Loading...
HomeMy WebLinkAboutBack-Up DocumentsTO: Annie Perez, CPPO, Director Department of Procurement/Chief Procurement Officer �l""'"signed"Angel ',Cerr°asquillo, PE FRC?Ma Cale: zozz.oa.o " 0° ---krg gel Carr;§quit�o, Director Office of Capital Improvements DATE., April 5, 2022 FILE: SUBJECT: Contract Capacity Increase to Request for Proposal ("RFP') No. 18-19-001 for Horizontal and Vertical Construction Services ENCLOSURES: By this memorandum, the Office of Capital Improvements ("OCI") is requesting to modify the Job Order Contracting (JOC) Construction Contracts for Horizontal and Vertical Construction Services (Contracts) authorized pursuant to RFP 18-19-001 for 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, BDI Construction Company, and G.E.C. Associates, Inc. (herein after referred to collectively as "Contractors"),to increase the current funding capacity of said Contracts by a not to exceed amount of two million five hundred thousand dollars ($2,500,000.00) per contract for a total compensation limit of five million dollars ($5,000,000.00) per contract to address outstanding and foreseeable future construction service assignments for the City of Miami, JUSTIFICATION Resolution 19-0386 authorized acceptance of proposals pursuant to RFP 18-19-001 to provide horizontal and vertical maintenance and construction services citywide, on an as needed basis, with total annual expenditure limits of $2,500,000.00 per Contract for Horizontal Construction Services and $2,500,000.00 per Contract for Vertical Construction Services. The Horizontal Construction services are necessary for the maintenance and/or reconstruction of underground storm and orfor sanitary sewer systems, rights of way, streetscapes and waterway improvements. The Vertical Constructions services are required for new construction, alteration, renovation and rehabilitation of City of Miami property and facilities such as parks, marinas, fire stations, police facilities, performance venues, community centers and administrative offices. The original contracts issued under RFP 18-19-001 contemplated fewer projects and a slower rate of cost increase. However, an increase in the number of projects and exorbitant rises in construction cost has accelerated the rate of expenditure exponentially. Over the past two years OCI has increased the number of projects requiring Horizontal and Vertical Construction services and the cost of providing those services has risen accordingly thereby justifying and increase in the contract capacity BACKGROUND 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. Should you have any questions, please feel free to contact me directly or Assistant Director Hector Badia at 305-416-1236 or hbadia@miamigov.com. Approve ❑ Denied AE; l Nzeribe Ihekwaba, Ph.D, P.E. City Manager for Infrastructure L>6PL 7 ZApprove Denied Perez, Annie Digitally signed by Perez, Annie �.+ /'-� I 1 111 G Date: 2p22.04.06 1 L59:45-64'00' Annie Perez, CPPO Director/Chief Procurement Officer ±Z12_12_L�,2_-2_ Date Date cc: Hector Badia, Assistant Director, OCI Jorge Mora, Assistant Director, OCI Fernando Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement Anthony Hanson Sr. Procurement Contracting Officer, Procurement Charles McKinnon, Program Coordinator OCI