Loading...
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.