Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

Similar documents
SECTION 3 POLICY & PROGRAM

City of Waterloo, Wisconsin. Request for Proposals. Municipal Engineering Services

General Procurement Requirements

Community Development Block Grant Applicant Guide

Owner s Project Manager Selection

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

FLORIDA DEPARTMENT OF TRANSPORTATION

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS

Procedures for Local Public Agency Project Administration (Revised 5/2014)

Fort Bend Independent School District. Small Business Enterprise Program Procedures

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

RESOLUTION NUMBER 2877

Cambridge Housing Authority Section 3 Policy

Non-Federal Cost Share Match Program Grant Implementation Checklist

$35,750 $40,850 $45,950 $51,050 $55,150 $59,250 $63,350 $67,400

MONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

OVERVIEW OF GRANTS ADMINISTRATION PROCESS

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

REDEVELOPMENT AUTHORITY OF ALLEGHENY COUNTY GAMING ECONOMIC DEVELOPMENT FUND PROGRAM GUIDELINES 2017

SOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011

Below are five basic procurement methods common to most CDBG projects:

PRE-PROPOSAL CONFERENCE

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Uniform Guidance Procurement Requirements for NC Local Governments UNC School of Government Webinar Presentation April 24, 2018

Welcome! OVERVIEW. Uniform Guidance Procurement Requirements for NC Local Governments UNC School of Government Webinar Presentation April 24, 2018

Pre-Award Audit/DBE/Title VI Breakout Session #2

FOR PROFESSIONAL DESIGN SERVICES

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

Seminole Tribe of Florida Native Learning Center Request for Proposals (RFP) Call for Instructors Procedures

Exhibit A. Purchasing Department School District of Osceola County, Florida

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SAN DIEGO POLICE DEPARTMENT PROCEDURE

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Title 24: Housing and Urban Development

CHAPTER 4 PROCUREMENT STANDARDS I. INTRODUCTION... 1 II. GENERAL PROCUREMENT STANDARDS... 1

SAN FRANCISCO HOUSING AUTHORITY PROCUREMENT POLICY

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

Seminole Tribe of Florida Native Learning Center Request for Proposals (RFP) Call for Instructors Procedures

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

Doing Business with Putnam County and the Empire State Purchasing Group

SECTION 9: FORMAL PROCEDURES

CALCASIEU PARISH POLICE JURY PROCUREMENT POLICY TABLE OF CONTENTS

PROCUREMENT POLICY FOR FEDERAL GRANTS

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

BUYING GOODS AND SERVICES

COUNTY OF LOS ANGELES

#NLCU. Lessons Learned from Crisis Leadership

- Thank you for participating in the viewing of the Texas General Land Office s Community Development and Revitalization Program s, or GLO-CDR video

Introduction: A. Scope of Work:

Miami-Dade County Expressway Authority. Policy For Receipt, Solicitation And Evaluation Of Public. Private Partnership Proposals

REQUEST FOR PROPOSAL GRANT WRITING, ADMINISTRATION, AND IMPLEMENTATION OF HOUSING PROGRAMS

CITY OF MIAMI SECTION 3 ECONOMIC OPPORTUNITY PLAN QUESTIONS

Texas Department of Transportation Page 1 of 19 Public Transportation. (a) Purpose. Title 49 U.S.C. 5329, authorizes the

SECTION 3 GUIDEBOOK: POLICIES AND PROCEDURES

The following specific criteria will be evaluated and must be addressed in the proposal:

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

Procedure: Policy: Number: Allowable Uses of Funds and Adherence to Cost Circulars SRC Resolutions and LCAs

PLA Determination Guide for DoD

Section 3 Sample Plan Template

REQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN. National Kidney Foundation of Michigan s Diabetes Prevention Program

EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE OPERATIONAL SERVICES DIVISION

WORKFORCE DEVELOPMENT BOARD Workforce Innovation and Opportunity Act Area 8

Attachment A. Procurement Contract Submission and Conflict of Interest Policy. April 23, 2018 (revised)

REQUEST FOR PROPOSAL (RFP) # FY

OMB Uniform Grant Guidance and NM Procurement

SECTION 3 PROGRAM MANUAL

Request for Proposals for Construction Manager at Risk Watertown Community Center

Updated. The Minimalist s Guide to the New Procurement Standards in 2 CFR Part 200 Uniform Guidance

2016 Community Development Block Grant (CDBG) General Information

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

Grants Management Scenarios

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Procurement. TASN June 23, Presented by: Jackie Cantu, Compliance Coordinator Elizabeth Gonzales, Commodity Operations Director

Informational Workshop How to do Business with the City of Irvine March 31, 2011

The Section 3 Clause. HACSJ Section 3 Form and Explanation (Rev 2013,03.01) Page 1 of 7

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

Membrane Pre-Selection Request For Proposal

How To Do Business With Orange County Public Schools. Procurement Services 445 W. Amelia Street Orlando, FL

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

Social Media Management System

Welcome to the City of Chicago. Department of Procurement Services

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

STANDARD PROCEDURE Number: S410.10

REQUEST FOR PROPOSAL Architectural Design and Engineering Services

Procurement Policies. and. Procedures. Manual

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

ORIGINS OF THE C PROGRAM

City of Mount Rainier

Transcription:

2510.8 SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES :1 OBJECTIVE: To establish a uniform policy and procedure for the acquisition of construction services for the City of Orlando (City), including, but not limited to, streets, highways, curbing, sidewalks, storm and sanitary sewers, lift stations, treatment plants, drainage canals, fire stations, police facilities, recreation centers, parks, playgrounds and playground facilities, that are consistent with the City s Procurement Code and applicable state and federal laws. :2 AUTHORITY: This procedure amended by City Council on January 28, 2013, Item A-3. :3 DIRECTION: The Chief Financial Officer, as an appointed official, serves at the pleasure of, and receives direction from the Mayor. :4 FUNCTIONS: A. Introduction City government, as an institution, has multiple partners including citizens, taxpayers, businesses, visitors, employees, and other governments. As a major institutional, economic, and service force in the region, it is important that the City strengthen relationships with its partners by adopting a clear and comprehensive set of policies and procedures. Furthermore the integrity of the City of Orlando is of utmost importance, and adopting a set of policies is a key element to maintain this integrity. The purpose of this policy is to provide policy direction for the selection of contractors to perform construction projects for the City. B. Construction Delivery Methods Except as otherwise provided in City Code or by applicable policy and procedure, the procurement of construction services that exceed $100,000.00 will require a formal competitive solicitation process such as the Invitation for Bid, Request for Proposal, or Request for Qualification. Construction delivery methods may include, but are not limited to: 1. Design-Bid-Build Format The City may use a Design-Bid-Build format where the City will Policies and Procedures Manual Page 1

develop or contract with a consultant to develop the technical specifications and drawings, after which the City will solicit sealed construction bids in accordance with the City procurement process. 2. Rapid Response The City will execute Rapid Response Contracts to be utilized for minor or emergency infrastructure projects. On a project-byproject basis, the Public Works Director or designee will issue rapid response task orders as allowed under the terms of the contract or as authorized by City Council. All rapid response contractors qualified to perform a particular category of work shall be provided the opportunity to bid on minor contracts. 3. Design-Build Format The City may deliver a construction project using a Design- Build format as defined in Chapter 287.055, Florida Statutes, as may be amended from time to time. This procurement method involves selecting a Design-Builder, responsible for both the design and construction of the project as a single entity. 4. Construction Manager at Risk The City may deliver a construction project using a Construction Manager at Risk (CMR) format. The selection of the successful contractor under this process is based upon procedures allowed under Florida Statues 255.20 and 255.103, as may be amended from time to time. The CMR directs and coordinates the entire project including bidding out all subcontract requirements. C. Implementation of Capital Improvement and Infrastructure Development (CIID) Construction Projects When applicable, the following provisions shall be included in procurement for construction services that are managed by CIID. 1. Responsible Contractor s Policy The following policy language will be added, in the appropriate sections, to all solicitations for construction contracts with an estimated value of at least $100,000. This provision will not apply to consulting or professional service contracts. Construction contracts that are estimated to exceed $100,000 shall also require the Contractor to post a copy of the City s responsible contractor policies at designated location(s) at the job site. Policies and Procedures Manual Page 2

The contractor, including its subcontractors at all tiers, when paying the workers on this project, shall pay such workers an hourly wage, based on classification, for the Orlando region established by the Davis-Bacon Act (40 U.S.C. 276a-7) as supplemented by the U.S. Department of Labor regulations (29 CFR part 5) (hereinafter hourly wage ). Additionally, the contractor shall provide said workers with health benefits. The contractor may satisfy this health benefits requirement by providing workers on the project either, 1) health benefits through a bona fide program, or 2) by increasing the hourly wage by 20%. Evidence of the existence of a bona fide health benefits program, satisfactory to the City, must be submitted to the Public Works Department. Payment of the appropriate wages must be documented in the contractor s progress payment applications through the submission of certified payrolls from the contractor for the duration of the contract. Moreover, the contractor shall require that this provision be included in contracts with all subcontractors at all tiers, and will be held responsible for compliance by any subcontractor or lower tier subcontractor. Notwithstanding the foregoing, the contractor acknowledges and agrees that no hourly wage paid on this project will be less than the living wage referenced in the contract. 2. Apprenticeship Program The following language shall be added, in the appropriate section, to solicitations for construction contracts in which the primary purpose of such contract is the construction of a building, such as a parking garage, community center, or wastewater treatment plant, and the estimated construction cost exceeds $500,000. This provision does not apply to consulting or professional service contracts. The contractor shall comply with the City of Orlando s Apprenticeship Program ( Program ) requirements. The goal of this Program is to have 10% of the contractor s and first and second tier subcontractors work hours sourced from registered State of Florida Pre-Apprenticeship/Apprenticeship Programs, if available. The General Conditions of the Contract Documents provide a listing of the trade positions recognized by the City of Orlando as qualified to meet the intent of this Program and will be credited to meeting the Program goal. The bidder should, at the time of bid opening, submit the name(s) of the registered State of Florida Pre-Apprenticeship/Apprenticeship Program provider(s) that it will utilize. 3. Prohibition on Skilled Workers From Temporary Staffing Policies and Procedures Manual Page 3

For contracts for which the primary purpose is the construction of a building, such as a parking garage, community center or wastewater treatment plant, and the estimated construction cost exceeds $500,000, the construction contract shall prohibit the contactor and subcontractors at all tiers from using skilled workers from temporary staffing firms to provide labor on the project. 4. Independent Contractors Construction contracts that are estimated to exceed $100,000 shall require the contractor and subcontractors at all tiers to classify all of their workers as employees or independent contractors in accordance with the requirements of federal law and regulations. Further, workers who are employees as defined by federal laws and regulations shall not be classified as independent contractors. Contractors and subcontractors at all tiers shall be required to provide written notice of employment status to their workers on the project classified as independent contractors within seven (7) days after award of contract (or within seven (7) days of hiring if hired subsequent to contract award). Documentation demonstrating compliance with this condition for each applicable worker shall be submitted with the first pay request, or for those hired after submittal of the first pay request, with the first pay request submitted subsequent to the worker s hiring. 5. E-Verify Construction contracts that are estimated to exceed $100,000 shall require the contractor and subcontractors at all tiers to utilize the U.S. Department of Homeland Security s E-Verify system, in accordance with the terms governing use of the system, to verify the employment eligibility of all new employees hired during the term of the contract. Documentation of E-Verify confirmation shall be submitted with the first pay request, or for those hired after submittal of the first pay request, with the first pay request submitted subsequent to the worker s hiring. D. Amendments and Change Orders The Public Works Director or designee, by delegation from the CPO, shall negotiate contract amendments and change orders on behalf of the City for construction contracts in accordance with City Code. For smaller construction projects where ten percent (10%) of the original Policies and Procedures Manual Page 4

contract amount is less than the fixed dollar amendment and change order authority granted to the Chief Procurement Officer (CPO) for nonconstruction contracts pursuant to the City Code, the CPO shall have the authority to execute amendments and change orders up to the limits permissible for non-construction contracts. E. Grant Funded Projects For projects that are funded in whole or in part through the use of grant funds, the using agency shall comply with the Grants Policy and Procedure (2320.1). In the event a procurement method other than an Invitation for Bid or Request for Proposal is necessary, the using agency shall obtain prior approval from the grantor to utilize that method. Grant funded projects that exceed $100,000 should be procured through a formal competitive procurement process. For grant funded projects that are $150,000 or less, in addition to any formal solicitation procedure used as set forth in City Policy and Procedure, quotes may be obtained in compliance with the federal simplified acquisition threshold. 1. Records The project file maintained by the Procurement and Contracts Division shall include the solicitation and supporting documents including, but not limited to: a. the specifications and scope of work; b. the notification of solicitation (legal advertisements); c. evaluation criteria (if applicable), meeting minutes (if applicable), and addenda (if any); d. Council Agenda (if required); e. contract and/or task orders; f. a copy of any required certificates of insurance; g. the rationale for the method of procurement; h. the selection of contract type; i. the basis for contractor selection or rejection; j. the basis for the contract price and payment method; and k. other relevant documents supporting the analysis and negotiation of the contract. Policies and Procedures Manual Page 5

2. Ethics In procuring and administering construction services funded by state or federal grants, Procurement and the using agency shall comply with the City s ethics policies, including but not limited to the City s policy and procedure on grants (Policy and Procedure 2320.1) and the conflict of interest provisions contained therein. In addition, with respect to grants funded by the United States Department of Transportation, directly or through the State of Florida, the City shall comply with the requirements of 23 CFR 1.33 regarding conflicts of interest, if applicable to such grants. F. Construction Advertisement Requirements In the procurement of construction services, the following advertising requirements shall be followed in accordance with Florida Statutes Section 255.0525, as may be amended from time to time. 1. The solicitation of competitive bids or proposals for projects estimated to cost more than $200,000 shall be publicly advertised at least once in a newspaper of general circulation in the county where the project is located at least 21 days prior to the established bid opening and at least 5 days prior to any scheduled pre-bid conference. 2. The solicitation of competitive bids or proposals for projects estimated to cost more than $500,000 shall be publicly advertised at least once in a newspaper of general circulation in the county where the project is located at least 30 days prior to the established bid opening and at least 5 days prior to any scheduled pre-bid conference. 3. Grant funded projects will also be advertised in accordance with the grant requirements. G. Contract Negotiations and Contract Extensions 1. Following City Council approval, negotiations, if applicable, will be conducted by the Public Works Director or designee, by delegation from the CPO. 2. The initial contract shall be executed by the CPO or designee after the contractor has executed the contract and submitted all required documents, including bonds. H. Roles During Project Execution 1. The Procurement and Contracts Division shall have the following responsibilities: Policies and Procedures Manual Page 6

a. Maintaining the Procurement contract file documents and original contracts; b. Monitoring insurance and bond requirements; c. Managing of contract modification execution; d. Assembling contractor performance/evaluation reports; and e. Facilitating contractor/city dispute resolution. 2. The using agency shall have the following responsibilities: a. Management of the project by the using agency s project manager responsible for the construction project or consultants working on behalf of the using agency during the construction period; b. Submitting contract modification and change order requests with backup documents to the CPO or designee for execution; c. Verifying and certifying that payment applications (invoices) are correct and consistent with the contract pricing, and submitting those documents for payment in a timely manner; d. Confirming that the Contractor is performing in accordance with contract provisions; e. Ensuring that all work is inspected according to City policy during the construction period; and f. Performing project closeout activities upon the completion of work, and ensuring all disputes have been resolved and that all inspections have been performed. :5 FORMS: None. :6 COMMITTEE RESPONSIBILITIES: None. Policies and Procedures Manual Page 7

:7 REFERENCE: Florida Statutes Chapters 287.055; 255.20; 255.103; 255.0525 and City Code Chapter 7; this policy adopted by City Council December 19, 2012, Item A-3; amended by City Council January 28, 2013, Item A-3. (Superseding former policy section #133.5) :8 EFFECTIVE DATE: This procedure is amended effective January 13, 2013. Policies and Procedures Manual Page 8