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