Loading...
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