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