Item Coversheet
Town of Miami Lakes
Memorandum

To:Honorable Mayor and Council Members
From:Town Manager Alex Rey
Subject:Canal Bank Stabilization Project
Date:10/4/2016

Recommendation:
It is recommended that the Town Council authorize the Town Manager toexecute a contract in the amount of $791,502.45 to Enco, LLC., who is the highest ranked Proposer to the above-referenced Request for Proposals (“RFP”). The award amount includes the Price Proposal amount of $719,547.68 plus a contingency amount of $71,954.77 (10%) to cover unforeseen/hidden conditions that may be encountered during the performance of the work. Funding for this project will be coming from the Capital Projects Fund – Canal Bank Stabilization.
Background:

Over the past several years, the Town of Miami Lakes (“Town”) has become increasingly aware of erosion occurring along the canal banks adjacent to several residents' homes, which compromised the structural integrity of the homes and could result in the potential loss of property. To address this issue, the Town obtained $1 million in grant funding from the State of Florida Department of Environmental Protection to restore the most critical parts of the canal embankment through a stabilization project.

The Survey and Geotechnical Study boundaries covered the canal along NW 77th Court north to NW 170th Street west to I-75. The Survey and Geotechnical Study identified the most critical section of the canal to be the west bank along NW 77th Court and the south bank along NW 170th Street up to approximately NW 78th Court; this most critical section of the canal is Phase I of the stabilization projectis grant funded. The Town will be seeking additional funding to stabilize the remainder of the South side of the bank along NW 170th Street.

In 2015, Town staff visited impacted residents in person and several progress report letters have been sent to keep residents informed of the status of the project. A publically noticed Town Council workshop was held on March 15, 2016, to select the method to be used for the stabilization of the canal banks. The Engineer of Record, at 30% completion of design, recommended that stacked geoweb be used for the technical approach to stabilize the canal banks, which was approved by the Town Council. Thus far, this project is on schedule and on budget.

On August 18, 2016, the Town issued a Request for Proposals (“RFP”), No. 2016-49 for the Canal Bank Stabilization Project for the Golden Glades and Peter's Pike Canals. As minimum qualification requirements Proposers must be licensed by the State of Florida's Department of Business and Professional Regulation as a Certified General Contractor or a Certificate of Competency from the Miami-Dade County's Construction Trades Qualifying Board as a General Contractor. In addition, the Proposer must have completed a minimum of three (3) projects of a similar, size, scope, and complexity within the last seven (7) years where the projects had a construction value of $750,000 and be capable of self-performing seventy-five (75%) of the physical construction work.

The Town issued the RFP with a closing date of September 14, 2016. Three (3) Responses were received by the Town. The Proposals received were from:

1. Enco, LLC
2. Gonzalez and Sons Equipment, Inc.
3. PAC Comm, Inc.

The RFQ Proposals were evaluated based the following six criteria, as established in the RFP:

  1. Qualifications of the Proposer
  2. Experience of the Proposer
  3. Project Approach
  4. Quality Assurance and Safety
  5. Qualifications & Experience of the Project Team and Subcontractors
  6. Financial Stability
  7. Price Proposal

Procurement in performing their due diligence review prior to the meeting of the Evaluation Committee determined that one of the Responses were non-responsive and it was not provided to the Evaluation Committee for evaluation.

The Evaluation Committee (“Committee”) comprised of the following individuals met on September 20, 2016 to evaluate the Proposals and establish the ranking of the firms.

  1. Andrea Agha, Director, Assistant Town Manager
  2. Elia Nunez, Public Works Director
  3. Carmen Olazabal, Project Manager, 4City Consulting, Inc.
  4. Carlos Arroyo, Stormwater Utility Manager, City of Doral
  5. Jeffery Vollat, Project Manager, ADA Engineering, Inc. (non-voting member)
  6. Ernesto Perez, Engineering Consultant, E. A. Perez & Assoc., Inc. (non-voting member)
  7. Gary Fabrikant, Procurement Consultant (non-voting member)

The Committee ranked the firms as follows:

  1. Enco, LLC (1,025 Total Points)
  2. Pac Com, Inc. (621 Total Points)

Enco, LLC (“Enco”), who was selected as the highest ranked Proposer. The Project Approach was very detailed and specific to the project and reflected a clear understanding of the Town's project. The project examples provided for experience with similar project were very similar to the Town's project and clearly demonstrated their experience with the work to be performed. In addition, Enco's price was 70% less than that of the 2nd lowest proposer and is within the project budget.

Pac Comm, Inc. (“PAC”) was selected as the second highest ranked Proposer. The projects identified in their proposal were not as similar to the work to be performed for the Town. One was a drainage project and one was a canal stabilization project that used sheet piling and rip rap, which is different than what is proposed for the Town, which requires the use of stacked geoweb to support the canal banks. In addition, one the projects has not been completed. PAC's Project Approach was lacking in detail and what was provided was not specific to the project. PAC's proposal included numerous inconsistencies or lacking in details. In addition, PAC's price proposal exceeded the construction budget by more than 100%.

Based on the above the Committee has recommended that the Town enter into a contract with the Enco. Construction should commence within 30 days of the execution of the contract and should be completed in the summer of 2017.

ATTACHMENTS:
Description
Resolution
RFP
Evaluation Committee Final Ranking
Town Manager Award Approval
Phase I Map
Agreement