Loading...
C7C-Accept Recommendation Citywide Demolition ServicesUUMMISSION I I EM SUMMARY Condensed Title: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAM! BEACH, FLORIDA, ACCEPTING THE RECOMMENDATIONS OF THE CITY MANAGER PURSUANT TO REQUEST FOR FICATIONS (RFQI No.20{4-087-SR FOR CITYWIDE DEMOLITION SERVICES Item Summary/Recommendation : Ensure Compliance With Code Within Reasonable Time Frame, Emphasizing The Code For Supporting Data (Surveys, Environmental Scan, etc: N/A On January 15,2014, the City Commission authorized the release of RFP 2014-087-SR with the intent of pre-qualifying multiple contractors to provide demolition services on as-needed basis perthe requirements of the Building Department. Once the contractors have executed an agreement with the City, the City Administration will then issue lnvitations to Quote (lTO) to those contractors to receive quotes for specific projects as their needs become apparent. The anticipated typical scope of work shall consist of providing the safest demolition possible, resolve all engineering, utility and other challenges related to all demolition services, and to perform all work, or other operations required for the fulfillment of each project. The work shall be complete, and all work, materials, and services not expressly indicated, or called for in each p@ect's scope of work, which may be necessary for the completion and proper performance of the work, in good faith shall be the responsibility of the contracto(s) selected. The contractor(s) shall also be responsible for maintaining the demolition site in a clean and safe condition both before and after their work is performed, and are also charged with providing all required forms of insurance with the City as a third party insured. lt is important to note that property owners have a myriad of legal protections available to them, and that these services will be utilized only in the most extreme cases after all other efforts and legal remedies have been exhausted. On January '17 , 2014, the City issued the RFP which resulted in proposals from the following firms: ABC Construction, BG Group, Chin Diesel, Cross Environmental, Dancon Group, G7 Holdings, Miami Wrecking, State Contracting & Engineering. The evaluation process stipulated in the RFP resulted in the following ranking of proposals as detailed Attachment A of the attached memo. ln developing his recommendation, the City Manager considered the importance of maintaining a qualified pool of contractors from which the City may seek quotes as the need arises. The City Manager further considered that all firms possess the required experience, state licensure and county certificate of competency, and the results of the evaluation committee review of proposals. Accordingly, the City Manager recommends that contracts be approved with all eight (8) firms so that a pre-qualified pool may be established from which the City can seek quotes for projects as the need dictates. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accept the recommendation of the City Manager pursuant to Request for Qualifications (RFQ) No. 201 3-087- SR for City-wide Demolition Services and authorize the Administration to enter into negotiations with the following firms: ABC Construction; BG Group; Chin Diesel; Cross Environmental; Dancon Group; G7 Holdings; Miami Wrecking; State Contracting & Engineering; and further authorize the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. Financial lnformation: Source of Funds: @ OBPI \- Amount Account 1 $125,000 011-1510-000340 Total $125,000 Financial lmpact Summary: # MIAMIBEACH c7L133 @ MIAMIBEACH City of Miomi Beoch, IZOO Convention Center Drive, Miomi Beoch, Florido 3 3 I 39, www. miomibeochfl.gov COMMISSION MEMORANDUM Mayor Philip Levine and Members of the City C{mmission FROM: Jimmy L. Morales, City Manager DATE: May21,2014 SUBJECT:A RESOLUTION OF THE MAY AND CITY COMMISSION OF THE CITY OF MANAGER PURSUANT TO REQUEST FOR QUALIFICATIONS (RFO) 087-SR FOR CITYWIDE DEMOLITION SERVICES THE GITY No. 2014- ADMINISTRATION RECOMMEN DATION Approve the recommendation. KEY INTENDED OUTCOME Ensure Compliance With Code Within Reasonable Time Frame, Emphasizing The Code For Commercial Development FUNDING AccountNumbers: 011-1510-000340 $125,000 BACKGROUND The City of Miami Beach does not currently have an approved list of contractors to perform demolition services when they are required. Although historically these services have been used infrequently, there are several properties throughout the City that are in various stages of the "Unsafe Structures Board" (County) process, which could result in a declaration that the properties are unsafe and therefore in need of demolition. Many properties have been derelict and abandoned for some time. Neighborhood groups have long encouraged the City to utilize more aggressive methods to force owners to bring heavily cited properties into compliance. These properties are not only unsightly and dangerous, but they also attract crime and negatively impact property values throughout entire neighborhoods. As a result of the need, on January 15,2014, the City Commission authorized the release of RFP 2014-087-SR to seek proposals from firms interested in providing these services to the City on an as needed basis. The intent of the RFP was to pre-qualify multiple contractors to provide demolition services. Once the contractors have executed an agreement with the City, the City Administration will then issue lnvitations to Quote (lTQ) to those contractors to receive quotes for specific projects as their needs become apparent. The anticipated typical scope of work shall consist of providing the safest demolition possible, resolve all engineering, utility and other challenges related to all demolition services, and to perform all work, or other operations required for the fulfillment of each project. The work shall be complete, and all work, materials, 134 Award Recommendation - RFQ Demolition Serv,bes May 21 , 2014 Page 2 and services not expressly indicated, or called for in each project's scope of work, which may be necessary for the completion and proper performance of the work, in good faith shall be the responsibility of the contractor(s) selected. The contractor(s) shall also be responsible for maintaining ihe demolition site in a clean and safe condition both before and after their work is performed, and are also charged with providing all required forms of insurance with the City as a third party insured. It is important to note that property owners have a myriad of legal protections available to them, and that these services witl be utilized only in the most extreme cases after all other efforts and legal remedies have been exhausted. RFP Process On .tanuary 17, 2014, the City issued the RFP through its bid distribution system, PublicPurchase.com, as well as to vendors that had been identified as interested parties to the solicitation. On January 29, 2014, a pre-proposal conference was held to provide information to interested parties and allow vendors to ask questions they may have regarding the requiremenis of the solicitation. On February 19, 2014, proposals were received from the following firms.o ABC Construction. BG Group. Chin Diesel. Cross Environmentalr Dancon Groupo G7 Holdingso Miami Wreckingo State Contracting & Engineering All firms met the minimum eligibility criteria stated in the RFP, which including: State General Contractor license, Miami-Dade County Demolition Certificate of Competency, and related project experience. As a result, on April 30,2014, the Evaluation Committee, appointed by the bity Irttanager and noticed to the City Commission via LTC #2014-095, met to review all proposals received in accordance with the criteria established in the RFP. As stipulated in the hfi, fottowing the review of proposals by the Evaluation Committee, points for Local and Veteran's Preflrences were added to the Evaluation Committee Scores for each proposer. The evaluation process resulted in the following ranking of proposals. A detailed scoring matrix is included in Attachment A. 1. Cross Environmental 2. State Contracting & Engineering 3. Chin Diesel 4. ABC Construction 5. G7 Holdings 6. Dancon GrouP 7. Miami Wrecking 8. BG Group CITY MANAGER'S RECOMM ENDATION ityManagerconsideredtheimportanceofmaintaining a qualified pool of contractors from which the City may seek quotes as the need arises. The City Manager further considered that all firms possess the required experience, state licensure and counti certificate of competency, and the results of the evaluation committee review of 135 Award Recommendation - RFQ Demolition Services May 21, 2014 Page 3 proposals. Accordingly, the City Manager recommends that contracts be approved with all eight (8) firms so that a pre-qualified pool may be established from which the City can seek quotes for projects as the need dictates. CONGLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accept the recommendation of the City Manager pursuant to Request for Qualifications (RFQ) No. 2013-087-SR for City-wide Demolition Services and authorize the Administration to enter into negotiations with the following firms: ABC Construction; BG Group; Chin Diesel; Cross Environmental; Dancon Group; G7 Holdings; Miami Wrecking; State Contracting & Engineering; and further authorize the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. JLM/MT/JMJ/MF/AD T:\AGENOAU014\May\Pro6urement\RFQ 2014-0875R - Citywide Demo Svcs - AWARD MEMO.docx 136 ATTACHMENT AAward Recommendation Pursuant to RFP 2014-087-5R for Demolition ServicesAvalosl'--"r iAggregatei iBaldie i Blanco i Points i Rank ii Lowlaldie i Blanco ; Points i Rank I100 i2 i100 i1 14 i1 i100 i22 i100 11 is i2 |2 i100 r1 16 i3 i2 ) 1Qq ..1.1......._._.r_q..____"._._i..q_.._._ j1 ies is i1l i5 i7 i8s i7 i19 i6 i6 i90 i6 i20 t7 ii Cross Environmental ii ShTd cdni6-Ctins & iiElglryerlrg ii ABC Conskuction ii ctiin oiaaeL....._...._....-iiQZ rc!q!!g-r.. . ii Pelq_olctprtp ,. it!4Letli.Wteqli!,s ii.P-G.Qpttp . - L0010080do-".--"iila60000003939592137 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PURSUANT TO REQUEST FOR QUALTFTCATTONS (RFO) NO. 2013-087-SR RELATIVE TO CITY-WIDE DEMOLITION SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE FOLLOWING FIRMS: ABC CONSTRUCTION; BG GROUP; CHIN DIESEL; CROSS ENVIRONMENTAL; DANCON GROUP; G7 HOLDINGS; MIAMI WRECKING; STATE CONTRACTING & ENGINEERING; AND FURTHER AUTHORIZING THE MAYOR AND CITYCLERK TO EXECUTE AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, at its January 15, 2014, meeting the City Commission authorized the Administration to release Request for Qualifications (RFQ) 2014-087-SR (the 'RFQ") with the intent of developing a pool of qualified firms, from which the City could seek quotes, to provide demolition services to the City on an as-needed basis; and WHEREAS, on January 17,2014, the City issued the RFQ; and WHEREAS, on January 29, 2014, a pre-proposal meetlng was held to provide information and allow proposers to ask questions regarding the RFQ requirements and process; and WHEREAS, on February 19,2014 proposals were received from ABC Construction, BG Group, Chin Diesel, Cross Environmental, Dancon Group, G7 Holdings, Miami Wrecking, and State Contracting & Engineering; and WHEREAS, all proposals received were deemed responsive to the requirements of the RFQ;and WHEREAS, on April 30, 2014, the Evaluation Committee (the "Committee") appointed by the City Manager (and noticed to the City Commission via Letter to Commission ("LTC") 2014-095) met to review and evaluate the proposals received; and WHEREAS, the Committee was provided with an overview of the RFQ project, information relative to the City's Cone of Silence Ordinance and Government in the Sunshine Law, and the evaluation criteria to be utilized as outlined in the RFQ; and WHEREAS, the Committee scored and ranked the proposals pursuant to the evaluation criteria established in the RFQ, as follows: (1) Cross Environmental; (2) State Contracting & Engineering; (3) Chin Diesel; (4) ABC Construction; (5) G7 Holdings; (6) Dancon Group; (7) Miami Wrecking; AND (8) BG Group; and WHEREAS, after reviewing all the submissions and the Evaluation Committee's scores and final rankings, the City Manager exercised his due diligence and is recommending that the Administration negotiate with all firms which submitted proposals in order to establish a pool of qualified firms from which the City may seek quotes for services when the need arises. 138 NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pursuant to Request for Qualifications (RFQ) No.2013-087-SR relative to City-wide Demolition Services; authorize the Administration to enter into negotiations with the following firms: ABC Construction; BG Group; Chin Diesel; Cross Environmental; Dancon Group; G7 Holdings; Miami Wrecking; State Contracting & Engineering; and further authorize the Mayor and City Clerk to execute agreements upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this ATTEST: day of 2014. Rafael Granado, City Clerk Philip Levine, Mayor T:\AGENDA\2014\May\Procurement\RFO 2014-087SR - City"wide Demo Svcs - RESO.doc APPROVEDASTO FORM &LANGUAGE & FOR E)(ECUTION .-D \ 0*..,t- 5(ta[tt @64[.- Date ffi\- 139 THIS PAGE INTENTIONALLY LEFT BLANK 140