Loading...
LTC 372-2017 Design Build Services for Right of Way Infrastructure Improvement Program for Neighborhood 5 La Gorce RFPMIAMI BEACH OFFICE OF THE CITY MANAGER L TTER TO COMMISSION TO: Mayor Philip Levine and Members o the City Co FROM: Jimmy L. Morales, City Manager DATE: July 19, 2017 SUBJECT: DESIGN/BUILD SERVICES F R RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FO NEIGHBORHOOD N0.5 LA GORCE (PHASE II) REQUEST FOR PROPOSALS The purpose of this Letter to Commission (L TC) is to provide an update on the City of Miami Beach Design/Build Services for Right of Way Infrastructure Program for Neighborhood No.5 La Goree (Phase II). On July 13, 2016, the City Commission approved to issue Request for Proposals (RFP) No. 2016-166-KB for Design/Build Services for Right of Way Infrastructure Program for Neighborhood No.5 La Goree. On July 13, 2016, the RFP was issued and a voluntary pre-proposal conference to provide information to the proposers submitting a response was held on July 27, 2016. In accordance with Section 287.055 of the Florida Statutes, the RFP provides for a two-step, phased evaluation process. The Evaluation Committee appointed by the City Manager convened on October 13, 2016 to consider responsive proposals received under Phase I. October 27, 2016, the City Manager approved, pursuant to Section 0400 Proposal Evaluation, Paragraph 4, page 19, of RFP No. 2016-166-KB Design/Build Services for Right of Way Infrastructure Program for Neighborhood No.5 La Goree, for all responsive firms to proceed to Phase II. The Public Works Department completed the Design Criteria Package (DCP) on May 30, 2017 and Phase II was issued. Accordingly, the following firms were authorized to proceed to Phase II of the RFP selection process: • Bergeron Land Development, Inc. • David Mancini and Sons, Inc. • Lanzo Construction Co. • Layne Heavy Civil • Ric-Man Construction, Inc. • Ric-Man International, Inc. Public Works has now determined that there are certain provisions related to the evaluation of Phase II, where price and detailed proposals are to be considered which require revisions. Therefore, in order to accurately evaluate and score Phase II proposals, the following revisions are recommended: Current Points Allocation: Proposers will be evaluated on the following criteria (100 maximum possible points): • Technical Proposals (25 Points) • Subcontractor Experience & Qualifications (5 Points) L TC-City of Miami Beach Design/Build Services for Right of Way Infrastructure Program for Neighborhood No.5 La Goree Request for Proposals Addendum Issuance July 6, 2017 Page 2 • Subcontractor Experience & Qualifications (5 Points) • Approach & Methodology Plan (10 Points) • Project Schedule (10 Points) • Lowest GMP (50 Poi~ Proposed Points Allocation: Proposers will be evaluated on the following criteria ( 100 maximum possible points): • Technical Proposals (20 Points) • Subcontractor Experience & Qualifications (5 Points) • Approach & Methodology Plan ( 10 Points) • Landscaping (10 Points) • Project Schedule ( 10 Points) • Lowest GMP (45 Points)* It is anticipated that this revision will not impact the timeline to bring an award recommendation to the City Commission. I would appreciate any comments and/or suggestions you may have by July 24, 2017. Please do not hesitate to contact me if you have any questions. qa~.t-'~ Jf? vJ~ JLM/KGB/BM/1DtKl3JwAG