HomeMy WebLinkAboutAgenda Item Summary Form1IV OF
Hw `93 AGENDA ITEM SUMMARY FORM
File ID: #11886
o..Ryl.
Date: 04/22/2022 Requesting Department: Office of Capital
Improvements
Commission Meeting Date: 05/31/2022 Sponsored By:
District Impacted: All
Type: Resolution
Subject: Amendment No. 1 - Horizontal & Vertical Construction Services Agreements
Purpose of Item:
The purpose of this item is to approve a Resolution from the Miami City Commission,
authorizing Amendment No. 1 to increase contract capacity to the Job Order
Contracting ("JOC") for Horizontal and Vertical Construction Services Contracts
("Contracts") with Harbour Construction, Inc., J.R.T. Construction Co., Unitech Builders
Corp., Metro Express, Inc., David Mancini & Sons, Inc., H & J Asphalt, Inc., Florida
Engineering and Development Corp., Lee Construction Group, Inc., Team Contracting,
Inc., Johnson-Laux Construction, LLC, and BDI Construction Company ("Contractors"),
for the provision of additional work by a not -to -exceed amount of $2,500,000.00 per
Contract, thereby increasing the total compensation limit from $2,500,000.00 up to a
not -to -exceed amount of $5,000,000.00 per Contract; allocating funds from the
appropriate capital improvements projects and departmental budgets, subject to
budgetary approval at the time of need; authorizing the City Manager to execute
Amendment No. 1 to the Contracts, in a form acceptable to the City Attorney; further
authorizing the City Manager to negotiate and execute all other documents, including
any amendments, renewals, and extensions, subject to all allocations, appropriations,
and prior budgetary approvals, and in compliance with all applicable provisions of the
Code of the City of Miami, Florida, as amended ("City Code"), including the City of
Miami's Procurement Ordinance, Anti -deficiency Act, and financial integrity principles,
all as set forth in Chapter 18 of the City Code, all in a form acceptable to the City
Attorney, and in compliance with all applicable laws, rules, and regulations, as may be
deemed necessary for said purpose.
Background of Item:
On April 19, 2019, the Department of Procurement ("Procurement") issued RFP No. 18-
19-001 for Job Order Contracting ("JOC") for Horizontal and Vertical Construction
Services. On May 29, 2019, the RFP closing date, twenty-three (23) proposals from
eighteen (18) Contractors were received in response to the RFP. Subsequently,
the proposals were reviewed by Procurement staff, upon which all twenty-three (23)
proposals were deemed responsive to the minimum submission requirements of the
RFP. On September 9, 2019, the Evaluation Committee completed the evaluation of the
twenty-three (23) proposals and recommended all eighteen (18) Proposers, for award of
a JOC contract. As a result of one contractor not being able to meet the required
payment and performance bond for its two (2) contracts, only twenty-one (21) contracts
were executed. At the request of the Office of Capital Improvements ("OCI"),
Procurement conducted a survey on February 16, 2022, among all JOC contractors, in
order to gauge their interest in increasing their contract capacity from $2,500,000.00 to
$5,000,000.00. The Contractors listed above agreed to have their contracts' capacity
increased as proposed. On March 7, 2022, OCI requested Procurement to proceed with
the recommended capacity increase for each contract from an amount not -to -exceed
$2,500,000.00 up to an amount not -to -exceed $5,000,000.00.
Budget Impact Analysis
Item is an Expenditure
Item is NOT Related to Revenue
Item is NOT funded by Bonds
Total Fiscal Impact:
$ 35,000,000.00 (Fourteen (14) Contracts up to $5,000,000.00 each)
Reviewed By
Office of Capital Improvements
Hector L Badia
Department Head Review
Completed
04/22/2022 9:37 AM
Office of Management and Budget
Lai -wan McGinnis
Budget Analyst Review
Completed
04/27/2022 4:24 PM
Office of Management and Budget
Marie Gouin
Budget Review
Completed
04/29/2022 10:54 AM
Department of Procurement
Annie Perez
Procurement Review
Completed
05/03/2022 4:47 PM
Department of Risk Management
Ann -Marie Sharpe
Risk Review
Completed
05/03/2022 4:59 PM
City Manager's Office
Nzeribe Ihekwaba
Assistant City Manager Review
Completed
05/05/2022 8:21 AM
Legislative Division
Valentin J Alvarez
Legislative Division Review
Completed
05/05/2022 12:24 PM
City Manager's Office
Arthur Noriega V
City Manager Review
Completed
05/10/2022 6:12 PM
Office of the City Attorney
Pablo Velez
ACA Review
Completed
05/17/2022 10:43 AM
Office of the City Attorney
Valentin J Alvarez
Deputy City Attorney Review
Skipped
05/05/2022 12:26 PM
Office of the City Attorney
Victoria Mendez
Approved Form and Correctness
Completed
05/17/2022 4:21 PM
City Commission
Nicole Ewan
Meeting
Completed
05/26/2022 9:00 AM
City Commission
Maricarmen Lopez
Meeting
Completed
05/31/2022 9:00 AM
Office of the City Clerk
City Clerk's Office
Rendered
Completed
06/09/2022 3:45 PM
City of Miami
Legislation
Resolution
Enactment Number: R-22-0192
File Number: 11886
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
Final Action Date:5/31/2022
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
AUTHORIZING AMENDMENT NO. 1 TO THE JOB ORDER CONTRACTING ("JOC")
FOR HORIZONTAL AND VERTICAL CONSTRUCTION SERVICES AGREEMENTS
("AGREEMENTS") WITH THE FOLLOWING CONTRACTORS: HARBOUR
CONSTRUCTION, INC., J.R.T. CONSTRUCTION CO., UNITECH BUILDERS CORP.,
METRO EXPRESS, INC., DAVID MANCINI & SONS, INC., H & J ASPHALT, INC.,
FLORIDA ENGINEERING AND DEVELOPMENT CORP., LEE CONSTRUCTION
GROUP, INC., TEAM CONTRACTING, INC., JOHNSON-LAUX CONSTRUCTION, LLC,
AND BDI CONSTRUCTION COMPANY, ALL FLORIDA REGISTERED COMPANIES
(COLLECTIVELY THE "CONTRACTORS"), FOR THE PROVISION OF ADDITIONAL
WORK UNDER THE AGREEMENTS, AND PROVIDING FOR AN INCREASE TO THE
EXISTING CONTRACT CAPACITY BY A NOT -TO -EXCEED AMOUNT OF TWO
MILLION FIVE HUNDRED THOUSAND DOLLARS ($2,500,000.00) PER EACH OF
THE AGREEMENTS, THEREBY INCREASING THE CAPACITY OF EACH OF THE
AGREEMENTS FROM A NOT -TO -EXCEED TOTAL AMOUNT OF TWO MILLION FIVE
HUNDRED THOUSAND DOLLARS ($2,500,000.00) UP TO A NOT -TO -EXCEED
TOTAL AMOUNT OF FIVE MILLION DOLLARS ($5,000,000.00); ALLOCATING FUNDS
FROM THE APPROPRIATE CITY OF MIAMI ("CITY") OFFICE OF CAPITAL
IMPROVEMENTS ("OCI") PROJECTS AND DEPARTMENTAL BUDGETS, SUBJECT
TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF
NEED; AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO
THE AGREEMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR
SAID PURPOSE; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE
AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY AMENDMENTS,
RENEWALS, AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS,
APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, COMPLIANCE WITH ALL
APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS
AMENDED ("CITY CODE"), INCLUDING THE CITY'S PROCUREMENT ORDINANCE,
ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET
FORTH IN CHAPTER 18 OF THE CITY CODE, IN FORMS ACCEPTABLE TO THE
CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES,
AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE.
WHEREAS, pursuant to Section 18-87 of the Code of the City of Miami, Florida, as
amended ("City Code"), and Request for Proposals ("RFP") No. 18-19-001, the City Manager
executed Job Order Contracting ("JOC") for Horizontal and Vertical Construction Services
Agreements ("Agreements") with thefollowing contractors: Harbour Construction, Inc., J.R.T.
Construction Co., Unitech Builders Corp., Metro Express, Inc., David Mancini & Sons, Inc., H &
J Asphalt, Inc., Florida Engineering and Development Corp., Lee Construction Group, Inc.,
Team Contracting, Inc., Johnson-Laux Construction, LLC, and BDI Construction Company, all
Florida registered companies (collectively the "Contractors"), for the not -to -exceed total amount
of Two Million Five Hundred Thousand Dollars ($2,500,000.00) per each of the Agreements;
and
WHEREAS, the current compensation limit is insufficient to address the costs
associated with the outstanding and foreseeable future construction assignments for the City of
Miami ("City"); and
WHEREAS, it is in the best interest of the City to increase the capacity of the
Agreements with the Contractors to accommodate said outstanding and foreseeable future
assignments; and
WHEREAS, the proposed Amendment No. 1 to the Agreements with the Contractors
proposes increasing the existing capacity of each of the Agreements by a not -to -exceed
amount of Two Million Five Hundred Thousand Dollars ($2,500,000.00), thereby increasing the
contract capacity of each of the Agreements from a not -to -exceed total amount of Two Million
Five Hundred Thousand Dollars ($2,500,000.00) to the not -to -exceed total amount of Five
Million Dollars ($5,000,000.00); and
WHEREAS, pursuant to Section 18-87 of the City Code, any increase in the total
compensation limit above the Manager's threshold of Five Hundred Thousand Dollars
($500,000.00) requires City Commission approval; and
WHEREAS, funding will be allocated from the appropriate City Office of Capital
Improvements ("OCI") projects and departmental budgets, subject to the availability of funds
and budgetary approval at the time of need;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble of this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. Amendment No. 1 to the JOC for Horizontal and Vertical Construction
Services Agreements with the Contractors, for the provision of additional work under the
Agreements, and providing for an increase to the existing contract capacity by a not -to -exceed
amount of Two Million Five Hundred Thousand Dollars ($2,500,000.00) per each of the
Agreements, thereby increasing the capacity of each of the Agreements from a not -to -exceed
total amount of Two Million Five Hundred Thousand Dollars ($2,500,000.00) up to a not -to -
exceed total amount of Five Million Dollars ($5,000,000.00), is authorized.'
Section 3. Funding shall be allocated from the appropriate OCI projects and
departmental budgets, subject to the availability of funds and budgetary approval at the time of
need.
Section 4. The City Manager is authorized' to execute Amendment No. 1 to the
Agreements, in a form acceptable to the City Attorney, for said purpose.
Section 5. The City Manager is further authorized' to negotiate and execute any and
all documents, including any amendments, renewals, and extensions, subject to all allocations,
appropriations, prior budgetary approvals, compliance with all applicable provisions of the City
Code, including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity
Principles, all as set forth in Chapter 18 of the City Code, in forms acceptable to the City
Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed
necessary for said purpose.
' The herein authorization is further subject to compliance with all legal regulations that may be imposed,
including but not limited to those prescribed by applicable City Charter and City Code provisions.
Section 6. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
1
i , na4indez, C ity Attor i ey 5/1712022
Pursuant to the resolution, this item became effective immediately upon adoption by the Commission.