Skip to main content
City of Port St. Lucie header
File #: 2025-048    Version: 1 Name:
Type: Consent Status: Passed
File created: 12/30/2024 In control: City Council
On agenda: 1/27/2025 Final action: 1/27/2025
Title: Award Contract #20240085 for the Tulip Blvd. & College Park Road Intersection Improvements.
Attachments: 1. Notice of Intent to Award., 2. E-Bid Tabulation Report., 3. Signed Contract., 4. Recommended Proposal., 5. Bid Document with Addenda., 6. Construction Plans., 7. Not Recommended (RJ Engineering Construction) Proposal

Placement: Consent Agenda                     

Action Requested: Motion / Vote                     

title

Award Contract #20240085 for the Tulip Blvd. & College Park Road Intersection Improvements.

body

 Submitted By: Robyn Holder, CPPB, Procurement Management Division (PMD).

 

Strategic Plan Link: The City's Goal of high-quality infrastructure and facilities.

 

Summary Brief (Agreements/Contracts only)

1.                     Prepared by: Robyn Holder, CPPB (PMD).

2.                     Parties: City of Port St. Lucie and M&M Asphalt Maintenance, Inc. dba All County Paving.

3.                     Purpose: Address the citizens’ concerns about the congestion at this intersection.

4.                     New/Renewal/Modified: New.

5.                     Duration: 270 calendar days from the Notice to Proceed with no option to renew.

6.                     Benefits to Port St. Lucie: This project will improve the flow of traffic as well as the safety of motorists and pedestrians.

7.                     Cost to Port St. Lucie (Annual and Potential): One-time expense of $1,654,388.75.

 

Presentation Information: N/A.

 

Staff Recommendation: Move that the Council award Contract #20240085 and enter into a unit price contract with M&M Asphalt Maintenance, Inc. dba All County Paving for the Tulip Blvd. & College Park Road Intersection Improvements Project.

 

Alternate Recommendations:

1.                     Move that the Council amend and approve the recommended bid.

2.                     Move that the Council reject all bids and provide staff with direction.

 

Background: A mini roundabout was constructed at the intersection of SW Tulip Blvd. and College Park Road as part of the Port St. Lucie & Gatlin Blvd. safety improvement project in collaboration with FDOT. Residents expressed concerns that the East/West traffic queues on SW Tulip Blvd. from the signal at Port St. Lucie Blvd. to a point east of the SW College Park Road have been blocking northbound and southbound traffic on SW College Park Road. Residents also stated the signs and markings indicating “Do Not Block” at the intersection have been ineffective.

 

As directed by Council at the special meeting held on September 20, 2021, Public Works staff has evaluated additional long-term solutions to improve the intersection of SW Tulip Blvd. and SW College Park Road. An engineering consultant was retained to further evaluate the long-term solutions and conduct a public information meeting.

 

Based on the results of the meeting, the consultant designed improvements that have been presented to and approved by City Council. The project is now ready for construction.

 

An E-Bid was issued on June 28, 2024, to 1,939 potential suppliers. There were 42 plan holders with 3 proposals being received on August 1, 2024. There was 1 proposal that was deemed non-responsive. The 2 responsive bidders were RJ Engineering Construction Corporation with a proposed cost of $1,404,036.77 and M&M Asphalt Maintenance, Inc. dba All County Paving with a cost of $1,654,388.75. There is a difference of $250,351.98.

 

Per the requirements outlined in the E-Bid, bidders were instructed to provide the number of years the organization has been in business and five (5) intersection improvement / traffic calming / signal modification construction projects similar in size and scope to the Tulip Blvd. & SW College Park Road Intersection Improvements Project.

                     M&M Asphalt Maintenance, Inc. dba All County Paving is being recommended for award for the following reasons:

1.                     M&M Asphalt has been registered as a Florida business for 35-years, dba All County Paving for 15-years.

2.                     Per proposal, 5 of 5 prior projects were completed within the Right-of-Way for local municipalities.

3.                     Per proposal, 5 of 5 prior projects were similar in scope and scale.

 

                     RJ Engineering is not being recommended for award for the following reasons:

1.                     Registered as a Florida business for less than 3 years and employs approximately 7 individuals.

2.                     Per proposal, 0 of the 5 projects listed were completed within the Right-of-Way for local municipalities.

3.                     Per proposal, 0 of the 5 projects listed were similar in scope and scale.

 

Staff met with RJ Engineering on 11/18/24 to discuss their proposal and confirmed that none of the projects they have performed as RJ Engineering were for local municipalities as they are a newly formed Florida business. At that time, RJ Engineering confirmed that they: did not own any construction equipment; subcontractors would perform the majority of the construction activities as they employee approximately 7 full-time staff; they were unfamiliar with the physical layout or nature of the project location and lacked awareness of the proximity of Tulip Blvd. to the adjacent Port St. Lucie Blvd. South Project.

 

RJ Engineering was asked to provide a project-specific management plan (PMP) to support the project schedule. Ultimately, the PMP lacked any project-specific information; it did not reference, or support completion of construction activities based on the schedule, nor did it outline any project phasing to support the proposed schedule. Considerations were not indicated to address Critical Path items such as Maintenance of Traffic, temporary pedestrian access, controlling access management to businesses within the project limits, or limitations to road closures or lane detours, as directly expressed and requested during the meeting. Staff did not receive assurance, either verbally or in writing, that RJ Engineering had the experience, available staff, or equipment resources to successfully complete the project on time and within budget. RJ Engineering did state that they were just awarded a St. Lucie County project but had not started it yet so there is no performance for the City to review.

 

Given the complexity of this project and the proximity to the Port St. Lucie Blvd. Corridor Project, the need for an experienced, self-performing contractor is crucial to meet the City’s needs. M&M Asphalt Maintenance, Inc. dba All County Paving has the necessary experience in milling & resurfacing, sidewalk construction, curb & gutter, striping & signage, and traffic calming improvements. M&M Asphalt Maintenance, Inc. dba All County Paving has also performed several successful recent projects for the City. M&M Asphalt Maintenance dba All County Paving holds a term contract for Asphaltic Concrete Paving services throughout the City on an as needed basis.

 

Issues/Analysis: Staff has reviewed the proposals with all the bid documents and determined that M&M Asphalt Maintenance, Inc. dba All County Paving is the most responsible, responsive bidder and will provide the best value to the City of Port St. Lucie. Per City Code of Ordinances, Section 35.12, the City has sole and absolute discretion to determine best value, by considering the enumerated list of factors. Based on the explanation above, staff believes that M&M Asphalt Maintenance, Inc. dba All County Paving provides the best value considering the factors in Section 35.12(a), and most particularly: Section 35.12(a)(1) (“Skill, workmanship, experience, and past performance demonstrated by the bidder or proposer in performing the same type of work or services as those sought by the City, or the experience, expertise and quality of services demonstrated by the bidder or proposer for professional, consulting or other services.”; Section35.12(a)(2) (“Ability to meet the minimum qualifications or requirements of the solicitation.”); Section 35.12(a)(4) (“The bidder or proposer’s capacity to perform in terms of personnel, equipment, facilities, licensing, and the ability to meet time requirements and schedules.”); and Section 35.12(a)(8) (“Any other factor specific to the particular solicitation that is specifically described in the procurement solicitation document.”)

                     

Financial Information: Funds are appropriated in the Road & Bridge CIP Fund / Traffic / Roadways (#304-4121-568810-00000).

 

Special Consideration: N/A.

 

Location of Project: Intersection of SW Tulip Blvd. & SW College Park Road.

 

Attachments:

1.                     Notice of Intent to Award.

2.                     E-Bid Tabulation Report.

3.                     Signed Contract.

4.                     Recommended Proposal.

5.                     Bid Documents with Addenda.

6.                     Construction Plans.

7.                     Not Recommended (RJ Engineering Construction) Proposal.

 

NOTE: All of the listed items in the “Attachment” section above are in the custody of the City Clerk. Any item(s) not provided in City Council packets are available upon request from the City Clerk.

 

Internal Reference Number: 24104-01.

 

Legal Sufficiency Review: 

Reviewed by Alyssa Lunin, Deputy City Attorney. Approved as to Legal form and sufficiency by Richard Berrios, City Attorney.