C2C-Award Contract ITB No 014-2013TC Demolition Of Normandy Shores Park BuildinCOMMISSION ITEM SUMMARY
Condensed Title:
Request for Approval to Award a Contract Pursuant to Invitation to Bid (ITB) No. 014-2013-TC for the
Demolition of the Normand Shores Park Buildin .
Key Intended Outcome Supported:
Ensure quality and timely delivery of capital projects
Supporting Data (Surveys, Environmental Scan, etc.): The 2009 Customer Satisfaction Survey
indicated that 79% of businesses rated recently completed capital improvement projects as "excellent"
or "good."
Issue:
J Shall the City Commission award the contract?
Item Summary/Recommendation:
As part of the FY 09/10 Capital Budget, the Parks and Recreation Department was approved funding in
the amount of $135,500 to replace the existing playground that was beyond repair at the Normandy
Shores Park. The funding request proposed the complete replacement of the playground, safety
surface, new fencing, furniture, fixture, and equipment. Prior to replacement of existing structures, it is
necessary to complete the demolition work, the removal of demolition materials and disposal of
materials and related work on the existing structures.
To achieve the desired scope, Invitation to Bid (ITB) 014-2013-TC was issued on May 22, 2013, with an
opening date of June 13, 2013. The solicitation was advertised and notices were released to
prospective bidders, of which 12 downloaded the solicitation. Bids were received from three (3) bidders.
After staffs review of the bids received, LCN Group, Inc. (LCN) was initially deemed the lowest
responsive, responsible bidder. On July 17, 2013, the Commission approved award to LCN as the
lowest and best bidder, pursuant to ITB 014-2013-TC.
Since City Commission approval of the award to LCN, staff has been attempting secure the required
surety bonds from LCN. At the request of LCN, on September 13, 2013, the City issued a two (2) week
extension to LCN Group, Inc. to be able to secure the required surety bonds. To date, LCN has not
responded to the City's request for the surety bands or an update on the process. Accordingly, an
December 20th, 2013, the City issued a Notice of Termination of Contract Execution Proceedings to
LCN Group, Inc. (Attachment "A") due to their inability to obtain the required surety bonds. Contract
execution proceedings have been therefore terminated. Award is now being recommended to the
second lowest, responsive, and responsible bidder to the ITB, Chin Diesel, lnc.(Chin). Chin has agreed
to hold the pricing submitted in their response to the ITB.
RECOMMENDATION
Due to the default of the first lowest, responsive, and responsible bidder, LCN Group, Inc., the
Administration recommends the award of the contract to Chin Diesel, Inc., the second lowest,
responsive, and responsible bidder pursuant to Invitation to Bid (ITB) 014-2013-TC, for the demolition of
the Normandy Shores Park Building, in the amount of $45,232; plus approve a project contingency of
10% for a not-to-exceed grand total of $49,756; further authorizing the Administration to engage in value
enqineering to further reduce the cost and time for completion of said project.
Advisory Board Recommendation:
IN/A
Financial Information:
Source of
Funds:
OBPI
Amount
1 $42,932
2 $4,542
fA ~ 3 $2,300
f--' ~ Total $49,756
Financial Impact Summary: N/A
MIAMI BEACH
Account
302-2019-069357 {Construction Fund)
302-2019-069358 {Contingencies Fund)
302-2019-000674 (Architect & Engineering Fund)
69
er
lition -Summary.doc
AGENDA ITEM _C_;?t:..__C. __
DATE /-IS"-/C(
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibeachfl.gov
TO:
COMMISSrMORANDUM
Mayor Philip Levine and Members f the City mmission
FROM: Jimmy L. Morales, City Manager rr---......
DATE: January 15, 2014
SUBJECT: REQUEST FOR APPROVAL 0 AWARD A CONTRACT, PURSUANT TO
INVITATION TO BID NO. 0 4-2013TC, FOR THE DEMOLITION OF THE
NORMANDY SHORES PARK BUILDING.
ADMINISTRATION RECOMMENDATION
Approve the award of contract.
KEY INTENDED OUTCOME SUPPORTED
Ensure quality and timely delivery of capital projects.
FUNDING
$42,932 302-2019-069357 (Construction Fund)
$4,542 302-2019-069358 (Contingencies Fund)
------:-'-$_2-'-, 3_00~ 302-2019-00067 4 (Architect & Engineering Fund)
$49,756 Total
BACKGROUND
As part of the FY 09/1 0 Capital Budget, the Parks and Recreation Department was approved
funding in the amount of $135,500 to replace the existing playground that was beyond repair at
the Normandy Shores Park. The funding request proposed the complete replacement of the
playground, safety surface, new fencing, furniture, fixture, and equipment.
During project development, the Parks & Recreation Department worked internally to develop a
second phase of the park's revitalization, which included a new recreation building/activity
pavilion/restroom with storage space, similar to the one built in Fairway Park. A water
access/fishing dock and the new playground with shade and safety surfacing was also included.
In January 2012, the Parks and Recreation Department met with Commissioner Jorge Exposito
and Normandy Shores HOA Projects Committee Chair Mark Wojak to present the second
phase concept and gain initial feedback. Mr. Wojak agreed to take the concept to the
Normandy Shores HOA board for their comments. On February 14, 2012, Mr. Wojak
recommended that in lieu of the water access concept, the residents on Normandy Shores
would prefer a more open green space park which included the demolition of the existing
storage building/restroom that is in very poor condition. This restroom is currently utilized by
tennis players and a replacement is not included in this project, however, there is a public
restroom in the Normandy Shores Golf Club across the street. In addition, a vita course/ fitness
circuit similar to the one installed in Lummus Park, park furnishings such as benches, trash
70
Commission Memorandum -ITB 014-2013TC-Demolition of the Normandy Shores Park Building
July 17, 2013
Page 2
receptacles etc., new fencing, and landscaping were part of the recommendations provided by
the residents.
On July 17, 2013, the Commission approved award to LCN Group, Inc. as the lowest and best
bidder. After the initial Award Recommendation Approval at the July 17, 2013 Commission
Meeting, The City Administration began the process of executing a contract with LCN Group.
After several weeks of communication regarding the execution of the contract, LCN Group
expressed that they required additional time to secure the required surety bonds.
On September 13 1h, 2013, LCN Group was issued a two week extension by City Administration
to submit acceptable surety bonds as required by the ITS. LCN Group was unable to secure
said surety bonds within the allotted timeframe.
Based on the aforementioned, the City has exercised its right to terminate its proceedings to
execute a contract due to their inability to secure the appropriate required Payment and
Performance Bonds.
On December 201h, 2013, the City issued a Notice of Termination of Contract Execution
Proceedings to LCN Group, Inc. (Attachment "A").
The City Manager is recommending in moving forward to award this Contract to the second
lowest and best bidder, Chin Diesel, Inc.
SCOPE OF SERVICES
The Scope of Services remains unchanged. Demolition and removal of the Normandy Shores
Park Building shall include the following services:
• The Contractor is responsible for contacting utility companies to retire the necessary
utilities (natural gas, water, and/or electricity) prior to demolition.
• Demolition and removal of structures shall include removal of the entire identified
structure(s) and contents to the construction limits.
• All concrete floor slabs, foundations, pilings, driveways, sidewalks, steps, parking
areas, and other above ground and underground improvements associated with the
structure shall be removed as noted.
• Fences shall remain, unless otherwise instructed to remove them.
• Cap all building sewer connections at existing wye locations.
• Develop an optional asbestos and lead paint abatement report.
• Removal of any identified underground storage tanks.
• Provide temporary erosion and sediment control on each respective property prior to
the start of demolition operations for the full duration of the project. Contractor shall
be responsible for the maintenance of controls and control structures and shall be
responsible for any clean-up due to failure or inefficiency of such controls.
Sedimentation run-off shall not be tolerated and if run-off occurs the Contractor shall
take corrective action immediately.
• Grading, backfill, sodding, and return to grade shall be performed as follows:
• All crawl spaces, lower levels, foundation areas, and any below ground area
shall be filled and compacted with earth. The backfill must not be frozen when
placed and shall be compacted to a density of 95% of maximum density of
the backfill material used as determined by ASTM designation D-698. The top
71
Commission Memorandum -ITB 014-2013TC-Demolition of the Nonnandy Shores Park Building
July 17, 2013
Page3
six (6) inches of backfill shall be made with soil suitable far growth of grass
and graded to natural grade of surrounding undisturbed earth.
• Final grading shall insure adequate drainage offsite and nat permit pending of
water. All filled and disturbed ground shall be smoothed for mowing.
• The Contractor shall import clean fill as necessary to establfsh proper surface
grades but the Contractor may cut and fill on site to the extent possible. The
Contractor must supply samples of imported fill to be used and approved by
the City.
• In the event previously unknown hazardous materials are discovered by the
Contractor, the Contractor shall immediately suspend work in the specific location of
the hazardous material and immediately notify the City Project Manager;
• All demolition materials and debris shall be removed from the work concurrently with
progress of work. Contractor shall not allow mud and debris from vehicle transporting
demolition materials to litter any streets or highways. Contractor shall clean any such
mud or debris at its sale expense. The City will vigorously enforce all requirements
relating to clean-up of debris, dirt, mud, and demolition materials from the site and an
streets, highways, and adjacent properties. Cleanup shall follow immediately after
and at the same rate as construction and shall not be delayed until entire project is
finished. Contractor shall clean all right-of-way and easement areas that were
occupied by the Contractor in connection with the construction. All disturbed brush
and trees, all rubbish, excess materials, temporary structures, equipment, etc. shall
be removed and the area left in a neat and presentable condition. If at any time
during performance of work by Contractor the City's Project Manager determines that
cleanup is nat being accomplished, the City's representative may direct, in writing, no
additional work can be accomplished without meeting certain requirements. If so
directed, no claim for additional time will be allowed. The Contractor is to provide
extra care during performance of work by Contractor to ensure that no rock, base
stone, string, stakes, or any ather construction material is left in the water main or
irrigation lines. At the end of each construction day, the ends of all such lines shall
be sealed watertight and all points of entry are to be covered to prevent easy access.
No rain, storm water, or ground water shall be allowed to enter the water main or
irrigation systems.
• Contractor shall make every effort to locate and identify all underground pipe lines,
cables, and conduits by contacting the Florida One Call System and the owners of
underground utilities, by prospecting or otherwise, in advance of trench or excavation
operations. Contractor will be required to relocate the utility or work around it at no
cost to the City. It will be the responsibility of the Contractor to brace or otherwise
secure any utility poles or anchors close to the trenching operation. Contractor will
be solely responsible for any or all damages whether direct, indirect, or
consequential to the underground or above ground utilities, pipe lines, and
surroundings, and shall indemnify and hold harmless the City for any and all claims
or judgments whenever made as a result of the contractor's actions. If additional or
unexpected utility conflicts occur, the Contractor shall be responsible for coordinating
with the affected utility company to resolve the conflict and maintain progress on the
project. No time extensions will be granted for associated delays.
• Contractor shall maintain and enforce all necessary and adequate safety precautions
for the protection of life and property on all work performed. Contractor shall also
comply with all regulatory agencies requirements for safety and use extreme caution
to protect the project area to prevent accidents, damage, or injury involving
pedestrian or vehicular traffic in the project area. Barricades, safety screening, or
72
Commission Memorandum-ITB 014-2013TC-Demolition of the Nonnandy Shores Park Building
July 17, 2013
Page4
other acceptable methods shall be used as needed to keep the public out of danger
and to safely divert them around the project area.
• Contractor shall exercise proper precaution at all times for the protection of persons
and property and shall be responsible for all damages to persons or property, either
on or off the site, which occur as a result of the contractor's prosecution of the work.
The safety provisions of all applicable laws, building and construction codes, and
regulations shall be observed. Contractor shall take or cause to be taken such
safety and health measures, additional to those herein required, as the contractor
may deem necessary or desirable. Machinery, equipment and all hazards shall be
guarded in accordance with the safety provisions of the "Manual of Accident
Prevention of Construction" published by the Associated General Contractors of
America, Inc., to the extent that such provisions are not in conflict with applicable
local laws. Contractor shall maintain an accurate record of all cases of death,
occupational disease, and injury requiring medical attention or causing loss of time
from work, arising out of and in the course of employment on work under the
contract. The contractor shall promptly furnish the Local Public Agency with reports
concerning these matters. Contractor shall indemnify and save harmless the City and
the City's representative from any claims for damages resulting from personal injury
and/or death suffered or alleged to have been suffered by any person as a result of
any work conducted under this contract.
• Inspection by Department of Building Development Services for final permit shall be
requested by the Contractor within ten ( 1 0) days of completion of demolition of each
separate site. Inspection to finalize demolition permit must be requested by
Contractor upon completion of demolition and site clean-up.
ITB PROCESS
Invitation to Bid (ITB) 014-2013TC was issued on May 22, 2013, with an opening date of June
13, 2013. The pre-bid conference was held on May 30, 2013. During the pre-bid conference,
prospective bidders were instructed on the procurement process and the information their
respective proposals should contain.
The Public Group and Bidnet issued bid notices to 31 and 276 prospective bidders respectively
of which 10 and 2 accessed the advertised solicitation respectively. In addition, 148 vendors
were notified via email, which resulted in the receipt of the following three (3) proposals:
• Cast Development, LLC
• Chin Diesel, Inc.
• LCN Group, Inc.
The following table provides the proposed total base bid prices of the three (3) responsive bids:
LCN Group, Inc.
Chin Diesel, Inc.
Cast Development, LLC
$34,875
$45,232
$46,047
After staff's review of the bids received, LCN Group, Inc. had been deemed the lowest
responsive, responsible bidder. Unfortunately, due to their inability to secure the required surety
bonds, the City Manager is recommending moving forward with contract execution proceedings
with the second lowest, responsive, and responsible bidder, Chin Diesel, Inc.
73
Commission Memorandum-ITB 014-2013TC-Demolition of the Normandy Shores Park Building
July 17, 2013
Page5
Founded in 2001, Chin Diesel, Inc. is a Miami Dade County Licensed Contractor with a
Certificate of Competency specializing in demolition services that also possesses extensive
knowledge and field experience throughout South Florida. Notable clients include Miami Dade
County, the City of Miami, and the City of Pompano Beach, exemplifying their experience with
public agencies.
In determining responsiveness and responsibility of the second lowest bidder, the Department
of Procurement Management verified the following:
• Minimum Requirements
Chin Diesel, Inc. possesses a Certificate of Competency in Miami Dade County
(#11 BS00435) specializing in demolition services and is current in their requirements to all
agencies. They maintain a fleet of five (5) dump trucks as well as maintaining various pieces
of heavy equipment used during demolition services.
• Past Performance
Chin Diesel, Inc. has provided demolition services to the City of Miami, the City of Pompano
Beach, and Miami Dade County for the past two (2) years and have proven their ability to
handle a wide range of project complexities, ranging from residence demolitions, to intricate
marine structures.
CITY MANAGER'S DUE DILIGENCE
After considering the review and recommendation of City staff, the City Manager exercised his
due diligence and carefully considered the specifics of this ITB process. As a result, the City
Manager recommends to the Mayor and City Commission to award the construction contract to
Chin Diesel, Inc. as the second lowest responsive, responsible bidder due to the default of the
lowest, responsive, and responsible bidder, LCN Group, Inc. Furthermore, the City Manager
authorizes the Administration to engage in value engineering to further reduce the cost and time
for completion of said project.
CONCLUSION
The Administration recommends the award of the contract to Chin Diesel, Inc., the second
lowest responsive, responsible bidder pursuant to Invitation to Bid (ITS) 014-2013TC, for the
demolition of the Normandy Shores Park Building, due to the default of the lowest, responsible,
and responsive bidder, LCN Group, Inc. in the amount of $45,232; plus approve a project
contingency of 10% for a not-to-exceed grand total of $49,756; further authorizing the
Administration to engage in value engineering to further reduce the cost and time for
completion of said project.
ATTACHMENTS
• Attaiment A: Notice of Termination of Contract Execution Proceeding Regarding ITB
No. 13-014TC, Demolition of the Normandy Shore Park Building.
JLM/MT/K /JRIAD
T:\AGENDA\2 3\.July 17\Procurement\ITB 014-2013TC-Normandy Shores Parl< Building Demolition-MEMO.docx
74