Loading...
C2C-Award Contracts Playground Surface-Bonded Aggregate For Landscaped AreasCondensed Title: REQUEST FOR APPROVAL TO AWARD CONTRACTS TO ROBERTSON INDUSTRIES, INC., AS THE PRIMARY VENDOR FOR GROUP I, AND LEADEX CORPORATION, AS SECONDARY VENDOR FOR GROUP I, AND METRO EXPRESS, INC., AS THE PRIMARYVENDOR FOR GROUP II, AND LEADEX CORPORATION, AS SECONDARY VENDOR FOR GROUP II , PURSUANT TO INVITATION TO BID (lTB) NO. 2015-137-AK, FOR POUR-IN-PLACE PLAYGROUND SURFACES AND BONDED AGGREGATE FOR LANDSCAPED AREAS. COMMISSION ITEM SUMMARY Item S Poured-in-Place rubber surfaces for playgrounds offer play surfaces that are durable, water permeable and promote a safe environment. Bonded aggregate surfaces for landscape areas promote an aesthetically pleasing environment that allows the surfaces, typically in pedestrian areas, to adjust to landscape growth while minimizing safety issues. These surfaces are often required by the Greenspace Management Division and/or, the Parks and Recreation Department. With the goal of securing contracts for contractors to install and repair these surfaces, the City issued lnvitation to Bid No. 2015-137-AK (the "Bid") The Bid was issued on June 4,2015, with opening date of July 20,2015. Four (4) bids were received from: Bliss Products and Services, lnc., Leadex Corporation, Metro Express, lnc., Robertson lndustries, lnc. However, the bid from Bliss Products and Services, lnc., failed to submit (after several attempts by the City) to submit the required Dun & Bradstreet Supplier Qualifier Report, and was, therefore, deemed non- responsive. After review of bids received, the Administration is recommending award to a primary, and secondary vendor by group (in the event that primary is unable to perform) as follows (tabulation attached): Group | - Poured-in-Place Surfaceso Robertson lndustries, lnc., as the primary lowest responsive vendor, andr Leadex Corporation, as secondary lowest responsive vendor. Group ll - Bonded Aqqreqate Surfaceso Metro Express as the primary lowest responsive vendor, and. Leadex Corporation as secondary lowest responsive vendor The successful bidders' contracts shall be executed for a period of three (3) years, and may be renewed at the sole discretion of the City, through its City Manager, for two (2) additional one (1) year terms. The City Manager has considered staffs recommendation and the bids received, pursuant to ITB 2015- 137-AK, and recommends thatthe Mayor, and CityCommission of the Cityof Miami Beach, Florida, approve the award of a contract to Robertson lndustries, lnc", as the primary lowest responsive vendor, and l.eadex Cr-rrporation, as secondary lowest responsive vendor, in Group l, and Metro Express, as the primary lowest responsive vendor, and Leadex Corporation, as secondary lowest responsive vendor, in Group ll; and further authorize the Mayor and City Clerk to execute the contract(s). 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 2015-137-AK for Pour-in-Place Pl Surfaces and Bonded for Landscaoed Areas lntended Outcome lnstallation and replacement services for pour-in-place and bonded aggregate surfacing. Ensure safety and appearance of citwide structures and sites. Supporting Data (Surveys, Environmental Scan, etc.): N/A AAIAMIAHACH AGE}{DA IIEM CAC *or* /oy'l-({117 Financial lnformation: Expenditures incurred by the City are billed to the respective property owner and fundinq av is based on of these exoenses. Clerk's Office slative Tr REMENT\ITB-2o1 5.1 37-AK and bonded Source of Funds:Parks and Recreation Department 379-281 1 -069357 Parks and Recreation $10,000.00 01 1 -0950-000342 $68,875.00 1 68-9966-00031 2 Restorative Tree Well Treatment - 2C 307-2970-069357 Restorative Tree Well Treatment - PH 3 $145,000.00 379-2734-069357 Restorative Tree Well Treatment - PH 3 Restorative Tree Well Treatment - PH 3 $616.91 1 .00 389-2734-069357Restorative Tree Well Treatment - PH 3 Restorative Tree Well Treatment - PH 3 $12,000.00 389-2734-061357 Restorative Tree Well Treatment - PH 3 Restorative Tree Well Treatment - PH 4 $627.000.00 Restorative Tree WellTreatment -PH 4 $444,000.00Restorative Tree WetlTreatment - PH 5 Restorative Tree WellTreatment - PH 5 $184,534.00Restorative Tree WellTreatment - PH 6 389-2705-067357 Financial lmpact Summary: Funding for future years beyond FY2016 will be contingent on approval of future vear budqets. Allfunds would have been for the described scope of work. Alex Denis. Director Ext # 6641 118 & ri i,'*,,,fu ..'t i ffi ffi A fl* L$t\"/\':,,*ui\i1,*"$$ Fs4&q t I City of Miami Beach, 1700 Convention Center Drive, www.miamibeachfl.gov Miami Beach, Florida 33139, COMMISSION MEMORANDUM TO:Mayor Philip Levine and Members of City FROM: Jimmy L. Morales, City Manager DATE: October 14,2015 SUBJECT: REQUEST FOR APPROVAU TO AWARD CONTRACTS TO ROBERTSON INDUSTRIES, INC., AS THE PRIMARY VENDOR FOR GROUP I, AND LEADEX CORPORATION, AS SECONDARY VENDOR FOR GROUP I, AND METRO EXPRESS, INC., AS THE PRIMARY VENDOR FOR GROUP II, AND LEADEX CORPORATION, AS SECONDARY VENDOR FOR GROUP II , PURSUANT TO tNVtTATtON TO BID (rTB) NO. 201s-137-AK, FOR POUR-IN-PLACE PLAYGROUND SURFACES AND BONDED AGGREGATE FOR LANDSCAPED AREAS. ADM INISTRATION RECOMMENDATION Approve the award of contracts. KEY INTENDED OUTCOME SUPPORTED Ensure safety and appearance of pour-in-place surfaces and bonded aggregate. FUNDING Desc Amount Account Parks and Recreation Deoartment $50,000.00 379-2811-069357 Parks and Recreation Deoartment $40,000.00 01 1 -0950-000349 Parks and Recreation Deoartment $10,000.00 01 1 -0950-000342 Greenspace Management Division RDA Budqet $68,875.00 1 68-9966-00031 2 Restorative Tree Wel Treatment - 2C $85,432.00 307-2970-069357 Restorative Tree Wel Treatment - PH 3 $145,000.00 379-2734-069357 Restorative Tree Wel Treatment - PH 3 $67,000.00 305-2976-000356 Restorative Tree Wel Treatment - PH 3 $616,91 1 .00 305-2976-069357 Restorative Tree Wel Treatment - PH 3 $473,000.00 389-2734-069357 Restorative Tree Wel Treatment - PH 3 $12,000.00 389-2734-061357 Restorative Tree Wel Treatment - PH 3 $62,000.00 389-2734-069358 Restorative Tree Wel Treatment - PH 4 $627,000.00 305-2736-069357 Restorative Tree Wel Treatment - PH 4 $63,000.00 305-2736-069358 Restorative Tree Wel Treatment - PH 5 $444,000.00 306-2806-069357 Restorative Tree Wel Treatment - PH 5 $45,000.00 306-2806-069358 Restorative Tree Wel Treatment - PH 6 $184,534.00 389-2705-067357 119 3 rTB 2015-137-AK Pour-in-Place and Bonded Aggregate Surfaces for Playgrounds and Landscape Areas. ln its due diligence, the Procurement Department verified the following: 1. Minimum Requirements: Prospective bidders must be licensed as General Contractor in the State of Florida. 2. Previous Experience: Proposer must provide services to a minimum of three (3) public or private sector in the last five (5) years similar in scope to this lTB. Robertson lndustries, lnc., Leadex Corporation, and Metro Express, lnc., met minimum eligibility requirements set for this solicitation. CITY MANAGER'S REVIEW AND RECOMMENDATION Based on the types of the service necessary, and in effort to expedite the pour-in- place, and bonded aggregate services, it is in the City's best interest to award contract to primary and secondary vendor by group. The City Manager has considered the bids received, pursuant to ITB 2015-137-AK, and recommends that the Mayor, and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Robertson lndustries, lnc., as the primary lowest responsive vendor, and Leadex Corporation, as secondary lowest responsive vendor, in Groupl, and Metro Express, as the primary lowest responsive vendor, and Leadex Corporation, as secondary lowest responsive vendor, in Group ll; and further authorize the Mayor and City Clerk to execute the contract(s). 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 2015-137-AK for Pour-in-Place Playground Surfaces and Bonded Aggregate for Landscaped Areas. AD/K;'M,, r:r,ncf,!oni201S\octobe^PROCUREMENT\lTB-2015 -137-AK Pour-in-place and bonded aggregate Memo.doc 120 2 tTB 2015-137-AK Pour-in-Place and Bonded Aggregate Surfaces for Playgrounds and Landscape Areas BACKGROUND Poured-in-Place rubber surfaces for playgrounds offer play surfaces that are durable, water permeable and promote a safe environment. Bonded aggregate surfaces for landscape areas promote an aesthetically pleasing environment that allows the surfaces, typically in pedestrian areas, to adjust to landscape groMh while minimizing safety issues. These surfaces are often required by the Greenspace Management Division and/or, the Parks and Recreation Department. With the goal of securing contracts for contractors to install and repair these surfaces, the City issued lnvitation to Bid No. 2015-137-AK (the "Bid") The successful bidders' contracts shall be executed for a period of three (3) years, and may be renewed at the sole discretion of the City, through its City Manager, for two (2) additional one (1) year terms. BID PROCESS The Bid was issued on June 4, 2015, with opening date of July 20, 2015. 129 bid notices were issued through the PublicPurchase system, and another 16 through the Procurement Department. 26 vendors downloaded the bid documents from PublicPurchase. Four (4) bids were received from: Bliss Products and Services, lnc., Leadex Corporation, Metro Express, lnc., Robertson lndustries, lnc. Proposal from Bliss Products and Services, lnc., failed to submit (after several attempts by the City) to submit the required Dun & Bradstreet Supplier Qualifier Report, and was, therefore, deemed non-responsive. After review of bids received, the Administration is recommending award to a primary, and secondary vendor by group (in the event that primary is unable to perform) as follows (tabulation attached): Group | - Poured-in-Place Surfaces. Robertson lndustries, lnc., as the primary lowest responsive vendor, and. Leadex Corporation, as secondary lowest responsive vendor. Group ll - Bonded Aqqregate Surtaceso Metro Express as the primary lowest responsive vendor, and. Leadex Corporation as secondary lowest responsive vendor The successful bidders' contracts shall be executed for a period of three (3) years, and may be renewed at the sole discretion of the City, through its City Manager, for two (2) additional one (1) yearterms. The contracts will offerflexible resources to ensure that the Parks and Recreation Department and Greenspace Management Division fulfill their pour-in-place surfacing and bonded aggregate needs in a timely manner while securing the lowest cost. 121 :::::::!i$:: I lll a2'E:9i 04 oiU; fIJE 'rl:r:ill .2 3-, !-:e3. I :.9 :aE' :.:.t ,::$ l. 1E.:si;::i si ai2*i;EI i3;1I* g'l: z E 3_d !-r d! s; ! I I ffi:ii ::=tsa:4 zeo: <t oi x6 < *l ,: :ii'T, ;o3-, !- xgs E E !.E 6 ce 9 s g h 5g =E eEi E tsi;4tOE:: ;.-8...r:.4', ig.E l r,.t:il:i:: i,E:iiit E ,9_, ,:} 6 I i d'5 =:*::: T :::,:,:=: :.:2,3 63 sa <s u^tr !-r ;? .Et 9-r !.cg :c .5i q 9 e dt 6 rt :3 =€ EH o:i9i <g =:= :tt E: g-r 5 c9 ,E; ! e ! g E t t-t :tr:l1 I : ..€.. 3^, e3 st I r; :E E.a 4:r: 5 E st iit gr:= :Er'::l::: ijg i \ F:r:n;-- 5*EE:ft 2&i;{iiio! H{ea J: t:: p, !-r E 5t 9 i <t oaEY 122 i:l::.= F::] t a:o o a 7:e. o ] 5 2 a ! .9 E :9 iE E€. 9r ff o:: ,:, i!lrE]! z{ tsts Oroi <T Ja E ::::: = ,:.::: 3-, !-r 9-: 6 c9 5' I ,? .E d;3evr! a6 F'IHi ::>t =r, L iI1lI :; 5l g a 5 t : I ] e o E A gEKE9! CE0.95 o!otz@ @5 :E gq s j t c & 3 z loG; o I ::, za OTsi g4 ts a : :::-5 3-, ET 6 rg s] g !-t I €i { ! > <i c 123 THIS PAGE INTENTIONALLY LEFT BLANK 124