Loading...
99-23217 RESO RESOLUTION NO. 99-23217 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING ISSUANCE OF A REQUEST FOR QUALIFICATIONS (RFQ) FROM ARCHITECTURAL OR ENGINEERING FIRMS TO PROVIDE PROFESSIONAL SERVICES FOR THE RENOVATION OF THE MIAMI BEACH CONVENTION CENTER AND THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS TO MAKE AVAILABLE ADA-COMPLIANT REST ROOMS, DOORS, RAMPS AND OTHER IMPROVEMENTS. WHEREAS, the City of Miami Beach is desirous of maintaining the Miami Beach Convention Center and the Jackie Gleason Theater of the Performing Arts in a manner to make the facilities usable by all persons; and WHEREAS, on July 6, 1998, the City entered into a Stipulation for Settlement with the Association for Disabled Americans, the Florida Paraplegic Association, Ernst Rosenkrantz, and Daniel Ruiz, agreeing to make improvements to certain City-owned properties including the Miami Beach Convention Center, and the Jackie Gleason Theater of the Performing Arts to make these properties compliant with the requirements of the Americans with Disabilities Act (ADA); and WHEREAS, the Mayor and City Commission reserved funds for the purpose of making the proposed improvements as part of the Capital Projects Plan, approved by Resolution No. 98-22971, on November 4, 1998; and NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH; FLORIDA, that the Mayor and City Commission hereby approve the issuance of a Request for Qualifications (RFQ) from Architectural or Engineering firms to provide professional services for the renovation of the Miami Beach Convention Center and the Jackie Gleason Theater of the Performing Arts to make available ADA- Compliant rest rooms, doors, ramps and other improvements. PASSED AND ADOPTED THIS 23rd day of June ,1999 ~r ~CUrWA- CITY CLERK ~!t MAYOR APPROVED AS TO FORM & lANGUAGE & FOR EXECUTION ATTEST: F:\ WORK\$ALL \CAHIADA \CCADARFQ.RES 1t~-~ CITY OF MIAMI BEACH RFQ NO. (NUMBER) REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL/ENGINEERING SERVICES TO DEVELOP BID DOCUMENTS FOR THE RENOVATION OF THE MIAMI BEACH CONVENTION CENTER AND THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS TO PROVIDE ADA- COMPLIANT RESTROOM FACILITIES, TO PROVIDE NEW ADA-COMPLIANT DOOR HARDWARE, TO REFURBISH ONE LOUNGE AND TWO LOBBIES. RESPONSES ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN 3:00 P.M. AUGUST 6,1999 CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE, THIRD FLOOR MIAMI BEACH, FL 33139 PHONE: (305) 673-7490 FAX: (305) 673-7851 RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 1 T ABLE OF CONTENTS Paf:e I. OVERVIEW AND RESPONSE PROCEDURES 5 II. SCOPE OF SERVICES 10 III. QUALIFICATIONS STATEMENT FORMAT 11 IV. EVALUATION/SELECTION PROCESS; CRITERIA FOR EVALUATION 12 V. GENERAL PROVISIONS 14 VI. SPECIAL TERMS AND CONDITIONS 15 VII. ATTACHMENTS LIST 17 VIII. DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY 18 A TT ACHMENTS 28 RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 2 CITY OF MIAMI BEACH RFQ NO. (NUMBER) Sealed proposals will be received by the City of Miami Beach Procurement Director, 1700 Convention Center Drive, Miami Beach, Florida, 33139, until 3:00 P.M. on August 6,1999 for: THE PROVISION OF ARCHITECTURAL/ENGINEERING SERVICES TO DEVELOP PLANS, SPECIFICATIONS AND CONSTRUCTION DOCUMENTS FOR THE RENOVATION OF THE MIAMI BEACH CONVENTION CENTER AND THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS TO PROVIDE ADA-COMPLIANT RESTROOM FACILITIES, TO PROVIDE NEW ADA-COMPLIANT DOOR HARDWARE, TO REFURBISH ONE LOUNGE AND TWO LOBBIES. At the time, date, and place above, proposals will be publicly opened. Any proposal received after the time and date specified will be returned to the proposer unopened. Proposal documents may be obtained upon request from the Procurement Division, telephone number (305) 673-7490, Bid Clerk. You are hereby advised that this RFQ is subject to the "Cone of Silence," in accordance with Ordinance 99-3164. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on communication with the City's professional staff. The ordinance does not apply to oral communications at pre-bid conferences, if held, oral presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly noticed public meeting, contract negotiations with the staff following the award of an RFP, RFQ, RFLI, or bid by the City Commission, or communications in writing at any time with any city employee, official, or member of the City Commission unless specifically prohibited. A copy of all written communications must be filed with the City Clerk. Violation of these provisions by any particular bidder or proposer shall render any RFP award, RFQ award, RFLI award, or bid award to said bidder or proposer void, and said bidder or proposer shall not be considered for any RFP, RFQ, RFLI or bid for a contract for the provision of goods or services for a period of one year. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 3 The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, and to waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. CITY OF MIAMI BEACH Michael A. Rath, CPPB Procurement Director RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 4 SECTION I - REOUEST FOR OUALIFICATIONS OVERVIEW AND RESPONSE PROCEDURES: A. INTRODUCTIONIBACKGROUND The City desires to enhance the ability of persons with disabilities to access the facilities of the Miami Beach Convention Center and the Jackie Gleason Theater of the Performing Arts. In order to facilitate this goal, the City commissioned the architectural firm ofRJ. Heisenbottle Architects, P.A. to survey both facilities to identify the areas in need of modification in order to comply with the requirements of the Americans with Disabilities Act (ADA). After reviewing the conclusions of the Heisenbottle survey, and the requirements for upgrading and modernizing these properties, the City now wishes to obtain detailed plans, specifications and bid documents to permit the work required to be undertaken as early as possible. (A copy of the survey completed by R.J. Heisenbottle Architects, P.A. is available for review by interested parties at the office of the Procurement Division of the City of Miami Beach by appointment. The Procurement Division may be reached by telephone at 305-673-7490.) This contract will be for the preparation of the documents needed to undertake the work detailed in the Scope of Work and the exhibits attached hereto, in addition, the successful firm will be required to monitor the progress of the construction activities undertaken pursuant to these documents. B. RFQ TIMETABLE The anticipated schedule for this RFQ and contract approval is as follows: RFQ issued June 28,1999 Deadline for receipt of questions July 27,1999 Pre-Qualification Conference Not Applicable Deadline for receipt of responses Fridav. AUfust 6.1999 at 3:00 p.m. Evaluation/Selection process Week of August 9 -13,1999 Projected award date September 13, 1999 Projected contract start date September 20,1999 RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 5 C. QUALIFICATION STATEMENT SUBMISSION An original and ten copies of complete responses must be received by Fridav. Au~ust 6. 1999 at 3:00 p.rn. and will be opened on that day at that time. The original and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside, the respondent's name, address, telephone number, RFQ number, title, and due date. The responsibility for submitting a response to this RFQ to the Procurement Division on or before the stated time and date will be solely and strictly that of the respondent. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occurrence. Responses received after the RFQ due date and time are late and will not be considered. D. PRE-QUALIFICATION CONFERENCE/SITE VISIT None Scheduled. E. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA Requests for additional information or clarifications must be made in writing to the Procurement Director no later than the date specified in the RFQ timetable. In order to expedite the receipt of questions and the issuance of clarification addenda, the proposer may submit questions via facsimile at (305) 673-7851. This has been an accepted practice. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the RFQ. Respondents should not rely on representations, statements, or explanations other than those made in this RFQ or in any addendum to this RFQ. Respondents are required to acknowledge the number of addenda received as part of their responses. The respondent should verify with the Procurement Division prior to submitting a response that all addenda have been received. F. RESPONSE GUARANTY None required. G. MODIFICA TION/WITHDRA W ALS OF SUBMITTALS A respondent may submit a modified response to replace all or any portion of a previously submitted response up until the RFQ due date and time. Modifications received after the RFQ due date and time will not be considered. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 6 Responses shall be irrevocable until contract award unless withdrawn in writing prior to the RFQ due date or after the expiration of one-hundred twenty days from the opening of responses. Letters of withdrawal received after the RFQ due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. H. RFQ POSTPONEMENT/CANCELLATIONIREJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in this RFQ or in the responses received as a result of this RFQ. I. COST INCURRED BY RESPONDENTS All expenses involved with the preparation and submission of responses to the City, or any work performed in connection therewith, shall be the sole responsibility of the respondent(s) and not be reimbursed by the City. J. VENDOR APPLICATION Prospective respondents should register with the City of Miami Beach Procurement Division; this will facilitate their receipt of future notices of solicitations when they are issued. The successful respondent(s) must register prior to award; failure to register will result in the rejection of their response. Potential respondents may contact the Procurement Division at (305) 673-7490 to request an application. Registration requires that a business entity complete a vendor application and submit an annual administrative fee of $20.00. The following documents are required: 1. Vendor registration form 2. Commodity code listing 3. Articles ofIncorporation - Copy of Certification page 4. Copy of Business or Occupational License It is the responsibility of the vendor to inform the City concerning any changes, such as new address, telephone number, and commodities or services which can be provided. K. EXCEPTIONS TO RFQ Respondents must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what alternative is being offered. The City, after completing evaluations, may accept or reject the exceptions. In cases in which exceptions are rejected, the City may require the respondent to furnish the services originally described herein, or RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 7 negotiate an alternative acceptable to the City. L. SUNSHINE LAW Respondents are hereby notified that all information submitted as part of a response to this RFQ will be available for public inspection after opening of responses, in compliance with Chapter 286, Florida Statutes, known as the "Government in the Sunshine Law". M. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussion, or may require respondents to give oral presentations based on their submittals. The City reserves the right to enter into negotiations with the selected respondent, and if the City and the selected respondent cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the next selected respondent. This process may continue until a contract has been executed or all responses have been rejected. No respondent shall have any rights in the subject project or property or against the City arising from such negotiations. N. PROTEST PROCEDURE Respondents that are not selected may protest any recommendations for award by sending a formal protest letter to the Procurement Director, which letter must be received no later than 5 calendar days after award by the City Commission. The Procurement Director will notify the protester of the cost and time necessary for a written reply, and all costs accruing to an award challenge shall be assumed by the protester. Any protests received after 5 calendar days from contract award by the City Commission will not be considered, and the basis or bases for said protest shall be deemed to have been waived by the protester. o. RULES; REGULATIONS; LICENSING REQUIREMENTS Respondents are expected to be familiar with and comply with all Federal, State and local laws, ordinances, codes, and regulations that may in any way affect the services offered, including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all other EEO regulations and guidelines. Ignorance on the part of the respondent will in no way relieve it from responsibility for compliance. P. DEFAULT Failure or refusal of a respondent to execute a contract upon award by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in forfeiture of that portion of any surety required as liquidated damages to the City; where RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 8 surety is not required, such failure may result in a claim for damages by the City and may be grounds for removing the respondent from the City's vendor list. Q. CONFLICT OF INTEREST All respondents must disclose with their response the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, child) who is also an employee ofthe City of Miami Beach. Further, all respondents must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the respondent or any of its affiliates. R. RESPONDENT'S RESPONSIBILITY Before submitting a response, each respondent shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance ofthe contract. Ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful respondent from any obligation to comply with every detail and with all provisions and requirements of the contract documents, nor will it be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the respondent. S. RELATION OF CITY It is the intent of the parties hereto that the successful respondent be legally considered as an independent contractor and that neither the respondent nor the respondent's employees and agents shall, under any circumstances, be considered employees or agents of the City. T. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, sub- contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of36 months from the date of being placed on the convicted vendor list. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 9 SECTION II - SCOPE OF SERVICES The City is seeking the services of Architectural or Engineering firms to provide design services that will produce plans, specifications, construction and installation bid documents for the following: (See Exhibit 1 for details.) 1. The renovation of 48 restroom facilities at the Miami Beach Convention Center, to provide new plumbing, new fixtures, and new finishes resulting in improved, ADA-Compliant toilet facilities. 2. Replacement of door hardware on 462 doors on the west side of the Miami Beach Convention Center, with improved ADA-Compliant hardware. 3. The renovation of24 restrooms and 7 dressing rooms with restrooms at the Jackie Gleason Theater of the Performing Arts (TOPA), to provide new plumbing, new fixtures, and new finishes resulting in improved, ADA-Compliant toilet facilities. 4. Refurbish patron lounge reception area, lower the ticket window on the box office on level 1, adapt the lobbies on level 1 and 2 to ADA requirements, replace the lift in the backstage area, reconstruct the ramp in the Rehearsal Area to meet ADA requirements at TOP A. 5. The architectural! engineering firm selected will be responsible for the administration of the construction contract, including coordinating and monitoring the construction activities and visiting the construction site at periodic intervals to review the progress of the work completed by the construction contractor to determine if the work is being performed in accordance with the terms of the construction contract. 6. Provide detailed construction cost estimates for each phase of the proposed work. NOTE: Both the Miami Beach Convention Center and the Jackie Gleason Theater of the Performing Arts are public facilities with complex schedules of activities being held on a regular basis. All construction activities must be planned and coordinated to be accomplished within the schedule of each facility, to permit them to operate uninterrupted. The construction documents must emphasize this fact, and the construction cost estimate should take into account the need for such scheduling, as well as emphasizing the need for providing for the safety of the public throughout the project. It is the intent of the City to utilize a single contracting firm for the entire project. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 10 SECTION III - OUALIFICATIONS STATEMENT FORMAT Submittals must contain the following documents, each fully completed, and signed as required. Submittals which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed to be non- responsive. Non-responsive submittals will receive no further consideration. A. CONTENTS OF QUALIFICATION STATEMENT 1. Table of Contents The table of contents should outline in sequential order the major areas of the submittal, including enclosures. All pages must be consecutively numbered and correspond to the Table of Contents. 2. Technical Proposal Provide a narrative which addresses the scope of work, the proposed approach to the work, and any other information called for by the RFQ. 3. Price Proposal None required at this time. Fees to be negotiated with top-ranked firm(s). 4. Qualifications The minimum qualification requirements for this RFQ are described below. Respondents must provide documentation which demonstrates their ability to satisfy all of the minimum qualification requirements. Submittals which do not contain such documentation may be deemed non-responsive. 5. Acknowled~ment of Addenda and Respondent Information Forms (Section VIII) 6. Any other document required by this RFQ, such as a Questionnaire or Response Guaranty. B. MINIMUM QUALIFICATION REQUIREMENTS Each firm interested in responding to this Request for Qualifications must provide the following information. Submittals that do not respond completely to all requirements will be considered non- responsive and eliminated from the process. 1. Firm's Experience: Indicate the firm's number of years of experience in providing architectural/engineering services. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH II 2. Project Manager's Experience: Provide a comprehensive summary of the experience and qualifications of the individual(s) who will be selected to serve as the project managers for the City. Individuals must have a minimum of five years' experience in architecture/engineering, and have served as project manager/construction manager on similar projects on a minimum of three previous occaSIOns. 3. Previous Similar Projects: A list of a minimum often similar projects must be submitted. Information should include: * Client Name, address, phone number. * Description of work. * Year the project was completed. * Total cost of fees paid to firm. * Total cost of the construction, estimated and actual. 4. Qualifications of Project Team: List the members of the project team. Provide a list of the personnel to be used on this project and their qualifications. A resume including education, experience, and any other pertinent information shall be included for each team member, including subcontractors to be assigned to this project. SECTION IV - EVALUATION/SELECTION PROCESS The procedure for response evaluation and selection is as follows: 1. Request for Qualifications issued. 2. Receipt of responses. 3. Opening and listing of all responses received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each response in accordance with the requirements of this RFQ. If further information is desired, respondents may be requested to make additional written submissions or oral presentations to the Evaluation Committee. 5. The Evaluation Committee shall recommend to the City Manager the response or responses acceptance of which the Evaluation Committee deems to be in the best interest of the City. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 12 The Evaluation Committee shall base its recommendations on the following factors: Firm's Experience Project Manager's Experience Previous Similar Projects Qualifications of Project Team 6. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission the response or responses acceptance of which the City Manager deems to be in the best interest of the City. 7. The City Commission shall consider the City Manager's recommendation(s) in light of the recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve the City Manager's recommendation(s). The City Commission may reject City Manager's recommendation(s) and select another response or responses. In any case, City Commission shall select the response or responses acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject all responses. 8. Negotiations between the selected respondent and the City Manager shall take place to arrive at a contract. If the City Commission has so directed, the City Manager may proceed to negotiate a contract with a respondent other than the top-ranked respondent if the negotiations with the top-ranked respondent fail to produce a mutually acceptable contract within a reasonable period oftime. 9. A proposed contract or contracts will then be presented to the City Commission for approval, modification and approval, or rejection. 10. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract(s) after the selected respondent(s) has (or have) done so. Important Note: By submitting a response, all respondents shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 13 SECTION V - GENERAL PROVISIONS A. ASSIGNMENT The successful respondent shall not enter into any sub-contract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the City. ' Any unauthorized assignment shall constitute a default by the successful respondent. B. INDEMNIFICATION The successful respondent shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents, from and against any and all actions, claims, liabilities, losses and expenses, including but not limited to attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful respondent, its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful respondent shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs expended by the City in the defense of such claims and losses, including appeals. C. TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful respondent, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful respondent of such termination which shall become effective upon receipt by the successful respondent of the written termination notice. In that event, the City shall compensate the successful respondent in accordance with the Agreement for all services performed by the respondent prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful respondent shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the respondent, and the City may reasonably withhold payments to the successful respondent for the purposes of set-off until such time as the exact amount of damages due the City from the successful respondent is determined. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 14 D. TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful respondent of such termination, which shall become effective thirty (30) days following receipt by respondent of the written termination notice. In that event, all finished or unfinished documents and other materials shall be promptly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful respondent in accordance with the Agreement for all services actually performed by the successful respondent and reasonable direct costs of successful respondent for assembling and delivering to City all documents. Such payments shall be the total extent of the City's liability to the successful respondent upon a termination as provided for in this section. SECTION VI - SPECIAL TERMS AND CONDITIONS A. INSURANCE The successful respondent(s) shall obtain, provide, and maintain during the term of the proposed Agreement the following types and amounts of insurance issued by insurers licensed to sell insurance in the State of Florida and having a B+ VI or higher rating in the latest edition of A.M. Best's Insurance Guide. Any exceptions to these requirements must be approved by the City Manager or designee. 1. Commercial General Liability. A policy including, but not limited to, comprehensive general liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000. Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as additional insured on policy. 2. Professional Liability (Errors and Omissions). Minimum of $500,000 per occurrence. 3. Worker's Compensation. A policy of Worker's Compensation and Employers Liability Insurance in accordance with State worker's compensation laws. Thirty (30) days' written notice of cancellation or substantial modification in insurance coverage must be given to the City by the architect/engineer and its insurance company. Evidence of such insurance shall be submitted to and approved by City prior to commencement of any work or tenancy under the proposed Agreement. F AlLURE TO PROCURE INSURANCE: The successful respondent's failure to procure or maintain the required insurance shall constitute a material breach of the proposed Agreement, giving the City the right to terminate the proposed Agreement. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 15 SECTION VII - A TT ACHMENTS THE FOLLOWING ATTACHMENTS ARE APPENDED TO THIS DOCUMENT. No. Description 1. MIAMI BEACH ORDINANCE 99-6134 "CONE OF SILENCE ORDINANCE" 2. MIAMI BEACH CONVENTION CENTER - AREAS TO BE RENOVATED 3. MIAMI BEACH CONVENTION CENTER -WEST SIDE DOOR AND HARDWARE REPLACEMENT LIST 4. JACKIE GLEASON THEATER - RENOVATION RECOMMENDATIONS RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 16 SECTION VIII - DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY The documents on the following pages are to be completed and returned as part of the qualification package. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 17 RESPONDENT INFORMATION Submitted by: Entity: Signature: Name (Typed): Address: City/State: Telephone: Fax: It is understood and agreed by respondent that the City reserves the right to reject any and all responses, to make awards on all items or any items according to the best interest of the City, and to waive any irregularities in the RFQ or in the responses received as a result of the RFQ. It is also understood and agreed by the respondent that by submitting a response, respondent shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. (Authorized Signature) (Date) (Printed Name) RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 18 REQUEST FOR QUALIFICATIONS NO. (NUMBER) ACKNOWLEDGMENT OF ADDENDA Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFQ: Addendum No.1, Dated Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: No addendum was received in connection with this RFQ. Verified with Procurement staff Name of staff Date Respondent - Name Date (Signature) RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 19 Respondent's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a Corporation. answer this: When Incorporated: In what State: If Foreil:n Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: Members of Board of Directors: RFQ NO.: DATE: NUMBER DATE QUESTIONNAIRE CITY OF MIAMI BEACH 20 Questionnaire (continued) If a Partnership: Date of organization: General or Limited Partnership*: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership 1. Number of years of relevant experience in operating similar business: 2. Have any similar agreements held by respondent for a project similar to the proposed project ever been canceled? Yes ( ) No ( ) If yes, give details on a separate sheet. 3. Has the respondent or any principals of the applicant organization failed to qualify as a responsible bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 21 Ouestionnaire (continued) 4. Has the respondent or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary . 5. Person or persons interested in this Qualification Form (have) (have not) been convicted by a Federal, State, County, or Municipal Court of any violation oflaw, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: B. List all judgments from lawsuits in the last five (5) years: C. List any criminal violations and/or convictions of the respondent and/or any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this response: (If none, so state.) RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 22 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any proposer and/or individuals and entities comprising or representing such proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of proposals. RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 23 The respondent understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the respondent to be true. The undersigned respondent agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the proposer, as may be required by the City Manager. The respondent further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the respondent agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESSES: IF INDIVIDUAL: Signature Signature Print Name Print Name WITNESSES: IF PARTNERSHIP: Signature Print Name of Firm Print Name Address By: Signature (General Partner) (Print Name) (Print Name) WITNESSES: IF CORPORATION: Signature Print Name of Corporation Print Name Address By: President Attest: (CORPORATE SEAL) Secretary RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 24 ATTACHMENT 1 ORDINANCE NO. 99-3164 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA ESTABLISHING A "CONE OF SILENCE" FOR CITY COMPETITIVE BIDDING PROCESSES, BY AMENDING CHAPTER 2 OF THE CODE OF THE CITY OF M I A M I B E A C HEN TIT LEn.. "ADMINISTRATION," BY AMENDING ARTICLE VII THEREOF ENTITLED "STANDARDS OF CONDUCT," BY CREATING DIVISION 4 ENTITLED "PROCUREMENT," BY CREATING SECTION 2-486 ENTITLED "CONE OF SILENCE" BY PROVIDING FOR A DEFINITION, PROCEDURES, AND PENALTIES; PROVIDING FOR REPEALER, SEVERABILITY, INCLUSION IN THE CITY CODE, AND AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission of the City of Miami Beach are desirous of adopting a "Cone of Silence" procedure to protect the professional integrity of the City's competitive bidding process by shielding the City's professional staff; and WHEREAS, the policy proposed herein recognizes the importance of requiring pt:/"sons or businesses who are part of the City's competitive processes to disclose all communications with the City's professional staff; and WHEREAS, communications between elected officials and the City's appointed statT during a competitive bidding process should be in writing so that it becomes a part of the public recurd; and WHEREAS, the proposed policy protects the right.;; of individuals to petition their government and their elected officials; and WHEREAS, the policy proposed herein enhances the spirit of Florida's Governmcnl in the Sunshine Law. NOW, THEREFORE, BE IT ORDAINED BY THE MA YOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH: SECTION 1. Section 2-426, of Division 4 of Article vn of Chapter 2 of the Miami Beach City Code is hereby created to read as follows: Article VII. Standards of Conduct * * * Division 4. Procurement Sec. 2-486. Cone of Silence 1.. Contracts for the provision of goods and services other than audit and I:rHicpcfHlcnt Pri-Jate Sector Ingpeetor. General (IPSIG) contracts. !ill "Cone of Silence" is hereby defined to mean a prohibition on: (a) any communication regardin~ a particular Request for Proposal ("RFP"). Request for Oualifications ("RFO"), Request for Letters ofInterest ("RFLI"). or bid between a potential vendor. service provider. bidder. lobbyist. or consultant and the City's professional staff including. but not limited to. the City Manai:er and his or her staff: and (b) any communication re~arding a particular RFP. RFQ. RFLI. or bid between the Mayor, City Commissioners. or their respective staffs. and any member of the City's professional staff including. but not limited to. the City Manager and his or her staff Notwithstandin~ the forc~oin~. the Cone of Silence shall not apply to competitive processes for the award of CDBG. HOME. SHIP and Surtax Funds administered by the Miami Beach Office of Community Development. and communications with the Citv Attorney and his or her staff. (b) Procedure ill A Cone of Silence shall be imposed upon each RFP. RFQ. RFLI and bid after the advertisement of said RFP. RFO. RFLI. or bid. At the time of imposition of the Cone of Silence. the City Manager or his or her designee shall provide for public notice of the Cone of Silence. The Citv Manager shall include in any public solicitation for goods and services a statement disclosing the requirements of this ordinance. ilil The Cone of Silence shall terminate a) at the time the City Manal!er makes his or her written recommendation as to selection of a 2 particular RFP. RFQ. RFLI. or bid to the City Commission: provided. however. that if the City Commission refers the Manaller's recommendation back to the City Manager or staffior further review. the Cone of Silence shall be reimposed until such time as the Manager makes a subsequent written recommendation. or b}in:the event of contracts for less than $10.000.00. when the City Nianager executes the contract. W Exceptions. The provisions of this ordinance shall not apply to oral communications at pre-bid conferences. oral presentations before sdeetion evaluation committees. contract nc~otiati6n3discussions durin~ any duly noticed public meeting. public presentations made to the City Commissioners during any duly noticed public meeting. contract neliotiationswith City staff fol1owin~theawardofan RFP. RFQ"RFLI. orbid'bythe City Commission, or communications in writing at any time with any City employee. official or member of the City Commission. unless specifically prohibited by the applicable RFP. RFO. RFLI. or bid documents. The bidder or proposer shall file a copy of any written communications with the City Clerk. The City Clerk shall make copies available to any person upon request. 2... Audit ana IPSIC Contracts. Uti "Cone of Silence" is hereby defined to mean a prohibition on: (a) any communications regarding a particular RFP. RFQ. RFLI. or bid between a potential vendor. service provider. bidder. lobbyist. or consultant and the Mayor. City Commissioners or their respective staffs. and any member of the City's professional staff including. but not limited to the City Manager and his or her staff. and (b) any oral communication regarding a particular RFP. RFQ. RFLI. or bid between the Mayor. City Commissioners or their respective staffs and any member of the City's professional staff including. but not limited to. the City Mana~cr and his or her staff. Notwithstanding the foregoing. the Cone of Silence shall not apply to communications with the City Attorney and his or her staff. (hl Except as provided in subsections 2( c) and 2( d) hereof. a Cone of Silence shall be imposed upon each RFP. RFO. RFLI. or bid for audit ana IPSIG services after the advertisement of said RFP. RFQ. RFLI. or bid. At the time of the imposition of the Cone of Silence. the City Manager or his or her designee shall provide for the public notice onhe Cone of Silence, The Cone of Silence shall terminate yv hen the Cit.> Mfll.a:er C,{CCUtC3 ft pttrtiwlar audit or IPSIC centra"t a) at the time the City Manager makes his or her written recommendation as to the selection of a particular RFP. RFQ. RFLI. or bid to the City Commission: provided. however. that if the City Commission refers the Mana~er's recommendation back to the City Mana~eror staff for 3 further review. the Cone of Silence shaUbe-reimposeduntil such time as the Man~er makes a subsequent written recommendation; orb) or in the event of contracts for less than $10.000.00. when the City'Manager executes the contract. W Nothing contained herein shall prohibit any bidder or proposer: (i) from making public presentations at duly noticed pre-bid conferences or before duly noticed selection evaluation committee meetings: (ii) from engaging in contract ncgotitttion3 discussions during any duly noticed public meeting: (iii) fromenga~in~ in contract ne~otiations with City staff following the award of an RFP. RFQ.RFLI. or bid for audit by the City Commission:odiv) from communicating in writing with any City employee or official for purposes of seeking clarification or additional information from the City or respondinc to the City's request for clarification or additional infonnation. subiect to the provisions of the applicable RFP. RFO. RFLI. or bid documents. The bidder or proposer shall file a copy of any written communication with the City Clerk. The Citv Clerk shall make copies available to the general public upon request. @ Nothing contained herein shall prohibit any lobbyist. bidder. proposer. or other person or entity from publicly addressing the City Commissioners during any duly noticed public meeting regarding action on any audit Of ff15fG contract. The City Manager shall include in any public solicitation for auditing al' IPSIC services a statement disclosing the requirements of this ordinance. .:L Violations/Penalties and Procedures. In addition tathc pcnaltit3 prervided in Section ~ An alleged violation of this Section r-486 by a particular bidder or proposer shall subiect said biddel'or proposer to the same;ptocedures seffoitltin Sections 2-457(2) and (3). shall render any RFP award. RFQ award. RFLI award. or bid award to said bidder or proposer voidftble. and said bidder or proposer shall not be considered for any RFP. RFQ. RFLJ or bid for' a contract forthe provision of ~oods or services for a period of onevear. Any person who violates a provision of this ordinance shall be prohibited from serving on a City competitive 3elcctionevaluation committee. In addition to any other penalty provided by law. violation of any provision of this ordinance by a City employee shall subiect said employee to disciplinary action up to and including dismissal. Additionally. any person who has pcrsonal knowledge of a violation of this ordinance shall report such violation to the State Attorney and/or may file a complaint with the Miami-Dade County Ethics Commission. 4 SECTION 2. REPEALER. That all Ordinances or parts of Ordinances in conflict herewith be and the same are hereby repealed. SECTION 3. SEVERABILITY. If any section, subsection, clause or proyision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION 4. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renumbered or relettered to accomplish such intention, and the word "ordinance" may be changed to "section", "article," or other appropriate word. SECTION 5. EFFECTIVE DATE. This Ordinance shall take effect on the 16th day of January ,1999. PASSED and ADOPTED this 6th day of January ,1999. ATTEST: ~ff ~f flU&- MAYOR CITY CLERK APPROVED AS TO FORM & lANGUAGE & FOR EXECUTION ~",XITI Io:n 'kilN IloIlJINN\je,l. 'I 1"lF.'>U _ 1lI1') 1st reading 12/16/98 2nd reading 1/6/99 5 ~.~ ..Ily AHOI"MV y r~9 ~ 1'),7": ATTACHMENT 2 MIAMI BEACH CONVENTION CENTER LOCATION RESTROOM RECOMMENDATION Ground Level I} Registration Area (A) Women No Renovation 2} Registration Area (A) Men No Renovation 3} "A" First Level Concourse Women (Refurbish / New Counters 4} "A" First Level Concourse Men and Re-grout Floors) 5} "A" Hall - North End Women Full Renovation 6} "A" Hall - North End Men Full Renovation 7} "A" Hall- Southeast Comer Women Full Renovation 8} "A" Hall - Southeast Comer Men Full Renovation 9} Registration Area (B) Women No Renovation 10} Registration Area (B) Men No Renovation 11 } "B" South Concourse Women (Refurbish / New Counters 12} "B" South Concourse Men and New Partitions) I3} "B" Hall - South Women Full Renovation I4} "B" Hall - South Men Full Renovation 15} "B" Hall- North End Women Full Renovation 16} "B" Hall- North End Men Full Renovation 17} "C" Lobby - South Wall Women Full Renovation (Unisex) I8} "C" Lobby - South Wall Men Full Renovation 19} "C" Lobby - East Wall Women Full Renovation 20} "C" Lobby - East Wall Men Full Renovation 21 } "C" Lobby - Northeast Wall Women Full Renovation 22} "C" Lobby - Northeast Wall Men Full Renovation 23} "C" Hall - West Wall Women Full Renovation 24} "C" Hall - West Wall Men Full Renovation 25} "C" Hall - South Wall Women Full Renovation 26} "C" Hall - South Wall Men Full Renovation 27} "D" Lobby - North Wall Women Full Renovation (Unisex) 28} "D" Lobby - North Wall Men Full Renovation RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 30 Ground Level 29} "0" Lobby - Northeast Wall Women Full Renovation 30} "0" Lobby - Northeast Wall Men Full Renovation 31} "0" Lobby - Southeast Wall Women Full Renovation 32} "D" Lobby - Southeast Wall Men Full Renovation 33} "D" Hall - West Wall Women Full Renovation 34} "D" Hall - West Wall Men Full Renovation 35} "0" Hall- North Wall Women Full Renovation 36} "0" Hall- North Wall Men Full Renovation Second Level 37} "A" Second Level Women Refurbish I New Counters 38} "A" Second Level Men Refurbish I New Counters 39} "C" Lobby - East Wall Women Full Renovation 40} "C" Lobby - East Wall Men Full Renovation 41 } "B" Second Level Women No Renovation 42} "B" Second Level Men No Renovation 43} "B" Second Level Concourse Women No Renovation 44} "B" Second Level Concourse Men No Renovation 45} "C" Second Level Women Full Renovation 46} "C" Second Level Men Full Renovation 47} "0" Second Level Women Full Renovation 48} "0" Second Level Men Full Renovation 49} "Center" Third Level Skywalk Women Refurbish to ADA 50} "Center" Third Level Skywalk Men Refurbish to ADA 51 } East End Skywalk Men Refurbish 52} East End Skywalk Women Refurbish Convention Center Alarm System Entire Facility Add Strobe Lights to Current System AI B, C, & D Box Offices Lower Window Concession Stand & Restaurant Counters Lower Serving Area RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 31 # of Doors 2 4 2 4 2 2 2 44 16 6 9 2 5 9 5 2 4 6 3 2 5 1 5 6 11 4 34 2 8 3 14 16 20 3 4 RFQ NO.: DATE: ATTACHMENT 3 MIAMI BEACH CONVENTION CENTER WEST SIDE DOOR AND HARDWARE REPLACEMENT Location South end of C Generator / Pump Room Switch gear FPL Southwest Chiller V olume Service America Commissary Volume Service America Commissary C Ballroom Entrance to C Lobby from C123 C First Aid C 1,2,3, and 4 C Electric and C Men's C Lobby south side C127 C Restroom North Side Air Condition Closet C Box Office West Food Court / Electric D Box Office Air Condition Closet D Lobby Restroom South D Storage D Restroom North Side D First Aid D 1,2,3,4 D Studio D Ballroom Southern Bell Phone Fire Pump and Exit Ballroom D Valve Room D Second Floor North End Restroom and Electric Service Corridor NUMBER DATE CITY OF MIAMI BEACH 32 WEST SIDE DOOR AND HARDWARE REPLACEMENT (CONTINUED) # of Doors 9 18 9 9 4 5 4 20 8 7 6 8 9 14 7 1 13 21 1 16 3 Location D241 0239 and Electric Closet 0236 and Maintenance D234 and Maintenance DIce D Center Audio and Visual Service Area from West Concourse 0232 0230 and Electric C228 C227 C224 C222 C219 Restroom 2 nd Level Volume Service America and Exit CEnd C Roof C Fire Area C Lobby A TM DOOR COUNT WEST SIDE 462 RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 33 A TT ACHMENT 4 JACKIE GLEASON THEATER ADA - RENOVATION RECOMMENDATIONS LOCATION Level One 1) Founders Room 2} Founders Room 3} FF Front Lobby Center 4} Front Lobby Center 5} Lobby Northwest 6} Lobby Northwest 7} LO Lobby Southwest 8} LO Lobby Southwest Level Two 9} Lobby Southeast to} Lobby Northeast II} Lobby Northwest 12} Lobby Southwest Level Three 13} Lobby Northeast 14} Lobby Southeast 15} Lobby Northwest 16} Lobby Southwest Backsta2e Level One 17} Musician's Lounge 18} Dressing Room H 19} Dressing Room G 20} Dressing Room F RFQ NO.: DATE: NUMBER DATE RESTROOM RECOMMENDATION Women Men Full Renovation Full Renovation Women Full Renovation (Possible Expansion to Add Stalls) Full Renovation Men Women Full Renovation (Possible Expansion to Add Stalls) Full Renovation Men Women Full Renovation (Possible Expansion to Add Stalls) Full Renovation Men Women Men Full Renovation Full Renovation Women Men Full Renovation Full Renovation Women Men Full Renovation Full Renovation Women Men Full Renovation Full Renovation Women/Men Women/Men No Renovation No Renovation Women/Men Women/Men No Renovation No Renovation CITY OF MIAMI BEACH 34 Jackie Gleason Theater of the Performinl: Arts Renovation Recommendations (Continued) Backsta~e Level One 21 } Dressing Room E 22} Hallway Restroom Women/Men Women/Men Backsta~e Level Two 23} Hallway Restroom 24} Hallway Restroom Women Men 25} Dressing Room A Star 26} Dressing Room B Star 27} Dressing Room C Star 28} Dressing Room D Star Backstage Level Three 29} Dressing Room A 30} Dressing Room B Women/Men Women/Men 31 } Dressing Room C 32} Dressing Room D Women/Men Women/Men Patrons Loun~e Level E Reception Area Box Office Level 1 Box Office Concession/Bar Level 1 &2 Lobbies Ramp Level 1 Rehearsal Room Lift Level 1 Backstage No Renovation Full Renovation (Unisex) Full Renovation Full Renovation Full Renovation (Restroom & Dressing Room) Full Renovation (Restroom & Dressing Room) Full Renovation Restroom & Dressing Room) Full Renovation (Restroom & Dressing Room) No Renovation Renovate to ADA Renovate Sinks, Counters & Tiles Renovate Sinks, Counters, Tub, Tiles Refurbish Lower Ticket Window Adapt to ADA Requirements Adapt to ADA Requirements Replace RFQ NO.: DATE: NUMBER DATE CITY OF MIAMI BEACH 35 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 COMMISSION MEMORANDUM NO. L! 55 -'}4 TO: Mayor Neisen O. Kasdin and Members of the City C mission DATE: June 23, 1999 FROM: Sergio Rodriguez City Manager SUBJECT: A RESOL N OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING ISSUANCE OF A REQUEST FOR QUALIFICATIONS (RFQ) FROM ARCHITECTURAL OR ENGINEERING FIRMS TO PROVIDE PROFESSIONAL SERVICES FOR THE RENOVATION OF THE MIAMI BEACH CONVENTION CENTER AND THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS TO MAKE AVAILABLE ADA-COMPLIANT RESTROOMS, DOORS, RAMPS AND OTHER IMPROVEMENTS. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. FUNDING: Funds are available in the Convention Center Capital Account number: 441.2197.069358. BACKGROUND: On July 6, 1998 the City entered into a Stipulation for Settlement, between the City and the following plaintiffs: Association for Disabled Americans, Inc., the Florida Paraplegic Association, Ernst Rosenkrantz and Daniel Ruiz. This Stipulation requires that, among other properties, both the Miami Beach Convention Center (MBCC) and the Jackie Gleason Theater of the Performing Arts (TaPA) be brought into compliance with the provisions of the Americans with Disabilities Act (ADA) by December of2000. In 1996, the City retained the Architectural firm ofR.J. Heisenbottle Architects, P.A. to conduct a survey of both TOP A and MBCC to identify those areas which were not in compliance with the provisions of the ADA, and to prepare an estimate of the costs of the modifications needed to comply with the ADA. This study may be viewed in the City's Procurement Department during business hours, Monday through Friday of each week. On the basis ofthis study, $3,487,500 of capital funds were allocated for the improvements to be AGENDA ITEM C.lG ~- ~ 3..'1:1 67 DATE undertaken hereunder which are part of the overall Capital Projects Plan, which provided a total of $10,571,000 for capital improvements to MBCC and TapA. This Plan was adopted by the Mayor and City Commission on November 18, 1998, by Resolution No. 98-22971. ANALYSIS: The preliminary estimate of the value of this project is in excess of $500,000, therefore the Administration is required to issue a Request for Qualifications to obtain proposals from interested Architectural/Engineering firms with the requisite qualifications to undertake a project of this scope. The City is seeking the services of Architectural / Engineering firms to provide design services that will produce bid documents for the following: 1. The renovation of 48 restroom facilities at the MBCC, to provide new plumbing, new fixtures, and new finishes resulting in improved, ADA-Compliant toilet facilities. 2. Replacement of door hardware on 462 doors on the west side of the MBCC, with improved ADA-Compliant hardware. 3. The renovation of24 restrooms and 7 dressing rooms with restrooms at TaPA, to provide new plumbing, new fixtures, and new finishes resulting in improved, ADA-Compliant toilet facilities. 4. Refurbish Patron Lounge reception area, lower the ticket window of the box office on level 1, adapt the lobbies on levels 1 and 2 to ADA requirements, replace the lift in the backstage area, reconstruct the ramp in the Rehearsal Area to meet ADA requirements at TaPA. 5. The architectural / engineering firm selected will be responsible for the administration of the construction contract, including coordinating and monitoring the construction activities and visiting the construction site at periodic intervals to review the progress of the work completed by the construction contractor to determine if the work is being performed in accordance with the terms of the construction contract. 6. Provide detailed construction cost estimates for each phase of the proposed work. CONCLUSION: The Administration recommends that the Mayor and City Commission approve the issuance of a Request for Qualifications (RFQ) from Architectural / Engineering firms to provide professional services for the renovation of the Miami Beach Convention Center and the Jackie Gleason Theater of the Performing Arts to make available ADA-Compliant Restrooms, doors, ramps and other improvements. ~\. ,~ ~~~~CAHW)A\!!~/~~Ch/CAH ./ Attachment 68