HomeMy WebLinkAbout2002-24818 Reso RESOLUTION NO. 2002-24818
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE
RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE
RANKING OF PROPOSALS RECEIVED PURSUANT TO REQUEST
FOR PROPOSALS (RFP) NO. 49-00/01, FOR THE ESTABLISHMENT
OF A JOB ORDER CONTRACTING (JOC) SYSTEM; AUTHORIZING
THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE
TOP-RANKED FIRM OF THE GORDIAN GROUP.
WHEREAS, the Mayor and City Commission, at its December 20, 2000 meeting,
referred to the Finance and Citywide Projects Committee, consideration of a Job Order
Contracting (JOC) System for achieving timely and cost effective procurement of
maintenance and construction services for capital projects; and
WHEREAS, the Finance and Citywide Projects Committee, at its February 12,
2001 meeting, listened to a presentation from the Procurement Director relative to the
JOC System and its benefits, and recommended that the Administration pursue the
implementation of the JOC System for timely completion of minor construction projects;
and
WHEREAS, on February 21, 2001, Commissioner Simon Cruz provided the City
Commission with a verbal report relative to the Finance and Citywide Projects
Committee's recommendation; and
WHEREAS, on July 18, 2001, the Mayor and City Commission adopted
Resolution No. 2001-24524, which authorized the issuance of a Request for Proposal
(RFP) No. 49-00/01 for the establishment of a Job Order Contracting (JOC) System for
Achieving Timely and Cost Effective Procurement of Maintenance and Construction
Services for Capital Projects; and
WHEREAS, on July 26, 2001, RFP notices were issued by DemandStar by
Onvia to 1,650 prospective national consultants, which resulted in 48 firms and/or
individuals requesting copies of the RFP, and the submission of two responsive
proposals from: 1) The Gordian Group; and 2) URS in association with RS Means; and
WHEREAS, the City Manager, via Letter to Commission No. 253-2001,
appointed an Evaluation Committee (the "Committee") on subject RFP; and
WHEREAS, on January 25, 2002, the Committee convened and was provided
with information relative to the project's goals and objectives, the RFP requirements, the
City's Cone of Silence Ordinance, the Government in the Sunshine Law, and the
Committee's role in the evaluation process; and
WHEREAS, on January 28, 2002, the Committee listened to 20-minute
presentations and engaged in 20-minute question and answer sessions with The
Gordian Group and URS; and
WHEREAS, the Committee unanimously agreed that The Gordian Group was
the most qualified firm based on its experience and qualifications, and URS as the
second-ranked firm; and
WHEREAS, the Committee unanimously agreed that The Gordian Group was
the most qualified firm based on their experience and qualifications, and URS as the
second-ranked firm; and
WHEREAS, The Gordian Group has successfully developed and implemented
JOC systems for more than 70 Governmental Agencies; and
WHEREAS, the City Manager concurs with the Evaluation Committee's
recommendation.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, accepts the
recommendation of the City Manager pertaining to the ranking of proposals received
pursuant to Request for Proposals (RFP) No. 49-00/01, for the establishment of a Job
Order Contracting (JOC) system; authorizes the Administration to enter into
negotiations with the top-ranked firm of The Gordian Group.__, end shc'--'!d th~
/\,
PASSED and ADOPTED this [0th //~y ~, ~,~?[ ,2002.
V I Mayor
ATTEST:
City Clerk
T:~AGENDA\2002~APR1002\REGULAR\ResoJOC.doc
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
City Attom~[' Da~.
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
Condensed Title:
ACCEPT THE CITY MANAGER'S RANKING OF PROPOSALS RECEIVED AND AUTHORIZE THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF THE
GORDIAN GROOP FOR THE ESTABLISHMENT OF A JOB ORDER CONTRACTING (JOC) SYSTEM,
Issue:
WHETHER TO ACCEPT THE CITY MANAGER'S RECOMMENDATION AND AUTHORIZE THE
ADMINISTRATION TO NEGOTIATE AN AGREEMENT.
Item Summary/Recommendation:
JOC IS A COMPREHENSIVE PROCUREMENT SYSTEM FOR OBTAINING CONSTRUCTION SERVICES.
IT WAS SPECIFICALLY DESIGNED TO HELP PUBLIC AGENCIES COMPLETE ROUTINE
CONSTRUCTION SERVICES MORE RAPIDLY AND AT A SIGNIFICANTLY LOWER COST THAN THE
TRADITIONAL SYSTEM OF CONSTRUCTION CONTRACTING.
A JOC SYSTEM HAS BEEN SUCCESSFULLY USED BY OTHER PUBLIC ENTITIES FACED WITH
CONDITIONS SIMILAR TO THE CITY. ESSENTIALLY, JOC PROVIDES FOR CONTRACTORS BY
ESTABLISHING UNIT PRICES AND TECHNICAL SPECIFICATIONS ACCORDING TO WHICH THE
GENERAL CONTRACTOR WILL PERFORM ANY WORK STIPULATED BY THE CITY OVER THE TERM
OF THE CONTRACT.
THE BENEFITS ASSOCIATED WITH PROCURING MAINTENANCE AND CONSTRUCTION SERVICES
UTILIZING JOC INCLUDE ALL OF THE FOLLOWING:
SIGNIFICANT TIME SAVINGS - AN AVERAGE SAVINGS OF BETWEEN 60-180 DAYS PER
PROJECT.
LOWER OVERALL CONSTRUCTION COSTS- TYPICALLY IN THE RANGE OF 8-15%.
· A CONSISTENT INCREASE IN THE LEVEL OF QUALITY.
· AN INCREASE IN CONTRACTUAL CONTROL.
· A SIGNIFICANT REDUCTION IN CLAIMS AND CHANGES.
ADOPT THE RESOLUTION.
Advisory Board Recommendation:
I
RECOMMENDED THAT THE ADMINISTRATION PURSUE THE IMPLEMENTATION OF THE JOC I
I
THE FINANCE AND ClTYVVlDE PROJECTS COMMITTEE AT ITS FEBRUARY 12, 2001 Mbb~ lNG,
SYSTEM.
Financial Information:
Amount to be expended:
Source of
Funds:
Finance Dept. ~
n-Offs:
FB
A6ENDA ITEM
DATE
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
http:~\ci.rniami-beach .fl .us
TO:
FROM:
SUBJECT:
COMMISSION MEMORANDUM
DATE: April 10, 2002
Mayor David Dermer and
Members of the City Commission
Jorge M. Gonzalez ~,.~Af~
City Manager
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI
BEACH, FLORIDA ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER
PERTAINING TO THE RANKING OF PROPOSALS RECEIVED PURSUANT TO REQUEST
FOR PROPOSALS (RFP) NO. 49-00101, FORTHE ESTABLISHMENT OF A JOB ORDER
CONTRACTING (JOC) SYSTEM; AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF THE GORDIAN GROUP, AND
SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT
WITH THE TOP-RANKED FIRM; AUTHORIZING THE ADMINISTRATION TO NEGOTIATE
WITH THE SECOND-RANKED FIRM OF URS.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
ANALYSIS:
Achieving timely and cost effective procurement of maintenance and construction services
is one of the most difficult and challenging facility related tasks facing the City of Miami
Beach. Complying with the standard procurement regulations required for traditional
construction services contracts, combined with the necessary technical component of
defining the requirements (i.e. architectural and engineering drawings and specifications)
for bidding, makes it difficult to be responsive to facility users in a timely manner.
The City's dynamic environment has created a need for facility managers to have a more
responsive contracting technique for the accomplishment of maintenance, repair and minor
construction projects. Constraints imposed by the existing supply, contracting and
personnel systems limit the facility manager's ability to respond to urgent and time sensitive
requirements. JOC is an innovative contracting system that was developed to enhance
responsiveness while providing a higher level of quality work at a lower cost.
JOC is a comprehensive procurement system for obtaining construction services. It was
specifically designed to help public agencies complete routine construction services more
rapidly and at a significantly lower cost than the traditional system of construction
contracting.
A JOC System has been successfully used by other public entities faced with conditions
similar to the City. Essentially, JOC provides for contractors by establishing unit prices and
technical specifications according to which the General Contractor will perform any work
stipulated by the City over the term of the contract.
Once the contract is in place, individual projects are identified and the scope is developed
jointly with the JOC contractor. An automated system provides for preparation of a cost
proposal and issuance of the work order. The contractor is responsible for preparation of
design plans and obtaining permits, if necessary. The system is analogous to issuing a
series of small design/build projects at a price that has been pre-established through a
competitive bid process.
Utilizing a traditional bid process, a "typical" construction project would required 10-12
weeks for procurement of services and design by a consultant, 4-6 weeks for the
solicitation process (i.e. advertisement, pre-bid, bid opening, evaluating, tabulating,
recommending), and 4-6 weeks for contract award - all for a project which may require as
little as two weeks to actually construct. Furthermore, the design, administrative and
advertisement costs associated with these types of projects can be 15-25% of the
construction cost especially for smaller projects.
What are the benefits of JOC?
The benefits associated with procuring maintenance and construction services utilizing
JOC include all of the following:
· Significant time savings - an average savings of between 60-180 days per project.
· Lower overall construction costs- typically in the range of 8-15%.
· A consistent increase in the level of quality.
· An increase in contractual control.
· A significant reduction in claims and changes.
· A substantial increase in the utilization of local, minority and women-owned
businesses.
How Does It Work?
The Job Order Contract is a specially designed indefinite quantity contract that is awarded
on a periodic basis to one or more contractors. Each JOC is competitively procured using
either a sealed bid or a request for proposal and has a pre-established minimum and
maximum dollar amount. Work is accomplished by the issuance of a series of individual
work orders to the contractor. This continuing incentive allows the contractor to be
continually rewarded for providing quality and responsive work.
The Job Order Contract package consists of three major documents:
· A location specific Unit Price Book containing over 140,000 construction tasks. Each
task contains a task description, unit of measurement, and a unit price. Each unit
price contains locally developed direct costs for material, equipment, and labor. The
construction tasks encompass all aspects of construction work.
· A set of detailed technical specifications for each of the 140,000 construction tasks.
The specification set incorporates the City's own specifications.
· The terms and conditions that contain the specific contract language concerning the
execution of the contract.
The general guidance given to potential contractors during the advertisement phase is that
the City cannot give any specific information regarding individual projects or types of
projects. No commitment is made with regard to which specific tasks will be used or in what
quantities. Since the contract value ranges from some nominal minimum to a maximum
amount the intending bidders are advised that the City is only obligated to award the
minimum amount during the term of the contract.
Intending bidders are required to submit a "bid" on all work contained in the unit price book
by quoting a single adjustment factor that would be applied for work accomplished during
normal working hours and a single adjustment factor for work to be accomplished during
other than normal working hours. These two adjustment factors represent the contractor's
only adjustment to the prices published in the unit price book and must include all indirect
cost such as overhead, profit, bonds, insurance, design and contingency costs.
For example, an adjustment factor of 25% would be bid as 1.25. During the execution of
the contract the unit price of a specific construction task is multiplied by the appropriate
adjustment factor to obtain the final price to be paid for the specific task. JOC represents a
competitively bid, firm fixed price contract since all the prices and the adjustment factors
are established before the contract is awarded.
The actual JOC execution process begins with joint review of the scope of work between
the City and the contractor. This review will include an on-site inspection. After the scoping
conference the City provides the contractor with a formal scope of work. The level of detail
and design included in the scope of work is a function of the difficulty of that particular
project. The contractor breaks the scope of work down into individual tasks and prepares
his pricing proposal using the unit price data contained in the unit price book. The total
price is achieved by multiplying the specific construction task by the appropriate quantities
for that task and then multiplying by the adjustment factor.
As part of the pricing proposal, the contractor also develops a schedule and assembles any
technical data requested by the City. The proposal is then evaluated against the City's
in-house estimate and any differences in scope or quantities are verified. If the client is
satisfied that the contractor's proposal represents a fair and reasonable price for the work,
then a firm fixed priced, lump sum work order can be issued to the contractor. This work
order is the contractor's notice to proceed. Inspection and acceptance of work are
accomplished in the normal fashion.
What's the Major Advantage of JOC?
The major advantage of the Job Order Contracting System is that the individual work
orders give the contractor a "continuing incentive" to do timely and high quality work. The
incentive is generated because each work order only represents a small portion of the total
possible contract. By doing responsive and high quality work, the contractor can expect
follow on work orders.
Other Significant advantages of JOC include:
Increased Responsiveness
Independent studies have shown that JOC can save between 75-85% in the time it takes to
engage construction contractors over the more traditional contracting methods.
Lower Costs
JOC can save the City between 8-15% in actual costs as compared to traditional
contracting methods. These cost savings occur from reduced design costs, lower
procurement costs, lower project costs and reduced post award costs.
Design costs are reduced since a majority of the typical JOC projects can be described
without having to develop full design documents. In those cases where some design is
required, the design only needs to be completed to the point of being "priceable" and
"biddable". For every project the specifications are already developed as part of the basic
JOC contract. Design savings range from 2-6%.
Lower Procurement costs will be realized since the public agency will not have to develop,
advertise, and award individual firm fixed priced contracts for every small to medium sized
project. The cost of reproducing the contract documents alone can range from .5% to 2%
of the cost of construction. The average procurement cost using the traditional methods for
medium sized projects is $0.40 per thousand, for JOC the cost drops to $0.16 per
thousand. Typical overall procurement savings can range from 2-4%.
Studies have shown that when analyzing comparable work JOC is 4-8% cheaper because
of reduced indirect costs and the absence of large contingencies. For example, if you
consider a single project that is being advertised under the traditional system, intending
bidders will include in their bid anticipated overhead costs for the full duration of the
project. These costs will represent field as well home office costs.
Under JOC, the contractors spread their anticipated overhead cost over the entire contract
and therefore, the individual overhead allocation against any one project is a small
percentage of the total overhead. Other studies have shown that contractors, when
developing their JOC bid, will lower the contingency cost because he/she will have the
opportunity to inspect each project prior to developing his cost for that specific project.
What about Change Orders and Claims?
Post award costs primarily include change orders and claims. Under JOC the contractor
jointly scopes the work with the client and any misunderstanding or confusion is openly
discussed and resolved. If a question arises during the proposal development the
contractor is free to contact the City's representative and get the appropriate answers. This
non-adversarial relationship eliminates the underlying cause of most claims and changes.
Another key issue is that since JOC is a series of individual work orders it is generally not
in the contractors' best interest to submit claims. Change orders arising from changes in
the scope of work, or as a result of differing site conditions, are handled as separate work
orders. Post award cost savings have been shown to be 1-3% of the cost of construction.
Enhanced Opportunities for Small Business Owners
JOC has been designed to enhance the participation of small business owners. Since no
commitment is made to the JOC contractor regarding specific projects or items of work, the
contractor cannot profitably develop an in-house work force and is forced to maximize the
use of subcontractors. Over the past 5 years, more than 40% of all JOC work has been
subcontracted to small or minority-owned businesses.
JOC Produces Higher Quality Construction
Since the structure of the JOC is a series of sequential work orders, the contractors have
an on-going financial incentive to produce quality projects. If the contractor fails to maintain
the desired level of quality, the City can elect to give future projects to other JOC
contractors or to accomplish the projects in the traditional manner.
The "contractual motivation" under JOC is the complete reverse of the traditional system
where the contractor has been awarded a one time, fixed price contract. With the
traditional system the contractor must make as much money as she/he can off that one
opportunity. The contractor typically increases their profit by cutting corners and submitting
requests for claims and change orders. This sort of contractual behavior is not found with
JOC since it would only serve to diminish future opportunities.
City of Miami Beach Success Story
If approved, the City of Miami Beach will be the first municipality in the State of Florida to
implement a JOC system. Both the City's Public Works Director and Procurement Director
as Contracting Officers for the U.S. Navy and U.S. Air Force respectively, have managed
or administered a JOC system.
JOC has been approved for use by the General Accounting Office
The General Accounting Office (GAO) has fully reviewed the JOC concept and found it to
be consistent with all Federal procurement laws and policies. Therefore, any federal funds
received by the City can be obligated through the JOC process.
The JOC concept was designed with internal controls as an integral part of the check and
balance process. The JOC concept relies on automated software, which provides an
excellent audit trail of all JOC work orders and transactions as well as various verification
programs to ensure the integrity of the JOC database.
The JOC System provides for procurement of an "annual General Contractors" through a
traditional bid process. An indefinite quantity contract is established with fixed unit prices,
against which work orders are issued for individual projects.
The RFP Process
The Mayor and City Commission at its December 20, 2000 meeting, referred to the
Finance and Citywide Projects Committee - Job Order Contracting (JOC) System for
Achieving Timely and Cost Effective Procurement of Maintenance and Construction
Services for Capital Projects up to $500,000 in Total Cost.
The Finance and Citywide Projects Committee at its February 12, 2001 meeting, listened to
a presentation from the Procurement Director relative to the JOC System and its benefits,
and recommended that the City Administration pursue the implementation of the JOC
system for timely completion of minor construction projects.
On February 21,2001, Commissioner Simon Cruz provided the City Commission with a
verbal report relative to the Finance and Citywide Projects Committee's recommendation
as stated above.
On July 18, 2001, the Mayor and City Commission adopted Resolution No. 2001-24524,
which authorized the issuance of a Request for Proposals (RFP)for the establishment of a
Job Order Contracting (JOC) System for Achieving Timely and Cost Effective Procurement
of Maintenance and Construction Services for Capital Projects up to $500,000 in Total
Cost.
On July 26, 2001, RFP notices were issued by DemandStar by Onvia to 1,650 prospective
national consultants, which resulted in 48 firms and/or individuals requesting copies of the
RFP, and the submission of two responsive proposals: The Gordian Group, and URS in
association with RS Means.
The City Manager via Letter to Commission No. 253-2001, appointed the following
individuals to serve on the Evaluation Committee (the "Committee") on subject RFP:
Fred Beckmann, Director, Public Works
Timothy Hemstreet, Interim Director, Capital Improvement Projects Office
Marty Hyman, Member of the General Obligation (GO) Bond Oversight Committee
Laura Jamieson, Member of the General Obligation (GO) Bond Oversight Committee
Lazaro Martinez, Member of the Parks and Recreational Facilities Board
Alexandria Rolandelii, Redevelopment Coordinator
Kevin Smith, Director, Parks and Recreation
Ms. Rolandelli and Mr. Martinez were not able to participate due to prior commitments. Mr.
Kent Bonde, Redevelopment Coordinator, was added to the Committee.
The City Manager selected Mr. Beckmann as the Committee Chair based on his
experience in working with JOC contracts at the Federal level.
On January 25, 2002, the Committee convened and was provided with information relative
to the project's goals and objectives, the RFP requirements, the City's Cone of Silence
Ordinance, the Government in the Sunshine Law, and the Committee's role in the
evaluation process. The Committee scheduled a subsequent meeting to listen to oral
presentations from URS and The Gordian Group,
On January 28, 2002, the Committee heard 20-minute presentations and engaged in 20-
minute question and answer sessions with The Gordian Group and URS.
During deliberations, the Committee members discussed their individual ranking of the two
firms and arrived at the following Committee ranking of the firms:
The Gordian Group
URS
Fred Beckmann 94 64
Kent Bonde 97 73
Timothy Hemstreet 97 54
Marty Hyman 93 71
Laura Jamieson 99 53
Kevin Smith 98 43
Why The Gordian Group
The Committee unanimously agreed that The Gordian Group was the most qualified firm
based on their proposal and presentation, which consisted of the following:
Experience
· The Gordian Group Has Developed and Implemented JOC systems for More
than 70 Public Agencies
Automated Tools
· CTC TrackerTM
· PROGEN®
· eGordianTM
Proven Track Record · 100% Successful
· 100% On Time
Development and Implementation Plan · On Site Presence throughout the initial set-up and implementation
· Program Development
· Document Development
· Procurement Support
· Software Development and Testing
· Program Implementation
· Follow-on Technical Support
Methodology and Approach
· Scope Development and Documentation
· Independent Cost Estimate
·
·
·
·
·
·
·
·
·
·
·
·
·
·
·
·
·
Proposal Review and Validation
Negotiation of Non Priced Tasks
Job Order Approval Process
Project Close Out Procedures
Payment Process
Integration with other City Systems & Processes
Catalog of Construction Tasks
Identify Tasks to be Priced
Develop Task Descriptions
Develop Prices using Local Labor, Material and Equipment Costs
Developed Using CTC Tracker Software
Technical Specifications Based on Miami Beach Standards
Specify Quality of Materials, Testing and Workmanship
Linked to the Catalog of Construction Tasks
Contract and General Conditions
Pre-Bid Seminars -- Greater Understanding=Lower Risk=Lower Prices
Marketing Program
[] Internal Marketing Program -- JOC Orientations to Miami Beach Staff and
Departments
[] External Marketing Program -- "Sell" the JOC Program to the Local Contracting
Community
· Training Program -- City Staff & Contractors
· Hands-On Training
· Follow on Technical Support Phase
Historical Overview
· introduced in the United States in 1985 by US Army Corps of Engineers
· In Use by all Federal Agencies
· Over 1000 Job Order Contracts in Use
· Over $1 Billion of Construction Placed Annually
· JOC Has Been Implemented by Major Cities, Counties, School Districts &
Universities Nationwide
JOC - Why It Works
· JOC is A Series Of Individual Small Projects
Contractor Is Guaranteed Only a Small Minimum Amount of Work
· Contractor Has A Continuing Financial Incentive To Provide:
Responsive Services
Quality Work
Lower Cost
· Future Job Orders Tied to Contractor Performance
No Obligation To Give A Specific Project To JOC Contractor
Additional JOC's May Be Bid And Awarded If the City is Not Satisfied With
Contractor's Performance
JOC Does Not Replace Traditional Methods For Accomplishing Work
Lower Costs
· Actual Cost of Construction
Contractor bids $3 Million Contract - Not a $25,000 project
Greater Maximum Value=Lower Adjustment Factors=Greater Savings
· Lower Procurement and Administrative Costs
JOC Eliminates the Need to Use the Full Procurement Cycle for Small Projects
· No need to pay for advertisements & reproduction of documents
· Fewer Change Orders and Claims - Joint Scoping Process Eliminates Misunderstandings About Scope
- Contractor Develops the Cost Proposal - Responsible for Errors and Omissions
- Reduction of Architect/Engineer Fees
Greater Participation
· JOC Increases the Number of Opportunities for Small, Local & Emerging
Businesses
No Pre-established quantities inhibits trade staffing by Prime Contractor
Responsiveness forces Prime Contractor to use multiple local subcontractors
· Review & Approval of Sub-Contractor Plan Prior to Issuance of Each Job Order
Ensures Compliance with Expectations
· Advantages for Small & Emerging Business Contractors
Expanded business opportunities
No bonding requirement for the sub-contractor
Fast Payment
Less Red Tape
In summary, the Job Order Contracting System will enable the City to achieve its primary
objective of being able to "more rapidly engage contractors" while lowering costs and
strengthening internal controls. JOC does not replace any of the existing contracting
systems including program management services. JOC is just an efficient and effective tool
for the City to use in accomplishing its facilities maintenance and construction program.
JOC is a proven system that can offer immediate as well as long-term benefits.
JMG:RCM:FB:TM:GL