Loading...
2001-24245 RESO RESOLUTION NO. 2001-24245 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ENTER NEGOTIATIONS WITH THE NUMBER ONE RANKED FIRM OF JASCO CONSTRUCTION COMPANY AND TO NEGOTIATE WITH THE SECOND RANKED FIRM, GRACE AND NAEEM UDDIN, INC" IF NEGOTIATIONS WITH THE FffiST RANKED FIRM ARE UNSUCCESSFUL, REGARDING REQUEST FOR QUALIFICATIONS (RFQ), NO. 117-99/00 FOR CONSTRUCTION MANAGEMENT AT RISK FOR THE FIRE STATION NO. 2 RENOVATION AND EXPANSION. WHEREAS, on July 17, 1996, the Mayor and City Commission adopted a Resolution, authorizing the Mayor and City Clerk to execute an agreement with the firm ofSTA Architectural Group (STA), pursuant to Request For Letter ofInterest No. 133-94/95 (RFLI) for Architectural and Engineering services for the Renovation and Expansion of Fire Station No.2 and a Master Plan for the site at 451 Dade Boulevard (the Project); and WHEREAS, a total of $500,000 were appropriated for the consulting services on the Project, from funds received by the City pursuant to the Interlocal Cooperation Agreement between the City and Miami-Dade County regarding the disposition of the 2/3 portion of the Convention Development Tax; and WHEREAS, a total of $4,686,449 were allocated from General Obligation Bond funds for construction of the Project; and WHEREAS, on March 9, 1998, the final schemes developed by STA were presented to the Land Use & Development Committee; and WHEREAS, Scheme Beta, which called for the Historic Restoration of the existing Fire Station Building, the addition of a new three bay Fire Station, and a reconfiguration of the Public Works Yard was approved by the Committee; and WHEREAS, the Administration has studied the use of Construction Management at Risk (CMR) for the Project in lieu of a standard bidding process; and WHEREAS, the use ofCMR allows for the involvement by a contractor in the process as early as possible, which in turns affords the City and the consultant the expertise of the contractor in determining better means and methods of construction, controls of costs, selection of subcontractors, etc.; and WHEREAS, CMR also requires that the contractor provide an Initial Guaranteed Maximum Price (IGMP) as early as the design development phase of the Project; and WHEREAS, the contractor is then responsible for the IGMP and for the final Guaranteed Maximum Price and must provide the City with cost estimates at regular intervals to ensure that the Project is within budget; and WHEREAS, based on the Administration recommendations, the City Commission authorized the issue of a Request for Qualifications for Construction Management at Risk for the Fire Station No.2 Renovation and Expansion on September 13, 2000; and WHEREAS, the RFQ was issued on October 9, 2000 and responses were received from four firms on November 10,2000; and WHEREAS, an Evaluation Committee convened on January 8, 2001 and on January 17, 2001, for discussions on the four responsive, responsible proposals and three of the firms made presentations to the committee; and WHEREAS, a fourth firm, Signa Consulting, Inc. removed itselffrom the competition; and WHEREAS, the Evaluation Committee ranked the firms in the following order: Jasco Construction Company, Grace and Naeem Uddin, Inc. and JCI International; and WHEREAS, Jasco Construction, Inc. received four first place votes and one second place; Grace and Naeem Uddin, Inc. received four second place votes and one first place; and JCI International received five tbird place votes; and WHEREAS, tbe City Administration requests autborization to negotiate an agreement on Construction Management at Risk with the number one ranked firm, Jasco Construction Company, and to negotiate with the second ranked firm, Grace and Naeem Uddin, Inc., if negotiations with the first ranked firm are not succesful. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission authorize the Administration to enter negotiations with the number one ranked firm of Jasco Construction Company and to negotiate with the second ranked firm, Grace and Naeem Uddin, Inc., if negotiations with tbe first ranked firm are unsuccessful, regarding Request for Qualifications (RFQ), No. 117-99/00 for Construction Management at Risk for tbe Fire Station No.2 Renovation and Expansion. PASSED and ADOPTED tbis 31st day of January, 2001 MAY~~ ATTEST: _~t f CUiduA CITY CLERK APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION F:\WORK\$ALL\CHATRAND\FIREST ATlCMRISKRE.WPD 111W ~ ~ l - 2..5"-d \ -- CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\ci.miami.beach.fl.us to COMMISSION MEMORANDUM NO. 9'9'-0/ TO: Mayor Neisen O. Kasdin and Members of the City Commission DATE: January 31, 2001 SUBJECT: Jorge M. Gonzalez \ r..-/' City Manager O~ A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE CITY ADMINISTRATION TO ENTER NEGOTIATIONS WITH THE NUMBER ONE RANKED FIRM OF JASCO CONSTRUCTION COMPANY AND TO NEGOTIATE WITH THE SECOND RANKED FIRM, GRACE AND NAEEM UDDIN, INC., IF NEGOTIATIONS WITH THE FIRST RANKED FIRM ARE NOT SUCCESFUL, REGARDING REQUEST FOR QUALIFICATIONS (RFQ), NO. 117-99/00 FOR CONSTRUCTION MANAGEMENT AT RISK FOR THE FIRE STATION NO. 2 RENOVATION AND EXPANSION. FROM: ADMINISTRATION RECOMMENDATION: Adopt the Resolution. ANALYSIS: On July 17, 1996, the Mayor and City Commission adopted a Resolution, authorizing the Mayor and City Clerk to execute an agreement with the firm of STA Architectural Group (STA), pursuant to RFLl No. 133-94/95 for architectural and engineering services for the renovation and expansion of Fire Station No. 2 and a Master Plan for the site at 451 Dade Boulevard. On March 9,1998, the final scheme developed by STA was presented for approval and recommendation at the Land Use & Development Committee and Scheme Beta, which called for the Historic Restoration of the existing Fire Station Building, the addition of a new three bay Fire Station, and a reconfiguration of the Public Works Yard was approved. As part of the General Obligation Bond Program (GO Bonds) and the Capital Improvements Program (CIP), the Administration revisited the previous recommendations for the Master Plan and for Fire Station No.2 and decided to negotiate an amendment to the original agreement for professional services with STA which included the design and construction administration services for Fire Station No.2 and had an established fee structure. AGENDA ITEM C 7 K DATE /-3/-0( On June 28, 2000, the City Commission approved Amendment No.1, in the amount of $318,020, to the original agreement with ST A for design and construction administration services, the restoration of the existing Fire Station No.2, the addition of a new three bay Fire Station and the reconfiguration and design of the Fire Station site to isolate it from the Public Works Yard site. The Administration has studied the use of Construction Management at Risk (CMR) for the project in lieu of a standard bidding process, The use of CMR allows for the involvement by a contractor in the process as early as possible, which in turn affords the City and the consultant the expertise of the contractor in determining better means and methods of construction, controls of costs, selection of subcontractors, etc. By selecting the CMR early in the process, potential design and constructability issues which may later cause additional costs are eliminated during the design. The CMR participates with the consultants in determining better uses of materials, better methods of construction, better selection of products, better coordination between trades, etc. The CMR also participates in bidding the different trades and portions of the project and advices the City on selecting the best values and the best proposals. This team and partnering approach takes into consideration the established budget, the established schedule and the limitations of the construction site itself. It also affords the opportunity of selecting the m!\ior sub- contractors early in the process, have them approved by the City, and involve them in the design process as well. It has been shown in the past that the CMR method generally cuts down on construction problems and therefore construction costs. CMR requires that the contractor provide an Initial Guaranteed Maximum Price (IGMP) as early as the Design Development Phase of the project. The contractor is then responsible for this IGMP and must provide the City with cost estimates at regular intervals to ensure that the project is within budget. At approximately ninety percent completion of the Construction Document Phase of the project, the contractor must provide the Final Guaranteed Maximum Price (GMP) which establishes the cost of the project, within budget, and which makes the contractor responsible for this price regardless of developments during construction which may increase costs. Code issues, errors on the documents, unforeseen conditions, etc. which increase construction costs must be borne by the Construction Manager at Risk. Only changes requested by the City which go beyond the original scope of work are considered as potential change orders when using CMR. The CMR will include a fee for the management of the project as part of the final GMP. This fee is based on the early participation in the design process and the management of the bidding and construction phases. The usual general condition costs and the overhead costs included in a standard bid are proportianetIy reduced by the inclusion of the management fee. This management fee is what will be negotiated in addition to establishing the Initial Guaranteed Maximum Price. Based on the Administration recommendations, the City Commission authorized the issue of a Request for Qualifications for Construction Management at Risk for the Fire Station No.2 Renovation and Expansion on September 13, 2000. The RFQ was issued on October 9, 2000 and responses were received from four firms on November 10,2000. Commission Memorandum January 31,2001 Fire Station No.2, Construction Management @ Risk Page 2 An Evaluation Committee convened on January 8, 2001 for preliminary discussions on the four responsive, responsible proposals. On January 17,2001, a further meeting was held where three of the firms made presentations to the committee. A fourth firm, Signa Consulting, Inc. removed itself from the competition. The three remaining firms, Jasco Construction Company, Grace and Naeem Uddin, Inc. and JCI International, Inc. completed their presentations and were ranked by the Evaluation Committee after discussions amongst the members. The committee ranked the firms in the following order: Jasco Construction Company, Grace and Naeem Uddin, Inc. and JCI International. Jasco Construction, Inc. received four first place votes and one second place. Grace and Naeem Uddin, Inc. received four second place votes and one first place. JCl International received five third place votes. The City Administration requests authorization to negotiate an agreement on Construction Management at Risk with the number one ranked firm, Jasco Construction Company, and to negotiate with the second ranked firm, Grace and Naeem Uddin, Inc., if negotiations with the first ranked fIrm are not succesful. The committee unanimously agreed that the third ranked firm should not be considered by the City and that if negotiations are unsuccessful with the fIrst and second ranked firms, the City Commission should consider re-advertising the Request for Qualifications. JMGd.w~ " F:\WORK\SALL\CHATRANDIFIREST Al\CM@RISK,WPD