Loading...
R2A-Award Contract Citywide High Tide Mitigation ProjectL:UMMI~~IUN III::M ::iUMMAKY Condensed Title: Request for Approval to Award a Contract, Pursuant to Invitation to Bid No. 2014-086-SR, Citywide High Tide Mitigation Pro·ect. The purpose of Invitation to Bid (ITB) No. 2014-086-SR is to establish a contract, by means of sealed bids, with a qualified firm to provide tidal flooding mitigation services. The services rendered under this contract will provide the City with a solution for tidal flooding in several residential neighborhoods located within the City of Miami Beach. Invitation to Bid (ITB) 2014-087 -SR was issued on December 18, 2014, with an opening date of February 3, 2014. A pre-bid conference was held on January 26, 2014. The ITB resulted in the receipt of three (3) bids. 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 Section 2-369 of the City Code, which states that, in addition to price, the following criteria shall be considered when making an award recommendation: the ability, capacity and skill of the bidder to perform the contract; whether the bidder can perform the contract within the time specified, without delay or interference; the character, integrity, reputation, judgment, experience and efficiency of the bidder; the quality of performance of previous contracts; and the previous and existing compliance by the bidder with applicable laws. In considering Section 2-369 of the City Code, it was noted that David Mancini & Sons, Inc. (OMSI) was among the contractors named in the Affidavit in Support of Arrest Warrant of former Procurement Director Gus Lopez (the "Affidavit"). As a result of the Affidavit, the City Manager assigned Robert Meyers, former director of the Miami-Dade County Commission on Ethics, to conduct a review of the particulars leading to each contractor named in the Affidavit. Regarding DMSI, Mr. Meyers has found that DMSI "intentionally violated City and County ethics provisions governing the conduct of parties doing business with the City of Miami Beach." Accordingly, pursuant to the criteria to be considered in determination of award as required by the City Code, as stated above, DMSI has been deemed non- responsible in response to this ITB. As a result, the City Manager recommends to the Mayor and City Commission to award the construction contract to Southern Underground Industries, Inc. as the lowest responsive, responsible bidder. Although Southern Underground Industries, Inc. was the second-lowest bidder at $516,650.00, their bid, including the $281,665.00 allowance for additional future work, Contingency Funds, and in-house engineering services meets the estimated budget for this project. CONCLUSION The Administration recommends the award of the contract to Southern Underground Industries, Inc., the lowest responsive, responsible bidder pursuant to Invitation to Bid (ITB) 2014-086-SR, for the Citywide High Tide Mitigation Project, in the amount of $516,650; plus approve a project allowance of$200,000 for the expediting of additional future work; plus approve a 10% contingency of $71 ,665.00; plus approve an additional allowance of $10,000 for in-house engineering administrative fees for a not-to-exceed grand total of $798,315.00. Advisory Board Recommendation: INA Financial Information· Source of Amount Account ft@_ 1 $798,315.00 429-2454-069357-CITYWIDE TIDAL FLOODING MITIGATION- PH1 Total $798,315.00 Financial Impact Summary: City Clerk's Office Legislative Tracking: Eric Carpenter, Extension 6641 A\2014\March\Procurement\ITB 2014-086-SR-CITYWIDE HIGH TIDE MITIGATION PROJECTIITB SUMMARY.doc MIAMI BEACH AGENDA ITEM __._,R'-"-J"-'-A...:......__ 272 DATE .3-$-I lJ- ~ MIAMI BEACH City of Miami Beach, 1700 Convention Canter Drive, Miami Beach, Florida 33139, www.miomibaachA.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members oft FROM: Jimmy L. Morales, City Manager CityCo't;; DATE: March 5, 2014 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT, PURSUANT TO INVITATION TO BID NO. 2014-086-SR, CITYWIDE HIGH TIDE MITIGATION 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 $798,315.00 429-2454-069357-CITYWIDE TIDAL FLOODING MITIGATION-PH1 $798,315.00 Total Should additional funding be required due to increased need of services, it will be subject to the review and approval of the Office of Budget and Performance Improvement (OBPI). BACKGROUND INFORMATION The purpose of Invitation to Bid (ITB) No. 2014-086-SR is to establish a contract, by means of sealed bids, with a qualified firm to provide Tidal Flooding Mitigation services due to increased concerns about tidal flooding in the City of Miami Beach. The services rendered under this contract will provide the City with a solution for tidal flooding in the following residential neighborhoods located within the City of Miami Beach: • Neighborhood No. 11 I West Avenue: West Avenue & 8th Street • Neighborhood No. 11 I West Avenue: West Avenue & 11th Street • Neighborhood No. 7 I Nautilus East: 47th Street & Royal Palm Avenue • Neighborhood No. 7 I Nautilus: 44th Street & Post Avenue, & Royal Palm Avenue • Neighborhood No. 5 I La Gorce: North Bay Road & La Gorce Drive • Neighborhood No. 5 I La Gorce: North Bay Road & 52nd Street The Scope of work shall consist of the replacement of storm water structures and installation of tide flex checkmate inline check valves in ten (1 0) existing structures and five (5) proposed structures. The Scope of Work also includes roadway restoration, milling and resurfacing, reconstruction, pavement markings, traffic control and other miscellaneous work items necessary for a complete and functional installation. 273 Commission Memorandum-ITB 2014-086-SR-Citywide High Tide Mitigation Services March 5, 2014 Page2 Also included in the funding above is an allowance of $200,000 for additional future work that may be required in other neighborhoods, another $71,665 for a 10% Project Contingency Fund, and another $10,000 reserved for in-house engineering fees. This additional funding will assist in expeditiously providing tidal flooding mitigation services to other neighborhoods not specifically listed in this Solicitation. ITB PROCESS Invitation to Bid (ITB) 2014-087-SR was issued on December 18, 2014, with an opening date of February 3, 2014. A pre-bid conference was held on January 26, 2014. During the pre-bid conference, prospective bidders were instructed on the procurement process and the information their respective proposals should contain. The Public Group and Florida Purchasing Group issued bid notices to a total of 411 prospective bidders. A notice was also published in the Daily Business Review newspaper. The advertisements resulted in the receipt of the following three (3) bids. Through the Department of Procurement Management's review of each bid for responsiveness, all bids were deemed responsive pursuant to the requirements listed in the Solicitation. In determining responsiveness of the responding bidders, the Department of Procurement Management has verified the following: A. Minimum Requirements All firms are state certified and licensed contractors. B. Financial Capacity D&B Reports were obtained for all bidders and were verified that none have a "High" Supplier Evaluation Risk Rating. C. PastPerlormance It has been confirmed that all bidders have submitted (3) references for whom the proposer has completed work similar in scope and volume as the work referenced in the Contract Documents. References are projects completed or in progress within the last five (5) years. Bidders also provided evidence of completing a minimum of three (3) storm water drainage projects involving installation of pipes 18 inches in diameter or larger in the past ten (1 0) years. Bidders also submitted evidence of completing a minimum of three {3) projects in a high water table area in the past ten (1 0) years. As a result of the Department of Procurement Management's responsiveness review process, the following table provides the proposed base bid prices and total prices including a $281,665 allowance for additional future work, 10% Project Contingency Fund, and in-house engineering services. Vendor Name Base Bid Amount Allowance Total Contract Amount Amount David Mancini & Sons, Inc. $425,000.00 $281,665.00 $706,665.00 Southern Underground $516,650.00 $281,665.00 $798,315.00 Industries, Inc. Ric-Man International, Inc. $606,563.11 $281,665.00 $888,228.11 274 Commission Memorandum-ITB 2014-086-SR-Citywide High Tide Mitigation Services March 5, 2014 Page 3 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. Section 2-369 of the Miami Beach City Code, states that the following criteria shall be considered when making an award recommendation: • The ability, capacity and skill of the bidder to perform the contract. • Whether the bidder can perform the contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with Applicable Laws relating to the contract. David Mancini & Sons, Inc. (DMSI) was among the contractors named in the Affidavit in Support of Arrest Warrant of former Procurement Director Gus Lopez (the "Affidavit"). As a result of the Affidavit, the City Manager assigned Robert Meyers, former director of the Miami-Dade County Commission on Ethics, to conduct a review of the particulars leading to each contractor named in the Affidavit. Regarding DMSI, Mr. Meyers has found that DMSI "intentionally violated City and County ethics provisions governing the conduct of parties doing business with the City of Miami Beach." Accordingly, OMS I has been deemed non-responsible pursuant to the above- referenced section of the City Code. As a result, the City Manager recommends to the Mayor and City Commission to award the construction contract to Southern Underground Industries, Inc., as the lowest responsive, responsible bidder. Although Southern Underground Industries, Inc. was the second-lowest bidder at $516,650.00, their bid, including the $281,665.00 allowance for additional future work, Contingency Funds, and in-house engineering services meets the estimated budget for this project. Southern Underground Industries, Inc. has been providing underground construction services to South Florida since 2008. They have extensive experience in stormwater drainage, underground utility, and roadway construction serving Miami-Dade, Broward, and Monroe Counties. CONCLUSION The Administration recommends the award of the contract to Southern Underground Industries, Inc., the lowest responsive, responsible bidder pursuant to Invitation to Bid (ITB) 2014-086-SR, for the Citywide High Tide Mitigation Project, in the amount of $516,650; plus approve a project allowance of $200,000 for the expediting of additional future work; plus approve a 10% contingency of $71,665.00; plus approve an additional allowance of $10,000 for in-house engineerin~~ministrative fees for a not-to-exceed grand total of $798,315.00. JLM/MT/~¥Ec/AD T:\AGENDA\2014\February\Procurement\ITB 2014-086-SR -CITYWIDE HIGH TIDE MITIGATION PROJECT\ITB 2014-086-SR - Citywide High Tide Mitigation MEMO.docx 275