Loading...
09-21-04 Item 5� South Miami 4 soUT CITY OF SOUTH MIAMI All- AmericaCky Inter- office Memorandum INCORPORATED 1927 t °Rl9P 2001 TO: Honorable Mayor, Vice Mayor DATE: September 7, 2004 & City Commission FROM: Maria V. Davis AGENDA ITEM No: City Manager [ RE: Authorizing the City Manager to - execute agreement with the lowest responsible bidder for the Proposed Downtown Drainage Improvements Phase 3 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 T.J. 'PAVEMENT CORP. FOR DOWNTOWN DRAINAGE IMPROVEMENTS PHASE III CONSTRUCTION, IN AN AMOUNT OF $338,557.00 TO BE CHARGED TO US DEPARTMENT OF COMMERCE, ECONOMIC DEVELOPMENT ADMINISTRATION (EDA) GRANT, SOUTH FLORIDA WATER MANAGEMENT .DISTRICT (SFWMD) GRANT AND THE US ENVIRONMENTAL PROTECTION AGENCY STATE TRIBAL ASSISTANCE GRANT (STAG) ACCOUNT NUMBERS 001- 0000 - 132 -2062, 001- 0000 - 132 -2058 AND 001- 0000 - 132 -2061 RESPECTIVELY; PROVIDING FOR AN EFFECTIVE DATE BACKGROUND & ANALYSIS: The proposed Downtown Drainage Improvements — Phase 3 is the third phase of the Downtown Infrastructure Improvement Master Plan. The construction project will consist of the drainage improvements, roadway resurfacing and pavement marking. The improvements will be performed along the following streets: • SW 74" Street from SW 57 "' Court to SW 59 "' Court • SW 73'd Street from SW 58th Court to US-1 ❑ SW 59t" Court from SW 73rd Street to SW 74t" Street ❑ SW 59t" Avenue from SW 73'a Street to SW 74th Street ❑ SW 58t" Court from SW 73'd Street to SW 74"1 Street ❑ SW 58t" Ave. from SW 73'd Street to SW 74" Street The project was advertised in the Miami Daily Business Review four consecutive times (July 19 and 26, 2004 and August 2 and 9, 2004), as required by one of the funding agencies. Fourteen contractors submitted sealed bids for the project. The bids were publicly opened the last day of bid submittal (Friday, August 20, 2004) at 3:05pm. Page 2 of 2 Comm. Mtg. Agenda Sept. 7, 2004 Since the bid opening, the engineer of record has tabulated the bids, reviewed and evaluated all bids, verified references, verified bid bond and discussed the project with the lowest responsible bidder (T.J. Pavement Corp.) to make sure the scope of work is clearly understood as designed and specified. The Engineer of Record (C3TS) has submitted the attached letter of recommendation for T. J. Pavement Corp. This project will be funded through grants from U.S Department of Commerce, Economic Development Administration (EDA), South Florida Water Management District (SFWMD) and US EPA State Tribal Assistance Grant (STAG). The grant accounts' balances, before this request, and amounts to charge per this request are: Agency Current Balance Requesting Amount • EDA $466,290.50 $169,278 • SFWMD $130,150.00 $100,450 • STAG $174,007.25 $68,629 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 1 RESOLUTION NO. 2 3 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE 4 CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY 5 MANAGER TO EXECUTE AN AGREEMENT WITH T.J. PAVEMENT 6 CORP. FOR DOWNTOWN DRAINAGE IMPROVEMENTS PHASE III 7 CONSTRUCTION, IN AN AMOUNT OF $338,557.00 TO BE CHARGED TO 8 US DEPARTMENT OF COMMERCE, ECONOMIC DEVELOPMENT 9 ADMINISTRATION (EDA) GRANT, SOUTH FLORIDA WATER 10 MANAGEMENT DISTRICT (SFWMD) GRANT AND THE US 11 ENVIRONMENTAL PROTECTION AGENCY STATE TRIBAL 12 ASSISTANCE GRANT (STAG) ACCOUNT NUMBERS 001- 0000 - .132 -2062, 13 001- 0000 - 132 -2058 AND 001- 0000 - 132 -2061 RESPECTIVELY; PROVIDING 14 FOR AN EFFECTIVE DATE 15 16 WHEREAS, the Mayor and City commission wish to provide drainage improvements 17 within the Downtown Phase III area (SW 74th Street from SW 57th Court to SW 59th Court, SW 18 73rd Street from SW 58th Court to US -1, SW 59th Court from SW 73rd Street to SW 74th Street, 19 SW 59th Avenue from SW 73rd Street to SW 74th Street, SW 58th Court from SW 73rd Street to 20 SW 74th Street and SW 58th Ave. from SW 73rd Street to SW 74th Street); and 21 22 WHEREAS, this improvement is part of the Downtown Infrastructure Improvement 23 Master Plan funded from an EDA grant, a SFWMD grant and a STAG with account balances of 24 $466,290.50, $130,150 and $174,007.25 respectively; and 25 26 WHEREAS, the Mayor and City Commission authorize the City Manager to execute a 27 construction contract with T.J. Pavement Corp. for the Downtown Drainage Improvements 28 Phase III in an amount of $338,557.00 29 3o NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF 31 THE CITY OF SOUTH MIAMI, FLORIDA THAT: 32 33 Section 1: The city received fourteen bids in response to the Notice of Bid 34 Invitation advertised in the Miami Daily Business Review on July 19 and 26, 2004 and August 2 35 and 9, 2004. 36 37 Section 2: The engineering consultant reviewed the bids and recommended that 38 the contract be awarded to the lowest responsible bidder, T.J. Pavement Corp. 39 40 Section 3: The project will be funded through grants from U.S Department of 41 Commerce, Economic Development Administrative (EDA), South Florida Water Management 42 District (SFWMD) grant, US Environmental Protection Agency's State Tribal Assistance Grant 43 (STAG), with $169,278, $100,450 and $68,829 to be charged to account numbers 001 - 0000 -132- 44 2062, 001- 0000 - 132 -2058 and 001- 0000 - 132 -2061, respectively. 45 _1 Section 4: The Mayor and City Commission authorize the City Manager to 2 execute an agreement` with T.J. Pavement Corp. for the construction of Downtown Drainage 3 Improvements Phase III for an amount of $338,557.00. 4 5 Section 5: This resolution shall be effective immediately. 6 7 8 PASSED AND ADOPTED this day of , 2004. 9 to APPROVED: ATTEST: 11 12 13 14 15 Maria Menendez, City Clerk Mary Scott Russell, Mayor 16 17 READ AND APPROVED AS TO FORM: Commission Vote: 18 Mayor Russell: 19 Vice Mayor Palmer: 20 Commissioner Birts- Cooper: 21 CITY ATTORNEY Commissioner Wiscombe: 22 Commissioner Sherar: 23 BID OPENING REPORT Bids were opened on Friday August 20 2004 at: 3:05pm For: Downtown Drainage Im rovements — Phase III CI04 -0820 Pre -Bid Estimate: $400,000-00 CONTRACTORS: BID AMOUNTS: 1. T. J. Pavement Corp. Gam' 2. Marks Brothers, Inc. 3. Atlantic Civil, Inc.i�'� t 0 4. APAC Group, Inc. 5. Williams Paving Co. 6. Horizon Contractors, Inc. 7. Petro Hydro, Inc. �` i p `75 8. Cooper Contracting, Inc. 9. Acosta Tractors Inc. _ 10. Morlic Engineering 11. Jedi Acevedo Construction 12. Leon's Engineering Corp. 141 13. SRS Construction 4-211 I 14. Miri Construction 00 15. Development & Communication Group of Florida, Inc. %.25-74-, -7 16. 14 C —4-A tiB t.cTf4, CSC y 0 ' 17. 18. 19. 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: f` Witness: -\ Witness: c ��Y' 0 a °n a w m A s3' � �o p o? D D o£ Z m m 3 a 0 m - 3 G a m T P 0 a3 w 03 of Z O MIAMI DAILY BUSINESS REVIEW Publishad Daily except Saiurday, Sunday and Legal Holidays Miami, Miami -Dada County, Florida STATE OF FLORIDA COUNTY OF MIAMI *DADS: Before the undersigned authority personally appeared O.V. FEReE 3E=, who on oalli says that he or She is the SUPERVISOR, Legal Notices of the Miami Dally Business Review f /k/a Miami Review, a daily (except Saturday, Sunday and Legal Holiday) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUT14 MIAMI DID NO, 01 04-0020 DOWNTOWN DRAINAGE IMPROVEMENTS - PHASE III In the XXXX Court, was published in sold newspaper in the issues of 07/1 9/2004 07/26/ .2004 08/0212004 08/09 /2004 Affiant further says, that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County, Florida anO that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been enteired as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year 6ext preouding the first publication of the attached copy of a0vanisement; and afflant further says that he or she has neither paid nor promised any person, firm or corporation any discount, re b*, commjsaia�efund for the purpose of securing t adKerli nt for putfiloation In the said Sworn ti and subsAed before (SEAL) O,V. FERBEYRE psrsonall nown 10 me `'r, 1'i�•j:s JANETfLE.9i'fFiVA lS:.IQN?r_i):iLitn,,i ��;ti; H ; "��' Iltmdiad Thn tic!d�y P,:Svli;! �!nAsh�rr,�rs , A 1/1 3QVd `Wyi ii, vo-se-onv `8VE9E9950E `INVIW Hino8 30 Alfa :A8 1113S C31S August 24, 2004 City of South Miami Public Works Department Engineers 4795 SW 75th Avenue Architects South Miami, FL 33155 Planners Attention: W. Ajibola Balogun Public Works Director Reference: City of South Miami Downtown Drainage Improvements — Phase III C3TS Project No. 1929 -017 -0003 Dear Mr. Balogun: EB0005022 We have checked the bids submitted for the above - mentioned project. The bid from the AAC002142 low- bidder, TJ Pavement Corp., was reviewed and we find no discrepancies. The bid was accompanied by proper bid security, and we checked references for performance on completed and current projects with other clients. We also spoke with Mr. Jose M. Alvarez, President of TJ Pavement Corp., regarding his bid and its completeness. He has confirmed his confidence in his bid amount (see attached letter dated August 23, 2004). Based on our findings, it is our opinion that this General. Contractor is qualified and capable of performing the work. Therefore, we recommend that the project be awarded to the lowest responsible responsive bidder, TJ Pavement Corp., in the amount of $338,557.00. The award is subject to acceptance by the City Council, execution of the Contract Agreement, submittal by the General Contractor of the required Performance and Payment Bonds, and Certificate of Insurance. Sincerely, Corzo Castella Carballo Thompson Salman, P.A. Daniel Grandal, P.E. Associate I:\1929_17_SoMiami_ CBD_Phase IIRBiddinglRecommendation of Award_Phaseldoc 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 Corzo Castella Carballo Thompson Salman, P.A. Architects - Engineers - Planners 901 Ponce De Leon Boulevard, Suite 900 Coral Gables, Florida 33134 (305) 445 -2900 or 1 (800) 448 -0227 Project Name South Miami Downtown Drainage Improvements Phase III Project No.: 1929 -17 Date: 08/23/04 General Staff Name: Daniel Grandal Contractl Other Party: Mr. Jose Alvarez Other Firm / Org.: T.J. Pavement Corp. TELEPHONE CONVERSATION LOG In a phone conversation August 23, 2004, it was established that Mr. Jose Alvarez is confident in his bid amount of $338,557. He was made aware that his MOT cost item was substantially lower than our estimated amount, and that this amount must include costs for traffic control, pedestrian and vehicular access, signs, barricades, any off -duty police officers or flaggers required for the project as directed by the Engineer and /or City, all of which is part of the contract. He was reminded that the MOT may have to be monitored on weekends in order to ensure a high level of safety at all times, as pedestrian and vehicular traffic is high in this area. He was also made aware of the 90 day projectschedule and liquidated damages if not met. He responded that he felt confident the job would be completed in that time frame. Also, Mr. Alvarez was informed that the Notice To Proceed may be issued in early September 2004. Copy Sent To: Mr. Jose Alvarez„ Mr Ajibola Balogun of the City of S. Miami ISheei 1 of 1 TELE- LOG.WK3 N nnn r0 = N0, 37ymj0 SW 62 AVE >Z00 7.0 ® ®® d 0 C ' O d1 �• � O � H 0 0 C O. CH' m V cz SW 61 AVE SW 60 AVE SW 59 CT CO rn N -I cn N SW 57 CT � W n -P —Ni m Z SW 57 AVE O y CA x 0 0 1 0 D r ao 0 V n D m t» A N N Gn ltd A c 0 A Cu A W O O 40 A N �D W G O fA A O T T O O fA W J A y J W O O II W C n C a gn 0 cu n � � av p 9f C J O > °g O Z m m Z a 0 0 3 m N "0 S C/ N CD 0 D r W v cDi m cn w w 0 74 0 0 Fn 0 w w 0 0 m w N W O O W A M to 0 v w 0 0 fn w A O O W 0 O 44 04 O O O fil O I O V A ro V N Vi A O W O O IV O n tj -j �d in a, s cu Z0 p Do C 03 r �N 00 °3 O Z m• a 0 m 3 0 N 'O S d N N