Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. City Manager Fc FROM: Annie Perez, CPPO, Director Department-of-P ocurement DATE: September 11, 2019 SUBJECT: Report of Evaluation Committee and Recommendation for Award of Multiple Contracts for Request for Proposals (RFP) No. 18-19-001, Job Order Contracting (JOC) for Horizontal and Vertical Construction Services REFERENCES: RFP No. 18-19-001 ENCLOSURES: Response Security List, Evaluation Committee Score Sheets, and Evaluation Committee Appointment Memo BACKGROUND: 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"). 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. The one proposal submitted by Danz Contracting, LLC, was deemed non -responsive due to the contractor's lack of sufficient prior experience under its current business name. SUMMARY OF EVALUATION 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, 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% Page 2 - Report of Evaluation Committee, Recommendation for Award of Multiple Contracts - RFP No. 18-19-001 Emilio T. Gonzalez, Ph.D., City Manager 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 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 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 tabulation and individual Committee member score sheets are attached as supporting documentation. 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. RECOMMENDATION: The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, Messrs. Hector Badia and Robert Fenton (OCI), and Mr. Mark Spanioli (Village of Pinecrest) to average the adjustment factors proposed by all respondents in order to promote an equitable distribution of the available work through City projects. Upon execution of all 23 contracts, the City will offer available work based on the above rankings, driven primarily by technical qualifications, safety, and participation by small business certified firms, with the available work being offered to qualified contractors in decreasing order until every firm had the opportunity to provide services. All firms are qualified according to the specifications set forth in the RFP, and the technical evaluation completed by the Committee. Accordingly, Procurement hereby requests authorization to prepare the requisite multiple contracts for a not -to -exceed amount of $2,500,000.00 each, to be duly executed under your authority after approval by the City Commission. Your signature below indicates your approval of Procurement's recommendation. Approved: E ilio T. c onzalez, P .D., ity Manager Date: 0C 7 c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, P.E., Ph.D., Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Rafael Suarez -Rivas, Chief Assistant City Attorney Steven C. Williamson, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR19246 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. City na er FROM: Annie erez, Department of Procureme DATE: August 28, 2019 SUBJECT: Evaluation Committee Appointments for Job Order Contracting ("JOC") for Horizontal and Vertical Construction Services — Request for Proposal ("RFP") No.: 18-19-001 — for the Office of Capital Improvements REFERENCES: RFP No. 18-19-001 In accordance with Section 18-86(c)(6) of the City of Miami Code, the Department of Procurement (Procurement), on behalf of the Office of Capital Improvements (OCI), requests your approval to appoint the below listed professionals to the Evaluation/Selection Committee (Committee). The Committee will be tasked with evaluating and scoring the proposals submitted in response to Request for Proposals (RFP) . 18-19-001 for Job Order Contracting ("JOC") for Horizontal and Vertical Construction Services, issued on April 19, 2019. The Committee shall be comprised of professionals that have the requisite knowledge and experience to evaluate the proposals pursuant to the criteria established in the RFP. Chairperson (non -voting) Anthony Rolle, Sr. Procurement Contracting Officer, Procurement, City of Miami (COM) City of Miami Staff (voting) 1. Hector Badia, Assistant Director, Office of Capital Improvements, COM 2. Christopher Bennett, Assistant Director, Public Works, COM External Committee Members (voting) 1. Mark Spanioli, P.E., Director, Public Works, Village of Pinecrest. 2. Jose Oliveros, Assistant Director, Capital Improvements Program, Coral Gables 3. Daryl Hildoer, P.E., Engineer 3, Department of Transportation, Miami -Dade County Alternate Committee Members (voting) 1. Roberto Fenton, Sr. Construction Manager, Office of Capital Improvements, COM Your signature below affirms your appointment of this Committee for the evaluation of proposals for the Project, as solicited under RFP No. 18-9-001. APPROVED: E ilio T. onzalez, Ph.D., City Manager AP:ar c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Rafael Suarez -Rivas, Chief Assistant City Attorney Todd B. Hannon, City Clerk Stephen C. Williamson, Director, OCI Fernando V. Ponassi. MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR19233 EVALUATION COMMITTEE MEETING Monday, September 9, 2019 Department of Procurement Request for Proposals (RFP) No. 18-19-001 Job Order Contracting (JOC) for Horizontal and Vertical Construction Services Emilio T. Gonzalez, Ph.D., City Manager Annie Perez, CPPO, Director of Procurement EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES FINAL RANK Hector Badia (OCl/COM) Rober Fenton (OCl/COM) Mark Spanioli (Public Worrks, Pinecrest) Jose Oliveros(Coral Gables) Daryl Hildoer (Miami -Dade County) TABULATION SHEET RFP No. 18-19-001 STEP 1 EVALUATION MEETING NAME OF FIRM(S) QUALITATIVE SCORES 1 Unitech Builders (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 18 20 10 21 10 79 2A - Key Personnel Assigned to the Contract (Max. 20 points) 14 15 5 16 5 55 3A - Safety (Max. 15 points) 6 15 10 12 15 58 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 7 10 45 5A - Schedule of Prices (Max. 30 points) 22 25 20 9 17 93 Qualitative Scores 70 85 53 tk 65 57 330 11 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and SA. 330 3 Metro Express (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 25 24 25 22 25 121 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 18 20 17 20 92 3A - Safety (Max. 15 points) 12 15 12 13 15 67 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 7 10 45 5A - Schedule of Prices (Max. 30 points) 29 29 28 27 23 136 Qualitative Scores 93 96 93 86 93 461 1 Tie -Breaker: Total Qualitative Points for IA, 2A,3A, 4A, and SA. 461 4 Terra Hyle (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 22 22 20 22 20 106 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 18 18 17 14 84 3A - Safety (Max. 15 points) 12 15 10 13 14 64 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 7 10 45 5A - Schedule of Prices (Max. 30 points) 23 29 20 9 28 109 Qualitative Scores 84 94 76 68 86 408 6 Tie -Breaker: Total Qualitative Points for IA, 2A,3A, 4A, and SA. 408 Page 1 of 4 Anthony Rolle, Chairperson EVALUATION COMMITTEE MEETING Monday, September 9, 2019 Department of Procurement Request for Proposals (RFP) No. 18-19-001 Job Order Contracting (JOC) for Horizontal and Vertical Construction Services Emilio T. Gonzalez, Ph.D., City Manager Annie Perez, CPPO, Director of Procurement EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES FINAL RANK Hector Badia (OCIICOM) Rober Fenton (OCl/COM) Mark Spanioli (Public Worrks, Pinecrest) Jose Oliveros(Coral Gables) Daryl Hildoer (Miami -Dade County) TABULATION SHEET RFP No. 18-19-001 STEP 1 EVALUATION MEETING NAME OF FIRM(S) QUALITATIVE SCORES 5 David Mancini (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 25 23 24 24 25 121 2A - Key Personnel Assigned to the Contract (Max. 20 points) 20 19 19 18 20 96 3A - Safety (Max. 15 points) 12 15 10 13 15 65 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 8 10 8 8 10 44 5A - Schedule of Prices (Max. 30 points) 21 29 20 6 28 104 Qualitative Scores 86 96 81 69 98 430 4 Tie -Breaker: Total Qualitative Points for IA, 2A,3A, 4A, and 5A. 430 8 Harbour (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 22 20 23 18 10 93 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 17 18 14 5 71 3A - Safety (Max. 15 points) 12 15 10 12 5 54 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 7 5 40 5A - Schedule of Prices (Max. 30 points) 28 27 24 21 10 110 ' Qualitative Scores 89 89 • 83 72 35 368 9 Tie -Breaker: Total Qualitative Points for IA, 2A,3A, 4A, and 5A. 368 9 Florida Engineering (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 22 19 20 21 20 102 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 15 18 15 10 75 3A - Safety (Max. 15 points) 12 15 10 12 14 63 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 10 7 5 42 5A - Schedule of Prices (Max. 30 points) 25 25 20 12 22 104 Qualitative Scores - 86 ' 84 78 67 71 386 8 Tie -Breaker: Total Qualitative Points for IA, 2A,3A, 4A, and 5A. 386 Page 2 of 4 Anthony Rolle, Chairperson EVALUATION COMMITTEE MEETING Monday, September 9, 2019 Department of Procurement Request for Proposals (RFP) No. 18-19-001 Job Order Contracting (JOC) for Horizontal and Vertical Construction Services Emilio T. Gonzalez, Ph.D., City Manager Annie Perez, CPPO, Director of Procurement EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES FINAL RANK Hector Badia (OCIICOM) Rober Fenton (OCIICOM) Mark Spanioli (Public Worrks, Pinecrest) Jose Oliveros(Coral Gables) Daryl Hildoer (Miami -Dade County) TABULATION SHEET RFP No. 18-19-001 STEP 1 EVALUATION MEETING NAME OF FIRM(S) QUALITATIVE SCORES 13 Ric -Man (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 25 21 20 24 25 115 2A - Key Personnel Assigned to the Contract (Max. 20 points) 20 20 19 18 20 97 3A - Safety (Max. 15 points) 15 15 10 13 14 67 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 8 10 8 7 10 43 5A - Schedule of Prices (Max. 30 points) 27 27 20 15 29 118 Qualitative Scores 95 93 77 77 98 440 3 Tie -Breaker: Total Qualitative Points for IA, 2A,3A, 4A, and 5A. 440 14 Maggolc (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 25 24 25 22 25 121 2A - Key Personnel Assigned to the Contract (Max. 20 points) 20 19 18 17 20 94 3A - Safety (Max. 15 points) 12 15 10 11 14 62 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 8 10 46 5A - Schedule of Prices (Max. 30 points) 26 24 22 18 29 119 Qualitative Scores 93 92 83 76 98 442 2 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 442 16 H&J (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 18 18 13 21 25 95 2A - Key Personnel Assigned to the Contract (Max. 20 points) 14 15 10 16 18 73 3A - Safety (Max. 15 points) 11 15 8 11 15 60 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 8 10 5 6 10 39 5A - Schedule of Prices (Max. 30 points) 28 24 26 24 27 129 Qualitative Scores 79 82 , 62 78 95 396 7 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 396 Page 3 of 4 Anthony Rolle, Chairperson EVALUATION COMMITTEE MEETING Monday, September 9, 2019 Department of Procurement Request for Proposals (RFP) No. 18-19-001 Job Order Contracting (JOC) for Horizontal and Vertical Construction Services Emilio T. Gonzalez, Ph.D., City Manager Annie Perez, CPPO, Director of Procurement EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES FINAL RANK Hector Badia (OCl/COM) Rober Fenton (OCl/COM) Mark Spanioli (Public Worrks, Pinecrest) To `o U 0al N O Daryl Hildoer (Miami -Dade County) TABULATION SHEET RFP No. 18-19-001 STEP 1 EVALUATION MEETING NAME OF FIRM(S) QUALITATIVE SCORES 17 JRT (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 25 20 15 18 10 88 2A - Key Personnel Assigned to the Contract (Max. 20 points) 20 20 10 13 10 73 3A - Safety (Max. 15 points) 15 15 10 11 10 61 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 8 10 8 7 5 38 5A - Schedule of Prices (Max. 30 points) 20 28 20 3 12 83 Qualitative Scores 88 93 63 52 47 343 10 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 343 19 Stone (Horizontal) 1A - Comparable Project Experience (Max. 25 points) 22 20 20 20 20 102 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 19 8 15 17 76 3A - Safety (Max. 15 points) 12 15 15 13 15 70 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 5 7 10 42 5A - Schedule of Prices (Max. 30 points) 30 25 30 30 23 138 Qualitative Scores 91 89 78 • 85 85 428 5 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 428 Page 4 of 4 Anthony Rolle, Chairperson EVALUATION COMMITTEE MEETING Monday, September 9, 2019 Department of Procurement Request for Proposals (RFP) No. 18-19-001 Job Order Contracting (JOC) for Horizontal and Vertical Construction Services Emilio T. Gonzalez, Ph.D., City Manager Annie Perez, CPPO, Director of Procurement EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES FINAL RANK Hector Badia (OCl/COM) Rober Fenton (OCl/COM) Mark Spanioli (Public Worrks, Pinecrest) Jose Oliveros(Coral Gables) Daryl Hildoer (Miami -Dade County) TABULATION SHEET RFP No. 18-19-001 STEP 1 EVALUATION MEETING NAME OF FIRM(S) QUALITATIVE SCORES 1 Unitech Builders (Vertical) 1A - Comparable Project Experience (Max. 25 points) 22 22 22 23 24 113 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 18 15 18 19 87 3A - Safety (Max. 15 points) 15 15 10 13 14 67 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 8 10 46 5A - Schedule of Prices (Max. 30 points) 26 29 22 18 25 120 Qualitative Scores 90 94 77 80 - 92 433 5 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 433 2 Johnson-Laux (Vertical) 1A - Comparable Project Experience (Max. 25 points) 25 24 15 22 25 111 2A - Key Personnel Assigned to the Contract (Max. 20 points) 20 19 15 17 19 90 3A - Safety (Max. 15 points) 15 15 10 12 14 66 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 7 10 45 5A - Schedule of Prices (Max. 30 points) 24 29 20 9 28 110 Qualitative Scores = -. 94 97 68 87 -96 • . 422 $ Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 422 3 Metro Express (Vertical) 1A - Comparable Project Experience (Max. 25 points) 22 20 10 16 10 78 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 15 5 12 5 54 3A - Safety (Max. 15 points) 12 15 15 10 15 67 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 7 10 45 5A - Schedule of Prices (Max. 30 points) 27 29 24 21 15 116 Qualitative Scores ' `- 88 . , :• • 89 ' ' 82 86 .`- 88 - 360 12 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 360 Page 1 of 4 Anthony Rolle. Chairperson EVALUATION COMMITTEE MEETING Monday, September 9, 2019 Department of Procurement Request for Proposals (RFP) No. 18-19-001 Job Order Contracting (JOC) for Horizontal and Vertical Construction Services Emilio T. Gonzalez, Ph.D., City Manager Annie Perez, CPPO, Director of Procurement EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES FINAL RANK Hector Badia (OCl/COM) Rober Fenton (OCl/COM) Mark Spanioli (Public Worrks, Pinecrest) Jose Oliveros(Coral Gables) Daryl Hildoer (Miami -Dade County) TABULATION SHEET RFP No. 18-19-001 STEP 1 EVALUATION MEETING NAME OF FIRM(S) QUALITATIVE SCORES 7 D2 Construction (Vertical) 1A - Comparable Project Experience (Max. 25 points) 22 20 23 22 24 111 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 18 15 16 19 85 3A - Safety (Max. 15 points) 12 15 10 13 15 65 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 7 10 45 5A - Schedule of Prices (Max. 30 points) 28 28 26 24 27 133 Qualitative Scores 89 91 82 82 95 439 4 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 439 8 Harbour (Vertical) 1A - Comparable Project Experience (Max. 25 points) 22 20 24 23 25 114 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 17 20 18 18 90 3A - Safety (Max. 15 points) 12 15 10 14 15 66 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 8 10 46 5A - Schedule of Prices (Max. 30 points) 24 27 26 24 28 129 Qualitative Scores 85 89 88 87 96 - 445 1 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 445 10 LEGO (Vertical) 1A - Comparable Project Experience (Max. 25 points) 22 20 24 21 25 112 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 16 15 17 18 83 3A - Safety (Max. 15 points) 12 15 5 12 14 58 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 5 8 10 43 5A - Schedule of Prices (Max. 30 points) 28 26 26 15 27 122 Qualitative Scores 89 87 75 73 94 418 9 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 418 Page 2 of 4 Anthony Rolle, Chairperson EVALUATION COMMITTEE MEETING Monday, September 9, 2019 Department of Procurement Request for Proposals (RFP) No. 18-19-001 Job Order Contracting (JOC) for Horizontal and Vertical Construction Services Emilio T. Gonzalez, Ph.D., City Manager Annie Perez, CPPO, Director of Procurement EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES FINAL RANK Hector Badia (OCl/COM) Rober Fenton (OCl/COM) Mark Spanioli (Public Worrks, Pinecrest) Jose Oliveros(Coral Gables) Daryl Hildoer (Miami -Dade County) TABULATION SHEET RFP No. 18-19-001 STEP 1 EVALUATION MEETING NAME OF FIRM(S) QUALITATIVE SCORES 11 GEC (Vertical) 1A - Comparable Project Experience (Max. 25 points) 18 19 18 21 25 101 2A - Key Personnel Assigned to the Contract (Max. 20 points) 14 15 15 17 18 79 3A - Safety (Max. 15 points) 11 15 5 12 14 57 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 7 8 43 5A - Schedule of Prices (Max. 30 points) 28 25 26 24 25 128 Qualitative Scores - 81 84 " _ 72 81 90 408 11 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 408 12 BDI (Vertical) 1A - Comparable Project Experience (Max. 25 points) 18 23 20 21 22 104 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 19 15 16 15 82 3A - Safety (Max. 15 points) 15 15 12 13 15 70 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 5 7 10 42 5A - Schedule of Prices (Max. 30 points) 28 27 20 15 25 115 Tie Total Qualitative Scores 88 94 72 , 72 - • 87 413 10 -Breaker: Qualitative Points for 1A, 2A,3A, 4A, and 5A. 413 15 Lee (Vertical) 1A - Comparable Project Experience (Max. 25 points) 18 18 18 22 25 101 2A - Key Personnel Assigned to the Contract (Max. 20 points) 14 15 15 17 20 81 3A - Safety (Max. 15 points) 11 15 8 13 15 62 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 6 10 8 7 10 41 5A - Schedule of Prices (Max. 30 points) 30 25 30 30 25 140 Qualitative Scores 79 • 83 79 89 95 425 6 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 425 Page 3 of 4 Anthony Rolle, Chairperson EVALUATION COMMITTEE MEETING Monday, September 9, 2019 Department of Procurement Request for Proposals (RFP) No. 18-19-001 Job Order Contracting (JOC) for Horizontal and Vertical Construction Services Emilio T. Gonzalez, Ph.D., City Manager Annie Perez, CPPO, Director of Procurement EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES FINAL RANK Hector Badia (OCl/COM) Rober Fenton (OCl/COM) Mark Spanioli (Public Worrks, Pinecrest) Jose Oliveros(Coral Gables) Daryl Hildoer (Miami -Dade County) TABULATION SHEET RFP No. 18-19-001 STEP 1 EVALUATION MEETING NAME OF FIRM(S) QUALITATIVE SCORES 17 JRT (Vertical) 1A - Comparable Project Experience (Max. 25 points) 25 25 24 22 25 121 2A - Key Personnel Assigned to the Contract (Max. 20 points) 20 20 18 17 20 95 3A - Safety (Max. 15 points) 15 15 12 13 15 70 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 8 10 8 8 10 44 5A - Schedule of Prices (Max. 30 points) 25 29 20 12 28 114 Qualitative Scores 93 . 99 82 72 98 444 2 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 444 18 Team (Vertical) 1A - Comparable Project Experience (Max. 25 points) 25 22 23 21 23 114 2A - Key Personnel Assigned to the Contract (Max. 20 points) 20 18 18 16 19 91 3A - Safety (Max. 15 points) 15 15 11 12 15 68 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 8 8 10 46 5A - Schedule of Prices (Max. 30 points) 23 26 20 6 29 104 Qualitative Scores 93 91 80 % 63 ' 96 : 423 7 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 423 19 Stone (Vertical) 1A - Comparable Project Experience (Max. 25 points) 22 23 22 22 20 109 2A - Key Personnel Assigned to the Contract (Max. 20 points) 17 19 15 17 17 85 3A - Safety (Max. 15 points) 12 15 15 13 15 70 4A - SBE and Local Workforce Participation Plan (Max. 10 points) 10 10 5 7 10 42 5A - Schedule of Prices (Max. 30 points) 29 27 28 27 23 134 Qualitative Scores 90 ', 94 85 86 - 85 440 3 Tie -Breaker: Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. 440 Page 4 of 4 Anthony Rolle, Chairperson RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS HECTOR BADIA - 1 EVALUATION PROPOSERS CRITERIA Maximum Points UNITECH - HORIZONTAL UNITECH - VERTICAL JOHNSON- LAUX - VERTICAL METRO EXPRESS - HORIZONTAL METRO EXPRESS - VERTICAL Comparable Project Experience 25 I, es j. j 25 '1,' 1-1 Key Personnel Assigned to the Contract 20 14 I't Jo Ii 17 Safety 15 ( I c t 12 V2- SBE and Local Workforce Participation Plan 10 `0 / Q (0 0 Cp Schedule of Prices 30 302,.'L-- 30 ',L, 30 vi 30 30 -7j TOTAL POINTS 100 7o ret4 xrg3 Sr gg PRI T NAME: - 6:z2iL / -P« 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS HECTOR BADIA - 2 EVALUATION PROPOSERS CRITERIA Maximum Points TERRA HYLE DAVID MANCINI CONSTRUCTIO N HARBOUR - HORIZONTAL HARBOUR - VERTICAL Comparable Project Experience 25 2-2 . 20- 2- Z- Key Personnel Assigned to the Contract 20 `� 1 7 1 7 �� Safety 15 `Z 5 Z 4 Z 11 1 r� SBE and Local Workforce Participation Plan 10 (0 8 P''' (0 1 v Schedule of Prices 30 -2-4 TOTAL POINTS 100 %- X P eY /0/ 8q /35-- PRINT NAME: Caen- e4i2 (- 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS HECTOR BADIA - 3 EVALUATION PROPOSERS CRITERIA Maximum Points FLORIDA ENGINEERING LEGO CONSTRUCTIO N GEC ASSOCIATES RIC-MAN CONSTRUCTIO MAGGOLC Comparable Project Experience 25 -^ Z� 10 5' .7 Key Personnel Assigned to the Contract 20 11 11 [/(, 2 b Zej Safety 15 12 V�7 11 lb- 1�J SBE and Local Workforce Participation Plan 10 16) B c to g La Schedule of Prices 30 / * 27 TOTAL POINTS 100 / 50 /Mc /e0( ,0'Ct S A'q3 SIGN RE: PRI T AME: /34-0t, 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS HECTOR BADIA - 4 EVALUATION PROPOSERS CRITERIA Maximum Points LEE CONSTRUCTIO N H&J ASPHALT JRT CONSTRUCTIO N - HORIZONTAL JRT CONSTRUCTIO N -VERTICAL TEAM CONTRACTING Comparable Project Experience 25 f 0 ` b fJ' 26 Key Personnel Assigned to the Contract 20 14 14 �Q Z-C2 Safety 15 r I 1i 15- 15- rs- SBE and Local Workforce Participation Plan 10 F 5 g , Jt) Schedule of Prices 30 TOTAL POINTS 100 //CI / 7'' /ep X 13 "c13 SIGNATURE: PRINT NAME: A 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS HECTOR BADIA - 5 EVALUATION PROPOSERS CRITERIA Maximum Points STONE CONCEPT - HORIZONTAL STONE CONCEPT - VERTICAL E51:1 V ,.- Comparable Project Experience 25 ZZ -- g Key Personnel Assigned to the Contract 20 r7 r7 17 Safety 15 `2 lir Ic^ SBE and Local Workforce Participation Plan 10 l(7 Lv 10 Schedule of Prices 309 28 TOTAL POINTS 100 0 q l 0 0 Se 0 0 SIGNATUR PRINT A E: ,413/ 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS ROBERT FENTON - 1 EVALUATION PROPOSERS CRITERIA Maximum Points UNITECH - HORIZONTAL UNITECH - VERTICAL JOHNSON-LAUX - VERTICAL METRO EXPRESS - HORIZONTAL METRO EXPRESS - VERTICAL Comparable Project Experience 25 b 2 2 24, a(.(' ,22(:) Key Personnel Assigned to the Contract 20 15 S 11 tg LC Safety 15 LS `' IC lS Cr SBE and Local Workforce Participation Plan 10 t0 I° V) tC) t,0 Schedule of Prices 30 Zl 2.51 21 1 aq TOTAL POINTS 100 1.y j ci 97 if Vo if el SIGNATURE: 9=a PRINT NAME: 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS ROBERT FENTON - 2 EVALUATION PROPOSERS CRITERIA Maximum Points TERRA HYLE DAVID MANCINI D2 CONSTRUCTION HARBOUR - HORIZONTAL HARBOUR - VERTICAL Comparable Project Experience 25 '2 2 23 20 2-0 Zd Key Personnel Assigned to the Contract 20 LD IC{ I Fj C'j 1,7 Safety 15 (5- (5 1j l� L; SBE and Local Workforce Participation Plan 10 `(] 1, p `tD t Schedule of Prices 30 a-1 VA 7-S 27 �7 TOTAL POINTS 100 Cit‘ C,(p ier q ( / a'Cr J° et SIGNATURE: T-GQJ PRINT NAME: 12-1316_ lam\ 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS ROBERT FENTON - 3 EVALUATION PROPOSERS CRITERIA Maximum Points / FLORIDA ENGINEERING LEGO CONSTRUCTION GEC ASSOCIATES RIC-MAN CONSTRUCTION MAGGOLC Comparable Project Experience 25 l9 20 (Q z( 2' Key Personnel Assigned to the Contract 20 IC tk.O t C 2-0 lg Safety 15 t; `j (c ( J l SBE and Local Workforce Participation Plan 10 to to 1 0 to CO Schedule of Prices 30 2) 7,- Lc' 2c 2.1 al TOTAL POINTS 100 gif - ir g1 / .ti-,e( `r3 ,1 I2/ PRINT NAME: 0,oC51'11To).\ 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS ROBERT FENTON - 4 EVALUATION PROPOSERS CRITERIA Maximum Points LEE CONSTRUCTION ✓ H&J ASPHALT JRT CONSTRUCTION - HORIZONTAL JRT CONSTRUCTION - VERTICAL TEAM CONTRACTING Comparable Project Experience 25 06 `$ 42-0 2c. 2 2 Key Personnel Assigned to the Contract 20 1C- i> 20 ZO (rt3 Safety 15 lc `7 t 5 Lc J SBE and Local Workforce Participation Plan 10 (p 0 ‘,O LLD tO Schedule of Prices 30 -Lc at-1- ZV z.a 2Cv TOTAL POINTS 100 0 i $'L( CO c 5/ CO PRINT NAME: 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOG") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS ROBERT FENTON- 5 EVALUATION PROPOSERS CRITERIA Maximum Points STONE CONCEPT - HORIZONTAL STONE CONCEPT - VERTICAL 1Q•D7 �JJ ' 1c/ L Comparable Project Experience 25 Z0 2'2 Key Personnel Assigned to the Contract 20 t1 t6t11 Safety 15 (.J lc GS SBE and Local Workforce Participation Plan 10 to 1,0 l0 Schedule of Prices 30 2�r 1-1 7-1 TOTAL POINTS 100 m y qtt 'It{ 0 0 PRINT NAME: 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS MARK SPANIOLI - 1 EVALUATION PROPOSERS CRITERIA Maximum Points UNITECH - HORIZONTAL UNITECH = VERTICAL JOHNSON-LAUX - VERTICAL METRO EXPRESS - HORIZONTAL METRO EXPRESS - VERTICAL Comparable Project Experience 2511 ' 72- hl. ''._ Key Personnel Assigned to the Contract 20 5 / 1 G 2Ao '. Safety 15 l 0 / 0 to J 2- /‘ SBE and Local Workforce Participation Plan 10 t3 fa S 5 e Schedule of Prices 30 Z-0 2i -'.04i TOTAL POINTS 100 0 0 0 0 0 SIGN lr R PRINT NAME: / 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS MARK SPANIOLI - 2 EVALUATION PROPOSERS CRITERIA Maximum Points TERRA HYLE DAVID MANCINI D2 CONSTRUCTION HARBOUR - HORIZONTAL HARBOUR - VERTICAL Comparable Project Experience 25 Z-0 7Z,it 3 `3 Key Personnel Assigned to the Contract 20 F Q /' ? `(0 Safety 15 (j 0 ( (c) / 0 / 0 SBE and Local Workforce Participation Plan 10 V 0 19) 02 Schedule of Prices 30 2 Co TOTAL POINTS 100 0 0 0 0 0 SIGNATI�R PRINT NAME: /9--7( ciPi"-A// c) 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS MARK SPANIOLI - 3 EVALUATION PROPOSERS CRITERIA Maximum Points FLORIDA ENGINEERING LEGO CONSTRUCTION GEC ASSOCIATES RIC-MAN CONSTRUCTION MAGGOLC Comparable Project Experience 25 2---1) 11 CO"20 ��. �.: Key Personnel Assigned to the Contract 20 (I% 5- / itS. / ? � _ / 0 tom' Safety 15 ( 5— / / SBE and Local Workforce Participation Plan 10 / b ' i Schedule of Prices 30 Za ^ (c. `. 2-0 .Z-Z— TOTAL POINTS 100 0 0 0 0 0 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS MARK SPANIOLI - 4 EVALUATION PROPOSERS CRITERIA Maximum Points LEE CONSTRUCTION H&J ASPHALT JRT CONSTRUCTION - HORIZONTAL JRT CONSTRUCTION - VERTICAL TEAM CONTRACTING Comparable Project Experience 25 li C6 / S /J Z. 3 Key Personnel Assigned to the Contract 20 / 5 / 0 f © / e 4 e Safety 15 0 _'a / + l 4 I( SBE and Local Workforce Participation Plan 10 8 9 G Schedule of Prices 30 3) 0 2-0 ZO TOTAL POINTS 100 0 0 0 0 0 ).9-4 cf14,-AIOL-1. 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS MARK SPANIOLI - 5 EVALUATION PROPOSERS CRITERIA Maximum Points STONE CONCEPT - HORIZONTAL STONE CONCEPT - VERTICAL g o l , VOLD Cfic. Comparable Project Experience 25 0 Key Personnel Assigned to the Contract 20 0 'S. / Safety 15 t/ S J-y� A SBE and Local Workforce Participation Plan 10 5— Schedule of Prices 30 3 0 Lca. 2-0 TOTAL POINTS 100 0 0 0 0 0 SIGNATURE: PRINT NAME: ` /51-c C fP/h/thsmj 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS JOSE OLIVEROS - 1 EVALUATION PROPOSERS CRITERIA Maximum Points UNITECH - HORIZONTAL UNITECH - VERTICAL JOHNSON-LAUX - VERTICAL METRO EXPRESS - HORIZONTAL METRO EXPRESS - VERTICAL Comparable Project Experience 25 21 2- 3 2 2- 2 2. Key Personnel Assigned to the Contract 20 / 6 1 ? 1 q-• I T Ir 2. Safety 15 1 2, _ 1 3 1 2 1 3 1© SBE and Local Workforce Participation Plan 10 S T. Schedule of Prices 30 Cj 1 Q 9 2- 4+ 2 , TOTAL POINTS 100 6 r goA &R-- Y g o- G.'. SIGNATURE: PRINT NAME: _\c>se. L. OLiJe t1© 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS JOSE OLIVEROS - 2 EVALUATION PROPOSERS CRITERIA Maximum Points TERRA HYLE DAVID MANCINI D2 CONSTRUCTION HARBOUR - HORIZONTAL HARBOUR - VERTICAL Comparable Project Experience 25 2- 2- 2-ti- 2 2. 1 • 2 3 Key Personnel Assigned to the Contract 20 l ( S 1 r r (4 ( b Safety 15 l 3 1 3 ' 3 1 2_ 1( - SBE and Local Workforce Participation Plan 10 .--- S T.- Th. 8. Schedule of Prices 30 ( 2.- it 2 k -- 2 Lk TOTAL POINTS 100 Ggdo 6 8 2/)' 7-2-Y R PRINT NAME: 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS JOSE OLIVEROS - 3 EVALUATION PROPOSERS CRITERIA Maximum Points FLORIDA ENGINEERING LEGO CONSTRUCTION GEC ASSOCIATES RIC-MAN CONSTRUCTION MAGGOLC Comparable Project Experience 25 2 1 2- l 2 I 2 cf 2 2 Key Personnel Assigned to the Contract 20 1 S ' ( ( 6 ' Safety 15 1 2_ 1 2 t 2 1 5 t l SBE and Local Workforce Participation Plan 10 --4—' 5 Schedule of Prices 30 i 2_ 1 r 2-, 1_ 13 .--.4-- ik\V I O 0-1),,V TOTAL POINTS 100 .1--AY' 7-3 70' g I . . SIGNATURE: PRINT NAME: 6 L. Col_ e_ tLt? s. 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS JOSE OLIVEROS - 4 EVALUATION PROPOSERS CRITERIA Maximum Points LEE CONSTRUCTION H&J ASPHALT JRT CONSTRUCTION - HORIZONTAL JRT CONSTRUCTION - VERTICAL TEAM CONTRACTING Comparable Project Experience 25 2- 2 2- r t 2. 2. 1 Key Personnel Assigned to the Contract 20 ' 1 ` I / Safety 15 13 f 1 I 1 3 1 2_ SBE and Local Workforce Participation Plan 10 (_ .9 8 e) Schedule of Prices 30 ` 0 2. 3 12. /' TOTAL POINTS n 100 8 9 ,o-' fe 4 2?I._ A ?- 6 3A sF l_. ol.0 S 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS JOSE OLIVEROS - 5 EVALUATION PROPOSERS CRITERIA Maximum Points STONE CONCEPT - HORIZONTAL STONE CONCEPT - VERTICAL 13E Ir 1-113VitAC.- Comparable Project Experience 25 2 C) 2 2. 2. Key Personnel Assigned to the Contract 20 t ( R.-- Lc, Safety 15 13 1 3 j 3 SBE and Local Workforce Participation Plan 10 --�' Schedule of Prices 30 3c). 2.)- 1 TOTAL POINTS n � 100 8, %,,o/' gG,,A'' 3-2-,'r. 0 0 S L . bL t 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS DARYL HILDOER - 1 EVALUATION PROPOSERS CRITERIA Maximum Points I , I Z UNITECH - (HORIZONTAL) 1D6 UNITECH - (VERTICAL) /, '1 b -)' JOHNSON-LAUX - (VERTICAL) , `I' 2 `I ) METRO EXPRESS - (HORIZONTAL) 1. C ((/`i METRO EXPRESS - (VERTICAL) Comparable Project Experience I 25 0 2 Li r i 0 Key Personnel Assigned to the Contract 1 20 '� l 61 Safety 15 I 9 / L' / s'' / (7 SBE and Local Workforce Participation Plan 11 10 / rl) `) / / 0 Schedule of Prices 30 l 7 > 1 23 l 1 TOTAL POINTS 100 --0` -0— -0— -0� r0— SIGNATURE - Yr) / PRINT NAME: i 0c),Lk it\JDfr 7 q 9 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS DARYL HILDOER - 2 EVALUATION PROPOSERS CRITERIA \ Maximum Points \ ,1.)q:> TERRA HYLE (N) 1 , \ -L �P- DAVID MANCINI (I4) 1, 0 0 ° D2 CONSTRUCTION (V) I. 000 HARBOUR - _HORIZONTAL) G, 000 HARBOUR - (VERTICAL) Comparable Project Experience ` 25 > l l f 11 Key Personnel Assigned to the Contract R.I 20 <✓I �� 1 r �� Safety 15 \ LA 1. i Li`" SBE and Local Workforce Participation Plan 10 / 0 c-) i `> / D - Schedule of Prices 30 ., 2=---9, 2 I U 2 8 TOTAL POINTS 100 0 0- -0— 0 -0` 9 LT 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS DARYL HILDOER - 3 EVALUATION PROPOSERS CRITERIA Maximum Points 1. 1 j.> FLORIDA ENGINEERING M 1. o B LEGO CONSTRUCTION (y) I• L `) -) GEC ASSOCIATES (V) I. 12 D RIC-MAN CONSTRUCTION (la) 1. o I MAGGOLC CH ) Comparable Project Experience 1 25 2 — 2 Key Personnel Assigned to the Contract 20 I / 2 Safety J 15 / 4—( / (1 / tt ' / 'V /- SBE and Local Workforce Participation Plan I 10 /U /L) Schedule of Prices 7- 30 TOTAL POINTS n 100 r0— 10"--- 0 ,0— (-0— SIGNATURE: PRINT NAME: 9/9/2019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS DARYL HILDOER - 4 EVALUATION PROPOSERS CRITERIA Maximum Points , u.'b`aII LEE l `J) CONSTRUCTION , I 6 0 H&J ASPHALT CN\ // 1,1623 JRT CONSTRUCTION - -10RIZONTALI I,1 D'Olo JRT CONSTRUCTION - VERTICAL) I•2.333 TEAM CONTRACTING (V) Comparable Project Experience 1 25 2 ,2 5- Ir` 2 7 2 3 Key Personnel Assigned to the Contract 20 Safety ' 15 I ) 1 1 I rJ SBE and Local Workforce Participation Plan C+ 10 1 D / �> c; / D / J Schedule of Prices C 30 ZS, 2 ' 1 } (,1 �(( TOTAL POINTS n 100 0— ,--0" c0r -0` '0- Lf 7 6 9/912019 RFP No. 18-19-001 JOB ORDER CONTRACTING ("JOC") FOR HORIZONTAL AND VERTICALCONSTRUCTION SERVICES EVALUATION OF PROPOSALS DARYL HILDOER - 5 EVALUATION PROPOSERS CRITERIA Maximum Points .9I IZ'J STONE CN- (HORIZONTALOCEPT , `'1 ZD STONE CNCEPT CVOERTICA6 Bo (U) I Comparable Project Experience 25 Z 2� 2 i Key Personnel Assigned to the Contract j Z 20 ) 1 I Safety 15 ' c SBE and Local Workforce Participation Plan '-` 1 10 1 I 1 �-'') / D Schedule of Prices S 30 � ") 9- 1 ) TOTAL PO)NT.A 100 -0` _0--- ,0- 0 0 ?)5 PRINT NAME: 87 9/9/2019 Clear Form _ ()A• . C •fr4' - * * 0 R CITY OF AIIAMI Vendor Responsibility Checklist Name of Firm: METRO EXPRESS View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear button for the corresponding attachment box to clear that field. CATEGORY RESPONSE City Vendor Registration Affirmation YES iSupplier Number: State of Florida Corporation (Sunbiz) YES Upload Metro Sunbiz.html Clear D & B N/A Upload Clear Pacer N/A Bid/Proposal Bond Upload Clear Upload BID BON Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS ATTACHMENTS System of Award Manaqment (SAM) N/A Upload searchResults - SAM.pdf Clear Convicted Vendor List NO Upload Clear Com;icted Vendor List 9-17-19.pdf Debarred Contractors NO Upload Debarred Contractors - 9-17-19 pclf Clear Suspended Contractors NO Upload suspended Contractors - Miami -Dade - 9-17-19.pdf Clear Suspended Vendors -State: NO Scrutinized Companies List: NO Upload Clear Suspended Vendors, State.pdf., ::0171 Upload scruu nized —ompanies List - 9-17-19.pdf Clear Gooqle Search: NO Upload Clear Clear Form CITY OF MIAI\II Vendor Responsibility Checklist Name of Firm: MAGGOLC, Inc. View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY RESPONSE City Vendor Registration Affirmation YES State of Florida Corporation (Sunbiz) YES iSupplier Number: Upload Clear Sunbiz Maggolc, Inc..pdf D & B N/A Pacer N/A Bid/Proposal Bond Upload Clear Upload Clear Upload BID BON Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS System of Award Managment (SAM) NO Upload Clear Delete Last Delete All ATTACHMENTS searchResults - SAM pelf Upload coowictedVendor List -9-17-19.par Convicted Vendor List NO Clear Debarred Contractors NO Upload Clear Suspended Contractors NO Debarred Contractors - 9 17 19.pdf. Upload Suspended Contracttors? Mlami-Dade.pdf Clear Suspended Vendors -State: NO Upload Suspended Vendors - State.pdf Clear Scrutinized Companies List: NO Upload Scrutinized Companies List-9-17-19.pdf Clear Google Search: N/A Upload Clear Clear Form III OIPOIllEI * - 1 O Rl CITY OF MI MI Vendor Responsibility Checklist Name of Firm: Ric -Man Construction Florida Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation YES State of Florida Corporation (Sunbiz) YES View All Attachments Delete Last Delete All RESPONSE iSupplier Number: D&B N/A Pacer N/A Bid/Proposal Bond BID BON Upload Clear Upload Clear Upload Clear Sunbiz Ric -Man Construction Florida. Inc..pdf Upload Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS Delete Last Delete All ATTACHMENTS System of Award Managment (SAM) NO Upload searchResults -Sam.pdf Clear :-..-..ter Convicted Vendor List NO Upload Convicted Vendor List - 9-17-19.pdf Clear Debarred Contractors NO uNlunu Clear Uenairauigonvaccors-y - a.aor , Suspended Contractors NO Upload Clear Suspended Contractors-Miamioade.pdf Suspended Vendors -State: NO Upload Clear Suspended Vendors -State.pdt " Scrutinized Companies List: NO Upload Clear Scrutinized Companies List -9-17-19,pdf Goodie Search: Select Upload • Clear Clear Form •'ti 0F' View All Attachments rhY� * III CAII BIArt1 :- 11211f .._ 0 R CITY OF MIAMII Vendor Responsibility Checklist Name of Firm: David Mancini & Sons, Inc Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s). use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation YES State of Florida Corporation (Sunbiz) YES D&B N/A Pacer N/A Bid/Proposal Bond BID BON Delete Last Delete All RESPONSE iSupplier Number: Upload Clear Upload Clear Upload Clear Upload Clear Mancini - Sunbiz.pdf Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS System of Award Managment (SAM) NO Convicted Vendor List NO Debarred Contractors NO Suspended Contractors NO Suspended Vendors -State: NO Scrutinized Companies List: NO Google Search: N/A Delete All ATTACHMENTS Upload searchResults- SAM.pdf Clear Upload Convicted Vendor List - 9-17-19.pdf , Clear Upload Clear Debarred Caitractors-917-19.pdf Upload Clear Suspended Contractors - Miami -Dade pdfa. Upload Clear Upload Clear Suspended Vendors - State.pdf Upload Clear Scrutinized Companies List - 9-17-19.pdf Clear Form View All Attachments * issue OIATEI * II SI 0 R CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: Stone Concept Miami Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation YES Delete Last Delete All RESPONSE iSupplier Number: State of Florida Corporation (Sunbiz) YES D & B N/A Pacer N/A Bid/Proposal Bond Upload Clear Upload , Clear Upload Clear Upload BID BON Clear Stone Sunbiz.pcti Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to dear that field. PERFORMANCE/REFERENCE CHECKS ATTACHMENTS System of Award Managment (SAM) NO Upload Clear searchResults - Stone Concepte.pdt Convicted Vendor List - 9-17-19.pdt ' Convicted Vendor List NO Upload Clear Debarred Contractors NO Upload Stone Suipended • Debarred Contractors - 9-17-19.pdf Clear Suspended Contractors NO Suspended Vendors -State: NO Scrutinized Companies List: NO Google Search: NO Upload Stone Suspended Contractors pdt " ' Clear Upload_. Clear Upload Clear Upload Clear 7:771 tuspeadedVendors:State.pdt Scrutinized companies List - Clear Form CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: Terra Hyle Contractors View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY RESPONSE City Vendor Registration Affirmation YES iSupplier Number: State of Florida Corporation (Sunbiz) YES D&B N/A Pacer N/A Bid/Proposal Bond BID BON Clear Upload Clear Upload Clear Upload Clear Upload Terra Sunbiz.pdf Use the "Upload' button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS Delete All ATTACHMENTS System of Award Managment (SAM) NO Convicted Vendor List NO Upload searchResults- SAM.pdf Clear Upload Clear Debarred Contractors NO Upload Clear Suspended Contractors NO Suspended Vendors -State: NO Scrutinized Companies List: NO Upload Clear Upload Clear Upload Clear Goodie Search: N/A Upload Clear Convicted Vendor List - 9-17-19 pdf. Debarred Contractors 9-17-19.pdf, Terra Suuspended Contractors.pdf Suspended Contractors - Miami -Dade pdf Suspended Vendors-Stafe.pdf Scrutinized Companies List-9-17-19 pdf_ Clear Form Name of Firm: H & J Asphalt c.._ 1: 0 p i View All Attachments , .. . ' 1., .-- * 111C111? BlAtEl * IS SI CITY OF MIAMI Vendor Responsibility Checklist Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s). use the appropriate "Delete" button to the right and then use the "Clear button for the corresponding attachment box to clear that field. CATEGORY Delete Last .•_ Delete All RESPONSE City Vendor Registration Affirmation YES iSupplier Number: State of Florida Corporation (Sunbiz) YES Upload Clear D & B N/A Upload Clear H&J Sunbii pdf Pacer N/A • Upload Clear Bid/Proposal Bond Upload BID BON Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. Delete All PERFORMANCE/REFERENCE CHECKS ATTACHMENTS System of Award Managment (SAM) NO Upload Clear searchResults - SAM.pdf __ . .i.. • ,.... ,,,,:,, „..,_ ,..na...3 Convicted Vendor List NO Upload . ' Clear Convicted Vendor List -9-17-19.pdf Debarred Contractors NO Upload Clear Debarred Contractors -9-17-19.pdf .,,,,;,.,,, ,-c-,13,47:m_r..,,..1 Suspended Contractors NO Upload Clear Suspended Contractors - Miami Dade.pdt Suspended Vendors -State: NO Upload , Clear „Auspended Vendors - State.pdf ,, _i Scrutinized Companies List: NO Upload - Clear scminizea Companies List - 9-1,7719.pdf .,. . . _,,,T,,,T71 Google Search: N/A Upload Clear Clear Form CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: Florida Engineering and Development Corp. View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation YES State of Florida Corporation (Sunbiz) YES D&B N/A RESPONSE iSupplier Number: Upload Clear Upload Clear Fla Eng SunbizDdf Pacer N/A Upload Clear Bid/Proposal Bond BID BON Upload Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS Delete Last Delete All ATTACHMENTS System of Award Managment (SAM) NO UplUQU Clear search Results-SAM.pat t ;_ Convicted Vendor List NO Upload Clear Convicted yendorList -9-17-19pdf7":,' Debarred Contractors NO Upload Clear Debarred Contrdctas g-17-19.pdi, Suspended Contractors NO Upload Clear Clear Re Eng -SuspendedLLCunVacrofs Suspended Vendors -State: NO Upload Clear ubpenVendorse.'•=.- Scrutinized Companies List: NO Upload Clear' scrufiNz corrpanegOskp,17 s r7,WM17.727 Google Search: N/A Upload Clear Clear Form CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: Harbour Construction View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation YES State of Florida Corporation (Sunbiz) YES D&B N/A Pacer N/A Bid/Proposal Bond BID BON RESPONSE iSupplier Number: Upload Clear Upload Clear Upload Clear Harbour Sunbiz.pdf Upload Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS System of Award Manaqment (SAM) NO ATTACHMENTS Upload searcnResults- SAM .pdf Clear Convicted Vendor List NO Upload Clear Debarred Contractors NO Upload Clear Convicted Vendor List - 9-17-19.pdf Suspended Contractors NO Upload Clear Suspended Vendors -State: NO Upload Clear Scrutinized Companies List: NO Debartect�Contractors-9-1i 19.pdff Harbour Suspended. ontractors.ptlf xftS, suspended Vendors - state pdf Upload Scrutinized Companies Ust 917- 9.pdf Clear Google Search: NO Upload Clear Clear Form CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: J.R.T. Construction, Co. View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to dear that field. CATEGORY RESPONSE Delete All City Vendor Registration Affirmation YES iSupplier Number: State of Florida Corporation (Sunbiz) YES Upload JRTsunbzpdf Clear D&B N/A Pacer N/A Bid/Proposal Bond BID BON Upload Clear Upload Clear Upload Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS System of Award Managment (SAM) NO Convicted Vendor List NO Debarred Contractors NO Suspended Contractors NO Suspended Vendors -State: NO Upload Clear Upload Clear Upload Clear Upload Clear Delete Last Delete All ATTACHMENTS searchResults-SAM.pdf nw Convicted Vendor List - 9-17-19.pc Debarred Contractors - 9-17-19 pdfy $usspended Contractors - Mtarnt-bd e.pdf Upload SuspendedVendors -state.pdt, Clear Scrutinized Companies List: NO Upload scrut,nrzed Companies List 9-17- 9...ki ,z `1 p Clear. Goodie Search: N/A Upload Clear Clear Form * incocr1_aaerti * Ia 9Y CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: Unitech Builders Corp. View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation YES State of Florida Corporation (Sunbiz) YES RESPONSE iSupplier Number: Upload Clear Unitech Sunbiz.pdf D & B N/A Upload Clear Pacer N/A Upload Clear Bid/Proposal Bond BID BON Upload Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS Delete Last Delete All ATTACHMENTS System of Award Managment (SAM) NO Upload Clear searchResults- SAM .pdf .:-a ,; 1 Convicted Vendor List NO Upload Clear Convicted Vendor List -9-17-19.pdt Debarred Contractors NO Upload De baneacontractoriT9-17 i9:pdf Clear Suspended Contractors NO Upload Clear Unitech Suspended Contractors:pdt `--71159 Suspended Vendors -State: NO Upload Clear SuspendedVendors -stateper1., t,�R 7. .-- ; Scrutinized Companies List: NO Upload Clear Scrutinized Companies Ust-9-17-19pdf ,,'" 0" `` '�',,"' Goodie Search: N/A Upload Clear Clear Form 1 OF. ,rr, • i T' * IRCORP ORATES t * .4„ T 12 9 / O R CITY OF + HAMI Vendor Responsibility Checklist Name of Firm: D2 Construction View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation NO State of Florida Corporation (Sunbiz) YES Delete All RESPONSE iSupplier Number: D & B N/A Pacer N/A Bid/Proposal Bond BID BON Upload Clear Upload Clear Upload Clear Upload Clear D2 Sunbiz.pdf Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. Delete Last Delete All PERFORMANCE/REFERENCE CHECKS ATTACHMENTS System of Award Managment (SAM) NO ClearUpload searchResults-SAM.pdf a ,„ �'"'�`� Convicted Vendor List NO Upload ConvctedVendorList-91719 P Clear " ._E.�'" Debarred Contractors NO Upload Clear Debarred Contractors-9-17-1s:pcit 7.., . '; Suspended Contractors NO Upload Clear Suspended Contractors -,Miami Dade pdr Suspended Vendors -State: NO Upload Suspended vendors-„Slateidt Clear Scrutinized Companies List: NO Upload Clear <, Scrutinized Companies List.9-1719pdf r t Google Search: N/A Upload Clear Clear Form CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: Lee Construction Group View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY RESPONSE City Vendor Registration Affirmation YES iSupplier Number: State of Florida Corporation (Sunbiz) YES Upload SunbizLee Construction Group, Inc..pd( Clear D & B N/A Upload Clear Pacer N/A Bid/Proposal Bond Upload Clear Upload BID BON Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS ATTACHMENTS System of Award Managment (SAM) NO Upload searcnResulte- SAM.pdf `W Clear Convicted Vendor List NO Upload Clear Convicted Vendor Gst-917-19.pdr Miami -Dade - 9-17-, Debarred Contractors NO Clear DebarredContractors -9-17-19pdf Suspended Contractors NO Upload Clear §uspridedContractors Migat:Paife 97-119,pdf „; Suspended Vendors -State: NO Upload Clear Suspended VendorsState p ., ,,_ * `„ Scrutinized Companies List: NO Upload Scrutinized Companies List 9-t7 pdf,,, _ -Clear — — '', Google Search: N/A Upload Clear Clear Form CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: Team Contracting View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation YES State of Florida Corporation (Sunbiz) YES D&B N/A Pacer N/A Bid/Proposal Bond BID BON RESPONSE iSupplier Number: Upload reamSunbiz:pdf Clear Upload Clear Upload Clear Upload Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS System of Award Managment (SAM) NO Convicted Vendor List NO Debarred Contractors NO Suspended Contractors NO Suspended Vendors -State: NO Upload Clear Upload Clear Upload Clear Delete Last Delete All ATTACHMENTS searchResults-SAM.pdf Convicted Vendor List - 9-17-19.pdf- ' Debarred Contractors - 9-17-19.pdf. Upload Team Suspended Contractors.paf,.yt Clear Upload SuspendedVendors -Statepdf Clear Scrutinized Companies List: NO Upload Scrutinized Companies' List 9-17-19pdf Clear Upload Gooqle Search: N/A Clear Clear Form * ItcllrllArr, 741141, O It1 CITY OF MIIAIII Vendor Responsibility Checklist Name of Firm: Johnson-Laux Construction Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation NO State of Florida Corporation (Sunbiz) YES D&B N/A Pacer N/A Bid/Proposal Bond View All Attachments; Delete Last Delete All RESPONSE iSupplier Number: Upload Johnson-LauxSunbiz.pdr Clear Upload Clear Upload Clear Upload BID BON Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS ATTACHMENTS System of Award Managment (SAM) NO uploaa Clear searchResutts-SAM.pdf „- .._..�;,_„„, , Convicted Vendor List NO Upload Clear Convicted Vendor List -s,7,s. Debarred Contractors NO Upload Clear Debarred Contractors =rs-t7lspdf Suspended Contractors NO Upload Clear SuspeidedContractors - Miami o epdt:! • Suspended Vendors -State: NO Upload Clear Suspended Vendors -.State pdr "- tk a ¢ = Scrutinized Companies List: NO Upload Clear ScrutinedCompaniesList -s-17-1spdt,uM'~ � Goodie Search: N/A Upload Clear Clear Form of 'tJr * INCY11 BOATED f *i �eggII 0 It "O. CITY OF MIIAMII Vendor Responsibility Checklist Name of Firm: Lego Construction View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY RESPONSE City Vendor Registration Affirmation YES iSupplier Number: State of Florida Corporation (Sunbiz) YES D&B N/A Pacer N/A Bid/Proposal Bond BID BON Upload Lego sunbiLpdf"a a, • m riLca. Clear Upload Clear Upload Clear Upload Clear Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS ATTACHMENTS _SAM r ff System of Award Managment (SAM) NO Clear Convicted Vendor List NO Upload Clear Convicted Vendor List =s-17-19pdr rt ,.n Debarred Contractors Upload NO Clear Debarred Contractors -9-17-19.pdr_ " "°` r Suspended Contractors NO Upload t.egoSuspended contractorspdt;.,€ ,vrt_ Clear I Suspended Vendors -State: Upload__; NO Clear Suspended .Vendors stare.iiar:1.,- •.�.;<�:,;.� Scrutinized Companies List: Upload NO Clear suultnize Canponiesiiit 1 9-t7= 9p r7:7-STZMil Google Search: Upload 'I N/A Clear Clear Form CITY OF IIIAIII Vendor Responsibility Checklist Name of Firm: BDI Construction View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last Delete All "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY RESPONSE City Vendor Registration Affirmation YES State of Florida Corporation (Sunbiz) YES iSupplier Number: D&B N/A Pacer N/A Bid/Proposal Bond BID BON Upload Clear Upload Clear Upload Clear Upload Clear Sunbiz BDI Construction Company.pdf Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. PERFORMANCE/REFERENCE CHECKS System of Award Managment (SAM) NO Upload Clear Convicted Vendor List NO Delete Last Delete All ATTACHMENTS searchResuIts-SAM.pdf Upload Convicted Vendor List -9-i7-19.pdf Clear Debarred Contractors NO Upload Clear Suspended Contractors NO Upload Clear Suspended Vendors -State: NO Upload Clear Scrutinized Companies List: NO Upload Clear Gooqle Search: N/A Upload Clear Debarred Contractors - 9-17-19.pdf BDI Suspended Contractors.pdf Suspended Vendors - State.pdf Scrutinized Companies List - 9-17-19.pdf Clear Form G� 'SS °F .lf . * inept, tnTE, * it Ai : 0 R CITY OF MIAMI Vendor Responsibility Checklist Name of Firm: G.E.C. Associates View All Attachments Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate Delete Last "Delete" button to the right and then use the "Clear" button for the corresponding attachment box to clear that field. CATEGORY City Vendor Registration Affirmation YES State of Florida Corporation (Sunbiz) YES Delete All RESPONSE iSupplier Number: Upload Clear D&B N/A Pacer N/A Bid/Proposal Bond Upload Clear Upload Clear Upload BID BON Clear Sunbiz GEC Associates, Inc..pdf Use the "Upload" button to attach PDF documentation for each section. To delete attachment(s), use the appropriate "Delete" button to the right and then use the "Clear" button for the corresponding attachment section to clear that field. Delete Last Delete All PERFORMANCE/REFERENCE CHECKS ATTACHMENTS System of Award Managment (SAM) NO Clear Convicted Vendor List NO Upload Clear Convicted Vendor List -9-,7-19.pdf Debarred Contractors NO Upload Clear Debarred Contractors -9-17-19.ptif v _,_, Suspended Contractors NO Upload Clear suspended Contragors_,Mrami Dadepdf _, `' Suspended Vendors -State: NO Upload Clear Suspended Vendors- State.Pdf _, Scrutinized Companies List: NO Upload Clear Scrutinized Companies List-9-1 -19 Google Search: NO Upload Clear`