R2A-Issue Addendum To RFP Design-Build Services For MBCC Project Phase II EvaluaCOMMISSION ITEM SUMMARY
Condensed Title:
Request for Approval to lssue an Addendum to the Request For Proposal RFP 2014-294-ME for Design Builder
Services for The Miami Beach Convention Center Renovation and Exoansion.
lmprove Alliance With Key Business Sectors, Namely Hospitality, Arts, & lnternational Business With A Focus
On Enhanced Culture, Entertainment, & Tourism
Su Data (Surveys, Environmental Scan, etc.): N/A
!ssue:
Shall the Citv Commission approve the issuance of the Addendum to the RFP.
Item Summary/Recommendation :
On July 30,2014, the City Commission approved the issuance of a Requestfor Proposals (RFP)for Design-Builder
Services for the Miami Beach Convention Center Renovation and Expansion project. During that meeting,
Commission requested that Staff revise two items in the RFP:
A. Add language referring to the aspirational inclusion of a Miami Beach and Miami-Dade County workforce,
and
B. Removal of the scoring component for Phase ll of the RFP.
On August 4,2014, LTC #267-2014 was issued including both corrected items above in order to allow
Commissioners an opportunity to be advised of the changes prior to issuance of the final RFP.
On August 5,2014, the RFP was issued with the aforementioned corrections.
The proposed Addendum provides the Phase ll Evaluation Criteria scoring and process, and includes the
following clarifications:
1. Phase ll Evaluation Criteria:
a. lncreases the points allocated to "Approach & Methodology Plan" from 5 to 15. This is to place
increased emphasis in this category to score based on the Commission directed added language
related to utilizing the local residents in the design and construction of the Project.
b. lncreases the points allocated to "Organization Plan / Personnel" from 5 to 15. This is to place
increased emphasis on the qualification of the team members that will be assigned to this Project.
c. Decrease the points allocated to "Project Schedule" and "Lowest Guaranteed Maximum Price,
including any City accepted Voluntary Alternate Proposals" by 10 points each to accommodate #1 and
#2 above. These two categories still account for 45 out of 100 points.
2. Provides a common template for each proposer to submit their "Guaranteed Maximum Price" to allow for
comparability.
3. Provides a common template for each proposer to submit their "Voluntary Alternate Proposals" to allow
for comparability.
4. Provides access to the Design Criteria Professional's Schematic Design package.
RECOMMENDATION
the issuance of the Addendum to the RFP.
Financial : N/A
Alex Denis, Director Ext # 6641
T:\AGEN DA\20 1 4\September\Procurement\MBCC\RFP-20 1 4 -ME Design Builder - Addendum - SUMMARY.d
AGENDA nen fr&AE MIAMIBEACH oarc ?r'0-0462
MIAMIBEACH
City of Miomi Beoch, I200 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov
CO ISSION MEMORANDUM
TO:Mayor Philip Levine and Members of lhe City Commi
FROM: Jimmy L. Morales, City Manager
DATE: September 10,2014
pRoposALS (RFp) 2014-294-ME FOR DESTGN-BUTLDER SERVTCES FOR THE MIAM!
BEACH CONVENTION CENTER RENOVATION AND EXPANSION PROJECT, WHICH
INCLUDES THE CRITERIA FOR PHASE tI EVALUATION PROCESS.
BACKGROUND / ANALYSIS
On July 30, 2014, the City Commission approved the issuance of a Request for Proposals (RFP) for
Design-Builder Services for the Miami Beach Convention Center Renovation and Expansion project.
During that meeting, Commission requested that Staff revise two items in the RFP:
A. AdOitlonal language referring to the aspirational inclusion of a Miami Beach and Miami-Dade
County workforce, and
B. Removal of the scoring component for Phase ll of the RFP.
On August 4,2014,LTC#267-2014 was issued including both corrected items above in order to allow
Commissioners an opportunity to be advised of the changes prior to issuance of the final RFP. The LTC
also stated that the final scoring criteria for Phase ll would be issued prior to the due date for the Phase I
proposals of September 24,2014.
On August 5, 2014, the RFP was issued with the aforementioned corrections.
ln order to comply with the Phase I deadline of September 24, 2014, the proposed Addendum
(Attachment A) provides the Phase ll Evaluation Criteria scoring and process, and includes the following
clarifications:
1. Phase ll Evaluation Criteria:
a. lncreases the points allocated to "Approach & Methodology Plan" from 5 to 15. This is
to place increased emphasis in this category to score based on the Commission
directed added language related to utilizing the local residents in the design and
construction of the Project.
b. lncreases the points allocated to "Organization Plan / Personnel" from 5 to 15. This is
to place increased emphasis on the qualification of the team members that will be
assigned to this Project.
c. Decrease the points allocated to "Project Schedule" and "Lowest Guaranteed Maximum
Price, including any City accepted Voluntary Alternate Proposals" by 10 points each to
accommodate #1 and #2 above. These two categories still account for 45 out of 100
points.
2. Provides a common template for each proposer to submit their "Guaranteed Maximum
Price" to allow for comparability.
3. Provides a common template for each proposer to submit their "Voluntary Alternate
Proposals" to allow for comparability.
4. Provides access to the Design Criteria Professional's Schematic Design package.
463
Request for Approval to lssue an Addendum To Request For Proposal RFP 2014-294-ME for Design Builder
Services for The Miami Beach Convention Center Renovation and Expansion - September 10,2014
Page 2
RECOMMENDATION
The Administration recommends that the Mayor and Commission authorize the issuance of an
Addendum to RFP 2014-294-ME for Design-Builder Services for the Miami Beach Convention Center
Renovation and Expansion Project, which includes the criteria for Phase ll Evaluation Process.
Attachment A: Addendum
JLM/MT/MH/AD
T:\AGENDA\2014\SeptembeAProcurement\MBCC\RFP-2014-294-ME Design Builder - Addendum - MEMO.doc
464
Attachment A
REQUEST FOR PROPOSALS
FOR DESIGN.BUILDER SERVICES FOR THE
MIAMI BEACH CONVENTION CENTER RENOVATION AND EXPANSION
RFP No. 2014-294-tllE
Addendum
1. Section 00305 - The Phase ll evaluation process shal! be as follows:
An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each short-listed response in
accordance with the criteria established herein. ln doing so, the Evaluation Committee will:
a. lnterview short-listed proposers
b. Receive input from a Technical Review by City Staff, the Design Criteria Profession, City Owner's
Representative and other City advisors
c. Recommend the Voluntary Alternate Proposals to accept, if any
d. Score proposers utilizing the Weighted Criteria
e. Recommend to City Manager the top ranked respondent
Proposers will be evaluated on the following Weighted Criteria:. (30 points). Lowest Guaranteed Maximum Price including any City accepted Voluntary Alternate Proposals. (15 points): Prolect Scheduleo (15 points): Organization Plan / Personnelo ('t5 points): Approach & Methodology Plano (10 points): Construction Logistics Plane (10 points): Key Construction Subcontractor Experienceo (5 points): Commitment to Achieve LEED Gold Certification with no ongoing cost to the Cityo 100 Total
Acceptance of any Voluntary Alternate Proposal will be in the sole discretion of the City based on the
recommendation by the Design Criteria Professional that a proposal is consistent with the Design Criteria Package,
including but not limited to, performance specifications outlined therein.
Each proposed Guaranteed Maximum Price, including any City accepted Voluntary Alternate Proposals, shall be
scored as follows:
Lowest Guaranteed Maximum Price including any City accepted Voluntary Alternate Proposals 30 points
Next higher Guaranteed Maximum Price including any City accepted Voluntary Altemate Proposals 25 points
Next higher Guaranteed Maximum Price including any City accepted Voluntary Alternate Proposals 20 points
Next higher Guaranteed Maximum Price including any City accepted Voluntary Alternate Proposals 15 points
2. Section 00315 - Phase ll Response Format Guaranteed Maximum Price (Tab 6)
The Guaranteed Maximum Price shall be submitted using the form attached as Exhibit A.
3. Section 00315 - Phase ll Response Format Voluntary Alternate Proposals (Tab 7)
Each Voluntary Altemate Proposal shall be submitted with the following information:o Title. Reduction in GMP on a line item basis
465
o Reduction in construction duration. Original DCP Specification. Proposed Design-Builder Specification (attach supporting drawings, product specification sheets and/or
other supporting data). Any proposed Voluntary Altemate Proposal must include the same level of
specificity as outlined in the Design Criteria Package. For example, if the Design Criteria Package specifies
a specific brand of plumbing fixture, the Voluntary Alternate Proposal must also propose a specific brand.
Any Voluntary Alternate Proposal with less specificity than outlined in the DCP will not be considered.o Differences between Design Criteria Package specification and proposed substitution. Certify:o The Voluntary Alternate Proposal is equal or superior in all respects to the Design Criteria
Package.o Same warranty will be fumished for the Voluntary Altemate Proposal as for specified product.
o Same maintenance service and source of replacement parts, as applicable, is available.
o Voluntary Alternate Proposal does not affect dimensions and functional clearances.
5. The Schematic Design Package can be downloaded at:
https://dl.dropboxusercontent.com/u/72125889/MBCC%20Schematic%20Packaqe.zio
The design will be modified throughout the completion of the Design Criteria Package. Proposers shall use only the
final City approved Design Criteria Package in preparation of the Phase ll submittal.
466
Cost of Work: Proposed Price:
DIVISION 02 - EXISTING CONDITIONS I $
DIVISION 03 - CONCRETE
DIVISION 04 - MASONRY
DIVISION 05 - METALS
DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES
DIVISION 07 - THERMAL AND MOISTURE PROTECTION
DIVISION 08 - OPENINGS
DIVISION 09 - FINISHES
DIVISION 1O - SPECIALTIES
DIVISION 11 - EQUIPMENT
DIVISION 12 - FURNISHINGS
DIVISION 13 - SPECIAL CONSTRUCTION
DIVISION ,I4 - CONVEYING EQUIPMENT
DIVISION 21 - FIRE SUPPRESSION
DIVISION 22 - PLUMBING
DIVISION 23 - HVAC
DIVISION 26 - ELECTRICAL
DIVISION 27 . COMMUNICATIONS
DIVISION 28 _ ELECTRONIC SAFETY AND SECURITY
DIVISION 31 - EARTHWORK
DIVISION 32 - EXTERIOR IMPROVEMENTS
DIVISION 33 - UTILITIES
Cost of Work Total
DIVISION 1
lnsurance
Builderc Risk
General Liability
Permits/Plan Review
Bond Premium
General Conditions
Proposed Contractors Fee & Overhead
Design Services Fee
Design-Builder Fee
Subtotal
Total Guaranteed Maximum Price
Exhibit A
Guaranteed Maximum Price Form
The Proposer certifies that the above amount is based on delivering the Project consistent with: 1) the Design Criteria
Package as approved by the City of Miami Beach, 2) the proposed schedule in Tab 4 of this submittal; and 3) the
contractual conditions of the Specimen Design Build Contract (to be part of the Design Criteria Package issued in
December 2014).
Principal or Executive Officer of the Proposing Firm to Sign and Notarize
3467