Loading...
C2C-Award Contract Roadway Improvements Various Project AreasCOMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID 2014.230.YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS. Enhance Beauty And Vibrancy Of Urban And Residential Neighborhoods; Focusing On Cleanliness, Historic Assets, ln Select Neiqhborhoods And Redevelopment Areas Supporting Data (Surveys, Environmental Scan, etc.): N/A Item Summary/Recommendation : Various roadway improvements are needed throughout different areas of the City as follows:26th Street-Flamingo Place Drainage lmprovements; (#1) 75th Street; (#2) 77th Street; (#3) Vicinity of (#4) 4541 North Bay Road; (#5) Dade Boulevard and North Lincoln Lane. To seek a qualified contractorto complete the desired scope, ITB No. 2014-230-YG, was issued on July 23, 2014. Notices were sent to three hundred forty{wo (342) firms with forty (40) prospective bidders downloading the solicitation. The ITB resulted in the receipt of two (2) responses on September 16,2014:from Southern Underground lndustries, lnc., and Team Contracting, lnc. The bid tabulation is attached. Southern Underground lndustries, lnc., has been deemed the lowest responsive and responsible bidder(s) meeting all terms, conditions, and specifications of the lTB. The City Manager has considered the bids received, pursuant to ITB 2014-230-YG, and recommends that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Southern Underground, lnc., the lowest responsive, responsible bidderto the ITB; and further authorize the Mayor and City Clerk to execute the contracts for ltems 1,2,3 & 4. lt is further recommended that the Mayor and City Commission authorize the City Managerto execute the contract (and negotiate any changes to scope as may necessary) for ltem 5, after the Land Use Committee further reviews this work under this ltem by February 2015. The reason for the recommended action on item 5 (Dade Boulevard Landscape Project) is due to the recommendation of the Land Use Committee on November Sth that the Dade Blvd landscaping project be brought back to that Committee in January. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2014-230-YG, for Roadway I nts to Various Proiect Areas. Financial lnformation: Source of Funds: .1 ^r@ Amount Account 1 $410,399.50 429-27 38-069357 and 1 87 -27 40-069357 2 $38,305.20 1 87 -2509-069357 and 1 87 -27 40-069357 3 $37,536.90 187-2740-069357 4 $119,012.00 429-2205-069357 Total $605,253.60 Financial lmpact Summary: Clerk's Office islative Trackin Alex Denis, Director Ext # 6641 1 4\November\Procurement\lTB -20 1 4-230-ents Various Project Areas - AGEHEA nem CRL shrl //-//-/?# MIA&AI ffiHACH 73 g MIAMIBEACH City of Miomi Beoch, l7O0 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM To: Mayor Philip Levine and Members the City FROM: Jimmy L. Morales, City DATE: November 19,2014 Manager SUBJECT: REQUEST FOR APPROVAL TO A CONTRACT PURSUANT TO INVITATION TO BID (lTB) 20',1 4-230-YG !M PROVEM ENTS VARIOUS PROJECT AREAS. KEY INTENDED OUTCOME Enhance Beauty And Vibrancy Of Urban And Residential Neighborhoods; Focusing On Cleanliness, Historic Assets, ln Select Neighborhoods And Redevelopment Areas FUNDING The funding for this prolect is as follows: 26th Street-Flamingo Place Drainage lmprovements. 429-2738-069357 AND 1 87-2740-069357 Bid Amount: $410,399.50 75th Street. 187-2509-069357 AND 1 87-2740-069357 Bid Amount: $38,305.20 77th STREET 187-2740-069357 BidAmount: $37,536.90 Vicinity of 454'l North Bay Road 429-2205-069357 BidAmount: $119,012.00 BACKGROU N D I N FORMATION Various roadway improvements are needed throughout different areas of the City as follows: PROJECT AREA # 1:26th Street-Flamingo Place Drainage lmprovements. Drainage improvements are needed along W 26 Street between Pine Tree Drive and Flamingo Drive and Flamingo Place between 25 and 26 Streets, in the Bayshore Neighborhood. The new drainage work and road reconstruction will provide improved protection for flooding in the area. The work needed includes, but is not limited to: installation of drainage pipes, install precast inlets, precast manholes, install in-line check valve in existing outfall pipe, install manatee grate, install concrete curb and gutters, install6-in Miami Beach Red sidewalk,4-in Miami Beach Red sidewalk, ADA ramps, SOD restoration, pavement reconstruction, signalization, pavement markings, traffic control and all ancillary and miscellaneous work for a complete prolect. 74 Commission Memorandum ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS November 19,2014 P a g e l2 PROJECT AREA #2:75th Street. Two blocks of 75th Street require asphalt maintenance due to the bad condition of the existing pavement. The work needed includes, but is not limited to: milling and resurfacing approximately 1,400 square yards of road, pavement markings, traffic control and all ancillary and miscellaneous work for a complete project. PROJECT AREA # 3: 77th Street. Background: Two blocks o'f 77th Street require asphalt maintenance due to the bad condition of the existing pavement. The work needed for this location includes but is no limited to: milling & resurfacing of 1 ,324 square yards of road on 77th Street between Dickens Avenue and Byron Avenue, pavement markings, traffic control and all ancillary and miscellaneous work for a complete project. PROJECT AREA # 4: Vicinity ot 4541 North Bay Road. The section of North Bay Road, between 4501 North Bay Road and 4555 North Bay Road, floods during rainfallevents. As such, several complaints have been received from residents in this area. Drainage improvements to this area are needed to address this problem. The work needed in this area includes the installation of 100LF of l5" diameter 42000 PVC pipe, five (5) 48" diameter catch basin structure, one (1) 48" diameter manhole structure, one (1)60" X 48" manhole structure, one (1)32" X 32" catch basin structure, and replace one (1 ) existing manhole cover with USF 4105 Frame & 6224 Grale. The work also includes restoration, milling and resurfacing, swale reclamation, roadway reconstruction, driveway restoration, pavement markings, traffic control and miscellaneous work for a complete project. PROJECT AREA # 5: Dade Boulevard and North Lincoln Lane. The original Dade Blvd shared-path pro1ectwas completed in late 2013 and provides access for pedestrians and bicyclists from the Venetian lslands, eastward towards the beach. Dade Blvd Phase ll will complete the remaining work forthis shared-path, including the landscaping, signage, pavement markings, and some hardscape improvements. Also included in improvements for this area is the N Lincoln Lane sidewalk lmprovements project, due to its similar scope of work and close proximity. Completion of this projectwill provide improved pedestrian-access to the businesses located here via the new sidewalk, and also more organized flow of traffic through the corridor. The work needed for this area consists of furnishing & installing landscaping adjacent to the Dade Blvd shared-path from Alton Rd to Convention Center Dr. Proposed signage & pavement markings are also to be installed along this route from the 17 St bridge to Washington Ave, as well as various hardscape-related works along the path, including a section of new permeable concrete. Additionally, the project consists of installing a new sidewalk, curb & gutter, signage, pavement markings, and utility adjustments along N Lincoln Ln, near the intersection with Meridian Ct. 75 Commission Memorandum ITB 2014-23O.YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS November 19,2014 Page l3 ITB PROGESS To seek a qualified contractor to complete the desired scope, ITB No. 2014-230-YG, was issued on July 23,2014. Notices were sent to three hundred forty-two (342) firms with forty (40) prospective bidders downloading the solicitation. The ITB resulted in the receipt of two (2) responses on September 16,2014: from Southern Underground lndustries, lnc., and Team Contracting, lnc. The bid tabulation is attached. ln evaluating the bids received it has been determined that Southern Underground lndustries, lnc., was the lowest responsive and responsible bidder for all bid items. ln its review of the bids received, as stipulated in the lTB, the Procurement Department verified the following: 1. Licensing Requirements: Bidders shall be State certified and licensed General Contractors or Certified Underground Contractors to be considered for award. Southern Underground lndustries, lnc., is a State certified and licensed underground contractor. State license number is: CUC1224635 and expires on August 31,2016. 2. Previous Experience: Bidders shall submit at least three (3) individual references exemplifying their experience* in projects for projects similar in scope and volume to the work detailed within the Contract Documents. References must be projects completed or in progress within the last five (5) years. *Experience shall include but is not limited to: experience in drainage and roadway construction, milling and resurfacing, and construction experience in an urban environment. Southern Underground lndustries, lnc., submitted more than three (3) individual references which exemplify their experience in projects similar in scope and volume to the work indicated in the lTB. 3. Bidder must have the capability to provide a performance and payment bond forthe project. The City reserves the right to require performance and payment bonds from the successful bidder. Bidders shall submit a Letter from an A-rated Financial Glass V Surety Gompany, indicating the company's bonding capacity, in the amount not less than one hundred percent of the total base bid amount. Southern Underground lndustries, lnc., bid response was accompanied by a letter from Nielson, Hoowever & Company, lnc., dated August 20,2014. The letter indicates that they provide suretyship for Southern Underground lndustries, lnc. Their Surety is Capitol lndemnity Corporation which carries an A.M. Best Rating of A (Excellent) - Class Vlll and is listed in the Department of the Treasury's Federal Register. Southern Underground lndustries, lnc., has a bonding capacity of $1 ,500,000 forsingle projects and a total bonding capacity of $3,000,000. 76 Commission Memorandum ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS November 19,2014 P a g e 14 4. Financial Stabitity and Strength: The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. Southern Underground lndustries, lnc., has a good record of performance and has the financial resources to ensure that they can satisfactorily provide the goods and/or services required in the lTB. Their latest Supplier Qualifier Report from Dun & Bradstreet indicates that their financial conditions is "Good" and they have Supplier Evaluation Risk (SER) rating of 4 out of 9. The lower the score, the lower the risk. Accordingly, Southern Underground lndustries, lnc., has been deemed the lowest responsive and responsible bidde(s) meeting allterms, conditions, and specifications of the ITB. GITY MANAGER'S REVIEW AND RECOMMENDATION The City Manager has considered the bids received, pursuant to ITB 2014-230'YG, and recommends that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Southern Underground, lnc., the lowest responsive, responsible bidder to the ITB; and further authorize the Mayor and City Clerk to execute the contracts for ltems 1,2,3 & 4. lt is further recommended that the Mayor and City Commission authorize the City Manager to execute the contract (and negotiate any changes to scope as may necessary) for ltem 5, after the Land Use Committee further reviews this work under this ltem by February 2015. The reason for the recommended action on item 5 (Dade Boulevard Landscape Project) is due to the recommendation of the Land Use Committee on November Sth that the Dade Blvd landscaping project be brought back to that Committee in January. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2014-230-YG, for Roadway lmprovements to Various Project Areas. JLM / #, o, f:UCEU&AVO14\November\Procurement\lTB -2014-230-YG Roadway lmprovements Various Project Areas (MEMO).doc 77 =@ lvo FIN(1,ot o 7o (f € 5;x2o:<bm-r Sar2> vr D oC t T'Do mt'){ Dm Vr on zo o - T'vogmt') -.1 vm t2 -lo OJ @ o) (D P o_ ! o oo aoo) *t (Jl o >R a)o:,f. oao =o -9- oo ooIt Lfi o o) @o o @ d 1l (Dr) oo!t LN Lal !o2mLJ FA,<> 5s,tt Pt+m- mQzmdx C-m vI !- t!1m Poz =z a')o-zr zm -0 7o m ..)--l Fm +I C)z =oT F(JrsPzov-{- @ vI -tr Fo m a')-l Fm It :+ !! =t-tFmm-l -o7o ma)-l um Y !(Jl-t- Lrt -.1,mm.-{ -gvo ma)-l ,m ltr € f\) Or UI--{7mm-lIF z 6)m =!Fo m mz-tU\ llr toro (o roFo@ 1./){(Jl sn!5os @ v) Ol -00!o UJ bt oo {..} O) ooso(l)I @o <rt P P soo Hlvbo {q)\t Ln(, P(Oo tt,(, poq)oyr No {.,}5 PI UJ(oIqro oc)o) C o-o-@ ocf CL f CLtr6 -i.o6 5o <,t\N ts(1, Nql(l) !,|(1,o {/}ro(oi NJ5(o Luo ln(OIu)mol L-,lo {.r}t,oojl, m O)(/Jbo {.,} N)5F UJ 00obo !1o) soN)(o Poo amP oo!Ioo {./}\J(l) soul5 O)bo -{o0, =oof o,t.!f. J ,q )a o UJ NJo Hs ao *:.o>-3€q=or (D='dPa'oola=<66'!{a ='E'Jo Tdga' aOcoo)=-< 3'NJ OAooH:'Lnd OC -EaOf-fo- €99a-cEo6-o f foo- o- FoT H 78