Item Coversheet

Competitive Bid Reports - C2  A




COMMISSION MEMORANDUM

TO:Honorable Mayor and Members of the City Commission 
FROM:Jimmy L. Morales, City Manager 
DATE:September  16, 2020
 



SUBJECT:REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2020-237-AY SURFACE LOT AND SEAWALL AT BISCAYNE BEACH.

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 bids received, pursuant to ITB 2020-237-AY, for surface lot and seawall at Biscayne Beach.

BACKGROUND/HISTORY

 The purpose of this bid is to establish a contract, by means of sealed bids, for the construction of a new surface parking lot on City owned property and a new raised seawall.  A sanitary sewer lift station is located within a portion of this site. The components associated with the parking lot are reflected on the design documents and include, but are not limited to the following:

 

·       28 Parking spaces including two (2) handicap accessible parking stalls and pavement marking;

·       installation of the infrastructure, conduits and plugs for future vehicle charging station;

·       landscaping and irrigation system;

·       lighting system including service point and connection to the FPL power source;

·       screening around existing lift station;

·       drainage system including drainage wells;

·       infrastructure for future police security camera installation;

·       site furnishing (trash receptacle and recycling bins, etc.)

·       fencing;

·       concrete privacy wall;

·       pervious concrete for parking stalls;

·       new raised seawall

 

On November 6, 2018, Miami Beach residents approved a ballot measure, which included GO No. 39 Seawalls and Shorelines. This project is partially funded by GOB.

 

ANALYSIS

The ITB was issued on July 28, 2020, with bid opening date of August 27, 2020. The Procurement Department issued bid notices to 34,340 companies utilizing www.bidsync.com website. 103 prospective bidders accessed the solicitation. The notices resulted in the receipt of five (5) responses from: Central Civil Construction (“Central Civil”), C&I Construction and Design inc. (“C&I”), Enco LLC (“Enco”), Florida Construction & Engineering Inc (“Florida Construction”), and Waypoint Contracting, Inc. (“Waypoint”). A tabulation of the bids received is included as Attachment A.

 

The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award.  In its due diligence, the Procurement and the Office of Capital Improvement Projects verified that the lowest responsive bid submitted by Enco met the requirements of the ITB, including:

 

1.     Bid Bond: The ITB stated that a bid bond for 5% of the bid cost was required with the bid submittal.

 

Enco submitted a bid bond for 5% of the bid amount, as required.

 

2.      Licensing Requirements: Bidder shall be State of Florida Certified General Contractor in the State of Florida, Division of Business and Professional Regulations OR Miami-Dade County Licensed Contractor to be considered for award.

   

Enco is State certified as a General Contractor. State license number is: CGC060832 and expires on August 31, 2022.

 

 3. Previous Experience (Firm): The ITB required that the bidder and/or it’s principals must have three (3) projects, successfully completed or near completion, of similar scope and budget within the last five (5) years.

 

Enco submitted the proof of experience as required by the minimum requirement.

 

4. Previous Experience of Bidder (prime or sub-contractor) – Marine Construction: The ITB required the bidder its subcontractors, or the respective principals, to have experience with three (3) marine construction projects, successfully completed or near completion, of similar scope and budget within the last five (5) years.

  

Enco submitted the proof of experience as required by the minimum requirement.

 

The firm also submitted additional project references which have been verified. The firm has not previously completed work for the City, but all references provided, including Florida Department of Transportation, City of Lauderhill, and City of Pompano Beach provided positive feedback. The bid cost has been reviewed by staff and found to be consistent with project budget and market expectations.

 

Accordingly, Enco has been deemed the lowest responsive and responsible bidder meeting all terms, conditions, and specifications of the ITB.

FINANCIAL INFORMATION

Project Cost (Lump Sum Grand Total): $992,127.00
10% Owner's Contingency: $99,212.70
Total: $1,091,339.70

 

Amount/Account Breakdown:

$352,906.00 - 155-0820-069357-26-410-528-00-00-00-20518
$10,435.70 - 155-0820-000356-26-403-526-00-00-00-20518
$271,110.00 - Subject to the adoption of FY21 Capital Budget
$456,888.00 - 393-0815-069357-29-410-576-00-00-00-21919


CONCLUSION

The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Enco LLC., the lowest responsive, responsible bidder to the ITB 2020-237-AY, for surface lot and seawall at Biscayne Beach; and further authorize the City Manager and City Clerk to execute a contract.

Applicable Area

North Beach
Is this a "Residents Right to Know" item, pursuant to City Code Section 2-14? Does this item utilize G.O. Bond Funds?
Yes Yes 

Strategic Connection

Neighborhoods - Enhance the beautification, physical appearance and cleanliness of neighborhoods.
Legislative Tracking
Capital Improvement Projects/Procurement

ATTACHMENTS:
Description
Attachment A