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