Loading...
HomeMy WebLinkAbout2005-25975 Reso RESOLUTION NO. 2005-25975 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE AWARD OF A CONTRACT TO THE lOWEST AND BEST BIDDER, GABlESIGNS AND GRAPHICS, INC., IN THE AMOUNT OF $1,476,623.62, PURSUANT TO BID NO. 16-04/05 FOR FABRICATION AND INSTAllATION OF A SIGNAGE PACKAGE WITH A TWO-YEAR SIGN MAINTENANCE SERVICE AGREEMENT, IN ACCORDANCE WITH THE CITY OF MIAMI BEACH CITYWIDE WA YFINDING SIGNAGE AND IDENTITY SYSTEM; APPROVING $137,205 FOR CONTINGENCIES; APPROVING $61,884 FOR CONSTRUCTION ADMINISTRATION; AND APPROPRIATING FUNDS IN THE AMOUNT OF $218,726 FROM FUND 481 PARKING REVENUE BONDS SERIES 1997, FORA TOTAL PROJECT BUDGET OF $1,675,713.00. WHEREAS, a comprehensive signage program is vital to any tourism-oriented community, enabling visitors to easily navigate and orient themselves and take full advantage of what the City of Miami Beach has to offer; and WHEREAS, on July 10, 2002, the Administration authorized the issuance of a Request for Proposals (RFP) from environmental graphic design firms for the purpose of providing the City with detailed planning and design services for a Citywide Wayfinding Signage System; and WHEREAS, on February 5, 2003, the Mayor and City Commission adopted Resolution No. 2003-25121, accepting the recommendation of the City Manager pertaining to the ranking of proposals received pursuant to RFP No. 48-01/02 for Planning, Design and Construction Administration Services for a Citywide Wayfinding Signage System; and authorized the Administration to enter into negotiations with the top-ranked firm of Hillier; and WHEREAS, on April 30, 2003, the Mayor and City Commission adopted Resolution No. 2003-25182, approving and authorizing the Mayor and City Clerk to execute a Professional Services Agreement with the firm of Hillier, in the amount of $185,770 for professional fees, and $22,230 for reimbursable expenses; and WHEREAS, Hiller created three different conceptual designs for the signage system based upon the public input from the Identity Forum, and presented the three design options in several public meetings, including the Design Review Board and the Historic Preservation Board; and WHEREAS, on February 25, 2004, the Mayor and City Commission adopted Resolution No. 2004-25508 approving the schematic design concept for the Citywide Wayfinding Signage System; and WHEREAS, on August 17, 2004, the final design for the Citywide Wayfinding Signage System was reviewed and approved at a joint public hearing by the Design Review Board and the Historic Preservation Board; and WHEREAS, on May 16, 2005, Invitation to Bid No. 16-04/05 was issued for the fabrication and installation of a signage package in accordance with the Citywide Wayfinding Signage and Identity System, with an optional sign maintenance service agreement (the Bid); and WHEREAS, a pre-bid conference to provide information to firms considering submitting a bid was held on May 25, 2004; and WHEREAS, BidNet issued Bid notices to 86 prospective bidders, resulting in 35 bidders requesting Bid packages, which resulted in the receipt of 2 bids by the following companies: GableSigns and Graphics, Inc. and Baron Sign Manufacturing; and WHEREAS, the City's Procurement Division checked references and secured company background reports for GableSigns and Graphics, Inc.; and WHEREAS, the City's Consultant, Hillier, has provided documentation as to GableSigns and Graphics, Inc.'s past performance and quality of work; and WHEREAS, the Contractor's unit price bid for the Wayfinding Signage package, as stipulated in the Bid, is one-million-four-hundred-seventy-six-thousand-six-hundred-twenty- three dollars ($1,476,623.62); and WHEREAS, available funds exist in the Parking Revenue Bonds Fund 481, the Convention Center Capital Projects fund, City Center TIF and South Pointe TIF for said purposes; and WHEREAS, the City Manager and the Administration recommends that the Mayor and City Commission approve this resolution awarding a contract to the lowest and best, responsible bidder, GableSigns and Graphics, Inc. in the amount of $1,476,623.62, pursuant to ITB No. 16-04/05 for the fabrication and installation of signage package with a two-year sign maintenance service agreement, in accordance with the City of Miami Beach Citywide Wayfinding Signage and Identity System; and further approve $137,205 for contingencies; approve $61,884 for construction administration; and appropriate funds in the amount of $218,726 from Fund 481 Parking Revenue Bonds Series 1997, for a total project budget of $1 ,675,713.00. NOW, THEREFORE, BE IT DULY RESOLVED BYTHE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission of the City of Miami Beach, Florida, hereby approve and award a contract to the lowest and best bidder, GablesSigns and Graphics, Inc., in the amount of $1,476,623.62, pursuant to Bid No. 16-04/05 for the fabrication and installation of the signage package with a two-year sign maintenance service agreement, in accordance with the City of Miami Beach Citywide Wayfinding Signage and Identity System; and further approving $137,205 for contingencies; approving $61,884 for construction administration; and appropriating funds, in the amount of $218,726 from Fund 481 Parking Revenue Bonds Series 1997, for a total project budget of $1 ,675,713.00. PASSED and ADOPTED this -.U..t.b day of ,2005. ~.fM~ CITY CLERK Robert Parcher v David Dermer ,,if,. T:\AGENDA\2005\JuI2705\Regular\itb-16-04-05 Reso.doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION fi-. 7/ l1> I C!) IJate CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY ~ - Condensed Title: A Resolution awarding a contract to the lowest and best, responsible bidder, GableSigns and Graphics, Inc. in the amount of $1,476,623.62, pursuant to bid no. 16-04/05 for Fabrication and Installation of Signage Package with a Two- Year Sign Maintenance Service Agreement, in accordance with the City of Miami Beach Citywide Wayfinding and Identity System; Approving $137,205 for Contingencies; Approving $61,884 for Construction Administration; and Appropriating Funds in the Amount of $218,726 from Fund 481 Parkina Revenue Bonds Series 1997, for a total Project Budget of $1,675,713.00 Issue: Whether to approve the contract award to GableSigns and Graphics, Inc? Item Summary/Recommendation: The work specified in this bid consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, engineering drawings, permits, field locations, underground utility verification, G IS coordinates and other services necessary for the fabrication and installation of a Citywide Wayfinding Signage System. This comprehensive signage system includes 3 City Gateways and approximately 796 individual signs, including the following sign types: zone gateways, zone directional, vehicular directional, destination arrival, neighborhood identification, parking trailblazer, parking lot arrival, pedestrian directional, pedestrian orientation map, historic marker, pedestrian/bicycle trail markers and pedestrian/bicycle trail directional. All work will be based upon the design, location and message schedules prepared by Hillier Design Group, contained in the "Graphic Signage Standards Manual" and the "Sign Location Plans and Message Schedule". The recommended contract award includes the base bid, add alternates, replacement stock, and maintenance services including sign inspection, cleaning, replacement and related maintenance services for a 2-year period, with options to renew annually for up to 5 years. The total contract award to GableSigns and Graphics, Inc. will be $1,476,623.62. The budget also includes $137,205 for contingencies and $61,884 for construction administration by Public Works. The 2004-2005 Capital Budget approved a total of $1 ,463,280 for this project from Convention Center, Parking Revenue Bonds, City Center TIF and South Pointe TIF. The additional appropriation of $218,726 from Parking Revenue Bonds is necessary because of adjustments in the final cost of signs in the two RDA districts and to cover the contingency and construction administration fees. APPROVE THE AWARD. Financial Information: Amount to be expended: Source of Funds: ~ Finance Dept. $ 218,726 $ $ $ T:\AG ENDA \2005\JuI2705\Regular\itb-16-04-05Summary2.doc AGENDA ITEM DATE R7G- 7- ~ 7-os-' CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.ci.miami-beach.fl.us Mayor David Dermer and Date: July 27,2005 Members of the City Commission Jorge M. Gonzalez ~,;v~ City Manager 0 A RESOLUTION OF THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE AWARD OF A CONTRACT TO THE LOWEST AND BEST BIDDER, GABLESIGNS AND GRAPHICS, INC., IN THE AMOUNT OF $1,476,623.62, PURSUANT TO BID NO. 16-04/05 FOR FABRICATION AND INSTALLATION OFSIGNAGE PACKAGE WITH A TWO-YEAR SIGN MAINTENANCE SERVICE AGREEMENT, IN ACCORDANCE WITH THE CITY OF MIAMI BEACH CITYWIDE WAYFINDING AND IDENTITY SYSTEM; APPROVING $137,205 FOR CONTIGENCIES; APPROVING $61,884 FOR CONSTRUCTION ADMINISTRATION; AND APPROPRIATING FUNDS IN THE AMOUNT OF $218,726 FROM FUND 481 PARKING REVENUE BONDS SERIES 1997, FOR A TOTAL PROJECT BUDGET OF $1,675,713.00. ADMINISTRATION RECOMMENDATION: To: From: Subject: COMMISSION MEMORANDUM Approve the Award. FUNDING: Funding for the contract award, contingency and construction administration is available as follows: $ 218,726 Fund No. 481 Parking Revenue Bonds - 1997 (new appropriation) $ 475,200 Fund No. 481 Parking Revenue Bonds - 1997 (2004-2005 Capital Budget) $ 316,800 Convention Center Capital Projects (2004-2005 Capital Budget) $ 438,645 City Center TIF (2004-2005 Capital Budget) $ 226.342 South Pointe TIF (2004-2005 Capital Budget) $1,675,713 Total The funding for the total project includes the contract award of $1,476,623.62 plus a contingency fund of $137,205 and construction administration by Public Works for $61,884. The additional appropriation of $218,726 from Parking Revenue Bonds is necessary because of adjustments in the final cost of signs in the two RDA districts and to cover the contingency and construction administration fees. Commission Memo ITB 16-04/05 - City of Miami Beach Fabrication and Installation of Signage Package in accordance with the Citywide Wayfinding and Identity System with an Optional Sign Maintenance Service Agreement. July 27,2005 Page 2 of 8 ANALYSIS: A comprehensive signage program is vital to any tourism-oriented community. Enabling visitors to easily navigate and orient themselves and take full advantage of what the City of Miami Beach has to offer will add greatly to visitor satisfaction. From the moment travelers enter our city, a systematic signage system would "route" them to points of interest and link neighborhood to neighborhood. A comprehensive signage system will address pedestrian needs and improve the City's "walkability" as well as providing information to drivers. On December 20, 2000, the Mayor and City Commission adopted Resolution No. 2000- 24222, appropriating funds in the amount of $16,000 from the $92 million General Obligation Bonds Series 2000 as a City match to the $16,000 allocated by the Miami Beach Visitor and Convention Authority (VCA) for a citywide signage program analysis. The VCA funds were allocated to support the cost of a signage course at the Florida International University (FlU) School of Architecture, with the students conducting an inventory and analysis of signage needs of the City. The City bond funds were specifically earmarked to offset costs for a forum, with representatives from the Florida Department of Transportation (FDOT) and representatives from the Department of Transportation in other cities where a progressive wayfinding system has been established. On December 11, 2002, the Mayor and City Commission approved the issuance of RFP- 48-01/02 to procure the services of a qualified environmental graphics design firm to provide professional services for the planning, design, installation and long-term maintenance of a graphically unified family of directional and identification signs developed to guide motorists and pedestrians on streets throughout Miami Beach. The family of signs would initially encompass the following and would be capable of expansion to other sign age and graphic needs in the City: 1. District gateway signs for entrances to the city and major business and cultural districts 2. District directional signs that include information leading to municipal garages and lots 3. Destination directional signs that direct visitors to cultural attractions, public beaches, shopping districts and major government buildings 4. Trailblazer directional signs 5. Pedestrian wayfinding map and signs 6. Pedestrian/bicycle trail signs 7. Arrival signs marking the entrance to parking facilities and major cultural institutions 8. Consistent city map for handouts in parking facilities, kiosks and attractions. On September 19, 2002 the City Manager via Letter to Commission (LTC) No. 214-2002, appointed an Evaluation Committee ("the Committee") to select a professional firm from all qualified candidates who provided proposals pursuant RFP-48-01/02. Through this Commission Memo ITB 16-04/05 - City of Miami Beach Fabrication and Installation of Signage Package in accordance with the Citywide Wayfinding and Identity System with an Optional Sign Maintenance Service Agreement. July 27,2005 Page 3 of 8 ANALYSIS (Continued): evaluation process the firm of the Hillier Group was recommended to negotiate a contract to provide the services required under RFP-48-01/02. After successful negotiation Hillier was able to begin the planning and design process of the wayfinding project. The Administration established two committees to work with the consultant throughout this project. The Steering Committee is made up of senior staff members in the departments of Planning, Public Works, CIP, Parking, Convention Center, Economic Development, Tourism and Cultural Development, Finance, and the VCA. The Stakeholder Group is made up of representatives from individual destinations and/or districts that will be identified in the signage system. Examples of these stakeholders include the museums and cultural facilities, business districts, public facilities, and visitor information centers. The planning phase of this project consisted of two major efforts. One is the "wayfinding" analysis, which is a technical analysis of the hierarchy of districts and destinations and the optimum routes that visitors should be directed to follow. The consultant held numerous meetings with the Steering Committee, the Stakeholders, the Police Department, and representatives from the Florida Department of Transportation (FDOT) and the Miami- Dade County Public Works Department to collect information forthis analysis. The results of this effort were documented in a Wayfinding Master Plan dated September 3,2003. The consultant then proceeded with the following step in the wayfinding analysis which is to program the locations and the messages needed for each type of sign. The sign location and message schedule has been reviewed and approved by the Steering Committee. The second major effort in the planning phase was the conceptual design of the signs. This began with a series of meetings with the regulatory agencies to establish a common understanding of the rules that must be followed versus the areas where flexibility and creative design will be permitted. On July 24, 2003, the consultant conducted an "Identity Forum" to elicit reactions to images, colors, typography, pattern, materials, architecture, themes, words and historical references that reflect (or don't reflect) the overall identity of Miami Beach. A total of thirty-two persons participated in the Forum from an invitation list that included the Mayor and Commission, the Design Review Board, the Historic Preservation Board, the Planning Board, the Stakeholder Group and the Steering Committee. The consultant used the input from the Identity Forum to provide design direction and inspiration. Commission Memo ITB 16-04/05 - City of Miami Beach Fabrication and Installation of Signage Package in accordance with the Citywide Wayfinding and Identity System with an Optional Sign Maintenance Service Agreement. July 27, 2005 Page 4 of 8 ANALYSIS (Continued): The consultant presented three alternative design concepts for the community to make the choice of which of the alternatives is best suited for Miami Beach. The public process included the following presentations/reviews: October 1, 2003 Steering Committee and regulatory agencies December 16' 2003 Design Review Board Community Affairs Committee Community Forum / Public Open-House Miami Beach Chamber of Commerce Historic Preservation Board City Commission February 3, 2004 February 10, 2004 February 25, 2004 Based on the information gathered at each of the above mentioned presentations, the consultant team revised the design and presented the "preferred" schematic design option to the City Commission. On February 25, 2004, the Commission adopted Resolution No. 2004-25508 approving the Schematic Design Concept for the Citywide Wayfinding Signage Project. On August 17,2004 the final design for the complete wayfinding sign system was reviewed and approved at a joint public hearing by the Design Review Board and the Historic Preservation Board. The final design images are attached to this memo. The consultant team then proceeded to prepare construction drawings. Bid Process On May 16, 2005ITB-16-04/05 was issued by the City's Procurement Division for the City of Miami Beach fabrication and installation of signage package in accordance with the citywide wayfinding and identity system with an optional sign maintenance service agreement. A pre-bid conference to provide information to firms considering submitting a bid was held on May 25, 2004. BidNet issued bid notices to 86 prospective bidders, resulting in 35 bidders requesting bid packages, which resulted in the receipt of 2 bids by the following companies: . GableSigns and Graphics, Inc. . Baron Sign Manufacturing BID TABULATION Alternate 1 Alternate 2 Alternate 3 Company Name Base Bid Additional Attic Stock Maintenance SiQns GableSigns and $994,669.25 $177,384.86 $144,569.51 $160,000.00 Graphics, Inc. Baron Sign $1,560,491.20 $239,933.92 $176,492.56 $122,623.56 ManufacturinQ Commission Memo ITB 16-04/05 - City of Miami Beach Fabrication and Installation of Signage Package in accordance with the Citywide Wayfinding and Identity System with an Optional Sign Maintenance Service Agreement. July 27, 2005 Page 5 of 8 ANALYSIS (Continued): The work to be performed under this Contract shall consist of fabrication and installation of a Citywide Wayfinding Signage System. This comprehensive signage system includes 3 City Gateways and approximately 564 individual signs, including the following sign types: zone gateways, zone directional, vehicular directional, destination arrival, neighborhood identification, parking trailblazer, parking lot arrival, pedestrian directional, pedestrian orientation map, historic marker, pedestrian/bicycle trail markers and pedestrian/bicycle trail directional. All work will be based upon the design, location and message schedules prepared by Hillier Design Group, contained in the "Graphic Signage Standards Manual" and the "Sign Location Plans and Message Schedule" contained herein. The successful bidder will be responsible for fabrication, installation, engineering drawings, permits, field locations, underground utility verification, as-built-drawings and GIS coordinates. The bid includes add alternates for approximately 382 additional signs, banners, and attic stock. In addition, the City is seeking bids for sign cleaning, replacement and related maintenance services for a 2 year period, with options to renew annually for up to 5 years. Sign fabrication Fabricate all sign panels, posts, brackets and support structures according to the specifications in the Graphic Signage Standards Manual and the Sign Location and Message Schedule. The sign types and quantities included in this bid are listed in the Bid Quote Sheet and the Sign Location and Message Schedule. Note that these are estimated quantities to be finalized by field locations at the time of permitting. Installation Install all signs in the approximate locations specified in the Sign Location and Message Schedule. The vendor will be responsible for obtaining all necessary permits, underground utility checks and City approval of final field locations. In locations where other construction projects may interfere with the signs, the City may require the vendor to delay installation until construction is complete. Engineering All signs have been designed to meet current building codes. The vendor will be responsible to provide final shop drawings, sealed by a structural engineer registered in the State of Florida. The three Gateway signs sill require some additional structural engineering for the foundation and sign support. The Gateway signs for Harding Avenue (Gate.2) and 5th Street (Gate.3) will require sealed electrical drawings, including connections to the source of power. Permits The vendor will be responsible for obtaining the following permits: FDOT special right-of- way permit (the City of Miami Beach submitted a permit application to FDOT in April 2005 and is in the review process), Miami Dade County Public WorkslTraffic Department, City of Commission Memo ITB 16-04/05 - City of Miami Beach Fabrication and Installation of Signage Package in accordance with the Citywide Wayfinding and Identity System with an Optional Sign Maintenance Service Agreement. July 27,2005 Page 6 of 8 ANALYSIS (Continued): Miami Beach Building Permit including structural and electrical permit, City of Miami Beach Public Works right-of-way permit. Contractor to coordinate the installation with City's Parks & Recreation Department. Field locations Installer representative will be present at all field surveys and site markings prior to installation. As part of a team including the City of Miami Beach, representatives of the design team and other agency representatives, the installer representative responsibilities will include; 1. Measuring and marking out (spray paint) final sign location number and placement 2. Recording measurements of sign placement from nearest intersection 3. Recording any field conditions that may alter or revise design intent 4. Record special field conditions, including custom pavers, colored concrete or other surface treatments that will require treatments 5. Record all message, sign type and location revisions, additions or subtractions that effect the production or installation of the sign program. Underground utilities The vendor will be responsible for contacting the Sunshine State One Call of Florida, Inc. prior to underground digging. Vendor will be responsible for providing all necessary information, including, but not limited to intersection/cross streets, set back dimensions and dimensions from nearest intersection or utility post, as required by the One Call system. Lighting The Gateway signs for Harding Avenue (Gate.2) and 5th Street (Gate.3) have lighting specified in the Graphic Signage Standards Manual. This will require sealed electrical drawings, including plans for connections to the source of power. As-built record drawings and GIS coordinates The vendor will be responsible for providing the City with an as-built record of all signs including sign type, location and message schedule in electronic format (Excel spreadsheet or alternative to be approved by City). GIS coordinates must be provided for each location. References have been checked by Procurement staff and Kroll Factual Data company background reports have been secured for GableSigns and Graphics, Inc., and this Contractor is highly recommended. GableSigns and Graphics, Inc. has been in business for over 20 years as a Contractor, Sign Manufacturer and Installer and pursuant to the reference check, the information provided, indicates that GableSigns and Graphics, Inc. provides quality work, and completes all jobs within budget and the required completion dates. Commission Memo ITB 16-04/05 - City of Miami Beach Fabrication and Installation of Signage Package in accordance with the Citywide Wayfinding and Identity System with an Optional Sign Maintenance Service Agreement. July 27,2005 Page 7 of 8 ANALYSIS (Continued): In addition the City's due diligence as to GableSign's past experience, the City's Consultant on this project, The Hillier Group, provided the following verification of references and bid evaluation for both bids. Bidder: GableSigns 1. The project information submitted meets the requirements as set forth by the City for experience, size, type and construction value. 2. The unit pricing is competitive, appropriate and a good value to City. 3. The project managers resume is acceptable 4. All necessary qualification documentation has been submitted, including project experience, project schedule and list of sub-consultants. This information meets the requirements set forth in the bid document. 5. It appears all necessary administrative documentation is included, including bid bonds, insurance, etc. 6. The schedule is consistent with the project timeframe outlined in the bid documents (24 weeks total). 7. Gable Signs has completed one project for Hillier (Good Samaritan Hospital, 2004). We found them to be a qualified sign fabricator for large exterior sign projects. Bidder: Baron Sians 1. The following information is missing; project experience, references, project managers resume, project schedule and list of sub-contractors. 2. It appears all necessary administrative documentation is included, including bid bonds, insurance, etc. 3. In general, the individual unit pricing appears to be about 20% higher than originally budgeted. 4. No project schedule is included in the information I received; . 5. To my knowledge Hillier has no past experience working with Baron Signs. Two-Year Sian Maintenance and Replacement Services Sign maintenance and replacement services were bid as an add alternate and the City reserved the right to award the maintenance portion of the contract to other than the lowest base bid vendor. John Bosio of the design firm of Hillier Group, Consultant to this project, provided the following analysis: "I strongly recommend keeping the same company on board for the maintenance. The amount of lessons learned (fabrication and installation), familiarity of conditions, consistent construction methods, and the information gathered in the field is extremely important. In the long run it will cost you more if you bring in a new firm to maintain it, their learning curve will be tremendous. Also, the new company will have to "match" the work and graphics that were done originally, materials, patterns, color, layouts, spacing, etc. If they can not match it correctly, this will cause the system to become noticeably inconsistent." Commission Memo ITS 16-04/05 - City of Miami Beach Fabrication and Installation of Signage Package in accordance with the Citywide Wayfinding and Identity System with an Optional Sign Maintenance Service Agreement. July 27, 2005 Page 8 of 8 ANALYSIS (Continued): Construction Timetable The schedule proposed by GableSigns and Graphics, Inc. is as follows: 8/1/05 Project Kickoff 9/9/05 Mfg and install product samples 9/12/05 Notice to Proceed 9/26/05 - 12/23/05 Sign Manufacturing Phase 10/3/05 - 11/11/05 Site survey and permitting 11/14/05 - 1/6/06 Installation CONCLUSION: Based on the analysis, the City Manager and the Administration recommends that the Mayor and City Commission approve a resolution awarding a contract to the lowest and best, responsible bidder, GableSigns and Graphics, Inc. in the amount of $1 ,476,623.62, pursuant to bid no. 16-04/05 for Fabrication and Installation of Signage Package with a Two-Year Sign Maintenance Service Agreement, in accordance with the City of Miami Beach Citywide Wayfinding and Identity System; Approving $137,205 for Contingencies; Approving $61 ,884 for Construction Administration; and Appropriating Funds in the Amount of $218,726 from Fund 481 Parking Revenue Bonds Series 1997, for a total Project Budget of $1,675,713.00. Attachments T:\AGENDA \2005\JuI2705\Regular\itb-16-04-05CommMemo 1.doc ~ ~ e ~ III :c e <;> . ....... -..... <n _ W "" -I en <+= +J c: +:; '"' -J U ~ (I) ~...J \:J, (f) .: lj: N...J.;::;m~ ... ... Z o N C"lI ... Z o N .. Z o N 00 ~ C!) If! ~ C!) .... .... 0'" OJ 2 o:::Z "5 .... 0 ZQ OJ 2 (j) -l:: C ..c ....J'- f- OJ l- +- O~ >-. U c u;::: c - .... 0 Z~ -2 <i u :=;0 0 c U --' .... OJ '0 C OJ c .!: u 0 V)- - >-. 0 c .... 0 .... - u OJ I 0 c ._ > OJ .... =>-0 c C ~ -0 +- o (j) 0 OJ ~ :.:::; ~:E uu u ~~ ~ ill "0 '- "0 z2 OJ C! ;;> ..r:: C 0 <l: ~ '" >= + z >- U c Vi=' c 4: 0 Z~ 0 u ::;0 0 c V ::; I - I - ,------ ,..------- all at Q > .... at Q > 0() at Q > ~~;;:;~~"':;,''', ::"i/;, ,."" ;".,:..,j> :y ":::y' ". ,.; ';j ., at Q > - 1,.=.... '00 A. ;~ C::',,::c~,' .,. ~ at . '.' " nH '," ",.W ,~..,.,. ."" '",' if 'I 'cb' . A. ;,,:O-'_~~_H t:CI::E D.~:; )f~~Zj- II) ~ at if CO) ~ at 4( 0. ... ~ at if 5' -" . '- ~- at", 4(~ 0.< U V) I I--~ i I : I I I ! i 111--'-- L'l I t ~ i. i' 0() , i. S j !~ ~ -~- -.--1 .., on ci ... ~ on ci ... ~ .., 'It ci ... ~ 'It ci ... ~ I co ~/ ~ ::t .,t 5 ~::: ~ J 1/ Sl " Jlsl . "'++~:,c . C') ci ... ~ '-'1' to I S I Q. q -'~"-----'-'---'~"i'~------' "~-----"~-- '--- ~ . ... t-"-'-I_-"'~ , ~W? ~tJ' ,) . ~~.YI;! -I, I ~..; C'--- "" ----- _ UJ Q~ "'U Q.", · >-- U) OUJ Zu::: ~o Cl!I ~U) I U ~ CO . S ~ ~ !:! q -;, 0, :1:_ ~~ "'<( IIllV V) (/) z o b: a::: u (/) w o Q)_"O cro (l)CC(I)"O ~~ Q) roQ) ~ .!: ~ g ~ .~ Q)' (1).2' -+--oICO~CO"- Q.'+- OO'COl Q)croc Q)roQ)~"02~8 co;oro~.!:"O- 0_ Q.rouco::l N u (I) (I) ro >._ C C (I) Q) ro > :~~ 0lQ) g-.-5!2~ U~(j)Q.UOQ)Q) M - . 0 .- (I) C _ Q)C (l)C-"OU roro .!:ro cc'.;::;lLE -';::.2 Q) ro (I) U Q) +-' ......, C .-.- +-' Q) (I) ro .- (I) Qj .!: - .!:Q)cE'=_Q.ro - "0.- 0 ro U ro (I) cQ)U;,-(j)ro'-ro M :.c 0. Q) 0."0 ;0 <.9 "0 __"0_ .cQ)Q) ,'S; U "0 ro c U > (I) N > ~ C "0 .2' Q) '';::; ::l ..:-g:.oro~~-5~Q) '-(I)(I)C"O 0..0(1) C~c~gQ)EQjoc W 0 .2' 0 .!: e c 5!2 0 0.-1 (I) N EI--.-_ ro',;::; ~ (I) .8 '00 Q)c 0 ' - Q) ~2-o:O Q) - ~ '00 -5~c~ , U ::l 0. en(1jO ~'CEQj o ro Q) > ~.8ro~ ,~ U en .!: u:E ~ ~ M ro '- , Q)~(J)~~ -5cui-Q) roco_ .::: .;:: 0 0. '5 -E U; .~ E u 'S; ~ C .2' c > Q) '';::; - Ol ~ -g 0. ~ g"OO C - t) "0 '';::; "0 ro (I) .- w U ~ "0 .- 0 o..3:.o~~~ '~en 'c ._ Q) ::l (I) C 0 ~ 2 E Q)-"O . .!: C C (I) -Q)::lQ) ooUo(5 Q) .~ '- 0. c-oOl o ro Q) E N 0 '- 0 >_ro_ - U (I) (I) '0'- C ::l ~ Ol U M ro .- 0 Q)~(/)- -5cui-g .::: .~ g (j) .!: U; '';::; -t5 :~ Q) ro ro ~ "0 .::: '- m"OQ)U;.o ~ Q) 0. Q) "0 ._t)"Oc c~Q)"Oro o.w 0 .:: c "0 -I"OroQ) ----I~- --1. ] ] C "0 cD OlQ.Q)_ (I)::lc:e Q) (I) ::l (I) (I) "0 0 (I) Q)roE8. -5 Q) ,.!:~Qj ~ ro > c.!:~~ o .~ C Q) N ~ Ol.!: cuU)~ '0 ~ . 00 MroroQ)~ '- Q)- Q) - '- 0 Q) .c roQ.~ _c_ ::l c .~ ~ E u .- - 0 Ol -5en-:..=C ._ Q) Q) Ol ~ "O.!: g>'OO "0 ~ - '';::; "0 an ~ _ '0 .~ '0 croCQ.><> U Q) ro Q) ro wo. 0 .;:: E 0 0 -10 __ I~ ~~~ o~ ~~ . --'112' ~-..-. . . _.~.._.. --------- tC::\ c .2' 0."0 vi (I)::lc~ Q) (I) ::l 0 (1)"000. Q) ro '- E -5Q)Q) oo.!:~.8 Q) ro ro ~ C.!:enu 2'~ ~.8 cUu)"O "u::: . ~ M~m~ Q)+-'....u -5c~~ C .~ ~ .0 :.cU;.2~ :~ Q) Q) ro ~-g-5"O m"OQ.......Q) U)~_oc Q~~Q.::l ~ .3'~ E E ~r- ~t_____ '-1-- .'.--- -~-.. L_____ r- ---, .--L____ r- J ---------------- '- Q) - , .~ -00 ..0 Q) 0 c (I)Q.ro Q) "0 - vi .cc-c -roCo , ro ._ ~ (tj .2' 10 cc~u 2.g g,..Q >- co "U; 0 :~ E > (I) uc;='"O M......roO Q),:::.g 0 -5Q)0-:: '- - 0 c ro .~ .0 :.c(l).!:.c :=:C'-Ol ~ .2' ~ 'Q) "Oencc ~ ~ ~ "0 (I)' o ro',;::; Q)-t: LUg~g(1j a. -I 0.'';::; E M N , .. ~ ... c( 3: IG ... ~ j ... ~ j IG ... ~ j ------- ... ~ j --r----~ a:a ! ~ nJ _ j -j i ~-L ~ j 0() ci '" Q. IIll on ci '" Q. The Widener Building. Mezzanine One South Pen n Sq uare Philadelphia, PA 19107.3502 T 215 636 9999 F 2156369989 HILLIER COM Princeton New York Philadelphia Washington Dallas Hillier!~RCHITECTURE July 8,2005 Ms. Joyce Meyers North Beach Planning Coordinator City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 RE: CITYWIDE SIGNAGE WAYFINDING PROGRAM - BID ANALYSIS Dear Joyce, I have reviewed the bids received for the Citywide Sign age and Wayfinding Program, below are my comments Bidder: Gable Signs 1. The project information submitted meets the requirements as set forth by the City for experience, size, type and construction value. 2. The unit pricing is competitive. appropriate and a good value to City. 3. The project managers resume is acceptable 4. All necessary qualification documentation has been submitted, including project experience, project schedule and list of sub-consultants. This information meets the requirements set forth in the bid document. 5. It appears all necessary administrative documentation is included, including bid bonds, insurance, etc. I suggest the City confirm this, as I am not completely aware of all legal submittals required by the City of Miami Beach. 6. The schedule is consistent with the project timeframe outlined in the bid documents (24 weeks total). 7. Gable Signs has completed one project for Hillier (Good Samaritan Hospital, 2004). We found them to be a qualified sign fabricator for large exterior sign projects. Bidder: Baron Signs 1. In the document I received, the following information is missing; project experience, references, project managers resume, project schedule and list of sub-contractors. 2. It appears all necessary administrative documentation is included, including bid bonds, insurance, etc. I suggest the City confirm this, as I am not completely aware of all legal submittals required by the City of Miami Beach. 3. In general, the individual unit pricing appears to be about 20% higher than originally budgeted. 4. No project schedule is included in the information I received. 5. To my knowledge Hillier has no past experience working with Baron Signs. ARCHITECTURE INTERIOR ARCHITECTURE HISTORIC PRESERVATION URBAN DESIGN/PLANNING GRAPHIC DESIGN Ms Joyce Meyers July 8, 2005 Page 2 Hillier Recommendations: Based on the information received and the comments stated above, I recommend awarding the contract to the low most responsive bidder, Gable Signs. I also highly encourage the City to follow through with the following, prior to awarding the contract. 1. Contact and interview the references provided by Gable Signs. 2. Confirm with Gable Signs that all pricing reflects the specifications, materials and processes specified in the Bid Documents I Design Intent Drawings. Gable should identify any substitute or alternates. 3. Confirm with Gable Signs that they have a signed contract with their sub- contractor for installation and that the sub-contractor understands the scope, specifications, materials, methods and sequencing required to complete the project. Installer should also be familiar with all site conditions and level of effort required. If you would like to contact Gable Signs and confirm this information by way of conference call, I would be happy to be part of that and assist with the process. If you have any questions or require additional information, please do not hesitate to contact me directly. Sincerely, If fJd4J John F. Bosio Associate Principal