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-