Loading...
LTC 208-2003 . CITY OF MIAMI BEACH Office of the City Manager Letter to Commission No. dO?'020~.3 m From: Mayor David Dermer and Members of the City Commission Jorge M. GOnZale~ . ~ City Manager rv j) STATUS REP T ON WASHINGTON AVENUE STREETSCAPE IMPROVEMENTS DESIGN I BUILD PROJECT INVITATION TO BID (ITB) 22-02-03. Date: September 8, 2003 To: Subject: An Invitation to Bid (ITB) for design/build services required to complete the Washington Avenue Streetscape Improvements Project was issued on April 23rd with an initial response deadline of May 27, 2003. Because of the need for the City to respond to a number of requests for clarifications from potential respondents related to the high volume of plans and specifications provided for their review, as well as direct requests from at least 2 contractors, the deadline as of today has been extended to September 12th. The design/build process being utilized for this project is the first time the City has used this approach in recent history, if ever. Although Evaluation Committees are very common for a Request for Qualifications (RFQ) or Request for Proposal (RFP) procurement process, they are uncommon for an ITB procurement process. Typically, in an ITB process, the Bidder provides a cost proposal and the lowest and best Bidder is awarded the Contract. There is no selection committee assigned. As noted above, the Washington Avenue project is an ITB process. Because there is some final engineering that has to be completed before construction can commence, the evaluation is highly technical and construction industry specific. Due to this unique engineering feature of our ITB process, applicable law requires the City to utilize an Evaluation Committee to evaluate the qualifications of the Contractor's proposed Engineer. The Evaluation Committee will base its recommendations upon a qualitative (evaluation criteria) and quantitative (price) criteria. A maximum of 100 points could be assigned to a Bidder, with a maximum of, respectively, 60 points for the qualitative criteria and 40 points for the quantitative criteria. First, the Committee will rank Bidders based on the qualitative criteria: qualifications (max. 25 pts.), availability (max. 5 pts.), past work (max. 25 pts.), and references (max. 5 pts.). At a minimum, the three top Bidders will go on to be evaluated according to the established quantitative criteria; the Evaluation Committee will determine how many of the ranked Bidders proceed to the quantitative evaluation. Next, the sealed price proposals of the Bidders who proceed to the quantitative evaluation will be opened by the City's Procurement Director at a public meeting. Based on the price proposals, the Evaluation Committee will assign up to 40 quantitative points, with the lowest Bidder receiving a full 40 points and the other Bidders receiving a point total based on a methodology to be determined by the Evaluation Committee. Lastly, the Evaluation Committee will add the LTC": ITS 22-02-03 September 8, 2003 Page 2 qualitative and quantitative point totals to determine a final ranking of Bidders. The Evaluation Committee will then report the ranking to the City Manager and recommend the top-ranked Bidder for contract award. The City Manager will then make an award recommendation to the City Commission. As the aesthetic portions of the project have already been determined (i.e., the proposed project does not deviate in appearance from the design previously completed by Savino Miller Design Studios), and the project is significantly far along in its development, I am proposing to utilize a staff selection committee with staff members who have specific knowledge in the areas contained in the ITB package. I am proposing to appoint the following individuals to the Committee: Fred Beckmann Brad Judd Ronnie Singer Alex Rolandelli Carla Dixon Charles O. Carreno Director, Public Works Department Director, Property Management Division CIP Office Community Information Manager CIP Office Senior Capital Projects Coordinator CIP Office Capital Projects Coordinator Hazen and Sawyer Deputy Program Manager and Design Criteria Professional (non-voting member) In addition, several residents with relevant technical expertise may be considered for participation on the Committee. If you have any comments or questions regarding these appointments, please let me know by Friday, September 12th. JM~H\DPS\AR C: Mayra Diaz Buttacavoli, Assistant City Manager Gus Lopez, Procurement Director Tim Hemstreet, CIP Director F:ICAPI\$alllDonaldlCIPIWashinglon Avenue\evalcomllc.DOC