C2B-Award A Contract Citywide High Tide Mitigation ProjectCUMMit;t;IUN III:.M t;UMMAK.Y
The purpose of Invitation to Bid (ITS) 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 specific problem areas located within the City of Miami Beach as noted in the IT B.
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.
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. Two (2) bids were received in response to the
IT B.
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, Miami Beach City Code. The
City Manager recommends to the Mayor and City Commission to award the construction contract pursuantto
this ITB to Southern Underground Industries, Inc., as the lowest responsive, responsible bidder. 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 for a not-to-exceed grand
total of $788,315.00.
Advisory Board Recommendation:
INA
Financial Information·
Source of Amount Account
Funds: 1 $788,315.00 429-2454-069357-CITYWIDE TIDAL FLOODING
-16"@5? MITIGATION-PH1
Total $788,315.00
Financial Impact Summary:
DA\2014\Aprii\APRIL 9-PROCUREM ITB 2014-086-SR-CITYWIDE TIDE MITIGATION
T\ITB 2014-086-SR-Citywide High Tide Mitigation SUMMARY.doc
MIAMI BEACH
12
AGENDA nEM CJ.8
DATE lf!f-/lf
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSION
TO: Mayor Philip Levine and Members of he City Co
FROM: Jimmy L. Morales, City Manager
DATE: April 9, 2014
SUBJECT: REQUEST FOR APPROVAL T AWARD A CONTRACT, PURSUANT TO
INVITATION TO BID NO. 2014MO 6MSR, 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
$788,315.00 429-2454-069357-CITYWIDE TIDAL FLOODING MITIGATION-PH1
$788,315.00 Total
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.
This additional funding will assist in expeditiously providing tidal flooding mitigation services to
other neighborhoods not specifically listed in this Solicitation.
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 Nautllus 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
13
Commission Memorandum -ITB 2014-086-SR-Citywide High Tide Mitigation Services
April 9, 2014
Page 2
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.
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 two (2) 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.
Contractors Submitting Bids*
Base Bid Allowance Total Contract
Amount Amount Amount
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
* A bid was received from David Mancini & Sons. However, subsequent to the receipt of bids,
David Mancini & Sons has withdrawn its bid response.
14
Commission Memorandum-JTB 2014-086-SR-Citywide High Tide Mitigation Services
April 9, 2014
Page3
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 and Section 2-369,
Miami Beach City Code, which 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.
The City Manager recommends to the Mayor and City Commission to award the construction
contract pursuant to this ITB to Southern Underground Industries, Inc., as the lowest
responsive, responsible bidder. 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 for a not-to-exceed grand total of $798,315.00.
JLM/MT/EC/AD
T:\AGENDA\2014\Aprii\APRIL 9-PROCUREMENT\ITB 2014-086-SR-CITYWIDE HIGH TIDE MITIGATION PROJECT\ITB 2014-
086-SR-Citywide High Tide Mitigation MEMO.docx
15