Item Coversheet

Resolutions - R7  H




COMMISSION MEMORANDUM

TO:Honorable Mayor and Members of the City Commission 
FROM:Jimmy L. Morales, City Manager 
DATE:September  26, 2018
 



SUBJECT:

A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO AWARD AN AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2018-196-KB FOR DESIGN/BUILD SERVICES FOR CANOPY AT NORTH BEACH BANDSHELL (PHASE II), TO DESIGN-BUILD CONSTRUCTION, INC., WITH THE GUARANTEED MAXIMUM PRICE (GMP) IN THE AMOUNT OF $534,960.00; AND AUTHORIZING A FIVE PERCENT (5%) OWNER'S CONTINGENCY FOR THE PROJECT IN THE AMOUNT OF $26,746; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A DESIGN BUILD AGREEMENT WITH DESIGN-BUILD CONSTRUCTION, INC.


RECOMMENDATION

Adopt the Resolution.


ANALYSIS

A recommendation from the Mayor’s Blue Ribbon Panel, indicated that a series of events, festivals, fairs and other activity at the North Beach Bandshell would provide year round programming for the community and attract visitors to North Beach. They recommended that a Canopy or other structure able to cover the audience area, would facilitate these activities, regardless of weather. The City of Miami Beach therefore sought a qualified firm to design, manufacture and install a custom Canopy at the North Beach Bandshell.

 

The Design/Build Firm (DBF) shall be responsible for the design, permitting, manufacture, installation, and construction of the Canopy at North Beach Bandshell.  The Project includes a custom single support canopy, with approximately 4000 square feet of coverage, at the North Beach Bandshell Facility. The cover shall be removable from the frame of the canopy. LED Lighting shall be provided under the canopy, as may be required for life safety. Provide a lightning protection system for the Canopy. Drainage shall be provided for the rainwater runoff from the canopy, which shall be disposed of on site. Provisions shall be made for the restoration of all construction and landscaping disrupted as a part of the proposed construction. Include the option for the use of photovoltaic panels, with the necessary components, to provide the option of solar power for the LED lighting.

 

RFP PROCESS – PHASE I

On April 11, 2018, the City Commission directed the Administration to issue a Request for Proposals (RFP) for design/build services for right of way infrastructure improvement program for Flamingo Park Neighborhood. The RFP was released on April 12, 2018, with an opening date of May 25, 2018. A pre-proposal conference to provide information to the proposers submitting a response was held on April 24, 2018.

 

In accordance with Section 287.055, 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 I are authorized to proceed to Phase II 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 I, the City received proposals in response to the RFP from the following firm:

  • Design-Build Construction, Inc.

 

On August 9, 2018 the City Manager appointed the Evaluation Committee via LTC # 441-2018. The Committee convened on August 16, 2018 to consider proposals received under Phase I. The Committee was comprised of Benton Galgay, Director of Operations, The Rhythm Foundation, Inc.; Mark Milisits, Division Director, Tourism, Culture and Economic Development Office of Real Estate, City of Miami Beach; James Murphy, Chief of Urban Planning, Planning Department, City of Miami Beach; Colette Satchell, Senior Capital Projects Coordinator, Capital Improvement Projects Office, City of Miami Beach; Daniel Veitia, Resident Representative from North Beach.

 

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, references, and a copy of the proposal.  The Committee was instructed to score the proposal pursuant to the evaluation criteria established in the RFP. The evaluation process resulted in the scoring of the proposal received as indicated in Attachment A.

 

On August 17, 2018, after reviewing all the qualifications of the sole proposal and having considered the Evaluation Committee’s comments and scorings, the City Manager approved for Design-Build Construction, Inc. to be shortlisted for Phase II consideration.

 

RFP PROCESS – PHASE II

Upon receipt of the Design Criteria Package (DCP) from Capital Improvement Projects, On August 20, 2018, the Procurement Department issued Phase II of the RFP process to the short-listed proposer. A pre-proposal conference to provide information to the short-listed proposers was held on August 30, 2018. On September 13, 2018, the City received proposals in response to Phase II of the RFP from Design-Build Construction, Inc.

 

The Evaluation Committee, appointed by the City Manager via LTC # 441-2018, convened on September 17, 2018 to consider the technical proposal received under Phase II. The Committee was comprised of Benton Galgay, Director of Operations, The Rhythm Foundation, Inc.; Mark Milisits, Division Director, Tourism, Culture and Economic Development Office of Real Estate, City of Miami Beach; James Murphy, Chief of Urban Planning, Planning Department, City of Miami Beach; Colette Satchell, Senior Capital Projects Coordinator, Capital Improvement Projects Office, City of Miami Beach; Daniel Veitia, Resident Representative from North Beach.

 

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 the proposal, and engaged in a question and answer session with the proposer.  The Committee was instructed to score the proposal pursuant to the evaluation criteria established in the RFP for Phase II. The evaluation process resulted in the scoring of the proposal as indicated in Attachment B.

 

Design-Build Construction, Inc.

According to the information provided by the firm, Design-Build Construction, Inc. has assembled a talented team with exceptional qualifications for this small but design sensitive project. Since Design-Build Construction Inc.'s offices are located on Miami Beach, it is quite easy for us to establish a close working liaison with the City to make this a very successful project.

 

To better serve the needs of the architectural clients who sought a single-source, comprehensive approach to the project delivery process, Giller & Giller, Inc. (one of Florida’s oldest architectural firms) established Design-Build Construction, Inc. as its construction arm. Design-Build Construction, Inc. provides full service, state-wide general contracting services for commercial, institutional and residential projects. This talented team has established a “word of mouth” reputation for effectively producing a high quality design project within the budget and time constraints of the Owner. By integrating the tasks of the two entities, the transition from design to bid to construction is seamless. Budget issues are integrated in the development process early in the design phases. Project scheduling evolves before the construction documents are finished. During construction, field issues are immediately resolved without “finger-pointing” between the designers and the contractors. Through the integrated design and construction team, the Giller organization has been able to return to the “master builder” concept for the construction process.

 

Since its founding in 1944, as Norman M. Giller & Associates, Giller & Giller, Inc. has evolved from a one-man office to a team of professionals engaged in a full range of architectural services. It is Miami Beach’s oldest architectural firm and one of the oldest in Florida.

 

After decades of experience in the fabric architecture industry as founders of FTL Design Engineering Studio, and FTL Happold, Inc, Todd Dalland, Robert Lerner and Colin Touhey started Pvilion in 2011 to create an all-encompassing technology design, engineering, and manufacturing operation in Brooklyn, NY. Pvilion integrates flexible solar cells with bendable substrates like fabric, composites and stainless steel to create innovative, lightweight shade and solar structures that produce power.

 

Eventstar (ES), founded in 1998, is a South Florida-based event consulting firm with services ranging from event productions to temporary climate and power solutions to a full-scale manufacturer of temporary structures. Servicing event markets worldwide for almost two decades, ES has become recognized for its unique designs of permanent and semi-permanent event venues. This has afforded the company with the opportunity to compete with companies internationally in both the temporary structure and equipment rental industries, while still maintaining its own identity.

 


CONCLUSION

After reviewing all the submissions and the results of the evaluation process, I find that Design-Build Construction, Inc., provided the best overall combination of technical proposal and cost. Some of the highlights of the Design-Build Construction, Inc. technical proposal, as articulated by the Evaluation Committee, include:

  • The conceptual design provided by Design-Build Construction, Inc. is the least intrusive of all the designs and ideas which have developed for this project.

  • Additionally, it is the simplest design and most cost effective design for this project.

  • The ring around the canopy design becomes a modern day interpretation of the circles/concrete slabs at the bandshell.

  • The design preserves the open air quality of the bandshell and does not make you feel like there is a ceiling.

  • The proposal includes as an additive alternate, an allowance to provide a flexible photovoltaic panel system to accommodate ambient lighting, emergency lighting and limited power with battery backup for 24 hours.

 

Therefore, based on the combination of  the technical proposal and cost, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to award Design-Build Construction, Inc., pursuant to Request for Proposals (RFP) No. 2018-196-KB for Design/Build Services for Canopy at North Beach Bandshell (Phase II), to Design-Build Construction, Inc., with the Guaranteed Maximum Price (GMP) in the amount of $534,960.00, which includes the additive alternate; and authorize a five percent (5%) Owner’s Contingency for the Project in the amount of $26,746.00, for a total not-to-exceed amount of $561,706.00; and further authorizes the Mayor and City Clerk to execute a Design Build Agreement with Design-Build Construction, Inc.


FINANCIAL INFORMATION

$534,960     Guaranteed Maximum Price

$  26,746     5% Owner’s contingency

$561,706     Total


Amount 1$534,960Account 1307-0820-069357-26-410-552-00-00-00-20627
Amount 2$ 26,746 (Owner’s contingency)Account 2307-0820-069357-26-410-552-00-00-00-20627
Total$561,706
Legislative Tracking
Capital Improvement Program/Procurement

ATTACHMENTS:
Description
Attachment A: Phase I Evaluation
Attachment B: Phase II Evaluation
Resolution