . M14-1. flof 04 33133 82-1ILI; i NOTE: Copy sent to architectural and engineering firms; advertisement placed in Miami News, Miami Times, Diario de las Americas and El Expresso. REQUEST FOR LETTERS OF INTEREST The City of Miami is seeking a professional consulting firm to render the necessary professional and technical services for the design development and renovation of Building A of the Little Havana Community Center, 900 S.W. 1st Street, Miami, Florida. The building was formerly a church and is presently used for of- fices and limited cultural events. A Master Plan for the renovation of the facility was adopted by the City Commission by Resolution 82-447. It is intended that the renovation will follow the design concept outlined in the Master Plan, which proposes a fully equipped theatre and expanded office space. The Master Plan is available for review and exami- nation at 1143 N.W. llth Street, Miami, Fla. Each interested firm should submit a standard 254 form, brochure, and a letter describing its experience in adaptive reuse/interior renovation, in making cost estimates, and should outline back- ground of team members who would participate in this project. The City selection procedures for contracting the professional services will follow City Ordinance No. 8965 and Chapter 287 of the Florida Statutes. Send letter of interest and backc:round information to: Cathy Leff Assistant Director Department of Community P.O. Box 330708 1145 N.W. llth Street Miami, Florida 33133 (305) 579-6853 On or before 5:00 p.m., August 9, 1962. Development 82-114 0