Loading...
HomeMy WebLinkAbout2006-26301 Reso RESOLUTION NO. 2006-26301. 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 QUALIFICATIONS RECEIVED PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 27- 05/06 FOR CONSTRUCTION MANAGER AT RISK FIRM TO PROVIDE PRE- CONSTRUCTION SERVICES FOR THE RENOVATION AND CONSTRUCTION OF THE SCOTT RAKOW YOUTH CENTER PHASE II PROJECT; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF KVC CONSTRUCTORS, INC.; 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 TRAN CONSTRUCTION, INC.; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE SECOND-RANKED FIRM, AUTHORIZING THE RE-ISSUANCE OF THIS REQUEST FOR QUALIFICATIONS. WHEREAS, the Scott Rakow Renovation Project (the "Project") was initiated by the Mayor and City Commission in 1994 and was a part of the original $15 million Parks Bond issue; and WHEREAS, on October 17, 2005, the City of Miami Beach tasked Brown and Brown Architects (an AlE firm on the City's rotational list), with developing a schematic conceptual master plan for the Scott Rakow Youth Center which would evaluate code concerns, including ADA and Fire Safety, validate the program and the budget and propose a phasing plan for construction; and WHEREAS, on May 10, 2006, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) 27-05/06 for Construction Manager at Risk Pre-Construction Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II project; and WHEREAS, the purpose of this Request for Qualifications (RFQ) is to secure the services of a Construction Manager at Risk Firm (CMR) firm to provide preconstruction services and all required construction in order to achieve a Guaranteed Maximum Price (GMP) for the Renovation and Construction of the Scott Rakow Youth Center Phase II project; and WHEREAS, the Construction Manager's Scope of Services shall encompass, without limitation, the following services: . All related Preconstruction Services; . Coordination with the Design Professional; . Review of Design Documents, Scheduling, Estimating & Cost Control; . Bid and Award Phase (Assist in preparing a subcontractor's prequalification plan); . Proposal of GMP to the City; . Project Construction (if City accepts GMP); . Post Construction Phase (Project Close-Out): and , , WHEREAS, at the conclusion of the Preconstruction Services, the Construction Manager shall, 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; and WHEREAS, RFQ No. 27-05/06 was issued on May 12, 2006 with an opening date of June 29, 2006 and with a pre-RFQ proposal meeting that was held on June 2, 2006; and WHEREAS, Bid Net issued bid notices to 120 prospective proposers, resulting in 35 proposers requesting the RFQ document, which resulted in the receipt ofthe following two (2) proposals from: . KVC Constructors, Inc. . Tran Construction, Inc. WHEREAS, the City Manager via Letter to Commission (LTC) No. 159-2006, appointed an Evaluation Committee consisting of the following individuals: . Jorge Cano, CIP Assistant Director . Kevin Smith, Parks and Recreation Director . Lisa Austin, Chair, Scott Rakow Youth Center Advisory Board . Jackie Fernandez, Middle Beach Resident . Jorge Exposito, Bayshore's Homeowners President . Thomas Mooney, Preservation and Design Manager . Graciela Escalante, Senior Capital Projects Coordinator WHEREAS, Mr. Jorge Exposito, Thomas Mooney and Jackie Fernandez were unable to participate in the selection committee process and were replaced by Ricardo Guzman, Planner, Planning Department; and WHEREAS, on July 11, 2006, the Committee convened, the Procurement Division provided evaluation surveys on the two contractors and Ms. Graciela Escalante, Senior Capital Projects Coordinator provided the scope of work for the RFQ responses being evaluated; and WHEREAS, the two contractors who provided responses were invited to provided presentations and were interviewed and questioned at length by the Evaluation Committee as to their experience in providing alteration and renovation work as well as work for public agencies. WHEREAS, additionally, the Project Manager from each firm was interviewed and asked to provide a schedule and provide a listing of risk and how would these risks be minimized during the duration of the project; and WHEREAS, the Committee also discussed the Selection Criteria at length, and after the evaluation of the proposals, the Risk Assessment and the Evaluation Surveys proceeded in ranking the two firms; and WHEREAS, the Evaluation Committee raked both firms accordingly: . First: KVC Constructors, Inc. . Second: Tran Construction, Inc. WHEREAS, the Evaluation Committee ranked KVC Constructors, Inc. first do to their vast past similar experience and their strong project management team; and WHEREAS, the City Manager has reviewed the Evaluation Committee's recommendation, and recommends that the Mayor and City Commission accept the Committee's recommendation, relative to the ranking of firms pursuant to RFQ No. 27- 05/06. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission accept the recommendation of the City Manager pertaining to the Ranking of Qualifications received pursuant to Request for Qualifications (RFQ) No. 27-05/06, for Construction Manager-at-Risk Firm to Provide Pre-Construction Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II Project; authorizing the Administration to enter into negotiations with the top-ranked firm of KVC Constructors, Inc.; 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 Tran Construction, Inc.; and should the administration not be able to negotiate an agreement with the second-ranked firm, authorizing the Administration the re-issuance of this Request for Qualifications. PASSED and ADOPTED this 6th day of Se te ber ,2006. lit:T} PaN~ CITY CLERK Robert Parcher T:\AGENDA\2006\sep0606\consent\RFQ27 -05-06CM-at-Risk-Scott Rakow-Reso.doc APPROVED AS TO FORM & LANGUAGE & FOR nON COMMISSION ITEM SUMMARY Condensed Title: A Resolution Accepting the City Manager's Recommendation Relative to the Ranking of Firms Pursuant to a Request for Qualifications (RFQ) No. 27-05/06 for Construction Manager at Risk Firm to Provide Pre- Construction Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II Proiect. Issue: I Shall the City Commission adopt the Resolution? Item Summary/Recommendation: The Scott Rakow Youth Center Improvement Project was initiated by the Mayor and City Commission in 1994 and was a part of the original $15 million Parks Bond issue. The original scope called for the expansion and renovation of the ice rink and other improvements to the Center. On May 10,2006, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) 27-05/06 for Construction Manager at Risk Pre-Construction Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II project. The purpose of this Request for Qualifications (RFQ) is to secure the services of a Construction Manager at Risk Firm (CMR) firm to provide preconstruction services and all required construction in order to achieve a Guaranteed Maximum Price (GMP) for the Renovation and Construction of the Scott Rakow Youth Center Phase II project. RFQ No. 27-05/06 was issued on May 12, 2006 with an opening date of June 29, 2006. A pre-RFQ proposal meeting was held on June 2, 2006. Bid Net issued bid notices to 120 prospective proposers, resulting in 35 proposers requesting the RFQ document, which resulted in the receipt of the following two (2) proposals from: . Tran Construction, Inc. . KVC Constructors, Inc. The City Manager via Letter to Commission (LTC) No. 159-2006, appointed an Evaluation Committee which ranked the both (2) firms accordingly: 1) KVC Constructors, Inc. 2) Tran Construction, Inc. ACCEPT THE CITY MANAGER'S RECOMMENDATION AND AUTHORIZE NEGOTIATIONS. Advisory Board Recommendation: I N/A Financial Information: Source of Amount Account Approved Funds: 1 I I 2 OBPI Total Financial Impact Summary: Ci Clerk's Office Le islative Trackin Gus Lopez, ext 6641 r Assistant City Manager TH JMG nsent\RF027 -05-06CM-at-Risk-Scott Rakow - Summary.doc in ...... MIAMI BEACH AGENDA ITEM DATE C7V 9-6 -Ob ~ MIAMI BEACH city of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM DATE: Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez, City Manager \-,d September 6, 2006 0 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 QUALIFICATIONS RECEIVED PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 27- 05/06 FOR CONSTRUCTION MANAGER AT RISK FIRM TO PROVIDE PRE- CONSTRUCTION SERVICES FOR THE RENOVATION AND CONSTRUCTION OF THE SCOTT RAKOW YOUTH CENTER PHASE II PROJECT; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP- RANKED FIRM OF KVC CONSTRUCTORS, INC.; 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 TRAN CONSTRUCTION, INC.; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH THE SECOND-RANKED FIRM, AUTHORIZING THE RE- ISSUANCE OF THIS REQUEST FOR QUALIFICATIONS. TO: FROM: SUBJECT: ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANALYSIS The Scott Rakow Youth Center Improvement Project was initiated by the Mayor and City Commission in 1994 and was a part of the original $15 million Parks Bond issue. The original scope called for the expansion and renovation of the ice rink and other improvements to the Center. The following is a chronology of the work at the Scott Rakow Youth Center: . On June 19, 1996, the Mayor and City Commission approved the Master Plan for the improvements to the City's Parks and Recreation facilities of which the Scott Rakow Youth Center (Project) was a component. . On July 16, 1996 an Agreement was executed with The Corradino Group for design, bidding and construction administration for the Project. . On April 9, 2001 a Notice to proceed was given to International Builders. . On April 24, 2001 construction began on Phase I of the project. . On July 21, 2003 International Builders was certified in default of the contract. · On October 10, 2003, the permit was changed to F&L Construction, who was tasked to complete Phase I and achieve a Temporary Certificate of Occupancy (TCO) for the project. . On January 9, 2004 a TCO was achieved on the project. . On April 4, 2006 a Certificate of Occupancy was achieved on the Project for Phase I. Commission Memo RFQ No. 27-05/06 - Construction Manager at Risk Firm to Provide Pre-Construction Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II Project. September 6, 2006 Page 2 af 8 . On October 17, 2005, the City of Miami Beach tasked Brown and Brown Architects (an AlE firm on the City's rotational list), with developing a schematic conceptual master plan for the Scott Rakow Youth Center which would evaluate code concerns, including ADA and Fire Safety, validate the program and the budget and propose a phasing plan for construction. Brown and Brown participated in various site meetings to evaluate the existing conditions of the facility and meet with the users to review the scope of work which would be necessary to bring the facility into compliance and fulfill the operational and programmatic requirements the City has promised to offer to the community. After various meetings with the Parks and Recreation Department, the SRYC Advisory Board, the users, which comprised the day to day Managers of the Facility, Property Management, the Fire Department and the Building Department, Brown and Brown proposed an acceptable schematic conceptual master plan and budget which would be phased over an estimated two to three years while the facility would remain in operation. SCOPE OF SERVICES The scope of work for the renovation of the existing facility consists of the following components: expand the existing parking lot by 44 parking spaces and provide a bus drop off which separates vehicular and pedestrian traffic, provide ADA accessible walkways from the handicap parking to the main entrance and to the new outdoor playground area, convert the old ice rink into a Multi-Purpose Room, renovate the existing entry plaza, provide a new entry addition with security counter and lobby, a new handicap accessible elevator located at the entry addition, first floor renovations including new snack bar, new ADA accessible bathrooms, new fitness center, new lighting, flooring and ceiling treatments, second floor renovations include new classrooms, new music room, new reading room, storage, renovated Park staff office areas, and new lighting, flooring and ceiling treatments through- out the facility. The renovated facility will be required to provide a fire sprinkler system, a new central fire alarm system for the entire facility as well as an upgrade of the existing HVAC systems for the new design loads. In addition, a new Pool Manager's office, a Golf Starter Office, a new trash collection area, and new Zamboni drainage pit (for the New Ice Rink) will be provided. The Construction Manager's 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 a the 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 Construction Manager shall review Project requirements, existing on-site and off-site development, surveys and preliminary budget, and make recommendations to the City for revisions. The Construction Manager 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. The Construction Manager shall, at each remaining design phase (Le. 60% design development and 100% construction document), review the plans and advise the City and the Architect/Engineer regarding the constructability of the design and of any errors, omissions, or conflicts it discovers. The Construction Manager 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 Construction Manager shall attend all Project related meetings. Commission Memo RFQ No. 27-05/06 - Canstruction Manager at Risk Firm to Provide Pre-Construction Services far the Renovation and Construction of the Scott Rakow Youth Center Phase II Project. September 6. 2006 Page 3 of 8 The Construction Manager's Preconstruction Services shall be provided, and the City shall compensate Construction Manager for such services, based upon a fixed fee. At the conclusion of the Preconstruction Services, the Construction Manager shall, 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 Construction Manager's services described in this Agreement, the CM shall maintain a working relationship with the Architect/Engineer. However, nothing in this Agreement shall be construed to mean that the CM assumes any of the responsibilities or duties of the AlE. The CM shall be solely responsible for construction means, methods, techniques, 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 CM's Agreement with the City. The AlE is responsible for the requirements of the Project as indicated in the Agreement between the City and the AlE. The CM's services shall be rendered compatibly and in cooperation with the AlE's services under the City. It is not intended that the services of the AlE and the CM be competitive or duplicative, but rather be complimentary. Task 2 - Design Phase: Review of Design Documents, Scheduling, Estimating & Cost Control: The CM shall meet with the Architect/Engineer and City representatives to review the most current Exhibit "A" of the Architect/Engineer's Agreement. The CM shall ensure that the parties jointly review, modify as necessary, and agree to a single design schedule, to be called the revised most current Exhibit "A" to the Architect/Engineer's contract. The CM, 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 CM'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 CM 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 CM agrees specifically that no Contract Amendments shall be requested by the CM or considered by the City for reasons involving conflicts in the documents, questions of clarity with regard to document, incompatibility, or conflicts between the documents and the existing conditions, utilities, code issues and unforeseen underground conditions. Task 3 - Bid and Award Phase The CM shall prepare a subcontractor's prequaljfication plan in compliance with the requirements currently determined by the City. The CM shall submit to the City the CM's list of pre approved Subcontractors for each element of the Work to be subcontracted by the CM. This list shall be developed by the execution by the CM of the subcontractor's prequalification plan noted above. The City reserves the right to reject any subcontractor proposed for any bid to be considered by the CM. Any claims, objections or disputes arising out of the prequalification plan or list are the responsibility of the CM. Commission Memo RFQ No. 27-05/06 - Construction Manager at Risk Firm to Provide Pre-Construction Services for the Renovation and Canstruction of the Scott Rakow Youth Center Phase II Project. September 6, 2006 Page 4 of 8 The CM shall hold harmless, indemnify, and defend the City, its employees, agents, and representatives in any matter arising out of the prequalification plan and/or the subcontractor'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 subcontractors, the CM shall propose to the City, a Guaranteed Maximum Price (GMP), which shall be the sum of the proposed subcontracts and the CM's General Conditions (including any fee, profit, overhead and all like amounts) and the agreed upon Contingency. The Guaranteed Maximum Price shall be the full and complete amount for which the CM agrees to go forward from the receipt of subcontract bids to the full completion ofthe Project. Upon acceptance and execution of the GMP Proposal, by the City, the CM shall enter into subcontract agreements with the subcontractors selected for the amounts included in the GMP Proposal for that subcontract work, and shall function as a General Contractor and comply with the Contract Documents accordingly with regard to the Project as well as a Construction Manager 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. Activities include but are not limited to: 1. The CM shall coordinate site construction management services including but not limited to: regular job site meetings, maintain daily on site project log and schedule report, oversee quality assurance, testing and inspection programs, monitor construction management staff and subcontractor work performance for deficiencies, maintain record copy of all contract documents, change orders and other documentation on site, oversee construction management staff and subcontractor safety programs. 2. The CM shall staff each assigned project in a satisfactory manner. As a minimum, the CM site personnel during the construction phase will include: a project manager, full time project superintendent and project administrative personnel. The CM shall provide site personnel that are competent, English speaking and are able to communicate effectively. 3. The CM shall update and maintain master project schedules, detailed construction schedules, submittal schedules, inspection schedules and occupancy schedules. 4. The CM shall prepare a schedule of values associated with the bid package identified and submit for approval by the Architect and City's representative(s). All payment requests must be in accordance with the schedule of values approved. 5. The CM shall process payment requests for approval by the Architect and the City's representative( s). 6. The CM shall process any change orders due to scope and modifications and the City's representative for approval by the Architect including a cost estimate of the proposed change. 7. The CM shall process requests for information and coordinate with the Architect. 8. The CM shall provide construction program accounting and reporting to the City as required. 9. The CM shall monitor for the presence of existing asbestos containing building material and certify to the City that no asbestos containing material has been used. 10. The CM shall provide monthly progress reports to the City. Commission Mema RFQ No. 27-05/06 - Construction Manager at Risk Firm to Provide Pre-Construction Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II Project. September 6, 2006 Page 5 of 8 11. The CM shall coordinate 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 CM will coordinate project closeout, start -up and transition to operation, per the contract for Construction. Activities include but are not limited to: 1. The CM shall coordinate project close-out, start-up and transition to operation. 2. The CM 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 CM by the Architect). 3. The CM will coordinate with the City to prepare the Certificate of Final Inspection. 4. The CM will obtain and review for completeness, have corrected if necessary and submit to the City following the Architects approval all warranties, operations and maintenance manuals, and other such documents. 5. The CM is responsible to the City for warranties and guaranties. 6. The CM will complete all punch-list items generated by Contractor during their inspections. 7. The CM will coordinate and conduct the occupancy evaluation and warranty inspection. RFQ PROCESS AND SELECTION On May 10, 2006, the Mayor and City Commission approved the issuance of Request for Qualifications (RFQ) 27-05/06 for Construction Manager at Risk Pre-Construction Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II project. The purpose ofthis Request for Qualifications (RFQ) is to secure the services of a Construction Manager at Risk Firm (CMR) firm to provide preconstruction services and all required construction in order to achieve a Guaranteed Maximum Price (GMP) for the Renovation and Construction of the Scott Rakow Youth Center Phase II project. RFQ No. 27-05/06 was issued on May 12, 2006 with an opening date of June 29, 2006. A pre-RFQ proposal meeting was held on June 2, 2006. BidNet issued bid notices to 120 prospective proposers, resulting in 35 proposers requesting the RFQ document, which resulted in the receipt of the following two (2) proposals from: . KVC Constructors, Inc. . Tran Construction, Inc. The City Manager via Letter to Commission (LTC) No. 159-2006, appointed an Evaluation Committee consisting of the following individuals: . Jorge Cano, CIP Assistant Director . Kevin Smith, Parks and Recreation Director . Lisa Austin, Chair, Scott Rakow Youth Center Advisory Board . Jackie Fernandez, Middle Beach Resident . Jorge Exposito, Bayshore's Homeowners President . Thomas Mooney, Preservation and Design Manager . Graciela Escalante, Senior Capital Projects Coordinator Cammission Memo RFQ No. 27-05/06 - Construction Manager at Risk Firm to Provide Pre-Constructian Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II Project. September 6, 2006 Page 6 of 8 Mr. Jorge Exposito, Thomas Mooney and Jackie Fernandez were unable to participate in the selection committee process and were replaced by Ricardo Guzman, Planner, Planning Department. On July 11,2006, the Committee convened, the Procurement Division provided evaluation surveys for the two firms and Ms. Graciela Escalante, Senior Capital Projects Coordinator provided the scope of work for the RFQ responses being evaluated. Dr. Dean Kashiwagi from Arizona State and Florida International University provided insight on "Best Value Procurement" and recommended questions (see Attachment No.1) that could be used during the evaluation of the 2 respondent firms. The Committee also discussed the Selection Criteria, which was used to evaluate and rank the firms: A. The experience and qualifications of the Construction Management Contractor (20 points). B. The experience and qualifications of the Project Manager (20 points). C. The experience and qualifications of the professional personnel assigned to the Project Team (15 points). D. Risk Assessment Plan for ensuring quality of work (25 points). E. Past performance based on number and quality of the Performance Evaluation Surveys (20 points). The Committee voiced their concern as to the lack of response to the bid solicitation by prospective firms. The Procurement Division was able to provide feedback from firms who were present during the Pre-RFQ meeting but opted not to provide a response. The Committee decided to allow the 2 firms who did respond to provide oral presentations before they could decide if to recommend any of the 2 firms or reject the 2 responses and re-start the process. The 2 firms were invited to provide a 15 minute presentation with a 25 minute question and answer session. The 2 firms provided their presentations and were interviewed and questioned at length as to their experience in providing alteration and renovation work as well as work for public agencies. The Project Manager from each firm was interviewed and asked to provide a schedule and provide a listing of risk and how would these risks be minimized during the duration of the project. After the two firms were interviewed the Evaluation Committee deliberated and unanimously voted to select one of the firms for recommendation and negotiation of a contract. Attached are the Committee's scores for both firms: Company Name Kevin Ricardo Graciela Lisa Jorge Ranked Smith Guzman Escalante Austin Cano KVC Constructors, Inc. 80 (1) 91 (1) 84 (1) 92 (1) 88 (1) 1 Tran Construction, Inc. 75 (2) 84 (2) 80 (2) 74 (2) 81 (2) 2 KVC Constructors, Inc. was unanimously ranked 1st by the Committee Members and Trans Construction, Inc. was ranked 2nd. KVC CONSTRUCTORS, INC. KVC Constructors, Inc. (KVC) is a full service General Contracting, Construction Management and Design-Build Firm. Their offices are located in Miami-Dade County at 9499 NE 2nd Avenue, Suite 205, Miami Shores, Florida. Commission Memo RFQ No. 27-05/06 - Construction Manager at Risk Firm to Provide Pre-Construction Services for the R.enovation and Construction of the Scott Rakow Youth Center Phase II Project. September 6, 2006 Page 7 of 8 KVC has the relevant experience to take on and successfully complete the Scott Rakow Youth Center Phase II Project. In the past 5 years, KVC has completed several projects which required collaboration with public entities and/or were constructed while the facilities were in use without impediment to the users which is the case on the Scott Rakow Youth Center Phase II project. Project that have completed by KVC include the Design-Build for the City of Miami Municipal Parking Garage #9, Construction Management at Risk for West Perrine Park Enhancement project improvements, General Contractor for the Village of Pinecrest City Hall and Police Station and Construction Management at Risk for the City of Miami BeachlThe Related Group SSDI North and South projects. CM at Risk project experience highlight include the recent West Perrine Park Enhancement Project completed in July of 2005 for Miami-Dade County Parks and Recreation. This project typifies how a successful CM at Risk project should be administered. KVC was selected from a short list of proposers and was involved from the preconstruction phase through post construction/close-out phase. From the beginning KVC provide their input to the client, the Architect and the Engineers in an effort to provide the best possible outcome for Miami-Dade County. Their scope of services included constructability analysis and input as well as preliminary budget estimates at 30%, 60% and 100% stage which concluded with a final Guarantee Maximum Price negotiation phase. This project was delivered on time, without claims and a small punch-list. Additionally, their was a cost savings of almost $75,000 dollars upon completion of the project. Freddy Vanegas Construction Project Manager Mr. Vanegas has been working in the construction industry for over 20 years and has a vast knowledge on all aspects of construction. From the preconstruction phase to the post construction and closeout stages, his construction history experience on past projects are excellent examples of what a seasoned Construction Manager needs to have to provide a successful construction project. Mr. Vanegas will oversee the Preconstruction, Bid and Award Phases Services including review of design documents, advise on construction feasibility and practicality, identification of long-lead material procurement, review and advise on selection of systems and materials, methodology on dealing with regulatory requirements and other project constraints, directing the estimating and value engineering process including development of a purchasing strategy for the project, solicitation and pre-qualification of subcontractors and suppliers, compilation of preliminary as well as GMP estimates and presentation of same to client, development of schedules and phasing plans, and other tasks that are required during the pre-construction process to ensure the ultimate success of the project during the execution stage. REFERENCES: Ms. Maggie L. Tawil, PE, Chief Project Management Division Miami-Dade County Parks and Recreation Project: West Perrine Park Recreation Center "KVC worked with staff to develop and implement solutions whenever difficulties were encountered. They did an excellent job of communicating with the owner's representative at all times. KVC personnel were courteous, conscientious, and customer responsive." Commission Memo RFO No. 27-05/06 - Construction Manager at Risk Firm to Provide Pre-Construction Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II Project. September 6, 2006 Page 8 of 8 Mr. Peter G. Lombardi, Village Manager Village of Pinecrest Project: Pinecrest Municipal Center "The Village of Pinecrest contracted with KVC Constructors, Inc. for the construction of the Pinecrest Municipal Center, the home of Pinecrest's government operations. The project consisted of 30,000 square feet of office space above two levels of parking and contains the Pinecrest Police Department, Village Hall, and Emergency Operations Center. Our elected officials, residents, guests and staff are extremely proud of the facility. It was a pleasure working with the principals and staff of KVC Constructors, Inc.; they did a very professional job." Ms. Christina M. Cuervo, Former Assistant City Manager for Miami Beach Project: SSDI North and South Improvements Project. "I worked with KVC Constructors, Inc. from May 2001 until December 2003, KVC's professionalism and skill at handling major project issues was very helpful and reduced City staff oversight and coordination requirements. KVC was always responsive to the needs of the City, the abutting property owners as well as the other multiple entities involved in this project. " Ms. Joyce M. Bronson, Vice President/Project Director Murano at Portofino and Murano Grande at Portofino Project: SSDI North and South Improvements Project. "I have known the principals of KVC Constructors, Inc. for many years and have most recently worked with them since May of 2001 on the Miami Beach, SSDI North and South Improvements project. This project included multiple tasks, many of which had to be completed so that my firm could proceed with the development and construction of a major high-rise project. Their response to our needs as well as the other multiple entities involved has always been timely and professional. They have delivered services of the highest quality, on time and on budget and they have maintained good relations with all parties involved with this project. I would recommend KVC Constructors, Inc. for any project." CONCLUSION The Administration recommends approval of the attached Resolution accepting the recommendation of the City Manager pertaining to the Ranking of Qualifications received pursuant to Request for Qualifications (RFQ) NO.27 -05/06 for Construction Manager at Risk Firm to Provide Pre-Construction Services for the Renovation and Construction of the Scott Rakow Youth Center Phase II Project; authorizing the Administration to enter into negotiations with the top-ranked Firm of KVC Constructors, Inc.; 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 Tran Construction, Inc.; and should the Administration not be able to negotiate an agreement with the Second-Ranked firm, authorizing the re-issuance of this Request for Qualifications. T:\AGENDA \2006\sep0606\consent\RF027 -05-06CM-at-Risk-Scott Rakow.doc ATTACHMENT No. 1 CM@Risk PM Questions July 10, 2006 1. What experience and qualifications qualifies you to work on this project? 2. What similar projects have you worked on? 3. What is unique about this project? 4. What will you do differently on this project than previous projects? 5. What will you do differently from other contractors on this project? 6. What are your personal goals on this project? 7. What value (difference in outcomes) do you and your company bring to this project? 8. What do you see as risks in working with the designer on this CM@Risk contract? 9. How will you verify and justify the prices for the contract using baselines, other project costs, best value bids? 10. How will you select your critical subcontractors? 11. How will you minimize the chance of change orders? 12. Draw out the major activities during preconstruction. 13. Are you willing to do a preplanning and quality control plan before the start of construction and after the design is complete? 14. Are you willing to take control of the project, and minimize the risk of nonperformance? 15. Are you willing to send in a weekly risk report listing only unforeseen risks? 16. Do you understand that the quality control plans (schedule, milestones, prioritized list of risks and minimization of risks, and QA plan) will be your contract? 17. Are you willing to minimize the risk of nonperformance, which includes proper coordination and preplanning?