HomeMy WebLinkAbout2006-26370 Reso
RESOLUTION NO. 2006-26370
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH THE TOP RANKED CONTRACTOR OF RIC-MAN
INTERNATIONAL, INC., THE LOWEST AND BEST BIDDER PURSUANT TO
INVITATION TO BID (ITB) NO. 36-05/06, FOR DESIGN/BUILD SERVICES
FOR NEIGHBORHOOD NO. 7 - NAUTILUS RIGHT-OF -WAY
INFRASTRUCTURE IMPROVEMENT PROJECT; AND SHOULD THE
ADMINISTRATION NOT BE ABLE TO SUCCESSFULLY NEGOTIATE AN
AGREEMENT WITH RIC-MAN INTERNATIONAL, INC., AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE SECOND
RANKED CONTRACTOR OF LANZO CONSTRUCTION COMPANY; AND
FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN
AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS.
WHEREAS, the City requires the services of a Design/Build Firm (DB F) for the
design and construction ofthe Neighborhood NO.7 - Nautilus Right-of-Way Improvements
Project (the "Project"); and
WHEREAS, the DBF will be responsible for the design, construction, and
construction management associated with the work related to earthwork, roadway
narrowing, milling and resurfacing, driveway paving, sidewalk construction; water main
installation and water services relocation; storm drainage infrastructure installation;
roadway lighting and streetscape/planting improvements; and
WHEREAS, the proposed improvements to be performed for this Project are based
upon the Basis of Design Report for Neighborhood NO.7 - Nautilus, prepared by the City's
AlE consultant, Reynolds, Smith and Hills, Inc.; and
WHEREAS, ITB No. 36-05/06 was issued on June 23,2006 with a Pre-Bid meeting
held on July 20,2006; and
WHEREAS, Bid Net issued bid notices to 206 prospective bidders, resulting in 50
proposers requesting the ITB document, which resulted in the receipt of bids from the
following contractors:
. Lanzo Construction Company Florida;
. Magnum Construction Management Corporation (MCM);
. Ric-Man International, Inc.; and
WHEREAS, the City Manager via Letter to Commission (LTC) No. 207-2006,
appointed an Evaluation Committee consisting of the following individuals:
. Karen Rivo, Neighborhood Leadership Academy, Miami Beach Resident (Chair)
. Sara Gutierrez, General Obligation Board Oversight Board
. Fernando Vazquez, PE, City Engineer, CMB Public Works Department
. Keith Mizell, Project Manager, Capital Improvement Projects Office (CIP)
. Jo Admundsson, Neighborhood Leadership Academy, Lakeview Home Owner
Association Member; and
WHEREAS, on September 18, 2006, the Committee convened and were provided
the Project scope of work information by Mr. Bert Vidal of Hazen and Sawyer, the City's
Program Manager; and
WHEREAS, the Committee utilized a two-step selection process, as required for
design-build contracts pursuant to Section 287.055 (9) (c) (2), Florida Statutes; with the
first phase consisting of the qualitative criteria, and the second phase consisting of
qualitative and quantitative criteria (overhead and profit percentages); and
WHEREAS, the Evaluation Committee evaluated each bidder utilizing the following
qualitative criteria and assigned points:
Phase I: Qualitative Criteria
. Risk Assessment Plan 40 points
. Past Work Performance Evaluation Surveys 35 points
. Qualifications of Firm 25 points
. Maximum Point Total 100 points; and
WHEREAS, after the Committee had ranked all three (3) bidders as part of the
Qualitative Phase 1, the ranked bidders proceeded to the next qualitative evaluation step,
the Personnel Interviews (Phase 2), worth 45 points, and kept the points allocated by the
Committee during Phase 1; and
WHEREAS, immediately after the completion of the Qualitative Criteria scoring
(Phase 1 and 2) by the Committee, as part of the Quantitative Criteria (Phase 3), worth 35
points, the Procurement Director publicly opened the sealed price proposals and sealed
overhead and profit percentages, which are as follows:
. Lanzo Construction Company
Bid Price:$27,142,025.00 15% overhead and 10% profit
. MCM Corp.
Bid Price:$42,305,025.00 5% overhead and 10% profit
· Ric-Man International, Inc.
Bid Price:$27,11 0,221.00 10% overhead and 12% profit; and
WHEREAS, upon completion of the Quantitative Phase 3 scoring, the Committee
added both the qualitative and quantitative scores to arrive at a final grand total score
which was used to rank the three (3) bidders; and
WHEREAS, upon completion of the qualitative and quantitative scoring the
Committee arrived at consensus and ranked accordingly:
Ric-Man International, Inc. (Ranked 1 st)
Lanzo Construction Company (Ranked 2nd)
MCM Corp. (Ranked 3rd); and
WHEREAS, the City Manager has reviewed the Evaluation Committee's
recommendation, and recommends that the Mayor and City Commission accept the
Committee's recommendation, relative to the ranking of firms pursuant to ITB No. 36-
05/06.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission accept the recommendation of the City Manager pertaining to the ranking of
bids pursuant to Invitation to Bid (ITB) No. 36-05/06, for Design/Build Services for
Neighborhood No.7 - Nautilus Right-of-Way Infrastructure Improvement Project; authorize
the Administration to enter into negotiations with the top-ranked contractor, Ric-Man
International, Inc., as the lowest and best bidder; and should the Administration not be
able to successfully negotiate and Agreement with Ric-Man International, Inc., authorizing
the Administration to enter into negotiations with the second ranked contractor of Lanzo
Construction Company; and further authorizing the Mayor and City Clerk to execute an
Agreement upon conclusion of successful negotiations.
PASSED and ADOPTED this 11 th day of
,2006.
ATTEST:
~r'r~
CITY CLERK .
Robert Parcher
MAYOR
David Dermer
T:\AGEN DA\2006\oct11 06\Regular\ITB-36-05-06A-Nautilus-RESO.doc
Condensed Title:
A Resolution Accepting the City Manager's Recommendation Relative to the Ranking of Contractors
Pursuant to Invitation to Bid (ITB) No. 36-05/06 for Design/Build Services for Neighborhood No. 7 _
Nautilus Ri ht-of-Wa Infrastructure 1m rovement Pro'ect.
Ke Intended Outcome Su orted:
· Ensure Well-Desi ned Quali Ca ital Pro'ects
Issue:
Shall the City Commission adopt the Resolution?
Item Summary/Recommendation:
The City of Miami Beach requires the services of a Design/Build Firm for the design and construction of the
Neighborhood NO.7 - Nautilus Right-of-Way Improvements Project (the "Project"). The Design/Build Firm
(DBF) will be responsible for the design, construction, and construction management associated with the
work related to earthwork, roadway narrowing, milling and resurfacing, driveway paving, sidewalk
construction; water main installation and water services relocation; storm drainage infrastructure
installation; roadway lighting and streetscape/planting improvements. A Design Criteria Package has been
prepared which includes conceptual specifications and plans for the civil, electrical, mechanical, structural
and landscaping disciplines.
Bid Net issued bid notices to 206 prospective bidders, resulting in 50 proposers requesting the ITB
document, which resulted in the receipt of bids from the following Contractors:
· Lanzo Construction Company Florida;
· Magnum Construction Management Corporation (MCM); and
· Ric-Man International, Inc.
The City Manager via Letter to Commission (LTC) No. 207-2006, appointed an Evaluation Committee (the
"Committee") consisting of the following individuals:
· Karen Rivo, Neighborhood Leadership Academy, Miami Beach Resident (Chair)
· Sara Gutierrez, General Obligation Board Oversight Board
· Fernando Vazquez, PE, City Engineer, CMB Public Works Department
· Keith Mizell, Project Manager, Capital Improvement Projects Office (CIP)
· Jo Admundsson, Neighborhood Leadership Academy, Lakeview Home Owners Association Member
On September 18, 2006, the appointed City Manager Committee convened and ranked all three bidders
accordingly:
1) Ric-Man International, Inc.
2) Lanzo Construction Company Florida
3) Magnum Construction Management Corporation (MCM)
ACCEPT THE CITY MANAGER'S RECOMMENDATION AND AUTHORIZE NEGOTIATIONS.
Advisory Board Recommendation:
IN/A
Financial Information:
COMMISSION ITEM SUMMARY
Source of Amount Account Approved
Funds: 1
I I 2
OSPI Total
Financial Impact Summary:
islative Trackin
City Manager
JMG
tD
.....
MIAMI BEACH
AGENDA'TEM
DATE
R7D
lo-l{-OcP
tD
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www,miamibeachfl.gov
COMMISSION MEMORANDUM
FROM:
Mayor David Dermer and Members of the City Commission
Jorge M. Gonzalez, City Manager ~~.
October 11, 2006 U
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH TOP RANKED CONTRACTOR OF RIC-MAN
INTERNATIONAL, INC., THE LOWEST AND BEST BIDDER PURSUANT TO
INVITATION TO BID (ITB) NO. 36-05/06, FOR DESIGN/BUILD SERVICES FOR
NEIGHBORHOOD NO.7 - NAUTILUS RIGHT-OF -WAY INFRASTRUCTURE
IMPROVEMENT PROJECT; AND SHOULD THE ADMINISTRATION NOT BE
ABLE TO SUCCESSFULLY NEGOTIATE AN AGREEMENT WITH RIC-MAN
INTERNATIONAL, INC., AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH THE SECOND RANKED CONTRACTOR OF
LANZO CONSTRUCTION COMPANY.
TO:
DATE:
SUBJECT:
ADMINISTRATIVE RECOMMENDATION
Adopt the Resolution.
ANALYSIS
The City of Miami Beach requires the services of a Design/Build Firm for the design and
construction of the Neighborhood No.7 - Nautilus Right-of-Way Improvements Project (the
"Project"). The Design/Build Firm (DBF) will be responsible for the design, construction, and
construction management associated with the work related to earthwork, roadway
narrowing, milling and resurfacing, driveway paving, sidewalk construction; water main
installation and water services relocation; storm drainage infrastructure installation; roadway
lighting and streetscape/planting improvements. A Design Criteria Package has been
prepared which includes conceptual specifications and plans for the civil, electrical,
mechanical, structural and landscaping disciplines.
The work to be performed under this Contract shall consist of providing all tools, equipment,
materials, supplies, and manufactured articles and furnishing all labor, transportation, and
services, including fuel, power, water, and essential communications, and performing all
work, or other operations required for the fulfillment of the Contract in strict accordance with
the Contract Documents. The work shall be complete, and all work, materials, and services
not expressly indicated or called for in the Contract Documents which may be necessary for
the complete and proper design and construction of the work in good faith shall be provided
by the Design/Build Firm.
The Project Location Area as shown on the attached Location Map (Attachment "A") is
located in the "Middle Beach" area and bounded by the Surprise Waterway to the North,
Biscayne Bay to the West, Pine Tree Drive to the East, and State Road 112/Arthur Godfrey
Road (W. 41 st Street) to the South. Areas to be affected by the proposed improvements
include but are not limited to North Bay Road, Nautilus Drive, Nautilus Court, Michigan
Avenue, Jefferson Avenue, Adams Avenue, N. Meridian Avenue, Chase Avenue, Prairie
Commission Memo
Invitation to Bid (ITB) No, 36-05/06 for Design/Build Services for Neighborhood No, 7 - Nautilus Right-of-Way Infrastructure
Improvement Project.
October 11, 2006
Page 2 of 11
Avenue, Post Avenue, Royal Palm Avenue, Sheridan Avenue, W. 48th Street, W. 47th
Street, W. 47th Court, W.46th Street, W. 45th Street, W 44th Street, W 44th Court, W 43rd
Street and Court, and W 42nd Street. The Flamingo Waterway Historic District lies within the
boundary of the Nautilus Neighborhood. The neighborhood is divided in two by the Biscayne
Waterway, The area to the West of the Biscayne Waterway is commonly known as Nautilus
West and the area to the East of the Biscayne Waterway as Orchard Park.
Areas not included in the proposed improvements include, SR907/Alton Road, Pine Tree
Drive, and W. 42nd Street (between Prairie Avenues and Pine Tree Drive.)
The proposed improvements to be performed for this project are based upon the Basis of
Design Report for Neighborhood No. 7 - Nautilus prepared by Reynolds, Smith and Hills,
Inc.
SCOPE OF SERVICES
The Basis of Design Report (BODR) was developed with input from the residents through
two (2) Community Design Workshops and City staff and was approved by the City of Miami
Beach City Commission. The proposed improvements include but are not limited to:
1. Streetscape Improvements
· Roadway Milling and Resurfacing
· Landscaping within the Right-of-Way
· Sidewalk Extensions (ADA ramps)
· Damaged Sidewalk Replacement
· Lighting Upgrades (Nautilus West)
· Lighting Upgrades (Orchard Park)
· Driveway Apron Restoration
· Swale Reclamation
· Removal of Encroachments
· Street Narrowing
· Addition of Speed Table
· On-Street Parking Improvements
· Specialty Project Improvements
a. Reconfiguration ofW. 42nd Street between Michigan Avenue and Meridian Avenue
b. Reconfiguration of the intersection of Prairie Avenue/Chase Avenue
2. Stormwater Improvements
The Improvements to the stormwater system are limited to the 3 priority drainage basins in
the Nautilus Neighborhood as identified in the City of Miami Beach Comprehensive
Stormwater Management Master Plan.
.
Design and installation of approximately 16,330 L.F. of HDPE and RCP conveyance
pipe ranging in size from 18-inch through 60-inch.
Design and installation of approximately 92 inlets and 74 drainage manholes.
Design and installation of approximately 55 gravity drainage wells and 10
pressurized drainage wells.
Design and installation of 2 stormwater pumping stations.
.
.
.
The proposed improvements listed above represent a summary of the current design
approach as shown on the Conceptual Plans and Specifications. However, the Design/Build
Firm shall be responsible for satisfying the City's design criteria and verify compliance with
the requirements set forth in Section 01000 of the Design Criteria Package prepared by
Reynolds Smith and Hills, Inc.
Commission Memo
Invitation to Bid (ITB) No. 36-05/06 for Design/Build Services for Neighborhood No. 7 - Nautilus Right-of-Way Infrastructure
Improvement Project.
October 11, 2006
Page 3 of 11
A detailed description of the recommended improvements and required level of service are
identified in the Section entitled "Professional Services".
3. Water Systems Improvements
· Design and installation of approximately 17,500 L.F. (Priority 2) of new 8-inch DIP
water main.
· Design and installation of approximately 16,444 L.F. (Priority 3) of new 8-inch DIP
water main.
· Design and relocation of approximately 172 water meters and service lines from near
easements to the sidewalks thru trenchless technology.
ITB PROCESS AND CONTRACTOR EVALUATION
On June 23, 2006, the City's Procurement Division issued Invitation to Bid (ITB) No. 36-
05/06 for Design/Build Services for Neighborhood No. 7 - Nautilus Right-of-Way
Infrastructure Improvement Project. The purpose of this ITB is to obtain bids from qualified
General Contractors to provide all Design/Build services for Nautilus Neighborhood NO.7.
A non-mandatory Pre-Bid meeting was held on July 20,2006 at the City of Miami Beach City
Hall. Prospective bidders were provided information as to the Scope of Work, the Evaluation
Criteria, Best Value Procurement, and of all required documentation to be submitted with
their bid.
Bid Net issued bid notices to 206 prospective bidders, resulting in 50 proposers requesting
the ITB document, which resulted in the receipt of bids from the following Contractors:
· Lanzo Construction Company Florida;
· Magnum Construction Management Corporation (MCM); and
· Ric-Man International, Inc.
The City Manager via Letter to Commission (LTC) No. 207-2006, appointed an Evaluation
Committee (the "Committee") consisting of the following individuals:
· Karen Rivo, Neighborhood Leadership Academy, Miami Beach Resident (Chair)
· Sara Gutierrez, General Obligation Board Oversight Board
· Fernando Vazquez, PE, City Engineer, CMB Public Works Department
· Keith Mizell, Project Manager, Capital Improvement Projects Office (CIP)
· Jo Admundsson, Neighborhood Leadership Academy, Lakeview Home Owners
Association Member
On September 18, 2006, the Committee convened, the Committee was provided Scope of
Work information by Mr. Bert Vidal of Hazen and Sawyer, the City's Program Manager.
Procurement Division provided evaluation surveys on all three (3) firms and Ms. Sarah
Goodridge, PhD student, of Florida International University provided insight on "Best Value
Procurement" and recommended questions (see Attachment No. B) that could be used
during the evaluation of the Contractors.
The Committee also discussed the Evaluation Criteria, which was used to evaluate and rank
the Contractors. The Evaluation Criteria was articulated in detail in the Bid Document as well
other Addenda issued by the City's Procurement Division. The Evaluation Criteria used by
the Evaluation Committee is as follows.
Commission Memo
Invitation to Bid (ITB) No. 36-05/06 for Design/Build Services for Neighborhood No.7 - Nautilus Right-of-Way Infrastructure
Improvement Project.
October 11, 2006
Page 4 of 11
EVALUATION COMMITTEE EVALUATION/SELECTION PROCESS
The Committee will utilize a two-step process pursuant to Section 287.055 (9) ( c) (2), Florida
Statutes. The first phase will consist of the qualitative criteria listed below. The second
phase will consist of qualitative and quantitative criteria (overhead and profit percentage) as
addressed below.
The Evaluation Committee shall base its recommendations upon the following qualitative
evaluation criteria and quantitative (overhead and profit percentage) criteria. A maximum of
100 points may be assigned to a bidder in each of the phases.
Phase 1:
The Evaluation Committee shall first evaluate each bidder based on the qualitative criteria
no less than three bidders. The ranked bidders shall proceed to the next evaluation step
(Phase 2), and shall keep the points allocated by the Committee during Phase 1.
Phase I: Qualitative Criteria Maximum Points 100
Risk Assessment Plan 40
Past Work Performance Evaluation Surveys 35
Qualifications of Firm 25
Maximum Point Total 100 points
Phase 2:
The Committee utilized the following qualitative and quantitative criteria for each firm. The
Committee shall interview the personnel of no less than three bidders. The interview process
was worth 45 points.
After the Evaluation Committee submit their ranking of the Phase 2 qualitative criteria, the
sealed price proposals (including the bidder's overhead and profit percentage) of the ranked
bidders was opened by the City's Procurement Director publicly. The quantitative evaluation
(Phase 3) of the Bid was based on the bidder's cost proposal and overhead and profit. The
maximum points for quantitative criteria, is 35 points. The Evaluation Committee shall add
the qualitative and quantitative point totals for the ranked bidders. The Evaluation Committee
will recommend and rank the three (3) bidders.
Phase 2: Qualitative Criteria Maximum Points 45
Interview of Personnel 45: (Only additional points added to Phase 1 scores)
Phase 3: Quantitative Criteria Maximum Points 35
Cost Proposal to include Overhead & Profit.
Maximum Point Total 180 points
The Committee was able to discuss the above criteria in length, they proceeded to score the
Qualitative Phase I which included the Risk Assessment Plan; Past Work Performance
Evaluations Surveys; and the Qualifications of the Firm.
After the Committee provided their scores for Phase I, the Committee proceeded to the
Qualitative Phase 2, Personnel Interviews, which included a small Presentation by each
Bidder, followed by 45 minute interviews, were the Lead Designer and the Construction
Project Manager of each Contractor were questioned extensively.
Commission Memo
Invitation to Bid (ITB) No. 36-05/06 for Design/Build Services for Neighborhood No.7 - Nautilus Right-of-Way Infrastructure
Improvement Project.
October 11. 2006
Page 5 of 11
Upon completion of the Qualitative Phase 2, the Evaluation Committee carried over the
scores for the Qualitative Phase 1 and added their score for Phase 2, the tabulation of
Qualitative Phases 1 and 2 are as follows:
QUALITATIVE PHASE 1 SCORES
Evaluation Committee Member
Company Karen Rivo Keith Sara Fernando Jo
(Chair) Mizell Gutierrez Vazquez Admundsson
Lanzo Construction ComDany
Risk Assessment Plan 13.3 22 24 20 34
Past Work Performance 25 23 28 25.5 25
Qualifications of Firm 25 19 17 13.5 19
TOTALS: 63.3 64 69 59 78
MCM CorD.
Risk Assessment Plan 25.3 19.3 19.3 24 38.6
Past Work Performance 28 28 25 28.4 29
Qualifications of Firm 9 21 17 14.5 16
TOTALS: 62.3 68.3 61.3 66.9 83.6
Ric-Man International, Inc.
Risk Assessment Plan 18.6 22.6 31.3 28.6 21.3
Past Work Performance 30 32 30 30.75 32
Qualifications of Firm 25 25 25 18 21
TOTALS: 73.6 79.6 86.3 77.35 74.3
QUALITATIVE PHASE 2 SCORES
Evaluation Committee Member
Company Karen Rivo Keith Sara Fernando Jo
(Chair) Mizell Gutierrez Vazquez Admundsson
Lanzo Construction ComDany
Personnel Interview 31.5 18.9 22.5 15.3 33.3
MCM CorD.
Personnel Interview 39.6 22.95 29.7 35.77 36
Ric-Man International, Inc.
Personnel Interview 42,3 34.65 42.3 44.55 40.5
Company
Karen
Rivo
(Chair)
Keith
Mizell
Sara
Gutierrez
Fernando
Vazquez
Jo
Admundsson
Lanzo Construction Com
Phase 1
Phase 2
Commission Memo
Invitation to Bid (ITB) No. 36-05/06 for Design/Build Services for Neighborhood No, 7 - Nautilus Right-of-Way Infrastructure
Improvement Project.
October 11 , 2006
Page 6 of 11
Immediately after the completion of the Qualitative Criteria scoring by the Committee the
Procurement Director publicly opened the sealed price proposals and sealed overhead and
profit percentages. The bid price as well as the Overhead and Profit are as follows for all
three bidders:
Lanzo Construction Company Bid Price:$27,142,025.00 15% overhead and 10% profit
MCM Corp. Bid Price:$42,305,025.00 5% overhead and 10% profit
Ric-Man International, Inc. Bid Price:$27,110,221.00 10% overhead and 12% profit
The Evaluation Committee discussed scoring options and opted to score based on each
members judgment as to the bid price and their evaluation of the overhead and profit
margins, it was logical to the Committee that the lowest bid should receive the highest score
of the 35 points allotted for Quantitative Phase III. The other 2 bidders would receive
proportionate scores based on each member's judgment. The following are the Quantitative
scores:
QUANTITATIVE PHASE 3 SCORES
Evaluation Committee Member
Karen Keith Sara Fernando
Company Rivo Jo Admundsson
(Chair) Mizell Gutierrez Vazquez
Lanzo Construction Company
Bid Price - Overhead/orofit I 18 25 33 12.53 120
MCM Corp.
Bid Price - Overhead/orofit 10 15 128 10 I 18
Ric-Man International, Inc.
Bid Price - Overhead/orofit 35 32 32 12.57 35
Upon completion of the Quantitative Phase 3 scoring the Committee added both the
Qualitative and Quantitative score to arrive at a final grand total score which was used to
rank and three bidders.
FINAL SCORE
Qualitative & Quantitative
Company
Evaluation Committee Member
Karen
Rivo
(Chair)
Keith
Mizell
Sara
Gutierrez
Fernando
Vazquez
Jo Admundsson
Lanzo Construction Com an
Qualitative
Quantitative
Commission Memo
Invitation to Bid (ITS) No. 36-05/06 for Design/Build Services for Neighborhood NO.7 - Nautilus Right-of-Way Infrastructure
Improvement Project.
October 11, 2006
Page 7 of 11
Upon completion of the Qualitative and Quantitative scoring the Committee arrived at
consensus and ranked accordingly:
LEGEND:
Ric-Man International, Inc. 5 First place scores = TOTAL 5
(Ranked 1 st)
Lanzo Construction Company 3 Second place scores=6 + 2 Third Place scores=6 = TOTAL 12
(Ranked 2nd)
MCM Com. (Ranked 3rd) 2 Second olace scores=4 + 3 Third olace scores=9 = TOTAL 13
RIC-MAN INTERNATIONAL, INC.
The RIC-MAN International TEAM is composed of the following:
· RIC-MAN International, Inc. - Prime Contractor
· A & P Consulting Transportation Engineers, Corporation - Prime Designers
· Chen and Associates - QAlQC and MOT Design
· Rosenberg Design Group - Landscape Design
· Geosol, Inc. - Geotechnical Engineering
· Polaris 3 Surveyors and Mappers - Surveying Services
The following highlights RIC-MAN International, Inc.'s TEAM commitment and
accomplishments:
· Past experience in Design/Build Projects. The RIC-MAN Team just recently
successfully completed one of the largest renovation and reconstruction roadway
projects for the City of Miami Beach. The Washington Avenue Project from 5th Street
to Lincoln Road. This project was completed ahead of time and within budget.
· Past experience in Neighborhood Infrastructure Improvement Projects. RIC-MAN
international has completed more than 6 neighborhood infrastructure improvement
projects.
· Design and Construction Project Management expertise, with the necessary support
to maintain technical progress and implement manpower adjustments as required as
required by the City during the length of the contract.
· They will provide a results-oriented team with highly qualified Engineers and
Contractors.
· Contract coordination; as shown in the Washington Avenue project, keeping on-
going communication through-out the life of the project with the City of Miami Beach
Project Manager and Hazen and Sawyer the City's Program Manager.
· APCTE's commitment to this project by assigning Mr. Carlos M. GiI-Mera, PE., one
of the Principal's of APCTE as the Design Project Manager. Mr. Mera will be involved
from the Notice to Proceed (NTP) throughout the design and into the construction
phase.
REFERENCES:
The City's Procurement Division secured a Kroll Financial Data Report which shows that
RIC-MAN International, Inc. has been in business since 1982 as a General Contractor in the
State of Florida. Their Tradeline and Financial Status is stable, and there are no Public
Records Filings (Lawsuits) or any complaints through the Better Business Bureau.
Commission Memo
Invitation to Bid (lTB) No. 36-05/06 for Design/Build Services for Neighborhood No.7 - Nautilus Right-of-Way Infrastructure
Improvement Project.
October 11, 2006
Page 8 of 11
The following references are provided by previous clients of RIC-MAN International, Inc.
Mr. Dan Pollio, Project Manager
City of Plantation
Turnpike and Sunrise Boulevard Project
"I would have no problem in working with Ric-Man in any other project I oversee"
Mr. Pat McGregor, Project Manager
Broward County, Florida
Washington Park Watermain Replacement and Stormsewer Improvements
"Worked well with residents to minimize complaints"
Mr. Russell White, Public Services Manager
City of Tequesta, Florida
Watermain Replacement and Drainage System Improvements
"I would hire them again"
Mr. Steve Lucas, Project Manager,
Suffolk Construction
Streetscape Improvement Projects
"Excellent Contractor, Albert Dominguez was always helpful"
CONCLUSION
The Administration recommends approval of the attached Resolution accepting the
recommendation of the City Manager pertaining to the Ranking of Bids received, authorizing
the Administration to enter into negotiations with Top-Ranked Contractor of Ric-Man
International, Inc., the Lowest and Best Bidder pursuant to Invitation to Bid (ITB) No. 36-
05/06, for Design/Build Services for Neighborhood No. 7 - Nautilus Right-of-Way
Infrastructure Improvement Project; and should the Administration not be able to
successfully negotiate an Agreement with Ric-Man International, Inc., authorizing the
Administration to enter into negotiations with the second-ranked Contractor of Lanzo
Construction Company.
T:\AGENDA\2006\oct11 06\Regular\ITB-36-05-06A-Nautilus-MEMO.doc
Commission Memo
Invitation to Bid (lTB) No. 36-05/06 for Design/Build Services for Neighborhood No, 7 - Nautilus Right-of-Way Infrastructure
Improvement Project.
October 11, 2006
Page 9 of 11
ATTACHMENT "A"
I
--
~ w. ~11 ST.
<{
t::1 W. 50 ST.
~
o
es W.
I
~
~
....- ..
....--....-.--
.
- - - -
-.
-.
N. "f..$. - -.
- .
- BISCA YNE - -
- - . BAY -
>-.
-~ .
m:
1-- !i
- -
- - Z.=-I
. <(
- is
-. Z
1-
~
NEIGHBORHOOD No. 7 - NAUTILUS ROW IMPROVEMENTS PROJECT
CITY OF MIAMI BEACH
LOCA nON MAP
Commission Memo
Invitation to Bid (ITB) No. 36-05/06 for Design/Build Services for Neighborhood No.7 - Nautilus Right-of-Way Infrastructure
Improvement Project.
October 11, 2006
Page 10 of 11
DB .PM Ouestions
September 18, 2006
ATTACHMENT "B"
Interview Instructions
Give questions to the person being interviewed at the beginning of the interview session.
Repeat each question twice. Ask clarification questions if the interviewee does not
answer the question to the satisfaction of the interviewers. Refrain the answering of
questions to the interviewed person. If more than one key person is interviewed, keep the
second individual outside of the interview room until it is their turn. Rate the interviewed
person with the accompanying rating sheet. Answers should be short. Instruct the
interviewed person that the interview time is only 20 minutes.
Interview TJme
20 minutes maximum
OuntioDs
1. Are you comfortable with the fact that your answers here in this interview will
become a part of your quality control plan and contract?
2. What design-build experience qualifies you to work on this project?
3. What similar projects have you worked on?
4. What is unique about this project?
S. What will you do differently on this project than previous projects that shows
personal and company continuous improvement?
6. What will you do differently from other contractors on this project?
7. What are your personal goals on this project?
8. From studying the requirements of this project, what do you see as the five largest
risks in this project, and how will you minimize the risks?
9. How will you verify and justify the prices for the contract using baselines, other
project costs, best value bids?
10. How will you select your critical subcontractors?
11. Are you willing to select your critical subcontractors based on best value and not low
price?
Commission Memo
Invitation to Bid (lTB) No, 36-05/06 for DesignlBuild Services for Neighborhood No, 7 - Nautilus Right-of-Way Infrastructure
Improvement Project.
October 11, 2006
Page 11 of 11
12. How will you minimize the chance of change orders once the contract is awarded?
13. Are you willing to do a preplanning and quality control plan before the start of the
project, and before construction begins?
14. Are you willing to take control of the project, and minimize the risk of
nonperfonnance of all participants, even the ones who you do not have direct control
over?
15. Are you willing to send in a weekly risk report listing status and unforeseen risks,
measuring your performance based on your own schedule and cost plan, and
identifying the best methods to minimize the risk?
16. Do you understand that the quality control plans (schedule, milestones, prioritized list
aftisks and minimization oftists, and QA plan) will be in your contract?
17. Are you willing to minimize the risk ofnonperfonnance of participants who are
beyond your control, which includes proper coordination and preplanning?
18. Draw out the major activities during the design-build project with approximate time
frames. Also identify the major decision points and risks in the project. You have
_ minutes to answer this question.