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.