Item Coversheet
 Consent Agenda
9.9.


City of North Miami Beach
17011 NE 19 Avenue
North Miami Beach, Fl 33162
305-947-7581
www.citynmb.com

MEMORANDUM



 

TO:Mayor and City Commission
FROM: City Manager Arthur H. Sorey, III
VIA: Andrea Suárez Abastida, PMP, NMB Water Director
Donna Rockfeld, CPPB, Chief Procurement Officer
DATE:October  19, 2021



 RE: Resolution No. R2021-107 Design Build Services For Norwood-Oeffler Water Treatment Plant RFQ-21-025-MC


Description
 
BACKGROUND ANALYSIS:


 

In an effort to provide Excellent Municipal Services, in a financially responsible manner, consistent with our Strategic Plan, the City of North Miami Beach issued RFQ-21-025-MC - DESIGN-BUILD SERVICES FOR NORWOOD-OEFFLER WATER TREATMENT PLANT with electronic notices posted on the City’s website and Bidsync.com, with electronic notification sent to over 5,195 suppliers on June 10, 2021, in accordance with Florida Statute 287.055 and the City of North Miami Beach’s City Code.
In addition, the RFQ was also advertised in the Daily Business Review and on Water Design Build Council website.

On June 29, 2021, at a publicly advertised meeting, the City hosted a pre-submittal conference and NMB Water site visit. The City received questions from potential suppliers and issued responses and clarifications via Bidsync.com.

The City Manager established an Evaluation Committee comprised of the NMB Water Director, Senior Program Manager, CIP Program Manager, and Construction Manager.

On July 30, 2021, the City received and opened submission of qualifications (RFQ) from three (3) Proposers: Garney Companies, Inc., Brown and Caldwell – Haskell, A General Partnership, and PCL Construction Inc.

Procurement Management Division conducted an administrative review of the submissions and on September 14, 2021, at a publicly advertised meeting, the Evaluation Committee meet with Procurement to review the established evaluation criteria, including but not limited to: project understanding, technical resources, capabilities, key personnel, relevant project experience, financial statements, and references.

On September 15, 2021, Garney Companies, Inc., Brown and Caldwell – Haskell, A General Partnership, and PCL Construction Inc. were sent requests for oral presentations and discussions regarding their qualifications, approach to the project, and ability to furnish the required services.

On September 29, 2021, at a publicly advertised closed meeting, the Proposers presented oral presentations and conducted a discussion period with the Evaluation Committee.

On September 30, 2021, at a publicly advertised meeting, the Evaluation Committee meet to discuss the qualifications presented in the Proposals and oral presentations.  After discussions, the committee completed the scoring, results are as follows.

PCL Construction Inc .................................................................... 85.00
Brown and Caldwell – Haskell, A General Partnership ................. 80.00
Garney Companies, Inc. ............................................................... 74.33

 RECOMMENDATION:


 

Ranking of the respondents based on the scoring:

 

1st ..................................PCL Construction Inc.
2nd ................................Brown and Caldwell – Haskell, A General Partnership
3rd ..................... Garney Companies, Inc.

 

The three (3) member Evaluation Committee recommends the City Manager, after conducting his due diligence, concur with the ranking of the Proposers as listed above and recommend that the City Commission approve the ranking and authorize the City Manager to negotiate with the 1st ranked Proposer, PCL Construction Inc. and in accordance with Florida Statutes should the negotiations reach an impasse then negotiate with 2nd ranked then the 3rd ranked.

 FISCAL/ BUDGETARY IMPACT:
 



ATTACHMENTS:
Description
Recommendation to the Manager
Resolution No. R2021-XXX RFQ-21-025-MC Design Build Services for Water Plant