HomeMy WebLinkAbout2001-24549 RESO
RESOLUTION NO. 2001-24549"
A RESOLUTION OF THE MAYOR AND CITY COMMISSION
OF THE CITY OF MIAMI BEACH, FLORIDA, AWARDING
A CONTRACT TO TRINTEC CONSTRUCTION, INC.,
PURSUANT TO INVITATION TO BID NO. 40-00/01, FOR
THE CONSTRUCTION OF THE GROUP "A" AND "B" PARK
PROJECTS COMPRISED OF: STILLWATER, CRESPI, LA
GORCE, TATUM, FISHER, AND ISLAND VIEW PARKS, IN
THE AMOUNT OF $468,357; AND FURTHER
APPROPRIATING FUNDS IN THE TOTAL AMOUNT OF
$557,460, FROM THE 1999 GENERAL OBLIGATION BOND
FUND 374, COMPRISED OF: $468,357, FOR THE COST OF
CONSTRUCTION; $33,018, FOR THE CONSTRUCTION
CONTINGENCY; AND $56,085 FOR THE CAPITAL
IMPROVEMENT OFFICE PROJECT MANAGEMENT FEE.
WHEREAS, On July 16, 1997 the Mayor and City Commission approved a Professional
Services Agreement with the firm of REG Architects, Inc., for the design and development of
construction documents for various parks included in the 1994, $15 Million General Obligation Park
Improvement Bond Program; and
WHEREAS, On November 2, 1999, the $92 Million General Obligation Bond was
approved by the Miami Beach voters and funds were added to complete the programs envisioned
in the Parks Bond Master Plan; and
WHEREAS, On June 6, 2001, the Invitation to Bid was issued and 2,351 vendors were
notified, which resulted in 53 requests for plans; and
WHEREAS, On August 14, 2001, the City received two (2) responsive bids and one
(1) non-responsive bid; and
WHEREAS, Regosa Engineering, Inc. and Trintec Construction, Inc were the
responsive bidders and Professional Welding, Inc. the non-responsive bidder; and
WHEREAS, the Administration and the City's Consultant, REG Architects, have evaluated
the bids, and the bidders' references, and determined that Trintec Construction, Inc. is the lowest and
best bidder; and
WHEREAS, funding in the total amount of $557,460 is available from the $92 Million
General Obligation (G.O.) Bond Fund No. 374 for the construction of all six (6) Group "A" and "B"
Parks; construction contingency; and Capital Improvement Office project management fee; and
WHEREAS, the Administration requests that the Mayor and City commission approve
the award of the bid, and authorize the Mayor and City Clerk to execute a contract with Trintec
Construction, Inc" in the amount of$468,357, for the construction of the Group "A" and "B" Parks.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, Ihat the Mayor and City
Commission hereby authorize the Mayor and City Clerk to execute an Agreement between the City
and Trintec Construction, Inc., in the amount of$ 468,357, pursuant to Invitation to Bid No. 40-
00/01, for the construction of the Group "A" and "B" Park Projects comprised of: Stillwater, Crespi,
La Gorce, Tatum, Fisher, and Island View Parks; and further appropriating funds in the total amount
of$557,460 from the 1999 General Obligation Bond Fund 374, comprised of: $468,357, for the cost
of construction; $33,018, for the construction contingency; and $56,085 for the Capital Improvement
Office Project Management Fee.
PASSED and ADOPTED this 5th
<illy ofSepremoc<, 200'1#
MAYOR
~~ r~tt-
CITY CLERK
\\CH2\VOL I\WORK\SALL\DIXCIComm.Memos\A&B-I'HASE 2.doc
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
~ 9~'2--Y'o/
~1MIe
R,
E
G
A
R
c
H
I
T
E
c
T
s
I
N
c
o
R
p
o
R
^
T
!:
D
ARCHITECTURE
August 27, 2001
INTERIOR DESIGN
.
PLANNING
Mr. John Ellis
City of Miami Beach
Procurement Division
Miami Beach, Florida 33139
Attachment 1
Re: Group "A" and "B" Parks Improvements Phase II
Bid Number - 40-00/01 - REG Job No, 97007
Dear Mr. Ellis,
Please be advised REG Architects have received and completed the bid review for the
Group "A" and "B" Parks Improvements - Phase II, Upon our review, the lowest
qualified bidder is Trintec Construction, Inc., with a total base bid of 5468,357.00
for both parks. The grand total swn given by Trintec Construction, Inc. is within the
initial construction budget assigned to this project.
Trintec Construction, Inc. complied with all the requirements stated in the Bid
documents. We have researched this company via Internet and other qualified sources
and obtained the required qualification reconunendations to complete the proposed
projects. We believe Trintec Construction, Inc. has the necessary qualifications to
complete the above assigned Parks as shovm on the Plans and Specifications.
Therefore, we are recommending award of this contract to Trintec COllstruction,
Inc. for the Group "A" and "B" Parks Improvements Phase n.
lfyou require further information and or clarity please do not hesitate to contact us at
your earliest convenience.
Your; Sincerely,
~JJ-
.-- ---~---
.......~...~:.-
Colin Price,
Director of Operations
Cc: Mr. Rick Gonzalez, A.LA. REG President.
Mr. Ed Gonzalez. - Vice President.
120 South Dbdc Hlghwny
PboDe: (SO II 659-2383
Su.lto 201
Wellt Plllm Beach
Florida 3340 1
P'u: 1581) 859-5548
~0/~8'd 9~SS 5SS !5S
S1J3J.IHJoo :J30
6~:S: 100G-eG-S~~
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
http:\\ci.miami-beach,f1,us
TO:
FROM:
SUBJECT:
COMMISSION MEMORANDUM
Mayor Neisen O. Kasdin and
Members ofthe City Commission
DATE: September 5, 2001
Jorge M. Gonzalez~, .,~
City Manager (j~ 0
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AWARDING A CONTRACT TO TRINTEC
CONSTRUCTION, INC., PURSUANT TO INVITATION TO BID NO. 40-00/01,
FOR THE CONSTRUCTION OF THE GROUP "A" AND "B" PARK
PROJECTS COMPRISED OF: STILLWATER, CRESPI, LA GORCE, TATUM,
FISHER, AND ISLAND VIEW PARKS, IN THE AMOUNT OF $468,357; AND
FURTHER APPROPRIATING FUNDS IN THE TOTAL AMOUNT OF $557,460,
FROM THE 1999 GENERAL OBLIGATION BOND FUND 374, COMPRISED
OF: $468,357, FOR THE COST OF CONSTRUCTION; $33,018, FOR THE
CONSTRUCTION CONTINGENCY; AND $56,085 FOR THE CAPITAL
IMPROVEMENT PROJECTS OFFICE MANAGEMENT FEE.
ADMINISTRATION RECOMMENDATION:
Adopt the Resolution.
FUNDING:
Funding in the total amount of$557,460, is available as follows:
Group "A" Parks
Stillwater Park
Crespi Park
La Gorce Park
Subtotal
$106,604.15
$103,595.70
$40,291.05
$250.490.90
Group "B" Parks
Tatum Park
Fisher Park
Island View Park
Subtotal
Total
$86,741.84
$87,843.70
$132,383.56
$306,969.10
$557.460.00
AGENDA ITEM
c.7/4
1-S-0(
DATE
ANALYSIS
On July 16,1997, the Mayor and City Commission approved a Professional Services Agreement with the firm
of REG Architects, Inc., for the design and development of construction documents for various parks included
in the 1994, $15 Million General Obligation Parks Improvement Bond Program.
On November 2, 1999, the Miami Beach voters approved the $92 Million General Obligation Bond and
funds were added to complete the programs envisioned in the Parks Bond Master Plan.
On June 6, 2001, the Invitation to Bid No. 40-00/01 was issued. 2,351 vendors were notified which resulted
in 53 requests for plans and specifications. A pre-bid conference was held on June 29, 2001. On August 14,
200 I, the City received two (2) responsive bids and one (1) non-responsive bid, they are as follows:
_ Regosa Engineering, Inc. (responsive)
_ Trintec Construction, Inc. (responsive)
. Professional Welding, Inc. (non-responsive)
Professional Welding, Inc's bid is deemed non-responsive based on the fact that no quotes were submitted for
La Gorce, Fisher, and Island View Parks.
The bid documents included a number of Additive Alternates. They are as follows:
Group A Parks
Alternate No.1: (for Stillwater and Cresoi)
. 6' Painted Steel Picket Fence & Concrete Columns (Base Bid includes a 5' Painted Steel Picket Fence)
Alternate No 1: (for La Gorce)
_ Galvanize Dip all Fence Material
Alternate No 2: (for Stillwater. Cresoi)
_ Galvanize Dip all Fence Material
, 5' Fence
. 6' Fence
Alternate No 2: (for La Gorce Park)
. Unit Paver Parking Area with Concrete Curb
Group B Parks
Alternate No.1: (for Tatum Park)
. 6' Painted Steel Picket Fence & Concrete Columns (Base Bid includes a 5' Painted Steel Picket Fence)
Alternate No 1: (Fisher and Island View Parks)
. Galvanize Dip all Fence Material
Alternate No 2: (Tatum. Parks)
. Galvanize Dip all Fence Material
. 5' Fence
_ 6' Fence
The Bid Tabulation (Table I) indicates the bids received for all six (6) parks.
TABLE 1
Park Trintec Construction Professional Welding, Regosa Engineering
Inc.
Stillwater Park Base Bid $73,888.84 Base Bid $114,800.00 Base Bid $99,228.00
Add Alternate # 1 $113,529.84 $157,200.00 $86,400.00
Add Alternate #2a $16,148.00 $114,800.00 $14,389.00
Add Alternate #2b $18,029.00 $117,600.00 $17,267.00
Crespi Park Base Bid $74,088.84 Base Bid $113,200.00 Base Bid $98,454.00
Add Alternate # 1 $113,729.84 $156,150.00 $86,400.00
Add Alternate #2a $16,148.00 $113,200.00 $14,400.00
Add Alternate #2b $18,029.00 $116,900.00 $18,000.00
Tatum Park Base Bid $63,518.36 Base Bid $83,800.00 Base Bid $80,040.00
Add Alternate # I $101,523.36 $110,160.00 $69,000.00
Add Alternate #2a $12,845.00 $83,800.00 $11,421.30
Add Alternate #2b $14,341.00 $84,960.00 $13,560.05
La Gorce Park Base Bid $31,256.44 Base Bid $72,048.00
No Bid Submitted
Add Alternate #1 $4,237.00 $49,306.40
Add Alternate #2 $12,872.00 $5,650.00
Fisher Park Base Bid Base Bid
$102,151.04 No Bid Submitted $127,887.60
Add Alternate # 1
$5,922.00 $5,650.00
Island View Park Base Bid Base Bid
$123,453.48 No Bid Submitted $168,504.00
Add Alternate # 1
$5,115.00 $3,780.00
Grand Total Base Bid $468,357.00 $311,800 646,161.00
The bidders' proposals include all labor, materials, equipment and supervision necessary to complete the Group
"A" and "B" parks in accordance with the technical specifications and drawings. The contract includes the cost
of all material, equipment, and supplies furnished, completed, and in place and ready for service, including
all tie in work, testing, labor, permit fees, taxes, insurance, miscellaneous costs, overhead and profit. The work
on the Group "A" and "B" Parks is to be completed under a single prime contract. The contract document
stipulates that the contractor shall attain substantial completion on all six (6) parks within one hundred twenty
(120) calendar days after the date of issuance of the Notice to Proceed. Additionally, the project must be
completed and ready for final payment thirty (30) calendar days following the substantial completion date.
The Scope of Work encompasses the construction of the following:
Stillwater. Cresoi. and Tatum Parks
. 5' decorative picket fences.
Fisher Park
. 4'_5" decorative fencing, parking pavers, landscape and irrigation.
La Gorce Park
. 4'_5" decorative fencing, parking pavers, and landscape.
Island View Park
3'_6" decorative fencing around the tot lot area, and a shade pavilion.
The Administration and the City's Consultant, REG Architects, have evaluated the bids, and the
bidders' references. Trintec Construction, Inc. was determined to be the lowest and best bidder. Trintec
Construction Inc's Base Bid for all six (6) parks in Group "A" and "B" is $468,357 (Table 2).
TABLE 2
Park Trintec Construction
Base Bid
Stillwater Park $73,888.84
Crespi Park $74,088.84
Tatum Park $63,5 I 8.36
La Gorce Park $31,256.44
Fisher Park $102,151.04
Island View Park $123,453.48
Grand Total $468,357.00
Taking into consideration the evaluation of the three (3) bids conducted by City staff and the City's Consultant,
REG Architects, (Attachment I), the Administration recommends the award of the Base Bid for all six (6)
parks, and the adoption of the Resolution by the Mayor and City Commission, approving the award of the
contract to, Trintec Construction, Inc., in the amount of $468,357, for the construction of the Group "A" and
"B" Parks; and further appropriating funds in the total amount of$557,460, from the General Obligation
Bond Fund 374, comprised of: $468,357, for the cost of construction; $33,018 for the construction
contingency; and $56,085 for the Capital Improvement Office Project Management Fee.
.~
2.doc