Loading...
HomeMy WebLinkAboutSummary FormDate: 09/15/2006 AGENDA ITEM SVMMARY FORM FILE ID: U(p- 011, Requesting Department: CIT Department Commission Meeting Date: 10/12/2006 District(s) Impacted: El 02 ®3 04 05 Type: ® Resolution ❑ Ordinance ❑ Emergency Ordinance ❑ Discussion Item ❑ Other Subject: To authorize the City Manager to enter into an agreement with HNTB for the provision of Architectural and Engineering Services for the Orange Bowl Redevelopment, Project B-30153B Purpose of Item: To authorize the City Manager to execute an agreement, in substantially the attached form, with HNTB, the highest ranked firm following a selection process, pursuant to RFQ 05-06-089, issued in accordance with Florida Statute 287.055 and Section 18-87 of the Code of the City of Miami, Florida, as amended. HNTB was determined by an Evaluation Committee to be the most qualified firm to provide architectural and engineering services for the redevelopment of the Orange Bowl. Background Information: On 6/28/06, the City issued a RFQ to select a provider of Architectural/Engineering Services for the Orange Bowl Redevelopment Project. Six proposals were received by the 7/31/06 deadline and all firms made presentations to the Evaluation Committee on 8/16/06. The Committee ranked the firms as follows: (1) HNTB, Inc., with Bermello Ajamil and Partners, Inc., (2) Leo A. Daly, Inc. a joint venture with HEERY, Inc., (3) HOK Sport, Inc., (4) Ellerbe Becket, Inc. with Spillis Candela & Partners, Inc. (5) Ewing Cole, Inc. with Arquitectonica, Inc. and (6) Rodriguez & Quiroga Architects Chartered, Inc. with RTKL Associates, Inc. The Committee's recommendation to enter into negotiations with the highest ranked firm (followed by the 2nd and 3rd ranked firms should negotiations fail with the 1°) was approved by Resolution 06-0491, adopted 9/12/06. The Department was directed to return to the Commission upon completion of negotiations to request approval for the City Manager to execute the agreement. HNTB and the Department have negotiated an agreement establishing a three (3) phased process for the design and construction administration of the project. Continued.... Budget Impact Analysis NO Is this item related to revenue? YES Is this item an expenditure? If so, please identify funding source below. General Account No: Special Revenue Account No: CIP Project No. B-30153B NO Is this item funded by Homeland Defense/Neighborhood Improvement Bonds? Start Up Capital Cost: Maintenance Cost: Total Fiscal Impact: $4,500,000 Final Approvals (SIGN AND DATE) CIP Budget If using or receiving capital funds Grants N/A Risk Management Purchasing N/A Dept. Director Chief /./ (/ J 1 City Manager t Manager: Gary Fabrikant Phase I of the project consists of documenting the existing conditions at the Orange Bowl as record drawings then utilizing these drawing to develop design alternatives, Phase II of the project consists of defining and selecting the scope, programmatic elements of the stadium redevelopment and assisting the City with the selection of a final design through the discussion of alternatives and design refinement. During Phase II critical areas of the renovation will be identified that can proceed at the beginning of 2007 while the design effort continues on the overall project. These critical areas include: repairs and upgrades to structural, electrical, ADA, and code compliance items. Phase III, consists of producing design documents, construction administration and project close-out. Phase I and II pricing is based on a fixed price for each phase and can be clearly delineated. Phase III is based on a percentage of construction cost which is currently identified at $84,000,000. However, additional funding sources are being sought which would increase the total project cost with corresponding increase in value of the design firm's contract based upon a negotiated fee percentage. Fees for Phase III will be directly correlated to the overall construction budget and therefore will not be known until the completion of Phase II. The Department is requesting that the City Manager be granted contract authority in a not to exceed amount of $4,500,000. This amount represents the fee for Phases I and II of the work as well as those items identified above for Phase III to be performed, assuming an $84,000,000 total project budget. As the project progresses and a final design is selected, additional revenue sources may also become available through partnerships, naming rights, bond issuance or other means. As additional funding becomes available for the Orange Bowl Renovation, City Commission approval will be sought to adjust HNTB 's fee for Phase III accordingly. Funding in the amount not to exceed $4,500,000 is allocated from B-30153B. Project Manager: Gary Fabiikant