C2B-Award Contract South Pointe Park Water Feature RemediationCOMMISSION ITEM SUMMARY
Condensed Title:
REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO TNVTTATTON TO BtD (tTB) NO.
2015.191.YG FOR SOUTH POINTE WATER FEATURE REMEDIATION.
Advisory Board Recommendation:
Financial !nformation :
Amount Account
1 $ 1,822,750.00 389-2943-067-3s7
2 $ 315,000.00 301 -2943-069-357
OBP!Total $ 2,137,750.00
Financial lmoact Summarv:
Build and Maintain lnfrastructure with Full Accountabili
Data (Surveys, Environmental Scan, etc: N/A
Item Summary/Recommendation :
The City is seeking to remediate the existing water feature, located at the south terminus of Washington
Avenue, which was built as a part of the South Pointe Park Project. Shortly after Substantial Completion of
the project in 2009, the Department of Health (DOH) issued a Stop Work Order due to several potential code
violations and the absence of a DOH permit to operate, concluding that this water feature was incorrectly
permitted as an interactive water feature. ln 2012 the City of Miami Beach (City) evaluated several
remediation alternatives and chose to reconstruct the plaza and incorporate the water fountains and water
cannons into a non-interactive environment that would still maintain the original design aesthetic and the
same amenity for users of the park. The new design includes modifications to meet prior code issues. The
existing water cannons will be repurposed as misting stations and the at-grade fountains have been
converted to elevated tension edge water features. Portions of the existing mechanical systems will be
reused and others will be replaced with new equipment. The existing paver plaza will be replaced and the
landscaped areas will be enhanced.
The scope of work under this ITB consists of construction and remediation of the South Pointe Park Water
Feature and Plaza to include all materials, labor, and equipment to successfully perform and schedule the
work, as per contract documents. The Work includes, but is not limited to, the following: Replacement of
water features, repurposing of water cannons, reuse and replacement of electrical, mechanical and plumbing
systems, replacement and enhancement of landscaping, replacement of paver plaza with new surface
materials, lighting, new fire truck access route, replacement of signage, furniture, irrigation system, storm
drainage system and all necessary structural, electrical and mechanical infrastructure as approved byall the
parties having jurisdiction.
ITB No. 2015-191-YG, was issued on July 8th, 2015, with a bid opening date of September 16th, 2015. Four
(4) addenda were issued. The Procurement Department issued bid notices to 660 companies utilizing
www.publiourchase.com website. 97 prospective bidders accessed the advertised solicitation. The notices
resulted in the receipt of five (5) responses from FHP Tectonics Corp., Solo Construction & Engineering Co.,
West Construction lnc., AARYA Construction & Design lnc., and MCM Corp. See tabulation sheet (Appendix
A).
The City Manager has considered the bids received, pursuant to ITB 2015-191-YG, and recommends that
the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to FHP
Tectonics, Corp., the lowest responsive, responsible bidder to the ITB; and further authorize the Mayor and
City Clerk to execute the contract.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida
approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2015-191-YG,
for South Pointe Water Feature Remediation.
TB 201 5-1 91-YG South Pointe Water Feature Remediation -
AGENDA ITEM
DATE
cea
/0-lHdMIAMIBEACH111
MIAMI BEACH
6ity of Miqmi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 33139. www.miomibeochfl.gov
COMMISSION MEMORANDUM
TO: Mayor Philip Levine and Members
FROM: Jimmy L. Morales, City Manager
DATE: October 141h, 2015
of City Co rssron
2015.191.YG FOR SOUTH POINTE WATER
SUBIECT:REQUEST FOR APPROVAL AWARD A CONTRACT PURSUANT TO
INVITATTON TO BrD (rrB) NO.
FEATURE REMEDIATION.
KEY INTENDED OUTCOME
Build and Maintain Priority lnfrastructure with Full Accountability
FUNDING
The funding for this project is as follows:
389-2943-067-357
301-2943-069-357
Total Bid Amount:
Amount $1,822,750.00
$__315-000-00
$ 2,137,750.00
BACKGROUND INFORMATION
The City is seeking to remediate the existing waterfeature, located at the south terminus of
Washington Avenue, which was built as a part of the South Pointe Park Project. Shortly after
Substantial Completion of the project in 2009, the Department of Health (DOH) issued a
Stop Work Order due to several potential code violations and the absence of a DOH permit
to operate, concluding that this water feature was incorrectly permitted as an interactive
water feature. ln 2012 the City of Miami Beach (City) evaluated several remediation
alternatives and chose to reconstruct the plaza and incorporate the water fountains and
water cannons into a non-interactive environment that would still maintain the original design
aesthetic and the same amenity for users of the park. The new design includes
modifications to meet prior code issues. The existing water cannons will be repurposed as
misting stations and the at-grade fountains have been converted to elevated tension edge
waterfeatures. Portions of the existing mechanical systems will be reused and others will be
replaced with new equipment. The existing paver plaza will be replaced and the landscaped
areas will be enhanced.
The scope of work under this ITB consists of construction and remediation of the South
Pointe Park Water Feature and Plaza to include all materials, labor, and equipment to
successfully perform and schedule the work, as percontractdocuments. The Work includes,
but is not limited to, the following: Replacement of water features, repurposing of water
cannons, reuse and replacement of electrical, mechanical and plumbing systems,
replacement and enhancement of landscaping, replacement of paver plaza with new surface
materials, lighting, new fire truck access route, replacement of signage, furniture, irrigation
system, storm drainage system and all necessary structural, electrical and mechanical
infrastructure as approved by all the parties having jurisdiction.
112
Commission Memorandum
ITB 201 5-1 91-YG South Pointe Water Feature Remediation
october 14th,2015t.; : -. 12
ITB PROCESS
ITB Nlo. 2OtS-191-YG, was issued on July 8th, 2015, with a bid opening date of September
161h,2015. Four(4) addenda were issued. The Procurement Department issued bid notices
to 660 companies utilizing vwwv.publipurchase.com website. 97 prospective bidders
accessed the advertised solicitation. The notices resulted in the receipt of five (5) responses
from FHP Tectonics Corp., Solo Construction & Engineering Co., West Construction lnc.,
AARYA Construction & Design lnc., and MCM Corp. See tabulation sheet (Appendix A).
The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions,
and specifications of the ITB will be recommended for award. ln its due diligence, the
Procurement Department verified that the low bidder, FHP Tectonics, Corp. has met the
requirements of the lTB, including:
1. Licensing Requirements: Bidder shall be State of Florida certified and licensed
General Contractor to be considered for award and submit evidence of licensing
with their bid.
FHP Tectonics, Corp. is a State certified as a General Contractor. State license
number is: CGC1518886 and expires on August 31 , 2016.
2. Previous Experience: Bidders shall submit at least three (3) individual references
exemplifying their experience for proiects similar in scope and complexitv
involvinq remediation and construction of water fountains/water features.
References must include projects completed or in progress within the last five (5)
years. The required previous experience indicated here can be a combined
experience of the Bidder and the Team.
FHP Tectonics, Corp. submitted three (3) individual references which
demonstrate their experience in projects similar in scope and volume to the work
indicated in the lTB.
3. Bidder must have the capability to provide a performance and payment bond forthe
project. The City reserves the right to require performance and payment bonds from
the successful bidder. Bidders shal! submit a Letter from an A-rated Financial
Class V Surety Company, indicating the company's bonding capacity, in the
amount not less than one hundred percent of the total base bid amount.
FHP Tectonics, Corp., bid response was accompanied by a bonding capacity
letter from Continental Casualty Company, dated August 241h, 2015. The
capacity letter indicated that FHP Tectonics, Corp. has been extended a bonding
facility, which has supported individual projects up to $250,000,000.00 and an
aggregate work program in the $1,000,000,000.00 range. Additionally, FHP
Tectonics, Corp. currently has in excess of $500,000,000.00 in available bond
capacity. Continental Casualty Company is rated A XV by AM Best.
4. Financia! Stability and Strength: The Bidder must be able to demonstrate a good
record of performance and have sufflcient financial resources to ensure that they can
satisfactorily provide the goods and/or services required herein.
FHP Tectonics, Corp. has a good record of performance and has the financial
resources to ensure that they can satisfactorily provide the goods and/or services
required in the lTB. Their latest Supplier Qualifier Report from Dun & Bradstreet
113
Commission Memorandum
ITB 2015-191-YG South Pointe Water Feature Remediation
October 14th, 201 5:.1.r: l3
indicates that they have a Supplier Evaluation Risk (SER) rating of 5 out of 9.
The lower the score, the lower the risk.
Accordingly, FHP Tectonics, Corp., has been deemed the lowest responsive and
responsible bidde(s) meeting all terms, conditions, and specifications of the lTB.
CITY MANAGER'S REVIEW AND RECOMMENDATION
The City Managerhas considered the bids received, pursuantto ITB 2015-191-YG, and
recommends that the Mayor and City Commission of the City of Miami Beach, Florida,
approve the award of a contract to FHP Tectonics, Corp., the lowest responsive, responsible
bidder to the ITB; and further authorize the Mayor and City Clerk to execute the contract.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission of the City of Miami
Beach, Florida approve the City Manager's recommendation pertaining to the bids received,
pursuant to ITB 2015-191-YG, for the 7th Street Parking Garage Renovation.
JLM/MT/DM/AD
T:\AGENDA\2015\Apr||\PROCUREMENT\ITB 2015-191-YG 7th Street Parking Garage Renovation - Memo.doc
114
oooqoo
6
O
oOqOo()
qooqo(r)
6
ooOqO
@
oooo.ooo.
@
ooocOtr)
@
ooocOo
oooq()e
qooq
o)
e
ooc;aro(oo
trg
qooO.OO
6
qOoqOo
6
qooqooc!6
oq
@6oio(o
@
aqc{rr)rycf)o)c')@
oq
F-F-oloo,
Cf)e
oq
r()\oca
e
oooico(r).
c!€oc!
I
ao
.{.
6
e
oqr)F-qo-
c!a
oeooq
rr)
@
aq€
-q
cf)(o
(f)4
soq;
ctrrt)
t\
C')ct)
o.t
Cr9
oodou?o,co@
aq
rr)
o!(o4
oodoq
@@
qeoq
(o
604'
oqoo<?o.t)slq
eqooqo
ra:)
4
Iqooo_
4'
oqooq
ra,
It
(3qooqocoe
Iqooqooc.)4
l(t
4'
oqor(,c!6lct
et
ooc;r.)i\
-d'oo
^i€9
oqooq€(\l
4
o<?oo<?(\I
6
qooq
6.'or4
oqooqo
c{@
Oqooo-
cosF-@
oqooq$r)
@
oqo@
oqoorytr)c!
o.i@
oqoOc!
rf)o)(o
oqooo-
F*6
@
oqooq
tr)
@
qos$-
c{
+
aac;\6
adr)r.)\r(A
oqoo€g
F-o@
Oqooq
@c!a
oqoF-e@
(f)
N
qo(on
@oc{@
q
c{la)
cq-
o)c\cf,e
q
6F-Is
(o
@
qo@(r)-
F-@
q
@
co<.ro
@
qo<-@-
o)@
q
o)sryoF-c\@
CC
CC
rc4
\F-co
c.)-
o)o)
@
ot\
\t(o
oa(r)
q\i
<a
q
l{)c!go+@
aqooo-
@
q
oc.l
(o
@
oaoorodou)6irrg
z.o
=O
=E.F</)z.o()oJoa
oarj€€
od6o.f(aC)
=
z.otr
o
LU
LU&.
-LU6gF-F1ff
=t!S-*rF
==F:<
=E6Sa,oz.coooo-lu-
F Ed6m9
=*XTLUP oc\
coF
soorctN
F{(v)
C\i{r9
oao
(o
rrt
N
trtte
oNoo)€
SDas)
c.ira
U'
s2z.oF(J
UIF
o-IlJ-
z.o
FO
=E.F
<,/)z.oO
t
z.otrO
=tFaz.o
C)
FU)tU
=
EE5EEEEEEEEEEE$6 > E- b=.> g6 =? oES- e(, E,o -3e EJ E- EE SfE.;EEs
=#J
115
THIS PAGE INTENTIONALLY LEFT BLANK
116