Loading...
R7N-Accept Recommendation Design Build Services For 54 Redundant Sewer Force MaCOMMISSION ITEM SUMMARY Condensed Title: A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Accepting The Recommendation Of The City Manager Pertaining To The Ranking Of Proposals With Respect To Phase ll Of The RFP Selection Process, Pursuant To Request For Proposals (RFP) No.2014-253-YG, For Design Build Services For 54" Redundant Sewer Force Main. !ntended Outcome S Item Summa The Administration issued RFP 2014-253-YG to seek the proposals from a Design/Build firm to provide engineering, design, permitting, construction, testing, and commissioning services for the 54" Redundant Sewer Force Main project. The RFP was approved for issuance by the City Commission on June 11,2014. The RFP was released on November 12,2014. A pre-proposal conference under Phase I was held on November 20, 2014. On January 21,2015, the City received proposals from: David Mancini & Sons; and, Ric-Man Construction, lnc. On February 19,2015, the Evaluation Committee appointed by the City Manager convened to consider the responsive proposals received under Phase L The Committee scored and ranked the proposals pursuant to the evaluation criteria under Phase I in the RFP. The results of the evaluation committee process were presented to the City Managerforhis recommendation to the City Commission. On, March 11,2015 the Mayorand City Commission passed and adopted Resolution No. 2015-28937, accepting the City Manager's recommendation. On March 17,2015, via Addendum No. 5, the Procurement Department issued Phase ll of the RFP process to the short-listed proposers. A pre-proposal conference with the short-listed proposers was held on March 24,2015. On May 1,2015, the City received proposals from the two short-listed proposers, David Mancini & Sons and Ric-Man Construction, lnc. On May 19,2015, the Evaluation Committee appointed by the City Manager convened to consider the responsive proposals received under Phase ll. The Committee was instructed to score and rank the sole proposal received pursuant to the evaluation criteria established under Phase ll in the RFP. After reviewing all the submissions and the results of the evaluation process, the City Manager finds that both proposals exceed the available budget for this project of $10,000,000, plus a $500,000 contingency. Therefore, the City Manager recommends that the Mayor and City Commission authorize the Administration to enter into negotiations with the top ranked proposer David Mancini & Sons, lnc. Should the Administration be unable to negotiate an agreement within the available budget with the top ranked proposer, the City Manager recommends that the Administration be authorized to terminate negotiations and enter into negotiations with the second ranked proposer, Ric-Man Construction, lnc, Should the Administration not be able to negotiate an agreement within the available budget with the second ranked proposer, the City Manager recommends that the Administration be allowed to terminate negotiations. lf negotiations are terminated, the City Manager will provide a recommendation for further review by the City Commission. RECOMMENDATION: ADOPT THE RESOLUTION. Board Recommendation: Source of Funds: Amount Account 1 $400,000 303-2737-065357 rfl,,4.. 2 $8,283,000 389-2737-069357 lncludes transfer of $2.283 million in the 5'n Capital Budqet Amendment/w 3 $600,000 389-2737-069358 4 $296,609 379-2737-061357 Financial lmpact Summary: 5 $920,391 Proposed Water and Sewer Bonds OBPI Total $10,500,000 Build And Maintain lnfrastructure With Full Accountabili Data (Surveys, Environmental Scan, etc: N/A Financia! lnformation: Alex Denis, Extension 6641 * AAIAnrIIBEACH Agenda ltem l47N Date 6-tO-{S642 MIAMI BEACH City of Miqmi Beoch, lZ00 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSI N MEMORANDUM TO: Mayor Philip Levine and Members FROM: Jimmy L. Morales, City Manager DATE: June 10,2015 the City SUBJECT: A RESOLUTION OF THE MAYOR CITY COMMISSION OF THE CIry OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS WITH RESPECT TO PHASE II OF THE RFP SELECTION PROCESS PURSUANT TO REQUEST FOR PROPOSALS (RFp) NO. 2014-253-yG, FOR 54" REDUNDANT SEWER FORCE MAIN ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Build And Maintain Priority lnfrastructure With Full Accountability FUNDING Funding for this project will be as follows: Amount Account Number Description $400,000 303-2737-065357 54 inch Diameter Redundant Sewer Force Main $8,283,000 389-2737-069357 54 inch Diameter Redundant Sewer Force Main $600,000 389-2737-069358 54 inch Diameter Redundant Sewer Force Main $296,609 379-2737-061357 54 inch Diameter Redundant Sewer Force Main$920,391 Proposed Water and Sewer Bonds $10,500,000 Total .This funding is contingent on the adoption of the Sth Capital Budget Amendment. BACKGROUND On February of 2012, Pure Technologies, the City's consultant in this matter, submitted a Condition Assessment Report of the existing 54" Pre-Stressed Concrete Cylinder Plpe (PCCP) force main connecting to the Government Cut force main. lt was discovered of the 260 pipes analyzed, 8 pipes (3%) were found with electromagnetic anomalies representing broken steel pre-stressing wire wraps. Although these anomalies do not pose an imminent threat to the performance of the City's sanitary sewer service, a redundant 54" force main would ensure sanitary sewer service in the event of an emergency or during maintenance. The force main is of importance since the existing 54" force main conveys the City's entire sanitary sewer to the water treatment plant on Virginia Key. ln addition the intent would be to rehabilitate the existing 54" force main's electromagnetic anomalies after bringing the proposed 54" force main into service. 643 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 2014-253- YG - 54' Redundant Sewer Force Main June 10,2015 Page2 The City's Public Works Department determined that a design-build methodology would be best suited for this project, As a result, the Department prepared a Design Criteria Package, as required by Florida Statutes, for the Project that served to define the design requirements for development of construction documents by the selected Design Build Firm (DBF), and for submission of their price proposal. The Project consists of micro-tunneling for the installation of the 54" force main, open trench construction at the launch and retrieval shafts, possible replacement, restoration, relocation or abandonment of existing water and/or sewer facilities, maintenance of traffic, landscaping, restoration of disturbed drainage features, roadway reconstruction / pavement markings, repair and/or extension of existing sidewalks to comply with ADA requirements, and the incorporation and the undergrounding of utilities, including Florida Power and Light (FPL), Atlantic Broadband (ABB) and AT&T. On June 11,2014, the City Commission approved the issuance of the subject RFP. However, the RFP was not advertised until November 12,2014 for the reasons communicated to the City Commission via LTC #372-2014, dated November 5,2014, which included enhancing the scope of the project in the Design Criteria Package by the City's consultant. RFP PROCESS. PHASE ! RFP 2014-253-YG was issued on November 12,2014, with an opening date of January 21, 2015. A pre-proposal conference to provide information to the proposers submitting a response was held on November 20,2014. 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, relates to the qualifications, experience and availability of the proposers and key members of the design-build team, including the lead designer and lead constructor. Only those Proposers short-listed during Phase lare authorized to proceed to Phase ll of the RFP selection process, in which price and detailed technical proposals based on the approved Design Criteria Package (the "DCP") will be considered. Under Phase l, the City received proposals in response to the RFP from the following two (2) firms:. David Mancini & Sons, lnc.o Ric-Man Construction, lnc. On February 5,2015, the City Manager appointed the Evaluation Committee via LTC # 055- 2015. The Evaluation Committee (the "Committee") consisted of the following individuals:. Jay Fink, Assistant Director, Public Works Department. Thais Viera, Sr. Project Manager, Office of the City Manager. Mark Tomczyk, Sr. Capital Projects Coordinator, Office of Capital lmprovement Projects The following individuals were appointed as alternates:. David Martinez, Director, Office of Capital lmprovement Projectso Jose Rivas, Civil Engineer lll, Public Works Department The Committee convened on February 19,2015 to consider proposals received under Phase l. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also 644 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 2014-253- YG - 54' Redundant Sewer Force Main June 10,2015 Page 3 provided general information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP. The evaluation process resulted in the ranking of proposers as indicated below. PHASE I ,iRFP# 2014:25.! G O-e,,g n/Bulld15 fgeg ior'54'.Redunda.n!,1g-e i Force Marnf!f-!e'fl Thais Viera Rankinn Mark Tonrzrk Jose Rivas Rankino LOW AGGREGATE TOTALS Rank )avid Mancini & Sons 97 1 92 2 85 1 4 1 lic-Man Construction, lnc 96 2 94 1 82 2 5 2 After reviewing all the qualifications of each firm and having considered the Evaluation Committee's comments and rankings, as well as the fact that only two proposals were received, the City Manager recommended that, for Phase I of the evaluation process, the Mayor and the City Commission shortlist both firms submitting proposals, David Mancini & Sons and Ric-Man Construction, to be further considered in Phase ll of the evaluation process. Phase ll will consider price and detailed technical proposals for the project. On, March 11, 2015 the Mayor and City Commission passed and adopted Resolution No. 2015- 28937, accepting the City Manager's recommendation pertaining to the ranking of proposals with respect to Phase 1 of the RFP selection process. RFP PROCESS - PHASE II On March 17,2015, viaAddendum No.5, the Procurement Department issued Phase ll of the RFP process to the short-listed proposers. A pre-proposal conference to provide information to the short-listed proposers was held on March 24, 2015. On May 1 , 2015, the City received proposals in response to Phase ll of the RFP from the two short-listed proposers:. David Mancini & Sons, lnc.o Ric-Man Construction, lnc. The Evaluation Committee, appointed by the City Manager via LTC # 055-2015, convened on May 19,2015 to consider the technical proposals received under Phase ll. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided general information on the scope of services, a copy of each proposal, and engaged in a question and answer session with each proposer. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP for Phase ll. The evaluation process resulted in the ranking of proposers as indicated below. 645 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 2014-253- YG - 54' Redundant Sewer Force Main June 10,2015 Page 4 UUJ I Proposer Guarantoed Maximum Price Maximm Allowable Points Total Points Awarded* David lvlancini & Sons $1 4.062.61 3.00 50 49.60 Ric-Man Conslnnlion ln.$1 3.950.000.00 50 50.00 MANAGER'S DUE DILIGENCE & RECOMMENDATION After reviewing all the submissions and the results of the evaluation process, the City Manager finds that both proposals exceed the available budget for this project of $10,000,000, plus a $500,000 contingency. Therefore, the City Manager recommends that the Mayor and City Commission authorize the Administration to enter into negotiations with the top ranked proposer David Mancini & Sons, lnc. Should the Administration be unable to negotiate an agreement within the available budget with the top ranked proposer, the City Manager recommends that the Administration be authorized to terminate negotiations and enter into negotiations with the second ranked proposer, Ric-Man Construction, lnc. Should the Administration not be able to negotiate an agreement within the available budget with the second ranked proposer, the City Manager recommends that the Administration be authorized to terminate negotiations. lf negotiations are terminated, the City Manager will provide a recommendation for further review by the City Commission. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accept the recommendation of the City Manager pertaining to the ranking of proposals with respect to Phase ll of the RFP selection process pursuant to Request for Proposals (RFP) No.2014-253-YG for Design Build Services for 54" Redundant Sewer Force Main. JLM/MT INIXOIYCO- T:IAGENDAt201SUune\PROCUREMENTU014-253-YG RFP - Design Build Services for 54 Redundant Sewer Force Main (Phase ll) - Memo.docx PHASE II .:.:,: :aaa:aa::a::a :.1:11..: FP#:2014^2f-.,3-,,lyF ,{a$lgn/Bulld S*fvhsr fOr 54' Rodundant Sswr ::,Force Matl (Phrss ll, Ranhnq Mark Tomzk Rankirc Jos6 Rivas Rankino LOW AGGREGATE Ra nk lavid Mancini & Sons 9'1.60 I s4 60 1 95 60 1 lic-Man Conslnnlion lnc 91 2 94 2 94 6 646 RESOLUTION NO. 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 II OF THE RFP SELECTION PROCESS, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2014-253-YG, FOR DESTGN BUILD SERVICES FOR 54" REDUNDANT SEWER FORCE MAIN ("THE PROJECT"); AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH DAVID MANCINI & SONS, INC; AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITHIN THE AVAILABLE BUDGET WITH DAVID MANCINI & SONS, INC., AUTHORIZING THE ADMINISTRATION TO TERMINATE NEGOTIATIONS AND ENTER INTO NEGOTIATIONS WITH RIC.MAN CONSTRUCTION, INC; AND SHOULD THE ADMINISTRATION NOT BE SUCCESSFUL !N NEGOTIATING AN AGREEMENT WITH RIC.MAN CONSTRUCTION, INC., THE CITY MANAGER RECOMMENDS THAT THE CITY ADMINISTRATION BE AUTHORIZED TO TERMINATE NEGOTIATIONS, AND THAT THE CITY MANAGER PROVIDE A RECOMMENDATION FOR FURTHER REVIEW BY THE CITY GOMMISSION; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on June 11, 2014, the Mayor and City Commission authorized the issuance of RFP No. 2014-253-YG for Design Build Services for 54" Redundant Sewer Force Main (the "RFP"); and WHEREAS, the RFP was issued on November 12, 2014, with an opening date of January 21,2015; and WHEREAS, a voluntary pre-proposal conference to provide information to the proposers submitting a response was held on November 20,2014; and WHEREAS, in accordance with Section 287.055 of the Florida Statutes, the RFP provided for a two-step, phased evaluation process; and WHEREAS, the Phase I selection process, related to the qualifications, experience and availability of the proposers and key members of the design-build team, including the lead designer and lead constructor; and WHEREAS, only those proposers short-listed during Phase I were authorized to proceed to Phase ll of the RFP, in which price and detailed technical proposals, based on the approved Design Criteria Package (the "DCP"), would be considered; and WHEREAS, under Phase l, the City received proposals from the following two (2) firms: David Mancini & Sons, lnc and Ric-Man Construction, lnc.; and WHEREAS, on February 5,2015, the City Manager, via Letter to Commission (LTC) No. 055-2015, appointed an Evaluation Committee (the "Committee"), which convened on February 19,2015 to consider the proposals under Phase l; and 647 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, the Committee was instructed to score and rank each proposal pursuant to the Phase I evaluation criteria established in the RFP; and WHEREAS, Committee's ranking was as follows: David, Mancini & Sons, lnc., top- ranked; Ric-Man Construction, lnc., second highest ranked; and WHEREAS, after reviewing the proposals and the Evaluation Committee's scores and rankings, the City Manager exercised his due diligence and recommended that the Mayor and the City Commission shortlist the top two (2) proposers to proceed to Phase ll of the RFP evaluation process, as follows: (1) David Mancini & Sons, lnc; and (2) Ric-Man Construction, lnc; and WHEREAS, on, March 11, 2015 the Mayor and City Commission passed and adopted Resolution No. 2015-28937, accepting the City Manager's recommendation pertaining to the ranking of proposals with respect to Phase I of the RFP selection process; and WHEREAS, on March 17, 2015, via Addendum No. 5 to the RFP, the Procurement Department issued Phase ll of the RFP process to the short-listed proposers; and WHEREAS, a pre-proposal conference to provide information to the short-listed proposers was held on March 24,2015; and WHEREAS, on May 1,2015, the City received proposals in response to Phase ll of the RFP from the two short-listed proposers: David Mancini & Sons, Inc., and Ric-Man Construction, lnc; and WHEREAS, the Evaluation Committee, appointed by the City Manager via LTC # 055- 2015, convened on May 19, 2015 to consider the technical proposals received under Phase ll; and WHEREAS, the Committee's rankings for Phase ll were as follows: (1) David Mancini & Sons, lnc; and (2) Ric-Man Construction, lnc; and. WHEREAS, the City Manager exercised his due diligence and concurs with the Committee's Phase ll rankings; and WHEREAS, notwithstanding, both proposals exceed the available budget for this project of $10,000,000 plus a $500,000 contingency. NOW, THEREFORE, BE !T 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 with respect to Phase ll of the RFP selection process, pursuant to Request for Proposals (RFP) No. 201 4-253-YG, for Design Build Services For 54" Redundant Sewer Force 648 Main ("The Project"); authorizing the Administration to enter into negotiations with David Mancini & Sons, lnc; and should the Administration not be successful in negotiating an agreement within the available budget with David Mancini & Sons, lnc., authorizing the Administration to terminate negotiations and enter into negotiations with Ric-Man Construction, lnc; and should the Administration not be successful in negotiating an agreement with Ric-Man Construction, lnc., the City Manager recommends that the City Administration be authorized to terminate negotiations, and that the City Manager provide a recommendation for further review by the City Commission; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this ATTEST: 2015. Rafael Granado, City Clerk Philip Levine, Mayor T:\AGENDA\2O15\June\PROCUREMENTU0l 4-253-YG RFP - Design Build Services for 54 Redundant Sewer Force Main (Phase ll) - Reso (Revised 06.01.201S).docx day of APPROVED AS TO FORM & LANGUAGE 649