Loading...
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