Loading...
08-17-04 Item 6South Miami EMM CITY OF SOUTH MIAMI nii- AmedcaGity Excellence, Integrity, Inclusion 2001 TO: Honorable Mayor, Vice Mayor DATE: August 17, 2004 & City Commission FROM: Maria V. Davis ITEM No. b City Manager GS" RE: Authorizing the City Manager to execute a contract with Florida Rock & Sand — Prestress Precast Co., Inc. for purchase of Drainage Structures for the Downtown Drainage Improvements project RESOLUTION A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH FLORIDA ROCK AND SAND — PRESTRESS PRECAST CO., INC. TO PROVIDE DRAINAGE STRUCTURES FOR THE DOWNTOWN DRAINAGE IMPROVEMENTS — PHASE III FOR AN AMOUNT OF $32,049 TO BE CHARGED TO U.S. DEPARTMENT OF COMMERCE'S, ECONOMIC DEVELOPMENT ADMINISTRATION GRANT ACCOUNT #001-0000 - 132 -2062; PROVIDING FOR AN EFFECTIVE DATE BACKGROUND & ANALYSIS Due to construction work restrictions within the downtown area during the holidays, the proposed phase 3 downtown drainage improvement project scheduled to commence within weeks, will have to be completed within 90 days. To help expedite the work, we decided to advertise for bids for the manufacture of drainage structures in advance of the construction contractor bid opening. On August 4, 2004, we received and opened sealed bids for the manufacture of drainage structures. The record engineer prepared the attached Bid Tabulation, reviewed all bids and submitted the attached letter, recommending Florida Rock & Sand — Prestress Precast Co., Inc. as the lowest responsive bidder. If approved, when the construction contractor is selected later this week, the contractor will be required to use Florida Rock & Sand — Prestress Precast Co., Inc. as the supplier of all drainage structures for the project. This purchase will be funded through the U.S. Department of Commerce's Economic Development Administration grant account number 011- 0000 - 132 - 2062. The grant's account balance, prior to this project, is $466,290.50. RECOMMENDATION It is recommended that the City Commission approve the resolution. ATTACHMENTS: ❑ Proposed Resolution ❑ Bid Opening Report ❑ Tabulated Bids ❑ Engineer of Record's letter of recommendation 1 2 RESOLUTION NO. 3 4 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF 5 SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN 6 AGREEMENT WITH FLORIDA ROCK AND SAND — PRESTRESS PRECAST CO., INC. 7 TO PROVIDE DRAINAGE STRUCTURES FOR THE DOWNTOWN DRAINAGE 8 IMPROVEMENTS — PHASE III IN AN AMOUNT OF $32,049 TO BE CHARGED TO U.S. 9 DEPARTMENT OF COMMERCE'S, ECONOMIC DEVELOPMENT ADMINISTRATION 10 GRANT ACCOUNT # 001 - 0000 - 132 - 2062; PROVIDING FOR AN EFFECTIVE DATE 11 12 WHEREAS, the Mayor and City Commission wish to provide drainage construction improvements 13 along SW 74"' Street from SW 57`x' Ave. to SW 59 "' Ave., SW 73'd Street from US I to SW 59'1' Ave., and SW 14 59"' Ave. from SW 73'd Street to SW 74 "' Street; and 15 16 WHEREAS, the construction activities will require new drainage structures for the proposed 17 improvements that will include, right -of -way re- grading, re- surfacing and pavement marking within the 18 construction corridor; and 19 20 WHEREAS, The City received 3 bids in response to the notice of bid invitation to structure 21 manufacturing companies. 22 23 NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISION OF 24 THE CITY OF SOUTH MIAMI, FLORIDA, THAT: 25 26 Section 1: The Mayor and City Commission authorize the City Manager to execute an 27 agreement to purchase drainage structures from Florida Rock and Sand — Prestress Precast Co., Inc. for the 28 Downtown Drainage Improvements — Phase III project for an amount of $32,049. 29 30 Section 2: The purchase will be funded through a grant from U.S. Department of Commerce's 31 Economic Development Administration grant account number 001- 0000 -132 -2062. 32 33 Section 3: This Resolution shall take effect immediately upon passage. 34 35 PASSED AND ADOPTED this day of 52004. 36 37 APPROVED: ATTEST: 38 39 40 41 Maria Menendez, City Clerk Mary Scott Russell, Mayor 42 43 READ AND APPROVED AS TO FORM: Commission Vote: 44 Mayor Russell: 45 Vice Mayor Palmer: 46 Commissioner Birts- Cooper: 47 CITY ATTORNEY Commissioner Wiscombe: 48 Commissioner Sherar: August 9, 2004 C3TS OR 01 City of South Miami Public Works Department • • 4795 SW 75th Avenue South Miami, FL 33155 Engineers Architects P l a n n e r s Attention: W. Ajibola Balogun Public Works Director Reference: City of South Miami Downtown Improvements — Phase III C3TS Project No. 1929 - 017 - 0001 -03 Dear Mr. Balogun: . We have checked the bids submitted for the above - mentioned project. The bid from the low- bidder, Florida Rock and Sand — Prestress Precast Co., Inc., was reviewed and we EB0005022 find no discrepancies. We checked references for performance on completed and current AAC002142 projects with other clients. We also spoke with Ms. Angie Villarreal, Project Manager of Florida Rock and Sand — Prestress Precast Co., Inc. regarding her bid and its completeness. She has confirmed her confidence in her bid amount (see attached price quotation). Based on our findings, it is our opinion that this product manufacturer is qualified and capable of performing the work. Therefore, we recommend that the project be awarded to the lowest responsible responsive bidder, Florida Rock and Sand — Prestress Precast Co., Inc., in the amount of $32,049.00. The award is subject to acceptance by the City Council and execution of the Contract Agreement. Sincerely, Corzo Castella Carballo Thompson Salman, P.A. Daniel J. Grandal, P.E. Associate DG /er 1:\1929_17_SoMiami_ MID—Phase III \Bidding \Recommendation of Award.doc 901 Ponce de Leon Blvd., Suite 900 Coral Gables, Florida 33134 305.445.2900 1.800.448.0227 Facsimile 305.445.3366 Web Site: www.c3ts.com Equal Opportunity Employer O rr W v •9 D n O m m cn 1 m w 0 0 0 0 N A C O w N N V O w A w is 0 y OD O o °A Z N o� O � o� V � ° O o G w N m Of 0 7 3 v O N 0 W 'v D 03 C r D O Z W O N N O _ 00 w N w 3 °• m n y w D me T O N N n O N m N (D a3 w (D cn CL � o m CD .- w (D C ri 3 n � w m o •6 ? w a W C7i N D D D C n T 0 Z _w 0 O ° O Vii =� N ° ° p p °O -i m° m 69 D n 4 rn o -wi 0 2 s 0 co o O CO) ° Z tmA ° °o ° o -I -1 Z -n bB 1.9 b9 -q N w i ° A Q N d O W O O (T 0 m N OD O OD `'O n f�1 � w D d r' a 6 69 O o w U Z 0 G j --4 O N V n O A O O O W C Z 9 -� O cn p rn n N m W O O O v 'm D d ' 3 rn UI rs� c0 0 V A O O co O O V O O Z � n C Z rfl co Fco cc Co m 41 V co fil 6 O 0 m n N v D `D 69 69 o 0 co w PD Z W CO Cn N V y OD O o °A Z N o� O � o� V � ° O o G w N m Of 0 7 3 v O N 0 W 'v D 03 C r D O Z Bids were opened on: kttGtkS-r (,0 4�� 1-Z 0 4 at: 3:0512 For: f (,,bf Q`,74t- - -D P-A I kJ A SVU C Tom. bYL -,Du,0 wro u) K-1 -J�vL4-1 " AC 7 ,t-c I pvt P j2_0 VOIA C tj TS E � Pre-Bid Estimate: CONTRACTORS: BID AMOUNTS: -QL--DCAf;--1L,J-7 Pt-6CAS-r 4 sz, 2- J5-,� - 0 0 CA-� T Z c� THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BED TOTALS ARE SUBJECT TO CORRECTION AFTER THE BEDS HAVE BEEN COMPLETELY REVIEWED. City Clerk's Sign: Witness: Witness: :x>--4f-