R2A-Award Contract Muss Park Pavilion Renovation ProjectCOMMISSION ITEM SUMMARY
Ensure well maintained facilities and ensure quality and timely delivery of capital p@ects.
Data (Survevs. Environmental Scan, etc: N/A
Condensed Title:
REQUEST FOR APPROVAL TO AWARD A CONTRACT, PURSUANT TO INVITA.TION TO BID 20I4.095-SR FOR
THE MUSS PARK PAVILION RENOVATION PROJECT.
Advisorv Board Recommendation:
Muss Park is located in central Miami Beach and offers a variety of programs including After School care, toddler
programs and areas available for rent, This playground has 2-5 year old play and 5-12 year play structures, shaded
structures, spring riders, leaning wall climbers, mega rock wall feature, telescope and an open grass area. The
playground also includes tot and youth swings and water fountains.
The purpose of lnvitation to Bid (lTB) No. 2014-095-SR is to establish a contract, by means of sealed bids, with a
qualified firm to complete the renovation of the existing Muss Park Pavilion Building, including minor sitework,
demolition work, new ADA ramps, upgrading of the bathroom facilities to comply with code, adding new masonry
walls, foundations for the added walls and ramps, miscellaneous interior renovations, electrical, plumbing and
exhaust ventilation for the restroom and storage spaces.
lnvitation to Bid (lTB) 2014-095-SR was issued on January 2'1,2014. Notices were posted on the Public Group and
Florida Purchasing Group websites. Notices were also delivered by E-mail to potential bidders. The posting was also
advertised as required by law. On February 20,2014, the following bids were received in response to the lTB.
ln the due diligence review of bids received, it was determined that ERF Construction, the apparent low bidder, failed to
meet the requirements for both previous experience and financial capacity. With regard to previous experience, all the
projects submitled by ERF Construction were completed under the name of a different firm. Further, the Florida State
Department of Corporations indicates that ERF was not incorporated until October, 2013. Therefore, ERF has been
deemed non-responsive to the previous experience requirement. With regard to financial capacity requirement, Dun &
Bradstreet has reported ERF, on the Supplier Qualifier Report required by the lTB, as a'high risk'firm. Therefore, ERF
is also deemed non-responsive to the requirement of sufficient financial capacity.
The next apparent low bidder, H & A Contracting, has met the previous experience requirement having completed
projects for many public sector agencies in the Southeast Florida region in the last five (5) years, including, but not
limited to, Broward Palm Beach and Miami-Dade Counties, and the cities of Coral Gables, Miami, Miami Beach, Miami
Gardens, North Miami Beach, Boca Raton, Delray Beach, Fort Lauderdale, Hollywood, Pembroke Pines, West Palm
Beach, and Davie. With regard to financial capacity requirement, Dun & Bradstreet has reported H &A Contracting, on
the Supplier Qualifler Report required by the lTB, as a "low risk" firm. Therefore, H & A is also deemed responsive to
the requirement of sufficient financial capacity.
CITY MANAGER'S RECOMMENDATION
After considering the review and recommendation of City staff, the City Manager exercised his due diligence and is
recommending to the Mayor and the City Commission to award a contract to H & A Contracting.
CONCLUSION
The Administration recommends that the Mayor and City Commission: approve the award of the contract to H & A
Contracting, the lowest responsive, responsible bidder pursuant to lnvitation to Bid (lTB) 2014-095-SR, forthe Muss
Park Pavilion Renovation Project, in the amount of $206,620, including a 5% contingency; and, authorize the
Administration to include, following successful value engineering, Alternate ltems 1 and 2 as requested in the ITB; for a
notto-exceed total contract amount of $224,990.
Financial lnformation:
AGENDA ht* R ?A# MIAAAIBTACH o.i,tr S-tr-l Y13
g MIAMI BEACH
Ciry of iliomi Beorh, l7O0 Convention Center Drive, Miomi Beoch, Florido 33139, www. miomibeochfl.gov
COMMISSION MEMORANDUM
FRoM: Jimmy L. Morales, City Manager
DATE: May 28,2014
INVITATION TO BID 2014.095-SR FOR
RENOVATION PROJECT.
A CONTRACT, PURSUANT TO
THE MUSS PARK PAVILION
ADMINISTRATION RECOMMEN DATION
Approve the award of contract.
KEY INTENDED OUTCOME SUPPORTED
Ensure well maintained facilities and ensure quality and timely delivery of capital projects.
FUND!NG
$219,702.00 370-2163-069357 RCP 1996 G.O. Bonds
383-2163-067357 2003 G.O. Bonds - Parks & Rec$s.288.00
$224,990.00 Total
This funding includes the contract cost of $224,990.00 inclusive of a SYo contingency fund and
allowance for alternates at the City's discretion. Should additional funding be required due to
increased need of services, it will be subject to the review and approval of the Office of Budget
and Performance lmprovement (OBPI).
BACKGROUND INFORMATION
Muss Park is located in central Miami Beach and offers a variety of programs including After
School care, toddler programs and areas available for rent. This playground has 2-5 year old
play and 5-12 year play structures, shaded structures, spring riders, leaning wall climbers, mega
rock wall feature, telescope and an open grass area. The playground also includes tot and
youth swings and water fountains.
The purpose of lnvitation to Bid (lTB) No. 2014-095-SR is to establish a contract, by means of
sealed bids, with a qualified firm to complete the renovation of the existing Muss Park Pavilion
Building, including minor sitework, demolition work, new ADA ramps, upgrading of the bathroom
facilities to comply with code, adding new masonry walls, foundations for the added walls and
ramps, miscellaneous interior renovations, electrical, plumbing and exhaust ventilation for the
restroom and storage spaces.
14
Commission Memorandum - ITB- 2014-09SSR - For The Muss Patu Pavilion Renovation Project
May 21,2014
Page 2
lTB PROCESS
lnvitation to Bid (lTB) 2014-095-SR was issued on January 21 ,2014. Notices were posted on
the Public Group and Florida Purchasing Group websites. Notices were also delivered by E-mail
to potential bidders. The posting was also advertised as required by law. On February 20,2014,
the following bids were received in response to the ITB:
Bidder TotalBid
ERFConstruction $152,650.00
H.A. Contracting $206,620.00
Lego Construction $212,432.80
Team Contracting $225,625.00
Thevenian Ent. $244,216.96
Grand Home $247,924.00
CastDevelopment $308,175.00
The ITB also requested pricing on certain alternate items to be considered by the City at its
discretion.
DUE DILIGENCE REVIEW OF BIDS RECEIVED
The following minimum requirements were established in the lTB. The ITB further stipulated that
no bid would be considered from a bidder failing to meet the minimum requirements.
1. Licensing Requirements: The ITB required that bidders be state certified and licensed
General Contractors.
2. Previous Experience: The ITB required that bidders document at least three (3) projects
similar in scope and volume within the last five (5) years.
4. Financial Capacity: The ITB required that bidders document sufficient financial capacity to
ensure that they can satisfactorily provide the goods and/or services required herein. All bidders
were required to submit Dunn & Bradstreet Supplier Qualifier Reports (SQR) as a means of
determining financial capacity.
ln the due diligence review of bids received, it was determined that ERF Construction, the
apparent low bidder, failed to meet the requirements for both previous experience and financial
capacity. With regard to previous experience, all the projects submitted by ERF Construction
were completed under the name of a different firm. Further, the Florida State Department of
Corporations indicates that ERF was not incorporated until October, 2013. Therefore, ERF has
been deemed non-responsive to the previous experience requirement. With regard to financial
capacity requirement, Dun & Bradstreet has reported ERF, on the Supplier Qualifier Report
required by the lTB, as a "high risk" firm. Therefore, ERF is also deemed non-responsive to the
req uirement of sufficient fi nancial capacity.
The next apparent low bidder, H & A Contracting, has met the previous experience requirement
having completed projects for many public sector agencies in the Southeast Florida region in
the last five (5) years, including, but not limited to, Broward Palm Beach and Miami-Dade
Counties, and the cities of Coral Gables, Miami, Miami Beach, Miami Gardens, North Miami
Beach, Boca Raton, Delray Beach, Fort Lauderdale, Hollywood, Pembroke Pines, West Palm
Beach, and Davie. With regard to flnancial capacity requirement, Dun & Bradstreet has reported
H & A Contracting, on the Supplier Qualifier Report required by the lTB, as a "low risk" firm.
Therefore, H & A is also deemed responsive to the requirement of sufficient financial capacity.
15
Commission Memorandum - ITB- 2014-095-SR - For The Muss Pafu Pavilion Renovation Project
May 21 , 2014
Page 3
CITY MANAGER'S DUE DILIGENCE
After considering the review and recommendation of City staff, the City Manager exercised his
due diligence and is recommending to the Mayor and the City Commission to award a contract
toH&AContracting.
GONCLUSION
The Administration recommends that the Mayor and City Commission: approve the award of the
contract to H & A Contracting, the lowest responsive, responsible bidder pursuant to lnvitation to
Bid (lTB) 2014-095-SR, for the Muss Park Pavilion Renovation Project, in the amount of
$206,620, including a 5% contingency; and, authorize the Administration to include, following
successful value engineering, Alternate ltems 1 and 2 as requested in the ITB; for a not-to-
exceed grand total contract amount of $224,990.
JLM/MT/KGB/DM/AD
T:\AGENDA\2014\MayWay 28 ltems\lTB 2014-095-SR - Muss Paft Pavilion MEMO.docx
16