Loading...
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.