HomeMy WebLinkAboutMemo - Award RecommendationCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Daniel J. Alfonso
City Manager
FROM: Annie Perez, CPPO
Procurement Director
DATE: June 16, 2017 FILE:
SUBJECT: Recommendation of Award for Job Order Contracting
(JOC) for Horizontal and Vertical Construction
Services
REFERENCES: Invitation to Bid ("ITB") No. 15-16-033
ENCLOSURES: Bid Security List, Bid Tabulation Sheets
Recommendation:
Based on the findings below, the Department of Procurement (Procurement) hereby recommends award
to the six (6) lowest responsive and responsible Bidders for Horizontal Construction and Vertical
Construction Services, respectively, for Invitation to Bid (ITB) No. 15-16-033, Job Order Contracting
(JOC) Services for Horizontal and Vertical Construction Services (Services).
Background:
On March 30, 2017, Procurement issued a solicitation under full and open competition to obtain bids from
qualified firms. On May 1, 2017, Procurement received twenty-three (23) bids in response to the
solicitation (see attached Bid Security List).
The JOC Services include a collection of detailed repair and construction tasks and specifications with
established unit prices; for the accomplishment of repair, alternation, modernization, maintenance,
rehabilitation, demolition and construction of infrastructure, buildings, structures and/or other real
property, by Contractors selected by the City. Under the JOC Concept, the Contractor furnishes all
management, materials, labor, equipment and incidental scope development services necessary to
complete projects, on an as needed basis. The projects awarded under JOC Services will typically be
less than $1,000,000.00. The Scope of Work for the projects are as follows:
A. Horizontal Construction Projects include, but are not limited to: new construction, repair,
maintenance, and/or reconstruction of underground storm and/or sanitary sewer systems and
components such as pump stations, force mains, injection wells and disposal outfalls; rights -of -
way and streetscape improvements (roads, sidewalks and swale areas) including, without
limitation, street grading, pavement milling and resurfacing, curb and gutter installation, striping,
sidewalks, pavers, irrigation systems, lighting and landscaping; and waterway improvements and
maintenance.
B. Vertical Construction Projects include, but are not limited to: new construction, repair,
alteration, renovation and rehabilitation of City of Miami (the "City") facilities; capital project
maintenance; expansion of park and recreational facilities, community and day care centers,
administrative offices and facilities, fire stations and support facilities, police facilities,
performance venues and marinas.
Pursuant to the solicitation, Bidders were required to obtain the following by the Bid due date:
A. Horizontal Construction Projects - A currently active State of Florida Certified General
Contractor license, or General Engineering Contractor's Certificate of Competency issued by
Miami -Dade County's Construction Trades Qualifying Board.
PR17211
B. Vertical Construction Projects - A currently active State of Florida Certified General Contractor
license, or a State of Florida Certified Building Contractor license.
C. A minimum of five (5) years' experience, under its current business name, in the construction
of similar projects as described for the applicable JOC Contract, supported by references for six
(6) separate projects valued at a minimum of $200,000.00 each, completed within the past three
(3) years.
Bidders were permitted to bid for Horizontal Construction, Vertical Construction, or both by submitting
Adjustment Factors for the Services to be performed during Normal Construction Working Hours and
Other Than Normal Construction Working Hours.
Term of Award:
The City determined that twelve (12) Contracts will be awarded, to meet the ongoing needs of the Capital
Improvements Program. Section 3, Article 29, Addition/Deletion of Contractors, was incorporated to
ensure that the Contract permits the addition or deletion of Contractors should the City determine a need
for a larger or smaller pool of Contractors. The added Contracts will have an initial term of three (3) years
with the option to renew for two (2) additional one (1) year periods.
In accordance with 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, respectively, will serve as the Adjustment
Factors paid by the City for all awarded Contracts.
In addition, Contractors must comply with Section 18-89 of the City Procurement Code for Local
Workforce and Community Small Business Enterprise (CSBE) participation requirements, for applicable
projects assigned throughout the term of Contract.
Findings:
Procurement completed the review of the bids submitted to determine the six (6) lowest responsive and
responsible Bidders for both Horizontal Construction Services and Vertical Construction Services, as
identified below:
For Horizontal Construction Services, the six (6) lowest responsive and responsible Bidders are as
follows:
1. Harbour Construction, Inc.
2. GEC Associates, Inc.
3. Metro Express, Inc.
4. H&J Asphalt, Inc.
5. H.A. Contracting Corp.
6. EnviroWaste Services Group, Inc.
The Horizontal Adjustment Factors have been calculated in the table below:
Adjustment Factors for Horizontal Construction Services
Normal Working Hours
0.8676
Other Than Normal Working Hours
0.8917
For Vertical Construction Services, the six (6) lowest responsive and responsible Bidders are as
follows:
1. Harbour Construction, Inc.
2
2. JCI Construction, Inc.
3. H.A. Contracting Corp.
4. The Terracon Group, Inc.
5. Lee Construction Group, lnc.
6. GEC Associates, Inc.
The Vertical Adjustment Factors have been calculated in the table below:
Adjustment Factors for Vertical Construction Services
Normal Working Hours
0.8413
Other Than Normal Working Hours
0.8728
Each Bidder identified above, for both Horizontal and Vertical JOC Services, signed a "Notice of Intent"
confirming their acceptance of the average Adjustment Factors.
Contract Execution:
Accordingly, Procurement hereby requests authorization to prepare for execution, twelve (12) Contracts,
each for total annual expenditure limits of $2,000,000.00 for Horizontal Construction Services and
$2,500,000.00 for Vertical Construction Services. Execution of the Contracts will be completed upon the
City Commission's approval. Your signature below indicates your approval of Procurement's
recommendation.
Approved:
Daniel J, G I,J'so, y Manager
Date:
c: Fernando Casamayor, As tant City Manager, Chief Financial Officer
Alberto Parjus, Assistant City Manager
Rafael Suarez -Rivas, Senior Assistant City Attorney, City Attorney's Office
Jeovanny Rodriguez, P.E., Director, OCI
Hector Badia, Assistant Director, OCI
Lydia Osborne, Ph. D., CPPO, CPPB, Assistant Director, Procurement
Anthony Rolle, J.D., M.Acct, CPPB, Procurement Contracting Manager, Procurement
3