Loading...
Resolution 2018-30319 RESOLUTION NO. 2018-30319 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A WORK ORDER WITH TEAM CONTRACTING INC., IN THE NOT TO EXCEED AMOUNT OF$122,472.25 FOR THE SOUTH POINTE PARK—PEDESTRIAN WALKWAY IMPROVEMENT PROJECT, WHICH INCLUDES NON-PRE-PRICED ITEMS IN THE AMOUNT OF $88,307.01, UTILIZING THE COMPETITIVELY BID NATIONAL JOINT POWERS ALLIANCE (NJPA) COOPERATIVE CONTRACT, WITH PREVIOUSLY APPROPRIATED FUNDING. WHEREAS, the renovation of the South Pointe Park, which included the installation of a pedestrian walkway along the south side of the park, was completed in 2009, with four locations along the pedestrian walkway where access is provided to the grassy area below; and WHEREAS pedestrians and cyclists however, are not appreciating the change in grade at the ramps, or "cutwalks" and the walkway's edge, resulting in accidents; and WHEREAS, on July 27, 2017, the City engaged the services of Craven Thompson and Associates, Inc. to analyze and develop different options to address the grade differential situation in the dual ramps along the east side of the walkway; and WHEREAS, the consultant determined that installation of barriers and/or warning signs for pedestrians or cyclists at the locations in question will help in eliminating or permanently resolving the issue of pedestrians and cyclists not appreciating the change in grade at the ramps, cut-walks and walk-way edge; and WHEREAS, the report by Craven Thompson provided five options for providing a code compliant solution which would serve as a visual and physical barrier for the change in elevation at the edge of the walkway, at the aforementioned locations; and WHEREAS, after a detailed analysis of the different alternatives, the City selected an option which includes the installation of 64—coral rock benches, 16 at each of the four locations, at the edge of the walkway; and WHEREAS, this option harmonizes with the aesthetics of the park and matches with the character of the neighborhood, with the coral rock matching the coral rock already installed at the edge of the walkway, stainless steel domes in the existing pavement at the beginning of the sloped walkways, and the benches serving as a seating area along the walkway; and WHEREAS, the Planning Department reviewed the proposed installation and concurs with this application; and WHEREAS, on April 23, 2015, the City Commission authorized the Administration, for projects up to $250,000, or emergency awards exceeding $250,000, to be acquired through the Gordian Indefinite Quantity Contract(IQC) process as a means of expediting small or emergency projects with the approval of the City Manager; and WHEREAS, the IQC process, which is used extensively by local, state and federal governmental agencies throughout the United States, expedites the delivery of construction projects and the City, as a governmental agency, is authorized to utilize the IQC process for construction services competitively awarded by the National Joint Powers Alliance (NJPA) to the Gordian Group, the Managers of IQC; and WHEREAS, the Gordian Group, in the IQC process. established a fixed price Construction Task Catalog (Catalog)for a wide range of construction activities; and WHEREAS, in the interest of time, the City has chosen to expedite this project and utilize the Indefinite Quantity Contract (IQC) process; and WHEREAS, through the NJPA process, Team Contracting, Inc. was identified as the contractor that has the qualifications and experience in performing the identified scope; and WHEREAS, on January 24, 2018,the City and the Gordian Group met with the contractor to review the scope for the project and on May 04, 2018, after negotiations, the Contractor submitted a revised bid proposal, utilizing the NJPA cooperative contract system in the amount of $122,472.25 for the installation of the coral rock benches; and WHEREAS,the original scope of work included the installation of the coral rock benches, which are a Non-Pre-Priced (NPP) item in the Catalog and in such cases, the NJPA contract requires that the Contractor seeks a minimum of three (3) quotes for the NPP; and WHEREAS, the Contractor received three quotes, the lowest one in the amount of $88,307.01; and WHEREAS, the IQC proposal received is within the $250,000 threshold limit approved by the City Commission for projects through the NJPA IQC process, but, since the value of the non-pre-priced items exceeds the $50,000 authority of the City Manager, the approval of the City Commission is required to award the Project through the IQC process; and WHEREAS, the cost proposal was reviewed and analyzed by the Consultant (Craven Thompson), CIP and the Gordian Group and was found to be fair and reasonable; and WHEREAS,the Administration recommends, as being in the City's best interest, to award the Project to Team Contracting, Inc. through the IQC process, in the not to exceed amount of $122,472.25, including the Non-Pre-Priced items in the amount of$88,307.01. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA that the Mayor and City Commission approve and authorize the City Manager to execute a work order with Team Contracting Inc., in the not to exceed amount of $122,472.25 for the South Pointe Park — Pedestrian Walkway Improvement Project, which includes non-pre-priced items in the amount of $88,307.01 utilizing the competitively bid National Joint Powers Alliance (NJPA) cooperative contract, with previously appropriated funding. PASSED and ADOPTED this G day of Jens. , 2018. __CT.DAN I3ELBER, MAYOR B ATTEST: F ' V"'. j"'-- h. -P• VA n Y ` APPROVED AS TO i FORM &LANGUAGE < \J L51- 20 t Y „ "�' * &FOR EXECUTION RAFAEL . GRANADO, CITY CLER 'k 1t;�c ?I, cr., 5 -3tfrid Resolutions - C7 B MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: June 6, 2018 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A WORK ORDER WITH TEAM CONTRACTING INC., IN THE NOT TO EXCEED AMOUNT OF $122,472.25 FOR THE SOUTH POINTE PARK - PEDESTRIAN WALKWAY IMPROVEMENT PROJECT, WHICH INCLUDES NON- PRE-PRICED ITEMS IN THE AMOUNT OF $88,307.01, UTILIZING THE COMPETITIVELY BID NATIONAL JOINT POWERS ALLIANCE (NJPA) COOPERATIVE CONTRACT, WITH PREVIOUSLY APPROPRIATED FUNDING. RECOMMENDATION The Administration recommends adopting the Resolution. ANALYSIS The renovation of the South Point Park, which included the installation of a pedestrian walkway along the south side of the park, was completed in 2009. There are four locations along the pedestrian walkway where access is provided to the grassed area below. Pedestrians and cyclists, however, are not realizing the change in grade at the ramps or "cut-walks" and the walkway's edge, resulting in accidents. On July 27, 2017, the City engaged the services of Craven Thompson and Associates, Inc. to analyze and develop different options to address the grade differential situation in the dual ramps along the waterside of the walkway. The consultant determined that installation of barriers and/or warning signs for pedestrians or cyclists at the locations in question will help in eliminating or permanently resolving the issue of pedestrians and cyclists not realizing the change in grade at the ramps, cut-walks and walk-way edge. The report by Craven Thompson provided five options for providing a code compliant solution which would serve as a visual and physical barrier for the change in elevation at the edge of the walkway, at the mentioned locations. After a detailed analysis of the different alternatives, the City selected an option which includes the installation of 64 — coral rock benches, 16 at each of the four locations, at the edge of the walkway. The option harmonizes with the aesthetics of the park and matches with the character of the neighborhood. The coral rock was selected to match the coral rock already installed at the edge of the walkway. Stainless steel domes would also be installed in the epsting pavement at the beginning of the sloped walkways. The benches would also serve as a seating area along the walkway. The Planning Department reviewed the proposed installation and concurs with this application. Page 430 of 1103 On April 23, 2015, the City Commission authorized the Administration, for projects up to $250,000, or emergency awards exceeding $250,000, to be acquired through the Gordian Indefinite Quantity Contract (IQC) process as a means of expediting small or emergency projects with the approval of the City Manager. The IQC process, which is used extensively by local, state and federal governmental agencies throughout the United States, expedites the delivery of construction projects. The City, as a governmental agency, is authorized to utilize the IQC process for construction services competitively awarded by the National Joint Powers Alliance (NJPA) to the Gordian Group, the Managers of IQC. The Gordian Group, in the IQC process, established a fixed price Construction Task Catalog (Catalog) for a wide range of construction activities. When a construction project is identified, the Gordian Group, City staff and the contractor negotiate a proposal by selecting from the Catalog any activities and quantities applicable to the project. In the interest of time, the City has chosen to expedite the South Pointe Park— Pedestrian Walkway Improvement Project (the "Project') and utilize the IQC process. Through the IQC process, Team Contracting, Inc. ("Contractor") was identified as the most qualified and experienced contractor to complete the identified scope. On January 24, 2018, the City and the Gordian Group met with the Contractor to review the scope for the Project. On May 04, 2018, after negotiations, the Contractor submitted a bid proposal, utilizing the Catalog in the amount of$122,472.25 for the installation of the coral rock benches. However, the original scope of work included the purchase of the coral rock benches which are a Non-Pre-Priced (NPP) item in the Catalog. In such cases, the NJPA contract requires that the Contractor seeks a minimum of three (3) quotes from independent subcontractors for the NPP Subsequently, the Contractor received three quotes, the lowest one being in the amount of $88,307.01. The IQC proposal received does not exceed the $250,000 threshold limit approved by the City Commission for projects through the NJPA IQC contract award. However, since the value of the NPP items exceeds the $50,000 authority of the City Manager, the approval of the City Commission is required to award the Project through the IQC process. The cost proposal was reviewed and analyzed by the consultant, CP and the Gordian Group and was found to be fair and reasonable. Therefore, the Administration believes that it is in the City's best interest to award the Project to Team Contracting, through the IQC process, in the not to exceed amount of $122,472.25, which includes Non-Pre-Priced items in the amount of $88,307.01, with previously appropriated funds. CONCLUSION The Administration recommends adopting the Resolution. Amount 1 $122,472.25 Account 1 South Pointe Capital 389-0820-067357-00- 410-546-00-00-00-29430 Total 5122,472.25 Legislative Tracking Capital Improvement Projects ATTACHMENTS: Description ❑ Resolution Page 431 of 1103 ❑ Attachment A- Team Contracting Proposal Page 432 of 1103 Work Order Signature Document s ' F AN CiROU NJPA EZIOC Contract No.: FLO4UG3-051716-TCI X New Work Order Modify an Existing Work Order Work Order Number 056041.00 Work Order Date: 05/04/2018 Work Order Title. Miami Beach South Point Park Pedestrian Walkway Proposal Owner Name. City of Miami Beach Contractor Name. Team Contracting. Inc. Contact: Pilar Caurin Contact: Daniel Gell Phone. 305-673-7071 Phone. 305 207.9799 Work to be Performed Work to be performed as per the Final Detailed Scope of Work Attached and as per the terms and conditions of NJPA EZIQC Contract No FLO4UG3-051716-TCI. Brief Work Order Description: South point park- Pedestrian Walkway Proposal Time of Performance Estimated Start Date. 05/07/2018 Estimated Completetion Date: 05/21/2018 Liquidated Damages Will apply: Will not apply: X Work Order Firm Fixed Price: $122,472.25 Owner Purchase Order Number Approvals Jimmy L. Morales, City Manager Dale Contractor Date David Martinez, P.E., CIP Director Date Work order Signature Document Page 1 of 1 8/42018 Page 435 of 1103 w I C Detailed Scope of Work 1taL eoaoln n- GROUP To: Daniel Gell From: Pilar Caurin Team Contracting Inc. City of Miami Beach 13911 SW 42nd St. Suite 209 1700 Convention Center Drive Miami, FL 33175 Miami Beach. FL 33139 305 207.9799 305-673-7071 Date Printed: May 04, 2018 Work Order Number: 056041 00 Work Order Title: Miami Beach South Point Park Pedestrian Walkway Proposal Brief Scope: South point park-Pedestrian Walkway Proposal Preliminary Revised X Final The following items detail the scope of work as discussed at the site.All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. Installation of 2'h x 2'w Solid Keystone Coral Bench Total 320 LF Installation of Stainless Steel Tactile Domes 2'x5'are per ramp qty 1800 Subject to the terms and conditions of LOC Contract FL04UG3-051716-TCI. Contractor Date Jimmy L. Morales. City Manager Date David Martinez, P.E.,CIP Director Date Scope of Work Page 1 of t 5/4/2018 Page 436 of 1103 Contractor's Price Proposal - Summary Date: May 04.2018 Re: ICC Master Contract#. FLO4UC3-051716-TCI Work Order#: 056041 00 Owner PO# Title: Miami Beach South Point Park Pedestrian Walkway Proposal Contractor Team Contracting.Inc. Proposal Value: $12247225 bench $101,889.33 domes $20,582.92 Proposal Total $122,472.25 Thisl total represents the correct total for the proposal. Any discrepancy between line totals. sub-totals and the proposal total is due to rounding. The Percentage of NPP on this Proposal: 76.14% Contractors Price Proposal-Summary Page 1 of 1 5/4/2018 Page 437 of 1103 Contractor's Price Proposal - Detail Date: May 04 2018 Re: IOC Master Contract#. FL04uc3-051716 TCI Work Order#: 056041 00 Owner PO#' Title Miami Beach South Point Park Pedestrian Walkway Proposal Contractor: Team Contracting.Inc Proposal Value $122 472 25 Sect. Item Mod UOM Description Line Total Labor Equip. Material (Excludes) bench I 01 22 20 000034 HR Tile LayerFor tasks not included in the Construction Task Catalog®and as $9,56073 directed by owner only Quantity Unt Price Factor Total Installation160 00 x 45 04 x 1 3267 - 9 580 73 Install materials 8 install Heavy Duty Keystone slabs 2 01 22 23 000009 DAY 3,000 P51 Pressure Washer With Full-Time Operator 5370.96 Quantity Uml Price Factor Total nstallation100 v 20564 k 1.3267 37890 Clean walkways 3 01 22 23 000925 DAY 5,000 LB Telescopic Boom.Hi-Reach.Rough Terrain Construction Forklift With $2,24093 Full-Time Operator Quantity Unit Price Facto- Total Installation200 x 84455 x 13267 2,24093 delivery and handling of Keystone 4 01 22 23 001198 DAY 8-12 Ton Capacity 16'Bed v 2 Flat Bed Truck With Full-Time Truck Driver $1.11593 Quantity Unit Price Factor Total msaltat°" 100 84113 x 13267 - 1.115.93 Delivery of Keystone 5 01 71 13 000002 EA Equipment Delivery Pickup.Mobilization And Demobilization Using A Rollback $28577 Flatbed Truckl ncludes delivery of equipment offloading on siterigging. dismantling,loading and transporting away.For equipment such as trenchers. skid-steer loaders(bobcats),industrial warehouse forklifts sweepers scissor platform lilts,telescoping and articulating boom manlifts with up to 40' boom lengths.etc. Quantity Unit Price Factor Total Installation1 Oo x 215 40 x 1 3267 285.77 delivery of forklift 6 32 00 00 00 0003 SF Keystone 24"high x 24 wide. i $88,30701 Ouanmy Unit Price Factor Total NPP Installation - 88.307(01 54000 z 11]]0_ . 1.1723 Includeasales tax Subtotal for bench $101,889.33 domes 7 01 22 20 00 0006 HR CarpenterFor tasks not included in the Construction Task Catalog®and as 5409.37 directed by owner only. Quantity Unit Price Factor Total Installation800 x 38.9 k 13267 409.37 layout of1.800 tactile domes as per specs 8 0505 19 000184 EA 3/B"Chemical Adhesive For Bolt,Dowel Or Threaded Rod $1523582 Quantity Unit Price Factor Total Installation1 800.00 x 6.38 x 1.3267 - 15 235 82 For install of SS tactile domes Contractor's Price Proposal-Detail Paye 1 oft 5/4/2018 Page 438 of 1103 Contractor's Price Proposal - Detail Continues.. Work Order Number: 056041.00 Work Order Title: Miami Beach South Point Park Pedestrian Walkway Proposal domes 9 32 00 00 000004 EA Stainless Steel Tactile Dome 34,937.73 NPP Quantity Un1tPrce Factor Total Installation 1,800.00 x 2.34 1.1723 - 4.93]73 includes sales tax Subtotal for domes $20,582.92 Proposal Total $122,472.25 This total represents the correct total for the proposal. Any discrepancy between line totals. MI biota's and the proposal total is due to rounding. The Percentage of NPP on this Proposal: 76.14% contractors Price Proposal-Detail Page 2 oft 5/4/2018 Page 439 of 1103 ®IQC Subcontractor Listing THE wnolnN CROUP Date: May 04,2018 Re: ICC Master Contract#: FLO4UG3-051716 TO Work Order#: 056091 00 Owner PO#: Title: Miami Beach South Point Park Pedestrian Walkway Proposal Contractor Team Contracting.Inc Proposal Value $122472.25 Name of Contractor Dukes Amount No Subcontractors have been 3000 000 selected for this Work Order Subcontractor Listing Page 1 of 1 5/4/2018 Page 440 of 1103 Option 2 proposes a 2'x2' keystone coral ' .'q"b �+ seatwall to act as a solid barrier for the drop off at the sloped areas and provide 1 addidonal seating areas on the walkway „,v x a _ , • ,-,--,-,77.. ..;- _ — -J.-.:.At 2' in height the wall will have minimal wW r- impacts on views from the lawn areas to the inlet, and have no impact to any users on the walkway. Keystone coral is proposed so that the seatwall will tie _ in with the existing walkway design ander .� r: s materials. The width of the seatwall and ` � � joint spacing will also match the existing - k ” "> paving to further connect the seatwall to - 1 the walkway. To alleviate any concerns • t; .r t. regarding skateboarders or sleepers, EXISTING VIEW alternatng heights, grooves, or stainless- steel studs can be considered for the x ` seatwall. , • C4 ,I 2 1, ✓� t.. w PROPOSED VIEW SLEEP DETERRENT OPTIONS: e GROOVE STAINLESS STEEL STUD ALT. HEIGHTS walkway- option 2 CRAVENTT /.. THOMPSON ry Page 441 of 1103 Ol/a AND ASSOCIATES (KEYSTONE) ¶ KEYSTONE PRODUCTS, INC. 1414 NW 3Aoe FIor'd G19 FL 3,--034 Phone 1305, 245-4513 ' Fax 139 245-8553 BID DATE: CUSTOMER NAME - I b ti 1( I,ti2 PHONE: _' S L 7 ,1 77`/ JOB: MATERIALS: A\ 1.A � ' nXq ) z l i 1_ j6 _ L 4-1.7 )Ls " k 02Y4 667 �( < C <t � IiO(-; Sat' k bT1)1-s, (7-6/ “,e I re( Ir. 5-710/ [ it)) ("{-12< (L 5 Ace f LSV[lCc eir2 _Sri /f5 /��1� L1 /t,0 I (i6G- --_--age 442 of 1103---_-- QUOTE Date Quote:# = - - 2/15/2018 2359 10605 P W 186 net Cutler Bay.Pi33157 3052552818(HTcc 305 255 2847 Fax Customer Shp To l cam Coatraci mg Customer Phone - Project Customer E-mail Terms Rep 305-307-9799 cbattn.-,1 a n cc r uting.com-.gen_ COD C Item Qty U/M Class Rate Total Oo te 24 H x 24"W X 60"1- 64 ca 500.00 32�(1HIS OOT "Bqualc 320 LP" Kmvtone 24"IIx 24"W x 60"1. 64 ca 1,100.00 70.400.001 **Equals 320 u" x 'y .17U —7 "f 4 ,qJ k I d d1 - n3� is o1 R ncposv is nceacd in order to begin fabricating- Allow 2-3 wcck lead time* Sales Pae 706 0 7.$50 II it By signing below von agree to all terms and conditions on the back of Total 'F10 . 68.00 this quote. Signature Page 443 of 1103 1ic.: Sutton Brick & Stone. Inc. where Florida outdoor living...begins P.O. Box 292460, Davie, FL 33329-2460 954-472-7646 Quotation January 31, 2018 To: Miami Beach Capital Improvement Projects Office Attn: Colette Satchel) From: Paul Sutton Project: Miami Beach Parks Project Material & Prices: as follows Dominican Coral Benches with eased edges on top 1) 24" x 24" x 60" $1,620.00 Each 2) 20" x 24" x 60" $1,400.00 Each Note: Prices above are FOB job site delivered. To be installed by others. Payment terms to be decided. Note: Prices above are FOB Sutton Brick&Stone's Fort Lauderdale yard and do not include applicable sales tax. This is a special order quotation which requires a 50%special order deposit. Balance is due when the material arrives in our Fort Lauderdale yard. All material special ordered must be purchased in its entirety. In the event of collections or default of order buyer will be responsible for all fees including attorney fees. Sutton Brick and Stone's Terms and Conditions(attached)apply to this quotation. For all past due balances buyer is subject to interest at the rate of 17.%per month. This quotation is valid for 30 days. THANKS FOR ALLOWING US THE OPPORTUNITY TO QUOTE YOU ON THIS PROJECT. Paul Sutton Accepted by: Date: Page 444 of 1103 PGF Corporation P.O. Box 1300 APOPKA, FL 32704 US (407) 886-6666 corporation ESTIMATE ADDRESS SHIP TO ESTIMATE p 1016 Chessa Batte Chessa Bette DATE 04/12/2018 Team Contracting Inc Team Contracting Inc EXPIRATION DATE 04/30/2018 13911 SW 42nd Street 13911 SW 42nd Street Suite 209 Suite 209 Miami, FL 331754 USA Miami, FL 331754 USA ACTIVITY OTY RATE AMOUNT Sales 1,800 2.75 4,950.00 Access Products Stainless Steel Tactile Domes Freight 1 210.00 210.00 Freight TOTAL $5,160.00 Accepted By Accepted Date Page 445 of 1103 aV T K• .Jt1LhJ SUPPLY- CONSTRUCT/ON SUPPLY 2007 NW 15TH AVE POMPANO BEACH,FL 33069 954-979-3030 JOEL.DIAZ(OHDSUPPLY.COM CUSTOMER: TEAM CONTRACTING NAME: CHESSA BATTLE F.O.B. Sales Quote JOB: PENDING ADDRESS: Quote Prepared By: JOEL DIAZ CITY: Date: 09/11/2018 1 Material Description Size Quantity Unit Price Extension SS TACTILE DOME EA 1800 $2.35 $4,230.00 ESTIMATED SHIPPING EA 1 $175.00 $175.00 Notes: Total Sale Items $4,405.00 Tax TBD age 446 U 4403 Total $4,405.00 Quantities are for estimating purposes only and subject to actual iob requirements. JOHN ABELL CORPORATION QUOTE 7A, WHOLESALE BUILDING MIAMI, MATERIALS-1 PO BOX 971297ALE MIAMI, FLMI FL 331 7 10500 SW 186 ST MIAMI. FL 33157 Numberl 037778Phone: 305-253-4440 Fax: 305-251-2687 Email, sales@johnabellcorp.cam Date '03/16/2018 Website'. www.johnabellcorp.cost I Page 1 Ship To: TEAM CONTRACTING,INC. Bill To: TEAM CONI RAC'LNG,INC. SAME 13911 SW 42 STREET 4443 13911 SW 42 STREET 1SUI1' SCOTT4209 I SUEN 209 � MIAMI,EL 33175 1I MIAMI,PL 33175 Reference# Expires I Slsp Terms Wh Freight I Ship Via RUDY NONE 9 NET 10TH OF MTII 01 I PRE/ADD OUR TRUCK Quoted By.I JA4 I Quoted To: JULIO BASTISTA Item I Descnptien UM Extension _._�. _._ Qideretl UM Prise DOMES SAFETY WARNING TACTILE DOMLS 1800 EA 2.190 EA 3942.00 STAINLESS STEEL i I I it ,f4erchandiseI MieTaxl Freight Total 394200 L .00' 2_75.9411144 AO 4217.94 **** ALL PRICES ARE SUBJECT TO CHANGE WITHOUT NOTICE TO ADJUST ANY CHANGES IN MANUFACTURERS PRICES OR FREIGHT RATES ***** Last Page Ci#taddieftd t