Loading...
R2B-Award Contract FEMA Impact Window Replacement ProjectCOMMISSION ITEM SUMMARY Condensed Title: Request for Approval to Award a Contract, Pursuant to Invitation to Bid (ITB) No. 013-2013TC, for the FEMA Impact Window Replacement Project; Authorizing the Mayor and City Clerk to Execute an Agreement with Sunryse Construction Services, Inc.; in the Amount of $1,012,451.41, for the Construction of the Project, Plus Approve a Project Contingency of 10% for a Not-to-Exceed Grand Total of $1, 113,696.55; 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 "good." Issue: I Shall the City Commission award the contract? Item Summary/Recommendation: The windows and glass doors at the facilities located at 555 17 1r Street (555 Building), 1701 Meridian Avenue (777 Building), the 21 51 Street Community Center located at 2100 Washington Avenue, and Fleet ManagemenUSanitation buildings located at 140 MacArthur Causeway are not impact-resistant and are aging, and in some cases, leaking during rain events causing humidity and other issues. The federally-funded grant agreement received by the City will provide the opportunity to retrofit the windows and doors at these facilities. As a result, current windows and glass doors will be removed and replaced with impact-resistant windows and glass doors. This project is extremely time-sensitive in that the City's FEMA grant agreement expires on August 17, 2013, and all work must be completed by then if an extension is not granted. Invitation to Bid (ITB) 013-2013TC was issued on March 15, 2013, with an opening date of April 24, 2013. The Public Group and Bidnet issued bid notices to 50 and 192 prospective bidders respectively of which 24 prospective bidders accessed the advertised solicitation. In addition, 47 vendors were notified via email. The pH~-bid conference was held on March 25, 2013, which included a walkthrough of all four facilities that day for bidders to inspect each of the facilities. On April 3, 2013, as requested by bidders, a second walkthrough was conducted. Three (3) bids were received from: The Window Guys of South Florida, Inc.; Sunryse Construction Services, Inc.; Miami Beach Restoration d/b/a Miami Beach Storm Protection. After the review of bids received, staff determined, after consulting with the City attorney's office, that The Window Guys of Florida, Inc., the lowest bidder at $904,864.74, was nonresponsive for failing to fully complete the bid form, as required in the ITB. Accordingly, staff recommends that Sunryse Construction Services, Inc., Florida, the second-lowest bidder at $1 ,012,451.41, a responsive and responsible bidder, 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. As a result, the City Manager recommends to the Mayor and City Commission to award the construction contract to Sunryse Construction Services, Inc. as the lowest and best responsive bidder and authorize the Administration to engage in value engineering to further reduce the cost and time for completion of said project. Advisory Board Recommendation: N/A Financial Information: Source of Amount Fund~:.,.." 1 . $671,582.00 di~~ 2.. $442,114.55 ~~ Total · $1,113,696 .. 55 l-h•a1 "'a' Impact Summary: N/A MIAMI BEACH Account :. ~-"------ Fund 303 -Grant Funded Caeital Projects Fund 125-Capital Renewal and Replacement l 315 AGENDA ITEM Rc?. B_ DATE _5¥_..;..~--'-(:......:>"- it:\ MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, vvww.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Matti Herrera Bower and Memters of the Ci "\ J~.,_-~ FROM: Jimmy L. Morales, City Manager DATE: May 8, 2013 \\ SUBJECT: REQUEST FOR APPROVAL TO\J AWARD A CONTRACT, PURSUANT TO INVITATION TO BID NO. 013-2013TC, FOR THE FEMA IMPACT WINDOW REPLACEMENT PROJECT; AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH SUNRYSE CONSTRUCTION SERVICES, INC.; IN THE AMOUNT OF $1,012,451.41, FOR THE CONSTRUCTION OF THE PROJECT, PLUS APPROVE A PROJECT CONTINGENCY OF 10% FOR A NOT- TO-EXCEED GRAND TOTAL OF $1,113,696.55; 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 $671 ,582.00 Fund 303-Grant Funded Capital Projects $442, 114.55 Fund 125 -Capital Renewal and Replacement $1,113,696.55 Total BACKGROUND The windows and glass doors at the facilities located at 555 17th Street (555 Building), 1701 Meridian Avenue (777 Building), the 21st Street Community Center located at 2100 Washington Avenue, and Fleet Management/Sanitation buildings located at 140 MacArthur Causeway are not impact-resistant and are aging, and in some cases, leaking during rain events causing humidity issues. The federally-funded subgrant agreement has provided the City with the opportunity to retrofit the windows and doors at these facilities. As a result, current windows and glass doors will be removed and replaced with impact-resistant windows and glass doors. This project is extremely time-sensitive in that the City's FEMA grant agreement expires on August 17, 2013, and all work must be completed by then if an extension is not granted. SCOPE OF SERVICES The Contractor shall provide all labor, materials, equipment, supplies, insurance, fuels, permits, retirement of utilities, and any other items necessary to complete the existing conditions assessment, removal of existing windows and doors, and the design and installation of new impact resistant windows and doors at the locations noted above. 316 Commission Memorandum -/TB 060-2013TC-Sunset Harbour Pump Stations Retrofit May 8, 2013 Page 2 ITB PROCESS Invitation to Bid (ITB) 013-2013TC was issued on March 15, 2013, with an opening date of April 24, 2013. The pre-bid conference was held on March 25, 2013, which included a walkthrough of all four facilities that day for bidders to inspect each of the facilities. On April 3, 2013, at the request of the bidders, a second walkthrough was conducted for bidders to conduct further inspections, measurements, and selective demolitions. The Public Group and Bidnet issued bid notices to 50 and 192 prospective bidders respectively of which 20 and 4 accessed the advertised solicitation respectively. In addition, 47 vendors were notified via email. Bids were received from: • Miami Beach Restoration d/b/a Miami Beach Storm Protection • Sunryse Construction Services, Inc. • The Window Guys of Florida, Inc. The Window Guys of Florida, Inc., the lowest bidder at $904,864.74, was deemed nonresponsive for failing to fully complete the unit prices and quantities, as instructed in the unit price breakdown form. Also, Miami Beach Restoration d/b/a Miami Beach Storm Protection, the highest bidder at $1,176,339.03, was deemed nonresponsive for failing to provide material information (e.g. proof of licenses and work experience, etc.) that was requested by the Procurement Division. As a result, Sunryse Construction Services, Inc., Florida, the second- lowest bidder at $1 ,012,451.41, was the only bidder deemed responsive. 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 ITB process. As a result, the City Manager recommends to the Mayor and City Commission to award the construction contract to Sunryse Construction Services, Inc. as the lowest and best responsive bidder 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 Sunryse Construction Services, Inc., the lowest and best responsive bidder, pursuant to Invitation to Bid (ITB) 013-2013TC, for the FEMA Impact Window Replacement Project, in the amount of $1,012,451.41; plus approve a project contingency of 10% for a not-to-exceed grand total of $1, 113,696.55; further authorizing the Administration to engage in value engineering to further reduce the cost and time for completion of said project. JLM/JG~AD 317 THIS PAGE INTENTIONALLY LEFT BLANK 318