Res. No. 199-01-11347RESOLUTION NO igg-ni-in4 7
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI,FLORIDA,RELATING TO
AUTHORIZING THE CITY MANAGER TO EXECUTE AGREEMENT
WITH THE ROCK POWER CORPORATION FOR THE
CONSTRUCTION OFSW 64th STREET&SW 59th PLACE
INTERSECTION IMPROVEMENT AT AN AMOUNT NOT TO
EXCEED $143,540.80;PROVIDING AN EFFECTIVE DATE.
WHEREAS,theMayorandCityCommissionwishestoprovidetrafficcalming
androadwayimprovementfortheresidents of theCity of SouthMiami,and
WHEREAS,the Mayor andCityCommission authorize theCity Manager to
execute a construction contract with Rock Power Corporation for the construction of SW
64th Street &SW 59th Place Intersection Improvement for an amount notto exceed
$143,540.80.
NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA:
Section1:TheCityreceivedsevenbidsinresponsetotheNoticeofBidInvitation
advertised intheMiamiDailyBusinessReviewon September 17,2001.
Section2:Theengineeringconsultantreviewthebidsandrecommendedthatthecontract
be awarded tothe lowest responsiblebidder:Rock Power Corporation.
Section3:ThattheMayorandCityCommissionauthorizetheCity Manager toexecute
anagreementwithRock Power Corporationfortheconstruction of SW64Street&SW
59th Place Intersection Improvement for an amount not to exceed $143,540.80.
PASSEDANDADOPTEDthis 18th day of December 2001.
ATTEST:APPROVED:
CITY CLERK MAYOR
Commission Vote:5-0
READ AND APPROVED ASTO FORM:Mayor Robaina:Yea
Vice Mayor Feliu:Yea
ggr^X"^.<Sc//^^Commissioner Russell:Yea
CITY ATTORNEY Commissioner Bethel:Yea
Commissioner WiscombeYea
Additionsshownbyunderliningand deletions shownby ovorstriking.
CITY OF SOUTH MIAMI
INTER-OFFICE MEMORANDUM
To:Mayor and City Commission Date:December 12,2001
Agenda Item #I Tr
Comm Mtg.12-18-02
Re:Authorization the City Manager to
execute agreement with the lowest
responsible bidderfortheSW 64th Street&
SW 59,b Place Intersection Improvement
From:Charles D.Scurr
City Manager
//V*I /Wu
Jc ,/!
REQUEST
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH
MIAMI,FLORIDA,RELATING TO AUTHORIZING THE CITY MANAGER TO EXECUTE
AGREEMENT WITH THE ROCK POWER CORPORATION FOR THE CONSTRUCTION
OFSW 64th STREET&SW 59th PLACE INTERSECTION IMPROVEMENT ATAN
AMOUNT NOT TO EXCEED $143,540.80.
BACKGROUND:
The proposed SW 64th Street &SW 59th Place Intersection Improvement was advertised for
construction bids September 17,2001.Sixteen contractors picked-up bid packages and seven
contractorssubmittedbids.ThebidswerepubliclyopenedonFriday,October 19,2001 (thelast
daytosubmitbid)at3:05pm.Sincethebidopening,theengineer of recordhastabulatedthe
bids,reviewed and evaluated all bids,verified references,verified bid bond and met with the
lowestresponsiblebidder(RockPowerCorporation)tomakesurethescope of workisclearly
understoodasdesignandspecified.Thebidquantitiesandpriceswerereviewedandcorrected
for mathematical errors accordingly.The Engineer of Record (Kimley-Horn and Associates,
Inc.)hassubmittedtheattachedletter of recommendationforRockPowerCorporation.The
Miami-DadeOffice of Community &Economic Development (OCED)willfundthe
construction activities through our awarded 1995 &1999 block grant.The recommended
contractorhasbeen submitted toOCEDforapproval.This recommended approvalis subject to
OCED's approval.
RECOMMENDATION:
Itis recommended thattheCity Commission approvethe funding forthe work tobe performed.
ATTACHMENTS:
a Proposed Resolution
a Tabulated Bids
q Certified Advertised Notice of Bid Invitation
a Engineer of Record's letter of recommendation
MIAMI DAILY BUSINESS REVIEW
PuClishea Daily sxcept Saturcay,Sunday and
Lsgal Holidays
Miami,Miami-Oade Coumy.Fiorica
STATE OF FLORIDA
COUNTY OF MIAMI-DADE:
Before the undersigned authority personally appeared
SOOKIE WILLIAMS,who on oath says that she is the
VICEPRESIDENT.LegalNoticesoftheMiamiDaily Business
Review f;X/a Miami Review,adaily (except Saturday,Sunday
andLegal Holidays)newspaper,publishedat Miami inMiami-Dade
County,Florida;thatthe attached copyof advertisement,
beingaLegalAdvertisementofNoticeinthematterof
CITY OF SOUTH MIAMI
9IDNO C.01-1019
ir.the XXXX Court.
was puDlished insaid newspaper inthe issues of
09/17/2001
Affiant further says thatthesaid Miami Daily Business
Review isa newspaper publishedat Miami insaidMiami-Dade
County,Florida andthatthesaid newspaper has
heretoforebeencontinuouslypublishedinsaidMiami-DadeCounty.
Florida,each day (except Saturday.Sunday andLegalHolidays)
and has been entered as second class mail matter at the post
officeinMiamiin said Miami-Dade County,Florida,fora
periodofoneyearnextprecedingthefirst publication ofthe
attached capy of advertisement;and affiant further says that she
has netinerbaid norpromisedanyperson,firm orcorporation
any di/couat.rebate,commission or refund for the purpose
of seduriryj thisadvertisementforpublicationinthesaid
news
••;.dJA«~~
SvrfoTrTtq and subscrje^c!bejore methis
(SEAL)
SOOKIE WILLIAMS personfal&R'rKrtfcto ffla ".,.,-.U'»..-r «:v«
K-J%?-S>EXPIRES:March i.2GC4 t
SECTION 00020
NOTICE OF B!D INVITATION
CITY OF SOUTH MIAMI BID NO.C101-1019
The City ofSouth Miami will receivesealed proposals until 3:00 P.M.
Local Time,Friday,October 1Sth,2001 atthe City Cierk's Office,City
Hall.6130 Sunset Drive,South Miami,Florida 33143,fortne following
project:
SW 64TH STREET 4SW 59TH PLACE
INTERSECTION IMPROVEMENT
The project consistsofstreet improvements for approximately 1300 itn-
eal feetoflocal streets {50"R/W),including concretecurbs.Inadditionto
the roadway improvements,the construction of two watermainexten
sions along SW 5Sth Place will be required.The water main construction
wiii consistoftwo sections refertoastheNorthandSouthwatermainre
spectively.The North Water Main approximately 55 lineal feet (plans pre
pared by the Firm of Williams-Russeil &Johnson,Inc.)and South Water
Main approximately 110 lineal feet.(Plans preparea Dy KHA)
This project inwholeorinpan will be federally assisted through theMet
ropolitan Dade County Office of Community Development with Communi
ty Development Block Grant funds andassuch bidders must comply with
Presidential Executive Order 11246,as amended byExecutive 11375;Ti
tle VII ofthe Civil Rights Act of 1964as amended;the Davis BaconAct.as
amended;the Copeiand (Anti-Kick Back)Act the Contract Work Hours
and Safety Standards Act and all other applicable federal,stateand local
ordinances.
Attention is caiiea tothefact mat noless man tne m.nimum salariei arc
wages assetfonh in the Contract Documents may be paid on this project
andthatthe Contractor mustensurethat employees and applicants for
employment are not discriminated against because of race,color,relig
ion,sexornationalorigin.
Bids will be opened publicly at 3:05 P.M.on the same date in the City
Commission Chambers intheSouth Miami City Hal!,6130Sunset Drive,
South Miami,Florida 33143.
3id documents may oe obtained onor after T-jesoay.September 13,
20C1 from the offices of City Clerk,City of South Miami Engineering anc
Construction Dept..6130 Sunset Drive,South Miami.Florida 33143.A
S5C.00 non-refundable deposit perset of plans and specifications isre
quired.
The bid will be awarded tothelowest responsible bidoer.but the City of
South Miami reserves the right to reject any and all bids,to waive any in
formation inany bids,and toincreaseordecreasethe q-antit.es sr.cwn :r.
tne Bid Form,if the City Managerdeemsittobe in thecastinterestortne
CityofSouth Miami.
Bids that contain irregularities of any k>nd may oe rejected as intor-
A ncn-mandaiory pre-D.c conference will be held at tne City of Soutr.
Miami Engineering and Construction Department.5130 Sunset Drive
South Miami,Florida 33143,at 10:00 AM.local time on Trjrsoay.Octo
ber4 2001.All interested contractors are invited to attenc.Tne C.ty c
South Miami isan Equal Opponunity Employer and encourages tnepar
ticipation of certified Black MBE contractors.„„..-,,S/17 01.3-11/1S,3B3:V
IP!Kimley-Horn
and Associates,inc.
November 16,2001 ENGINEERING &",CONSTRUCTION |
Mr.W.Ajibola Balogun,REM
Directorof Engineering and Construction Department
6130 Sunset Drive
South Miami,FL 33143
Re:Cityof South Miami -CI01-1019
SW 64th Ave &SW59th Place Intersection Improvements
Dear Ajibola:
On October 19,2001,proposals were received for the above-referenced project.
A summary ofthe Bids received is enclosed for your review.
The low bidof SI43,540.80 was submitted by Rock Power Corp.,a local
Engineering Contractor based in Miami,Florida.The specified contract time for
this projects One Hundred Twenty (120)calendar days for final completion.
We have checked the bid submitted by Rock Power Corp.,and find no
discrepancies or qualifying statements.The bid was accompanied by proper bid
security,and we checked references for performance on completed projects with
other clients.Based on our findings,itis our opinion that this Engineering
Contractor is qualified and capable of performing the work.
Therefore,we recommend the project be awarded to Rock Power Corp.,subject
to acceptance by the City Council,execution of the Contract Agreement,
submittal by the Engineering Contractor of the required Performance and
PaymentBonds,and Certificate of Insurance.
Sincerely,
KIMLEY-HORN AND ASSOCIATES,INC.
Rodr igo\JJ ignavP.E.
Project Manager
Attachment:Bid Summary-10/19/01 (Rev.10-31-01)
TEL305 673 2025
FAX3056734382
file
\\HEArVOLhPROJECT04081S0CM So Mia\BidsxSOMlA Bid RecommendationJo:
m
Suit:;53
420 Lr.cc.n R
Miami Seacn.
py^l—ijT^I Kimley-Hurn
l 'andAssociates.Inc.
S.W.64th Street and S.W.59th Place Intersection Improvements
City of South Miami
BID TABULATION •October 19,2001 (Rev.10-31-01)Klmley-Hom K Ass,Int.
Opinion of Probable Cost
ITEM NO.CONSTRUCTION ITEM UNITUNITCOSTEST.QTY.COST UNIT COST
The Redland
Company
EST.QTY.
101-1
W-1
W-2
W-1
W-2
FM
P-?_~
P-3"
P-4
P-3
K-5
MAMtfUiHC of TijITk
tilt<3 Hit «*i Sirw
ClgJTint »tu\GcvWittig
Ittiiuv 11ol Immn Pjww-1 (Corn
RctvUi I icj.Jlion
MilH'n Smlint Pju-<wl
Tyik S Amhiii Concrete
AJtfiWm:Mjnhpltt
AJtuUinf Vah*fcouri
«i.ir»Cult jnj Cullft (Typf f)
Concteif Curt)(1 ypt D)
Concrete Sidewalk (4"Thick)
Signing grid Pnvenient Markings
Water Main (South)
DuctileIron Pipe (1?")
TappingValveand Sleeve (12*)
fillings
Water Main (North)
Ductile Iron Pipe (12";
Tapping Valve and Sleeve (12")
fittings
Plant Materials,Fertilize,Water and
Soil Amendments (furnish/install)
Trees
Solitairepalm 12'
Solilaiie palm 18'
Pink Tabebuia
Mahogany
Stuubs/GC
Crinum Lily
Linope 'Ever Green Giant"
f'uiple Queen
Miscellaneous
PlantingSoil
SlreelPrini (excluding asphalt cost)
Sul;sul
LS
SY
CY
EA
EA
EA
LA
Thefollowing items were leviscd on 1C-31-01:
SI 5,000.00
$15,000.00
J150.00
S 6.000.00
SI 0.00
S5.00
$4.00
',100.00
$350.00
S250.00
$12.00
$10.00
$12.00
$5.000 00
S 10.000 00
SB0 00
$10,000.00
S160 00
$40 00
$5 00
$100
S4 00
i)Item Nc 110-4 Removal ofExisting Pavement (Cane I
21 Item No 327-70-12 MillingExistingPavement
i)ItemNo.425-6 Adjusting Valve Boxes
4)llem No 520 1-10 Cone Curb&Guttei (Type f)
5)Hem No.S20-2 Cone Curb(Type '0")
6)HemNo.520-3 ValleyGutter
7>Item No.622-1 Cone Sidewalk(4*thick)
8)Item No W-1 Duclile Iron Pipe (12")
9)Item No.P-4Linope 'Ever Green Giant"
10)Hem No.P-7 Planting Soil
5)Here No P-8 Street Pnnl (excudingasphalt cos!'
I
355
400
650
490
40
5EA
50 IF
500 SY
3500 SF
S200SF
15.000.00
15.000.00
150.00
6,000.00
3.550.00
2.000.00
20,500 00
1,050.00
1,000.00
7.800.00
4,900.00
48000
8.400.00
6.000.00
8,880.00
5.000.00
5,000.00
5,200.00
5,000.00
5.000.00
3,600.00
7.200.00
1.700.00
1,440.00
7.0°5 00
210 00
18,230.00
J 7S.OSS.00
490 LF
40 LF
420 SY
14,000.00
4.500.00
500.00
35,000.00!
10.00
10.00
3.00
100.00
500.00
175.00
15.00
15.00
18.00
20 00
10.000 00
80.00
5.000 00
1,500 00;
220 00
48.001
15.00
10001
355
4O0
2240
650
490
40
Pane 'r('-'
COST
Metro Express
Company
UNIT COST EST.QTY.
14.000.00
4.500.00
500.00
35.000.00
3.5SO.OO
4,000.00
6,720.00
20,500.00
1,500.00
700.00
9,750.00
7,350.00
720.00
10,000.00
8,680.00
5.000 00
750.00
6,500.00
5,000.00
2.100.00
4.400.00
875.00
0.00
1,728.00!
3.263.701
777.40
3,150.001
45.700.001
216.064.10
5,00000
5,000.00
5,000.00
10,000.00
15.00
15.00
7.00
500.00
500.00
17.00
17.00
25.00
2,000.00
5.000 00
2,000 00
_50000
400.00
355
400
"338
210
4570
MEF Construction,Inc.
UNITCOSTEST.QTY.C
5,000.00
10,000.00
5.325.00
6.000.00
15.680.00
16,400.00
1,500 00
2.000 00
11,050.00
8,330.00
1,000.00
10,500.00
8.000.00
5.000 00
1,000.00
4,550.00
5.000.00
1.000.00
4,800.00
10,000 00
2,000.00
000
1,440.00
5.676.00
2,028.00
6,300.00
4.570.00
171.9J9.00
5.000.00
14.000.00
4,000.00
10.000.00
13.50
18.00
6-OoT
500.001
500.00
18.00]
18.00]
30.001"
22 50)
7,f)l)0.00i
5.000 00
2.000.00i
45 00
a go"
G00
205
490
40
5,000.00
14,000.00
4,000.00
11 10,000.00
355
1,500.00
2,000.00
11,700.00
8,820.00
1,200.00
9,450.00
7,000.00
6,882.00
5,000.00
1,000.00
4,030.00
5.000.00
4,800.00
10.000.00
2,100.00
1,620.00
5,108.40
2,028.00
210 6.300.00
"45T0I 22.B50,00~j
AcosuTractors,Inc.
UNITCOSTEST.QTY.
12,000.00
7,000.00
750.00
I3,000.00
4.00400
3.002240
~20T
300.00
150.00
iS.OO650
12.00490
20.0040
6.900.00
2.70000
COST
12,000.00
7,000.00
750.00
13,000.00
3195.00!
1,600.00
6,720.001
18,450.00
900.00
600.00!
9,750.00
S.880.00
800.00
12,600.00
9,000.00
8,325.00
6,900.00
,350.00
4,875.00
6,900.00
1,350.00
4,800.00
10.400.00
2,250.00
1,620.00
5.676.00
1,521.00
6.300.0C
43,415.00
707,927.00
SoutheasternEngineeringContractors,Inc.HomesteadConcreteBLDrainage,Inc.RockPowerCorp-
UNITCOSTEST.QTY.UNITCOST
9,000.00
9,000.00!
800001
22.000.001
i5.oo;
lO.OOl
001
!ooT
180.001
120.001
12.007
10.001
lO.OOl
500CC
_2_L£0.
700
EST.QTY.
240
-:*0
UNITCOST
9,000.00
9,000.00
800.00
22,00000
5,325.00
4,000.00
4,480.00
54000
7,800.00
7,56000
5,000.00
8,880.00
4,800.00
1.25000
5,20000
4.800.00
,250.00
4,56000
10.00000
2,000.00
0.00
1.440.00
5,676.00
1,35200
5.250.00
31,990.00
J83.263.00
25.229.31
5.000.00
900.00
10.418.00
8.50
660
6.38
96.80
920.00
520.00
12.50
10.20
12.50
EST.QTY.
_2240
205
650
40
30
1-519
25.229.312.400^001
S.GOO.OO4.4OO00T
900.00
10.418.00
3.017.50
3.440.00
14.291.202.70
I9.S44.00
2,760.00
2,080.00
400.00
300.00
500.001150
3.200.00
4.000.26
4.000.26
2.HO00T
3.846.00
6.30000
1,700.00
0.00
1.215.00
4,257.00
1.149.20
4,914.00
41.130.00
2Jj.1J8.23
\_
\
355
400
22401
COST
2,400.00
4,400.00
800.00
890.00
5.275.30
2,000.00
6,048.00
'205112.710.00
1,200.00
_41,200.00
650
490
40
4570J
7,475.00
4,508.00
460.00
,870.00
8,436.00
4,109.00
700.00
4.940.00
4,109.00
700.00
4.230.60
y.130.00
,870.00
1,336.68
4,682.70
1,264.12
143.S40.B0
!C"A;r
•~<-\Mll!L3
IV,:,»•
ii'
SW64thStreet