Loading...
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.