COUNCIL AGENDA ITEM
SUBJECT:
title
Request to authorize the City Manager to enter into negotiations beginning with the top ranked firm(s) (Wharton-Smith, Inc) and execute the Part A Pre-Construction Services contract for Professional Construction Management/General Contracting Services (CMAR) for a New Public Works Facility, per Terms and Conditions set forth in RFQ 24-ES-01
body
DEPARTMENT:
Finance
SUMMARY:
The City of Edgewater issued a Request for Qualifications (RFQ ES-01) on January 30, 2024 with the sole purpose and intent of obtaining Proposals from qualified and licensed firms to provide Professional Construction Management/General Contracting Services (CMAR - Construction Manager At Risk) for a New Public Works Facility.
The Construction Management/General Contracting Services (CMAR) firm will help achieve this ambitious project by overseeing the project from start to finish, prioritizing quality, safety, and cost management at each design and construction phase. The Construction Manager will also confirm all subcontractors have secured all the necessary construction and development permits during the project's construction phase.
This Solicitation was broadcast via the City’s E-Procurement Platform, as well as via DemandStar, and the State of Florida DMS, Office of Supplier Diversity site and was posted in City Hall.
On March 13, 2024, submittals were received from six firms and all were deemed responsive and responsible.
On April 1, 2024, the Evaluation Committee met and ranked the firms based on the published evaluation criteria as follows (Evaluation tabulation report is attached):
Rank Firm
1 Wharton-Smith, Inc
2 Ajax Building Company, LLC
3 Scorpio
4 W & J Construction Corp
5 The Collage Companies
6 Paul Culver Construction, Inc
The Committee discussed the possibility of asking the top-ranking firms to come in for presentations but determined by review of the written submittals alone, that no additional significant insight could be gained by presentations, so no oral presentations were sought.
It is anticipated that one (1) firm will be awarded a basic contract to provide the necessary Part A, Pre-Construction Phase Services Contract, and a Part B, Construction Phase Services Contract, for twenty-four (24) months or until project completion, whichever occurs later, exercisable at the option of the City.
During Part A, Pre-Construction, the CMAR shall assist the City and the Design Professional (DP) in developing an optimum, minimum-risk, and buildable design for the project. During Pre-Construction, the City, the DP, and the CMAR shall develop and complete a design for the project that meets the City’s needs and is within the portion of the City’s Project Budget available for payment of construction costs. The City expects the CMAR to assist in finding ways to pursue cost efficiencies and viability, especially in light of the future Part B, Construction.
During Part B, Construction Services, the CMAR shall supervise and coordinate all the work required to complete the construction of the project in accordance with the construction documents and within the Guaranteed Maximum Price (GMP). This includes, but is not limited to, hiring all needed subcontractors, ensuring all permitting requirements are met, acquiring all supplies, maintaining required records, submitting regular reports, and conducting meetings to review costs and progress of the construction.
It should be emphasized that the award of Part A-Pre-Construction Services does not guarantee the provision of Part B-Construction Services. Given the phased nature of the project, separate City Council actions will be required for both Part A and Part B.
BUDGETED ITEM: ☐ Yes ☒ No ☐ Not Applicable
BUDGET AMENDMENT REQUIRED: ☒ Yes ☐ No ☐ Not Applicable
RECOMMENDED ACTION:
Motion to authorize the City Manager to enter into negotiations beginning with the top ranked firm(s) (Wharton-Smith, Inc) and execute the Part A Pre-Construction Services contract for Professional Construction Management/General Contracting Services (CMAR) for a New Public Works Facility, per Terms and Conditions set forth in RFQ 24-ES-01