Res. No. 080-01-11228RESOLUTION 80-01-11228
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI,FLORIDA,RELATING TO AUTHORIZATION TO NEGOTIATE A
CONSTRUCTION MANAGEMENT SERVICES AGREEMENT WITH NUMBER ONE
RANKED FIRM OF DOOLEY &MACK CONSTRUCTORS,INC.,FAILING THAT
WITH THE SECOND RANKED FIRM OF JASCO CONSTRUCTION CO.,FAILING
THAT TO THE THIRD RANKED FIRM OF STOBS BROS.CO.FOR
CONSTRUCTION MANAGER @ RISK SERVICES FOR THE PHASE TWO OF THE
CITYOFSOUTHMIAMIMULTIPURPOSECENTER.
WHEREAS,the City Commission desires to retain a qualified Construction
Manager firm to provide Construction Management Services for phase two of the City of
South Miami Multipurpose Center in Murray Park and
WHpREAS,pursuant to Florida Statute 287.055 the City published a Notice for
Professional Services,and
WHEREAS,the City received a total of six (6)responses as a result of the
published notice,and
WHEREAS,The City having followed the requirements established by Florida
Statute 287.055:Acquisition of Professional Services for Architects and Engineers,
recommends three top ranked firms in order of preference,and
NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSIONOFTHECITYOFSOUTHMIAMI,FLORIDA:
Section 1:That the City Commission approves the recommended ranking of the three top
ranked firms as follows:
1.Dooley&Mack Constructors,Inc.
2.Jasco Construction Co.
3.Stobs Bros.Construction Co.
Section 2:That the City Commission authorizes the administration to negotiate an
agreement for construction management services,including pre-construction services for
the City of South Miami Multipurpose Center with the first ranked firm.
Section 3:That if the City is unable to negotiate a satisfactory contract with the first ranked
firm the City must formally terminate the negotiation and undertake negotiations with
second ranked firm,failing that undertake negotiation with the third ranked firm.
Section 4:That the negotiated Construction Management Services Agreement is brought
backtotheCity Commission for approval.
PASSED AND ADOPTED this 12thday of June >2001.
Authorizationtonegotiateacontractwith
Dooley&MackConstructors,Inc.fortheMultipurposeCenterPhaseII
June8.2001
Page2of2Reg_Nq_80_0i-il228
ATTEST:
/fLA-AjU-L*.
CITYCLERK
READANDAPPROVEDASTOFORM:
CITYATTORNEY
MAYOR
CommissionVote:
MayorRobaina:
ViceMayorFeliu:
CommissionerRussell:
CommissionerBethel:
CommissionerWiscombe:Ye;
4-0
Yea
Yea
outofroom
Yea
CITY OF SOUTH MIAMI
INTER-OFFICE MEMORANDUM
To:Mayor and City Commission
From:Charles D.Scurr /O
City Manage
M^
Date:June 8,2001
Agenda Item #_
Comm Mtg.06-12-01
Re:Authorization to negotiate a contract
with Dooley &Mack
Constructors,Inc.for the Multipurpose
Center Phase II
REQUEST -
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH
MIAMI,FLORIDA,RELATING TO AUTHORIZATION TO NEGOTIATE A
CONSTRUCTION MANAGEMENT SERVICES AGREEMENT WITH NUMBER ONE
RANKED FIRM OF DOOLEY &MACK CONSTRUCTORS,INC.,FAILING THAT WITH
THE SECOND RANKED FIRM OF JASCO CONSTRUCTION CO.,FAILING THAT TO
THETHIRD RANKED FIRMOFSTOBSBROS.CO.FOR CONSTRUCTION MANAGER @
RISK.SERVICES FOR THE PHASE TWO OF THE CITY OF SOUTH MIAMI
MULTIPURPOSE CENTER.
BACKGROUND:
TheCity of South Miami solicited proposals (attachment 1)from qualified Construction
Managersto provide Construction Management(CM)@Riskservicesforphasetwo of theCity
of South Miami Multipurpose Center in Murray Park.TheCity received atotal of six(6)
proposals.Copies of the proposals are available inthe Building,Zoningand Community
Development Department.
The primary advantages of this project delivery system arethatit allows the involvement of the
contractor during the design phase andletstheCity select the General Contractor based on
qualifications rather than price.The agreement fortheCM services will consist of two phases.
Thefirst phase of the agreement isfor pre-construction services,wherein theCM functions asan
agent of theCity,ispaidafixedfeeforservicesperformed,andisanintegralpart of thedesign
team.Pre-construction servicesshallincludesuchitemsasvalueengineering,scheduling,
constructability analyses andthe development of a Guaranteed Maximum Price (GMP).If the
GMPisaccepted,the second phase(the construction phase)isimplemented.Duringthe
construction phasetheCMceasestobetheagent of theCity,becomesthesinglepoint of
responsibility for performance of construction contractfortheproject,andfunctionsintherole
of an independent contractor,publicly bidding trade contracts.
Authorization to negotiate acontractwith
Dooley&MackConstructors,Inc.fortheMultipurposeCenterPhase II
June 8,2001
Page2 of2
Aselectionprocess(attachment2)wassetupbasedontherequirements of theStateStatues
governingacquisitionof professional architectural and engineering services.A
Certification/Selection Committee was appointed (attachment 3).The Committee determines
whetherornotaconsultantisqualifiedtoprovidetheservicesrequestedandwhetherornotthe
proposal is complete.Once a firm is deemed to have met all the requirements,then the firm is
ready for further consideration by the Selection Committee.The Selection Committee evaluates
andrankstheConsultantsonhowwelltheycanprovidetherequestedservicesand recommends
atleastthree firms,intheorderof preference tothe City Manager.TheCity Manager then,ifhe
agrees with the recommendation,forwards the recommendation to the City Commission or based
onthe information given to him makes his own recommendation tothe City Commission for
final selection.
Selection Committee narrowedthelist of sixfirmstothreeforfurtherconsideration.The
Certification/SelectionCommitteeEvaluationFormusedforthisstepisattached(attachment4).
Each of the remaining three firms were invited to make presentation to the Selection Committee.
Based onthe information presented atthe presentation followed byaquestionand answer
sessionthecommitteemembersrankedallthreefirms.Theresultswerethentabulatedfora
combined ranking.The evaluation form andthe tally sheet are attached (attachment 5).
Referenceswereverifiedonall of thesethreefirms.Theindividual scoring sheetsaswellasthe
videotape of the personal interview session with the three finalist firms are available for viewing.
The primary criteria for the short listing and the final selection are relevant experience,
understanding of the project,on time and on budget project delivery track record,minority
participation and approach tocostand quality control.
The Statues requires that the City negotiate an agreement with the most qualified firm for
professional services that the City considers is fair,competitive and reasonable.If the City is
unable to negotiate a satisfactory agreement with that firm the City must formally terminate the
negotiation and undertake negotiations with second most qualified firm.If the negotiations are
not successful withthe second most qualifies firm,the City must terminate the negotiation and
attempttonegotiatewiththethirdrankedfirm.
RECOMMENDATION
Itis recommended thattheCity initiate negotiation with Dooley &Mack Constructor,Inc.for
Construction Management Services.
Attachments:
Proposed resolution.
Attachment 1:Published Notice for Professional Service.
Attachment 2:Outline of the Selection Process.
Attachment 3:Certification/Selection Committee.
Attachment 4:Certification/Selection Committee evaluation form.
Attachment 5:Final evaluation form and tally sheet.
MIAMI DAILY BUSINESSREVIEW
Published Daily except Saturday.Sunday and
LegalHolidays
Miami.Miami-Dade County.Florida.
STATE OF FLORIDA
COUNTY OFMIAMI-DADE:
Before the undersigned authority personally appeared
Sookie Williams,whoonoath says that she istheVice
President of Legal Advertising ofthe Miami Dally Business
Review f/k/a Miami Review,a daily (except Saturday,Sunday
andLegal Holidays)newspaper,publishedat Miami in Miami-
Dade County,Florida;that the attached copyofadvertise
ment,beinga Legal AdvertisementorNoticeinthematterof
CITY OF SOUTH MIAMI
NOTICEFOR CONSTRUCTION MANAGER
RE:PHASE TWO OF THE CITY'S
MULTIPURPOSE CENTER
inthe .XXXX.Court,
waspublishedinsaidnewspaperinthe issues of
Apr 13,2001 Anr IS,2001
Affiant further says that thesaid Miami Daily Business
Reviewisanewspaperpublishedat Miami insaid Miami-
Dade County,Florida,and thatthesaidnewspaperhas
heretoforebeencontinuouslypublishedinsaid Miami-Dade
County,Florida,each day (except Saturday,Sunday and
Legal Holidays)andhasbeenenteredassecondclassmail
matter at the post office inMiamiin said Miami-Dade
CountyJHorida,for a period of one year next preceding the
first pueficjtion of the attached copy of advertisement;and
affianf further says that she has neither paid nor promised
any Berscri,firm or corporation any discount,rebate,com
missionjtr refund for the purpose of securing this advertise-
mentlfo/publicatior>^the said newspaper.
18
day of
(SEAL)
Sookie Williaf
Sworntoand subscribed before me this
April 2001
A.D
rt&t+Tm /,>^.
,«*>&&!&/-...CfFICIAL NOTARY SEALis^orTaHfknowstepjft.h MARUER
\Atfl *CCWM13SJCN NUMSErt
V*gP§CC93115*^v n<£MY COMM33ION EXPIRES
°'r rA-APR.24,2004
ATTKM&iT 1
CITY OF SOUTH MIAMI,FLORIDA i
NOTICE FOR CONSTRUCTION MANAGER
City of South Miami announces that construction management services
M^aVS*Thf 'ST *"°"!*Ci,/S Mu,,iPurP°se Center,located inMurrayPark.The Multipurpose Center,approximately a22,000 soft facil
ity,will generally house a gymnasium,class rooms,arts and crafts work-
shops administrative offices,multipurpose room and other ancillary spac
es.The construct.on budget is set at $3,000,000.Only firms with similar
experience>and a proven track record of successfully delivering projects
on time and on budget are encouraged to apply.•
The contract for construction management services will consist of two
pnases.Phase one is pre-construction services,for which the construc-
hon manager will be paid a fixed fee.Phase one services include value
eng.neenngconstnjctab.Iity analyses,development of acost model,esti-
mating,and the development of aGuaranteed Maximum Price (GMP)at
,hl'°J.?s,rV.c,,on Document phase.If the GMP is accepted,phase two
hf SnT .'°n Pnase'Wi"be irnPiem8n<ed.mPhase two of the contract'
™rfo™?T..manager becomes ,he sin9,e P°'"nt of responsibility lorrnn?£,-he cons!njclion °'tne P'oject and shall publicly bid trade
nTdP r;,en?Uno?«the '"?"?"°'a",he biddin9 requirements of Miami(OCED)Community and Economic Development
Firms desiring to provide construe:™manacenem services for the
la£%u^ll?mn,ettef °'m,enJ Snd acomP'eted 'Construction ManSrnlL^ca,,ons Questionnaire'.There will be a mandatory Pre-sub-
S C^v HaT2??nk10:00,anm°n£P"''25 at ,he ^Commission Cham-oer.cty Hall,6130 Sunset Dnve.South Miami.Failure to attend the con-
es A?.Si00"6 °f 5"enCe °rdinance and otner C^Ethics ordinanc-EUiLiEm c Ke9ardon9 ,he proiect must *made i"writing and ad-S 6?30 ^nSibnta Ba|U>ASSiStant City Mana9er-City of South Mia-4591 Sunset.Dnve'South Miami'.Florida 33143/Fax (305)666
iJ,hpeC°nstnjction Manager Qualifications Questionnaire forms,the Pro-
Lo ,fh?A T fnd 0CED requ,'rements for the potential future bidders maySL2mned,ri)1m.lhe City Clerk's office located at 6130 Sunset DriveSouthMiami,Flonda 33143 during the hours of 8 A.M.and 5 PM
thea3^i?,°P',eZ °I ™required informa»'on must be submitted atn,f,f VC6rkf °",ce'by 5:00 P-m-on Friday.Way 11.2001.Any incom-(wS)^Sl.^«W^"«WW not beconsidered FaSe(FAX)submittals are not acceptable and will not be considered.
4/13-18
Ronetta Taylor
CityClerk
01-4-120/153462M
Construction Manager at Risk (CM)
Outline oftheSelection Process
March 2001
AITiWAHWf Z
Summaryof Construction Management Approach:The CM should be appointed during the
schematic design phase ofthe project and made an integral partofthe design team.Contracts for
theCM services consist oftwo phases.The first phase ofthe contract isfor pre-construction
services,wherein theCM functions asan agent ofthe City,ispaida fixed fee for services
performed,and is an integral part of the design team.Pre-construction services shall include
value engineering,scheduling,constructability analyses,etc.,and the development ofa
Guaranteed Maximum Price (GMP).Ifthe GMP is accepted,the second phase (the construction
phase)is implemented.During the construction phase the CM ceases to be the agent of the City,
becomes the single point of responsibility for performance of construction contract for the
project,and functions in the role of an independent contractor,publicly bidding trade contracts.
Thefollowingarethebasicstepstobe followed toselectaCM:
Place legal advertisement.
Distribute to respondents "Construction Manager Qualification Questionnaire".
Appointa Certification and Selection Committee.
Develop selection criteria and assign weights,establish criteria for interview questions.
Receive submittals.
Review all submittals for completeness.
Develop the short list based onthe selection criteria andtheir assigned weight.
Conductvideotapedinterviews of theshortlistedapplicants.
Recommend totheCity Commission a minimum ofthree applicants inorderof preference.
City Commission approves the final ranking and authorizes the Administration tostart
negotiating a contract.
Start negotiation withthe first ranked applicant and follow the requirement ofthe applicable
statutes.
RequestCityCommissionapprovalofthenegotiatedagreement.
Execute the agreement.
CITY OF SOUTH MIAMI
INTEROFFICE MEMORANDUM
To:Charles D.Scurr,City Manager
From:Subrata Basu,ACM/Community Development Director
Subject:Construction Manager Selection Committee/Multipurpose CenterPhase2
Date:04/16/2001
Itis recommended thatyoumakethefollowing appointments forthe upcoming
Competitive Selection process forMultipurposeCenterPhase2.
Joint Certification and Selection Committee
Subrata Basu,AIA,AICP,Asst.City Manager/CommunityDevelopment Director
Ajibola Balogun,Director of Engineeringand Construction
Rudydela Torre,Building Maintenance Supervisor
Tom Carlson,AIA,MCHarry &Associates/Architect of Record
DavidW.Sweet,Contracts Officer,OfficeofCommunity&Economic Development
TheCertification Committee determineswhetherornottheapplicantisqualifiedto
provide theservices requested andwhetherornotthe proposal iscomplete.The
Competitive Selection Committee rankstheConsultantson how welltheycanprovide
the requested services and will recommend atleastthreeto your office'and inturntothe
City Commission forfinal selection.
If theaboveappointmentsaresatisfactory,pleasesignbelowandreturnacopy.Thank
you.
Approved:CharlesD.Scurr,City Manager
Construction Manager Short List Worksheet
Multipurpose Center Phase II
Evaluated by:
AHA4WSNT 4
Applicant's Name:Total Score:
Related Experience (25 points)(please refer to question 5of the Qualification Questionnaire)
Comments:
Score:
Experienceand Ability (25 points)(please refer to questions 3.6,7 and 8of the Qualification Questionnaire)
Comments:
Score:
Services (15 points)(please refer to question 9of the Qualification Questionnaire)
Comments:
Score:
Cost/Quality control (15 points)(please refer to questions 10 and 11 ofthe Qualification Questionnaire)
Comments:
Score:
Construction Manager Shortlist Worksheet
Page2 of2
Scheduling (10 points)(please refer to question 12 of the Qualification Questionnaire)
Comments:
Score:
Minority Participation (10 points)(please refer to questions 13 and 14 of the Qualification Questionnaire)
Comments:
Score:
Additional Comments:
Evaluator's Initial:
City of South Miami Multipurpose Center Phase II
Construction Manager
Selection Committee Evaluation
Date:June 1,2001 Evaluated by
Name of Firm
Qualification
Total
points
Max.
100
Rank RemarksRelevant
experience/
abilityofprof.
Personnel
0-30
Understanding
ofProject
Requirements
0-20
Approach/
Methods(project
monitoring,cost
and quality
control
0-20
Project delivery
on time and on
budget/current
&projected
work load
0-20
Minority
particpation/
OCED
requirements
0-10
9:00 am Jasco Construction Co.
10:00 AM Dooley &Mack
Construction,Inc.
11:00AM StobsBros.Co.
City of South Miami Multipurpose Center Phase II
Construction Manager
Selection Committee Evaluation
Tally Sheet
Date:June 1,2001 Evaluated by
Name of Firm
Ranking by Evaluation Commitee members
Total
Tie Breaker
(if necessary)
Recomm.
Final Rank RemarksBasuBalogundelaTorreCarlsonSweet
Jasco Construction,Co
Dooley &Mack Construction,Inc.
Stobs Bros.Co.