Loading...
2002-24981 Reso .< ./ RESOLUTION NO 2002-24981 , l~ A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS RECEIVED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 11-01/02, FOR PROFESSIONAL DESIGN SERVICES FOR UPGRADE TO THE SOUND AND LIGHTING SYSTEMS FOR THE JACKIE GLEASON THEATER FOR PERFORMING ARTS (TOPA); AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP RANKED FIRM OF PELTON MARCH KINSELLA, INC.; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE TOP-RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND- RANKED FIRM OF ENGINEERING HARMONICS. WHEREAS, the existing theatrical lighting and sound system were installed at the Jackie Gleason Theater for Performing Arts (TOPA) in 1989- 1990; and WHEREAS, the lighting system is obsolete and requires a complete replacement; and WHEREAS, RFP No. 11-01/02 was issued on January 18, 2002 with an opening date of February 15, 2002; and WHEREAS, the City Manager via Letter to Commission (LTC) No. 129- 2002, dated May 22, 2002, which appointed an Evaluation Committee; and WHEREAS, on July 17, 2002, the Committee convened and was provided with the project overview and background information by Doug Tober, Committee Chair, General Manager, SMG.; and WHEREAS, the Committee agreed to schedule Presentations from all four (4) Firms that submitted responsive proposals for August 15, 2002, and the Firms gave 30 minute presentations, which were followed by a 20 minute question and answer session; and WHEREAS, the firm of Pelton Marsh Kinsella (PMK) was deemed to be the top ranked firm based on the experience and qualification of their Firm/Project Team. NOW, THEREFORE, BE IT DULY RESOLVED THAT THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, hereby authorize the City Manager or his designee to accept the recommendation pertaining to the ranking of proposals received pursuant to Request for Proposals (RFP) No. 11- 01/02, for Professional Design Services for Upgrade to the Sound and Lighting Systems for the Jackie Gleason Theater for Performing Arts (TOPA), authorizing the Administration to enter into negotiations with the top-ranked firm of Pelton March Kinsella, Inc., and should the Administration not be able to negotiate an agreement with the top-ranked firm, authorizing the administration to negotiate with the second-ranked firm of Engineering Harmonics. PASSED and ADOPTED this 25th 2002. day of September MAYO ATTEST: ~rp~ CITY CLERK i " ,1( II'f'R(Nf!IJM1O '. FORM.LANCJUMII;'~<"> . FOR E)CE.CU11ON .>: ).~ ~......,,;:..,:":..: '. . . ....,.."c,:~.;...:."!..:".. ",.:.: _ '""9)~l.- CIJ ... CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY m ~ Condensed Title: Accept the Recommendation of the City Manager pertaining to the ranking of Proposals received Pursuant to Request for Proposals (RFP) No. 11-01/02, for Professional Design Services for Upgrade to the Sound and Lighting Systems for the Jackie Gleason Theater for Performing Arts (TOPA); authorizing the Administration to enter into Negotiations with the top-ranked firm of Pelton March Kinsella, Inc., (PMK) and should the Administration not be able to negotiate an Agreement with the top-ranked firm; authorizing the Administration to negotiate with the second-ranked firm of Engineerina Harmonics. Issue: Shall the City Commission accept the City Manager's recommendation to authorize negotiations with the top-ranked firm of PMK and should the Administration not be able to negotiate an Agreement with the top- ranked firm; authorize the Administration to negotiate with the second-ranked firm of Engineering Harmonics. Item Summa IRecommendatlon: Accept the ity Manager's recommendation to authorize negotiations with the top-ranked firm 0 Pelton March Kinsella, Inc. ril 2001 Financial Information: Source of Amount Account Approved Funds: 1 D 2 3 4 Finance Dept. Total City Clerk's Office Legislative Tracking: I Doug Tober DT Assistant City Manager CC City Manager ent Director L\Mlrtha\Commlssion Memos\rfp 11 comm memo\rfp11 sumary.DOC AGENDA ITEM C 7 c.. DATE 9-';s:.o '2- CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.ci.miami-beach.f1.us To: From: Subject: COMMISSION MEMORANDUM Date: September 25, 2002 Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez ~ ..Aa.../' City Manager 0'" y - 0 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS RECEIVED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 11- 01/02, FOR PROFESSIONAL DESIGN SERVICES FOR UPGRADE TO THE SOUND AND LIGHTING SYSTEMS FOR THE JACKIE GLEASON THEATER FOR PERFORMING ARTS (TOPA); AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP- RANKED FIRM OF PELTON MARCH KINSELLA, INC., AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE TOP-RANKED FIRM; AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND-RANKED FIRM OF ENGINEERING HARMONICS. ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ~AL YSll The existing theatrical lighting and sound system were installed at the Jackie Gleason Theater for Performing Arts (TOPA) in 1989-1990. The lighting system is obsolete and requires a complete replacement. Arts Environments Inc. ("The Consultant") was utilized by management in 1999 to provide a recommendation on whether it was feasible to refurbish the present equipment. The Consultant recommended a complete replacement based on the equipment's age, cost, and electrical savings. TOPA's sound system needs to be evaluated by a professional design consultant for upgrades to bring the system to "state-of-the-art" . RFP No. 11-01/02 was issued on January 18,2002 with an opening date of February 15, 2002. Six (6) addendums were issued for this project and a pre-proposal conference to provide information to firms considering submitting a response was held on January 29, 2002. DemandStar by Onvia issued bid notices to seven hundred-eighty seven (787) prospective proposers, resulting in sixty-four (64) proposers requesting RFP packages, which resulted in the receipt of four (4) responsive proposals and one non-responsive proposals. Proposals were received from the following Firms: Commission Memorandum September 25. 2002 Page 2 . Pelton Marsh Kinsella . Engineering Harmonics Inc. . Judson & Partners . Electrosonic System Inc. . Acoustic Dimensions - (non-responsivelfailed to submit required Financial Statements ) The City Manager via Letter to Commission (LTC) No. 129-2002, dated May 22, 2002, which appointed an Evaluation Committee ("the Committee") consisting of the following individuals: . Viviana Alemany, Property Management . Jim Downey, Technical Sound for the Gleason Theater . Doug Tober, Committee Chair, General Manager, SMG . Leon A. Manne, MBCC Capital Oversight Committee . Joe Fontana, MBCC Advisory Board On July 17, 2002, the Committee convened and was provided with the project overview and background information by Doug Tober, Committee Chair, General Manager, SMG. Additionally, the Committee reviewed references provided by the Firms and verified by the Procurement staff. Additionally, they discussed the following RFP evaluation criteria, which were used to evaluate and rank the proposals. A. Experience and qualifications of the proposer as it specifically relates to this project: 20 points. B. Experience and qualification of individuals assigned to this project: 15 points. C. Fees: ~ points. D. References: 10 points E. Methodology and Approach: 15 points F. Financial Capability: 15 points The Committee agreed to schedule Presentations from all four (4) Firms that submitted responsive proposals for August 15, 2002. The Firms gave 30 minute presentations, which was followed by a 20 minute question and answer session. Commission Memorandum September 25, 2002 Page 3 During deliberations, the Committee members discussed their individual ranking of the four Firms and arrived at the following Committee Ranking: Committee Electrosonlc Rank Engineering Rank Judson & Rank Pelton March Rank Members Systems Inc. # Harmonics Inc. # Partners # Kinsella # IIlvIans A1eman'll 75 3 93 2 74 4 98 1 Jim Downev 61 4 88 2 79 3 92 1 ~eon A. Manne 49 3 90 2 47 4 95 1 Joe Fontana 45 4 72 2 50 3 95 1 Doug Tober 30 3 83 1 48 2 83 1 Rankinas 14\ (2) (3) (1) The firm of Pelton Marsh Kinsella (PMK) was deemed to be the top ranked firm based on the experience and qualification of their Firm/Project Team. Pelton Marsh Kinsella (PMK) provides acoustical and theatre consulting inciuding design of systems used for performance and presentations. These consist of sound reinforcement, stage lighting and rigging, audio-video and television broadcast systems. The Company has been in business for 18 years, employs approximately 25 people in three offices (Dallas, Las Vegas & Miami) serving a broad variety of clients and projects inciuding educational facilities, convention centers and convention/casino resorts, sports facilities, performing arts centers, theme parks, corporate headquarters & conference facilities, high-rise buildings and industrial plants. JIIethod91oGV and ADDroach PMK's methodology is characterized as a collaboration of the appropriate specialized consultants assembled to provide functional, high quality, cost effective systems to meet the City's needs. PMK will assimilate the information gathered to this point to develop a preliminary .plan of action." This will inciude indentifying the anticipated team members and creating a preliminary project .Program of Requirement (PORt defining the desired systems and functionality along with preliminary estimates of installed costs. PMK believes that additional architectural work may be needed to accommodate the systems. This will be indentified during the programming stage and PMK will work with Heery International, a PMK architectural/electrical engineering partner, to develop sketches and cost estimates of possible solutions for the City to review. Commission Memorandum September 25, 2002 Page 4 PMK will forward the POR and the cost estimates to the City's designated representatives for review in preparation for a meeting to refine and finalize the project's POR and to get approval of the preliminary budget. This meeting will be scheduled at a time when the theater is not in use to allow another walk-through to resolve any existing conditions issues. PMK will also use this visit to make acoustical measurements needed to continue sound system design development. PMK will use the approved POR to begin the design process for the lighting and audio systems along with any approved architectural and electrical system modifications needed to support the systems. Audio SYStem PMK uses the latest in computer tools to design and evaluate acoustics and audio systems. A 3D computer model of the room is created which PMK can place specific loudspeaker devices. This allows PMK to accurately predict system performance prior to installation. Performance parameters including coverage, maximum loudness, frequency response, direct/reverberant ratios and speech intelligibility will be calculated to assure that the system will meet the design goals. Once the appropriate loudspeaker has been determined, PMK will provide structural, electrical, and cooling requirements to the appropriate consultants on the team to coordinate all aspects of the project. PMK will complete the design of the audio system inciuding amplifiers, signal processing, system wiring requirements, system interfaces and source equipment, etc. PMK will provide design of audio sub systems including: . Facility production communications systems . Backstage area audio paging & monitoring systems . Lobby monitoring and paging systems . Facility hearing assistance systems to meet ADA requirements . Stage monitoring systems . Patio sound system The interface to the existing ERES system will not be modified. .bIablIna SYStem Design of the Lighting System will be provide through PMK partnership with Schuler & Shook, Inc. (S& S). S & S will review the findings and recommendations of the 1999 Theatrical Lighting System Study with the City and PMK will perform an assessment of existing site conditions. From this information, the City, with S & S's assistance will update priorities and recommendations contained in the report and establish any new needs and priorities. S & S will develop construction documents detailing replacement of stage and house dimming and control network. The design will be based on defined priorities and available funding. S & S will coordinate new lighting equipment with existing infrastructure Commission Memorandum September 25, 2002 Page 5 (conduit, power, structure, etc). Existing infrastructure will be utilized, to the extend possible, so that financial resources can be focused on procurement of state-of-the-art lighting equipment rather than on redundant infrastructure. S & S will strive to replace obsolete relay-based control systems with digital control networks where possible. S& S will develop specification for lighting instruments in a manner that will allow the City some latitude in inventory selection in a competitive bid environment. Lobby Video Monitory SYStem PMK will determine video locations and design the video signal source and distribution system. Electrical, cooling, and structural requirement will be calculated and provided to the appropriate team consultants. E;lectrlcal SUDPOrt SYStems PMK will provide electrical system design and engineering (via PMK partnership with Heery International) as needed to support the audio and lighting systems and to add a 400 amp service to the Loading Dock and a 200 amp service to the Rehearsal Hall. All electrical systems drawings and specifications will be issued with appropriate engineers seals. <;en.ral The interface to the existing fire alarm system will be modified. PMK will produce preliminary documents including drawings for all systems diagrams, details, conduit and junction box requirements, and specifications along with the updated installed cost estimates. These will be sent to the City for review and a meeting with the team consultants and other City's representatives will be schedule to discuss any changes to the preliminary documents. Once the preliminary documents have been approved, PMK will produce final bid documents inciuding electrical drawings with appropriate engineer's seals, system diagram and detail drawings, and specifications. The final construction documents and blueprints will be forwarded to the City of Miami Beach Building Department for approval prior to bidding. During the bidding phase, PMK will attend one pre-bid conference to answer any questions and issue an addendum to address any issues raised in the conference. PMK will review the bids received and provide comments to the City to assist in awarding the bid. PMK will provide traditional construction administration services including shop drawing reviews, responding to RFI's construction observations and site visits. Upon substantial completion of the installation, PMK will provide testing and adjustments to the systems and provide a detailed punch-list of items to be corrected or completed. PMK will attend the first use of the system to fine tune and verify system performance under actual use conditions. PMK will provide one additional visit to check that punch-list items have been corrected. I I[ Commission Memorandum September 25, 2002 Page 6 f!:2.Iect Team: . David E. Marsh, PMK - Project Director . Jerrold Stevens, PMK - Project Manager, Audio Designer . Jack P. Hagler, Schuler & Shook - Lighting Designer . Carlos Flores, Heery International- Electrical Engineer . Lan Vingoe, Heery International - Architect Listed below are Similar Projects provided from these Firms: Pelton Marsh Kinsella's Successful Pro~ . The Charles W. Eisemann Center, Richardson, TX. . Van Trease Performing Arts Center, Tulsa, OK . University of Central Arkansas Donald W. Reynolds Performance Hall Conway, AR . Angelina Center for the Arts, Lufkin, TX. . Creekview High School, Carrollton, TX. . Cobb County Civic Center - Jennie T. Anderson Theater Marietta, GA. . Heymann Performing Arts Center, Lafayette, LA. . Rose State College Communication Complex, Midwest City, OK. . Mesa Arts & Entertainment Center, Mesa, AZ. . Forest Lane Academy of Arts & Communication, Richardson, TX. . Palace Theatre, Georgetown, TX. . Saenger Theatre, Biloxi, MS. . Phoenix Symphony Hall, Phoenix, AZ. . Tempe Performing Arts Center, Tempe, AZ. Shuler & Shook, Inc. (S & S) was founded in 1986 and maintains offices in Chicago, Minneapolis, and Dallas-FT. Worth. The Firm currently employ a full-time staff of 32 among the three (3) offices. All offices offer full computer capabilities, including CAD and computer lighting calculations. Theatre consulting experience includes professional and academic facilities that range from 200 seat intimate drama theatres to 3,000 - seat opera houses to 10,000-seat music theatres. Theatre planning services include programming, audience seating and sight lines, front-of-house and back-of-house planning studies, and all theatre support areas. S & S designs and specify all theatre technical systems, including stage lighting, rigging, lifts, orchestra shells, and stage and acoustical curtains. Schuler & Shook . Music and Dance Theatre Chicago, Chicago, Illinois. . Dogwood Center for the Performing Arts, Fremont, Michigan. . Florida Grand Opera, Miami Florida. . Old Town School of Folk Music, Chicago Illinois. Commission Memorandum September 25, 2002 Page 7 Heery International, Inc. was founded as a partnership in 1952 in Atlanta, Georgia since then, the firm has grown into a nationally recognized professional services corporation, employing over 1030 people nationwide and has earned national and international recognition of their design, engineering and management services. Heery has become one of the largest firms providing architectural design in public assembly spaces in the country. Award-winning designs have set industry standards for many project types in both the private and public sectors. Heery's design products consistently meet or exceed their client's objectives and are within the constraints of the ciient's budget and schedule. Heery is consistently rated one of the top 100 interior design firms in the United States, and is recognized for design excellence. Heery's Florida office in Tampa employs 42 staff. These employees inciude registered architects, interior designers, construction managers, and program managers. Heery International, Inc. is certified to practice engineering and architecture in accordance with Florida Statutes 471 and 481 and has proven professional experience in the areas of facilities architectural/engineering. !teerv In~mational . Bucknell University Weis Performing Arts Center, Lewisburg, PA. . Asheville Civic Center, Asheville, NC. PMK Proposal consist of the following: Price Proposal I. BASIC SERVICES - AUDIONIDEO SYSTEMS A. AudioNideo Systems include design of house sound reinforcement systems, stage monitoring systems, backstage monitoring and paging systems, lobby monitoring and paging systems, and lobby video monitor and RF distribution systems. B. Design phase services inciude: 1. Review original RFP, Addendums, and other available information. 2. Produce initial Program of Requirements (POR) 3. Meet with City to review, refine, and finalize POR. a. Make acoustic measurements in theater during this visit. b. Consult with City to establish priorities for renovation. c. Consult with the City regarding control and distribution topography that may be desired. d. Consult with the City regarding equipment appropriate to the project and the budget. Commission Memorandum September 25, 2002 Page 8 4. Monitor estimated cost of construction for systems. 5. Produce Construction Documents for bid and installation of audio video systems. C. Construction Administration phase services include: 1. Participate in a pre-bid conference with bidders. 2. Provide assistance with the evaluation of bidders and their bids. 3. Review the Contractor's shop drawing to ensure compliance with Construction Documents prior to fabrication and installation. 4. Perform periodic site observations to insure Contractor compliance with the Bid Document and the design intent. 5. Prepared punch-lists after the observations, which will be used as a measure of the Contractor's progress. 6. Perform systems testing and inspections to verify system performance. 7. Perform final system optimization (tuning and equalization). 8. At project closeout, issue a status of completion statement as a recommendation of payment to the Contractor for the work performed. 9. Review record drawings and manuals to verify their correctness. D. Construction Documents will be formatted according to the CSI Master Format standard. E. Drawings will be produced utilizing AutoCAD 2000 (or later version). Specification will be produced utilizing Word 2000 (or later version). F. The following Out-of-Office is included in Basic Services. The labor fee for professional services rendered during these trips is included in Compensation for Basic Services. 1. Design/Construction Document Phase....................4 man-trips @ 2 days each 2. Bidding & Negotiation.............1 man-trip @ 2 days each 3. Construction Administration......2 man-trips @ 2 days each Commission Memorandum September 25, 2002 Page 9 II. BASIC SERVICES - THEATRICAL LIGHTING SYSTEMS A. Design phase services include: 1. Review 1999 Theatrical Lighting System Study, original construction documents and other available information. 2. Consult with City to establish priorities for renovations. 3. Consult with the City regarding control and distribution topography that may be desired. 4. Consult with the City regarding equipment appropriate to the project and the budget. 5. Monitor estimated cost of construction for S & S designed systems. 6. Produce Construction documents for bid and installation of stage lighting system. B. Construction Administration phase services inciude: 1. Participate in a pre-bid conference with bidders. 2. Provide assistance with the evaluation of bidder and their bids. 3. Review the Contractor's shop drawings to ensure compliance with Construction Documents prior to fabrication and installation. 4. Perform periodic site observations to insure Contractor compliance with the Bid Documents and the design intent. 5. Prepare punch-On July 17, 2002, the Committee convened and was provided with the project overview and background information by Doug Tober, Committee Chair, General Manager, SMG. list after the observations, which will be used as a measure of the Contractor's progress. 6. At project cioseout, issue a status of completion statement as a recommendation of payment to the Contractor for the work perform. 7. Review record drawings and manuals to verify their correctness. C. Construction Documents will be formatted for direct inclusion with PMK developed "front-end" Contract Documents. D. Drawings will be produce utilizing Auto CAD 2000 (or later version). Specification will be produced utilizing Word 2000 (or later version). E. The following Out-of the office Work is included Basic Services. The labor fee for professional services rendered during these trips is included in Compensation for Basic Services. 1. Design/Construction Document Phase................................3 man-trips @ 1 day each 2. Bidding & Negotiation............................1 man-trip @ 1 day each 3. Construction Administration...................2 man-trips @ 1 day each Commission Memorandum September 25, 2002 Page 10 III. COMPENSATION AND EXPENSES FOR BASIC SERVICES A. Compensation for Basic Services described above will be $99,910 broken down as follows: 1. Sound and Video System....................................... ..$38,590.00 2. Theatrical Lighting Systems................................... ..$41,795.00 3. Supporting Electrical Systems................................ ...$19,525.00 4. Fees will be payable on a monthly basis as the work progresses. 5. Fees are based on the following rate schedule. Principal consultant Senior Consultant Consultant III Contractor II Drafter Secretary Hourly Rates $162.00 $114.00 $81.00 $75.00 $65.00 $55.00 Estimated Hours 36 363 226 198 216 100 B. Mail, courier, photographic reproduction, parking, and out-of-town travel related expenses (airfare, vehicle, lodging and meals) would be utilized on a reimbursable basis. Expenses are payable as they are incurred. Expenses will be billed at 1.1 %. IV. ADDITIONAL SERVICES A. The following services and their related expenses are not included as Basis Services. They will be provided only upon request. 1. Developing audible simulations of audio systems. 2. Design of any changes to acoustics and mechanical systems (for noise control). 3. Architectural services including design and production of related construction documents as may be required to accommodate systems. 4. Design of broadcast system or infrastructure beyond audio and cue communications tie lines and splits. 5. Developing simulations of lighting conditions or network mock-ups. 6. Reviewing shop drawings for systems not designed by PMK and it's partners. 7. Attending meeting or site observations not specifically included in Out-of-Office work for Basic Services. 8. Extensive Technical systems training. Commission Memorandum September2~2002 Page 11 CONCLUSION The Administration recommends that the Mayor and City Commission adopt the attached resolution which accepts the City Manager's recommendation, and authorizes the Administration to enter into negotiations with the top-ranked firm of Pelton Marsh Kinsella Inc., and should the Administration not be able to negotiate an agreement with the top- ranked firm; authorizing the Administration to negotiate with the second-ranked firm of Engineering Harmonics. JMG:CC:DT:GUmpj