HomeMy WebLinkAboutMemoCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Joe Arriola
City Manager
DATE: June 29, 2006 FILE:
SUBJECT: Emergency Finding:
RO Architects and Planners, Inc.
FRO . M.. onway, .E. REFERENCES: Fire Station #1 B-60455A
ector
Department of Capital Improvements ENCLOSURES:
BACKGROUND
The City of Miami ("City") and RO Architects and Planners, Inc. ("Consultant") entered into a
Professional Services Agreement on January 4, 2000 for the provision of architectural services
for six phases of work to result in the complete renovation of Fire Station Number 1, located at
144 N.E. 5th Street ( the "Project"). The Consultant completed considerable work on the Project
until the City halted the effort due to a pending sale of the property to Miami Dade College.
The sale did not occur and the facility continues to be highly utilized despite much needed
renovations.
Fire Station No. 1 has 57 permanently assigned Firefighters/Officers who diligently responded to
9,970 Incidents in 2005 alone. The Station's primary response area includes the entirety of
Downtown and the southern Overtown area, giving them responsibility for a significant portion of
the City - a daytime (in commute) population of over 1.2 million.
In addition to providing EMS and Fire Response Service, Fire Station 1 also houses the only
Hazardous Materials Team in the City. This team is trained and equipped to respond to
Chemical and Suspicious Material Releases, including both accidental releases and planned
terrorist attacks.
Other life-saving work performed by Fire Station Number 1 personnel includes extrication of
trapped victims and the Air Truck and Air Program which handles all air tank needs, including:
supply of air and tanks for all City firefighters to use during operations under adverse breathing
conditions such as fires, chemical releases and other hazardous environments.
Fire Station #1 was built in 1960 and has not received any significant renovation to date, leaving
the facility with outdated electrical, plumbing, air conditioning, storage, housing and asbestos
concerns. The conditions of the facility negatively affect the current operational needs of the
Department of Fire and Rescue and impact their ability to serve the public.
In order to expeditiously improve conditions, a competent architectural firm must first be hired to
create the necessary plans, designs, and construction documents from which the Department of
Capital Improvements and Transportation can then issue a request for construction bids.
FINDING
The Department of Capital Improvements and Transportation has determined that further delays
required for the competitive procurement and award of an agreement for the Project jeopardize
the safety of the public who reside in the neighborhoods served by the emergency services
personnel stationed at Fire Station Number 1. Thus it is in the best interest of the public and
appropriately justified to waive the requirements for competitive procurement procedures of the
City of Miami Code Chapter 18 (The Procurement Ordinance) and Florida Statute 287.055
(known as the "Consultants Competitive Negotiations Act" or "CCNA") for the selection of the
Consultant for this Project, and authorize the City Manager to hire RO Architects and Planning,
Inc. as they are familiar with the project.
This will ensure that construction documents are completed quickly followed by the needed
renovations. RO's work will include design, construction document development, value
engineering, and providing construction administration services.
CIT has negotiated a work order proposal with RO Architects and Planners, Inc. for the
continuation of their services on the Project in an amount not to exceed $241,165.61.
As provided in accordance with 18-90 of the Code of the City of Miami, we recommend that the
City Manager affirm and adopt these findings and forward the matter to the City Commission for
its approval. Your signature below will signify your concurrence with the above recommendation
and your assimilation of these findings as your own justification for the waiver of competitive
bids and the selection of the specified firm.
Approved:
cc: Jorge L. Perna
Project File
MHC/MJN
ez, City Attorney