Miami-Dade Legislative Item
File Number: 112219
Printable PDF Format Download Adobe Reader  Clerk's Official Copy   

File Number: 112219 File Type: Resolution Status: Adopted
Version: 0 Reference: R-1068-11 Control: Board of County Commissioners
File Name: IMPROVEMENTS TO THE MIAMI AVENUE BRIDGE OVER THE MIAMI RIVER Introduced: 10/21/2011
Requester: Public Works & Waste Management Cost: Final Action: 12/6/2011
Agenda Date: 12/6/2011 Agenda Item Number: 8M11
Notes: Title: RESOLUTION APPROVING A RECOMMENDATION TO REJECT ALL BIDS FOR MIAMI-DADE COUNTY PROJECT ENTITLED IMPROVEMENTS TO THE MIAMI AVENUE BRIDGE OVER THE MIAMI RIVER, LOCATED WITHIN COMMISSION DISTRICT 5 (PROJECT NO. 20100735)
Indexes: BRIDGE
Sponsors: Xavier L. Suarez, Co-Sponsor
Sunset Provision: No Effective Date: Expiration Date:
Registered Lobbyist: None Listed


Legislative History

Acting Body Date Agenda Item Action Sent To Due Date Returned Pass/Fail

Board of County Commissioners 12/6/2011 8M11 Adopted P

Infrastructure and Land Use Committee 11/9/2011 3H Forwarded to BCC with a favorable recommendation P
REPORT: Assistant County Attorney Geri Bonzon-Keenan read the title of the foregoing proposed resolution into the record. Hearing no comments or questions, the Committee voted on the foregoing proposed resolution as presented.

County Attorney 10/27/2011 Assigned Hugo Benitez 11/1/2011

County Mayor 10/21/2011 Assigned Alina Tejeda-Hudak 10/21/2011 10/21/2011

County Mayor 10/21/2011 Assigned County Attorney 12/6/2011
REPORT: PWWMD - Pending committee assignment - Attachments.

Legislative Text


TITLE
RESOLUTION APPROVING A RECOMMENDATION TO REJECT ALL BIDS FOR MIAMI-DADE COUNTY PROJECT ENTITLED IMPROVEMENTS TO THE MIAMI AVENUE BRIDGE OVER THE MIAMI RIVER, LOCATED WITHIN COMMISSION DISTRICT 5 (PROJECT NO. 20100735)

BODY
WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference,
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board approves the Recommendation to Reject all Bids for Project Entitled Improvements to the Miami Avenue Bridge over the Miami River, located within Commission District 5 (Project No. 20100735) in substantially the form attached hereto and made a part hereof.

HEADER
Date:

To: Honorable Chairman Joe A. Martinez
and Members, Board of County Commissioners

From: Carlos A. Gimenez
Mayor

Subject: Request to Reject all Bids for Improvements to the Miami Avenue Bridge over the Miami River (Project No: 20100735; Contract No: 20100735)

STAFF RECOMMENDATION
Recommendation
This Request to Reject all Bids for Construction Contract No. 20100735 has been prepared by the Public Works and Waste Management Department (PWWMD) and is recommended for approval pursuant to Section 2-8.1 of the Code of Miami-Dade County.

BODY
Scope
PROJECT NAME: Improvements to the Miami Avenue Bridge over the Miami River

PROJECT NO: 20100735

CONTRACT NO: 20100735

PROJECT DESCRIPTION: The work to be performed under this contract consists of, but is not limited to furnishing of all supervision, labor, required materials, tools, equipment and performing all operations necessary to construct the Work in accordance with the Contract Documents. The improvements include:

a. Install, maintain, relocate and remove temporary floating turbidity barriers, temporary partial closure, temporary barriers, signs and barricades to pedestrian and vehicular traffic.
b. Partially close Miami Avenue to pedestrian and vehicular traffic.
c. Repair concrete sidewalk joints at approaches and also joints at toe of bascule leaves.
d. Replace the entire 5� open floor steel grating.
e. Strengthen an modify existing span lock support brackets and provide new span lock support brackets.
f. Replace new span lock assemblies.
g. Perform spot repairs as well as overcoat all existing and new structural steel members of the bascule spans.
h. Repair web cracks and welds in bascule span main girders.
i. Provide new lateral bracing hangers.
j. Measure trunnion alignment and install new trunnion hub turned bolts.
k. Replace existing hydraulic cylinder rod bushings.
l. Re-grout base of cylinder support platform.
m. Re-anchor cylinder pedestal anchor bolts in concrete wall.
n. Replace cylinder pressure relief valves and all rod bushings, seals and pipe fittings.
o. Re-shim shoe and replace existing elastomeric pads on live loads shoes.
p. Perform detail design of the control system modifications.
q. Provide new Motor Control Center (MCC) for span locks.
r. Provide new span lock Hydraulic Power Unit (HPU) Motors.
s. Modify control system and console for new span locks.
t. Provide new navigation lightings.
u. Provide all disconnect switches, limit switches, heaters, conductors, wire, conduits and enclosures.

Additional details pertaining to the scope of work are identified on the Plans accompanying the Contract Documents. If any changes are required due to conflict of design and/or field conditions, the Engineer will make the final determination.

The Contractor and all sub-contractors, under this contract, are prohibited from performing any work, other than that specified in the Contract and/or directed by the Engineer, within the limits of the project site, without prior notification to the Engineer. This includes any work for private or commercial entities.


PROJECT LOCATION: Miami Avenue Bridge over the Miami River

PROJECT SITES: SITE # LOCATION 1 DIST ESTIMATE T-S-R
#70396 Miami Avenue Bridge over the Miami River 5 $2,856,454.52 54 -1 -41

PRIMARY COMMISSION DISTRICT:
District 5
Bruno A. Barreiro

APPROVAL PATH:
Board of County Commissioners


USING DEPARTMENT:
PWWMD

MANAGING DEPARTMENT:
PWWMD


Fiscal Impact / Funding Source
FUNDING SOURCE:
Building Better Communities General Obligation Bond (GOB) Proceeds. Any other applicable funding sources, except People�s Transportation Plan (PTP) as noted below, may subsidize this contract subject to Board of County Commissioner approval.

PTP FUNDING:
No

GOB FUNDING:
Yes

ARRA FUNDING:
No

CAPITAL BUDGET PROJECTS:
CAPITAL BUDGET PROJECT # - DESCRIPTION RTA ESTIMATE
605920- RENOVATION OF THE MIAMI AVENUE BRIDGE OVER THE MIAMI RIVER
Book Page: 58 Funding Year: Adopted Capital Budget Book for FY 2010-11, Prior Years' Funds.
$563,000.00
605920- RENOVATION OF THE MIAMI AVENUE BRIDGE OVER THE MIAMI RIVER
Book Page: 58 Funding Year: Adopted Capital Budget Book for FY 2010-11, FY 2010-11 Funds.
$2,293,454.52
CAPITAL BUDGET PROJECTS TOTAL: $2,856,454.52

ESTIMATED CONTRACT PERIOD:
365 Days Excludes Warranty Administration Period

ESTIMATED CONTINGENCY PERIOD:
36 Days

IG FEE INCLUDED IN BASE CONTRACT:
Yes

ART IN PUBLIC PLACES:
No

BASE ESTIMATE:
$2,590,413.20


CONTINGENCY ALLOWANCE (SECTION 2-8.1 MIAMI DADE COUNTY CODE):
TYPE PERCENT AMOUNT COMMENT
Infrastructure
10%
$259,041.32


PERMIT FEES :
$2,000.00
0.08%


OFF-DUTY LAW ENFORCEMENT OFFICER :

$5,000.00
0.19%


TOTAL DEDICATED ALLOWANCE:
$7,000.00


COST ESTIMATE:
$2,856,454.52






Track Record / Monitor

EXPLANATION:
On May 6, 2011, the attached Request to Advertise was approved and filed with the Clerk of the Board. The project was advertised on June 21, 2011, and on August 10, 2011 five engineering contractor firms proffered bids for the subject project. The lowest bidder, M & J Construction Company of Pinellas County, Inc., proffered a base bid of $4,274,066.81, sixty-five percent over the County's cost estimate. The second lowest bidder, Kiewit Infrastructure South Co., proffered a base bid of $4,638,674.70, nine percent over the lowest bidder. The third lowest bidder, Coastal Marine Construction, Inc., proffered a base bid of $4,828,196.76, four percent over the second lowest bidder.
Given that the low bidder�s price exceeded the County�s cost estimate by more than fifteen percent, PWWMD recommends rejection of all bids received. The difference can be attributed in part to inherent difficulties in estimating this type of work due to its uniqueness. There was also an apparent reversal in the downward trend of construction prices evidenced when comparing selected items for this project with the prices in other recent similar projects. PWWMD will also explore modifying the Scope of Work and the use of Value Engineering to reduce the project cost.


MINIMUM QUALIFICATIONS EXCEED LEGAL REQUIREMENTS:

No


REVIEW COMMITTEE:
MEETING DATE: 4/13/2011
SIGNOFF DATE: 4/13/2011


APPLICABLE WAGES:
(RESOLUTION No. R-54-10)

Yes

REVIEW COMMITTEE ASSIGNED CONTRACT MEASURES:
TYPE GOAL COMMENT
CSBE

CWP 0.00%

13% No Measure



MANDATORY CLEARING HOUSE:
Yes

CONTRACT MANAGER NAME / PHONE / EMAIL:
Frank Aira
305-375-2930
[email protected]

PROJECT MANAGER NAME / PHONE / EMAIL:
Luis O. Perez
305-375-2930
[email protected]







Background

The Miami Avenue Bridge provides a vital link to the Downtown Miami area. As a result of the FDOT inspections, the PWWMD performed a Load Rating Analysis of the bridge and concluded that due to the condition of the existing deck, it was necessary to place signs on the bridge limiting the weight of the vehicles that can safely cross it until the bridge is rehabilitated. The Twin Bridges, (No�s 874663 and 874664) were built in 1985 and have major deficiencies identified in the Florida Department of Transportation (FDOT) Report, including the following:
a. Deck corrosion is advanced and section loss and/or connectivity is sufficient to warrant analysis to ascertain the impact on ultimate strength and/or serviceability of either element of the bridge.
b. Main steel girders require painting. Because surface corrosion is prevalent, there may be exposed metal but there is no active corrosion which is causing loss of section.
c. Locks are operating poorly, therefore, replacement is required.
d. Trunnion: Major misalignment, wear or corrosion is extensive and operation of the drive system may be affected.































DEPARTMENT FINANCE:
_________________________ ______
DEPT FINANCE OFFICER: DATE:

INDEX CODES:
CPD135PW0511.99110

___________________________________________________________________________________________________


BUDGET APPROVAL FUNDS AVAILABLE:

_________________________
OSBM DIRECTOR ______
DATE

APPROVED AS TO LEGAL SUFFICIENCY: _________________________
COUNTY ATTORNEY ______
DATE


CAPITAL IMPROVEMENTS CONCURRENCE: _________________________
OCI DIRECTOR ______
DATE

_____________________________
COUNTY MANAGER/
DEPUTY MANAGER ______ DATE


CLERK DATE
_____________
DATE




Home  |   Agendas  |   Minutes  |   Legislative Search  |   Lobbyist Registration  |   Legislative Reports
2024 BCC Meeting Calendar  |   Miami-Dade County Code of Ordinances   |   ADA Notice  |  

Home  |  Using Our Site  |  About Phone Directory  |  Privacy  |  Disclaimer

E-mail your comments, questions and suggestions to Webmaster  

Web Site � 2024 Miami-Dade County.
All rights reserved.