20170322 SM1MIAMI BEACH
Gommission Meeting
SUPPLEM ENTAL MATERTAL 1 (312012017)
City Hall, Commission Chambers, 3'd Floor, 1700 Convention Center Drive
March 22,2017
Mayor Philip Levine
Com missioner John Elizabeth Alemdn
Commissioner Ricky Arriola
Commissioner Michael Grieco
Commissioner Joy Malakoff
Com missioner Kristen Rosen Gonzalez
Commissioner Micky Steinberg
City Manager Jimmy L. Morales
City Attorney Raul J. Aguila
City Clerk Rafael E. Granado
Vrsrt us at www.miamibeachfl.gov for agendas and video "streaming" of City Commission Meetings.
ATTENTION ALL LOBBYISTS
Chapter 2, Article Vll, Division 3 of the City Code of Miami Beach entitled "Lobbyists" requires the
registration of alt lobbyists with the City Clerk prior to engaging in any lobbying activity with the City
Commission, any City Board or Committee, or any personnel as defined in the subject Code
sections. Copies of the City Code sections on lobbyists laws are available in the Gity Clerk's office.
Questions regarding the provisions of the Ordinance should be directed to the Office of the City
Attorney.
SUPPLEMENTAL AGENDA
R7 - Resolutions
R7 A 1. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,
FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO AWARD AN
AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2016-090-KB, FOR
DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II SOUTH OF 14
STREET (PHASE il), TO R|C-MAN CONSTRUCTTON FLOR|DA, lNC., WITH THE GUARANTEED
MAXIMUM PRICE (cMP) lN THE AMOUNT OF $13,1 13,590.00; AUTHORIZING A TEN PERCENT
(10%) OWNER'S CONTINGENCY FOR THE PROJECT lN THE AMOUNT OF $1,311,359.00;AND
FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A DESIGN BUILD
AGREEMENT WITH RIC-MAN CONSTRUCTION FLORIDA, INC.
2. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,
FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO AWARD AN
AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2016-091-KB, FOR
DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14
STREET (PHASE il), TO R|C-MAN CONSTRUCTTON FLORIDA, lNC., WrTH THE GUARANTEED
MAXIMUM PRICE (cMP) lN THE AMOUNT OF $30,243,063.00; AUTHORIZING A TEN PERCENT
(1OO/o) OWNER'S CONTINGENCY FOR THE PROJECT IN THE AMOUNT OF $3,024,306.30;AND
FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A DESIGN BUILD
AGREEMENT WITH RIC-MAN CONSTRUCTION FLORIDA, INC.
Public Works/Procurement
Supplemental updated on 312012017
(Memorandum & Resolutions)
1
THIS PAGE INTENTIONALLY LEFT BLANK
2
Resolutions - R7 A
COMMISSION MEIrcRANDUM
Honorable Mayor and Members of the City Commission
Jirnnry L. Morales, City Manager
March 22,2A17
AAIAAAI BEACH
TO:
FROM:
DATE:
SUBJECT: 1. A RESOLUT]ON OF THE MAYOR AND CIry COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY
IUAMGER TO AWARD AN AGREEMEM PURSUANT TO REQUEST FOR
PROPOSALS (RFP) NO. 2016-090-KB, FOR DESIGI\UBUILD SERVICES FOR
WEST AVENUE IMPROVEMENTS PHASE il SOUTH OF 14 STREET (PFIASE il),
TO RIC{UAN CONSTRUCTION FLORIDA, INC., WITH THE GUARANTEED
MAXIMUM PRICE (GMP) lN THE AMOUNT OF $13,113,590.00; AUTHORIZING A
TEN PERCENT (10%) OWNER'S CONTTNGENCY FOR THE PROJECT rN THE
AMOUNT OF $1,311,359.00; AND FURTHER AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE A DESIGN BUILD AGREEMENT WITH RIC.MAN
CONSTRUCTION FLORI DA, INC.
2. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY
I\4AMGER TO AWARD AN AGREEMENT, PURSUANT TO REQUEST FOR
PROPOSALS (RFP) NO. 2016-091-KB, FOR DESTGTVBUTLD SERVTCES FOR
WESTAVENUE IMPROVEMENTS PHASE il NORTH OF 14 STREET (PHASE il),
TO RIC.I\4AN CONSTRUCTION FLORIDA, INC., WITH THE GUARANTEED
MAXIMUM PRICE (GMP) lN THE AMOUNT OF $30,243,063.00;AUTHORIZING A
TEN PERCENT (10%) OWNER'S CONTTNGENCY FOR THE PROJECT tN THE
AMOUNT OF $3,024,306.30; AND FURTHER AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE A DESIGN BUILD AGREEMENT WITH RIC.MAN
CONSTRUCTION FLORI DA, I NC.
RECOMMENDATION
Adopt the resolutions.
ANALYSIS
On March 1, 2017, the City Commission was presented with the City Manager's
recommendation to award an agreement pursuant to Request for Proposals (RFP) No. 2016-
090-KB (ltem R7E) and RFP No. 2016-091-KB (ltem R7F) to Ric-Man Construction Florida,
lnc. (Ric-Man). Commission authorized the Administration to enter into negotiations with the top-
ranked proposer, Ric-man Construction Florida, lnc.; further, should the Administration not be
successful in its negotiations with Ric-man, authorize the Administration to enter into
Page 145 of 168
3
negotiations with the second highest ranked proposer, Lanzo Construction Co., Florida; and
further providing that the final negotiated Guaranteed Maximum Price with the successful
proposer shall be subject to the prior approval of the Mayor and City Commission.
On March 6,2017, city staff met with Ric-Man representatives and successfully negotiated the
price for both contracts as follows:
' RFP No. 2019-090-KB - WestAvenue lmprovements Phase ll - South of 14th
Street, Original GMP of $13,285,990.00 reduced to $13,113,590.00, at a savings of
$172,400.00.
' RFP No. 2019-091-KB - WestAvenue lmprovements Phase ll - North of 14th
Street, Original GMP of $30,850,663.00 reduced to $30,243,063.00, at a savings of
$607,600.00.
The total cost savings is $780,000 for both contracts. The ten percent (10%) owner's
contingency for each contract is $1 ,311 ,359.00 and $3,024,306.30 respectively.
Even though all proposers were qualified to perform the work, the level of detail submitted by
Ric-Man's proposal, indicated that they had performed extensive research pertaining to the
development of the design, harmonization, utility coordination and sequencing of construction,
which showed a clear understanding of most, if not all of the challenges associated with the
project, translating to a better technical approach of work as described in the City's design
criteria. The significant and extensive research conducted by Ric-Man on both projects is
clearly an advantage to the City, as the more knowledgeable the desigr/build firm, the lesser the
risk faced by the City in completing the scope of work for the agreed upon price. ln addition, the
preparation of preliminary design documents was much more advanced which would allow for a
more timely delivery of the project design. We believe that the 1.5% and 2o/o pnce differentials
from the lowest price proposal to the highest ranked proposal are more than offset by the
positive attributes of the highest ranked proposal.
CONCLUSION
1. After successful negotiations, the City Manager recommends that the Mayor and City
Commission approve the resolution authorizing the Administration to execute a Design Build
Agreement Ric-Man Construction, lnc., pursuant to Request for Proposals (RFP) No. 2016-090-
KB for Design/Build Seruices for West Avenue lmprovements Phase ll South of 14 Street
(Phase ll), to Ric-Man Construction, lnc., with the Guaranteed Maximum Price (GMP) in the
amount of $13,113,590.00; and authorizes a ten percent (10%) Owner's Contingency for the
Project in the amount of $1,311,359.00.
2. After successful negotiations, the City Manager recommends that the Mayor and City
Commission approve the resolution authorizing the Administration to execute a Design Build
Agreement Ric-Man Construction, lnc., pursuant to Request for Proposals (RFP) No. 2016-091-
KB for Desigr/Build Services for West Avenue lmprovements Phase ll North of 14 Street
(Phase ll), to Ric-Man Construction, lnc., with the Guaranteed Maximum Price (GMP) in the
amount of $30,243,063.00; and authorizes a ten percent (10%) Owner's Contingency in the
amount of $3,024,306.30.
KEY INTENDED OUTCOMES SUPPORTED
Page 146 of 168
4
Build And Maintain Priority lnfrastructure With FullAccountability
FINANCIAL INFORMATION
The cost of the related services, are subject to funds availability approved through the City's
budgeting process. Grant funds will not be utilized for this project.
Amount 1 $500 $8,361 Account 1
$67,781
30 1 -08't 0-000356-00-4 1 0-522-00-0-00-
261 50 301 -081 0-061 357-00-41 0-522-00-00-
00-261 50 305-08 1 0-06 1 357-00-4 1 0-522-04-
00-00-26150
388-081 0-000356-0041 0-522-00-00-00-
261 50 388-081 0-061 357-0041 0-522-00-00-
00-26150
388-08 1 0-06935 I -00-4 1 0-522-00-00-00-
26150 388-081 0-069357-00-41 0-522-00-00-
00-26150
1 87-96 1 5-000349-30-4 1 0-524-00-00-00-
60197 Future Stornwater Bond Proceeds
Future Water and Sewer Bond Proceeds
Streetscape - Funding to be Determined
Amount 2 $52,000 Account 2
$43,065
Amount 3 $28,800 Account 3
$377,228
Amount 4 $530,000 Account 4
$36,667,342
Amount 5 $18,333,671 Account 5
$6,111,223
Total 62,219,971
Legislative Tracking
Pub I ic Works/Procurement
ATTACHMENTS:
Description
o Resolution 1
o Resolution 2
n RFP 2016-090-KB Phase lEval Scoring and Ranking
o RFP 2016-090-KB Phase ll Eval Scoring and Ranking
n RFP 2016-091-KB Phase I Eval Scoring and Ranking
n RFP 2016-091-KB Phase ll Eval Scoring and Ranking
Page 147 of 168
5
RESOLUTION NO. 2017.
A RESOLUTION OF THE MAYOR AND CITY GOMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA,, ACCEPTING THE RECOMMENDATION OF
THE CITY MANAGER TO AWARD AN AGREEMENT, PURSUANT TO
REQUEST FOR PROPOSALS (RFp) NO.201G090.KB, FOR DESIGN/BUILD
SERVIGES FOR WEST AVENUE IMPROVEMENTS PHASE II SOUTH OF 14
STREET (PHASE il), TO RIC-MAN CONSTRUCTION FLORIDA, tNC., WtrH
THE GUARANTEED MAXIMUM PRIGE (GMP) IN THE AMOUNT OF
$13,1'13,590.00; AUTHORIZING A TEN PERCENT (10%) OWNER'S
CONTINGENCY FOR THE PROJECT IN THE AMOUNT OF $1,311,359.00;
AND FURTHER AUTHORIZING THE MAYOR AND CITY GLERK TO
EXECUTE A DESIGN BUILD AGREEMENT WITH RIC-MAN
CONSTRUCTION FLORIDA, !NC.
WHEREAS, at the March 1, 2017 City Commission rneeting, the City Commission
consider,ed the City Manager's recommendation to award an agreement pursuant to Request for
Proposals (RFP) No. 2016-090-KB{ltem R7E) to Ric-Man Construction Florida, lnc, (Ric-Man),;
and
WHEREAS, at the March 1, 2017 City Commission meeting, the City Commission
a'ccepted the City manager's recommendation, and authorized the Administration to enter into
negotiations with the top-ranked proposer, Ric-man Construction Florida, lnc.; further, should
the Administration not be successful in its negotiations with Ric-man Construction Florida, lnc.,
the City Commission authorized the Administration to enter into negotiations with the second
highest ranked proposer, Lanzo Construction Co., Florida; and further provided that the final
negotiated-Guaranteed Maximum Price ("GMP") with the successful proposer shall be subject to
the prior approval of the Mayor and City Cornmission; and
WHEREAS, on March 6,2017, the Administration met with Ric-Man, to negotiate the
proposed Guaranteed Maximum Price ("GMP"); and
WHEREAS, Ric-Man agreed to reduce its original GMP of $13,285,990.00, to the
revised GMP of $13,1 1 3,590.00, yielding cost savings to the City in the amount of $1 72,400.00;
and
WHEREAS, the City Manager, after successful negotiations, recommends award of the
contract to Ric-Man Construction Florida, lnc., with a-Guaranteed Maximum Price (GMP) in the
amount of $13,1 13,590,00; and
WHEREAS, the City Manager further recommends the establishment of a separate ten
percent (1O%) Owner's Contingency for the Project, in the amount of $1,311,359.00.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE Clry OF MIAMI BEAGH, FLORIDA, that the Mayor and City
Commission of the City of Miami Beach, Florida hereby accept the recommendation of the City
Manager to award an Agreement pursuant to Request for Proposals (RFP) No.2016-090-KB for
Design/Build Services for WestAvenue lmprovements Phase ll South of 14 Street (Phase ll), to
Ric-Man Construction Florida, lnc., with the Guaranteed Maximum Price (GMP) in the amount of
$13,1'13,590.00; authorize a ten percent (10%) Owner's Contingency for the P.roject in the
amount of $1,311,359,00; and further authorize the Mayor and City Clerk to execute a
Page 148 of 168
6
Design/Build Agreement with Ric-Man Construction Florida, lnc.
PASSED AND ADOPTED this day of 2017.
ATTEST:
Philip Levine, Mayor
Rafael Granado, City Clerk
T:\AGENDA\2017\2. February\Procurement Department\RFP 2016-090-KB West Ave South of 14 STU016-090-KB RFP - Design
Build Services for West Ave South of '14 Street (Phase ll)- Reso V2.docx
APPROVEDAS?O
FORM& I-ANGUAGE
&FOR EXECUIION
J-t[-r166Efi4kG.-
Page 149 of 168
7
RESOLUTION NO. 2017-
A RESOLUTION OF THE MAYOR AND CIry COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, ACCEPTING THE REGOMMENDATION OF
THE GITY MANAGER TO AWARD AN AGREEMENT, PURSUANT TO
REQUEST FOR PROPOSALS (RFp) NO.2016.091.KB, FOR DESIGN/BU|LD
SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14
STREET (PHASE il), TO RIC-MAN GONSTRUCTTON FLORIDA, lNC., WITH
THE GUARANTEED MAXIMUM PRICE (GMP) IN THE AMOUNT OF
$30,243,063.00; AUTHORIZING A TEN PERCENT (10%) OWNER'S
CONTINGENCY FOR THE PROJECT IN THE AMOUNT OF $3,024,306.30;
AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE A DESIGN BUILD AGREEMENT WITH RIC.MAN
CONSTRUCTION FLORIDA, INC.
WHEREAS, at the March 1, 2017 City Commission meeting, the Mayor and City
Commission considered the City Manager's recommendation to award an agreement pursuant
to Request for Proposals (RFP) No. 2016-091-KB (ltem R7F) to Ric-Man Construction Florida,
lnc. (Ric-Man); and
WHEREAS, at the March 1, 2017 City Commission meeting, the City Commission
accepted the City Manager's recommendation, and authorized the Administration to enter into
negotiations with the top-ranked proposer, Ric-man Construction Florida, lnc.; further, should
the Administration not be successful in its negotiations with Ric-man Construction Florida, lnc.,
the City Commission authorized the Administration to enter into negotiations with the second
highest ranked proposer, Lanzo Construction Co., Florida; and further provided that the final
negotiated Guaranteed Maximum Price ({GMP") with the successful proposer shall be subject to
the prior approval of the Mayor and City Commission; and
WHEREAS, on March 6, 2017, the Administration met with Ric-Man to negotiate the
proposed GMP; and
WHEREAS, Ric-Man agreed to reduce its original GMP of $30,850,663.00, to the
revised GMP of $30,243,063.00, yielding cost savings to the City in the amount of $607,600,00;
and
WHEREAS, the City Manager, after successful negotiations, recommends award of the
contract to Ric-Man, with a'GMP in the amount of $30,243,063.00; and
WHEREAS, the City Manager further recommends the establishment of a separate ten
percent (10%) Owner's Contingency for the Project in the amount of $3,024,306.30.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE GITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission of the City of Miami Beach, Florida hereby accept the recommendation of the City
Manager to award an agreeme.nt, pur"suant to Request for Proposals (RFP) No. 2016-091-KB
for Design/Build Services for West Avenue lmprovements Phase ll North of 14 Street (Phase ll),
to Ric-Man Construction Florida, lnc., with the Guaranteed Maximum Price (GMP) in the amount
of $30,243,063.00; authorize a ten percent (10Yo) Owner's Contingency in the amount of
$3,024,306.30; and further authorize the Mayor and City Clerk to execute a Deslgn .Build
agreement with Ric-Man Construction Florida, lnc.
Page 150 of 168
8
PASSED AND ADOPTED this
ATTEST:
day of 2017.
Philip Levine, Mayor
Rafael Granado, City Clerk
T:\{GENDA\2017\3 - March\Procurement Department\March 22, 2017\RFP 2016-090 and 091-KB West Ave South and North of 14
ST\2016-091 -KB RFP - Design Build Services for West Ave North of 14 Street (Phase ll)- Resov3 03 10 17.docx
APPRO/ED ASTO
FORM &HNGUAGE
& FOR EXECUTION
fut-.-i-[ tr'tv
Cl$Attorney ifua\6 Date
Page 151 of 168
9
@(0
t
N6
o)o)G(L
.xc
G'd
64I t 6l
uJ
atE-'o
?
o
oF
ro @ a t-
*.r*]
oE
c(Et
$N (e
c
s.E(otoE
oo)o(o cf)@ o
@
ocg
Eat
c{\t (f)
(!'c
.E.o
-ooo(Eafi
(f)t*rot\.t(0 NN
oc
C(E
x.
c!c.)s
B,ed6
rO
co $@ o@ Na
rKw*M#>"\$N\$Wlffif-.)
ix,HEvl#s# .1
s re)lli O.. ja::::Fi:::B::p::::t:i:wti*ffi"#) Xffr{S$EUl(*ffi.ffi'rr&#fi$:'\
ilrffiffi##ffisffi-:l
4.1tr;.*Et*!dtlV#-'|:;gffii
.,il;t d_':;1
: ll*r41: ;*
t'lC{:1,,S&
iH.ffitr'#. ffiflHNffi
co
Eoo
o
oo
E
GJco
ooLq)
co
co
o
oEo
C)
oNCoJ
oC
co
o
PoEo(J
c(E
=Iofr
oc
oco
U)oCo
c'6co
p,=
(uo
10
@(o
o
(f)
ltr)
oo)(E
o_
I
Gc !
dHli N (N (
c.!
c
0c
o N
i
Td
Tc
ot
cF
N 7 ,
_eh
6ioE N o@ o
a
a
Cc
C 6
oo'6too-r
G N
@
No ca
!
:i
c(C N
oE6,2u<?ui
=oE'*
6
I t
6',i.g .!
!co(od
*N NF oo
(
.!
(
o
N
o
c
a{
i
cO
o
b€No
o
cn
,9
fJ
cF 6 Fq
',/.W-* ,,.'
ffiHffi;im:s
&E!-E"m,
HfrX H.ld:ltr;t. {..i
*fl$ *
w
cI
cc
c
cc
!cj
Cc
ce
s
cca
oa
:Ecc
C
=cc
ooco
=of
c
o
oNc6)
s
c
C
!
c
C
c
0
.sa
0
C(
Eo
c
C
sc
c:
EcI
c
(
c
c
c
coo
o5
:E
co
p
6o
C
E!
!
i
c
C
Cn
C
n
oscoE:
coo
ce
.9tr
11
@(o
o
\tro
q)
o)(E
(L
J
oe.
t N (Y
lrj
dE
g
o
FoF
(o lr)(o
F.ffi.4 : 4:4 ''..:4;:.$;;'
oC
-:aC(EE
CO (o N
ce=E
(EtoE
oco o
@
(r)o ro
@
o
.ELc(E
u.
t GI C!
o'-
._c -o-ooo(Ea@
c.)(o u)t\.t(0 $(o
o
=cotr
$N cf)
Ba
dm
O(o o,N c)co @t-
i7,iffi!r
cq)
Eoo
o
o)o
!EoJcoLog
om
c
.o
ofL
ocoo
oNcoJ
d
;o
o
aaEo
C)c(E
=IoE
oe
;coa
Ec(I,,-
'6c(!
lC
oo
12
@(o
o
loro
oo,o(L
J
Gt N
,,,4,
vi
UIl-l'<lu
6lHll-'ellot'<t
6 (t
&:
!*t
c
.s
I(c
it6
iY,
!:?
';;:,
+
:i:::
i;:.
ail.,1
oE
C]
.Ec(r
t
cF
€
E€EctoE c qd @
c
.!
Eqc
c
oo'6too
-lL
(
ts
(
E.!
C(
o
a
6oo
B€,<t
3(r
E'i
6
c(
Gt.g .9ooG€a@
cc o
E
,!
c(
&
fi o
o
o
(
II
r
l
l
oqo
@
@
j
c
c
U,
i
oo o
......- ":
{,.t-,,!.\:. r.: ;l
&u ck";ai
ffiffiffillil
co
Eo
-eo
ooE
.5
Co
oo
o
cc
.!
s
g
cc
Ncj
o
_cqo
I:
coocs
&
iL
fiiu
o
ccc
o
c
0
Ec
0
{
a
c:
c
0
oI
oo
oEo
oo
oNcsJ
c
c
f
c
ocs
rl
13
THIS PAGE INTENTIONALLY LEFT BLANK
14