Loading...
HomeMy WebLinkAboutBack-Up Documents - Evaluation CommitteeCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. DATE: November 29, 2018 FILE: ity-Manager FROM: Annie Perez, Department of Procuremen SUBJECT: Appointment of Evaluation Committee for Request for Proposals (RFP) No. 18-19-005, Design -Build Services for the Dinner Key Marina Repairs and Restoration Project REFERENCES: RFP No. 18-19-005 The Procurement Department ("Procurement"), on behalf of the Office of Capital Improvements ("OCI") and the Department of Real Estate and Asset Management (DREAM), issued RFP No. 18-19-005 on November 7, 2018, for Design -Build Services for the Dinner Key Marina Repairs and Restoration Project. It is respectfully requested that you approve the appointment of the following individuals to serve as members of the Evaluation Committee to evaluate and score proposals due on December 6, 2018. Each proposed member has the requisite knowledge and experience to evaluate the proposals pursuant to the RFP. Chairperson (non -voting) Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement, City of Miami ("COM") City of Miami Committee Members (voting) Hector Badia, Assistant Director, OCI, COM Andrew Schimmel, Sr. Project Representative, DREAM, COM External Committee Members (voting) Carolina Alfonso, AIA, NCARB, LEED®AP, Construction Projects Manager, Miami -Dade County ("MDC") Department of Cultural Affairs Jose Hevia, RA, CGC, President, Aligned Bayshore Marina, LLC Enrique Perez, BS, MBA, Chief of Construction for Facilities Development, MDC Aviation Department Alternate Committee Members Jose L. Oliveros, Chief Project Manager, OCI, COM Mark Burns, Lease Manager, DREAM, COM APPROVED: % l,J/ Emil T. Gonzalez, Ph.J10., City Manager Date AP: fvp c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Rafael Suarez -Rivas, Chief Assistant City Attorney Daniel Rotenberg, Director, DREAM Steven C. Williamson, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR1 9025 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Procurement DEPT. CONTACT PERSON: Fernando Ponassi/Luis Caseres EXT. 1902 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ❑ NO TOTAL CONTRACT AMOUNT: FUNDING INVOLVED? ❑ YES ❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) City Manager Memo ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY) Report of Evaluation Committee for RFP No 18-19-005, Design -Build Services Dinner Key Marina Repairs and Restoration Pro'ect ,6104.4 COMMISSION APPROVAL DATE: / / FILE ID: ENACTMENT NO.: r , a14.4 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date Signature/P jnt- APPROVAL BY DEPARTMENTAL DIRECTOR /f/ A�rrnte-P z / )6("" SUBMITTED TO RISK MANAGEMENT N/A Ann -Marie Sharpe SUBMITTED TO CITY ATTORNEY N/A Victoria Mendez APPROVAL BY BUDGET OFFICE N/A Chris Rose APPROVAL BY ASSISTANT CITY MANAGER r1/I/ Sandra ridgeman �� APPROVAL BY ASSISTANT CITY MANAGER 3 f f Nzeribe Ihekwab APPROVAL BY DEPUTY CITY MANAGER Si/ Joseph F. Napoli \ A 4 2 -/ RECEIVED BY CITY MANAGER Emilio T. Gonzalez, Ph.D. 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT N/A PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR19113 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D., City Manager FROM: Annie Perez, it co Department of Procurement DATE: March 28, 2019 SUBJECT: Report of Evaluation Committee for RFP No. 18-19-005, Design -Build Services for Dinner Key Marina Repairs and Restoration Project ENCLOSURES: Response Security List, Evaluation Committee Tabulation Sheets, and Evaluation Committee Appointment Memo Background On November 7, 2018, the Department of Procurement ("Procurement") issued Request for Proposals ("RFP") No. 18-19-005 for the provision of Design -Build ("D/B") Services for the Dinner Key Marina Repairs and Restoration Project ("Project"), on behalf of the Department of Real Estate Asset Management (DREAM). While governed by Florida Statutes Section 287.055, any typical D/B selection is comprised of two (2) steps. On December 6, 2018, Procurement received three (3) Step 1 Proposals in response to this solicitation. Subsequently, the proposals were reviewed by Procurement staff, upon which one (1) proposal, submitted by Kearns Construction, Co. (Kearns), was deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFQ. The other two (2) proposals, submitted by Dock and Marine Construction, Corp. and Marina Utilities, Inc., were deemed non -responsive and, therefore, disqualified from the procurement process for failure to meet the minimum requirements of the RFQ. Summary of Evaluation On January 31, 2018, the Evaluation Committee ("Committee") met and completed the Step 1 evaluation of the only responsive and responsible proposal, following the guidelines stipulated in the solicitation. The proposal was evaluated pursuant to the four (4) evaluation criteria listed below: Maximum Points (Per Committee Member) 1. Qualifications and Experience of the Team 100 2. Proposer's Qualifications and Experience 100 3. Qualifications of Project Manager and Construction Manager 100 4. Past Performance of the Firms 100 Evaluation Criteria Step 1 After the evaluation and scoring activities were completed, Kearns' Step 1 proposal garnered a total of 1,732 points over a possible total of 2,000 points, or 87%. As a result, the Committee voted unanimously to advance Kearns to the Step 2 phase of the selection process, and required that an oral presentation be conducted to allow Kearns to present its Technical Proposal, and the Committee to ask further questions on its merits. Subsequently, on March 18, 2019, Procurement received a Step 2 Technical Proposal, inclusive of a Price Proposal, from Kearns, the sole responsive and responsible Proposer in this selection process. PR 19113 1 Page 2 — Design -Build Services for the Dinner Key Marina Repairs and Restoration Emilio T. Gonzalez, Ph.D., City Manager On March 26, 2019, the Committee met and evaluated Kearns' Technical Proposal and received a full presentation by Kearns on the proposed solution for the project, following the guidelines stipulated in the solicitation. The proposal was evaluated pursuant to the four (4) evaluation criteria listed below: Evaluation Criteria Step 2 Maximum Points (Per Committee Member) 1. Design & Construction Approach and Process 100 2. Contract and Financial Compliance 100 3. Technical Capabilities 100 4. Price 300 After the evaluation and scoring activities were completed, Kearns' Step 2 proposal garnered a total of 2,805 points over a possible total of 3,000 points, or 94%. As a result, the Committee voted unanimously to recommend to the City Manager that negotiations of a D/B agreement be initiated with Kearns. The tabulation and individual Committee member score sheets for both Steps 1 and 2 meetings are attached as supporting documentation. Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, Messrs. Andrew Schimmel (DREAM), Hector Badia and Jose Oliveros (OCI), to commence negotiations with the highest ranked firm, Kearns, for a Design -Build Agreement to provide design -build services for the Dinner Key Marina Repairs and Restoration Project. In addition, the Committee nominated a representative from DREAM (name to be determined) and Mr. Robert Fenton (OCI) as Technical Advisors for the Negotiations Committee. Should negotiations with Kearns fail, the Committee further recommends rejecting all proposals, canceling the current RFP, and authorizing Procurement to issue a new RFP, in accordance with Section 18-87 of the City of Miami Code. Approved: Emilio T on alez, Ph:D., City Manager Date: c. Joseph F. Napoli, Deputy City Manager, COM Fernando Casamayor, Assistant City Manager, COM Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, COM Sandra Bridgeman, Assistant City Manager/Chief Financial Officer, COM Steven C. Williamson, Director, OCI, COM Daniel Rotenberg, Director, DREAM, COM Rafael Suarez -Rivas, Sr. Assistant City Attorney, City Attorney's Office, COM Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement, COM PR 19113 2 CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: for Dinner Key Marina Repairs and Restoration Project BID NUMBER: RFP No. 18-19-005 DATE BID OPENED: December 6, 2018 TIME: 3:00 pan. BIDDER BID TOTAL BID BOND (ER' AMOUNT CASHIER'S. CHECK Dock and Marine Construction See attached See attached Marina Utilities See attached See attached Kearns Construction CO CCJC See attached See attached ,,, ce. w., .). ,,,, .„ ....., • " 0' . .-.'"' ,....-• , „ .''''7 ' &.• ,., .., ,. , ,,, • . ''rN' 1 ',:: ' •`:1 t'' •:'''' ''' 'Y' , f;,;\ ;4' ''''' 11 4 t4" ,t<' . \ 1 . • t , ,•1. ,,,,r' „ c ,,, .: • u., t., 4 ,,,, \ ,.., Received (3) bid(s) on behalf: Procur ment PREPARED BY: City D artmen A V Deputy City Clerk STEP 1 MEETING JANUARY 31, 2019 EVALUATION COMMITTEE CITY OF MIAMI DESIGN -BUILD SERVICES FOR THE DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT REQUEST FOR PROPOSALS (RFP) NO. 18-19-005 TABULATION SHEET, RFP NO. 18-19-005 Andrew Schimmel, DREAM, City of Miami (COM) Hector Badla, Office of Capital Improvements, COM Jose Oliveros, Office of Capital Improvements, COM L. Carolina Alfonso, Cultural Affairs, Miaml-Dade County (MDC) Enrique Perez, Aviation Department, (MDC) SUB -TOTAL Average TOTAL Qualitative Points Qualitative RANK Local Preference Ranges Local Preference RANK FINAL RANK NAME OF FIRM(S) WA 1 KEARNS CONSTRUCTION, CO. 1A- Qualifications and Experience of the Team (Max 100 points) 1 B - Proposer's Qualifications and Experience (Max 100 points) 1C - Qualifications of Project Manager and Construction Manager (Max. 100 points) 1D - Past Performance of the Firms (Max 100 points) Tie Breakers for Total Qual= Total Qualitative Points for 1A, 1 B, 1C, and 1D, in that order. 95 96 95 97 383 80 80 85 90 335 90 80 85 100 355 84 87 88 90 349 75 70 85 80 310 424 413 438 457 85 83 88 91 1,732 87% 1 2 DOCK AND MARINE CONSTRUCTION (*) �Vllllildull4i�, l h' , , I < O1 r ,, ,i� III ,I 1 0 r 'y ^ -0 - 0 0 0 0 — - - 0 0 0 0 - - - 0 - - - - - - - - - - - DQ III GII71101IIII{111hx 111111 .. uII;IiIP'VIIII" 11 IGIfllllil,lyll hrG11111r114111 II I { a lu•I " I' If llll,l kl I' Irll{I IIIillll ?r ul1l y1 , ul1 hl I II a 1 r i, IA;= Qua iflceOons and Experience oft ie ,:; I„ a.. ..a;u, ` 1B.-Proposers Qualllicatlona and Experlen I C = Qua(fficatlons'of Project Manager andlCo"nstruction 1D"'-Past Performal ce'lofltheFi 1111 p Max.l"i00 lti( VIIII,I it ; Y ,rll p II hltllll Tie°IBreakersl for Total Qua1 TotallQualitat�I r IIIIII". i h011, I I' I+ 11I II I II IIIII Ill l p l llp�ryryl: p 4 l III earn (M _ quell s ,llli,l lcel(Max.l00polnts� , Ma r lager (Max ntsl, II mll!I IPA rlifl111 I P 11 III°II , , II1nI1 19 IIII Ive Polntsllfor IA, I IC,p II{I III hl l III 1 1 11 : i1114 rIIII: JIIIII a 11 ,IIi11.;II11 Illllll ulll{ Il hl;p _100,polnts)I II V I " II III j � I llll I II ill '1'II 1i tl a;1 V II I D 1EIInIThat Orde� 11'il lulu ' ,....., r IIP`. 1 1 11 1 , {! . „,I�, Isl11111"1 nfll4 1111110n11111"lye, p IPiIIY+I I I III'1'IIIll IIIIII III Iill ull'I jl:lll III it 3 MARINA UTILITIES (*) L11, , k u h . 1. 1 u I i 1l1 :u I. II 1 I 11C1I: I .., �. -0 0 0 0 - 0al 0 0 0 0 DQ 1Bropce tl Ta? ons '1 Qlsiffa,tl 11I B , I , 11III.-,,II IIl oro rI i,:aI PP ,. fh ua1„ I 1� aran ,a . 1 1u1I1�I]I p'mta Il1l e C:1 11I. tI l:uIlll I14 I I 11I.I�:� 1 r vr* P.oi r{lId II 1 ,. II . ,L on Ma �11 ns a r(Max. B 1C , �, 1 I11u1� ,i QII II 0: orits TA�aOrd�� III.rlI LII6mvI 11 •Fernando l,l1 � , l :f 1z V. Ponassi, City of Miami Non -Voting Chairperson r) Proposer was found to be non -responsive, and therefore disqualified for further consideration. STEP 2 MEETING MARCH 26, 2019 EVALUATION COMMITTEE CITY OF MIAMI DESIGN -BUILD SERVICES FOR THE DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT REQUEST FOR PROPOSALS (RFP) NO. 18-19-005 TABULATION SHEET, RFP NO. 18-19-005 Andrew Schimmel, DREAM, City of Miami (COM) Hector Badia, Office of Capital Improvements, COM Jose Oliveros, Office of Capital Improvements, COM L. Carolina Alfonso, Cultural Affairs, Miami -Dade County (MDC) Enrique Perez, Aviation Department, (MDC) SUB -TOTAL Average TOTAL Qualitative Points Qualitative RANK Local Preference Ranges Local Preference RANK FINAL RANK NAME OF FIRM(S) NIA 1 KEARNS CONSTRUCTION, CO, 2A- Design & Construction Approach and Process (Max. 100 points) 2B - Contract and Financial Compliance (Max. 100 points) 2C - Technical Capabilities (Max. 100 points) 2D - Price (Max. 300 points) Tie Breakers for Total Qua1= Total Qualitative Points for 2D, 2A, 2B, and 2C, in that order. 90 90 90 300 570 90 80 95 300 565 80 75 85 300 540 80 85 90 300 555 90 90 95 300 575 430 420 455 1500 86 84 91 300 87% 2,805 94% 1 2 DOCK AND MARINE CONSTRUCTION (*) IIII I 1': IIIII it r dIIII, p = III Il1 I IIhII I llllil Idl l h °I pII H IIIII III 1 ,IIII OIIIIIIII II ., II Iglu Ilpl II, I;I, II 0 JII I — 0 0 0 0 — 0 0 0 — — — — — 0 — — - — — - — — — — DQ 2A i �n & Construction, Approach and Process (Max. 2Bhr.Contract snd IFlnanclalrCompilance�(M 00 peinfsj art :>:*'s ,.7,. ,. n �, vl��a.�'I� i,ill 2C 1, Technical) Capablllliels (Max.100 points) pl l'l c' . t .�,,: III IIIIII l,u �;I I,II IIIIIIo ,I 2D ,PFrice (Msic.300 lwlr►ts) II ; , a, r l Tie BIll Ilrlfi s I, I� LI ,rIIIiII reakers for TotallQtial Total ivelPoi Ills for12D IIIII i f U points) i IIIII � ` I Ih II III. h dl III 12A,r2B and 22C,ll; in Ithatllorderl� s IIII III ,.'.I IIII II ' ,III ,I ul l ,` 111l IIIIII,h i' Vi III ;II'11111II , ,I pl,Il;q 'i �p IIII � l ,III II u II IIII 01,IllllllllI 11 I l Ildplll;l p i,1 g,.IIII II III, ; 3 MARINA UTILITIES (*) i L. II I �Iy „ I d I ...,.;I1. .,I�;.... ..I��...,�.�...I.... -- 0 0 0 0 o 0 0 0 — — — — — 0 — — — — — — DR 2C'TeIehni I.' .� ,eqI8reakersforT,a IIIllIV esigl ce , o. I I1.II IIIII Cons c om anFinancal Cabil�es xul300=P"lIlIL 1I�o.,. =P lIJsII,-k I roacd o; pincellax, ax:,100, gjvI, IV,."„ 00, p IvePollor2D,. n k^.l. � n I � 1 I I I l,II IC,i04111k , I .I .4i �u,- {I . 1 .IILI er l . P I, , Fernando V. Ponassi, City of Miami Non -Voting Chairperson fl Proposer was found to be non -responsive, and therefore disquarfied forfudher consideration. CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. �ity-Manner FROM: Annie Perez, Department of Procuremen DATE: November 29, 2018 FILE: SUBJECT: Appointment of Evaluation Committee for Request for Proposals (RFP) No. 18-19-005, Design -Build Services for the Dinner Key Marina Repairs and Restoration Project REFERENCES: RFP No. 18-19-005 The Procurement Department ("Procurement"), on behalf of the Office of Capital Improvements ("OCI") and the Department of Real Estate and Asset Management (DREAM), issued RFP No. 18-19-005 on November 7, 2018, for Design -Build Services for the Dinner Key Marina Repairs and Restoration Project. It is respectfully requested that you approve the appointment of the following individuals to serve as members of the Evaluation Committee to evaluate and score proposals due on December 6, 2018. Each proposed member has the requisite knowledge and experience to evaluate the proposals pursuant to the RFP. Chairperson (non.voting) Fernando V. Ponassi, MA Arch., MA PPA, LEEDCAP, Assistant Director, Procurement, City of Miami ("COM") City of Miaml Committee Members (voting' Hector Badia, Assistant Director, OCI, COM Andrew Schimmel, Sr. Project Representative, DREAM, COM External Committee Members (voting' Carolina Alfonso, AIA, NCARB, LEEDCAP, Construction Projects Manager, Miami -Dade County ("MDC') Department of Cultural Affairs Jose Hevia, RA, CGC, President, Aligned Bayshore Marina, LLC Enrique Perez, BS, MBA, Chief of Construction for Facilities Development, MDC Aviation Department Alternate Committee Members Jose L. Oliveros, Chief Project Manager, OCI, COM Mark Burns, Lease Manager, DREAM, COM APPROVED: D • r- Nr) Em)J' T. Gonzalez, Ph. ., City Manager Date AP: fvp c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, Ph.D., P.E,, Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Rafael Suarez -Rivas, Chief Assistant City Attorney Daniel Rotenberg, Director, DREAM Steven C. Williamson, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEEDCAP, Assistant Director, Procurement PR9 9025 From: PonasoiBootumira,Fernando Sent: Friday, December 14,2O1812:4UPK4 To: ]oseHevia' Cc: O|kerox Jose L.;[a|doina,Jose; Blankenship, Tim; Bodka,Hector; Schimmel, Andrew; Alfonso, LCarolina (CUA);Perez, Enrique (Aviation) Subject: RE: RFP No. 18'19'005, Design -Build Services for Dinner Key Marino Repairs and Rastomtion-Proposa|s Dear Mr. Hevia, Thank you for providing your Conflict 0fInterest F0[0. IOlight OftheGddKioD8 information provided h«you highlighting y0U[D@st@Od currentprofessional/commercial relationships with two of the three Proposers, adecision has been made to release you from any responsibility to serve asGmember of the Evaluation Committee, This decision was consulted with the City Atto0ey's Office, which has concurred with the Department [f Procurement's position tDavoid any perception Vfimpropriety V[undue influence during the review and evaluation Ofthe Proposers' qualifications and experience 8t the Step 1meeting. VVethank you for your interest h}serve 8G @OEvaluation Committee member, and 00look forward b}working with you iOfuture projects. Thank you, Best Regards, FernandoV. Ponano|,MA Arch., MA PPA,LEEDOAP Assistant Director City ofMiami Procurement Department 444SVV2�Avenue,6mFloor Miami, FL 33130 2/305\416'1902 CZ "Serving, Enhancing, and Transforming our Community" Mission: The City cf Miami Department of Procurement's mission is to ethically procure quality goods and services, design, construction and construction management services at the best value for the City, while providing excellent customer service, process efficiency, tnonopaenoy, feimaou, oompaiition, aouountabi|ity, and maintaining public trust. Please Note: Unless noted as "Florida Statute 119 Exempt," all communications (including email addresses)sent and received through the City ofMiami's email system are considered public record. The Florida Public Records AdrequimothoCdybomokeoUpub|ic records available for inspection and Voprovide copies upon request. Please govern yourself accordingly. From: Jose Hevia[moikolhevio@phnnemahna.cnm] Sent: Friday, December 14,%U1810:32AM To: Ponaxni8outureira,Fernando <FPonoxxi@nniamigov.com>;8adia,Hector <hbodia@miomigov.cnnn»; Schimmel, Andrew <ASchimmel@miamigov.com>; Alfonso, L. Carolina (CUA) <CARANA@miamidade.gov>; Perez, Enrique (Aviotion)<EPEREZ@miami'airpnrt.com> Cc: 0ivenDs,Jose L. ^i/O|ivanox@nOi80)gov.00m>; Ca|dair8,Jnse <ioa|d8|ru@miamiQOv.cnnn>; Blankenship, Tim <tb|unkenxhip@moffattniohoionm> 8ubjmct:RFPNo.1O'19'00S,Deoi0n-Bui|dSorvioeufnrDinnerKeyMer|noRepa)rsondRaxtorobnn-Propoxu|o Attached please find myConflict n[Interest Form and supplementary information. Please let ozn know if there are any questions 1 Sincerely jh Jose Hevia President Aligned Bayshore Marina, LLC 2550 South Bayshore Drive Suite 208 Miami, FL 33133 0: 305-858-9895 C: 305-710-4302 Prime Marina From: Ponassi Boutureira, Fernando <FPonassi(dmiamigov.com> Sent: Friday, December 7, 2018 4:42 PM To: Badia, Hector <hbadiaC miamigov.com>; Schimmel, Andrew <ASchimmelPmiamigov.com>; Alfonso, L. Carolina (CUA) <CARANA(miamidade.gpv>; Jose Hevia <iheviaPprimemarina.com>; Perez, Enrique (Aviation) <EPEREZiWmiami- airport.com> Cc: 0liveros, Jose L. <iloliveros@miamigov.corn>; Caldeira, Jose <jcaldeira@miamigovcom>; Blankenship, Tim <tblankenshipPmoffattnichol.com> Subject: RFP No. 18-19-005, Design -Build Services for Dinner Key Marina Repairs and Restoration - Proposals Good afternoon, Included below please find the link for you to download the three (3) proposals received yesterday in response to the referenced RFP. Also attached, there is a Conflict of Interest Disclosure Form that needs to be signed by each one of you to confirm that you do not have any conflict of interest with any firm (including, but not limited to, the Proposer and any other team member). Please acknowledge receipt of this email to ensure you are able to download the documents. Thank you. —Fernando 1.Dock&MarineConstruction Proposal 12-6-18.pdf. 2.MarineUtilities Proposal 12-6-18.pdf. 3.KearnsConstruction Proposal 12-6-1.8.pdf. Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP Assistant Director City of Miami Procurement Department 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 (305) 416-1902 FPonassiPmiamigov.com "Serving, Enhancing, and Transforming our Community" Mission: The City of Miami Department of Procurement's mission is to ethically procure quality goods and services, design, construction and construction management services at the best value for the City, while providing excellent customer service, process efficiency, transparency, fairness, competition, accountability, and maintaining public trust. Please Note: Unless noted as "Florida Statute 119 Exempt," all communications (including email addresses) sent and received through the City of Miami's email system are considered public record. The Florida Public Records Act requires the City to make all public records available for inspection and to provide copies upon request. Please govern yourself accordingly. 2 EVALUATION/SELECTION COMMITTEE MEMBER CONFLICT OF INTEREST DISCLOSURE FORM Request for Proposals (RFP) No. 18-19-005 (Conflict of Interest and Code of Ethics Ordinance, Section 2-11.1 of the Code of Miami -Dade County As a member of the Evaluation/Selection Committee to evaluate proposals for Design -Build Services for the Dinner Key Marina Repairs and Restoration Project, I acknowledge that I will comply with the Conflict of Interest and Code of Ethics Ordinance, Sec. 2-11.1 of the Code of Miami -Dade County. I understand that this Ordinance precludes me from, among other things, soliciting, accepting or agreeing to accept any gift as a result of my service on the Committee; from exploiting my position to secure special privileges or exemptions for myself or others; and from disclosing confidential information acquired by reason of my Committee service, or utilizing such confidential information for my personal gain or benefit, or for gain or benefit of any immediate family member. I certify that I do not control or direct any financial or other interest held personally or on behalf of any member of my immediate family (spouse, domestic partner, parents, stepparents, children, and stepchildren) in any vendor or affiliate of any vendor under consideration by this Committee, including any proposed subcontractor. I certify that to the best of my knowledge none of the owners, officers, or employees of the proposers for this solicitation was my immediate supervisor during the preceding eighteen -month period. I certify to the best of my knowledge that I, and the members of my immediate family, are not now employed by and have not been employed by any vendor or affiliate of such vendor under consideration by this Committee, including any proposed subcontractor. I certify that I have not been employed by any of the proposers during the preceding period of twenty-four months. I certify that I have not, and will not, have any communications regarding this solicitation to the extent prohibited by the "Cone of Silence." I certify to the best of my knowledge that I have not had discussions, conversations, offers, agreements, or arrangements for future employment with any entity or affiliate of such entity under consideration by this Committee, including any proposed subcontractor. I certify to the best of my knowledge that I have not solicited or accepted, nor will solicit or accept, gratuities, favors or anything of value with respect to the above referenced solicitation. I certify to the best of my knowledge that I have no business interest of any kind with any vendor or affiliate of such vendor under consideration by this Committee, including any proposed subcontractor, which might appear to create a conflict of interest except as noted below: Ne mimemo) Member s Signature Member's Name (Print) /12 /#' .20/ Membe ' ate ALIGNED BAYSHORE MARINA, LI:C 2550 South Bayshore Drive, Suite 208 Miami, Florida 33133 December 14, 2018 Mr. Fernando V. Ponassi Assistant Director City of Miami Procurement Department 444 SW 211d Avenue, 6th Floor Miami, Fl. 33130 Regarding: RFP No. 18-19-005 Conflict of Interest and Code of Ethics Ordinance, Section 2-11.1 of the Code of Miami -Dade County Dear Mr. Ponassi, Pursuant to your email correspondence dated December 12, 2018, attached please find my executed Conflict of Interest Disclosure Form, dated as of today. In addition, and as an attachment to the referenced Conflict of Interest Disclosure Form, please note the following: 1. One of the proposers, Dock and Marine Construction, performed some limited dredge work, and the installation of fourteen (14) boat lifts at our marina in 2016. The work was performed, and completed to our satisfaction. There is no other active relationship with Dock and Marine Construction. 2. One of the proposers, Kearns Construction, is a tenant in our building. Their office suite is located at 2550 South Bayshore Drive, Suite 206A, Miami, FL Aligned Bayshore Marina LLC manages and owns the building (under a master ground lease with the City of Miami). The relationship professional, and typical of a landlord and tenant relationship. 3. One of the proposers, Kearns Construction, is currently working for Aligned Bayshore Marina, LLC, for the demolition and reconstruction of our marina (Kearns scope of work excludes all utility work and upland work). The work is currently 98% complete, and the marina is scheduled to open early to mid -January 2019 (in approximately 30 days). The relationship is professional, and typical of a contractor and owner relationship. Regarding the above disclosures, to the best of my knowledge, I am not aware of anything that would pose a conflict of interest, or impair my objectivity in my role as one of the members of the Evacuation Committee for RFP No. 18-19-005. Please let me know if you require any additional information. President Aligned Bayshore Marina, LLC