R2A-Award Contract Sunset Harbour Pump Stations Retrofit And Drainage ImprovemenCOMMISSION ITEM SUMMARY
Condensed Title:
Request for Approval to Award a Contract Pursuant to Invitation to Bid (ITB) No. 060-2013TC, for the
Sunset Harbour Pump Stations Retrofit and Drainage Improvements; Authorizing the Mayor and City
Clerk to Execute an Agreement with Lanzo Construction Co., Florida; in the Amount of $1,854,963.40
for the Construction of the Project, Plus Approve a Project Contingency of 10% for a Not-to-Exceed
Grand Total of $2,040,459.74; Further Authorizing the Administration to Engage in Value Engineering to
Further Reduce the Cost and Time for Completion of Said Project.
Key Intended Outcome Supported:
Ensure well-maintained facilities
Supporting Data (Surveys, Environmental Scan, etc.): The 2009 Customer Satisfaction Survey
indicated that 79% of businesses rated recently completed capital improvement projects as "excellent"
or "qood."
Issue:
I Shall the City Commission award the contract?
Item Summary/Recommendation:
This project will provide upgrades to three (3) existing storm water pump stations in the Sunset Harbour
neighborhood to improve an inadequate existing storm water drainage system. The upgraded system
wilt provide a greater level of stormwater service for the community and reduce the likelihood of future
flooding events.
The scope of services consists of replacing the existing pump station located at 20 1h Street and West
Avenue with a new pump station, adding four (4) new injection drainage wells, constructing a new
gravity storm sewer system, and connecting it to the existing drainage system. An alternate was also
provided to replace the existing pumps and hardware for pump stations #1 and #2 located adjacent to
Purdy Avenue.
Invitation to Bid (ITB) 060-2013TC was issued on March 8, 2013, with an opening date of April 23, 2013.
The pre-bid conference was held on March 20, 2013. The Public Group and Bidnet issued bid notices
to 58 and 271 prospective bidders respectively of which a total of 29 accessed the advertised solicitation
respectively. In addition, 77 vendors were notified via email, which resulted in the receipt of four (4) bids
from: David Mancini & Sons; Lanzo Construction Co., Florida; Metro Equipment Service, Inc.; and,
ManCon, Inc.
After review of the bids received for responsiveness, staff determined, after consulting with the City
Attorney's Office, that David Mancini & Sons, Inc., the lowest bidder at $1,535,481.03, was
nonresponsive for failing to provide sufficient proof of project experience to meet the minimum
requirements of the ITB. Accordingly, staff recommends that Lanzo Construction Co, Florida, the overall
second-lowest bidder at $1 ,854,963.40, be considered for award.
After considering the review and recommendation of City staff, the City Manager exercised his due
diligence and carefully considered the specifics of this ITB process and recommends to the Mayor and
City Commission to award the construction contract to Lanzo Construction Co., Florida and authorize
the Administration to engage in value engineering to further reduce the cost and time for completion of
said project.
Advisory Board Recommendation:
IN/A
Financial Information·
Source of Amount
Funds: 1 $1,974,840.00
~) 2 $65,619.74
( " I<>tal $2,04!),459.74
Financial Impact Summary: N/A
MIAMI BEACH
Account
427-2300-069357-Sunset Harbour Pump Station Upwades
431-2730-069357-Drainage Hotseots
311
AGENDA ITEM
DATE
& MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeodlfl.gov
TO:
FROM:
DATE:
SUBJECT:
COMMISSION MEMORANDUM
Mayor Matti Herrera Bower and Me bers of ~e City Commission
Jimmy L. Morales, City Manager ~~
May 8, 2013
REQUEST FOR APPROVAL TO AWARD A CONTRACT, PURSUANT TO
INVITATION TO BID NO. 060~2013TC, FOR THE SUNSET HARBOUR PUMP
STATIONS RETROFIT AND DRAINAGE IMPROVEMENTS; AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH LANZO
CONSTRUCTION CO., FLORIDA; IN THE AMOUNT OF $1,854,963.40 FOR THE
CONSTRUCTION OF THE PROJECT, PLUS APPROVE A PROJECT
CONTINGENCY OF 10% FOR A NOT~TO-EXCEED GRAND TOTAL OF
$2,040,459.74; FURTHER AUTHORIZING THE ADMINISTRATION TO ENGAGE IN
VALUE ENGINEERING TO FURTHER REDUCE THE COST AND TIME FOR
COMPLETION OF SAID PROJECT.
ADMINISTRATION RECOMMENDATION
Approve the award of contract.
KEY INTENDED OUTCOME SUPPORTED
Ensure well maintained facilities and ensure quality and timely delivery of capital projects.
FUNDING
$1,974,840.00 427-2300-069357-Sunset Harbour Pump Station Upgrades
--:::-:--:-$765,619.74 431-2730-069357-Drainage Hotspots
$2,040,459.74 Total
BACKGROUND
This project will provide upgrades to three (3} existing storm water pump stations in the Sunset
Harbour neighborhood to improve an inadequate existing storm water drainage system. The
upgraded system will provide a greater level of stormwater service for the community and
reduce the likelihood of future flooding events.
SCOPE OF SERVICES
The scope of services consists of replacing the existing pump station located at 201h Street and
West Avenue wHh a new pump· station, adding four (4) new injection drainage wells,
constructing a new gravity storm sewer system, and connecting it to the existing drainage
system. An alternate was also provided to replace the existing pumps and hardware for pump
stations #1 and #2 located adjacent to Purdy Avenue.
ITB PROCESS
Invitation to Bid (ITB) 060-2013TC was issued on March 8, 2013, with an opening date of April
312
Commission Memorandum-ITB 060-2013TC-Sunset Harbour Pump Stations Retrofit
May8, 2013
Page 2
23, 2013. The pre-bid conference was held on March 20, 2013. The Public Group and Bidnet
issued bid notices to 58 and 271 prospective bidders respectively of which 24 and 5 accessed
the advertised solicitation respectively. In addition, 77 vendors were notified via email. Bids
were received from:
• David Mancini & Sons, Inc.
• Lanzo Construction Co. Florida
• Man Con, Inc.
• Metro Equipment Service, Inc.
David Mancini & Sons, Inc., and ManCon, Inc., the lowest and highest bidders at $1,535,481.03
and $2,242,607 respectively, were deemed nonresponsive for failing to provide sufficient proof
of project experience to meet the minimum requirements of the ITS. Also, Metro Equipment
Service, Inc., the third-highest bidder at $1,963,000, was deemed nonresponsive for failing to
submit omitted information that was requested by the Procurement Division.
As a result, Lanzo Construction Co, Florida, the second-lowest bidder at $1 ,854,963.40, a
responsive and responsible bidder, is recommended for award.
CITY MANAGER'S DUE DILIGENCE
After considering the review and recommendation of City staff, the City Manager exercised his
due diligence and carefully considered the specifics of this ITS process and recommends to the
Mayor and City Commission to award the construction contract to Lanzo Construction Co.,
Florida and authorize the Administration to engage in value engineering to further reduce the
cost and time for completion of said project.
CONCLUSION
The Administration recommends the award of the contract to Lanzo Construction Co., Florida,
pursuant to Invitation to Bid (ITB) 060-2013TC, for the Sunset Harbour pump stations retrofit
and drainage improvements, in the amount of $1 ,854,963.40; plus approve a project
contingency of 10% for a not-to-exceed grand total of $2,040,459.7 4; further authorizing the
Administration to engage in value engineering to further reduce the cost and time for completion
of said project.
JLM/KGBf~~AD
313
THIS PAGE INTENTIONALLY LEFT BLANK
314