Loading...
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.