R7O-Accept Recomm Design Builder Services For MBCC Renovation And Expansion ProCOMMISSION ITEM SUMMARY
Condensed Title:
ION OF THE CITY OF MIAMI BEACH, FLORIDA'
ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF
PROPOSALS WITH RESPECT TO PHASE I OF THE RFP SELECTION PROCESS PURSUANT TO
REQUEST FOR PROPOSALS (RFp) NO. 2014-294-ME, FOR DESIGN BUILDER SERVICES FOR THE
MTAMI BEACH CONVENTION CENTER RENOVATION AND EXPANSTON PROJECT
Item Summary/Recommendation :
art'modern,energyefficient,andwhichfitslocal
Su Data (Su Environmental Scan, etc.: N/A
issuance of RFP 2014-294-ME for Design
BuildeiServices for the Miami Beach Convention Center Renovation and Expansion (the RFP).
RFp 2014-2g4-ME was issued on August 5,2O14,with an opening date of September 29,2014. A voluntary
pre-proposal conference to provide information to the proposers submitting a response was held on August
14,2014. The City received proposals from the following for (4) firms:
o Clark Construction Group, LLCo Hensel Phelps Construction Co.. Hunt Construction Group, lnc.o Tutor Perini Building CorP.
On October 13,2014, the City Manager appointed the Evaluation Committee via LTC # 2014-348. The
Evaluation Committee (the "Committee') convened on October2g, 20141o consider proposals received and
interview the proposing teams. Scott Robins was unanimously elected as the Chairperson of this Committee.
The Committee was [rovided with an overview of the project, information relative to the City's Cone of
Silence Ordinance and the Sunshine Law. The Committee also provided general information on the scope of
services, references, and a copy of each proposal. Additionally, the Committee engaged in a question and
answer session after the presentation of each proposer.
The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria
established in the RFP. The committee ranked the proposers as follows:
1. Clark Construction GrouP, LLC
2. Hunt Construction GrouP, lnc.
3. Hensel PhelPs Construction Co.
4. Tutor Perini Building CorP.
RECOMMENDATION
After reviewing all the submissions, attending the Evaluation Committee meeting and having heard the
Evaluation Committee's comments and rankings, the City Manager exercised his due diligence and is
recommending that the Mayor and the City Commission ihortlist the top three proposers to proceed to
phase ll of the RFp evaluation process: Claik Construction Group, LLC; Hunt Construction Group, lnc'; and
Hensel Phelps Construction Co.
ADOPT THE RESOLUTION.
Board Recommendation:
Financial lnformation:
Source of
Funds:
Amount Account
1 N/A
2
OBPI Total
Financial lmpact Summary:
Alex Denis, Extension 6641
AGENDA "'* R7 O* MIAMIBTACH olr:x tl-19'lV745
MIAMI BEACH
city of Miomi Beoch, 1200 convention center Drive, Miomi Beoch, Florido 33,l39, www'miomibeochfl'gov
COMMISSION MEMORANDUM
Mayor Philip Levine and Members of t
Jimmy L. Morales, CitY Manager
November 19,2014
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, TUORIOI, ACCEPTING THE RECOMMENDATION OF THE GITY
MANAGERPERTAININGToTHERANKINGoFPRoPoSALSWITHRESPEGT
TO PHASE I OF THE RFP SELECTION PROCESS PURSUANT TO REQUEST
FoR pRopoSALS inlpf No. 2014-2e4-ME, FoR DEglcN BUTLDER SERVIcES
FOR THE MIAM! BEACH CONVENTIdN CENTER RENOVATION AND
EXPANSION PROJECT
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
KEY INTENDED OUTCOME SUPPORTED
Expeditioustyupgraffitobesmart,modern,energyefficient,andfitthe
local context, including walkability.
BACKGROUND
On May 14, 20,14, the City contracted with Fentress Architects ("Fentress") as its Design
Criteria professional (DCP)io create a Design Criteria Package d-ocumenting the City's i$e1t
of the renovation "no"rprnsion
of the Miarii Beach Convention Center ("MBCC')' The DCP
*iri n" responsible ioi oeslgning and documenting the renovation and expansion program
through the design developireni stage (30% draviings)., commonly referred to as "bridging
documents." The DCP wili also assist with the evaluaiion of the proposals, and monitoring
compliance to oesffi anO specitications throughout the Project construction documents
phase and construction Process.
On July 30, Z114,the Mayor and City Commission authorized the issuance of RFP 2014-294-
ME for Design Builder dervices foi tne Miami Beach Convention Center Renovation and
Expansion (the ,,RFp,') pursuant to section 287.055 of the Florida statutes, commonly referred
to as the consultant,s.iompetitive Negotiation Act (ccNA).
The Design-Builder team shall be led by a construction firm (Prime Proposer). The Prime
proposer shall be irre entity which shall bnter into a contract with the city, should this RFP
result in award. Rtt otner team members (including the architect of record and the landscape
architect) shall be a subcontractor to the Piime Proposer, and shall not be in contractual privity
with the CitY.
TO:
FROM:
DATE:
SUBJECT:
746
Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the
Ranking of Proposals with Respect to Phase I of the RFP Selection Process pursuant to RFP 2014-294'
ME - Miami Beach Convention Center Renovation and Expansion
November 19,2014
Page2
RFP PROCESS
nfp ZO1+-294-ME was issued on August 5, 2014, with an opening date of September 29,
2014. A pre-proposal conference to provide information to the proposers submitting a
response was held on August 14,2014.
ln accordance with Section 287.055 of the Florida Statutes, the RFP provides for a two-step,
phased evaluation process. The Phase I selection process, which is the reason for this item,
relates to the qualifications, experience and availability of the proposers and key members of
the design-build team, including the lead architect and landscape architect. Only the short-
listed proposers during Phase I are authorized to proceed to Phase ll of the RFP selection
process, for evaluation of price and detailed technical proposals based on the approved
Design Criteria Package (the "DCP") being developed by Fentress. The City anticipates
issuing the DCP in late December, 2014, following its Commission approval.
The City received proposals from the following four (4) firms:. Clark Construction Group, LLC. Hensel Phelps Construction Co.o Hunt Construction Group, lnc.. Tutor Perini Building Corp.
On October 13,2014, the City Manager appointed the Evaluation Committee via LTC # 2014-
348. The Evaluation Committee (the "Committee") consisted of the following individuals:
o Kathie Brooks, Assistant City Manager and Residento James Carr, CEO, CC Devco Homes and Residento Michael Goldberg, Convention Center Advisory Board Voting Member and Chairman of
the Board for the Miami Beach Chamber of Commerceo David Martinez, Director, Capital lmprovement Projects. Scott Robins, Chair of Blue Ribbon Panel on Flooding and Resident
. Alex Tonarelli, Managing Director of the Lowes Hotelr Randy Weisburd, Chief Operating Officer, Atlantic & Pacific Companies and Resident"
*Mr. Weisburd subsequently recused himself and did not participate on the Evaluation
Committee.
ln determining initial responsiveness of the firms, the Procurement Department and Strategic
Advisory Group verified compliance with the minimum requirements established in the RFP,
and financial capacity as contained in the Dun & Bradstreet Supplier Qualifier Report. The
Legal Department also reviewed each firm's litigation history.
The Committee convened on October 29,2014 to consider proposals received and interview
the proposing teams. Scott Robins was unanimously elected as the Chairperson of this
Committee. The Committee was provided with an overview of the project, information relative
to the City's Cone of Silence Ordinance and the Sunshine Law. The Committee also provided
general information on the scope of services, references, and a copy of each proposal.
Additionally, the Committee engaged in a question and answer session after the presentation
of each proposer.
747
Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the
Ranking of Proposals with Respect to Phase I of the RFP Selection Process pursuant to RFP 2014-294-
ME - Miami Beach Convention Center Renovation and Expansion
November 19,2014
Page 3
The Committee was instructed to score and rank each proposal pursuant to the evaluation
criteria established in the RFP, which included, in no particular order of priority, the following
criteria:. Organization Plan (10 points)o Prime Proposer experience and qualifications (20 points). Prime Proposer experience with maintaining operations during the construction
process (25 points)o Convention Center Designer experience and qualifications (15 points). Landscape Designer experience and qualifications (10 points)o Financial capability (15 points). Responses to forms (5 points)
The fol
Additional points were to be allocated, if applicable, in accordance to the City's Veteran
Preference Ordinances. However, none of the proposers were eligible for the Veteran's
Preference.
are the
Kathy
Brooks
o)c
Ic
(U
x.
David
Martinez
o)c
Alex
Tonarelli
o)cvc(ot
James
Carr
o)c
Michael
Goldbero
o)C
=Co
E,
Scoft
Robins
LOW
AGGRE
GATE
TOTALS
o)c!cot
(E
o)
o
Clark
Construction
Group. LLC 95 1 94 1 97 90 1 92 ,|100 1 b 1
Hunt
Construction
Group, lnc 87 2 87 2 83 2 68 3 88 2 84 2 13 2
Hensel Phelps
Construction
Co.66 4 83 3 81 3 78 2 81 3 69 3 18 3
Tutor Perini
Buildino Coro 80 3 79 4 64 4 58 4 78 4 54 4 23 4
748
Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the
Ranking of Proposals with Respect to Phase I of the RFP Selection Process pursuant to RFP 2014-294-
ME - Miami Beach Convention Center Renovation and Expansion
November 19,2014
Page 4
MANAGER'S DUE DTLIGENCE & RECOMMENDATION
ln accordance wiifr statutory requirements, at least three (3) firms shall be selected to proceed
to Phase ll of the RFP process, which requires each bidder to submit a Guaranteed Maximum
Price (GMP) based on the DCP, as well as "Voluntary Alternate Proposals which may result in
cost and/or time savings to the City".
City staff, Strategic Advisory Group, Fentress Architects, and the City's Owners
Representative, will have approximately six (6) weeks to assess compliance with the Design
Criteria Package, assess Voluntary Alternate Proposals, facilitate interviews with the
Evaluation Committee, make a recommendation the City Commission, and brief each City
Commissioner on the recommendation. Performing this process for three bidders will be
challenging; adding a fourth would likely impact the schedule. Furthermore, the evaluation
committee very clearly demarcated the top three (3) firms from the fourth during their
deliberations. Therefore the Administration believes it is most prudent to proceed to Phase ll
with three (3) firms versus four (4).
After reviewing all the submissions, attending the Evaluation Committee meeting and having
heard the Evaluation Committee's comments and rankings, the City Manager exercised his
due diligence and is recommending that the Mayor and the City Commission shortlist the top
three proposers to proceed to Phase ll of the RFP evaluation process: Clark Construction
Group, LLC; Hunt Construction Group, lnc.; and Hensel Phelps Construction Co.
Clark Construction Group. LLC:
Clark has completed fifteen (15) convention center projects totaling $4.7 billion and
approximately 20 million square feet, as well as a multiple of public assembly venues with
convention capabilities such as museums, hotels, theaters, and cultural centers. Key projects
include the Walter E. Washington Convention Center, Washington, DC; the Music City
Convention Center, Nashville, TN; and the Boston Convention & Exhibit Center, Boston, MA.
Hunt Construction Group. lnc.:
Hunt has completed twenty (20) convention centers and hotel convention center projects
totaling over $5 billion and approximately 20 million square feet, as well as a multitude of high
end billroom and meeting room spaces in the hospitality, sports, and aviation sectors. Key
projects include the Henry B. Gonzalez Convention Center Expansion in San Antonio, TX; the
Orange County Convention Center Phase V Expansion, Orlando, FL; and the Phoenix
Convention Center Expansion, Phoenix, AZ.
Hensel Phelps Construction Co:
Hensel Phelps has completed six (6) convention center and hotel convention center projects,
totaling over $1.5 billion and approximately 6.7 million square feet, as well as 16 million square
feet in renovations of operating facilities. Key projects include the Colorado Convention Center
Expansion & Renovation, Denver, CO, the Hilton San Diego Bayfront & Convention Center,
San Diego, CA, and the Hilton Baltimore Hotel & Convention Center, Baltimore, MD.
749
Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the
Ranking of Proposals with Respect to Phase I of the RFP Selection Process pursuant to RFP 2014-294-
ME - Miami Beach Convention Center Renovation and Expansion
November 19,2014
Page 5
CONCLUSION
The Administration recommends that the Mayor and City Commission of the City of Miami
Beach, Florida accept the recommendation of the City Manager pertaining to the ranking of
proposals, pursuant to request for proposals (RFP) No. 2014-294-ME for Design Builder
Services for the Miami Beach Convention Center Renovation and Expansion; approving the
recommendation to shortlist the top three proposers to proceed to Phase ll of the RFP
evaluation process: Clark Construction Group, LLC; Hunt Construction Group, lnc.; and
Hensel Phelps Construction Co.
JLM/MT/MH/AD/ME
T:\AGENDA\2014\NovembeAProcurement\MBCC\2014-294ME RFP - Design Build Phase I Convention Center - Memo.docx
750
RESOLUTION NO. 2014-
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAM! BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE
CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS WITH
RESPECT TO PHASE I OF THE RFP SELECTION PROCESS PURSUANT TO
REQUEST FOR PROPOSALS (RFP) NO. 2014-294-ME, FOR DESTGN
BUILDER SERVICES FOR THE MIAMI BEACH CONVENTION CENTER
RENOVATION AND EXPANSION PROJECT
WHEREAS, on July 30,2014, the Mayor and City Commission authorized the issuance
of RFP 2014-294-ME for Design Builder Services for the Miami Beach Convention Center
Renovation and Expansion (the "RFP") pursuant to Section 287 .055 of the Florida Statutes; and
WHEREAS, RFP 2014-294-ME was issued on August 5,2014, with an opening date of
September 29,2014; and
WHEREAS, a voluntary pre-proposal conference to provide information to the proposers
submitting a response was held on August 14,2014; and
WHEREAS, the City received proposals from the following four (4) firms: Clark
Construction Group, LLC; Hensel Phelps Construction Co.; Hunt Construction Group, lnc.; Tutor
Perini Building Corp.; and
WHEREAS, on October 13,2014, the City Manager, via Letter to Commission (LTC) No.
2014-348, appointed an Evaluation Committee (the "Committee"), which convened on October
29,2014 to consider proposals received and interview the proposing teams, and
WHEREAS, the Committee was provided an overview of the project; information relative
to the City's Cone of Silence Ordinance and the Sunshine Law; and general information on the
scope of services, references, and a copy of each proposal; and
WHEREAS, additionally, the Committee engaged in a question and answer session after
the presentation of each proposer; and
WHEREAS, the Committee was instructed to score and rank each proposal pursuant to
the Phase I evaluation criteria established in the RFP; and
WHEREAS, after reviewing all the submissions, attending the Evaluation Committee
meeting and having heard the Evaluation Committee's comments and rankings, the City
Manager exercised his due diligence and is recommending that the Mayor and the City
Commission shortlist the top three proposers to proceed to Phase ll of the RFP evaluation
process, in accordance with the Evaluation Committee's rankings, as follows:
(1) Clark Construction Group, LLC;
(2) Hunt Construction Group, lnc.; and
(3) Hensel Phelps Construction Co.
751
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 hereby accept the recommendation of the City Manager pertaining to the ranking
of proposals, pursuant to request for proposals (RFP) No. 2014-294-ME for Design Builder
Services for the Miami Beach Convention Center Renovation and Expansion; approving the
recommendation to shortlist the top three proposers to proceed to Phase ll of the RFP
evaluation process, in accordance with the Evaluation Committee's rankings, as follows: (1)
Clark Construction Group, t-t-C; (2) Hunt Construction Group, lnc.; and (3) Hensel Phelps
Construction Co.
PASSED AND ADOPTED this _ day of
ATTEST:
2014.
Rafael Granado, City Clerk Philip Levine, Mayor
T:\AGENDA\2014\November\Procurement\MBCC\2014-294ME RFP - Design Build Phase I Convention Center - Resolution.doc
752