Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #6547 Date: 09/23/2019 Commission Meeting Date: 10/10/2019 Requesting Department: Office of Capital Improvements Sponsored By: District Impacted: All Type: Resolution Subject: Accept Proposal - Horizontal and Vertical Construction Services Purpose of Item: The nature of this item is to authorize a resolution of the Miami City Commission, accepting the responsive proposals received May 29, 2019, pursuant to Request for Proposals (RFP) No. 18-19-001, to execute twenty-three (23) Contracts for Job Order Contracts (JOC) for Horizontal and Vertical Construction Services with responsive and responsible proposers, to provide maintenance and construction services citywide, on an as needed basis, for a period of two (2) years, with the option to renew for two (2) additional one (1) year periods, for total annual expenditure limits of $2,500,000.00 per Contract for Horizontal Construction Services and $2,500,000.00 per Contract 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 April 19, 2019, the Department of Procurement ("Procurement") issued Request for Proposals ("RFP") No. 18-19-001 for the provision of Job Order Contracting (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 29, 2019, twenty-four (24) proposals from nineteen (19) Contractors were received in response to this solicitation. Subsequently, the proposals were reviewed by Procurement staff, upon which twenty-three (23) proposals were deemed responsive in accordance with the minimum qualifications and submission requirements of the RFP, and the vendors were deemed responsible. One proposal submitted was deemed non -responsive due to the Contractor's lack of sufficient prior experience under its current business name. On September 9, 2019, the Evaluation Committee ("Committee") met and completed the evaluation of the twenty-three (23) responsive proposals following the guidelines stipulated in the solicitation. The proposals were evaluated pursuant to the five (5) evaluation criteria listed below: Evaluation Criteria Maximum Points (Per Committee Member) 1. Comparable Project Experience 25 2. Key Personnel Assigned to the Contract 20 3. Safety 15 4. SBE and Local Workforce Participation Plan 10 5. Schedule of Prices 30 Total Maximum Points (Per Committee Member) 100 The final scores are as follows: Proposing Firm Awarded Points (Maximum 500 Points) Awarded Points Percentage Horizontal Construction 1. Metro Express, Inc. 461 92.2% 2. Maggolc, Inc. 442 88.4% 3. Ric -Man Construction Florida, Inc. 440 88.0% 4. David Mancini & Sons, Inc. 430 86.0% 5. Stone Concept Miami, Inc. 428 85.6% 6. Terra Hyle Contractors, Inc. 408 81.6% 7. H & J Asphalt, Inc. 396 79.2% 8. Florida Engineering and Development, Corp. 386 77.2% 9. Harbour Construction, Inc. 368 73.6% 10. J.R.T. Construction, Co. 343 68.6% 11. Unitech Builders, Corp. 330 66.0% Proposing Firm Awarded Points (Maximum 500 Points) Awarded Points Percentage Vertical Construction 1. Harbour Construction, Inc. 445 89.0% 2. J.R.T. Construction, Co. 444 88.8% 3. Stone Concept Miami, Inc. 440 88.0% 4. D2 Construction, Inc. 439 87.8% 5. Unitech Builders, Corp. 433 86.6% 6. Lee Construction Group, Inc. 425 85.0% 7. Team Contracting, Inc. 423 84.6% 8. Johnson-Laux Construction, LLC 422 84.4% 9. LEGO Construction, Co. 418 83.6% 10. BDI Construction Company 413 82.6% 11. G.E.C. Associates, Inc. 408 81.6% 12. Metro Express, Inc. 360 72.0% The Committee, rather than shortlist a maximum number of contractors based on percentage of points awarded, decided to allow every responsive and responsible contractor to be offered a contract opportunity. In addition, the Committee decided not to hold oral presentations, as the proposals did not require further clarification. Budget Impact Analysis Item is NOT Related to Revenue Item is NOT funded by Bonds Item is an Expenditure Total Fiscal Impact: $57,500,000 per year for Horizontal and Vertical Construction Services Office of Capital Improvements Steven Williamson Reviewed B Department Head Review Completed 09/24/2019 11:31 AM Department of Procurement Department of Risk Management Office of Management and Budget Office of Management and Budget City Manager's Office City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney Office of the City Attorney City Commission Office of the Mayor Office of the City Clerk Office of the City Clerk Annie Perez Ann -Marie Sharpe Yvette Smith Christopher M Rose Nzeribe Ihekwaba Nikolas Pascual Valentin J Alvarez Pablo Velez Valentin J Alvarez Victoria Mendez Maricarmen Lopez Mayor's Office City Clerk's Office City Clerk's Office Procurement Review Completed 09/26/2019 10:25 AM Risk Review Completed 09/26/2019 2:13 PM Budget Analyst Review Completed 10/01/2019 1:12 PM Budget Review Completed 10/01/2019 4:04 PM Assistant City Manager Review Completed 10/01/2019 5:11 PM City Manager Review Completed 10/01/2019 5:30 PM Legislative Division Review Completed 10/01/2019 5:30 PM ACA review Completed 10/01/2019 7:13 PM Deputy City Attorney Review Skipped 10/01/2019 6:07 PM Approved Form and Correctness Completed 10/01/2019 7:32 PM Meeting Completed 10/10/2019 9:00 AM Signed by the Mayor Completed 10/15/2019 3:10 PM Signed and Attested by the City Clerk Completed 10/15/2019 3:35 PM Rendered Completed 10/15/2019 3:35 PM City of Miami Legislation Resolution Enactment Number: R-19-0386 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 6547 Final Action Date:10/10/2019 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE PROPOSALS RECEIVED ON MAY 29, 2019, PURSUANT TO REQUEST FOR PROPOSALS ("RFP") NO. 18-19-001 FOR JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICAL CONSTRUCTION SERVICES, TO PROVIDE MAINTENANCE AND CONSTRUCTION SERVICES CITYWIDE, THROUGH ELEVEN (11) AGREEMENTS FOR HORIZONTAL CONSTRUCTION SERVICES AND TWELVE (12) AGREEMENTS FOR VERTICAL CONSTRUCTION SERVICES, ON AN AS -NEEDED BASIS, FOR A PERIOD OF TWO (2) YEARS, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, FOR A TOTAL ANNUAL COMPENSATION LIMIT NOT -TO -EXCEED OF TWO MILLION FIVE HUNDRED THOUSAND DOLLARS ($2,500,000.00) PER CONTRACT; ALLOCATING FUNDS FROM VARIOUS OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECTS AND DEPARTMENTAL BUDGETS, SUBJECT TO BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT DOCUMENTS, CONSISTING OF THE RFP DOCUMENTS AND ATTACHMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, ATTACHED AND INCORPORATED AS EXHIBIT "B," WITH THE RESPONSIVE AND RESPONSIBLE CONTRACTORS IDENTIFIED IN EXHIBIT "A," ATTACHED AND INCORPORATED, FOR SAID PURPOSES; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALLOCATIONS, APPROPRIATIONS, AND PRIOR BUDGETARY APPROVAL, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI - DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE RULES AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, the City of Miami ("City") Office of Capital Improvements ("OCI") identified a need to continue implementing the Job Order Contracting ("JOC") Program to achieve the timely and cost-effective delivery of maintenance and construction services for capital projects; and WHEREAS, on April 19, 2019, the City Department of Procurement ("Procurement") issued Request for Proposals ("RFP") No. 18-19-001 seeking experienced and qualified contractors for the purpose of providing Job Order Contracting ("JOC") for horizontal and vertical construction services; and WHEREAS, on May 29, 2019, twenty-three (23) responsive proposals from eighteen (18) responsive and responsible contractors ("Contractors") were received by the Office of the City Clerk; and WHEREAS, the ensuing twenty-three (23) contracts, comprised of eleven (11) agreements for horizontal construction services and twelve (12) agreements for vertical construction services will have an initial term of two (2) 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 the eleven (11) agreements for horizontal construction services and the twelve (12) agreements for vertical construction services with the contractors identified in Exhibit "A," attached and incorporated, for said purposes, for a total annual compensation limit of Two Million Five Hundred Thousand Dollars ($2,500,000.00) per contract; 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 responsive proposals received on May 29, 2019, pursuant to RFP No. 18-19-001, for JOC for horizontal and vertical construction services from the contractors identified in Exhibit "A," attached and incorporated, to provide maintenance and construction services Citywide, through eleven (11) agreements for horizontal construction services and twelve (12) agreements for vertical construction services, on an as -needed basis, for an initial term of two (2) years, with the option to renew for two (2) additional one (1) year periods, for a total annual compensation limit of Two Million Five Hundred Thousand Dollars ($2,500,000.00) per contract, are accepted. Section 3. Funds are to be allocated from the various OCI projects and departmental budgets, subject to budgetary approval at the time of need. Section 4. The City Manager is authorized' to execute twenty-three (23) contracts, in substantially the attached form, consisting of the RFP documents and attachments, attached and incorporated as Exhibit "B," with the contractors identified in Exhibit "A," attached and incorporated, for said purposes. Section 5. The City Manager is further authorized' to negotiate and execute all other documents, including any amendments, renewals, and extensions, subject to allocations, appropriations, and prior budgetary approval, and in compliance with applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"), including the City's Procurement Ordinance, Anti -deficiency Act, and financial integrity principles, all as set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in compliance with all applicable rules and regulations, as may be deemed necessary for said purpose. 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. Section 6. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: ndez, City Attor ey 10/1/2019 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.