Item Coversheet
Town of Miami Lakes
Memorandum

To:Honorable Mayor & Councilmembers
From:Alex Rey, Town Manager
Subject:Recommendation to Award Contracts for Miscellaneous Concrete Work for Sidewalks, Curbs, Ramps, & Associated Infrastructure, ITB 2018-15
Date:6/5/2018

Recommendation:

It is recommended that the Town award contracts to Maggolc, Inc. (“Maggolc”), the lowest responsive bidder as the primary contractor, and R&G Engineering, Inc. (“R&G”), the second lowest responsive bidder as a secondary contractor for ITB 2018-15, Miscellaneous Concrete Work on Sidewalks, Curbs, Ramps, & Associated Infrastructure in an amount not to exceed budgeted funds.

This contract will be used for the repair, replacement, and construction of new sidewalks throughout the Town on an as-needed basis. The contract will be for an initial term of three (3) years with two options to renew for additional periods of two (2) years each.

This fiscal year, $170,000 has been budgeted for the repair and maintenance of existing sidewalk infrastructure, however, if a special assessment is established for the construction of new sidewalks, these contracts can be utilized for that work.

Background:

In addition to the regular repair and maintenance of sidewalks, this contract will be utilized for the construction of new sidewalks, contingent upon available funding. As part of the Strategic Plan and mobility initiatives, the Town is working toward completing and maintaining its sidewalk network. The desired outcome is to have a fully connected sidewalk network that further incentivizes and aids the flow of pedestrian traffic. The initiative entails the construction of approximately 82,000 linear feet of sidewalk with widths ranging from six to ten feet. Funding for certain sidewalks in commercial/industrial areas could be expedited through the establishment of special assessment districts.

On April 27, 2018, the Town issued Invitations to Bid (“ITB”) 2018-15 for Miscellaneous Concrete Work on Sidewalks, Curbs, Ramps, & Associated Infrastructure. The Scope of Work consists of furnishing all labor, materials, machinery, tools, means of transportation, supplies, equipment, and services necessary for the repair, replacement, or construction of sidewalks, curbs, ADA ramps, associated infrastructure, and other miscellaneous structure adjustments and concrete work on an as-needed basis. All work is to be executed in accordance with applicable Town of Miami Lakes, Miami-Dade County and Florida Department of Transportation standards and specifications.

The ITB was posted to DemandStar, where it was advertised to 286 vendors, Public Purchase, where it was advertised to 255 vendors, and posted in the Government Center Lobby.

To qualify for award, prospective Proposers were required to:
1. Possess a current certified license as a General Contractor from the State of Florida, or a Certificate of Competency from the Miami-Dade County's Construction Trades Qualifying Board as a General Engineering Contractor or a Specialty Engineer Contractor; and
2. Provide a minimum of five (5) years of experience performing sidewalk, curb, and gutter repair/replacement work; and
3. Provide at least three (3) verifiable client references demonstrating high quality work on at least three (3) sidewalk, curb, and gutter repair/replacement service contracts of similar size, scope, and value performed within the last five (5) years.

On the date of the proposal deadline, May 18, 2018, we received ten (10) proposals from the following Proposers:
1. Maggolc, Inc. (“Maggolc”) – $1,668,825.00
2. R&G Engineering, Inc. (“R&G”) – $1,983,225.00
3. HG Construction Development and Investments, Inc. (“HG”) – $2,034,900.00
4. Stone Concept Miami, Inc. (“Stone Concept”) – $2,054,102.00
5. Metro Express, Inc. (“Metro”) – $2,132,750.00
6. CEEPCO Contracting (“CEEPCO”) – $2,229,650.28
7. Pabon Engineering, Inc. (“Pabon”) – $2,400,975.00
8. Team Contracting, Inc. (“Team Contracting”) – $2,429,150.00
9. EnviroWaste Services Group (“EnviroWaste”) – $2,617,200.00
10. AUM Construction, Inc. (“AUM”) – $2,967,825.00

Procurement performed a due diligence review of the proposals for responsiveness and found that Maggolc and R&G met all the requirements within the solicitation. Maggolc's and R&G's submittals were complete and included all the necessary supporting documentation. Furthermore, both submittals met the minimum qualifications required and did not have any complaints lodged against the qualifiers' licenses. Procurement also reached out to both Maggolc's and R&G's references and found no significant issues had come up in their past performance. With both bids being complete and no issues with their licenses or past performances, Procurement has concluded that Maggolc and R&G are the lowest responsive and responsible bidders for this solicitation.

In this solicitation, Staff modified the various elements of the contract in response to the Town's experience with the previous contract. For example, the fee for mobilization has been modified to remain a fixed 15% of each Work Order. This change was made to address issues where the mobilization fee in some instances would comprise a significant portion of the Work Order's total cost.

Another change was to allow for price adjustments after each contract renewal. Each price adjustment is capped at the lesser of either 5% or the latest yearly percentage change for Concrete products of the latest Producer Price Index Detailed Report. This change permits contractors to adjust prices to reflect economic changes to their material costs when the Town exercises an option to renew. This should mitigate the risk contractors take on when agreeing to long-term contracts and should accordingly result in lower prices. A comparison of the contract prices from the previous contract to Maggolc's and R&G's prices can be found attached to this Memorandum.

ATTACHMENTS:
Description
Resolution
Price Comparison