Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. City Manage — Annie Perez, CPPO, Director �� Department of Procurement DATE: October 15, 2019 FILE: SUBJECT: Recommendation for Award of Riverview Storm Sewer Pump Station, Emergency Generator, CO2 Fire Suppressant System, and Main Switch Disconnect, Project No. M-0127C REFERENCES: Invitation to Bid ("ITB") No. 18- 19-010-R ENCLOSURES: Bid Security List, Contractor's Price Proposal RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends that the referenced Project be awarded to EDFM Corporation ("EDFM"), who has been determined to be the lowest responsive and responsible Bidder for ITB No. 18-19-010-R, Riverview Storm Sewer Pump Station, Emergency Generator, CO2 Fire Suppressant System and Main Switch Disconnect, Project No. M-0127C (the "Project"). BACKGROUND: - On May 31, 2019, Procurement issued a solicitation under full and open competition to obtain bids from qualified firms on behalf of the City's Resilience and Public Works (RPW) Department. On July 18, 2019, Procurement received two (2) bids in response to the solicitation (see attached Bid Security List). Pursuant to the solicitation, Bidders were required to have a) a current Certified General Contractor License issued by the State of Florida, or a Miami -Dade County Certificate of Competency as a General Engineering Contractor and b) a minimum of five (5) years' experience under its current business name, in the field of construction and/or repair of municipal, county, state or federal storm water or sewer pump or lift stations, supported by references for three (3) projects completed within the past five (5) years. The submitted reference projects must reflect Bidders' experience in (i) the installation and/or repair of vertical or submersible pumps of at least 10,000-gpm capacity and/or the corresponding mechanical and electrical pump equipment (80 HP motor - minimum); and/or (ii) the installation and/or removal of diesel generators; and/or (iii) the installation of a new CO2 fire suppression system. Submitted referenced projects had to demonstrate that the Bidder (i) served as the Prime Contractor for the referenced project provided; and (ii) self -performed at least twenty-five percent (25%) of the physical labor construction work for the referenced project. The selected Bidder shall be required to self -perform at least twenty-five percent (25%) of the physical labor construction work for the Project. FINDINGS: Procurement staff has completed the review of the bid received from EDFM following the guidelines published in the solicitation and determined that EDFM's bid meets the minimum qualification requirements and is responsive to the ITB. Based on its prior work for the City, Procurement staff has determined that EDFM is a responsible contractor. As reflected on the attached Bid Security List, EDFM is the lowest responsive and responsible Bidder for ITB No.18-19-010-R, and Procurement recommends that the Project be awarded to EDFM. PR19256 Page 2 — Recommendation of Award of Riverview Storm Sewer Pump Station, ITB No. 18-19-010-R Emilio T. Gonzalez, Ph.D., City Manager CONTRACT EXECUTION: Accordingly, Procurement hereby requests authorization to prepare for execution a contract with EDFM. The total Bid amount is $1,412,000.00 for the Scope of Work, plus an Owner's Contingency Allowance in the amount of $141,200.00, fora total contract amount not -to -exceed award value of $1,553,200.00. Your signature below indicates your approval of Procurement's recommendation. Approved: 1, to T. onzalez, Ph.D., City Manager Date: ii/� %/I c1 c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, P.E., Ph.D., Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Alan M. Dodd, Director, RPW Juvenal Santana, Deputy Director, RPW Christopher R. Bennett, Assistant Director, RPW Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR19256 CITY OF MIAMI OFFICE OF THE CITY CLERK BII) SECURITY LIST BID ITEM: Riverview Storm Sewer Pump Station I3ID NUMBER: ITB No. 18-19-010-R DATE BID OPENED: July 18, 2019 TIME: 2:00 p.m. BIDDER BID TOTAL BID BOND (ER) AMOUNT CASHIER'S CHECK EDFM Corporation, General Contractors $1,412,000.00 5% Intercounty Engineering, Inc, $1,845,437.00 5% e, r' F C,.:-, . 'r O. ' �_ .4h R;ar , .." Ci" 4 4,:• �/ Qt�i - ,b 9\ cif✓ fo .s g y� ,2 ! t':� 0 y y.'r .,, .... hM a ° \ /4„,00""' ri% a N /7 ,fF--_-.4,_ Received (2 bid(s) o behalf: Isiocures en ii PREPARED BY! puty City Cler c SECTION BID FORMS Submtted: July 2, 2019 Date Gity of Miami, Florida onceof the Gity Clerk City Hall, 1 Floor 3500 Pan Arerican Drive Miami, Florida 33133-5504 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, pr parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below, and, that it has satisfied itself about the Work to be performed; and that it has submitted the required bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily arid willingly. The Bidder agrees, if this bid is. accepted, to Contract with the City, a political subdivision of the State of Florida, pursuant to the termsand conditions of the: Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means Of transportation, and all tabor necessary to construct anc complete within the time limits, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 18-19-D1O-R Title: RIVERVIEW STORM SEWER PUMP STATION - EMERGENCY GENERATOR, CO2 FIRE SUPPRESSANT SYSTEM AND MAIN SWITCH DISCONNECT - VI-0127C The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of securiy, if permitted by the City, -each for not less than the total bid price plus alternates, if any, and to €urnisfi the required certificate(s) of Insurance,. The undersigned further agrees that the Bid Guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as the required Certificate(S) of Insurance within fifteen. (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors that may be corrected by the City. in the ever it of a discrepancy between the price bid in -figures and the price bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by. the stated quantity requirements in order to arrive at the total. Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extericled price the unit price will prevail. Where there is a discrepancy between the numerical and written bid amount, the written bid amount will prevail. RIVERVIEW STORM SEWER 69 rrB No.18-19-110-R PUMP STATION 11MI-0127C Form SU must be submitted with Bidder's Bid. The SU Form can be found posted on the webpage with the bid documents. SCOPE OF WORK: The Work consists of fumishing all materials, labor, services, supplies, goods, and equipment necessary for removing the existing diesel generator and disconnection from pump #3; followed by (i) installation of a new diesel generator with connection to pump #2; (ii) installation of a new CO2 fire suppression system; and (iii) installation of an electrical main switch disconnect at the Riverview Pump Station. The Riverview Pump Station is located at 1301 NW 6 Street, Miami, Florida 33125. The Bidder shall self -perform at least twenty five percent (25%) of the physical labor construction work for the Project. The selected Bidder or one of their approved sub -contractors shall provide a crane to lift the heavy generator and equipment. Additive Item 1 is for price comparison only. The City of Miami, in its sole and absolute discretion, shall decide whether to proceed with the work involving Additive Item 1. The full Scope of Work is detailed in the attached Exhibit 1 AT PAGE #103. ITB pia>: 18-19-010-R — RiVERVIEW STORM SEWER PUMP STATION - EMERGENCY GENERATOR, CO2 FIRE SUPPRESSANT SYSTEM AND MAIN SWITCH DISCONNECT. M- 0127C: € O E AL SASE S i7.) CON S T RU'' `a iO3'•t COST (Ex41h=din Additive item 1)€ $ 14,4 1'2 it. 3 •[(�TtE ,.n..- SAS=w:... C.i eNS i RI. Ci ION COST (Ex..�f:..`:n..c A..tive :tern S)` E IL�.� $ 0 4\i�\i0Fri l( �1-0�-� (Total Bid Construction Cost (Excluding Additive Item 1) TOTALS2D CONStRJC€MN COST FOR ADDITIVE IivIIl 1: $ A,3 cc,L WRITTEN TOTAL : AL B=2 CONSTRUCTION COST FOR . DrA r :4, E FrEm :: (Total Bid Construction Cost for Additive ltarn 1) RIVERVIEW STORM SEWER 70 ITB No. 18-19-010-R PUMP STATION — M-0127C ITB No. 18-19-010-R - RIVERVIEW STORM SEWER PUMP STATION EMERGENCY GENERATOR, CO2 FIRE SUPPRESSANT SYSTEM AND MAIN SWITCH DISCONNECT, M-0127C EXHIBIT 9: REVISED Price Sheet - Bid Tabulation ITEM # DESCRIPTION Original Quantity UNIT UNIT PRICE TOTAL ITEM COST 1 Furnish all labor, material and equipment for the complete removal of the existing diesel generator, Including the generator pad and all pipes, mechanical and electrical fixtures and appurtenances, as described in the approved plans and General Conditions. 1 LS L, 10.00 U J 2 Furnish all labor, material and equipment to install a new concrete generator pad, 30'-2" x 9'-0' x 1-6" and provide 10-mil polyethylene vapor barrier with minimum 6" wide Z-lock type lapping Visqueen (or approved equal) per Sheet C-4 #6, as described in the approved plans and General Conditions. 1 LS tJ J r f 3 `l 0i00 3 Furnish all labor, material and equipment for the proposed Electrical Work, as described in the approved plans and General Conditions. 2 LS i L5 C; t; J ii G 6 ` ' J c... S0.00 4 Furnish all labor, material and equipment for the proposed Mechanical Work, as described in the approved plans and General Conditions. 1 LS I V 0 v J V CJ 1 11, 3 99 J "1 5 Furnish all labor, material and equipment in order to install an HVAC system, Including the equipment as specified by the manufacturer's number, which shall include all accessories and controls, as listed in the catalog as "standard with the equipment" Accessories shall be furnished as specified per HVAC General Notes In Sheet M-1, and as described In the approved plans and General Conditions 1 LS ‘ 9c.j U OC) $0.00 U E. 6 Furnish all labor, material and equipment for the installation of an Electrical Riser and Grounding Rod per approved Sheet EE-2, and as described in the approved plan and General Conditions. 1 LS 19�5 e v� S0.00 E, C)( C7� Furnish all labor, material and equipment necessary for the installation of a CO2 Fire Suppression System, as7 described in the approved plans and General Conditions. 1 LS �� , n J `-� l' gggppp 00 �("; y' L J "� J 8 Furnish and install a new generator, including full diesel tank, to handle the capacity to power a 35,000 gpm Fairbanks Ni)huis vertical pump. 1 LS Li-. L5/ t, P,r�U �7 JL 1 %j4'3pt00)d V /��U lJ LEGEND: EA - each/ LS -lump sum / SF - square feet! CY - cubic yard / SY - square yard 1 PCY - per contract year TOTAL BASE BID CONSTRUCTION COST (Excluding Additive Item 1) (-fpumps, 6 LI W S0.00 O J $0.00 L�{} t} '= Additive Item 1 Furnish all labor, material and equipment necessary for 1) removing a 35,000 gpm pump (Pump #3), and 2) purchasing and installing a vertical 35,000 gpm Fairbanks -Morse 36" axial flow, 580 rpm, 2-stage for a 400 HP, as described In the approved plans and General Conditions. 1 LS TOTAL BID CONSTRUCTION COST FOR ADDITIVE ITEM 1 $0.00 A:36 IJ `3