Loading...
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