Loading...
09-21-04 Item 4CITY OF SOUTH MIAMI Inter- office Memorandum _v TO: Honorable Mayor, Vice Mayor DATE: September 7, 2004 & City Commission FROM: Maria V. Davis AGENDA ITEM No. City Manager RE: Request for Authorization to execute construction contract for Proposed Broad Canal Improvements 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 AMERICAN ENVIRONMENTAL CONTRACTORS, INC. FOR ` THE BROAD CANAL IMPROVEMENTS (DREDGING PROJECT) IN AN AMOUNT OF $867,165 TO BE CHARGED TO FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) ,ASSISTANCE GRANT ACCOUNT NUMBERS 001- 0000 -132 -2071 AND 001- 0000 - 132 -2072 AND FV 2004 -05 STORM WATER DRAINAGE TRUST FUND ACCOUNT NUMBER 111 - 1730 -541 -6490; PROVIDING FOR AN EFFECTIVE DATE BACKGROUND & ANALYSIS: After the "No Name Storm" of October 3, 2000, the Federal Emergency Management Agency (FEMA) awarded funding to restore the City's Broad Canal system to its original flow capacity. The Broad Canal system consists of two segments for an approximate total of 3,700 lineal feet, with width ranging from 50 feet to 89 ft. The two canal segments are between the following streets: SW 56d' Street and SW 64t" Street S W 61St Avenue and S W 63' d Court The project was advertised in the Miami Daily Business Review on Tuesday, July 13, 2004. Two contractors submitted sealed bids for the project. The bids were publicly opened the last day of bid submittal (Thursday, August 12, 2004) at 3:05 pm. Since the bid opening, the engineer of record has tabulated the bids (Summary of Bid Totals), reviewed and evaluated all bids, verified references, verified bid bond and discussed the project with the lowest responsible bidder (American Environmental Contractors, Inc.) to make sure the scope of work is clearly understood as designed and specified. The Engineer of Record (South Florida Resource Conservation & Development Council, Inc.) has submitted the attached letter of recommendation for American Environmental Contractors, Inc. Page 2 of 2 Comm. Mtg. Agenda Sept. 7, 2004 The improvements will be funded through Disaster 4 1345 agreement with FEMA for project numbers 724 -0 and 725 -0 and the City's FY 2004 -05 Storm Water Drainage Trust Fund. The current account balance for the funding accounts and corresponding account numbers are: Agency Current Balance Requesting Amount FEMA- 001- 0000 -132 -2071 $223,188.92 $186,202.00 FEMA- 001 - 0000 - 132 -2071 $532,201.81 $480,963.00 City 111 -1730 -541 -6490 $200,000.00 $200,000.00 RECOMMENDATION: It is recommended that the City Commission approve the resolution. ATTACHMENTS: ❑ Proposed Resolution ❑ Bid Opening Report ❑ Tabulated Bids ❑ Certified Advertised Notice of Bid Invitation ❑ Engineer of Record's letter of recommendation ❑ Map of Project Area i RESOLUTION NO. 2 3 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY_ OF 4 SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO 5 EXECUTE AN AGREEMENT WITH AMERICAN ENVIRONMENTAL 6 CONTRACTORS, INC. FOR THE BROAD CANAL IMPROVEMENTS 7 (DREDGING PROJECT) IN AN AMOUNT OF $867,165 TO BE CHARGED TO 8 FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) ASSISTANCE 9 GRANT ACCOUNT NUMBERS 001 - 0000 - 132 -2071 AND 001- 0000 - 132 -2072 AND FY 10 2004 -05 STORM WATER DRAINAGE TRUST FUND ACCOUNT NUMBER 111 11 1730 - 541 -6490; PROVIDING FOR AN EFFECTIVE DATE 12 13 WHEREAS, the City Commission of the City of South Miami, Florida, wishes to use the 14 dredging /construction services of American Environmental Contractors, Inc., to restore the City's Broad 15 Canal system to its original flow capacity as part of the Broad Canal Improvements project; and 16 17 WHEREAS, the scope of work will include dredging of canal sediments to design depth, 18 transportation of sediments to specified dump sites, embankment repairs and the restoration of areas 19 disturbed during construction; and 20 21 WHEREAS, the proposed services will be funded through Disaster # 1345 funding agreement 22 with FEMA for approved Project Numbers 724 -0 and 725 -0, and the City's FY 2004 -05 Storm Water 23 Drainage Trust Fund with account numbers 001- 0000 -132 -2071, 001- 0000 - 132 -2072 and 111.1730 -541- 24 6490 with respective account balances of: $223,188.92, $532,201.81 and $200,000 25 26 NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF 27 SOUTH MIAMI, FLORIDA, THAT: 28 29- Section 1: The City Manager is authorized to execute a contract with American Environmental 30 Contractors, Inc. for the Broad Canal Improvements in an amount of $867,165.00 to be charged 31 to account numbers 001 - 0000 -132 -2071, 001- 0000 -132 -2072 and 111 - 1.730 -541 -6490 32 33 Section 2: The attached Summary of Bid Totals is made a part of the resolution. 34 35 Section 3: This resolution shall be effective immediately. 36 37 PASSED AND ADOPTED this day of , 2004. 38 39 APPROVED: ATTEST: 40 41 42 43 Maria Menendez, City Clerk Mary Scott Russell, Mayor 44 45 READ AND APPROVED AS TO FORM: Commission Vote: 46 Mayor Russell: 47 Vice Mayor Palmer: 48 Commissioner Birts- Cooper: 49 CITY ATTORNEY Commissioner Wiscombe: 50 Commissioner Sherar: BID OPENING REPORT Bids were opened on: Thursday August 12 2004 at 3 05pm For. Broad Canal Im rovements Project Pre -Bid Estimate: $1,200.000 CONTRACTORS: BID AMOUNTS: THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk's Sign: Witness: ess: r Option 1 I. Shaw Environmental. . 2. Central Florida Equipment, Inc. 3. American Environmental 4. Subaqueous Services, Inc. 4 0 0 CIO 5. Ash Britt, Inc. 6. Shoreline Foundation 7 Petro Hydro, Inc. 8. R. L. Saum Construction Co. 9 Redland Company, Inc. THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk's Sign: Witness: ess: r a) a=e03 z \§ °$9 w 8 W, o / a k <;:F #rr 0 0 Err (D m ! = - + -E gk?kE .�m«,� E +a, �°$£ a =r rL 5 .k 0 0 --£ §g&3 fa mac Ism CD cc m�c=r 2 0/( . Vic_.. . ]E& 0 m3 �o «o �. +- ?7 C) \ 0) \ CL / CD omm £ FOR f� \# .z D0 / / a 2 w. � .§ - § j� fA to in - R. § 0-40. 0 4 o. n 0 C07 C ■. 0 �.ID 0 a O E2 M 0 W Qg -n 0�.� O ~2 m kCO) z � M § � Al SENT BY: CITY OF SOUTH MIAMI; 3056636348; JUL-14-OA _4:1iPM; MIAMI DAILY BUSINESS REVIEW Pubrahed Daily oxCW Saturday, Sunday anti Legal Holldsya Miami, Miami -pale Courtly, Florida STATE OF FLORIDA COUNTY OF MIAMI -DADS; ROWS the undersigned authority personally appeared O.V. FERBEYRE, who on oath says that he or she is the SUPERVISOR, Legal Notices of the Miami Daily Business Review Uk/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published a# Miami in Miami -Dade County, Florida; that the attached Copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI BID NO. C104.0812 In the XXXX Court, was published in said newspaper in the issues of 07/13/2004 Affiant further says that the said Miami Daily Business Heview is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore bean continuously published in said Miaml -Dads County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mall matter at the post office In Miami In said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or She has neither paid nor promised any person, firm or Corporation any discount, re te, commission or refund for the purpovti of securing advert' a or biication in the said newspaiee Sworn to and su Wore me this 13 day of JUV bsc _.: A-D. 4 PAGE 1 / 1 SOUTH FLORIDA RESOURCE CONSERVATION & DEVELOPMENT Council, INC. 15600 SW 288h Street Suite 402 Homestead, FL 33033 -1239 Phone: (305) 246 -4319 Fax: (305) 245 -2473 .sfrcd.ora August 16, 2004 Mr. W. Ajibola Balogun, REM Public Works Director City of South Miami 4795 SW 75th Avenue South Miami, FL 33155 Re: City of South Miami Project No. C104 -0812 The Broad Canal Improvements Project Dear Mr. Balogun, On Thursday, August 12, 2004 at 3:05PM bid packages were opened for the above - referenced project. Enclosed is our summary spreadsheet containing the comparison of the bids received. It is to be noted that although a large number of potential bidders purchased the bid documents, h Charley) has diverted a large number of the contractors from the South Florida area tonFlorida's west coast to assist in the clean -up and recovery efforts now ongoing. In spite of this diversion, two responsive, responsible bidders provided sealed bids for this project before the 3:OOPM August 12, 2004 deadline. The low bid of $867,165.00 was submitted by American Environmental Contractors, Inc., a local contractor based in Miami -Dade County, Florida. initial analysis by a certified environmental laboratory has shown that the canal sediment from the Broad Canal passes Miami -Dade County DERM clean fill standards. It is to be noted that the City of South Miami, will have the option in the Contract Agreement to productively re -use any or all of the canal sediment to be removed from the Broad Canal, so that the final cost for this project would be reduced from the above referenced low bid figure. We have reviewed the bid package submitted by American Environmental Contractors, Inc. and find the documentation submitted to be in accordance with the requirements contained in the Bid Project Manual for this project. The bid was accompanied by the required bid security and we have contacted the references supplied by the bidder to verify the validity of their claims. From the review of the bid packages, responses from the listed references, bid tabulation analysis and in accordance with the City of South Miami's requirements for awarding public contracts, American Environmental Contractors, Inc., as the low bidder, should be awarded this contract, subject to acceptance by the City Council, execution of the Contract Agreement, submittal by the Engineering Contractor of the required Performance and Payment Bonds, and Certificate of Insurance. Sincerely, The South Florida Resource Conservation and Development Council, Inc. eJ4__,e 4_0 e — P%IC , Wes Scott, P.E., Sr. Project Manager Cc: Greg Garvey, Executive Director, SFRC &D Jose Olivo, P.E., Project Engineer, SFRC &D happen, ( 3 roiv el, � --0 e c7. . ,4o-rws-e1 C ,aea . . The following is a summary of the Broad Canal Improvements Project bid packages received for the above referenced project: 1. The bid documents were opened in the City of South Miami City Commission Chambers at 3:05PM. 2. The bid tabulation was completed on August 16, 2004. American Environmental Contractors, Inc. provided the lowest bid. A spreadsheet containing the two bids that were received for this project is attached. 3. Corporate information for American Environmental Contractors, Inc. was checked with the Florida Department of Corporations and this firm was found to be in good standing at present. The corporate information listed for one of the two sub consultants listed in Section 00300, Allstate Surveying and Mapping, Inc. was also verified and was found to be in good standing at present. The other sub consultant listed in Section 00300, Intouch Logistics, was found to be in good standing as well. 4. The (3) references (see attached) provided in the American Environmental Contractors, Inc. bid were contacted. All references provided favorable responses The General Contractor's License provided by American Environmental Contractors, Inc. was checked with the State of Florida and was found to be valid and in good standing with no complaints filed. The Occupational License for Intouch Logistics (the hauling contractor) was also checked and verified to be in good standing. 5. American Environmental Contractors, Inc's general liability insurance was provided in their bid package, which meets the requirements and limits specified for this project in the bid project manual 6. The Bid Bond was verified with Nova Casualty Company (see attached). The Broad Canal Improvements Project City of South Miami Project No. 0104 -0812 RE: City of South Miami Project No. C104 -0812 Broad Canal Improvements Project Bid Submittal REFERENCES FOR: American Environmental Contractors, Inc. o Raytheon Support Services Company (See attached letter) o Miami -Dade County Department of Environmental Resources Management, Division of Recovery and Mitigation (See attached letter) o Marlin Engineering (See attached City of South Miami Contractor Reference Form) The Broad Canal Improvements Project 2 City of South Miami Project No. C104 -0812 Y4 y 6 s d :Fns `laP N"k r° Public Works Department Contractor References Based on Experience, Ability and Financial Standing American Environmental Contractors is a potential contractor for one of the City of South Miami's projects. It is our practice to obtain references from individuals and companies who have worked with a potential contractor for the City?merican Environmental Contractors has included you and/or your company to provide us with such reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature of your relationship with the contractor. Those that do not apply should be left blank. Kindly rate the contractor as follows: 1- poor 2- average 3- above average 4- very good 5 - excellent Reference given by: Name & Title Company Address City /st/ZIP Telephone r� If you have any question about this form, please call at (305) 668 -7354. Thank you. M\PROJECTS\SOUTH MIAMI\BROAD CANAUBid Phase \040712 Ref.frm.doc 1 2 3 4 5 Criteria A. Ability to complete project on time. B. Ability to stay within the budget. C. Quality of work. ®;. Financial standing (if applicable). E. Experience in their line of work, Additional Comments (May indicate last pro)ectftransaction with contractor): Reference given by: Name & Title Company Address City /st/ZIP Telephone r� If you have any question about this form, please call at (305) 668 -7354. Thank you. M\PROJECTS\SOUTH MIAMI\BROAD CANAUBid Phase \040712 Ref.frm.doc Raytheon Support services Company 801 Clematis sweet West Palm Bedth. florida 33401 USA 561.832.8566 )=cbruary 14, 2001 American Emwomnentai 900 StiIlwatcr Drive Miami Bcach, Florida 33141 Subject: P=onunendatlou west Reference: Subconrract 74 -740 142 dated 22 March 1999 with Petro Hydro, Inc. Attent;_on: Mr. George Munne Dear Mr. Mm=: This is Ic[tter is to advise any potential contractors that the work perfnzmed against the referenced subcontract by your company through the Iuinre contactor or Petro Hydro, Inc. was completed in a mmely and professional manner and within the guidelines established vra the reiereuced subcontract. This -work was perfotaned on a United States Naval Weapons flange located on Andros Island, Babainas. Yours very truly, RAYTHEON SUPPORT SERVICES CoNeAKy .tames E. Goodwin Subcouaacr Adntiwsaaior MIAMI -DADE COUNTY, FLORIDA MIAMI-DADE DER ENVIRONMENTAL RESOURCES MANAGEMENT DIVISION OF RECOVERY AND MITIGATION 33 S.W. 2ndAVENUE,SUITE 300 MIAMI, FLORIDA 33130 -1540 (305) 372 -6893 (305) 372 -6461 FAX January 31, 2003 Brown and Brown Insurance Co. 5900 N. Andrew Avenue Suite 900 Fort Lauderdale, Florida 33309 Attn: Mr. Shown Burton Re: Melrose Canal Project Miami -Dade - Contract No_ CF002180 Dear Mr. Burton: ,American Environmental Contractors, Inc., is presently working at the Melrose Canal and has successfully completed approximately sixty percent of the work. Contractor is proceeding timely and is expected to be substantially completed with the work in the One Hundred and Eighty days allocated to the contract. Shoiild you have any questions, please do not hesitate to contact me at (305)372 -6893. Sincerely, /tiernan Marc ivianager Contracts and Specifications Group D.O.R M. HG:bc Cc: American Environmental, Inc. 0 250' 500' 1000' � CITY OF SOUTH MIAMI MIAMI -DADE COUNTY, FL v PROJECT AREA LOCATION MAP AERIAL PHOTO 2001 BROAD CANAL SOUTH FLORIDA RESOURCE CONSERVATION & MMOPMENTCOUNCII, INC. 15600 SW 288TH STREET, SUITE 402 HOMESTEAD, FL 33033 -1239 PHONE (305) 246 -4319 FAX: (305) 245 -2473 www.sfrod.org