Item Coversheet

Competitive Bid Reports - C2  E




COMMISSION MEMORANDUM

TO:Honorable Mayor and Members of the City Commission 
FROM:Jimmy L. Morales, City Manager 
DATE:February  8, 2017
 



SUBJECT:REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) No. 2017-027-ZD FOR LOTTIE APARTMENTS BUILDING REHABILITATION PROJECT.

RECOMMENDATION

The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida to approve the City Manager’s recommendation pertaining to the bids received, pursuant to ITB 2017-027-ZD, Lottie Apartments Building Rehabilitation Project

ANALYSIS

The Lottie Apartments building is located at 530 75th Street in a 7,500 SF lot size. The building is a two-(2) story structure with an elevation of approximately 25 ft. and an adjusted area of 8,936 SF. At the present time, we have identified deficiencies affecting the integrity of the building interior. Also, the presence of lead paint in the tile floors and bathrooms has been confirmed. Through the ITB, the City of Miami Beach intends to correct the identified deficiencies in the interior and exterior façade and to add materials that are environmentally friendly and systems that contribute to save valuable resources. The scope of the construction project is covered within the set of construction documents and specifications prepared by the architectural company ELA Architects and summarized below:

      Exterior scope of work:

a)         Replace roof. The top layer will be having a reflective value specified on the design documents

b)         Repair of concrete spalling in various sections of the grade beam that has exposed rusted rebar

c)         Repair hollow or Spalling stucco in the façade of the building

d)         Treat and seal façade cracks

e)         Seal the perimeter of the exterior windows. Some windows need to be re-installed to a leveled position

f)           Repair and seal the structural attachment of the metal walkway and stair to the exterior wall. Refinish the metal walkway and stairs with a slip resistant material and provide the proper slope to evacuate rain water from walking areas.

g)         Enclose space under the existing stairs in the back of the building

h)         Add gutter system to the exterior of the building

i)           Provide new concrete sidewalk in the back of the building.

j)           Plant new Zeroscape landscaping

k)         Install LED and solar battery with 110V backup building exterior lighting

l)           Install new ADA access ramp for unit 104

m)        Replace existing mail boxes attached to the exterior wall with a stand along mailbox structure

n)         Remodel concrete sidewalks around the perimeter of the building

o)         Paint the exterior of the building

p)         Repair or install new awnings or flashing protection and find the adequate threshold to avoid water intrusion.

 

Interior scope of work:

q)         Abate all lead found throughout the building following EPA guidelines

r)          Replace all tile floors in every apartment. New tile will have recycle material content as specified on the design documents

s)         Renovate all bathrooms in every apartment. New cabinets will be laminate with recycle material content as specified on the design documents. All new plumbing fixtures will be low- water consumption

t)           Clean exhaust fans in all units

u)         Repair/replace and seal all the base boards in every apartment

v)         Repair and seal drywall inside the AC closets

w)        Repair drywall in walls and ceilings areas as required inside every apartment

x)         Replace plumbing fixtures in kitchens with water efficient type (faucets)

y)         Replace kitchen cabinets, where necessary. Cabinets will be laminate with recycle material

z)         Replace carpet in stairs for all apartments. Finish material as specified on design documents

aa)      Paint interior

bb)      Add weather strip to all entry doors

 

ITB PROCESS

ITB No. 2017-027-ZD, was issued on November 30, 2016, with a bid opening date of January 17, 2017.  Four (4) addenda were issued. The Procurement Department issued bid notices to 475 companies utilizing www.publicpurchase.com website and 77 companies including minority owned were notified via email notification.  Seventy one (71) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of eight (8) responses from: Azulejo, Inc., Carivon Construction Co., Emerald Construction, Epic Consultants, Inc., GeckoGroup Inc., OAC Action Construction, Stone Concept Miami, Inc., and TEAM Contracting. See tabulation sheet (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 Department verified that the lowest bid submitted by Azulejo, Inc., has met the requirements of the ITB, including:

 

Licensing Requirements: Bidder shall be State of Florida certified and licensed General Contractor to be considered for award and submit evidence of licensing with their bid.

 

Azulejo, Inc. is State certified as a General Contractor. State license number is: CGC1506288 and expires on August 31, 2018.

 

Previous Experience: Bidder (Proposing Firm) must have successfully completed the rehabilitation of at least one federally funded project of similar in size and scope within the last two years.

 

Azulejo, Inc. submitted one (1) federally funded project similar in size and scope. Additionally, they provided reference to several other projects that highlight their experience with the services required for the rehabilitation of the Lottie Apartments Building.

 

Bidder must have the capability to provide a performance and payment bond for the project. The City reserves the right to require performance and payment bonds from the successful bidder. Bidders shall submit a Letter from 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.

 

The bid response from Azulejo, Inc. was accompanied by a bonding capacity letter from United States Fire Insurance Company dated January 13, 2017. The capacity letter indicated that Azulejo, Inc. has been extended a bonding facility, which has supported individual projects up to $2,500,000.00 and an aggregate work program in the $6,000,000.00 range.  United States Fire Insurance Company is rated A XII by A.M. Best.

 

Financial Stability and Strength: 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.

 

While Azulejo, Inc. has not previously been awarded a contract by the City, the verified references found a good record of performance to ensure that they can satisfactorily provide the goods and/or services required in the ITB. The latest Supplier Qualifier Report completed by Dun and indicates that the firm is at medium risk of financial challenges; it has a supplier risk rating of 6 out of 9.

 

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

 

Azulejo, Inc. specializes in building, restoring and remodeling commercial properties. The staff has more than 25 years of experience and has completed over 300 hundred projects in the Southeast Florida region. Their focus is on Federal, State, City, and County government market segments.

 

CONCLUSION

After considering the bids received and the evaluation of staff, pursuant to ITB 2017-027-ZD. I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Azulejo, Inc., the lowest responsive, responsible bidder to the ITB; and further authorize the Mayor and City Clerk to execute the contract.

KEY INTENDED OUTCOMES SUPPORTED
Build And Maintain Priority Infrastructure With Full Accountability

FINANCIAL INFORMATION

Funding will be utilized from the Community Development Block Grant (CDBG) and HOME Investment Partnerships Program (HOME) by the Department of Housing and Urban Development (HUD).

Amount 1$ 112,793.93Account 1135-0530-000346-00-404-534-00-00-00-40010
Amount 2$ 148,388.31Account 2132-0530-000346-00-404-533-00-00-00-40010
Amount 3$ 168,555.00Account 3174-0530-000349-00-404-554-00-00-00-40010
Amount 4$ 389,847.76Account 4139-0530-000346-00-404-534-00-00-00-40010
Total$ 819,585.00
Legislative Tracking
Housing & Community Services / Procurement

ATTACHMENTS:
Description
Attachment A - Tabulation