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