Loading...
2001-24279 RESO RESOLUTION NO. 2001-24279 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRA nON TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR THE CONSTRUCTION OF THE NORMANDY PARK POOL FACILITY. WHEREAS, on September 1,2000, Invitation to Bid No. 136-99/00 for the Normandy Pool Facility was issued, and one thousand one-hundred and twenty-eight (1,128) vendors were notified; and WHEREAS, the following three (3) responsive bids were received by the City: Regosa Engineering, Inc. - $3,454,000 TGSV Enterprises, Inc. - $3,613,155 Gray Construction Associates, Inc. - $3,114,752; and WHEREAS, the Administration and the City's Consultant, The Corradino Group, Inc., evaluated the bids received, and concluded that they are higher than the available funding of approximately $2,381.206; and WHEREAS, via Commission Memo No. 34-01, the Administration recommended that the bids be rejected;and WHEREAS, the Mayor and City Commission approved the Administration's recommendation and rejected all bids; and WHEREAS, The Corradino Group is in the process of re-evaluating the construction documents, which will be modified, as necessary, prior to the issuance of a new Request for Proposals. NOW, THEREFORE BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission herein approve the issuance of a Request for Proposals for the construction of the Normandy Park Pool Facility. PASSED and ADOPTED this 21st day of February, 2001. I/It MAYOR ATTEST: F:\PURClSALLIGUSICOMMISSI\NORMANDY.WPD \ .L -.;u - 1>/ -- _~6 p~ CITY CLERK ~ CONSTRUCTION OF THE NORMANDY PARK POOL FACILITY BY A GENERAL CONTRACTOR OR POOL CONTRACTOR Scope of Services: This project requires a General Contractor and a Pool Contractor who has constructed at least four (4) similar type pool facilities such as the Normandy Park Pool Facility, within the past five (5) years. The proposal shall include costs for furnishing to the City all material, equipment, and supplies and for all cost incurred in completing the work indicated in the construction documents, additive alternates and addenda, including installation of all materials, equipment, and supplies furnished, complete in place and ready for continued service, including all tie-in work and testing, all other labor, permit fees, taxes, insurance, miscellaneous costs, overhead and profit. Project Description. The project consists but is not limited to the demolition of the existing City of Miami Beach Municipal Pool Facility located at 7030 Trouville Esplanade, Miami Beach, Florida, and the construction of the new pool and pool deck, landscaping, irrigation, concrete, masonry walls, reinforced concrete, metal doors and frames, hardware, glazing, tile, exterior finishes, toilets, plumbing, ventilation, air conditioning, electrical systems and lighting, on-street parking and sidewalks, and related park improvements such as sports field lighting, security lighting and sports courts. Interior finishing and related construction, along with mechanical and electrical installations are required in accordance with the specifications. Service and quality of workmanship are of paramount consideration. Not only will the proposer be expected to perform the aforementioned work, but also must be able to provide a construction schedule, and/or a phasing plan, and meet on a regular basis with the City's representatives to review the progress of the construction. All Work must comply with the current federal, state, and local requirements. Sealed qualifications will be received until 3:00 P.M. on Thursdav. March 23. 2001 following address: City of Miami Beach, City Hall- Procurement Division, Third Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139. Any response received after 3:00 p.m. on Thursday, March 23, 2001, will be returned to the proposer unopened. The responsibility for submitting qualifications before the stated time and date is solely strictly the responsibility of the proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. A Pre-Proposal Conference is scheduled for 10:00A.M. on March 14. 2001 at the following address: City of Miami Beach, City Hall - First Floor Conference Room, 1700 Convention Center Drive, Miami Beach, Florida. Afterwards, a site inspection will take place at the facility on Wednesdav. March 14.2001 at 10:00 a.m. The facility is located at 7030 Trouville Esplanade, Miami Beach, Florida 33139. The RFP package is available by calling DemandStar.com at (407) 975-3227 and requesting Document # llJ.. The City of Miami Beach, may at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in the RFP or in the responses received as a result of this RFP, as deemed in the best interest of the City of Miami Beach. You are hereby advised that this RFP is subject to the "Cone of Silence, " in accordance with Ordinance 99-3164. Requests for additional information or clarifications must be submitted in writinil to my attention with a copy to the City Clerk's Office. Bidders are hereby advised that this RFP is further subject to City of Miami Beach Ordinance No. 2000-3234 (The City's Debarment Ordinance). SECTION IV -EVALUATION/SELECTION PROCESS: CRITERIA FOR EVALUATION The procedure for proposal evaluation and selection is as follows: I. Request for Proposals issued. 2. Receipt of proposals. 3. Opening and listing of all proposals received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each proposal in accordance with the requirements of this RFP. If further information is desired, proposers may be requested to make additional written submissions or oral presentations to the Evaluation Committee. 5. The Evaluation Committee shall recommend to the City Manager the proposal or proposals acceptance of which the Evaluation Committee deems to be in the best interest ofthe City. The Evaluation Committee shall base its recommendations on the following factors: . Experience and qualifications of the firm . Experience and qualifications of the Project Manager . Price Proposal . References . Methodology/Approach 6. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission the proposal or proposals acceptance of which the City Manager deems to be in the best interest of the City. 7. The City Commission shall consider the City Manager's recommendation(s) in light of the recommendation( s) and evaluation of the Evaluation Committee and, if appropriate, approve the City Manager's recommendation(s). The City Commission may reject City Manager's recommendation(s) and select another proposal or proposals. In any case, City Commission shall select the proposal or proposals acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject all proposals. 8. Negotiations between the selected proposer and the City Manager take place to arrive at a contract. If the City Commission has so directed, the City Manager may proceed to negotiate a contract with a proposer other than the top-ranked proposer if the negotiations with the top-ranked proposer fail to produce a mutually acceptable contract within a reasonable period oftime. 9. A proposed contract or contracts are presented to the City Commission for approval, modification and approval, or rejection. RFP No: 21-00/01 Date: 2-22-01 10. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract(s) after the selected proposer(s) has (or have) done so. Important Note: By submitting a proposal, all proposers shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. RFP No: 21-00101 Date: 2-22-01 .. ",I, . "..- ~ I I .;: 0.111 C , ",... CORRADINO o z - o <<: 0:' 0: o U I ENGINEERS ARCH. llC NO. ""-00029;7 ARCHITECTS PLANNERS C::JNS,RUCTORS January 24, 2001 Mr. John G. Ellis City of Miami Beach Procurement Division ~liami Beach. Florida 33139 Re: Normandy Park Pool f:1tility Bid No. 136-99/00 Dear Mor. Ellis, Corradino has completed the bid review far the Normandy Park Pool Facility. Upon our review, we have determined that :llJ of the bids received on December 5, 2000 are to be rejected. The rejection is based on budgetary issues. All bidders were at minizr.um 20% higher than the estimated initial constrUction budget s'" for this project. Therefore, we recommend that the project be rejected and re-advertised at a date to be determined, after further analysis and inclusion of mare additive alternates. If you should have any questions regarding this lener please do not hesitate to contact me. Sincere[Y COR ,0 .wEddie', . ez Asst. Project :Manager c: Mr. Matthew Schwanz - eMS Mr. Michel Maglorie - C~IB Mr. Rolanda Llanes - Corradino 405:5 NW 9;." AVENUE. MIAMI, Fi.OlllDA JJ r:~ 305.5Q... 073.5 . FA}, JO,S,S94.C WWWCOUAOINOC CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\ci.miami-beach.ft.us COMMISSION MEMORANDUM NO. /:J 3- 0 / TO: Mayor Neisen O. Kasdin and Members of the City Commission DATE: February 21, 2001 FROM: Jorge M. Gonzalez ~ City Manager ~ . A RESOLUTION 0 THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ISSUE A REQUEST FOR PROPOSAL (RFP) FOR THE CONSTRUCTION OF THE NORMANDY PARK POOL FACILITY. SUBJECT: ADMINISTRATION RECOMMENDATION Adopt the Resolution ANALYSIS On September 1, 2000, Invitation to Bid No. 136-99/00 was issued, and one thousand one-hundred and twenty-eight (1,128) vendors were notified. Thirty-seven (37) request for plans and specifications were received. Two Pre-Bid Conferences were held on September 19,2000 and October 2,2000 respectively. A Site Inspection was also conducted on November 1,2000. During the bidding phase, the prospective bidders issued a number of requests for information. As a result, there were six (6) addendum to the bid documents. In addition, the bid opening date was extended to December 5, 2000. The following three (3) responsive bids were received by the City: . Regosa Engineering, Inc. - $3,454,000 . TGSV Enterprises, Inc. - $3,613,155 . Gray Construction Associates, Inc. - $3,114,752 The bidders' proposals included all labor, materials, equipment and supervision necessary to complete the Normandy Pool Facility in accordance with the specifications and drawings. AGENDAITEM~ DATE~ Normandy Park RFP February 21, 2001 Page 2 The Administration and the City's Consultant, Carr Smith Corradino evaluated the bids received, (Exhibit "B") and concluded that they are higher than the available funding of approximately $2,381.206. Via Commission Memo No. 34-01, the Administration recommended that the bids be rej ected. The City's consultant, Carr smith Corradino, as stipulated in their contract, is in the process of reevaluating the construction documents which will be modified as necessary prior to the issuance of a Request for Proposal. The Administration is recommending the issuance of an RFP in lieu of a Bid, based on the following: . An RFP process will allow for negotiations after the Commission approves a contractor.. . An RFP process will allow for presentations and questions and answer sessions before an Evaluation Committee. . An RFP process will allow contractors to propose the most efficient, effective, and economical means to accomplish this project. JMG:~KS:GL F:\PURC\SALLIGUSICOMMlSSI\NORMANDY.WPD