Loading...
HomeMy WebLinkAboutMiami Beach Commission ItemCit( OF MIAMi BEACt .COMMISSION ITEM SUMMARY ' • .,Condensed Title: . °quest for Award of Job Order Contracts (JOC) to seven (7) Contractors for Public Works, City W ide, and Capital Improvements Projects. . . issue: . . Shall the City Commission Award Contracts to Contractors for Public Works, Citywide, and Capital Improvement Projects? ' item 5ummarylRecommendatlon: • . _. , . • JOC has delivered a fast, cost-effective procurement system that gives each department an option in the procurement of construction services. In the first 12 months of the JOC program, Job orders were issued on 58 projects totaling $10,623,581.09. •.. The number of constniction'ptbjbcts initiated and awarded via JOC In one year•(38), is greater than the total number of oonstruotion projects awarded via traditional bidding (53) In the past three years! The average time from the Joint Scope meeting (Initial meeting of the City and Contractor to dismiss scope of work) to a Notice to Proceed (document directing contractor to commence work) has averaged 28,3 days, With traditional bidding, the time it has taken to Issue a Notice to Proceed to a contractor following the execution of the contract books has averaged in excess of 180 days. Thus a timesaving of at least 154 days on average. Based on the results of the City's JOC program coupled tMth•tha high volunie'of Construction4e1ated'ptojecta, the city Issued three separate bid solicitations In order to Increase the pool of responsive and responsible . contractors that would be ready, willing and abie to accomplish timely and cost effective construction work. Based on'the anatysis'of the adjustment factors bid and the volume of construction projects the Administration is recommending the following awards: Public Works: City Wide: . CIP: - . CW Construction, inc. , Alpine Construction, Ind. F.H. Paschen SN Nielsen • H.A. Contracting, Inc. Carivon Construction, Inc. F & L Construction, Inc. . Pass International, Inc. •• APPROVE HE CtlNTRACY AWARCS. . •Financial Information: Funds are eva lable from the capital improvements budget accounts allocated to . City Departments and/or DMslons, subject to Office of Management and Budget review. Each contract has a maximum estimated annual value of $2 Milllon'dollars for the PubilcWorks and City -Wide and $5 Million for CIP . ro eds. City Clerk's Office Legislative Tracking: Gus Lopez, ext. 6641 • AGENDA rem PPS DATE 5"24 �� 148 • CItY `.OF :MIA.M1: ,CnY HALL 1700 c oNVENnON CENTER DRIVE MIAMI BEACH, FLORIDA 83139 htfp:Mmli mteadd4.pav • COMMISSION MEMORANDUM . ,Mayot David Denver' and .Members of the City ComMIsslOfi •.FROM: • •JOrtle M; aontalex City Manager • SUBJECT; . .. REQUEST FOR :APPROVAL ',10 ]AWARD JOB ORDER . CoNTFi c1 s TO • THE .FOLLOW1Nb CONTRACTORS .PURSUANT TO INVITATION FOR BIDS ("BID") NO. • ' 12.03104 FOR PUBLIC WORKS PROJECTS; 81D NO. 13-03104 FOR CITYWIDE •:CONSTRUCTION .PROJECTS; „ :AND BID NO. :.14.03104 FOR CAPITAL IMPROVEMENTS PROJECTS: 1)',ALPINE .CONSTRUCTION, INC.; 2) CARIVON CONSTRUCTION, INC.; 3) CW CONSTRUCTION, INC.; 4) F & 1. CONSTRUCTION, INC.; !i) F.H. PASCHEN SN NIELSEN; Sr M.A. CONTRACTING, INC.; 7) 'PASS • INTERNA11ONAL, INC. AT AN, ESTIMATED ANNUAL AMOUNT OF $2 MILLION PER '. CONTRACT FOR PUBLIC WORKS AND CITYWIDE CONSTRUCTION PROJECTS, AND $5 MILLION PER CONTRACT FOR CAPITAL IMPROVEMENT PROJECTS; AND • FURTHER AUTHORIZING THE MAYOR. AND CITY CLERK TO EXECUTE ALL CONTRACTUAL AGREEMENTS THERETO. : Altillil NISTAktlON'RECoMMEND. ATION Approve'the'Award Of ContitOtt and authorize the Mayor and City Clerk to execute all • . contractual agreements thereto. .$UN iNO AbAimoutir. Funds' are '8vall'able from. the. capital improvement$ :budget' a'Ccou its allocated • to City... Departments •and/o'r Divisions, subject to Office of Management and Budget review. The .:Following are the maximum value of each contract: . DATE: May 28, 2004 12-03/04 ..Public Works...,$2 rriiliion' anrivaity, niaxlmtini value $10 million In five years.. . • .13-03104 - City Wide $2 million annually, maximum. Value $10 million in five years. 14-03/04 - CIP $5 million annually, maximum value $26 million in five years. ' TER II O1 CONTRACTS . .the • Initial ..tetra of each contract .fs 12 months' and may bo ronewod for four (4) 'additional one-year periods at the City's .sole discretion; . The renewal options may be • exercised when the annual' maximum~ value is reached ($2 million for Public Works and Citywide, and $5 million for CIP projects), or when the one-year has expired, whichever . 'occurs first. For example, should a Public Works • contractor reach $2 million in • construction work within the first six (By months of their contract, the City at its sole discretion, may renew the contract, and the contractor will be In year two of their contract. . • 149 • Commission Mono Bids No. 12-03/04, 13-03/04,and 14-03./04 . May 26, 2004 •ANALYSIS 'The City fully impierfiehted a Job Order Contracting (JOC) program 'on May.2, 2603. The Ctty's JOC program was Implemented after thorough research and presentations, that included the following: • • .The Mayor and City'Comf'nisslon at Its December 20, 2000' meeting, referred to the Finance and Citywide Projects Committee for discussion, the JOC prbgram. • . -The Finance 'And Citywide • Projects Committee' at its .February .12, 2001' meeting, listened to a presentation from the Procurement Director relative to the JOC system and its benefits, and recommended that the •Administration pursue the .Implementation of the JOC program for timely completion of construction projects. • On •February 21, 2001; Conirnissloner Simon .Cruz • provided ' the City Commission with a verbal report relative to the Finance and Citywide Projects Committee's recommendation as stated above. On July 18, 2001, .the Mayor and City Com'misgion . adopted .Resolution No. '2001-24524, which authorized the Issuance of a Request for Proposals (RFP) for the establishment of JOC program. • • .Or~ Agri) 10; 2002, •the Mayor and City Commission' adopted' Resolution •No. 2002-24818, which authorized the administration to enter into negotiations with The Gordian Croup. • • On July 10, 2002, the Mayor and City Commission adopted 'Resolution No. • 2002-24914, which authorized the Mayor and City Clerk to execute an 'agreement with The Gordian Group for the establishment of the JOC program. •• •On March 19,-2003, the Mayor and City'Commission adopted Resolution No: . 2003-25157, which awarded contracts to •the following contractors: 1) HA . Contracting; 2) F & I Construction; 3) Carivon Construction; 4) TRAN Construction; 5) Grace & Naeem Uddln, Inc.; and 6) TROPEX Construction. Thefirst year results of the City's JOC program are as follows: • • JOC has delivered a fast, cast•effectiVe .procurement system that gives each department an option' in the procurement of construction services. In the first: 12 - months of the JOC program, job orders were Issued on 58 projects totaling $10,523,581.69. • The number of construction projects initiated and awarded via JOC In one year (58), is greater than the total number of constriction projects awarded via traditional bidding (53) in the past three years! 150 Commiission Merino . Bids No. 12-03/04, 13-03/04, and 14-03/04 May 26, 2004 . .. The average time from the Joint Scope meeting Meeting of the City and Contractor to 'discuss scope of work) to a Notice to Proceed (document directing contractor to commence work) has averaged 26,3 days. With traditional bidding, the time it has taken to issue a Notice to Proceed to a contractor following the execution of the contract books has averaged in excess of 180 days. Thus a timesaving of at least 154 days on average. • • There' have been no contractor-ifltiated change orders on any project. Under JOC the contractor jointly scopes the' work with the City and • any Misunderstanding or confusion is openly discussed • and resolved. If a question arises during the proposal development the contractor is free to contact the City's 'representative and get the appropriate answers. This non -adversarial relationship eliminates the underlying cause of most claims and changes. There has been no claim Or any litigation relative to any JOC project. . Baded on the results of the City's JOC progrsim coupled with. the high volume- of construction -related projects, the city issued three separate bid solicitations 'in order to Increase the pool of responsive and responsible contractors that would be ready, willing and able to accomplish timely and cost effective construction work, •BID PROCESS _ A mandatory pre -bid conference was held on April 8, 2004. The pre -bid conference • was held for the purpose of discussing the JOC concept and the contract documents, the Gas construction program, and bid considerations. Bidders •had to be represented •.by a person that would be directly involved in preparing the JOC bid and responsible for executing the construction work. A total of 21 bidders attended the pre -bid conference. Prou3pective bidders were required to submit 'a "bid" on all work contalned in the unit price book by quoting a single adjustment factor that would be applied for work • -accomplished during normal working hours and a single adjustment factor for work to be accomplished during other than normal working hours. These two adjustment factors represent the contractor's only adjustment to the prices published In the unit price book and must include all Indirect cost such as overhead, profit, bonds, insurance, design and contingency costs. For example, an adjustment factor of 15%would be bid as 1.15. During the execution of the contract the unit price of a specific construction task is multiplied by the appropriate adjustment factor to obtain the final price to be paid for a specific construction task. JOC 'represents a competitively bid, firm fixed price contract since all the prices and the adjustment factors are established before the contract is awarded. All Interested bidders were provided a copy of the Project Manual and provided with a Compact Disk containing the following: • The Unit Price •.Book containing over 140,000 construction tasks. Each task contains a task description, unit of measurement, and a unit' price. Each unit 151 • .CotOmission Memo • Bids No.12-03/04, 13-03/04, and 14-03/04 May 26, 2004 price contains locally developed directcosts for*Material, equipment, and labor. The construction tasks encompass all aspects of construction work. A set of detailed 'technical specifications for each of the 140,000 construction tasks, The specification set incorporates the City's own specifications.. The legal terms and conditions that contain the speclflo contract language concerning the execution of the contract, which is standard with all our Construction contract awards. • ' .DiD RESULTS?DETBI lipti TiO$ OF AWARD • .. •On April 20, 2004, the City received five (5) -bids for the Public Works Contract (#12- . 03/04). And on April 21 2004, the City received six (8) blds for City Wide Contract (#13- 03/04), and on April 22, 2004, the City received seven (7) bids for the CIP JOC Contract (#14-03/04). The tabulated results are attached. , • The recemme'nded contractors were selected based on the following evaluation criteria • which was incorporated Into all three invitation for bids: a. • - Factor Weights for Determining the Low BId Only: Type of Work Non Davis Bacon — 90% • . Type of Work Davis Bacon — 10% '-Normal Working Hours — 90% • • -Other Than Normal Hours --10% -Architectural and Engineering Services -- 30% • b.' . The ability, capacity and skill of the bidder to perforrm the contract. c. Whether the' bidder performed .satisfactory on contracts within the time specified, • without delay or interference. d. The character, integrity, reputation, Judgment, experience and efficiency of the bidder. e. The quality' of perfomiance of previous contracts. The previous and existing compliance' by the 'bidder with laws and ordinances relating to the contract. The' Management Plan submitted and 'experience of the contractor as •listed in • ..the questionnaire. • Included within the Project Manual was•the City's position in awarding projects under this contract, All contractors were Instructed that it was the City's intention to award at least one (1) Job Order Contract for each contract number on the basis of the lowest and best bid. However, the City of Miami Beach reserves the right to award multiple contracts, if determined to be in the City's best interest. The City will award only one ' JOC contract to a single Contractor under this advertisement (Le., no Contractor will be awarded more than one (1) JOC contract). g. 152 Cotmission Menlo Bids No. 12-03/04,13-03/04, and 14-03104 may 26, 2004 In .determining a bidder's responsibility and ability to' perform the contact, the City • Investigated and requested information concerning the financial condition, experience •record, personnel, equipment, facilities, principal business location and organization of the bidder, the bidders record with environmental regulations, and the claims/litigation • history of the bidder. The following are references secured by the 'procurement staff in references to past protect experience: Alpine Construction, Inc. . Daniel Perez • i Perez and Perez Architects .. I have personally known Mr. Alfred Quem for over20 years, and during thls'time ! have known him to be a dedicated construction professional always strlvingfor excellence In his field. Without reservation 1 recommend him and his company.' Joe Herrera •SMG/Miami Beach Convention Center Very reliable contractor, friendly and on -time." Carivon Construction, Inc. Roy Martinez Mlaml International Airport . "Carivon construction has provided construction services for Miami 1rltematldnal Airport for the last 2 years. Value and quality are of the up most importance to Carivon Construction. They are a great asset for any organization that may need their services" SteVs Clark ' SMG/Miami Beach Convention Center Carivon Is a great contractor, reliable and always ready to provide the services needed on time and budget." CW Cdnsirtiction. Inc. • John Harrison • Harrison Construction Company • . "Contractor is very conscientious, high. integIlly. Would be happy to worm • with CW :again. Excellent performance. Buddy Meazaros Miami -Dade College • "Very good service and workmanship. Responds well to owners requests and demands. Would not hesitate to use .them again." 153 Commission Memo Bids No. 12-03/04,13-03/04, and 14-03/04 May 26, 2004 . F L Construction. Inc. Nury Menicuccl .City of Miami Beactl/CIP . • "P&L has a pro -active approach in management and .takes :pride in their • work • (performing good quality work)." Bruce Lambert° City of Miami Beach/Property.Management : "F & L has been very responsive to the four prroJects that I requested they quote on for us. The immediately came out.and met with me to go over proposed work and they did Provide timely estimates when we needed It." F..H, Paschen Sly Nielsen • Eric Mttchelf San Diego Department of General Servlcea F.H. Paschen has provided excellent work products on ever 6 million dollars of now:, and old construct/on projects." . Jack Amen ' Metropolitan Water'Reciamation District "F.H. Paschen has worked on the Districrs'JOC prvgrarn fiorsevere! years. Their prices • are competitive and their work Is done well." r H.A. Contracting. Inc. • • H.A. Contracting; Inc. is an existing JOC contractor with the City. The. Procurement staff • • has contacted C1P, Public Works, Property Management and the Convention Center for references. All departments have commented that H.A. Contracting 1s a good contractor that has performed well under the existing JOC contract for the City. Pass International Inc, Roberto Smith • Koger Equities• "Pass International has been our preferred general Contractor for over 10 years end will continue to do work for us. 7"heir professionalism and dedication to the job at hand Is unsurpassed. I wholeheartedly endorse Pass International as a quality general contractor." Ronald Langlois Franklin Templeton Companies. LLC 1 have used Pass Construction for over nine years and 1 am very pleased with the .quality of their work. Pass construction has gone out of their way 'to provide the lowest cost to us without sacrificing quality. They have worked closely with our architect over the .past nine years and have Identified a number of design problems that would have delayed the protect. 1 have been Impressed with the honesty of their ownership. It is nice to do business with an organization that you can trust." 154 Commission Memo Bids No. 12-03/04, 13-03/04, and 14-03/04 May 26, 2004 . Scope of Work: • . Individual Job Orders issued will determine the scope of work under for 'each protect. •. Upon receipt of a notice to proceed, the contractors will furnish all architectural and engineering services (less than $25K) to support individual job orders, shop drawings, samples, management, documentation, materials, supplies, parts (to Included system Components), transportation; plant, supervision; labor and equipment needed to perform the work at designated City properties. Th'e contracts' will include but' not be limkted to .the following construction repair, renovation,. or new construction protects: Public Works, Capital Improvements Projects, Facilities and Parks, Parking, the Miami •Beach Convention Center, and the Jackie Gleason Theater of the Performing Arts. • The Public Works Departrnent and the Capital Improvements Prograr/1' (CIP) office Will' administer the contracts. Evaluation: The contractor will be. evaluated on each Job Order. Results of the evaluation will Impact the issuance of future Job orders. :Contract Price:. • . •' .The contract price is to include the furnishing of al! labor, materials, equipment including 'fools, services, obtaining permits, applicable taxes, overhead,. • architectural and • engineering services, overhead and profit for the completion of each Job Order. :The •cost of any item(s) of Work not covered by a specific contract unit price shall be treated ' • as a non pre -priced item. Bach 'contract will have an initial term of 12 months. Each contract will include an option :for four (4) additional one-year renewals. Renewals shall be subject to prior approval of the City Manager. The Contract duration shall riot exceed five (5) years. An option term • may be exercised when the maximum value of $2 million' on the Public Works and Citywide contracts, end $5 million on the CIP contracts Is achieved or the expiration of the 12 month term, whichever Is first. Based on the analysis' of the adjustment factors bid and the volume of construction projects the Administration is recommending the following awards: Public Works: City Wide: CI CW Construction, Inc. Alpine Construction, Inc. H.A. Contracting, Inc. Carivon Construction, Inc. F & L Construction, Inc. Pass international, Inc. F.H. Paschen SN Nielsen 155 Commission Memo Bids No. 12-03/04, 13-03/04, and 14-03/04 May 26, 2004 : QQp4CLUSION In summary, the JOC .system will enable the City to achieve it's primary objective of 'being able to "more rapidly engage contractors" while lowering costs and strengthening Internal controls. JOC does not replace any of the existing contracting systems Including program management services. JOC is just an efficient and effective tool for the City to use in accomplishing Its facilities maintenance and construction program. JOG has 'proven to be a system, that can offer Immediate as Weil as long-term benefits. The Adrrministration recommends that the'Maytir and City Commission award contracts to the following contractors pursuant to Invitation for Bide No. 12-03/04, 13-03104, and 14-03/04: 1) Alpine Construction, Inc.; 2) Carlvon Construction, Inc.; 3) CW Construction, Inc.; 4) F & L Construction, Ina.; 5), F .H. Paschen SN Nielsen; 8) H.A. Contracting, inc.; 7) Pass International, Inc., for capital improvements projects, public works projects, :and other citywide projects whereby funds have been appropriated by the City Commission; and. further authorizing the Mayor and City Clerk to execute all contractual agreements thereto. JMG:RCM:FB:TM:GL TAAGENQA120041May2a041RegularUOCCaminisalo oMaino.doc 156 Commission Marro • Bids No. 12.-03/04,13-03/04, and 1403/04 May 26, 2004 0 fek------1 ( 1 r i 1 CITY OF MIAMI BEACH, FORIDA i i Bid Results s Si�nrrsa 1 T .`� '"""-. Job Order Contract #12-03104 Public Works - Operatic reecAprli 20. 2 5:00 L.M. lino Lhr 0 Una Ii Ups 7 L7w.4 Lhr 11 Ube 13 Gig- Lbw 17 (.0$113e-701 (.103.4bleXt 440c>bra01 S.112c.2uc30) C.10052470 4113c03/201 i1aczoe.2o1 (.1e(20r..21) p=11.1.y rgw1nt 0.3040 d21117 LLZZID 0.1640 0.0680 0.0310 0d110 40000 AawdCdl•iaRp & A¢g41rre PROW' Agr>me.e Fedor Adpilnow4 Fader Arpr.rawi Fade A9uhewe Fear A*abewrt Fader A*.lra4i - Ps al. el:ae. VMlsa46r OrdlretFhlhh 91edalCeitp horlrrr Mod reAte GOM wr7Nord ClhrlkinOk I/o.el mng DB 11..3,0tamp Gd .iAME Fddel OY iellun 140001 tube00 Adrmrr1 Foster CR eribot }im. 1aB Npf7 Ca aea Dr 21] ArdwICr11.1.fl0a. 11ld'Wool - deal WALE 2 / r . 100Ws. ..-_ Lie*. taro . 1.1e00 _.. 1.2000` _ _ 1� 1.2110 r .ae4. item 1.1172 1.1171 3 OEM, Oaflhre0wl'W 1.1473 1.1e4e. - L111115i 1.1e10 1.1230 1.2010 1.2103 125e0 lima 1_1S® F F 1. 5'010111i *Haw 1.17V 1-1072 L2222 1.2/tS 127071 1.9310 1.3210 t.3321 1.1997 9.t00! S HA. Cweeeire Cato. 1.1a0q. 11000 13e0:i 1.3e00 12100 - 1.3000 L70t00 1.3000 1.2452 1.240 These contractors have been awarded a contract under Bid 14-03104-C1P "* These contractors have been awarded a contract under Bid 13-03/04City Wide Commission Memo Bids No. 12-03/04, 13-03/04, and 14-03/04 May26, 2004 •••••••••••.....• rar ,O110•117 1 CITY OF MIAMI BEACH, FORIDA 1 Bid Results S 1 Job Order Contract *13-03104 City Wide 1 Bie193errina Dale:AIM 21 2004 3110 COW ORO% F.H. Peollem. 6111146sen •lir 1 Elne 3 Line 6 Line 7 the 9 Um 11 Use 13 Ur 15 Line 17 (.024.311c70) (.80x.8000) (.93(.20r_70) (.03..20c.031 4.11br.60e.70) (.10860c30) (.10e2300) (.1104.20M6 03mbend Aeluerne8P 0.51310 02180 0.1200 00503 ammo 00210 910140 0.0060 Se"( Olt Ai* Arid almte Allotment Feee,Aeluatman Refer Miefismel Ficlessnt Fetherslennent Fedor AigallernlFaslorVicluslmert Facto Adiadart Foam Cac.ss40x.S1) Alai. Os BSI Med Mimed Nora WAAE Ctinelleo OtlerTem Muni oille0 130 OdierlIon Oder Mem Noir obo 00 WAILS Mod ION On tiosod using re Hoed 1NINIE Pawed COM; Pose 2 F-AL Condiuctio. loc. 3 Oder Ceolonioe CoreDAV 4 11000, - 11600 1.0100 1.0701 1.0164 1.11:03 1.1108 1./200 1.0E08 11148 1.1100 1.000Ck 1:1210 Imre 1.0410 1.02C0 g C10 Oendineltn, Inc. 1.1111 " 1.1611 • 1.1111 t1.31/ viati These contractors have been awarded a contract under Bid 14-03/04-CIP " This contractor has been awarded a contract under Bid 12-03/04-Public Works 1_1300 VICO 1.2611 / 108t 1.1303 . 1.1266 1.0110 1.2611 1.0451 1_087B tow 1.0670 1.0058 1.1313 1. 1.1311 tit Commission Memo Bids No. 12-03/04, 13-03/04, and 14-03/04 May 26, 2004 ** i 1 1 • MI OF MIAMI BEACH, FORIDA. - . T 1 i 1 Bid Results Surary. mi — 'm""" 1 r . 1 I- 1 _ Job Order Contract # [4-03/04 Capital Improvement Projects'. Bid Operthe Dais: • • 22. 2004 31:10 t,Ja tine 1 ono a _ Leg5 L1ne7 Lint 7 - Lull — eta LM 15 17 —i 4 .�7a} 6 334 r -gym r (Car Ii 'fin) moo, o,.7nl 1 C 1 41aer c7e1 4 7�i CambwUn.ijrnld — 0.3010 02103 0.12110 11.4510 0_0333 eaaan I 0.D1I0 0.03e0 t fix _ Orrlarat YrofHebb� A¢aeeient .. AgamntFedor r+q'aeTwtFaeau fralpalaanFaclarAgesrnetFeli A Faaly1AquehnrtFulanArgaiitnt (Ai .n•3.. cana.ttssp olars0 Mode Rim Within Ont Sheet L]<ddryptr�tr tdotmet Nonni WHO, -0l1rltanitonnd Yoga!111AtE Nonnoigirto9 Nonni 110116 CB 011rRlt�ni �4B � t]aegly ugly DB AaadCa6aArtapaa 7 C31I0sie6r�iertMc.. '1.1111 --- - . • 1.1311 1.1111 1.1511 ' - tIMI • . tam tint 1.7811 1.1913 ..: 1. .. r LEI auvi s iC1Yti Ut n aiNarueu a conmacx under Bid 13-03/04-Cityl Wide - '* This contractor has been awarded a contract under Bid 12-03/04-Public Works