C2C-Issue RFQ Provide Services For Scott Rakow Youth Center Ice Skating RinkCOMMISSION ITEM SUMMARY
Condensed Title:
Request For Ap!Jroval To Issue A Request For Qualifications (RFQ) For A Construction Manager At Risk (CMR) Firm
To Provide Pre-Construction Services And Construction Phase Services Via A Guaranteed Maximum Price (GMP)
Amendment For The Scott Rakow Youth Center Ice Skating Rink Mechanical Repairs And Building Renovations
Key Intended Outcome Supported:
Ensure value and timely delivery of quality capital projects and ensure well-maintained facilities.
Supporting Data (Surveys, Environmental Scan, etc.): The 2012 Community Satisfaction Survey indicated that 81%
of residents rated recently completed capital improvement projects as "excellent" or "good" and 87% rated the
appearance and maintenance of the city's public buildings as "excellent" or "good".
Issue:
I Shall the Mayor and City Commission approve the issuance of the RFQ?
Item SummaryfRecommendation:
The mechanical cooling system for the SRYC -Ice Rink has been experiencing problems as identified by the facility
operator. The Office of Capital Improvement Projects hired Bermello Ajamil & Partners, Inc. (BA & Partners) under
contract with the City of Miami Beach as approved under resolution 2010-27 415 (RFQ No. 01-09/1 0), for Architectural
and Engineering Services. BA & Partners will provide the necessary design documents to address the mechanical
system, new Low-E Ceiling System and renovation of South wall to include an insulated panel system and other
associated improvements for the ice rink space. The design is currently at 50% design completion which is the ideal
time to select the CMR in order for them to provide the pre construction services.
The Construction Management at Risk (CMR) firm is contracted to perform pre-construction services in conjunction with
the design consultant team (BA & P), and provide at the City's request or option, a Guaranteed Maximum Price (GMP)
and certifies by signing the GMP contract with the City that the CMR firm can build the project for the GMP.
The CMR is tasked to work with the Design Professional during the course of design to advise the City of the
constructability of the design; provide cost estimates and value engineering of the Design Professionals documents, to
check the quality of the documents and advice the Owner of the most efficient, and economical ways to build the project
pursuant to the Owners goals and objectives for the project specifically relating to the main scope of work which is,
HVAC systems, air distribution systems, wall repairs, installation of insulating ceilings and other work as identified per
project documents.
The CMR selected pursuant to the RFQ will be responsible for the Design Review, Constructability and Value
Engineering, Review of Onsite and Offsite Conditions, Cost Estimating and Cost Controls, Scheduling, and Bidding
(GMP submittal & Negotiations) associated with the Project.
The contract with the successful CMR will be awarded in accordance with the established requirements for award of
contracts under the Consultants' Competitive Negotiations Act by using either a (i) competitive proposal selection
process, or (ii) a qualifications based selection process.
The RFQprocess will be used to select a firm with the necessary experience and qualifications, the ability, capacity and
proven past successful performance in providing CMR services.
The total estimated Construction Cost Budget for the project is approximately $1 ,200,000.
APPROVE THE ISSUANCE OF RFQ.
Advisory Board Recommendation:
Financial Information·
Source of Amount Account
Funds:
I I i 1
OBPI Total
Financial Impact Summary:
Cit Clerk's Office Le islative Trackin
Fernando Vazquez, Ext. 6135
Interim City Manager
MIAMI BEACH 39
AGENDA ITEM CJC.
DATE /J. -/J.~/2._
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSION MEMORANDUM
TO: Mayor Matti Herrera Bower and Members of the City Commission
FROM: Kathie G. Brooks, Interim City Manager ~A~
DATE: December 12, 2012
SUBJECT: REQUEST FOR APPROVAL TO ISSUE A REQUEST FOR QUALIFICATIONS (RFQ)
FOR A CONSTRUCTION MANAGER AT RISK (CMR) FIRM TO PROVIDE PRE-
CONSTRUCTION SERVICES AND CONSTRUCTION PHASE SERVICES VIA A
GUARANTEED MAXIMUM PRICE (GMP) AMENDMENT FOR THE SCOTT RAKOW
YOUTH CENTER ICE SKATING RINK MECHANICAL REPAIRS & BUILDING
RENOVATIONS
ADMINISTRATION RECOMMENDATION
Approve issuance of the RFQ.
ANALYSIS
The mechanical cooling system for the SRYC -Ice Rink has been experiencing problems as
identified by the facility operator. The Office of Capital Improvement Projects hired Bermello
Ajamil & Partners, Inc. (BA & Partners) under contract with the City of Miami Beach as approved
under resolution 2010-27 415 (RFQ No. 01-09/1 0), for Architectural and Engineering Services.
BA & Partners will provide the necessary design documents to address the mechanical system,
new Low-E Ceiling System and renovation of South wall to include an insulated panel system
and other associated improvements for the ice rink space.
The Scott Rakow Youth Center Ice Skating Rink Facility was constructed and accepted in
January of 2004, over eight (8) years ago. According to Property Management personnel, the
existing design has always presented challenges in maintaining an adequate balance of the
ambient temperature within the interior space of the skating rink. In recent years, the existing
mechanical units have been deteriorating and increased repair services have become a
recurrent problem. The Public Works Department (PWD) and Property Management (PM) are
aware that Capital Improvement Projects Office (CIP) is working as quickly as possible to have
construction documents completed for a Construction Management at Risk (CMR) to perform
improvements. PWD and PM will continue to maintain the operation of the current mechanical
system until such time that the new mechanical systems and associated scope of work are
installed and placed in operation.
The AlE services included and identified the following scope components:
• Architectural Design, Documentation and Construction Administration
• Mechanical, Electrical, Plumbing, Fire protection and Fire Alarm Engineering Design,
Documentation and Construction Administration.
• Structural Engineering Evaluation of Existing Roof Framing Conditions, to be impacted
by Proposed Mechanical Equipment design to the designated existing Roof Area.
40
Commission Memorandum-Issuance of RFQ for CMR-Scott Rakow Youth Center Ice Rink
Mechanical Repairs and building renovation
December 12, 2012
Page 2 of 9
• Independent Construction Cost estimate at the 50% and at the 90% Completion stage
Milestone of Design and Documentation Stage.
The project design is currently at 50% design completion which is the ideal time to select the
CMR in order to provide the pre construction services. The overall schedule for the Scott Rakow
Youth Center I Ice Skating Rink Mechanical Repairs is as follows:
Design Phase by (BA&P)
Bidding/Permitting Phase:
Construction Phase:
October 2012 to February 2013
February 2013 to April 2013
April 2013 to July 2013
CIP staff has analyzed the use of CMR project delivery method for this project in lieu of a
standard Design-Bid-Build process.
Under the CMR approach, the Owner enters into an agreement with a Contractor early in the
design process which allows the facility to be designed and built in partnership with the Design
Professional, the Contractor (CMR), and the City in an environment that fosters creativity,
innovation, constructability, frugality, and quality, for the best price possible in today's market.
At a 50 to 60% design level is the ideal time to enter into this partnership to optimize the best
value for the project. The preconstruction phase allow the delivery of a quality product that
responds to the needs of the Client which in this case is the City's Property Management
Division and the Parks and Recreation Department.
One of the most important distinctions between the CMR project approach and the Design-Bid-
Build is that the CMR is selected based on the CMR firms qualifications and direct experience
based on the specific scope of work, which is a critical component when deciding what
Contractor will build the outlined project.
The CMR approach will give the City the added value of having a qualified contractor evaluate
the project documents in conjunction with the design professional for any inconsistencies, errors
and omissions between the various design disciplines and constructability of the project and
advise on the selection materials, and means and methods given the current market.
The Project Team, consisting of the Owner (City), Design Professional and CMR work together
to produce a quality project with a design that is also buildable in an environment based on a
collaborative effort between the three parties in order to work out all the potential conflicts
potential and unforeseen conditions in the project prior to construction.
This project delivery method also minimizes additional services to the Design Team since most
of the issues which may arise during construction are addressed during the CMR design phase
reviews. Additional costs from the Contractor, including change orders and time extensions, are
also eliminated, since the Guaranteed Maximum Price (GMP) amendment prohibits most project
cost adjustments. Under this approach, time is of the essence to the Contractor because there
will be no compensation considered for delays.
By contracting with the CMR early in the process the City will save the time it normally takes to
bid out via the Conventional Design-Bid-Build, which is approximately three (3) to four (4)
months in advertising, bidding, and awarding the project.
41
Commission Memorandum-Issuance of RFQ for CMR-Scott Rakow Youth Center Ice Rink
Mechanical Repairs and building renovation
December 12, 2012
Page 3 of 9
To this end the CMR firm is contracted to perform pre-construction services and provide at the
City's request or option, a GMP and certifies by signing the GMP contract with the City that the
CMR firm can build the project for the GMP.
The City will request Pre-Construction Services as follows:
• Design Review, Constructability and Value Engineering
• Review of On site and Offsite Conditions
• Cost Estimating and Cost Controls
• Scheduling
• Bidding (GMP submittal & Negotiations)
The CMR is tasked to work with the Design Professional during the course of design to advise
the City of the constructability of the design and provide value engineering of the Design
Professionals documents, to check the quality of the documents and advise the Owner of the
most efficient, and economical ways to build the project pursuant to the Owner's goals and
objectives for the project, specifically relating to the main scope of work which is, HVAC
systems, air distribution systems, wall repairs, installation of insulating ceilings and other work
as identified per project documents.
The end result is a GMP from the Contractor, which is subject to restrictions and minimizes, or
eliminates, additional costs to the City, in order to ensure that the City is successful in
negotiating the best value for this project.
The RFQ process will be used to select a firm with the necessary experience and qualifications,
the ability, capacity and proven past successful performance in providing Construction
Management at Risk services.
The total estimated Construction Cost Budget for the project is $1,200,000.
SCOPE OF SERVICES
The CMR Scope of Services shall include, without limitation, all of the Preconstruction Services
set forth below and, upon approval by the City of the GMP, and as contemplated in any GMP
Amendment or Amendments, and such other amendment(s) as necessary to fix and describe
the parties' respective rights and responsibilities with respect to the Work and the Project, all of
the Construction Services required to complete the Work in strict accordance with the Contract
Documents, and to deliver the Project to the City at or below the GMP, when established, and
within the Contract time.
The CMR shall review Project program plans requirement, existing on-site and off-site
development, surveys and preliminary budget, and make recommendations to the City for
revisions or Value Engineering items. The CMR shall prepare a preliminary Project Schedule in
accordance with the Contract Documents and in coordination with the City and the
Architect/Engineer, identifying all phases, critical path activities, and critical duties of each of the
Project team members. It is the intention of the City to enter into a contract with a CMR for pre-
construction services prior to the 90% design submittal. The CMR shall, at each design phase
(i.e. 90% design development and 100% construction documents, review the plans and advise
the City and the Architect/Engineer regarding the constructability of the design and of any
42
Commission Memorandum-Issuance of RFQ for CMR-Scott Rakow Youth Center Ice Rink
Mechanical Repairs and building renovation
December 12, 2012
Page 4 of 9
errors, omissions, or conflicts it discovers, including but not limited to design, plans or site
conditions. The CMR shall prepare an outline of proposed bid packages and detailed cost
estimates, and advise the City regarding trends in the construction and labor markets that may
affect the price or schedule of the Project. The CMR shall attend all Project related meetings.
The CMR's Preconstruction Services shall be provided, and the City shall compensate the CMR
for such services, based upon a fixed fee. At the conclusion of the Preconstruction Services, the
CMR shall, provide the City a proposal for a GMP Amendment for construction phase services
and without assuming the duties of the Architect/Engineer, warrant to the City, that the plans,
specifications and other Contract Documents are consistent, practical, feasible and
constructible, and that the Project is constructible within the contract time.
The successful firm will be tasked with the following duties and responsibilities:
Task 1 -Coordination with the Design Professional: In providing the CMR's services
described in this Agreement, the CMR shall maintain a working relationship with the
Architect/Engineer. However, nothing in this Agreement shall be construed to mean that the
CMR assumes any of the responsibilities or duties of the NE. The CMR shall be solely
responsible for construction means, methods, techniques, required by the project site conditions
or requirements indentified, sequence and procedures used in the construction of the Project
and for the safety of its personnel, property, and its operations for performing in accordance with
the CMR's Agreement with the City. The NE is responsible for the requirements of the Project
as indicated in the Agreement between the City and the NE. The CMR's services shall be
rendered compatibly and in cooperation with the NE's services under the City. It is not intended
that the services of the NE and the CMR be competitive or duplicative, but rather be
complementary.
Task 2 -Review of Design Documents, Scheduling, Estimating, and Cost Control: The
CMR shall meet with the Architect/Engineer and City representatives to review the most current
Architect/Engineer's Agreement. The CMR shall ensure that the parties jointly review, modify
as necessary, and agree to a single design schedule, to be called the revised most current
Architect/Engineer's contract.
The CMR, as a result of the above-noted review of the design documents and
recommendations provided to the City, shall be fully responsible for the coordination of the
drawings with the written specifications. This includes but is not limited to, the CMR's review of
the construction documents in coordination of the drawings and specifications themselves, with
the existing buildings and sites to ensure proper coordination and constructability and lack of
conflict, and to minimize unforeseen conditions. The CMR shall, during this phase, be
responsible for the proper identification and location of all utilities, services, and other
underground facilities which may impact the Project. The CMR agrees specifically that no
Contract Amendments shall be requested by the CMR or considered by the City for reasons
involving conflicts in the documents; questions of clarity with regard to the documents; and
incompatibility, or conflicts between the documents and the existing conditions, utilities, code
issues and unforeseen underground conditions.
Task 3 -Bid and Award Phase: The CMR shall prepare a Subcontractor's Prequalification
Plan in compliance with the requirements currently determined by the City. The CMR shall
submit to the City the CMR's list of pre-approved sub-contractors for each element of the Work
to be sub-contracted by the CMR. This list shall be developed by the execution by the CMR of
the sub-contractor's Pre-qualification Plan noted above. The City reserves the right to reject
any sub-contractor proposed for any bid to be considered by the CMR. Any claims, objections
43
Commission Memorandum-Issuance of RFQ for CMR-Scott Rakow Youth Center Ice Rink
Mechanical Repairs and building renovation
December 12, 2012
Page 5 of 9
or disputes arising out of the Pre-qualification Plan or list, are the responsibility of the CMR.
The CMR shall hold harmless, indemnify, and defend the City, its employees, agents, and
representatives in any matter arising out of the pre-qualification plan and/or the sub-contractor's
list, except where the sole cause of the matter is a City directed decision.
Task 4 -Guaranteed Maximum Price (GMP): After taking, reviewing and identifying the
proposals from the responsive and responsible sub-contractors, the CMR shall propose to the
City, a GMP, which shall be the sum of the proposed sub-contracts and the CMR's General
Conditions (including any fee, profit, overhead and all like amounts) and the agreed upon
Contingency amount. The GMP shall be the full and complete amount for which the CMR
agrees to go forward from the receipt of sub-contract bids to the full completion of the Project.
Prior to acceptance and execution of the GMP, the CMR shall submit a Best Value quality
control plan that identifies risks and potential risks that the CMR does not control, or risk that is
impacted by factors that the CMR does not control, and includes the CMR's plan to minimize
that risk. A risk would be any existing or potential condition, situation or event that could
negatively impact the project's cost, schedule, quality and the City's expectations with the
exception of Lead time required for any material and /or equipment.
Upon acceptance and execution of the GMP proposal by the City, the CMR shall enter into sub-
contract agreements with the sub-contractors selected for the amounts included in the GMP
Proposal for that sub-contract work, and shall function as a General Contractor and comply with
the Contract Documents accordingly with regard to the Project as well as a CMR with regard to
other services required by the Contract Documents.
Task 5-Construction Phase: Once the City has accepted the GMP, the City will issue a GMP
Amendment which will include the Contract for Construction. CMR activities shall include, but
are not limited to:
• Coordinating site construction management services including but not limited to: regular
job site meetings, maintaining daily on-site project log and schedule report, overseeing
quality assurance, testing and inspection programs, monitoring construction
management staff and sub-contractor work performance for deficiencies, maintaining
record copies of all contract documents, change orders and other documentation on site,
overseeing construction management staff and subcontractor safety programs.
• Staffing each assigned project in a satisfactory manner. As a minimum, the CMR site
personnel during the construction phase will include: a project manager, a full-time
project superintendent and project administrative personnel. The CMR shall provide site
personnel that are competent, English-speaking and able to communicate effectively.
• Updating and maintaining master project schedules, detailed construction schedules,
submittal schedules, inspection schedules and occupancy schedules.
• Preparing a schedule of values associated with the bid package identified and submitting
it for approval by the Architect and City's representative(s). All payment requests must
be in accordance with the schedule of values approved.
• Processing payment requests for approval by the Architect and the City's
representative( s ).
• Processing any GMP Adjustments due to owner requested changes in scope and
modifications and shall submit it for approval by the Architect and the City's
representative(s), including a cost estimate of the proposed change.
• Processing requests for information and coordinate with the Architect.
44
Commission Memorandum-Issuance of RFQ for CMR-Scott Rakow Youth Center Ice Rink
Mechanical Repairs and building renovation
December 12, 2012
Page 6 of 9
• Providing construction program accounting and reporting to the City as required.
• Monitoring for the presence of existing asbestos containing building materials and certify
to the City that no asbestos containing material has been used.
• Providing monthly progress reports to the City.
• Submitting exception-based status reports, associated with the Best Value Quality
Control Plan, addressing conditions, situations, and events that introduce risk to the
project, in terms of cost, schedule, quality, and City's expectations, and including the
CMR's plan to mitigate the risk (s).
• Coordinating with the Architect and City representative(s) the substantial and final
inspections, prior to the Architect's approval and issuance of the Certificate of
Substantial Completion.
Task 6 -Post-Construction Phase: The CMR will coordinate project closeout, start-up and
transition to operation, per the contract for Construction. Activities include but are not limited to:
• The CMR shall coordinate project close-out, start-up and transition to operation.
• The CMR will coordinate with the Architect to provide a complete project record including
project manual and CADD drawings to show all construction changes, additions, and
deletions compared to the Construction Document (CADD disks will be provided to the
CMR by the Architect).
• The CMR will coordinate with the City to prepare the Certificate of Final Inspection.
• The CMR will obtain and review for completeness, have corrected if necessary, and
submit to the City, following the Architect's approval, all Warranties, Operations and
Maintenance Manuals, and other such documents.
• The CMR is responsible to the City for Warranties and Guaranties.
• The CMR will complete all punch-list items generated by NE Consultants during their
inspections.
• The CMR will coordinate and conduct the Occupancy Evaluation and Warranty
Inspection.
MINIMUM REQUIREMENTS
For purposes of compliance with this minimum experience requirement, the term "Proposer'' is
hereby defined to mean the firm and/or business entity which is submitting a proposal pursuant
to this RFQ. Accordingly, the firm and/or business entity must meet the minimum requirements
listed below in order to be deemed responsive. Non-responsive bids will be disqualified from
consideration.
Interested Firms shall address the following items in the RFQ response:
1. Team's Experience
• Indicate the firm's number of years of experience in providing CMR Services
for projects of the same size, similarity of type of project and complexity as
required by this RFQ.
• The firm must demonstrate an ability to provide multi-disciplinary
management in the areas of facility assessment, scope definition/validation,
planning, public engagement, cost estimating, scheduling, quality control and
assurance plan, building code review/inspection, design, construction,
closeout, and warranty services.
45
Commission Memorandum-Issuance of RFQ for CMR-Scott Rakow Youth Center Ice Rink
Mechanical Repairs and building renovation
December 12, 2012
Page 7 of 9
• List all successfully completed projects specifically comparable in design,
scope, size and complexity, undertaken in the past five (5) years. Describe
the scope of each project in physical terms and by cost, describe the
respondent's responsibilities, and provide the name and contact telephone
number of an individual in a position of responsibility who can attest to
respondent's activities in relation to the project. An SF254 can suffice this
request.
• Provide the name(s) of the person, within your organization who was most
actively concerned with managing each project;
• List and describe all legal claims against any member of the team alleging
errors and/or omissions, or any breach of professional ethics, including those
settled out of court, during in the past five (5) years.
2. Project Manager's Experience: Provide a comprehensive summary of the experience
and qualifications of the individual who will be selected to serve as the Project Manager.
This individual must have a minimum of ten (1 0) years' experience in the management
of construction projects, possess extensive knowledge in the management of
construction projects, value engineering, working in a team environment, is well versed
in project schedules and budgeting. Furthermore, this individual should have served as
Project Manager on projects being of the same size (i.e., construction budget of $1.2
million or greater) and complexity and type, as required by this RFQ.
3. Previous Similar Projects: Provide a list of a minimum of ten (1 0) projects which
demonstrates the Team's experience in providing the services for this project. Please
provide the following information for each sample project.
• Client name, address, phone number, email
• Consultant name, address, phone number, fax and/or e-Mail address
• Description of the scope of the work
• Role of the firm and the responsibilities
• Month and Year the project was started and completed
• Total cost and/or fees paid to your firm
• Total cost of the construction, estimated and actual
4. Qualifications of Project Team: Provide a list of the personnel to be used on this
project and their qualifications. A resume of each individual, including education,
experience, and any other pertinent information shall be included for each team member
to be assigned to this project.
5. Risk-Assessment Plan (RAP): All Consultants must submit a Risk-Assessment Plan.
The RAP must not be longer than two (2) pages front side of page only should be
included within the RFQ response. The RAP should address the following items in a
clear and generic language:
• Potential project risks. (Areas that may cause the Contractor not to finish on
time, not finish with budget, cause any change orders, or be a source of
dissatisfaction with the owner)
• Explanation of how the risks can be avoided/minimized
• Propose any options that could increase the value of this project
• Explain the benefits of the RAP. Address the quality and performance
differences in terms of risk minimization that the City can understand and
46
Commission Memorandum -Issuance of RFQ for CMR -Scott Rakow Youth Center Ice Rink
Mechanical Repairs and building renovation
December 12, 2012
Page 8 of 9
what benefits the option will provide to the user. No brochures or marketing
pieces please.
RFQ PROCESS
The procedure for response evaluation and selection is as follows:
1. Request for Qualifications issued.
2. Receipt of responses.
3. Opening of responses and determination if they meet the minimum standards of
responsiveness.
4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
response in accordance with the requirements of this RFQ. If further information is
desired, consultants may be requested to make additional written submissions or oral
presentations to the Evaluation Committee.
5. The Evaluation Committee will recommend to the City Manager the response or
responses acceptance of which the Evaluation Committee deems to be in the best
interest of the City. The following criteria shall be utilized by the Evaluation Committee
for the selection of the Consultant:
• (25 points) -The experience, qualifications, quality control and assurance plan,
and portfolio of the Principal Firm
• (20 points)-The experience, qualifications and portfolio of the Project Manager,
as well as his/her familiarity with this project and a thorough understanding of the
methodology and design approach to be used in this assignment
• (20 points) -The experience and qualifications of the professional personnel
assigned to the Project Team as well as their familiarity with this project and a
thorough understanding of the methodology and design approach to be used in
this assignment
• (20 points)-Willingness to meet time and budget requirements as demonstrated
by past performance, methodology and approach
• (10 points)-Past performance based on quality of the Performance Evaluation
Surveys and the Administration's due dilligence based upon reference checks
performed of the Firm(s) clients
• (5 points) Risk Assessment Plan that reflects a clear understanding of project
objectives; a thorough review of existing conditions; familiarity with the project
site; a thorough understanding of all permitting and regulatory requirements and
impacts; and other considerations that may impact the design and construction of
the proposed improvements
• (5 points) -LOCAL PREFERENCE: The Evaluation Committee will assign an
additional five (5) points to Proposers, which are, or include as part of their
proposal team, a Miami Beach-based vendor as defined in the City's Local
Preference Ordinance.
• (5 points) -VETERANS PREFERENCE: The Evaluation Committee will assign
an additional five (5) points to Proposers, which are, or include as part of their
proposal team, a small business concern owned and controlled by a veteran(s)
or a service-disabled veteran business enterprise, as defined in the City's
Veterans Preference Ordinance.
The City may request, accept and consider proposals for the compensation to be paid under the
47
Commission Memorandum-Issuance of RFQ for CMR-Scott Rakow Youth Center Ice Rink
Mechanical Repairs and building renovation
December 12, 2012
Page 9 of 9
contract only during competitive negotiations.
6. After considering the recommendation(s) of the Evaluation Committee, the City Manager
shall recommend to the City Commission the response or responses acceptance of
which the City Manager deems to be in the best interest of the City.
7. The City Commission shall consider the City Manager's recommendation(s) in light of
the recommendation(s) and evaluation of the Evaluation Committee and, if appropriate,
approve the City Manager's recommendation(s). The City Commission may reject City
Manager's recommendation(s) and select another response or responses. In any case,
City Commission shall select the response or responses acceptance of which the City
Commission deems to be in the best interest of the City. The City Commission may also
reject all proposals.
8. Negotiations between the selected respondent and the City Manager will take place to
arrive at a contract. If the City Commission has so directed, the City Manager may
proceed to negotiate a contract with a respondent other than the top ranked respondent
if the negotiations with the top ranked respondent fail to produce a mutually acceptable
contract within a reasonable period of time.
9. A proposed contract or contracts are presented to the City Commission for approval,
modification and approval, or rejection.
1 0. If and when a contract or contracts acceptable to the respective parties is approved by
the City Commission, the Mayor and City Clerk sign the contract(s) after the selected
respondent(s) has (or have) done so.
CONCLUSION
The Administration recommends that the Mayor and the City Commission authorize the
issuance of a Request for Qualifications (RFQ) for a Construction Manager at Risk Firm to
provide pre-construction services and Construction Phase services via a Guaranteed Maximum
Price (GMP) Amendment for the Scott Rakow Youth Center Ice Rink Mechanical Repairs &
Building renovations.
FV/DM/AD/BC
t:\agenda\2012\12-12-12\sryc ice rink\rfq for cmr for scott rakow ice rink mechanical repairs-memo-2.docx
48