Loading...
C2G-Award Contract Plumbing ServicesCOMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Award A Contract To Pipeline Plumbing of Broward And Right Way Plumbing Pursuant To Invitation To Bid ITB No. 2014-079 For Plumbin Services. Key Intended Outcome Supported: Ensure Well-Maintained Facilities. Supporting Data (Surveys, Environmental Scan, etc.): NIA Issue: I Shall the City Commission approve the award of Contract? Item Summa /Recommendation: The purpose of this item is to approve contracts for the purchase of Plumbing Services pursuant to ITB. 2014-079. This item is necessary in order to reduce the cost and time of advertising, shorten the response time and improve the efficiency and clarity in the production of the contracts for plumbing services Citywide. The City has the need from time to time for various types of plumbing service work on a scheduled basis and in emergency situations as well. Twelve (12) vendors were notified of the solicitation, with four (4) vendors downloading the solicitation. Three (3) responses were received in response to the solicitation. After review of responses received, it is recommended that the two (2) lowest responsive, responsible bidders be awarded the contract. • Pipeline Plumbing Services of Broward • Right Way Plumbing Company RECOMMENDATION Award contract to Pipeline Plumbing Service of Broward as primary and Right Way Plumbing as secondary vendor for Group I. In addition, it is recommended that Pipeline Plumbing be awarded as sole vendor for Group II. The contract(s) entered into with the successful bidder(s) will have an initial term of two (2) years, and may be renewed at the sole discretion of the Ci , throu h its Cit Mana er, for three 3 additional one 1 ear terms. Advisory Board Recommendation: I N/A Financial Information: Source of Amount Account Funds: 1 * ~ Total Financial Impact Summary: * The annual cost associated with electrical services is subject to funds availability approved through the City's budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services. Should additional funding be required due to increased need of services, it will be subject to the review and approval of the Budget Office. Ci Clerk's Office Le islative Trackin Alex Denis, Director Ext# 6641 MIAMI BEACH er W Plumbing Services ITEM SUMMARY.doc 148 AGENDA t TEM __ L-'-~--=-G-­ DATE .:2-/d--/'f MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 331 39, www.miamfbeochfl.gov ION MEMORANDUM TO: Mayor Philip Levine and Member 1 FROM: Jimmy L. Morales, City Manager DATE: February 12, 2014 SUBJECT: REQUEST FOR APPROVAL TO A ARD A CONTRACT PURSUANT TO INVITATION TO BID {ITB) NO. 2014-079 FOR PLUMBING SERVICES ADMINISTRATION RECOMMENDATION Approve the award of the contract. KEY INTENDED OUTCOME Ensure Well-Maintained Facilities. FUNDING The annual cost associated with electrical services is subject to funds availability approved through the City's budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services. Should additional funding be required due to increased need of services, it will be subject to the review and approval of the Budget Office. BACKGROUND INFORMATION The purpose of Invitation to Bid (ITB) No. 2014-079 is to establish a contract, by means of sealed bids, with a qualified firm(s} to provide plumbing services Citywide. Services include parts, labor, materials, equipment and supervision as specified herein and, at a minimum, in accordance with generally accepted industry principles, standards and practices. The City has the need from time to time for various types of plumbing service work on a scheduled basis and in emergency situations as well. The ITB also requested bidders to provide pricing for plumbing parts and supplies for those cases in which City staff completes necessary repairs. The ITB states that the City may award up to three vendors (primary, secondary, tertiary}. Secondary and tertiary vendors would only be used in the event that the primary vendor is unable to perform the work or the City has determined, due to prior performance, it would not be in the City's best interest to award additional work. The contract(s) entered into with the successful bidder(s) shall remain in effect for two (2) years. The price offered by the Bidder in its Bid Proposal shall remain firm and fixed during the initial two (2) year term. The City, through its City Manager, shall have the option to renew this contract for an additional three (3) one-year periods on a year-to-year basis. During the renewal term, the City may consider an adjustment to price based on changes in the applicable CPl-U index. 149 Commission Memorandum /TB 2014-079 Plumbing Services February 12, 2014 Page 12 ITB PROCESS ITB No. 2014-079, was issued on December 20, 2013, with a bid opening date of January 16, 2014. One (1) addendum was issued, to answer to questions submitted by prospective bidders. The Department of Procurement Management issued bid notices utilizing the Public Group and four (4) prospective bidders accessed the advertised solicitation. Additionally, four (4) firms were notified of the ITS through the Florida Purchasing Group website. Finally, the Department of Procurement Management sent the ITB document to four (4) firms not registered with the Public Group. The notices resulted in the receipt of three (3) responsive and responsible bids from: • Ameridrain Plumbing Corp. • Pipeline Plumbing Services of Broward • Right Way Plumbing Company The ITB stated that the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award. Veterans and local preferences were considered during the tabulation of the bids received. No bidder was eligible for local preference. Pipeline Plumbing Services is a Veteran awned business; since they are the low bidder, there is no need to apply the Veteran's preference. In evaluating Group I (Equipment, Service and Parts); it has been determined that the bid received from Pipeline is the lowest responsive and responsible to the bid requirements. The second lowest responsive and responsible bid for Group I is Right Way. In evaluating Group II (Equipment and Parts), the sole responsive and responsible bidder is Pipeline. In determining responsiveness and responsibility of the bidders, in addition to verifying compliance with the scope of the ITB, the Department of Procurement Management also verified the following: • Minimum Requirements 1. Licensure I Certification. State Plumbing Contractor of Miami-Dade Master Plumbing. Current licenses must be provided with bid, and no personnel shall service City facilities without said licenses. Pipeline and Right Way both submitted copies of the State of Florida Certified Plumbing Contractors License. 2. Similar Experience. Bidder shall demonstrate previous experience in regards to the requirements of this solicitation for a period of no less than three (3) years in providing these services to at least one government agency in the Tri-County area (Miami-Dade, Broward, Palm Beach). Pipeline and Right Way both provided a minimum of three (3) government agencies for references that resulted in very positive feedback. The references provided by Ameridrain Plumbing could not be verified. 150 Commission Memorandum /TB 2014-079 Plumbing Services February 12, 2014 Page 13 • Past Performance Pipeline Plumbing Services of Broward, located in Pompano Beach, Florida, has provided plumbing services for thirty-eight (38) years. Specifically, they have provided plumbing services for the City of North Miami Beach, City of Coral Springs, City of Sunrise, and the City of Green Acres. All references contacted by Department of Procurement Management have responded with positive feedback. Right Way Plumbing, located in Sunrise, Florida; has provided plumbing services for 83 years. Specifically, they have provided plumbing services for University of Miami, Florida Department of Transportation, AT&T and BJ's Wholesale Club and the City of Miami Beach. Pricing received from Pipeline Plumbing Services of Broward and Right Way Plumbing are included in Appendix A. CITY MANAGER~s REVIEW After considering the review and recommendation of City staff, the City Manager exercised his due diligence and is recommending ta the Mayor and the City Commission that Pipeline Plumbing Service of Broward be awarded as primary and Right Way Plumbing as secondary for Group I; and, that Pipeline Plumbing Services of Broward be awarded as the sole vendor for Group II. CONCLUSION Based on the aforementioned, the Administration recommends that the Mayor and City Commission award a contract pursuant to Invitation to Bid (ITB) No. 2014-079 for Plumbing Services far Group I (Equipment, Parts and Service) to Pipeline Plumbing of Broward, the lowest responsive, responsible bidder, as the primary vendor; and that Right Way Plumbing, the second lowest responsive, responsible bidder, as the secondary vendor for Group I. Finally, it is recommended that PipeHne Plumbing of Broward be awarded as the sale vendor for Group 11, (Equipment and Parts only). 151 ~ CJ'I f\) Group Item 1A lB Group Item lC Group Item 2 I I I ·. 1Ts i'lo:: '2'o14-o79~sw' PlurillJih& s~rv1ces • Ai>i>E'NolxA;;; • · SECTION S.1-EQUIPMENT, PARTS AND SERVICE GROUP 1 PIPELINE I RIGHTWAY Ameridrain Description Hourly Rate -Regular Hourly Rate -Non Regular Description Mark-up for Parts and Supplies I Estimated Annual Service hours I I 1600 400 Estimated Annual Gross Costs (Dealer Invoice Cost) $50,000 U/M Unit Cost Hourly Rate $63.00 Hourly Rate $63.00 % of Mark-up (See Special Condition 3.23) 9% Total (Quantity x Unit Cost) $100,800 $25,200 $126,000 Net Cost (Delaer Invoice Cost x % Mark-up) $54,500 $54,500 $180,500 CORRECTION: VENDOR TOTAL $180,000; CITY TOTAL $180,500 U/M Unit Cost Hourly Rate $80 Hourly Rate $120 % of Mark-up (See Special Condition 3.23) 30% SECTION 5.2 -EQUIPMENT OR PARTS ONLY (NO SERVICE) GROUP 2 I PIPELINE Estimated Annual Gross Costs (Dealer Invoice Description I Cost) Mark-up for Parts and Supplies .. $50,000 ...... l[i % of Mark-up (See Special Condition 3.23) 15% I Net Cost (Delaer Invoice Cost x% Mark-up) $57,500 $57,500 higher% if parts only Total (Quantity x Unit Cost) U/M Unit Cost $128,000 Hourly Rate $95 $48,000 Hourly Rate $142 $176,000 Net Cost % of Mark-up (Dela er Invoice Cost I (See Special Condition x % Mark-up) 3.23) $65,000 I 15% $65,000 $241,000 I I Total (Quantity x Unit Cost) $152,000 $56,800 $208,800 Net Cost (Delaer Invoice Cost K % Mark-up) $57,500 $57,500 $266,300 THIS PAGE INTENTIONALLY LEFT BLANK 153