Loading...
2001-24570 RESO RESOLUTION NO. 2001-24570 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER OR HIS DESIGNEE TO NEGOTIATE A CONTRACT WITH THE FIRST RANKED CONTRACTING FIRM OF REGOSA ENGINEERING, INC., PURSUANT TO REQUEST FOR PROPOSAL (RFP) NO. 21-00/01 FOR THE CONSTRUCTION OF THE NORMANDY PARK AND POOL FACILITY; AND IF NOT SUCCESSFUL, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND RANKED FIRM OF JASCO CONSTRUCTION COMPANY, INe.; MOREOVER, IF THE NEGOTIATIONS ARE SUCCESSFUL, APPROVING AND AUTHORIZING THE MA YOR AND CITY CLERK TO EXECUTE THE AFORESTATED CONTRACT; ADDITIONALLY APPROPRIATING FUNDS, IN THE TOTAL AMOUNT OF $2,553,932, COMPRISED AS FOLLOWS: $35,719(COMPOSED OF $35,557 FROM THE PARK GENERAL OBLIGATION BOND FUND NO. 370, AND $162 FROM THE SAFE NEIGHBORHOOD FUND) TO COVER THE CAPITAL IMPROVEMENT PROJECTS OFFICE MANAGEMENT FEE; $119,060 (COMPOSED OF $83,530 FROM THE PARK GENERAL OBLIGATION BOND FUND NO. 370, $34,995 FROM THE GENERAL OBLIGATION BOND FUND NO.374, AND $535 FROM THE SAFE NEIGHBORHOOD PARKS BOND FUND) FOR PROGRAM MANAGEMENT FEE; $17,947 FROM THE PARK GENERAL OBLIGATION BOND FUND NO. 370 FOR ART IN PUBLIC PLACES; $2,381,206 (COMPOSED OF $2,129,901 FROM THE PARK GENERAL OBLIGATION BOND FUND NO.370, $240,591 FROM THE GENERAL OBLIGATION BOND FUND NO.374, AND $10,714 FROM THE SAFE NEIGHBORHOOD FUND) TO COVER THE COST OF CONSTRUCTION, FURNITURE, FIXTURES AND EQUIPMENT, AND OTHER CONSTRUCTION RELATED EXPENSES FOR THE PROJECT. WHEREAS, the citizens of Miami Beach voted funds from the 1994 Parks General Obligation Bond and the $1999 General Obligation Bond for the improvements of the City's parks. including Normandy Park and Pool; and WHEREAS, in July of 1997, the City entered into an Agreement with the architectural firm of Carr Smith Corradino (The Corradino Group, Inc.) to develop plans and specifications for the improvements of three (3) projects included in the Parks Bond Master Plan, including Normandy Park and Pool; and WHEREAS, the budget available for the construction phase ofthe Normandy Park and Pool is $2,381,206, of which $2,175,000 is earmarked for hard construction, and the remaining balance is scheduled to cover the costs of furniture, fixture and equipment, playground equipment, signage, special inspector fee, other related construction expenses; and WHEREAS, the Project was extensively reviewed by the community during the programming and design phases; and subsequently the construction documents were completed by the City's consultant; and WHEREAS, on September 1, 2000, the Project was initially issued for bids; and on December 5, 2000, bids were received and they significantly exceeded the Project budget; and WHEREAS, as a result, on January 31, 2001, the Mayor and City Commission rejected all bids, and subsequent authorization was given to the Administration to seek new proposals for the construction of the Project; and WHEREAS, prior to the issuance of a new Request for Proposals, City staff and the City's consultant re-packaged the proposals documents to identify the eight (8) principal components of the Project, as follows: pool building, multipurpose courts, site landscaping, soccer field renovation, walkways and entry features, perimeter fencing, lighting, on-street parking improvements; making possible a plan for prioritization and phasing of the Project, as necessary; and WHEREAS, Request for Proposal (RFP) No. 21-00/01 was issued on March 16,2001; on May 17, 200, the following four (4) responsive proposals were received: Regosa Engineering, Inc.; JCI International, Inc.; Carivon Construction Co.; Jasco Construction Co. Inc.; as well as one non-responsive proposal; and WHEREAS, subsequently the Administration established an Evaluation Committee of seven (7) members, composed of City staff and private citizens, to review, evaluate and recommend a contractor to the City Manager; and WHEREAS, on August 15, 2001, the four (4) responsive proposers presented their respective proposals to the Evaluation Committee; and WHEREAS, the Evaluation Committee evaluated the four (4) responsive proposers based on their experience and qualification of the general contractor and sub-contractors; experience and qualification of the pool sub-contractors; price proposal; references of general contractor and pool sub-contractor; and methodology and approach; and WHEREAS, after the presentations, the Evaluation Committee deliberated and ranked the firms in the following order: Regosa Engineering, Inc. was ranked No.1; Jasco Construction Co. Inc. was ranked No.2; JCI International, Inc. was ranked No.3; Carivon Construction Co. was ranked No.4; and WHEREAS, Regosa Engineering, Inc., in addition to receiving a unanimous vote from the Committee, was also considered the best experienced firm, with good past performance in City projects, including the ongoing construction of the Flamingo Pool, which is a similar project; and WHEREAS, all proposals exceeded the Project's available budget for construction of $2,175,000; and WHEREAS, consequently, the Evaluation Committee requested City staff and the City's consultant take the necessary steps to value engineer the Project, with the top ranked contractor; to bring it within budget; and if not successful, recommended to further conduct negotiations with the second ranked contracting firm; and WHEREAS, moreover, during deliberation, the Committee's members understood that the Administration shall also have the option, if necessary, to prioritize and phase the construction of the Project, per components; and the members also concur that the aquatic center was the most important component in terms of prioritization; and WHEREAS, the Committee members understood that, if after negotiations with the top ranked contractors, it is determined by the Administration that the funds currently available will not be sufficient to cover the construction expenses for all the Project's components, the Administration shall have the flexibility to phase the construction of the Project until additional funds are identified and made available to construct the remaining components. NOW, THEREFORE BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and the City Commission approve and authorize the City Manager or his designee to negotiate a contract with the first ranked contracting firm of Regosa Engineering, Inc., pursuant to Request for Proposal (RFP) No. 21-00/01 for the construction of the Normandy Park and Pool facility; and if not successful, authorizing the administration to negotiate with the second ranked firm of Jasco Construction Company, Inc.; moreover, if the negotiations are successful, approve and authorize the Mayor and City Clerk to execute the aforestated contract; additionally appropriate funds, in the total amount of $2,553,932, comprised as follows: $35,719(composed of $35,557 from the Park General Obligation Bond Fund No. 370, and $162 from the Safe Neighborhood Fund) to cover the Capital Improvement Projects Office Management fee; $119,060 (composed of $83,530 from the Park General Obligation Bond Fund No. 370, $34,995 from the General Obligation Bond Fund No.374, and $535 from the Safe Neighborhood Parks Bond Fund) for Program Management fee; $17,947 from the Park General obligation Bond Fund No. 370 for Art in Public Places; $2,381,206 (composed of $2,129,901 from the Park General Obligation Bond Fund No.370, $240,591 from the General Obligation Bond Fund no.374, and $10,714 from the Safe Neighborhood Fund) to cover the cost of construction, furniture, fixtures and equipment, and other construction related expenses for the Project. PASSED AND ADOPTED this 5th day of Sept., 2001. #t MAYOR ATTEST: ~d' ~~ APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION CITY CLERK gr~( Cr-- Date F;\WORINALL\MAGMID.GOBOND\NORFPRES.WPD >~C-4 r:r "t:I . "t:I . "t:I . "t:I . ::r "t:I . .. ::l:~S::: '-<: 8 .... 8 8 ~ 8 .. ~~O n 0 t"' <: <: <: <: -. <: _. ()~::<l 0 s.: s.: s.: s.: () -. '" ~ g; go ... ~~n " " " ;J> " ;J> ;J>;J> '" ;J> " S' ~ So !H~ " (JQ~ [ ~ ;J>~ S'~ .... a >: ~ .o~ o ~ 'O'O~;J> '" ~ () ;J> ~~ g;~;J>Q. 1i [ -. 7'";J> 60 " - ::s - 0 1f (tl......._c.. - - ~ - " - t;;'"~.......> gtl:l tI'l " " " x " " " " 0,,-- ::s () 8 8 '" 8 () 8 '" 8 - aQ i'I" _. ... " o '" '0 ~ -~ ~ '" '" .. zt"' .... ::s - :0-. g-" ~~ (JQ <: " n' " '0 " " " = '-<: " 'lto i'I"'lto 0 'lto a. 'lto _ 'lto 10 !~ [JJ Vl Vl ~.;. 0 w ~N C1Q -;- - '0 o' - r: " (t> :0-. 0 ~ () ::s ::s ::s ::s ~s::: [ ~. () <n' '0 ~ " ::r _. s- o 1t '" g; _. 2.- - ::s .?' tI'l ~ - ~ " EB - - () (;. " i ::s ~ 0 '" () r> g 0 i'I" _. .... ...., ::s ~ ~ '" - ~ " 0 _. ~ " '0 ~. '" 0 s.: (;. 0 0 .... q' .... ...., '" '" 0 () 8- 3 ~ 5- 0 ::s 0 '0 tl:I () ~. a. " ~ .... ::J. - ~. 5- 0 r; .... '" :0-. :0-. 0 - r; a. ::s ::; 0 .... _. '" () '" '" 0 ::r P" S' 0 ...., ~ ~ - '0 _. !l ~ _. " a '" 0 tI'l " ...., .... "t:I o' '" 0 .... [ '" '" g; '" ~. ~ S> ::'l () " - 0 8- " .... ...., '" '0 '-<: 0 (JQ 1t - ?'- e; 3 '" 8" g- o g: .... '" 8: 8- ::s ~. (JQ ::; ::s ~ ~ " ~ " [JJ '0 '0 ~ " () _. ~ :0-. () ~ ~ _. r:r 0 '-<: 5l (l '0 3 8 0 <: <: s.: ~ " - ~ " + "t:I ...., "t:I ...., n tl:I t:i ;J>8 sa. .... 0 0 '" .. 0 !il. a '" '" ~'O eo. '0 " to " 0 0 _. ., 8 '" tl:I '" tl:I ::s "t:I _. eo. (JQ 8 'Cl '" eo. '" '" " ... - '" '" ::s '0 -. " " " 0 '" () 0 * '-<: '" = * eo. " .. IJQ 0 '" 10 l"'J = IJQ :j' .. V> V> V> .. w N N ., V> -. '0 00 N V, = --l Vl Vl \C t!'l N '" \C --l ... ':...J ':...J ':...J '0 = 0 0 0 0 l" 0 0 0 0 ... n ... ... = ... .. ., = 10 ... -. 0 = V> V> V> 10 w N V> N ::- - '-c N ':...J ... .;. \C --l N = '" .\C N '" l" '-c - '" v, Vl \C Vl .;. N .;. .;. 0 r"l 10 ., -. <: 0 = r"l 0 = '" ... V> V> V> ;;! W w N to V> ... 't..> - N '-c -. 0 --l \C \C 0 = 0 \C 0 00 00 00 00 '-c r"l --l --l \C --l ? --l --l 00 \C ... 10 '" to 0 r"l 0 = '" ... ., = to ... -. 0 V> = W V> n V> ~ W V> f w 00 - w ':...J \C --l - ... '" 00 N --l = w w Vl N l" 't..> .;. --l V, 00 :...., :...., --l .;. 0 0 --l l"'J ~ ... I:l:I ... .., ~ Ii ~ &~ I i ttN~~G<=~ ;Ui.~ Hn.. In I J ~ i l I I I f ~ : p ~ !>> :"" i I r I i i ~ i t f i i i .................. ..... ..... ......... .................... ill 111:1: :"m,:;::: -;:.:::':'.::::;: :.;.:.:<.:~.: ........ ...... ........... ....... .... -.... ........ ...... ....... .-..-, ".".:.:...; :.<:-;:~>:: ':'.<',':<' .;.....:.,,< ::::w::r.;.:.;.;.'" li;l; .,.,,<<-:-: il }W~::~ :::';',::;",' lll1l lit ::~::~:::;: WC.,~--.afDe:~:a. <>> <>> :..., :..., '" '" ... o e CD ~ C>> ~ .. ~ ~ ~ CD CD CD ~ ~ ,.. ~ ~ (It ..... c>> CD CD e ~ ..... i .. ~ ..... ..... ..... ..... ..... ..... :..., (,,) w W w w ..... ..... ..... ..... w :..., :.... :..., ~ ~ ~ ~ ~ ~ ~ ~ nnn o j ~ I f i J r! I .:<.:.:.;.;." :.}:,:. 11 :::::':::::'" e: e (D ., CD fD ~ CD ..... ~ at CIt :: ~ CD ~ ~ ~ w w 0.. ~ ~ <>> co '" ~ ~ ~ ~ <>> CD ~ ~ ~ ~ ~ ~ ~ CD '" '" '" ~ ... ! io ill ... '" ... '" ill '" '" CD ... '" .% it 0 ~.. .. .. .. <>> <>> ~ '" .. ~ ... ~ .. <>> <>> <>> ~ ... ... ~ ... ~ ... ~ ... <>> u ... ... ... ill ... ... ... '" '" '" i 1 ~ ~ ~ ~ ~ ~ il .. . <>> CD ... CD <>> <>> <>> ~ - CD CD CD ... ... <>> '" <>> <>> ... '" ill '" .. 0 ill ill '" .. .. ... .. ~ ~ ~.. .. ~ ~ <>> ~ ~ <>> ... ~ ... <>> ~ ~ ~ ~ ~ ~ .. ... .. <>> .. .. u ... ill ... <>> ... ... '" '" '" '" '" .% i I.. ~ CD '" '" '" '" '" '" ... '" '" CD <>> ~ CD <>> <>> <>> <>> <>> <>> <>> CD .. <>> ~ ... ... ... ~ ... ... ... ... ... ... '" ... .. '" '" (') o ~ i: ii' a - m CD I>> n ::T '.','....................,.....1......:. 1.llil Ii z o .., cn3 c S>> 3 = 3CL 1>>'< -<"lJ ;:uS>> I>> .., ct.~ ="lJ ceo ;:UO CD - '8'" ::l~ -. - ~ II I h l I l I if II f 111= 'J 1. 3. v.. Far ~ 3 8 8 8 10 10 10 8 e e 7 e ~ e. 9. ZIro o...ctIQ e 8 8 8 8 8 10 10 e e 7 9 14. 15. OwnerT T_,. Comments IA 7.J ... BlggooI *-'llIh . EldrwnoIy good II _ ~ 1"''''_ -'dng_1I1e ~_' ~ of budgIIl Producea oquIpnorL n.y quoay -. good _.. ...._ III11e punch .... ~.. pRIjIct on _.,....por1Ioe __ w...'M'f otll1e_ ,-_them_ _. wI.......lo ... them. 8 7 8 7 7 8 8 7.' Gnol.IgII..... quoayot_ N.__ ..__ w. '- hid.. ,-""'" themrorll1e .....10~. WII .........10 wuk _them. 18. ....conolructio 18. ....conolructio 20. And Record 7 8 8 9 9 8 9 10 10 10 9 9 10 10 21. 22. ClIlme - RlIIOn_.... And TimeIi.... 23. c_ ~ Proceso Copyright C 2000 ratlngsource.com. Inc. All rights reserved. I i f f I ;i J~M ~~il:~~;;, .) ~~~:~: .:.~ ~ '. :> ....".:. :c;m~ I{I j~%:~~ ~ "CfD~"""lD~~e:Gt N.:..~:~jjjj ..~...,......~~~~~~ ~ J..i:......GlUI:~~i~ it o 1..;011'11' i -...... f ~ '" CD .. ~. ill :." '" ill CD CD j e CD j '" j j f: CD r> ~ l"i:J~: I .... . j ~ . i _1I1i!~ ~ ~ CD e C>> CD ...... GI ...... .... ..., .... w :...., :..., :...., ~ : ::: .... ~ i e GI j at ~ 0 ,.. !!! ,.. II' W )Ii c.t at f I ~ii~'-f i i I i ~ i I I f I 'It~1 ;=.'*:,; .. "", ',.. ,'~"-'~< ~ . " ~t~tf i~i~~[~ ~f@~~: i~t ':;~~ <<~ ;~W,:~:. o e CD ~ at ~ CD CD : ~ ~ ~ ~ i;: ~ ~ ;;: ~ j ~ '" j j j at CII i:: .... ~ ~ J : : j j '" j j i i i i fll!P I ~ f i trp ~~:'-<1' ..<< ,. ~< ~~ , .."' ':: ~ ;. , I!~if ~%f; ~::ii< ~@~ L~ <, ~eGlfDC>>C11 .... C>> ..... ..... CD u. en u. en '" C>> ......:"'1 ............ ;.", .... C>> Co. W W G e G C>> :::: ..... ~ j .... ~ .. l" .. ~ ~ C ., c : = .. f: <<>> ~ ~ o So ~ iii' :I - OJ CD . n :7 ~ ,." ,~ ~ .? ::;; ~ ~ ,. " ::~ :;' ,~L ~" II z 0 03 C t>> !l :I ~ I 2~ ~'t ::at>> . '" h ='" :s 't COo ::a 0 CD - "8" l ~p: f - - - .:< l I If II 5. Qood NrtJ 0el:l0I0n 10 8 8 8 8 NlA 8 8 7 II II 8 8 10 10 II 3. ".. F<< DaIIra 4.Cv....A..JI To Do WhrIiIaw . T... a lI.z.o 10.-.ct_ 11.llldl.d FIIId - P......... NlA NlA 10 10 NlA NlA 8 8 NlA NlA 10 10 NlA NlA 10 10 15. OWnorT Pr: ~ II ;ftltlflW& .' ..._-....... 10 8 7 NlA NlA 8 NlA NlA 10 8 9 NlA 10 II NlA NlA 13. 14. T..., MIl....... To~_ 18.~ Slle CIMI..-o.__ m!J&11E ........~~*"'~ Rp"-pon"ll)rlify & r,,1,tn,IC)!'TTll'nl Record 17. ~Coot jglj!Ql!@ 5 NlA II 10 wUN.~.'"_,_,,W""N._. 18.~ ConIroI -- mfl!:!ltiffit 8 8 10 NlA """"."""'" 111.~ "...W.- n........ NlA NlA NlA NlA .......w.. ....u....... "UN",U W.W.", ::~:::::;;::,':':,,... :'f.:::::::::;:,: 2O._Coot....~ &}[[.,1\j;[; NlA NlA NlA NlA """"Ij""""" 21.~ NrtJ R_ ....-.>;.-.....;.' '"'-"'-'-''-' 8 8 10 10 ".WN.. - ......."U.. -x~?;:b~..:~..::~d% 22. CloinI- R___And~ ~"t"mN; 5 NlA 10 NlA 23. CIooeOW_ :fiSimfi 8 NlA 10 II 204.p~ ,,,. AJIM I[~;i 7 NlA II 10 TotIIA_ ... 1.1 ... '.1 ... Comments w. .. Wl'f hippy TIlly.. ..... BilIgoIlIlrlnQlh II BilIgoIlIlrlnQlh II willi tho_1hIy pIIyIrI-- _ pIl'IOI~ ond l"* plIIIdmIy end did. TIlly.. Wl'f __ TIlly ~ IocoI end ~g...""'I~ =~ "Wl'f ..-. _. TIlI_ tIaIow up. A light Rope In tho oIIIco ...... In ccUI...--. El~II. ~...~....... -....."'.... Wl'fgood ~wIIII r.v- .-r- -,~.,. ~-.... Copyright C 2000 ratlngsource.com. Inc. All rights reserved. CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 TO: FROM: SUBJECT: COMMISSION MEMORANDUM, DATE: September 5, 2001 Mayor Neisen O. Kasdin and Members of the City Commission Jorge M. Gonzalez \ ~ City Manager Q' 0 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER OR HIS DESIGNEE TO NEGOTIATE A CONTRACT WITH THE FIRST RANKED CONTRACTING FIRM OF REGOSA ENGINEERING, INC., PURSUANT TO REQUEST FOR PROPOSAL (RFP) NO. 21-00/01 FOR THE CONSTRUCTION OF THE NORMANDY PARK AND POOL FACILITY; AND IF NOT SUCCESSFUL, AUTHORIZING THE ADMINISTRATION TO NEGOTIATE WITH THE SECOND RANKED FIRM OF JASCO CONSTRUCTION COMPANY, INC.; MOREOVER, IF THE NEGOTIATIONS ARE SUCCESSFUL, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE AFORESTATED CONTRACT; ADDITIONALLY APPROPRIATING FUNDS, IN THE TOTAL AMOUNT OF $2,553,932, COMPRISED AS FOLLOWS: $35,719(COMPOSED OF $35,557 FROM THE PARK GENERAL OBLIGATION BOND FUND NO. 370, AND $162 FROM THE SAFE NEIGHBORHOOD FUND) TO COVER THE CAPITAL IMPROVEMENT PROJECTS OFFICE MANAGEMENT FEE; $119,060 (COMPOSED OF $83,530 FROM THE PARK GENERAL OBLIGATION BOND FUND NO. 370, $34,995 FROM THE GENERAL OBLIGATION BOND FUND NO.374, AND $535 FROM THE SAFE NEIGHBORHOOD PARKS BOND FUND) FOR PROGRAM MANAGEMENT FEE; $17,947 FROM THE PARK GENERAL OBLIGATION BOND FUND NO. 370 FOR ART IN PUBLIC PLACES; $2,381,206 (COMPOSED OF $2,129,901 FROM THE PARK GENERAL OBLIGATION BOND FUND NO.370, $240,591 FROM THE GENERAL OBLIGATION BOND FUND NO.374, AND $10,714 FROM THE SAFE NEIGHBORHOOD FUND) TO COVER THE COST OF CONSTRUCTION, FURNITURES, FIXTURE AND EQUIPMENT, AND OTHER CONSTRUCTION RELATED EXPENSES FOR THE PROJECT. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. AGENDA ITEM Y 1 D DATE '1-5'-01 FUNDING: Funding in the total amount of$2,553,932, is available as follows: . $2,203,348 from the $15 Million Parks General Obligation Bond Fund No. 370 . $63,587 from the $15 Million Parks General Obligation Bond Interest- Fund No. 370 . $275,586 from the $92 Million General Obligation Bond Fund No. 374 . $11,411 from the Miami-Dade County Safe Neighborhood Parks Bond Fund No. 371 ANALYSIS The Normandy Park and Pool improvements project has been an ongoing and expanded vision of the community, the Mayor and Members of the City Commission, and the Administration since early 1994 when a referral to a joint meeting of the Finance and Capital Improvements Committee initially discussed the issuance of a general obligation bonds in the amount of $40 million for the city's park system improvement. At the time of the referral, the Park Bond Master Plan estimated $1,618,300 to cover the expenses included in the scope of the Normandy Park and Pool project. The scope of work included in the Master Plan consisted, among other improvements to the park, of the renovation of the existing pool facility and locker rooms, the addition of a new recreation center on the first floor and of additional shade pavilions, a field house with a small restroom, renovation of the fields and courts, new irrigation, new multi-purpose court. Pursuant to the approval by the citizens of the $15 Million General Obligation Bond for the improvements to the City's parks, the City entered into an Agreement with the architectural firm of Carr Smith Corradino (The Corradino Group, Inc.) to develop plans and specifications for the Normandy Park and Pool facility improvements and two other projects included in the Parks Bond Master Plan. The project was extensively reviewed by the community during the programming and design phases. Based on analysis of projected demographic data of the region and in order to upgrade the quality of services being offered to the community, the Administration and the city's consultant re-evaluated the scope highlighted in the Master Plan. As a result, the program was re-defined and a more comprehensive aquatic facility consisting of an interactive pool, equipped with an aquatic play structure, and a four (4) lane lap pool was proposed in lieu of the previously proposed renovation of the existing facility. The project scope includes the following: 1. An interactive pool with a maximum depth of eighteen (18) inches and a zero depth on one side, to allow access to prospective users with disabilities. 2. A four (4) lane lap pool, separated from the former by a ten (10) foot wide deck. It has a maximum depth of seven (7) feet and a minimum of 3"-6". Pool lifts will provide access to individuals with disabilities, as required by the accessibility codes. The pools have a bathing load capacity of ninety nine (99) and fifty (50) persons, respectively. 3. The construction of new restrooms and shower facilities, multi-purpose activity building, outdoor trellis shade areas, and a concession building. A new pedestrian promenade is also proposed to traverse the length of the park; new landscaping and irrigation including a buffer between the park and the adjacent residential neighborhood is also included. The existing soccer field is proposed to be refurbished and new sport lighting will be provided. The existing basketball and tennis courts will be removed and a new multi purpose courts with sport lighting is being proposed instead. New entry gate features and decorative perimeter park fencing are also included in the scope. On-street parking, sidewalk improvements will also be provided. The total estimated construction budget is $2,381,206, of which $2,175,000 is earmarked for hard construction and the remaining balance for fixture, furniture and equipment (FF&E), signage, playground equipment, and special inspection fee. The following table indicates the funds distribution for the project: FUNDING DISTRIBUTION TABLE Description Parks Parks Bond G.O. Bond SNPB Total Bond Interest Construction Budget $1,860,108 $63,587 $240,591 $10,714 $2,175,000 CIP Management $35,557 $162 $35,719 Program Management $83,530 $34,995 $535 $119,060 Art in Public Places $17,947 $17,947 Special Inspector Fee $20,458 $20,458 Signage allowance $30,000 $30,000 Liquidated savings $30,000 $30,000 Furniture, fixture, $125,748 $125,748 equipment and playground equipment Total $2,203,348 $63,587 $275,586 $11,411 $2,553,932 Initially, the project was put out to bid in late 2000. All the bids significantly exceeded the project budget, and were then rejected by the City Commission. Pursuant to the rejection of all bids by the Mayor and City Commission on January 31, 2001, subsequent authorization was given to the Administration to seek new proposals for the construction of the Normandy Park and Pool project. Request for Proposal (RFP) # 21-00/01 was issued on March 16,2001. Five hundred ninety eight (598) vendors were notified. Sixteen (l6)requests for plans and specifications were received. A Pre-proposal Conference was held on March 29, 2001. A Site Inspection was conducted immediately thereafter. During the RFP phase, the prospective proposers issued a number of requests for information. As a result, there were three (3) Amendments to the construction documents. In addition, the proposals opening date was extended to May 17,2001. Four (4) responsive, and one (I) non-responsive proposals were received by the City. They are as follows: . Regosa Engineering, Inc. . JCI International, Inc. . Carivon Construction Co. . Jasco Construction Co. Inc. . Rovel Construction, Inc. (Non responsive) The proposers' proposals included all labor, materials, equipment and supervision necessary to complete the Normandy Park and Pool Project in accordance with the specifications and drawings. The contract document stipulates that substantial completion must be attained within two hundred seventy (270) calendar days after the issuance ofthe Notice to Proceed. Additionally, the project must be completed and ready for final payment thirty (30) calendar days following the substantial completion date. The Scope of Work is as stated above and encompasses the following eight (8) components: 1. Pool Building 2. Multipurpose courts 3. Site landscaping 4. Soccer field renovation 5. Walkways and entry features 6. Perimeter fencing 7. Lighting 8. On-street parking improvements The tabulation of the proposals attached, (Exhibit "A"), indicates the proposers' quotes for the construction of the project. The Administration and the City's consultant, the Corradino Group have evaluated the proposals and the proposers' references were also verified by Rating Source. Corn Inc. On June 15,2001, the Administration established an Evaluation Committee composed of seven (7) members- City's staff and private citizens alike- to review, evaluate, and make a recommendation regarding the proposals received. Due to the unavailability of some members to serve in the initial committee, the Administration created a new committee (Letter to Commission (LTC) # 180-2001 dated July 31, 2001). The Evaluation Committee's composition was as follows: . Michel Magloire, Sr. Capital Projects Coordinator, CIP Office, City of Miami Beach . Roberto Sanchez, G.O. Bond Oversight Committee Member and North Beach Resident . Julio Magrisso, Resident . Martin Hyman, G.O. Bond Oversight Committee Member, Architect and Resident . Kevin Smith, Parks and Recreation Department Director . Ramiro Inguanzo, Chief of Staff, Office of the City Manager, City of Miami Beach The Evaluation Committee met on August 15,2001. Unanimously, Mr. Roberto Sanchez was voted Chairman of the Committee. Subsequently, the Committee heard and evaluated the proposers on the following criteria: 1. Experience and qualification of the general contractor and sub-contractors 2. Experience and qualification of the pool sub-contractors 3. Price proposal 4. References of general contractor and pool sub-contractor 5. Methodology and approach After the presentation of all the proposers, the Committee deliberated and ranked the firms as follows: . Regosa Engineering, Inc. was ranked No.1 . Jasco Construction Co. Inc. was ranked No.2 . JCllnternational, Inc. was ranked No.3 . Carivon Construction Co. was ranked No.4 The following is an highlight of Regosa Engineering, Inc.'s strength as determined by the Committee: . Lowest proposer . Good general contractor's reference from the Rating Source.Com Inc. . Good pool sub-contractor's reference . Confidence in the methodology and approach to value engineer the project In addition, Regosa Engineering Inc. good track record with City's projects was also taken into consideration, including its current performance during the construction of the ongoing Flamingo Pool project estimated to be completed during the spring of 2002. Due to the fact that all proposals exceeded the project's available budget for construction of$2, 175, 000 (Exhibit "A"), the Selection Committee requested City staff and the City's consultant to take the necessary steps to value engineer the project with the top ranked contractor, to bring it within budget. During the presentation of its Proposal, Regosa Engineering, Inc. indicated alternative materials and systems that could be explored to considerably reduce its proposal and bring it closer to the City's available budget. Therefore the negotiations were recommended to be conducted with the Regosa Engineering, Inc., the first ranked contracting firm; if not successful, the Administration was recommended to further conduct negotiations with the second ranked firm of Jasco Construction Company Inc.. Moreover, during deliberation, the Committee's members understood that the Administration shall also have the option, if necessary, to prioritize the construction of the project per components. The members also concur that the aquatic center was the most important component in terms of prioritization. Therefore, if after negotiations with the top ranked contractor, it is determined by the Administration that the funds currently available will not be sufficient to cover the construction expenses for all the project's components, the Administration shall have the flexibility to phase the construction of the project until additional funds are identified and made available to complete the construction ofthe remaining project. The Administration concurs with the Normandy Park and Pool Evaluation Committee and recommends the adoption of the attached Resolution by the Mayor and City Commission. ~