Loading...
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