Loading...
HomeMy WebLinkAboutPre Legislation and back up documentsCitv of Miami Text File Reuort Citv Hall 3500 Pan American Drive Miami. FL 33133 www.miamiizov.com File ID: 05-00101 Tvoe: Resolution Status: Passed Enactment #: R-05-0125 Enactment Date: 2/24/05 Version: 2 Introduced: 2/1/05 Controllina Bodv: Office of the Citv Clerk A RESOLUTION OF THE MIAMI CITY COMMISSION. WITH ATTACHMENT(S). AUTHORIZING THE CITY MANAGER TO EXECUTE AND ISSUE A WORK ORDER AUTHORIZATION. IN SUBSTANTIALLY THE ATTACHED FORM. WITH ZYSCOVICH. INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE COMPREHENSIVE DESIGN OF THE "JOSE MARTI PARK GYM. PROJECT NO. B-35857." IN AN AMOUNT NOT TO EXCEED $530.828: ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT PROJECT NUMBER 333142. ENTITLED "JOSE MARTI-EAST LITTLE HAVANA PARK EXPANSION." WHEREAS. the Citv of Miami ("City") has established a cauital improvement nroiect to design and construct a gvmnasium in Jose Marti Park ("Proiect"). located at 351 Southwest 4th Street. Miami. Florida: and WHEREAS. the Proiect has been incomorated into the Citv's Canital Improvement Program and Multi-vear Plan as Proiect No. 35857. entitled "Jose Marti Gvm:" and WHEREAS. nursuant to Resolution No. 04-0786. adonted December 9. 2004. the Citv has determined that the Proiect is best implemented using a construction management -at -risk annroach. with Pirtle Construction. Inc. serving as the contractor and Zvscovich. Inc. ("Zvscovich") as the lead consultant of the design team: and WHEREAS. the Citv entered into an agreement with Zvscovich. dated June 24. 2002 nursuant to Resolution No. 02-144. adonted February 14. 2002. to provide the Citv with nrofessional design services in the field of architecture. on an as -needed basis for a three-vear neriod. with the option on the nart of the Citv to extend the agreement for an additional one-vear neriod delegated to the Citv Manager: and WHEREAS. as a result of the foregoing. Zvscovich has submitted a proposal for a Work Order Authorization ("Work Order") to the Citv to provide the comprehensive design services for the Proiect. at a cost not to exceed $530.828. which has been reviewed and accented by the Department of Capital Imnrovements and Transnortation: and WHEREAS. the Proiect will consist of a 31.000 sauare foot communitv center including a gvmnasium. locker rooms. auxiliary spaces such as a weight room. exercise room. offices. and concession and ticket booths. and related sitework: and WHEREAS. funds in the reauired amount are available from Canital Improvement Proiect ("CIP") No. 333142 entitled "Jose Marti -East Little Havana Park Exnansion:" NOW. THEREFORE. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI. FLORIDA: Citv of Miami Paae 1 Printed on 6/9/2008 Citv of Miami Paee 2 Printed on 6/9/2008 A RESOLUTION OF THE MIAMI CITY COMMISSION, W17_H ATTACHMENT, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER O APPROV= THE FIKDIR'G5 OF THE SELECTION COMMITTEES, PURSUANT ^0 REQUEST FOR PROPOSA.,S, FOR THE MOS: QUALIFIED FIRMS TO PROVIDE PROFESSIONAL SERVICES FO; PUBL_C WORKS CATEGORY "B" DESIGNATED PROTECTS FOR 2002 THROUGH 2004 LISTED BY SPECIALTY IN RANK ORDER; AUTHORIZING THE CITY MANAGER TO NEGOTIATE A\D EXECUTE PROFESSIONAL SERVICES AGREEMENTS W=TH EACH FIRM IN AN AMOUNT NOT TO EXCEED THE AAOUNT INDICATED =N AT'T'ACHMENT "P" FOR EACH SPECIALTY FOR EACH FIRM; ALLOCATING FUNDS FROM INDIVIDUA? PROJECT ACCOUNTS. B:, IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section {. The recommendation of the City Manager to ;ppro-re the findings of the selection corramittee, pursuant to Feauest for Proposals, as to the most qualified firms to provide professic^:al engineering construction management services -or Public Works .Category "B" des_gnated projects for 2002 through 2004, listed herein in rank order, are accepted: -. The Corradino Group, Inc. 2. Nova Consulting Inc. 3. Marlin Engineering 7nC. 4. Civil-Cadd Engineering Inc. 5. CES Consultants, Inc. (ALTERNATE) 6. PBS&J (ALTERNATE) i CITY CQraMSION MEET= OF FEB 14 2002 %0&A%4M ft6 • r E.. r.,eco;rmenda io :__.of.... .e..►.A_._�_ tc apFrove the findings c, the selettic : cormit:,ee, pursuant Reauest for rroposa=r, as to the most qualified fi_IrIt tc provide professional ADA requirement services for Public Works Category "B" designated projects for 20C2 t^rough 20:,4, listed herein in rank order, are accepted: i . PBS&J' 2. F1 O Architects + Planners, Inc. 3. Gurr_ Mat;zte, P. A. (ALTERNATE) Section 3. The recommendation or the C=ty Manager rc approve the findings of the selection committee, pursuant tc Request for Proposals, as to the most qualified firms to provide professional architectural engineering services for Public Works Category "B" designated projects for 2002 through 2004, lasted herein in rank order, are accepted: CSA Southeast, Inc. (C.A.P. Eng. Consultants, Inc,) 2. =ndigo Service Corporation'. Section 4. The recommendation of the City Manager t_- approve c approve the findings or the selection committee, pursuan.: to Request for Proposals, as to the most qualified firms to provide professional architecture services for Public Works Category "B" designated projects for 2002 through 2004, listed herein in rank order, are accepted: I. Gurr_ Matute ?A 2. Zyscovich' r :c. 3. R.J. Heisenbottle Architects, P.A. 4. R.E. Chisholm Architects, Inc. 5 Ber.mello, Ajamil & Partners, Inc. (ALTEPNATE) 6. PBSJ (ALTERNATE) Page 2 of 7 02— 144 The _re-com-nendatlon_..of- t -re :i:ty approve the findings of the selection com-rittee, purs::ant t Request for Proposals, as to the most qual:.:_ed firms to provide professiona:. environ -menta; engineering services fo_ Public Works Oategory "B" designated projects for 2002 trough 2004, lis -_ed ho=e_:: it-: rank order, are accepted: I. ATC Group Services Inc. 2. H.J. Ross Associates, Inc. 31 URS Cornoration BND Engineers, Inc, �. Nova Consulting Inc. (ALTERNATE) 6. Consulting Engineering & Science, Inc. (AL7ERNATZ) Section 6. The recommendation of the CiCy Manager to approve the findings of =he selectior committee, pursuant to Request fcr ?roposals, as to the most qualified firms to provide orcfessIora1 general engineering services for Public Works Category "B" des3.gnated Fro;ects for .2002 through 2004, listed erain in rank ender, are accented: H.J. Ross Associates, !no. 2, Kunde, Sprecher & Associates, Inc. 3. Metric Engineering,, Inc. 4. PBS&J S. Mazlin Engineering, Inc. 6, PHS Engineering Corp. 7. U.S C.orporatiDn (ALTERNATE) 8. Kimley-Horn and Associates, Inc. (ALTERNATE) Section 7. The recommendation of the City Manager to approve the findings of tae selection committee, pursuant to Request for Proposals, as to the most quaii_ied firms to provide Page 3 of 7 02— 144 Category "B" designated projects for 2002 through 2004, lasted herein in rank order, are accepted: _ . Falcon & B,.:eno 2. Curtis & Rogers Design St -ad -4o, Inc. 3. Kimley-Horn and Associates, Inc. 4. EDAW, Inc. (ALTERNATE) Section 9. The recorw.endation of the City Manager to app_ove the findings of the selection committee, pursua-c to Request for Proposals, as to the most qualified firms to provide p_ofessional mechanical engineering services for Public Works Category "B" designated projects for 2002 through 2004, listed herein in rank order, are accepted: Louis J Aguirre & Associates, P.A. 2. Johnson, Hernandez Associates Inc. �. Gartek Eng;neering Corporation (ALTERNATE) Section 9. The reco=endation cf the City Manager to approve t -'--.e findings of the select.-,= committee, pursuant to Request for Proposals, as to the most qualified firms to provide prof esstonal structural engineering services for Public Works Category "B" designated prc,;ects for 2002 through 2004, listed herein in rank order, are accepted: 1. San Martin. Associates, Inc. 2. Avart, Inc. 3. EAC Consulting, Inc. Section 10. The recommendation of the City Manager to approve the findings of the selection_ committee, Pursuant to Request fcr Proposals, as to the most qualified firms to provide Page 4 of 7 A 0.0 1 A A eON Ie. prc>>essional surve_ying., and, m.app_nq serti_ es_._.=or,._ .P.�:bi.a.e, _wo ks category "B" designated projects for 2002 through 2004, iiste� here -n in rank order, are accepted: 1. PBS W 2. Fernando Z. Gatell P. L. S,, Inc. 3. Weidener Surveying and Mapping, P. A. 4. Craven.Thompson & Assoc-a:es, Inc. 5. Wi1'iaMs, atfield & Stoner, Inc. 6. Leiter, Perez & associates, Inc. Section 11. The recommendation of the City Manage- to aAprove the findings of the selection committee, pursuant to Request fcr Proposals, as to the most qualified firms to provide professional value analysis and cost estimate services for Public WOZK5 Category "B" designated projects for 2002 through 2004, =is_ed herein in rank order, are accepted: j. A2 Group, Inc. 2. passi 3. Grace & Naeem Uddin (ALTERNATE) Section 12. The recartmerdation of -he City Manager to appr:;ve the i;.ndings of the selection commitree, pursuant to Request for Proposals, a_r to the most qualified firm to provide professicna:: air condi-ionirg services for Pub:.ic Works Category "3" designated prcje:ts for 20C2 th=ough 2004, listed herein is accepted: 1. Grace & Naeem Gddin Sect::on 13. The recommendation of the City Manager to approve the findings of the selection committee, pursuant to Req::est for Proposals, as to the most qualified f=rm to provide Pathe 5 of 7 02- 144 k- c 5cxvice�_ �f ,,,. Public itio_ksCategory designated pro"eo_s for 2002 through 2C04, listed here-4n .s accep ;ed: 1. Gurri Matute, P.A. Section 14. The recommendation of the City Manace: to approve the findings of the se'ection corrsnittee, p.:.rsuan_ t^- Request cRequest for Proposals, as to the most qualified firms to prov_de professional roofing services for Pubic Works Category "3" designated projects for 2002 through 2004, listed herein in rank order, are accepted: 1. Building Diagrost:.cs Assoc` ates, PA 2.=rternationa! Logistics Group Secticn 15-. The City Manager is authorized!' to negotiate and execute Prcfessiona_ Services Agreements, ir. a fC= accep=able to the City Attorney, with eac- firm. in an amount not to exceed t -he amount indicated in Attachment "A" for each specialty for each f'_rm, with funds allocated n=om individual project accounts. ` hr. herein authorization :s rurtrer subject to com ] p;_aace with ail requ:ramen:s that nay be imposec by the City Attorney, '_rclud_nq but not '_inxted to those prescribed by applicable City Cha: er and Code provisions. Page 6 of 7 02_ 144 Resolution sna?:1.,,- .. become.. ..e t ecve . edaately upon :ts adoption and Signat,_,re c- the Mavor. PASSED AND ADO?TED :his 14th dad' of February 2002, Mrl;�NUEL A. DIRZ, MA ATTEST: Syly Scheider ACtir,g City, .glerk App )MK nO VIL TY rs_TORNEY W59`7 5:'-B 01 0 .FOi AND CORRECTNESS : t =1 If _ne Mayor does not sign tris Reselu=ien, it shall become effect:ve a. the and of ten calendar days ;xom the date it was passed and adopted. It t ne Mayor vetoes this Resolution, it stall bacon's effective i.=nediately Upon override o: the veto by the City Coman_ssion. Page 7 of 7 42w- 144 ENGINEERING CONSTRUCTION M,MAGEMENT: 36C0",000 ADA (D: ---ABLE REQUIREMENTS): 5;00,000 iiRCHITECTURAL-ENGINEERING SERVICES (Building & Zoning) S600,000 t?RCHITECTURE: $600,000 ENV_RONMENTAL ENGINEERING: $6CO,000 GENERAL ENGINEERING: S?00,000 IxAhOSCAPE ARCHITECTURE: $400,000 D1EC.%L;N7CA:. ENGINEERING: $200,00C STRUCTURAL ENGINEERING: $200,000 SURVEYING AND MR?PJNG: 4200,0Q0 VALUE ANALYSIS AND COST ESTIMATE: $200,000 AIR CONDITIONING: $200,000 _.FE SAFETY: $200,000 ROOF=NG: $200,000 02- 144 TQTPL P.09 3 ie= 47 CITY CLERICS OF'F I CE J-03-049 1/22/03 0 3 0 8 q RESOLUTION NO. A RESOLUTION OP THE MIAMI CITY COMMISSION AUTHORIZING THE CITY MANAGER'S ENGAGEMENT OF ZYSCOVICH, INC., SELECTED PROM THE LIST Off' PRI -APPROVED ARCHITECTURAL FIRMS APPROVED BY RESOLUTION NO. 02-144, FOR DESIGN DEVELOPMENT, PREPARATION OF BIDDING AND CONSTRUCTION DOCUMENTS, AND CONSTRUCTION ADMINISTRATION CONSULTING SFRVICBS, RELATED TO THE CULTURE COMPONZNT AT (OR ADJACENT TO) THE CARIBBEAN MARKETPLACE AND A MASTER PLAN FOR THE BLACK BOX THEATER IN DISTRICT 5, AT SPECIFIC COSTS TO BE DETERMINED BY (X) THE SCOPE OF SERVICES REQUIRED FOR SAID PROJECT, AND (2) TERMS AND CONDITIONS SET FORTH IN THE AGREEMENT WITH ZYSCOVICH, INC. PURSUANT TO RESOLUTION NO 02-144; AUTHORIZING THE CITY MANAGER TO EXECUTE THE NICESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE; AND ALLOCATING FUNDS, IN AN AMOUNT NOT TO EXCEED $300,000, FOR SERVICES AND EXPENSES INCURRED BY THE CITY FROM CAPITAL IMPROVEMENTS PROGRAM PROJECT NO. 331412. BE IT RESOLVED BY THE COMMISS1014 OF TIDE CITY OF MXAMI, FLORIDA: Section 1, The City Manager's engagement. of Zyecori.ch, Inc., selected from the list of pro -approved architectural firms approved by Resolution No. 02-144, for design development, CITY';'COD�dt8�i0� i�EQ'iIgG =tai, t.r. JAN, ? 3 . Z6D3 Awelwkct lio. $9 1e=,4CITY CLERKS OFF I CE A ff, t t r f :y'v�y e�rfS�'�1✓:t i CV. Ipreparation of bidding and construction documents, and construction administration consulting services, related to the culture component at (or adjacent to) the Caribbean Marketplace and a Master Plan for the Black Box Theater in Dietrict 5, at specific coats to be determined by (1) the scope of aervices required for said project, and (2) terms and conditions set forth in the agreement with Zyscovich, Inc. pursuant to Resolution No. 02-144, with funds, in an amount not to exceed $300,000, allocated for services and expenses incurred by the city from Capital Improvements Program Project No. 331412. Section 2. The City Manager is authorizedil to execute the necessary documents, in a form acceptable to the city Attorney, for said purpose. , I Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor Y J The herein authorization is further subject to compliance with all requirements that may be iiWased by the' city Attorney, including but not limited to those prescribed by applicable city Charter and Code provisions. if the Mayor does not Sign this Resolution, it shall become effective at the end of ten calendar 'days from the date it was passed and adopted. x.f the Mayor'vatass thin Resolution, it shall bacome eftictive maeid* 'hely upoi% override of the veto by the City Commia'sion` Page 2 of 3 03—'089 " pASSEDR'AND ADOPTED thio 2d dil ATTIST (?V19,016sc 41Ljl— A. -TH-014PSON CITY CLERK APPROVED * TTORNEY A 6831:tr:AS:BSS CORRECTUESS-t/ Page' .:3 of So 3 � 089 TOTAL: P Enactment #: R-04-0786 Enactment Date: 12/9/04 Version: 2 Introduced: 11/16/04 Controlling Body: Office of the City Clerk A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY A FOUR-FIFTHS (4/5THS) AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY THAT IT 1S IN THE BEST INTEREST OF THE CITY OF MIAMI ("CITY"), WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES, PROVIDED IN THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, SECTIONS 18-86 AND 18-87 AND UNDER FLORIDA STATUTES 255.20 AND 287.055, APPROVING THE SELECTION OF THE ARCHITECT/ENGINEER AND/OR CONTRACTOR AS STATED HEREIN, RELATING TO CERTAIN PROJECTS FUNDED FROM THE HOMELAND DEFENSE NEIGHBORHOOD IMPROVEMENT BOND PROCEEDS, SPECIFICALLY, GRAPELAND HEIGHTS PARK WATER THEME PARK (B-35828), GRAPELAND HEIGHTS PARK COMMUNITY RECREATION FACILITY AND PARKING (B-30105), GRAPELAND HEIGHTS PARK FIELDS AND SITE DEVELOPMENT (B-60496), JOSE MARTI PARK GYMNASIUM (B-35857), LITTLE HAITI PARK CULTURAL CAMPUS (B-30295) AND LITTLE HAITI PARK SOCCER AND RECREATIONAL FACILITIES (B-38500); AUTHORIZING THE CITY MANAGER TO NEGOTIATE AGREEMENTS BETWEEN THE CITY AND THE FIRMS NAMED HEREIN TO PROVIDE THE REQUIRED DESIGN (ARCHITECTURE AND ENGINEERING), DESIGN -BUILD, AND/OR CONSTRUCTION MANAGEMENT -AT -RISK SERVICES, FOR THE PROJECTS DEFINED HEREIN, AS APPLICABLE PER PROJECT, AND PRESENT SAID AGREEMENTS TO THE CITY COMMISSION FOR REVIEW AND APPROVAL AT A FUTURE DATE. WHEREAS, on August 8, 2002, the City of Miami ("City"), with the prior approval of the voters, issued Limited Ad Valorem Tax Bonds, Series 2002, known as the Homeland Defense Neighborhood Improvement Bonds ("Bonds"), in the aggregate principle amount of $153,186,405.85 as tax-exempt bonds, for the purpose of funding capital improvement projects identified pursuant to Ordinance No. 12137 adopted October 11, 2001; and WHEREAS, projects to be implemented with the included several sizeable projects for improvements at Grapeland Heights Park and Jose Marti Park, and the creation of a new. state-of-the-art park within the Little Haiti community; and WHEREAS, these projects have been further refined, scoped and subsequently programmed into the City's Capital Improvement Program and Multi -Year Plan as: Grapeland Heights Park Water Theme Park (B-35828), Grapeland Heights Park Community Recreation Facility and Parking (B-30105), Grapeland Heights Park Fields & Site Development (B-60496), Jose Marti Park Gymnasium (B-35857), Little Haiti Park Cultural Campus (B-30295), and Little Haiti Park City of Miami Page 1 Printed on 6110./2008 City of Miami City Hall i -,t 3500 Pan American Drive t"'� Miami, FL 33133 # ,? -. i°er°r '�°°rise wwrw.miamigov.com " °° Text File Report File ID: 04-01321 Type: Resolution Status: Passed Enactment #: R-04-0786 Enactment Date: 12/9/04 Version: 2 Introduced: 11/16/04 Controlling Body: Office of the City Clerk A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY A FOUR-FIFTHS (4/5THS) AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY THAT IT 1S IN THE BEST INTEREST OF THE CITY OF MIAMI ("CITY"), WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES, PROVIDED IN THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, SECTIONS 18-86 AND 18-87 AND UNDER FLORIDA STATUTES 255.20 AND 287.055, APPROVING THE SELECTION OF THE ARCHITECT/ENGINEER AND/OR CONTRACTOR AS STATED HEREIN, RELATING TO CERTAIN PROJECTS FUNDED FROM THE HOMELAND DEFENSE NEIGHBORHOOD IMPROVEMENT BOND PROCEEDS, SPECIFICALLY, GRAPELAND HEIGHTS PARK WATER THEME PARK (B-35828), GRAPELAND HEIGHTS PARK COMMUNITY RECREATION FACILITY AND PARKING (B-30105), GRAPELAND HEIGHTS PARK FIELDS AND SITE DEVELOPMENT (B-60496), JOSE MARTI PARK GYMNASIUM (B-35857), LITTLE HAITI PARK CULTURAL CAMPUS (B-30295) AND LITTLE HAITI PARK SOCCER AND RECREATIONAL FACILITIES (B-38500); AUTHORIZING THE CITY MANAGER TO NEGOTIATE AGREEMENTS BETWEEN THE CITY AND THE FIRMS NAMED HEREIN TO PROVIDE THE REQUIRED DESIGN (ARCHITECTURE AND ENGINEERING), DESIGN -BUILD, AND/OR CONSTRUCTION MANAGEMENT -AT -RISK SERVICES, FOR THE PROJECTS DEFINED HEREIN, AS APPLICABLE PER PROJECT, AND PRESENT SAID AGREEMENTS TO THE CITY COMMISSION FOR REVIEW AND APPROVAL AT A FUTURE DATE. WHEREAS, on August 8, 2002, the City of Miami ("City"), with the prior approval of the voters, issued Limited Ad Valorem Tax Bonds, Series 2002, known as the Homeland Defense Neighborhood Improvement Bonds ("Bonds"), in the aggregate principle amount of $153,186,405.85 as tax-exempt bonds, for the purpose of funding capital improvement projects identified pursuant to Ordinance No. 12137 adopted October 11, 2001; and WHEREAS, projects to be implemented with the included several sizeable projects for improvements at Grapeland Heights Park and Jose Marti Park, and the creation of a new. state-of-the-art park within the Little Haiti community; and WHEREAS, these projects have been further refined, scoped and subsequently programmed into the City's Capital Improvement Program and Multi -Year Plan as: Grapeland Heights Park Water Theme Park (B-35828), Grapeland Heights Park Community Recreation Facility and Parking (B-30105), Grapeland Heights Park Fields & Site Development (B-60496), Jose Marti Park Gymnasium (B-35857), Little Haiti Park Cultural Campus (B-30295), and Little Haiti Park City of Miami Page 1 Printed on 6110./2008 and Section 287.055 of Florida Statutes, known as the Consultants Competitive Negotiations Act ("CCNA"), or as Construction Management -at -Risk projects, governed by Section 18-86 of the City Code; and WHEREAS, these delivery methods combine design and construction teams to compress project schedules over traditional design -bid -build scenarios to a one to three-year time frame, improve project integrity, and reduce costs, particularly addressing or eliminating change orders and cost overruns; and WHEREAS, procurement procedures normally utilized to secure these methods also require significant time, from six (6) months to one (1) year, to complete, thereby compounding the delay, further hampering the City's bonding capacity and the delivery of these projects for the benefit of the community; and WHEREAS, the Administration has determined that the most expeditious method of implementing the Grapeland Heights Park projects (B-35828, B-30105 and B-60496), and the Little Haiti Park Soccer and Recreational Facilities project (B-38500) is to use the Design -Build method; and WHEREAS, the Administration recommends that Recreation Design Consultants serve as the prime consultant/contractor for the Grapeland Heights Park projects (B-35828, B-30105, and B-60496) with the design firm of Carzo Castella Caballo Thompson Salman (C3TS) as the subconsultant/engineer; and WHEREAS, the Administration recommends that Recreation Design Consultants serve as the prime consultant/contractor for the Little Haiti Park Soccer and Recreational Facilities (B-38500) with the design firm of Zyscovich Architects as the subconsultant/architect: and WHEREAS, the Administration has determined that the most expeditious method of implementing the Jose Marti Park Gymnasium (B-35857) and Little Haiti Park Cultural Campus (B-30295) projects is to use the Construction Management -at -Risk method, and WHEREAS, the Administration recommends that Pirtle Construction Company, Inc. serve as the contractor, Construction Manager at Risk, for the Jose Marti Park Gymnasium project (B-35857) and that the design firm of Zyscovich Architects serve as the architect for the project under a previously existing agreement dated June 24, 2002 subject to the additional approval of the City Commission requested herein; and WHEREAS, the Administration recommends that Pirtle Construction Company, Inc. serve as the contractor, Construction Manager at Risk, for the Little Haiti Park Cultural Campus (B-30295) project and that the design firm of Zyscovich Architects continue as the architect for the project as approved by Resolution No. 04-0151 adopted March 11, 2004, under its previously existing agreement dated June 24, 2002; and WHEREAS, the Administration has investigated and identified the aforementioned firms as having excellent qualifications uniquely geared to the projects for which they are recommended, substantial records of experience in projects of like size and complexity, and are appropriately licensed; and WHEREAS, the City Manager requests authorization to negotiate appropriate contract terms, conditions and compensation with each Design -Build and Construction Management -at -Risk service provider and return to the City City of Miami Page 2 Printed on 6/10/2008 City of Miami Page 3 Printed on 6/10/2008 Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. (2) City of Miami Page 4 Printed on 6/10/2008