Loading...
R2C-Award Contract Miami Beach Convention Center Bus Duct ReplacementCOMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO AWARD A CONTRAGT PURSUANT TO INVTTATTON TO BtD (rTB) 2014-236-yc MIAMI BEACH CONVENTION CENTER BUS DUGT REPLACEMENT. Build And Maintain I nfrastructure With Full Accountabili Su Data Environmental Scan, etc.): N/A Item Summary/Recommendation : Since 2007 there have been three (3) separate buss duct failures in various areas of the Convention Center causing power outages and requiring emergency repairs. As a result, the City separately funded a series of bus duct and switch gear tests. Recent tests revealed that all four bus duct runs on the east side of the Convention Center have a phase that can fail at any time. This will affect Halls A & B, and main power distribution on the east side of the Center. lmmediate repairs are required to prevent future power outages from occurring. A qualified contractor is needed to supply all labor, materials, and testing to replace above listed four rounds of bus duct. On December 28,2014, there was a power loss on the East side of the Convention Center, which required immediate repairs. The City Manager authorized the needed services as an Emergency Purchase pursuant to Section 2-396 of the City Code. These repairs, however, are only temporary. To seek a qualified contractorto complete the desired scope, ITB No. 2014-236-YG, was issued on September 18,2014. Notices were sent to one hundred and twenty five (125) electrical contractors with forty-six (46) prospective bidders downloading the solicitation. The ITB resulted in the receipt of two (2) responses on January 12th, 2015, from Fisk Electric Company, and AGC Electric, lnc. The bid tabulation is as follows: Bidder Bid Amount AGC Electric. lnc.$1.998.230.00 Fisk Electric Comoanv $1.971.927.00 ln evaluating the bids received, staff finds that Fisk Electric has not met the minimum requirements of the lTB, which states that "Bidders shall submit at least three (3) individual references exemplifying their experience in projects similar in scope and volume involvinq Bus Duct Reolacements." None of the three (3) projects submitted by Fisk Electric as evidence of compliance with this ITB requirement, according to the references submitted by Fisk Electric and contacted by staff, involved bus duct replacements. Therefore, Fisk Electric is deemed non-responsive to the requirements of the lTB. AGC Electric has met the minimum requirements of the lTB, including compliance with the prior experience requirement by demonstrating prior experience with bus duct projects. ln fact, AGC Electric has submitted, and staff has verified, prior experience installing Square D bus ducts, the same manufacturer as cunently installed in the Miami Beach Convention Center and specified as an acceptable manufacturer in the lTB. Additionally, the cost differential between AGC Electric and Fisk Electric is approximately $26,000, approximately 1.3% higherthan the bid submitted by Fisk Electric. Accordingly, AGC Electric is deemed the lowest responsive, responsible bidder to the lTB. The City Manager has considered the bids received, pursuant lo ITB 2014-236-YG, and deems that it is in the City's best interest to award the contract to AGC Electric, the sole responsive and responsible bidder to the lTB. AGC Electric has direct experience with the manufacturer of the bus duct system currently installed in the Miami Beach Convention Center and specified for the replacement project. This should help to minimize the risk of any potential downtime and need to cancel bookings because of project issues or delays. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuantto lTB2014-236-YG, for Miami Beach Convention Center Bus Duct Financial lnformation : Source of Fund\hp Amount Account I $1,998,230.00 Account #440-6004-000674; Project string #pfsintbusr-eq440- non-nonc Tota!$1,998,230.00 Alex Denis, Director Ext # 6641 aU AGENDA lrer'r RaC l-21-MIAMIBEACH DATE136 g MIAMIBEACH City of Miomi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 331 39, www.miomibeochfl.gov MMISS N MEMORANDUM TO: Mayor Philip Levine and Members the City FROM: Jimmy L. Morales, City Manager A CONTRACT PURSUANT TO INVITATION CONVENTION CENTER BUS DUCT Build And Maintain Priority lnfrastructure With Full Accountability FUNDING The funding for this project is as follows: Account #440-6004-000674 Bid Amount $1,998,230.00 Project string #pfsintbusr-eq440-non-nonc BACKGROU ND INFORMATION Since 2007 there have been three (3) separate bus duct failures in various areas of the Convention center causing power outages and requiring emergency repairs. As a result, the City separately funded a series of bus duct and switch gear tests. Recent tests revealed that all four bus duct runs on the east side of the Convention Center have a phase that can fail at any time. This will affect Halls A & B, and main power distribution on the east side of the Center. lmmediate repairs are required to preventfuture poweroutages from occurring. The following replacemenUrepairs are needed: Square D Aluminum Bus Ducts for: 1) East B hall 2000 Amp, approx. 600 ft. 2) East A hall, 2000 amp, approx, 1300 ft long. 3)West A Center Hall, 1600 Amp, approx. 600 ft. 4) Floor pockets B Hall, 2000 Amp, and Approx. 600 ft. A qualified contractor is needed to supply all labor, materials, and testing to replace above listed four rounds of bus duct. On December 28,2014, there was a power loss on the East side of the convention center, which required immediate repairs. The City Manager authorized the needed services as an Emergency Purchase pursuantto Section 2-396 of the City Code. These repairs, however, are only temporary. lTB PROCESS To seek a qualified contractor to complete the desired scope, ITB No. 2014-236-YG, was issued on September 18, 2014. Notices were sent to one hundred and twenty five ('125) electrical contractors with forty-six (a6) prospective bidders downloading the solicitation. The ITB included the following minimum requirements: Licensure: Bidders shall be state certified and licensed Electrical Contractor in the State of Florida to be considered for award. DATE: January 27,2015 SUBIECT: REQUEST FOR APPROVAL TO TO BrD (rTB) 2014-236-YG M REPLACEMENT. KEY INTENDED OUTCOME 137 Commission Memorandum ITB 2014-236-YG MIAMI BEACH CONVENTION CENTER BUS DUCT REPLACEMENT JANUARY 27,2015' . 12 Previous Experience: Bidders shall submit at least three (3) individual references exemplifying their experience in projects similar in scope and volume involving Bus Duct Replacements. Bonding Capacity: Bidders shall submit a Letterfrom an A-rated Financial Class V Surety Company, indicating the company's bonding capacity, in the amount not less than one hundred percent of the total base bid amount. Financial Capacity: The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. The ITB resulted in the receipt of two (2) responses on January 12tt',2015, from Fisk Electric Company, and AGC Electric, Inc. The bid tabulation is as follows: Bidder Bid Amount AGC Electric, lnc.$1,998,230.00 Fisk Electric Companv $1,971 ,927.00 ln evaluating the bids received, staff finds that Fisk Electric has not met the minimum requirements of the lTB, which states that "Bidders shall submit at least three (3) individual references exemplifying their experience in projects similar in scope and volume involvinq Bus Duct Replacements." None of the three (3) projects submitted by Fisk Electric as evidence of compliance with this ITB requirement, according to the references submitted by Fisk Electric and contacted by staff, involved bus duct replacements. Therefore, Fisk Electric is deemed non-responsive to the requirements of the lTB. AGC Electric has met the minimum requirements of the lTB, including compliance with the prior experience requirement by demonstrating prior experience with bus duct projects. ln fact, AGC Electric has submitted, and staff has verified, prior experience installing Square D bus ducts, the same manufacturer as currently installed in the Miami Beach Convention Center and specified as an acceptable manufacturer in the lTB. Additionally, the cost differential between AGC Electric and Fisk Electric is approximately $26,000, approximately 1.3% higherthan the bid submitted by Fisk Electric. Accordingly, AGC Electric is deemed the lowest responsive, responsible bidder to the lTB. CITY MANAGER'S REVIEW AND RECOMMENDATION The City Manager has considered the bids received, pursuant to ITB 2014-236-YG, and deems that it is in the City's best interest to award the contract to AGC Electric, the sole responsive and responsible bidder to the lTB. AGC Electric has direct experience with the manufacturer of the bus duct system currently installed in the Miami Beach Convention Center and specified for the replacement project. This should help to minimize the risk of any potential downtime and need to cancel bookings because of project issues or delays. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2014-236-YG, for Miami Beach Convention Center Bus Duct Replacement. JLM/KGB/MT/MS/AD T:\AGENDA\201S\January\PROCUREMENT\January 27th\lTB-2014-236-YG Miami Beach Convention Center Bus Duct Replacement - Memo.doc 138 THIS PAGE INTENTIONALLY LEFT BLANK 139