Title:
title
Approve ranking and authorize staff to negotiate the Management Fee and Pre-Construction Services Fee in accordance with Section 287.055, Florida Statutes, the Consultants Competitive Negotiations Act, and authorize the Purchasing and Contracts Division to execute one (1) Agreement, and Work Order #1 for Pre-Construction Services under PS-6032-24/TAD - On-Call Services for Construction Manager at Risk (CMAR). Countywide (Lorie Bailey Brown, CFO/Resource Management Director)
end
Division:
division
Resource Management - Purchasing and Contracts
body
Authorized By:
Lorie Bailey Brown, CFO/Resource Management Director
Contact/Phone Number:
Robert Bradley/407-665-7111
Background:
PS-6032-24 will provide a pool of pre-qualified construction management entities capable of providing preconstruction, construction, and repair services throughout the County on an as-needed “on-call” basis. The performance of services will be under the Construction Manager-at-Risk delivery method by a Construction Manager (CMAR) for projects in which the estimated construction cost of each individual project does not exceed $7.5 million. The CMAR is to be responsible for construction project scheduling and coordination in both preconstruction and construction phases and generally responsible for the successful, timely, and economical completion of the construction project.
The project was publicly advertised, and the County received twelve (12) responses one of which was found to be non-responsive, listed alphabetically below:
• A² Group, Inc;
• Charles Perry Partners, Inc.
• D&A Construction Group, Inc.
• Granite Construction Company of California
• H.A Contracting Corp
• McCree Design Builders, Inc.
• Oelrich Construction, Inc.
• Ovation Construction Company, LLC
• D.E. Scorpio Corporation (dba Scorpio)
• Collage Design and Construction Group, Inc.
• Wharton-Smith, Inc.
The Evaluation Committee, consisting of Nicholas Brow, Project Manager II; Chad Wilsky, Fleet and Facilities Director; and Kristian Swenson, Assistant County Manager, evaluated the received proposals and agreed to interview nine (9) firms, giving consideration to the following criteria: Similar Work Experience, Qualifications of Proposed Project Team, Current Workload (including workload distribution, availability and identification of local sub-contractors), and Project Understanding/Detailed Approach.
The Evaluation Committee recommends that the Board approve the ranking below and authorize staff to negotiate the Management Fee, Pre-Construction Services Fee with the five (5) top ranked firms:
1. Charles Perry Partners, Inc.
2. Granite Construction Company of California
3. Scorpio
4. A2 Group, Inc.
5. McCree Design Builders, Inc.
For the projects under this MSA, Staff will negotiate the Guaranteed Maximum Price (GMP) and bring all Work Orders to the Board for approval of the GMP and authorization to execute.
Authorization for the performance of services by the Consultants under this Agreement shall be in the form of written Work Orders issued and executed by the County and signed by the Consultant. The work and dollar amount for each Work Order shall be negotiated on an as-needed basis and funded within the approved budgeted amounts. A Draft Agreement and associated backup documentation have been provided as part of this Agenda Item. The Estimated Term Usage of this MSA is $60,000,000.00.
Requested Action:
Staff requests the Board approve the ranking list and authorize staff to negotiate the Management Fee and Pre-Construction Fee in accordance with Section 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA), and authorize the Purchasing and Contracts Division to execute five (5) Agreements under PS-6032-24/TAD On-Call Services for Construction Manager at Risk.