Loading...
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