HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #2516
Date: 06/21/2017
Commission Meeting Date: 07/27/2017
Requesting Department: Office of Capital
Improvements
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Bids - Job Order Contracting
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the bids received May 1, 2017, pursuant to Invitation to Bid ("ITB") No. 15-16-
033, to execute twelve (12) Contracts for Job Order Contracts (JOC) for Horizontal and
Vertical Construction Services, to provide maintenance and construction services
citywide, on an as needed basis, for a period of three (3) years, with the option to renew
for two (2) additional one (1) year periods, for total annual expenditure limits of
$2,000,000.00 for Horizontal Construction Services and $2,500,000.00 for Vertical
Construction Services, allocating funds from various Office of Capital Improvement
(OCI) projects and departmental budgets, subject to budgetary approval at the time of
need.
Background of Item:
On March 30, 2017, the Department of Procurement (Procurement) issued ITB No. 15-
16-033, Job Order Contracts (JOC) for Horizontal and Vertical Construction Services
(Services) under full and open competition, to obtain a pool of Contractors for
maintenance and construction services citywide.
On May 1, 2017, twenty-three (23) bids were received in response to the ITB. In
accordance with the ITB, the City determined that twelve (12) Contracts will be
awarded, to meet the ongoing needs of the Capital Improvements Program. Bidders
were required to meet all of the minimum requirements established in the ITB in order to
be deemed responsive and responsible to provide the services. As a result,
Procurement identified the six (6) lowest responsive and responsible Bidders for both
Horizontal Construction and Vertical Construction Services.
Pursuant to Section 1, Article 14, Bid Award, of the ITB, the method of award stipulated
that an average of the Adjustment Factors submitted by the six (6) lowest responsive
and responsible Bidders, for Horizontal Construction and Vertical Construction Services,
shall serve as the Adjustment Factors paid by the City, for an indefinite quantity of
maintenance and construction projects assigned on an as needed basis, to selected
Contractors, based on quantities derived from completed construction drawings. Each
Bidder identified in "Attachment A" hereto signed a "Notice of Intent" confirming their
acceptance of the average Adjustment Factors listed.
Procurement hereby recommends the award of Contracts to the twelve (12) lowest
responsive and responsible Bidders identified in "Attachment A", attached and
incorporated, for said purpose, for total annual expenditure limits of $2,000,000.00 for
Horizontal Construction Services and $2,500,000.00 for Vertical Construction Services.
Budget Impact Analysis
Item is an Expenditure
Item is NOT funded by Bonds
Item is NOT Related to Revenue
Total Fiscal Impact:
$2,000,000 per year for Horizontal Construction Services
$2,500,000 per year for Vertical Construction Services
Office of Capital Improvements
Office of Management and Budget
Office of Management and Budget
City Manager's Office
Office of the City Attorney
City Manager's Office
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the Mayor
Office of the City Clerk
Reviewed B
Jeovanny Rodriguez
Yvette Smith
Christopher M Rose
Alberto N. Parjus
Valentin J Alvarez
Daniel J. Alfonso
Barnaby L. Min
Victoria Mendez
Nicole Ewan
Mayor's Office
City Clerk's Office
Department Head Review Completed 06/22/2017 11:36 AM
Budget Analyst Review Completed 07/09/2017 1:41 PM
Budget Review Completed 07/17/2017 11:45 AM
Assistant City Manager Review Completed 07/17/2017 3:58 PM
Legislative Division Review Completed 07/17/2017 4:11 PM
City Manager Review Completed 07/17/2017 6:01 PM
Deputy City Attorney Review Completed 07/18/2017 3:43 PM
Approved Form and Correctness Completed 07/18/2017 7:57 PM
Meeting Completed 07/27/2017 9:00 AM
Signed by the Mayor Completed 07/28/2017 4:05 PM
Signed and Attested by the City Clerk Completed 07/28/2017 4:09 PM
City of Miami
Legislation
Resolution
Enactment Number: R-17-0384
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 2516 Final Action Date:7/27/2017
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE BIDS RECEIVED MAY 1, 2017 PURSUANT TO INVITATION TO
BID ("ITB") NO. 15-16-033 FOR JOB ORDER CONTRACTING ("JOC") FOR
HORIZONTAL AND VERTICAL CONSTRUCTION SERVICES FROM THE SIX (6)
LOWEST RESPONSIVE AND RESPONSIBLE BIDDERS FOR HORIZONTAL
CONSTRUCTION SERVICES AND THE SIX (6) LOWEST RESPONSIVE AND
RESPONSIBLE BIDDERS FOR VERTICAL CONSTRUCTION SERVICES TO
PROVIDE MAINTENANCE AND CONSTRUCTION SERVICES CITYWIDE ON AN AS -
NEEDED BASIS FOR A PERIOD OF THREE (3) YEARS WITH THE OPTION TO
RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS FOR TOTAL ANNUAL
EXPENDITURE LIMITS OF $2,000,000.00 FOR HORIZONTAL CONSTRUCTION
SERVICES AND $2,500,000.00 FOR VERTICAL CONSTRUCTION SERVICES;
ALLOCATING FUNDS FROM VARIOUS OFFICE OF CAPITAL IMPROVEMENTS
("OCI") PROJECTS AND DEPARTMENTAL BUDGETS, SUBJECT TO BUDGETARY
APPROVAL AT THE TIME OF NEED; FURTHER AUTHORIZING THE CITY
MANAGER TO EXECUTE TWELVE (12) CONTRACTS, IN SUBSTANTIALLY THE
ATTACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS,
AND TO NEGOTIATE AND EXECUTE ANY SUBSEQUENT DOCUMENTS,
INCLUDING ANY AMENDMENTS, RENEWALS, EXTENSIONS, AND
MODIFICATIONS TO THE CONTRACTS, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, AS MAY BE NECESSARY FOR SAID PURPOSE.
WHEREAS, the Office of Capital Improvements ("OCI") identified a need to continue
implementation of the Job Order Contracting ("JOC") program to achieve the timely and cost
effective delivery of maintenance and construction services for capital projects; and
WHEREAS, the Department of Procurement ("Procurement") issued Invitation to Bid
("ITB") No. 15-16-033 seeking experienced and qualified bidders for the purpose of providing
JOC for Horizontal and Vertical Construction Services on March 30, 2017; and
WHEREAS, twenty-three (23) bids were received by the Office of the City Clerk on May
1, 2017; and
WHEREAS, the Contracts will have an initial term of three (3) years with the option to
renew for two (2) additional one (1) year periods; and
WHEREAS, the Contracts identify an Adjustment Factor payable by the City for an
indefinite quantity of maintenance and construction projects assigned on an as -needed basis, to
selected Contractors, based on quantities derived from completed construction drawings; and
WHEREAS, the City Manager requests authorization to execute Contracts with the
twelve (12) lowest responsive and responsible bidders identified in "Attachment A," attached
and incorporated, for said purposes, with total annual expenditure limits of $2,000,000.00 for
Horizontal Construction Services and $2,500,000.00 for Vertical Construction Services;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The bids received May 1, 2017 pursuant to ITB No. 15-16-033 for JOC for
Horizontal and Vertical Construction Services from the six (6) lowest responsive and
responsible Bidders for Horizontal Construction Services and the six (6) lowest responsive and
responsible Bidders for Vertical Construction Services to provide maintenance and construction
services Citywide on an as -needed basis for a period of three (3) years with the option to renew
for two (2) additional one (1) year periods for total annual expenditure limits of $2,000,000.00 for
Horizontal Construction Services and $2,500,000.00 for Vertical Construction Services are
accepted.
Section 3. Funds are to be allocated from various OCI projects and departmental
budgets, subject to budgetary approval at the time of need.
Section 3. The City Manager is authorized to execute twelve (12) Contracts, in
substantially the attached form, consisting of the ITB documents and attachments.
Section 4. The City Manager is further authorized' to negotiate and execute any
subsequent documents, including any amendments, renewals, extensions, and modifications to
said Contracts, in a form acceptable to the City Attorney, as may be necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City ttor ey ) 7/1872017
1 The herein authorization is further subject to compliance with all requirements that may be imposed by
the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code
provisions.
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days
from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.