HomeMy WebLinkAboutexhibitTO:
FROM:
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Pedro G. Hernandez, P.E. DATE: July 16, 2008
City Manager
SUBJECT: Recommendation of Award, GSA
Fleet Truck Wash Upgrade
Ola O. Aluko REFERENCES: ITB 07-08-016
Director
Department of Capital Improvements ENCLOSURES:
FILE:
Background
The Department of Capital Improvements Program received seven (7) bids on May 23, 2008, in
response to the above referenced solicitation, which are reflected on the attached Bid Security
List.
The scope of work for this Project includes the renovation of the existing masonry truck wash
facility, demolition of the existing metal building and the construction of a new 2,670 square foot
single story masonry expanded truck wash facility, and equipment room
Bidders were required to possess a minimum of five (5) years experience, including five (5)
separate projects of a similar, size, scope; and complexity, within the past five (5) years. One of
these five projects is to include the construction of at least one vehicle fleet wash facility. These
requirements are stated on Page 6, Notice to Contractors, of the Invitation to Bid.
Findings
CIP's comprehensive review of the bidders to ensure responsiveness to the minimum
requirements of the bid. Subsequent to receipt of the bids requested additional information
from the four (4) lowest bidders concerning the qualifications of each company. In addition, CIP
staff visited the site of a project identified by one of the bidders as their one project meeting the
requirement for the fleet vehicle wash system. Based on the findings detailed below we have
determined that the three lowest bidders, J.R.T. Construction Company, Tran Construction Inc.,
and Coastland Construction are non-responsive.
1. J.R.T. Construction Company (JRT) was the lowest bidder. In their bid submission they
did not dearly identify the project that met the requirement for the fleet vehicle wash
system. After several e-mail communications with JRT they identified the project with
Miami -Dade County Aviation Department (MDAD), listed in their bid response, which
included the construction of a fleet vehicle wash system. In JRT's last correspondence
dated June 30, 2008 they stated that after commencing work on the project for MDAD,
MDAD deleted the fleet vehicle wash system from the project. In verbal discussion with
the City Attorney's Office we confirmed that since the fleet vehicle wash system
component of the project was not completed the project would not qualify as meeting the
minimum requirement.
2. Tran Construction, Inc. (Tran) was the second lowest bidder and while they provided the
minimum five projects in their bid they did not clearly identify the project that met the
minimum requirement for the fleet vehicle wash system. After several requests by CIP
Tran identified the project they completed at the Bayshore Country Club for the City of
Miami Beach as having a fleet vehicle wash system. CIP has made numerous efforts to
obtain information on and confirmation of the project from the City of Miami Beach from
the individuals identified by Tran as being familiar with the project. This has included
numerous telephone calls and e-mails to Tran and the City of Miami Beach's Capital
Improvements and Purchasing Departments. Tran also sent request to the City of
Miami Beach to provide us information on the Project. We were not provided with any
information as a result of the inquiries to the City of Miami Beach. We then visited site
identified by Tran and found, as we suspected, that what was installed was a wash
down area for golf carts. The "vehicle wash system" is actually hoses used to wash the
golf carts at the Bayshore Golf & County Club that includes a gazebo type structure with
a concrete pad with a drain tied to a water reclamation system. To ensure we were
looking at the correct project we provided Tran with pictures of our site visit and they
confirmed that this was in fact the project being referenced. This project is not
comparable is size, scope, or complexity.
3. Coastland Construction, Inc. in a letter to CIP dated May 29, 2008 stated that they have
not installed a vehicle wash system.
4. C.G. Chase Construction Management, Inc., (Chase) the fourth lowest bidder meets all
of the minimum requirements._They identified as part of their bid that they had previously
installed a bus wash system for Miami -Dade Transit (MDT). CIP contacted MDT and
confirmed that Chase had successfully completed the project for MDT. The project for
MDT was similar, in size, scope and complexity and also utilized the same equipment
manufacturer that we specified.
Recommendation
Based on the above we are recommending that Chase be awarded the project. Chase's bid
price of $1,018,600 is 2% or $18,600 above our estimated cost of construction of $1,000,000. It
is CIP's position that Chase's bid price is fair and reasonable.
C Bill Anido, Assistant City Manager
Gary Fabrikant, Assistant Director, CIP
David Mendez, Assistant Director, CIP
Manuel Mejido, Project Manager, CIP
Approved
Lt,�l�'
P rHernandez, P.E.