Loading...
Res. No. 157-08-12754RESOLUTIONNO. 157-08-12754 WHEREAS, the Mayor and City Commission wishes to provide landscaping along SW 66 Street as part of SW 66 Street Improvements Phase I defined as between SW 59h Place and SW 58th Avenue; and WHEREAS, the City wishes to secure the landscaping services of Budget Construction, Inc in an amount of $34,347.99 for the SW 66 Street Improvements Phase I landscaping; and WHEREAS, the landscaping services will be funded through Public Works Department's contractual services account number 001-1730-541-3450 with current account balance of $35,352.50 before this request. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The Mayor and City Commission authorizes the City Manager to execute a service work order with Budget Construction, Inc. for landscaping services in amount of $34,347.99 for SW 66 Street Improvements Phase 1. Section 2: That the landscaping services will be funded through Public Works Department's contractual services account number 001-1730-541-3450 with current account balance of $35,352.50 before this request. Section 3: This resolution shall be effective immediately. PASSED AND ADOPTED this 4 day of 2008. 1 ATTEST: CITY CLERK RNEY APPROVED: (.&- j MA OR Commission Vote: 4-1 Mayor Feliu: Yea Vice Mayor Beasley: Yea Commissioner Palmer: Yea Commissioner Wiscombe: Yea Commissioner Beckman: Nay CITY OF SOUTH MIAMI Date: September 16, 2008 Subject: Landscaping Services Ifor SW 66 Street Improvements Phase 1, Request: Authorizing the City Manager to execute a work order with Budget Construction, Inc., for landscaping services for SW 66 Street Improvements Phase I. Reason/Need: Miami-Dade County Office of Community & Economic Development (OCED) funded improvements to SW 66 Street Phase I as part of Community Development Block Grant and we committed to providing landscaping as a part of the improvements. To fulfill our commitment to OCED, we have secured the services of Budget Construction, Inc for the landscaping portion of the project. Budget Construction, Inc is the lowest responsive responsible bidder for SW 66 Street Improvements Phase 1 Project. COST: $34,347.99 Funding Sources: Public Works Contractual Service account number 001-1730-541-3450 1 Backup Documentation: • Proposed Resolution • Budget Construction Proposal • Contractor Bid Tabulation o Contractor References 0-1m, A S.W. 66TH STREET IMPROVEMENTS S.W. 59TH PLACE TO S.W. 58TH AVENUE City Clerk's Office City Hall 6130 Sunset Drive South Miami, Florida 33143 Gentlemen: The undersigned, as Bidder, hereby declares that the only person or persons interested in the Proposal, as principal or principals, is or are named herein and that no other person than herein mentioned has any interest in the Proposal of the Contract to which the work pertains; that this Proposal is made without connection or arrangement with any other person, company, or parties making a bid or proposal and that the Proposal is in all respects fair and made in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the work and that from personal knowledge and experience, or that he has made sufficient observations of the conditions of the project site to satisfy himself that such site is a correct and suitable one for this work and he assumes full responsibility therefore, that he has examined the Drawings and Specifications for the work and from his own experience or from professional advice that the Drawing one and he has examined the other _,,s and Specifications are sufficient for the work to be d . . .. .... .. Invitation, Instnzctions .to. Bidde -Pr Contract, General and Special Conditions, Technical Specifications, Drawings and has red all addenda prior to the receipt of bids, and that he has satisfied himself fully, relative to all matters and conditions with respect to the work to which this Proposal pertains. The Bidder further proposes and agrees, if this Proposal is accepted, to contract with the City of South Miami (Owner), in the form of contract specified, to furnish all necessary materials, all equipment, all necessary machinery, tools, apparatus, means of transportation, and labor necessary to complete the work specified in the Proposal and the Contract, and called for by the Drawings and Specifications and in the manner specified. The Bidder further proposes and agrees to comply in all respects with the time limits for commencement and completion of the work as stated in the Contract Form. The Bidder further agrees that the deductions for liquidated damages, as stated in the Contract Form, constitute fixed, agreed, and liquidated damages to reimburse the Owner for additional costs to the Owner resulting from the work not being completed within the time limit stated in the Contract Form. The Bidder further agrees to execute a Contract and furnish satisfactory Performance and Payment Bonds each in the amount of one-hundred percent of the Contract price, within ten (10) consecutive calendar days after written notice being given by the Owner of the award of the Contract, and the undersigned agrees that in case of failure on his part to execute the said Contract and Performance and Payment Bonds within the ten (10) consecutive calendar days after the award of the Contract, the cashier's check or Bid Bond accompanying his bid and the money payable thereon shall be paid to the Owner as liquidation of damages sustained by the Owner; otherwise, the check accompanying the Proposal shall be returned to the undersigned after the Contract is signed and the Performance and Payment Bonds are filed. 00300-1 The undersigned agrees to accent in full compensation therefore the total of the lump sum prices for the items named in the following schedule, based on the quantities actually constructed as determined by the applicable measurement and payment portion of the technical specifications. Bidders Certificate of Competency No. Bidders Occupational License No. 2-005 O 0 -70�L Acknowledgment is hereby made of the following Addenda received since issuance of the Project Manual: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Attached hereto is a cashier's check on the Bid Bond for the sum of& fo o T +vtcll 1 (3 1- made payable to the City of S Address: '+ S O NW. City: M State: The full names and residences of persons and firms interested in the foregoing bid, as principals, are as follows: M I I U- W� � � � OAV\CLI— 2 Name of the executive who will give personal attention to the work: Ehi, R Bidders are required to list with the Proposal, on this attached sheet all major sub-contractors included for the prosecution of the work. Failure to complete the list may be cause for declaring the Proposal irregular. The successful bidder shall employ the sub-contractors listed hereunder for the class of work indicated, which list shall not be modified in any way without the written consent of the City of South Miami. The Bidder expressly agrees that: If awarded a contract as a result of this proposal, the major sub-contractors used in the prosecution of the work will be those listed below. 2. The Bidder represents that the sub-contractors listed below are financially responsible and are qualified to do the work required. CATEGORY OR CLASS NAME OF SUB-CONTRACTOR ADDRESS OF WORK c(f -11-L (M 6� 7 A <:_ RV1V1-1-e 00300-3 W 07/14/2008 14:18 3054614640 HJ ROSS ASSOC INC PAGE 07 S.W. 66"' STREET IMPROVEMENTS - PHASE I (S.W. 59th PLACE TO S.W. 58" AVENUE) CITY OF SOUTH MIAMI, PROJECT NO. CI08 -0718 DID FORM Bid prices stated in the proposal shall include all costs and expenses for taxes, labor, equipment, materials,. mobilization, contractor's overhead and profit. The quantities for payment under this Contract will be determined by actual measurement of the completed items in place, ready for service and accepted by the Owner. Contract prices for the various work items are intended to establish a total price for completing the project in its entirety. Payment for any item not listed in the Bid Form but shown in the plans shall be included in the proposal. All work and incidental costs shall be included for payment under the several scheduled items of the overall contract; no separate or additional payment will be made. UNIT ITEM DESCRIl'TIQN QUANTITY UNIT PRICE AMOUNT ROADWAY ITEMS: RD -1 Demolition, removal and disposal 820 SY �3�q,00 of existing sidewalk. RD-2 Demolition, removal and disposal 1230 LF 00 $ "]3 so 1 co of existing concrete curb & gutter. RD-3 Pavement Milling (depth varies - 2" max.) 1285 SY (oq ZS7, 00 RD-4 Clearing and grabbing, including demolition, I LS SA. U, co $J�00 removal and disposal of existing pavement behind new curb & gutter line. RD-5 I" Type S-3 Asphalt, including resetting 1285 Sy $ 7110, o() valve and manhole tops as necessary. RD-6 Back of sidewalk area restoration I LS $ $ %Z (sod or asphalt) RD-7� Type !F concrete curb- and gutter ­:­2195 LF $ 7 cc RD-8 Concrete Sidewalk (4" Thick, 6" at driveways), 1545 Sy $ :1, 2- CO including subgrade prep. driveways, drop curbs, handicap,ramps, sidewalks finishes, and providing and resetting water meter boxes and manhole tops as necessary. RD-9 Vehicular Brick Pavers with 2" 1550 SY $ (ASTRI C1272-Type F) Herringbone pattern, color 430103 (Terracotta) pattern angle: 45 degree to road aligament, including subgrade Preparation, reinforced concrete edge restraints, and resetting valve and manhole tops as necessary. RD-10 Stamped Integral Color Class H Concrete 280 SY $ -%Q. $ 2: ,_ go, co ,(Crosswalks), including subgrade preparation and resetting valve and manhole tops as necessary. RD -11 Miscellaneous Concrete 35 CY $ 150100 $ 00 RD-12 Drop Inlets 6 EA $=17�&o $-Y7s- 0 RD-13 18" Corrugated Metal Drainage Pipe 30 LF $ (00100 $ 1 G0100 RD-14 Modify Existing Drainage Structure 3 EA $ )O00,00 $ Top Slab w/ Curb Inlet RD-15 Clean and De -Silt Existing Storm Sewer System I LS $ (all existing inlets and pipe from S.W. 59h Place to S.W. 5e Avenue) SUB-TOTAL: 07/14/2008 14:18 3054614640 HJ ROSS ASSOC INC PAGE 08 S.W. 66T' STREET IMPROVEMENTS - PHASE 1 (S.W. 59" PLACE TO S.W. 58"' AVENUE) CITY OF SOUTH MlAM, PROJECT NO. CI0S-0718 ITEM DESCRIPTION QEAN1_11Y UNIT UNIT LP-JCF- AMO—UNT PAVEMENTS MARICTNG P, R19NMG ITEMS: PMS_I PMS-2 Bi-Directional Reflective Pavement Markers 14 EA $A020-0 $ AH9.6-0 PMS-3 6" Double Yellow Thermoplastic Stripe ISO 24" Wide White Thermoplastic Stop Bar 100 LF $9.00 $ _-4so'co PMS-4 PMS-5 Sign (Relocate) 4 6" White Thermoplastic Stripe LF EA —0 $2L6 $_L0 $_7ao-00 00 PMS-6 109 6" Skip Yellow Thermoplastic Stripe 76 LF LF $5DOC) $ 0 SUB-TOTAL: 110 _1_� ITEM DES MT10N QUANTITY UNIT UNIT PRICE AMO-IMT ELECTRICAL ITEMS - Install underground c ef9roundefe tridai conduit far 1900 LF E-2 proposed FPL lighting system under pavement. Install pull boxes for proposed 14 FPL lighting EA system. SUB-TOTAL: �i [s DO ITEM DESCRIPTION _Q�TMTX UNIT UNIT ERMICE, AMO—UNT LAND SCAPINGM—MGATION ITEMS LI-1 Furnish and install Wax Jasmine 1710 (Soil & mulch is included in plant cost) EA $ LI-2 Furnish and install Florida Thatch Palm 46 (Soil & mulch is included in plant cost) EA $ 7 _7 ml �6 U-3 Furnish and install Silver Buttonwood 39 (Soil & mulch is included in EA qS LL-4 plant cost) Furnish and install Simpson Stopper 27 (Soil & mulch is included in EA $ 2q "75 LL-5 plant cost) Furnish and install Cocothrinax Alta 31 (Soil & mulch is included EA $I"" LL-6 in plant cost) Furnish and install complete irrigation system I Including MDWASD meter installation charge LS $ 0W,00 S and associated coordination SUB-TOTAL: 00300-5 07/14/2008 14:18 3054614640 HJ ROSS ASSOC INC PAGE 09 9F—,NF,RAL ITEMS G-1 Dust Control (This activity to be done everyday for the duration of the project) G-2 Maintenance of Traffic, including traffic control, pedestrian and vehicular access, signs, barricades, flaggers, and off -duty police officer, as required by Engineer and/or City G-3 Performance and payment Bond G-4 South Miami Project Sign (F&.I) G-5 Contingency SUB-TOTAL: Grand Total (In Figures): Grand Total (Written): Q K J 00/ Bidder (Company Name):_ Title: Telephone: Signature: LS LS AMOUNT. c) I LS $ -1 33M $ 2 EA $("60—to $_(` O. M I LS $--2-5-0-00.00 $ 25,000.00 133,' _A- 11 `00 h Dollars, co-dac 00300-6 Fax: -S��3 q '�w Date 71/1 c r- I /() T.Y. Lin International 16-May-08 Project: City of South Miami SW 66 STREET IMPROVEMENTS - PHASE I CITY BID No.: C108-0718 Friday, July 18, 2008 CONTRACTOR REFERENCES Bud at Construction CO, Inc. Ref # Company Contact Person & Number Phone Number T Reference 1,0 Bovis Lend Lease Ed Morse (PM) 305.373-35D2 Utilities, Paving Contact gave good references. Contract lamounts varies from $300.000 to $ 00,000 Contact gave good references. Contractor has 2.0 BRV Construction Services Inc. Ron Loheide (PM) 305-238-7953 Paving. Drainage, been working for many years and with good 1performance. Contact goo references. Contractor has 3.0 Coastal Construction Company Mark Miller (PM) 305-5594900 Paving, Site Work n. working for many years and good performance. Contact Gave good references; except for a sub 4.0 Miami Dade WASD Miguel Pichardo (PM) 786-552-8146 Water and Sewer contractor for the asphalt pavement. Jobs iShores.Contract performed In the Village of Miami amount $805.000 Contact gave good references; Contract Paving, Drainage, amounts over $900.000 and has been working 5.0 Suncon, Inc, R Rick Pelaez 305-827-2970 Sewer, Water with the contractor for many years in Dade. 1 Monroe and Broward Counties. Contract amounts ----- 900.000 Bid-Docs-Checklist Page I of i Engineering & Construction Department . Contractor References Based on E " 11 �� �ii- ill, 11 Please rate the consultant as follows: to complete project on me ,ty to StAY within the C. Quality of Work f E. Experience-in their Une of work, Additional Comments (May Indicate last project /transaction with contractor): Reference given by: Refcreftce check conducted by: N e&Tide..-(Fb- �41)rVV� �',M Name: Address: 2:14 5-t wA city/staip -vl Telephone Date Ifyou have any question aboui this form, plesse call (305)663-6350. Contractor References used on Experience, Ability and Financial Standing ovps4woto-om. 3-pc- is a potential contractor fax the.' 5*WSfre4,L IMEW( -MV A4- FahkSfg I- . It. is our practice to obtain refereneds from indivi&uals: aind companiis who have worked with a potential contractor. The above company has included you and/or-your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: to stay within the C. QuaHty of work. E. ExDerlenc'e in their lind of work Additional Comments (May indicate last project /transaction with contractor): Reference given by: Reference, check conducted by: Nanie&710e Narne:Ah—w �Ux, sour 4, Contractor References Based on Experience, Ability and Financial Standing -Rs U � - C&OVIC +" C4, VA Vt C. is a potential contractor for thel-gL'Sw"'S I It is our practice to obtain reforenc4s from individuals" and companiis who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: poor 2 — average 3 — above average 4- very good 5- excellent 01 U-177, 'C. Quality of work DINUMITIM in their line of work Additional Comments (May indicate last project /transaction v4th contractor): If you have any question'aboui this form, please call (305)663-6350. r 111 77 Engineering & Construction Department Contractor References Ba sed oT,-. Please rate the consultant as follows: poor 2 — average 3 — above average 4- very good 5� excellent -M IM 111MV HOT : of w6rk ce in their Une of work omments (May Indicate last project /transaction with contractor): sourer I UZ7 ID E0 Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing Pleasu rate the consultant as follows: �Moq poor 2 — average 3 — above average 4 very good 5- *excellent 2 3. 1. 4 1 5 Criteria lity. to. complete project on time MM in their line of work PIE Additional Comments (May Indicate last project /transaction with contractor). 3 p1 61 T 41 22 b, ---- - ------ - ---- - ro E - T, g p L. L -4u T3 3 la E ;a I 99 9 9 F tg — — — — — — — — — — — — — — g M tg - - - - - - - - - - - - - - - - - - - ' ° >Z - - - - - - T E. 8 MM i - - - - - - - ti - - - - - - mA R > 0 . . . . . . . . 4 . . b . . b . . b . . O > o D o m z . . . . A . . . . . . . . . . . . . gg E g it . N. nm Ime r 1� IF i is BE 'b p o I H°» u 1. t 1. I v t -1 o ER z 3 p1 Ei zm. - ------ - T ------ W"- 9' WW"? 66 eMf a; iz== 8 a9 a A K :p R a ft uff u ni yG G- — - ---- - - -" - - — - - - - - - — - - - - - - — - - - - - - b P n !2 m n m 98- - - - - - - - - - - - - - g ag - - - - 22 Tt, 8 zg P, s S88 88 p p ig 9 32.0 8$080$0 88 o - - - - - - - - - - - - d ca 2 T -23. so k 8 6 . . . . . . . . . . . . . t. St t 8 P N 1; . . . . . . . . . . . . 2 T 2 888 88 a88so8 o' °g88o Ei zm.