Loading...
212-1999 LTC CITY OF MIAMI BEACH 1700 Convention Center Drive, Miami Beach, F1. 33139 http:\\ci,miami-beach.fl.us Office of the City Manager Telephone (305) 673-7193 Facsimile (305) 673-7782 L.T.C. NO. 212-1999 LETTER TO COMMISSION October 29, 1999 TO: Mayor and Members of the City Commission FROM: Sergio Rodriguez, City Manag# SUBJECT: Colony Theater - Architect Selection Committee On October 6, 1999, the Mayor and City Commission approved a Resolution, authorizing the City to execute a Professional Services Agreement with the State of Florida, Department of Management Services (DMS) for construction management of the Colony Theater, On Tuesday, October 26, 1999, a kick-off meeting was held with the Project Manager and other key representatives from DMS, the Technical Director and Manager of the Colony Theater and the City's Administration to establish contact persons, to discuss project timing/scheduling and to begin selection of an architect and general contractor/construction manager. On November 12, 1999, DMS will initiate the process by advertising a Request for Qualifications for architectural services, Proposals (qualification packages) from interested firms will be due on December 13. The selection process will be performed in accordance with Chapter 60D-2, Florida Administrative Rules, Procedures for Contracting for Professional Services. a summary of which is attached hereto. The short-listing and ranking of proposals will be accomplished by a Selection Committee, to which I intend to appoint the following individuals: Harold Barrand Richard Arcuri Eric Fliss Richard Lundt Paul Lapinksi William Cary or Tom Mooney Brad Judd - Fixed Capital Outlay Projects Manager, DMS - Project Manager, DMS - Technical Director, Colony Theater - Faculty, FJ.U., Dept. of Dance - Asst. General Director, Florida Grand Opera - City of Miami Beach - HP/DRB staff - City of Miami Beach, Property Management Kent Bonde of the Redevelopment Agency will coordinate the Selection Committee process, Please let me know by the close of business on November 5, 1999, if you have any suggested changes or comments regarding the Committee members. It is anticipated that the Committee will short-list and rank proposals by January 7,2000. Ranking criteria will include certain base criteria pre-established by DMS, described in the attached summary, as well as criteria to be established by the Committee, which will include, but not be limited to firms with extensive historic preservation and theater design/construction experience. A final recommendation as to the ranking of the firms, will be presented at the second Commission meeting in January for approval by the Mayor and City Commission, Selection of a general contractor/construction manager will follow a similar process and is anticipated to begin in the first week of February, around the time the architect's contract will be submitted for approval to the Mayor and City Commission, Based upon the estimated/typical time frame to develop a program and design/construction plans and barring any unforeseen circumstances involving structural conditions, regulatory approvals and/or permitting, construction should begin in September, 2000 and be completed in January 2001, SR:C~KOB . , DEPAIITMENT OF MANAGEMENT SERVICES Facilities Development October 1997 SELECTION OF THE DESIGN PROFESSIONAL TABLE OF CONTENTS PaQe I. General ........................................................................ .................................... ..........,." 3 II. Types of Selection A. Continuing Contracts for Minor Projects................. ...................... ................ ..............3 B. Minor Projects.....,...................... ............,.................. ............ ....,............,..,......... ....,..3 C. Major Projects........... ....................... .................................",.............. .......................,3 III. Standard Qualifying Data and Forms A. Standard Forms 254 and 255 ..... ............... ,. .......... .... ...... ..............,... ................. .......4 B. Professional Qualifications Supplement (PQS)..................... ........................ ,............ 4 C. Professional Registration Certificates.......... ... ............. .......,.............. ................. ....".4 D. Corporate Charter Registration... ................. ............ ........................... ........,. ... ..........4 E, Other ........... ..............................,............., ..... ............ ........"........,..... ..........,.............4 IV. Selection Procedures A. Advertisement. ........"... '" ............................. ... ......,.,.. .... ...... .............. ............... .........5 B. Selection Schedule....... .............. .... ,............. ............... ......,..... ............ ........ ... ...........5 C. Certification & Selection Committee ......... ................. ......... ....... ....... ............... ..........5 D. Selection Materials Preparation.... ............... ................... ...... .........,. ... ........ .... .... ... ....5 E. Selection.......... ........... .... ............... ........... ... ..........,.. ........... ...,... ........ ........ ....... .........5 Appendix A- Public Announcement ..,.......,.,.......................................... ,. ......., ................ 9 Appendix B -Professional Qualifications Supplement (PQS) Form DBC5112................ 11 Appendix C - Selection Evaluation Form, ,....,..... ... .....,........ ....... .... ............,......,... ..... 17.5 Appendix D - Location Rating Tables A,B and C ...........................................................18 Appendix E - Workload Rating Table A......,.,....,..........,..".. .................................... ......21 Appendix F - Volume of Agency Work Rating Table A.................................................. 22 Appendix G- Authority to Negotiate Sample Letter .... ......" ........".... ......... ............,.. ......23 Appendix H - Public Announcement of Selection Results..............................................24 Revised December, 1996 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES SELECTION OF THE DESIGN PROFESSIONAL I. GENERAL: The selection of the Design Professional, in connection with the planning, design and construction of a project, will be accomplished in accordance with Administrative Rules, 60D-2.00 I through 60D-2.0 11, Chapter 60D-2, Procedures for Contracting for Professional Services, pursuant to the requirements of Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act). Copies of Chapter 60D-2 and Section 287.055, F.S. are available upon request. II. TYPES OF SELECTIONS: Fixed Capital Outlay projects requiring professional services are categorized into one of three groups A. Continuin2 Contracts: Continuing Contracts are for projects designated by Facilities Development whose basic construction cost does not exceed $500,000 or a planning study activity of which the fee for professional services does not exceed $25,000. Continuing contracts provide for professional services in specific disciplines and for a specific geographic area on a continuing basis, as needed, for one year, renewable yearly for up to two years. B. Minor Proiects: Those specific projects designated by Facilities Development whose basic construction cost is estimated to be no more than $130,000 or a planning or study activity for which the fee for professional services is no more than $20,000. C. Maior Proiects: Those projects whose basic construction cost is estimated to be greater than $130,000 or a planning or study activity of which the fee for professional services exceeds $20,000. Notification and advertisement for each type is accomplished with a public announcement in the "Florida Administrative Weekly" with instructions on how interested firms may apply. Advertisements are also available on the Internet at http://fcn.state.fl.us/dms/dbc/opporl.html NOTE: The "Florida Administrative Weekly" is published weekly by the Department of State, Division of Elections, and is issued each Friday. Material to be published in the Weekly must be submitted no later than Noon on Wednesday the week preceding the publication date. Subscription to this publication may be obtained by writing or calling: Municipal Code Corporation P.O. Box 2235 Tallahassee, Florida 32316-2235 (850) 576-3171 A sample public announcement is shown as Appendix A. However, the instructional section of the public announcement may be subject to change whenever Facilities Development determines this to be appropriate. Permanent files are not maintained for the firms indicating an interest in providing professional services for major projects. Each public announcement states the exact ., .) requirements for providing professional services and the qualification data to be submitted for each. A selection is made from those firms submitting a letter of interest and the required supporting data. III. STANDARD QUALIFYING DATA AND FORMS: The following forms may be required as quali1)ring data for a professional selection: A. Standard Forms 254 and 255: These forms may be obtained from the: U.S. Superintendent of Documents Government Printing Office Washington, D.C. 20401 The State of Florida, Department of Management Services, will not furnish the SF 254 or 255 forms. B. Professional Oualifications Supplement (POS): This form is usually refined and updated from time to time by Facilities Development. The most recent revision is requested and designated in the public announcement. A copy of the Department of Management Services' Professional Qualifications Supplement (PQS), form DBC5112, may be obtained from any Department of Management Services Facilities Development office. North Office: FCO Projects Development, 4050 Esplanade Way, Building 4030, Suite 335, Tallahassee, Florida 32399-0950; (850) 487-2824 or Central Office: 4508 Oak Fair Boulevard, Suite 200, Tampa, Florida 33610, (813) 744-6284; or Northeast Office: 100 SouthPark Boulevard, Suite 308, St. Augustine, Florida 32086, (904) 823-4570. The PQS is shown as Appendix B. C. Professional Registration Certificates: A reproduction of the firm's current professional registration certificate(s) is required for the services offered and must be in the name of the firm offering said services. Firms must be properly registered at the time of application to practice their profession in the State of Florida and with the appropriate State Board governing the services offered. A verification of the current status with the appropriate State Board is made before the recommendation and approval of a firm's selection is finalized. D. Corporate Charter Registration: If the firm offering services is a corporation, it must be properly chartered with the Department of State to operate in Florida and provide a copy of the firm's current Florida Corporate Charter. E. Other: The Facilities Development Project Director may designate other required data for specific projects. 4 IV. SELECTION PROCEDURES: A. Advertisement: The Project Director ensures that the project is properly advertised, B. Selection Schedule: The Project Director will schedule the selection date, time, and arrange for a suitable location. This information is confirmed to all committee members and other appropriate persons. C. Certification and Selection Committee: The Project Director will ensure that the Committee is comprised as required in Administrative Rules 60D-2.004(1) and 60D- 2.005(1 ). D. Selection Materials Preparation: The Project Director will prepare the Selection Evaluation Form, listing each of the applicants, and reviewing each application for completeness and compliance with the instructions stated in the public announcement. The Fixed Capital Outlay Projects Manager's Office will furnish performance ratings to the Committee. A copy of the Selection Evaluation form is at Appendix C. E. Selection: 1. The Project Director will convene the Selection Committee and brief all members on the scope of the project and the services required. The Committee will discuss the requirements of the project. 2. The Selection Committee will review each application 10 depth and rate the applicants in each of the following categories: a. Location: The proximity (highway distance) of the applicant (applicants with multiple offices shall list the office where the work will be performed) in relation to the project will be rated. The Selection Committee shall decide on the proper rating table to be used based on the type, size and complexity of the project. The Selection Committee may adjust the scores indicated by the Table based on additional written commitments by an applicant to place personnel on site or in close proximity to the site during appropriate portions of the design or construction phases or if a firm makes arrangements with a local professional firm for assistance and support where appropriate. The Location Rating Tables are shown at Appendix D. b. Past Performance: The past performance of each applicant and his proposed consultants will be evaluated and a relative rating assigned utilizing the Past Performance Index. Past performance data on file will be considered only for the past five years as of July I of the current year, except in cases where no performance data is on file for the applicant's firm for the past five year period. Members of the Selection Committee may take into consideration their own personal knowledge of a firm's past performance, but this must be documented in the selection file. 5 Applicants whose past performance cannot be determined shall be given an average index rating determined by the Director of Facilities Development. A grading range of 0-20 is used. c. Experience and Ability: The relative experience of all professionals proposed for use on the team in the planning, design and administration of the project, and the abilities and qualifications of the applicant and consultant(s) proposed staff as related to the projects' specific requirements and their ability to accomplish the project. The relative experience and qualification of each applicant's proposed team, with respect to the project scope, will be judged and a relative rating assigned. A grading range of 0-20 is used. d. Current Workload: 100 percent of the fees for current work in design and in construction (exclude fees to consultants), and divide that sum by the number of professional and technical personnel on the staff. When considering firms with more than one office, onlv consider the office where the work is to be performed. This rating is based upon a dollar amount per person within a range of 0-5. Use the Workload Rating Table at Appendix E for the point factor. e. Minority Participation: Certified minority professional design firms are encouraged to offer their consulting services. A certified minority firm will be given two points on the Evaluation Form, and other firms will be given one point for having one or more certified minority technical consultants on their proposed design team. 3. The Selection Committee will determine the type of interview process based upon the following criteria: a. Oral Interviews are required for architectural projects above $1,000,000 in construction costs or of unusual complexity, as determined by the Selection Committee, and engineering projects above $500,000 in construction costs, and studies exceeding $25,000. Proceed to Item 4 below. b. Informal discussions are required for projects not requmng oral interviews as listed in 3a. above. Proceed to Item 6 below. 4. The Selection Committee shall determine the preliminary ratings of the firms under consideration based on the above factors and select three firms with the highest scores to present oral interviews. The Selection Committee may find that they wish to interview more than three; in that case, they are free to do so. a. The Selection Committee will discuss and decide what topics should be covered in oral interviews; that date and time are also determined. 6 b, Request for interview: a formal letter of request will be prepared by the Project Director. The Project Director may advise each firm by phone of the interview schedule and follow up with the formal letter of request. If a program or other project data is to be supplied to the firms, the Project Director will furnish this information to the firms. The letter should also stipulate the topics to be covered in the oral interviews. The Project Director will schedule an available conference room for the Committee and the selected finns. 5. Oral Interviews: Oral Interviews may be conducted in person or by telephone. The Project Director will convene the interview. The Selection Committee will review and assess the previous rating evaluations of each firm and rate each firm in the following categories: a. Understanding of the Program and Proiect Requirements: The understanding that the applicant and his consultants demonstrate as to the requirements and needs of the project, including an evaluation of the thoroughness demonstrated in analyzing and investigating the scope of the project and in preparing for the interviews, Grading range is 0-20 with 10 as average. b. Approach and Method: how the applicant and his consultants' will approach the project and the methods they will use to plan, design and administer the project. Grading range is 0-16 with 8 as average. c. Current Workload: Confirm workload data used on 2(d). d. Volume of Agencv Work: Confirm data supplied by applicant for use later under Section 7(a). 6. Informal Discussions: the Project Director or the Selection Committee shall, as a whole, conduct discussions with the firms on the categories listed in Item 5(a) and (b), confirm Item 2(d) and 7(a), and any other pertinent topic as related to the project with the highest scoring firms prior to establishing the selection priority and recommendation of the top three firms. 7. Determination of Most Qualified Firm: based on the rated factors, the Selection Committee will subtotal the points and determine the top three, most qualified firms to accomplish the work. The following evaluation category will then be applied to establish the selection priority. a.. Volume of Agencv Work: the volume of fees contracted for by the applicant firm (only), deducting the portion of fees paid or to be paid to consultants, on past and current work for the Department of Management Services, will be considered at the following rates as of July I for the period noted. The date of the AlE agreement for services shall determine the applicable period. This shall be for the top-rated firms onlv. 7 (1) (2) (3) (4) (5) From July 1 to current date; For the first year past: For the second year past: F or the third year past: For the fourth year past: 100% of the fee 80% of the fee 60% of the fee 40% of the fee 20% of the fee The total fee considered shall equal the sum of (I) - (5) above. This total of Departmental work divided by the number of registered employees employed by the applicant firm will determine the rating for the firm using the Volume of Agency WorkRating Table in Appendix F 8. Selection Recommendation: Based on the above, the Committee will recommend the three firms most qualified to accomplish the work, in priority order according to the final totals, designating the same on the Selection Evaluation form. The ori!2:inal Selection Evaluation form must be completed and signed by all members of the Selection Committee. The selection approval letter will be prepared for signatures by the Fixed Capital Outlay Projects Manager and the Facilities Development Director indicating concurrence with the Committee's recommendation. An example of the Authority to Negotiate letter is at Appendix G 9. Notification and Advertisement of Selection Results: Upon recelvmg final approval by the Director, the Project Director will forward a copy of the approval letter to the top three firms, the Project Director, Contracts Administrator, Client Agency and other appropriate personnel. An announcement of the AlE selection results is then published in the "Florida Administrative Weekly" see Appendix H. 8 (APPENDIX A) NOTICE TO PROFESSIONAL CONSULTANTS STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES PUBLIC ANNOUNCEMENT FOR PROFESSIONAL SERVICES FOR ARCHITECTURE - ENGINEERING (Date to appear in FA W) Facilities Development announces that professional services are required for the project(s) listed below. Applications are to be sent to : PROJECT NUMBER: PROJECT NAME: PROJECT LOCATION: SERVICES TO BE PROVIDED: (Describe services and project scope) SAMAS CODE: CLIENT AGENCY: CLIENT AGENCY REPRESENTATIVE: DMS PROJECT MANAGER: PHONE NO: RESPONSE DUE DATE: at local time. The results of this selection will be posted at during regular business hours on 9