Miami-Dade
Legislative Item File Number: 212405 |
Printable PDF Format Clerk's Official Copy |
File Number: 212405 | File Type: Resolution | Status: Adopted | ||||||
Version: 0 | Reference: R-994-21 | Control: Board of County Commissioners | ||||||
|
||||||||
Requester: Library Department | Cost: | Final Action: 10/19/2021 | ||||||
|
||||||||
|
||||||||
|
||||||||
Sunset Provision: No | Effective Date: | Expiration Date: |
Registered Lobbyist: | None Listed |
Legislative History |
|||||||
Acting Body | Date | Agenda Item | Action | Sent To | Due Date | Returned | Pass/Fail |
|
|||||||
Board of County Commissioners | 10/19/2021 | 9A1 | Adopted | P | |||
|
|||||||
County Attorney | 10/12/2021 | Assigned | Melanie J. Spencer | 10/12/2021 | |||
|
|||||||
County Attorney | 10/7/2021 | Assigned | Office of Agenda Coordination | 10/7/2021 | |||
REPORT: | Item returned | ||||||
|
|||||||
County Attorney | 10/5/2021 | Assigned | Melanie J. Spencer | 10/7/2021 | |||
|
|||||||
Morris Copeland | 10/1/2021 | Assigned | Office of Agenda Coordination | ||||
|
|||||||
Office of Agenda Coordination | 10/1/2021 | Assigned | County Attorney | 10/19/2021 | |||
REPORT: | Library - Attorney: Melanie Spencer - Chairman Jose ''Pepe'' Diaz Sponsor - no cmte - Attachments: Attach. A, Attach. B, Attach. C - item has 171 pages | ||||||
|
Legislative Text |
TITLE RESOLUTION APPROVING AWARD OF A CONTRACT TO LEE CONSTRUCTION GROUP, INC. FOR DESIGN-BUILD SERVICES FOR THE NEW DORAL BRANCH LIBRARY, PROJECT NO: DB20-MDPLS01 GOB ESP; CONTRACT NO. DR-19457-20-ESP; IN AN AMOUNT NOT TO EXCEED $11,209,560.50 FUNDED WITH BUILDING BETTER COMMUNITIES � GENERAL OBLIGATION BOND PROGRAM FUNDS AND MIAMI-DADE LIBRARY TAXING DISTRICT FUNDS, FOR A TERM OF 900 DAYS; AND AUTHORIZING THE COUNTY MAYOR OR THE COUNTY MAYOR�S DESIGNEE TO EXECUTE THE SAME AND TO EXERCISE THE PROVISIONS THEREOF, INCLUDING THE TERMINATION PROVISIONS CONTAINED THEREIN BODY WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby approves the award of a contract to Lee Construction Group, Inc. to provide design-build services for the new Doral Branch Library Project � Project No. DB20-MDPLS01 GOB ESP, Contract No. DR-19457-20-ESP, in an amount not to exceed $11,209,560.50 for a term of 900 calendar days, in substantially the form attached hereto and made a part hereof, and authorizes the County Mayor or the County Mayor�s designee to execute the same for and on behalf of Miami-Dade County and to exercise the provisions thereof, including the termination provisions therein. HEADER Date: To: Honorable Chairman Jose �Pepe� Diaz and Members, Board of County Commissioners From: Daniella Levine Cava Mayor Subject: Contract Award Recommendation for Design-Build Services for the new Doral Branch Library � Project No: DB20-MDPLS01 GOB ESP; Contract No: DR-19457-20-ESP, to LEE CONSTRUCTION GROUP, INC. STAFF RECOMMENDATION Recommendation It is recommended that the Board of County Commissioners (Board) approve award of the attached design-build contract for the design and construction of a replacement Doral Branch Library for the Miami-Dade Public Library System (MDPLS). Board approval is required under the County's Economic Stimulus Plan (ESP) Ordinance, as the awarded contract amount exceeds the County's initial base estimate by more than 10 percent. Committee review is not required in accordance with Section 2.8.2.7 of the Code of Miami-Dade County. Scope The new Doral Branch Library will be located in District 12 at the northeast corner of NW 53 Terrace and NW 84 Avenue Doral, FL, and represented by Chairman Jose �Pepe� Diaz. PROJECT NAME: Design-Build Services for the New Doral Branch Library PROJECT NO.: DB20-MDPLS-01 GOB ESP PROJECT DESCRIPTION: MDPLS recommends award of this contract to provide design build services for design and construction of a new public library facility consisting of approximately 20,000 sq. ft. total constructed area, fully air conditioned, and made of reinforced masonry/concrete block structure or other materials and methods meeting the requirements of Miami-Dade County. In addition to being approved by the voters as part of the Building Better Communities General Obligation Bond Program (BBC-GOB), this project was further described and authorized by the Board via Resolution No. R-1013-20, which approved the Contract for Sale and Purchase of the real property where the library will be located. PROJECT LOCATION: NE corner of NW 53 Terrace and NW 84 Avenue Doral, FL PRIMARY COMMISSION DISTRICT: District 12 Jose "Pepe" Diaz APPROVAL PATH: Board of County Commissioners USING DEPARTMENT: Miami-Dade Public Library System MANAGING DEPARTMENT: Miami-Dade Public Library System Fiscal Impact/Funding Source FUNDING SOURCE: The amount of the contract award is $11,209,560.50, which is funded in the FY 2021-22 Adopted Budget through BBC-GOB proceeds, GOB Project No. 287, Construct Doral Library, in the amount of $8,975,000.00 and $2,234,560.50 from Miami-Dade Library Taxing District Funds. The base estimate for this project was based on the original 2004 BBC-GOB and ESP estimate, which contemplated a 15,000-square foot facility. The proposed contract award is based on the actual lowest bid amount and a 20,000-square foot facility. OPERATIONS COST IMPACT/FUNDING: Estimated operating impact to begin FY 2023-24 in the amount of $313,300.00 annually, to be funded from Miami-Dade Library Taxing District Funds. MAINTENANCE COST IMPACT/FUNDING: See above LIFE EXPECTANCY OF ASSET: 50 years PTP FUNDING: No GOB FUNDING: Yes CAPITAL BUDGET CAPITAL BUDGET PROJECT DESCRIPTION AMOUNT PROJECT: 906640�� DORAL BRANCH � REPLACEMENT FOR STOREFRONT LIBRARY $11,217,000.00 PROJECT TECHNICAL CERTIFICATIONS: 14.00 ARCHITECTURE (Lead A/E) 18.00 ARCHITECTURAL CONSTRUCTION MANAGEMENT (Lead A/E) 8.00 TELECOMMUNICATION SYSTEMS 9.02 SOILS, FOUNDATION AND MATERIALS TESTING � GEOTECHNICAL AND MATERIALS ENGINEERING SERVICES 11.00 GENERAL STRUCTURAL ENGINEERING 12.00 GENERAL MECHANICAL ENGINEERING 13.00 GENERAL ELECTRICAL ENGINEERING 14.00 ARCHITECTURE - INTERIOR DESIGN 15.01 SURVEYING AND MAPPING - LAND SURVEYING 16.00 GENERAL CIVIL ENGINEERING 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 20.00 LANDSCAPE ARCHITECTURE SUSTAINABLE BUILDINGS ORDINANCE(I.O. NO. 8-8): The project qualifies for compliance with the Sustainable Building Ordinance. SEA LEVEL RISE (ORD. NO. 14-79): The impact of sea level rise was considered as part of the design criteria of this project. NO. VENDORS ISSUED ADVERTISEMENT: 1001 BIDS RECEIVED: 14 ESTIMATED ORIGINAL CONTRACT PERIOD: 900 Days. Excludes Warranty Administration CONTINGENCY PERIOD: 90 Days. IG FEE INCLUDED IN BASE CONTRACT: Yes ART IN PUBLIC PLACES: Yes, 1.50% of design and construction cost $153,529.05 BASE ESTIMATE: $9,000,000.00 BASE CONTRACT AMOUNT: $10,235,270.00 OWNER CONTROLLED CONTINGENCY ALLOWANCE (SECTION 2-8.1 CODE OF MIAMI-DADE COUNTY): TYPE: PERCENT: AMOUNT: COMMENT: New Five Percent (of construction) Per Ord. No. 00-65 $467,500.00 construction & design contingency Ten Percent (of design) allowances are $88,527.00 combined TOTAL AMOUNT: $556,027.00 DEDICATED ALLOWANCE FOR PERMIT FEES: $409,410.80 Four percent DEDICATED ALLOWANCE FOR REIMBURSABLE EXPENSES: $8,852.70 One percent design cost TOTAL DEDICATED ALLOWANCE AND CONTINGENCY: $974,290.00 TOTAL CONTRACT AMOUNT: $11,209,560.50 Track Record/Monitor SBD HISTORY OF VIOLATIONS: None. EXPLANATION: In accordance with Resolution No. R-187-12, due diligence was conducted by MDPLS and the Internal Services Department (ISD) to determine responsibility, including verifying corporate status and performance and compliance data. The lists that were reviewed include: convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There were no adverse findings relating to Lee Construction Group's responsibility. On January 15, 2021, a Request for Design-Build Services was issued under full and open competition. On February 15, 2021, 14 proposals were received through BidSync in response to this solicitation. The responsive respondents included: - Link Construction Group, Inc. - KVC Constructors, Inc. - Stonehenge Construction LLC - TGSV Enterprises Inc. - JRT Construction Co. - Kaufman Lynn Construction Inc. - OHL Building Inc. - State Contracting & Engineering Corp. - Munilla Construction Management LLC - Lee Construction Group, Inc. ISD determined that the following respondents were non-responsive and they were removed from the process: - JCI International, Inc. - Juneau Construction Company - Buslam Company Partners, Inc. - Thornton Construction Company, Inc. The evaluation process included two steps. During Step 1, an Evaluation of Qualifications meeting was held by the Competitive Selection Committee on April 27, 2021 to review and rank the ten remaining proposals received on February 15, 2021. The Competitive Selection Committee evaluated and ranked the firms and voted to short-list the five highest ranked firms. Refer to Attachment A � Step 1 Tabulation List. On June 11, 2021, the following short-listed firms submitted Step 2 proposals: - Link Construction Group, Inc. - Lee Construction Group, Inc. - State Contracting & Engineering Corp. On June 13, 2021, Kaufman Lynn Construction withdrew from submitting for Step 2. KVC Constructors, one of the five shortlisted firms, did not submit a Step 2 technical and price proposal. The Step 2 Technical and Price Proposal meeting was held on June 29, 2021. The Competitive Selection Committee recommended that the County Mayor or County Mayor's designee approve negotiations with Lee Construction Group, Inc. as the highest ranked and responsive proposer. Refer to Attached B - Step 2 Tabulation List. SUBMITTAL DATE: 2/15/2021 ESTIMATED NOTICE TO PROCEED: 11/1/2021 PRIME CONTRACTOR: Lee Construction Group, Inc. COMPANY PRINCIPAL: Luis E. Enriquez COMPANY QUALIFIER: Lee Construction Group, Inc. COMPANY EMAIL ADDRESS: [email protected] COMPANY STREET ADDRESS: 9485 NW 12 Street, Doral FL 33172 YEARS IN BUSINESS: 15 PREVIOUS CONTRACTS WITH COUNTY IN LAST 3 YEARS: None SUBCONSULTANTS: FERGUSON GLASGOW SCHUSTER SOTO INC. LOUIS J AGUIRRE & ASSOCIATES PA DOUGLAS WOOD ASSOCIATES INC GRAEF-USA INC. CURTIS & ROGERS DESIGN STUDIO INC ARDAMAN & ASSOCIATES INC HADONNE CORP SPINNAKER GROUP LLC TOM GRABOSKI ASSOCIATES INC MINIMUM QUALIFICATIONS EXCEED LEGAL REQUIREMENTS: Yes. 1) The Lead A/E Consultant is preferred to demonstrate experience in designing a least one (1) public library, museum, or cultural affairs-related facility. 2) The A&E Consultant certified in Technical Category 11.00 � General Structural Engineering is preferred to have a threshold inspector. 3) The A&E team (Lead A&E and/or sub-consultants) is preferred to include a LEED�AP professional in order to achieve optimum results in the application of LEED-related practices. 4) The Construction Manager (CM) is preferred to demonstrate verifiable CM/PM qualifications and experience with the successful construction through completion of one (1) public library, museum or cultural affairs-related facility of approximately 15,000 square feet in usable area, located within an urban environment within the past fifteen (15) years. 5) Respondents should provide the following specialty individual(s): a. Project Integrator - Integrate Technological Tools - To include an Information Technologies engineer in the project planning and design process to oversee and coordinate all activities across vendors and service providers to ensure the success of the project consistent with the type, size, scope, and complexity of this project. 6) The Prime Contractor is preferred to be a LEED AP, or have a LEED AP Consultant on staff during the entire construction phase, who can demonstrate experience in the LEED certification process of at least one (1) facility completed or one (1) facility under construction, which is registered with the United States Green Building Council (USGBC) to pursue a minimum of LEED-certified rating. STANDARD PAYMENT AND PERFORMANCE BOND: Yes APPLICABLE WAGES: Yes (RESOLUTION NO. R 54-10): REVIEW COMMITTEE SIGNOFF DATE: 1/14/2021 REVIEW COMMITTEE ASSIGNED CONTRACT MEASURES: TYPE GOAL ESTIMATED VALUE COMMENT SBE-CONS 30% $ 8,182,240.00 I.O. 3-22 SBE-A&E 28% $743,840.00 I.O. 3-32 MANDATORY CLEARING HOUSE: Yes CONTRACT MANAGER NAME/PHONE/EMAIL Lisa Thompson 305-375-5106 [email protected] PROJECT MANAGER NAME/PHONE/EMAIL Lisa Thompson 305-375-5106 [email protected] Track Record/Monitor The design and construction of the project will be managed by MDPLS� Leo Gomez, Assistant Director for Capital Improvements & Facilities, and Lisa Thompson, Construction Manager 3. Delegated Authority The authority of the County Mayor or the County Mayor�s designee to execute and implement this contract is consistent with those authorities granted under Ordinance No. 08-92 and Resolution No. R-507-19, which added the new Doral Library Branch project to the approved lists of projects contained in the County�s Economic Stimulus Plan (ESP). The County Mayor or the County Mayor�s designee shall act on behalf of the County only to the extent provided in the Contract Documents and is not authorized to revoke, alter, or waive any requirements of the Contract. Background The design and construction of a new Doral Branch Library was approved as part of the �Building Better Communities� General Obligation Bond (BBC-GOB) Program in 2004. The new 20,000 square foot state-of-the-art library, when complete, will replace the existing 3,522 square foot storefront location in Doral, furthering the County�s goals of transitioning out of leased spaces for our County library buildings and of creating great spaces and destinations for our residents. Resolution No. R-1013-20 approved the contract for sale and purchase of the land needed for this project. On February 15, 2021, MDPLS received 14 bids for the Request for Design-Build Services for the project. MDPLS staff determined that the lowest responsive and responsible bidder with a contract amount of $11,209,560.50 was Lee Construction Group, Inc. The bid includes: Phase 1 - Design $ 885,270.00 Phase 2 - Construction $ 9,350,000.00 Total Phases 1 & 2 $ 10,235,270.00 Reimbursable Expenses $ 8,852.70 Contingency Allowance Account $ 556,027.00 Dedicated Allowance Account/Permit Fees $ 409,410.80 Total Dedicated Allowance & Contingency $ 974,290.50 DESIGN AND CONSTRUCTION COST $ 11,209,560.50 Lee Construction Group, Inc.�s contract (Attachment C) is $1,203,626.10 or 12 percent above the advertised estimate. MDPLS and the Design Criteria professional have determined that the bid price is fair and reasonable. MDPLS FINANCE OFFICER: DATE: Mike Iturrey APPROVED AS TO FORM AND LEGAL SUFFICIENCY: DATE: Melanie Spencer BUDGET APPROVAL FUNDS AVAILABLE: DATE: David Clodfelter MAYOR OR MAYOR�S DESIGNEE: DATE: Morris Copeland CLERK�S OFFICE: DATE: |
Home |
Agendas |
Minutes |
Legislative Search |
Lobbyist Registration |
Legislative Reports
Home | Using Our Site | About | Phone Directory | Privacy | Disclaimer
E-mail your comments,
questions and suggestions to
Webmaster
|