01-06-04 Item 6CITY OF SOUTH MIAMI South Miami
klylftnd
All- AmerieaCity
Excellence, Integrity, Inclusion
2001
TO: Honorable Mayor, Vice Mayor DATE: January 6, 2004
& City Commission
FROM: Maria V. Davis JTEM No.
City Manager RE: Authorizing the City Manager to
execute agreement with Serralta, Rebull, Serig, Inc.
for the Proposed Snapper Creek
Drainage Improvements — Phase 2
RESOLUTION or ORDINANCE
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,
FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH
SERRALTA REBULL SERIG, INC. FOR THE SNAPPER CREEK DRAINAGE IMPROVEMENTS -
PHASE 2 CONSTRUCTION IN THE AMOUNT OF $141,292.50 TO BE CHARGED TO SOUTH
FLORIDA WATER MANAGEMENT DISTRICT GRANT ACCOUNT NO. 001 - 0000 - 132 -2060;
PROVIDING FOR AN EFFECTIVE DATE.
BACKGROUND & ANALYSIS
The proposed roadway project is intended to provide much needed drainage improvements along
SW 87th Street between SW 58th Avenue and SW 59th Avenue and SW 58th Avenue from SW
85th Street to SW 87th Street. The construction activities will also include grading, resurfacing
and pavement marking within the disturbed corridor. Serralta, Rebull, Serig, Inc. was previously
awarded the Snapper Creek Drainage Improvements — Phase 1 contract on June 3, 2003 as the
lowest responsible and eligible bidder and has completed the work in a satisfactory manner. In an
effort to save time and money by not going out to bid, the City requested a proposal from
Serralta, Rebull, Serig, Inc. for the Snapper Creek Drainage Improvements — Phase 2 which
could be piggy- backed onto the Phase 1 contract. This process reduces the possibility of
receiving increased unit prices, which can occur if the project is advertised for bids. The
engineer of record has reviewed the unit prices in the proposal submitted by Serralta Rebull
Serig, Inc. and has confirmed that they are consistent with the prices previously submitted under
the Snapper Creek Drainage Improvements — Phase 1 contract on May 13, 2003.
This project will be funded through a Legislative Appropriation grant administered by South
Florida Water Management District. The project's account balance, without this project; is
$630,600.00. Public Works Department's account management sheet, per submitted requisitions
is attached.
Page 2 of 2
Comm. Mtg. Agenda
January 6, 2004
RECOMMENDATION
It is recommended that the City Commission approve the funding for the work to be performed.
Attachments:
❑ Proposed Resolution
❑ Contractor's Proposal
❑ Map of Project Area
❑ Public Works Department's account management sheet
MVD /WAB
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,
FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH SERRALTA
REBULL SERIG, INC. FOR THE SNAPPER CREEK DRAINAGE IMPROVEMENTS - PHASE 2
CONSTRUCTION IN THE AMOUNT OF $141,292.50 TO BE CHARGED TO SOUTH FLORIDA WATER
MANAGEMENT DISTRICT GRANT ACCOUNT NO. 001 - 0000 - 132 -2060; PROVIDING FOR AN
EFFECTIVE DATE
WHEREAS, the Mayor and City Commission wishes to provide drainage construction
improvements within the Snapper Creek area (SW 87t" Street from SW 58th Avenue to SW 59th Avenue and SW
58th Avenue from SW 85th Street to SW 87th Street) under a project known as Snapper Creek Drainage
Improvement — Phase 2 and;
WHEREAS, the construction activities will consist of drainage system improvements, right -of -way
re- grading, re- surfacing and pavement marking within the construction corridor, and;
WHEREAS, the Mayor and City Commission authorize the City Manager to execute a construction
contract with Serralta Rebull Serig, Inc. for Snapper Creek Drainage Improvements — Phase 2 project in an
amount of $141,292.50.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA:
Section 1: The city wishes to piggy -back on the existing Snapper Creek — Phase 1 contract
which was awarded to Serralta Rebull Serig, Inc. on June 3, 2003 and executed on June 19, 2003.
Section 2: The engineering consultant reviewed the proposal submitted by Serralta Rebull
Serig, Inc. and confirmed that the unit prices for Snapper Creek — Phase 2 were consistent with those submitted
on May 13, 2003 for the Snapper Creek — Phase 1 contract.
Section 3: The project will be funded through a grant from Legislative Appropriation funds
managed by South Florida Water Management District under grant account number 001- 0000 - 132 -2060.
Section 4: That the Mayor and City Commission authorize the City Manager to execute an
agreement with Serralta Rebull Serig, Inc. for the construction of Snapper Creek Drainage Improvements —
Phase 2 in an amount of $141,292.50.
PASSED AND ADOPTED this day of , 2004.
APPROVED: ATTEST:
Maria Menendez, City Clerk
READ AND APPROVED AS TO FORM:
CITY ATTORNEY
Horace G. Feliu, Mayor
Commission Vote:
Mayor Feliu:
Vice Mayor Russell:
Commissioner Bethel:
Commissioner Wiscombe:
Commissioner McCrea:
SECTION 00300
PROPOSAI.
Snapper Creek Drainage Improvements - Phase 2
S.W. 5e Avenue (S.W. 85th `Street to S.W. 87th Street)
S.W. 87th Street (S.W. 58th Avenue to S.W. 59th Avenue
Submitted: 52003.
City Clerk's Office
City Hall
City of South Miami
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 Drawings and Specifications are sufficient for the work to be done and he has examined the other
Contractual Documents relating thereto, including the Notice of Bid Invitation, Instructions to Bidders, Proposal,
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 Forma
The Bidder fin ther 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
00300-1
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.
The undersigned agrees to accept 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.
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
Bank of
Dollars
($ ), payable to the City of South Miami, Florida.
L.S.
(Name of Bidder) (Affix Seal)
L.S.
Signature of Officer
L.S.
(Title of Officer)
Address;
City: State:
00300-2
The full nines and residences of persons and firms interested in the foregoing bid, as principals, are as
follows:
Name of the executive who will give personal attention to the work:
A list of sub - contractors must be attached (very important)
00300-3
LIST OF MAJOR SUB- CONTRACTORS
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:
I . 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 subcontractors listed below are financially responsible and are qualified to
do the work required.
CATEGORY OR CLASS NAME OF SUB- CONTRACTOR ADDRESS
OF WORK
ereerrer■rrrr■rrrrrrrrsa a rssrrrrrreir a r■rrrrrrrrrr�rrr�rrrr�r u u rrrrrrrrru rrrrrrrrrr■
00300-4
i
Project Name: Snapper Creek Drainage Improvements — Phase 2
S.W. 58`h Avenue (S.W. 85`h Street to S.W. 87b Street)
S.W. 87h Street (S.W. 58`h Avenue to S.W. 59`h Avenue)
PROPOSAL
Prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, furnish
and installation, unsuitable matenal/debris removal, contractors overhead and profit;
Payment for this
project will be based upon completion of the entire project as a lump sum contract.
UNIT
ITEM DESCRIPTION QUANTITY UNIT PRICE
AMOUNT
1.01
Mobilization i LS $23,900.00
$ 23,900.00
1.02
Maintenance of Traffic 1 LS $10,000.00
$10000.00
1.03
Construction Sign I EA $ 600:00
$ 600.00
1.04
Clearing and Grubbing 1 LS $37.250.00
$37 ,2 5o.00
1.05
Removal of Existing Drainage Structure 2 EA $ 325.00
$ 650.00
(Inlet or Manhole — Includes backfilling,
grading, final dressing and plugging Pipe
with concrete.)
1.06
Milling of Existing Pavement (1" Avg. Depth) 2,152 SY $ 2.75
$ 5,918.00
1.07
Resurface with Type S -1 Asphaltic 157 TON $ 60.00
$ 9,420.00
Concrete of Variable Thickness - (Includes
Replacement of Existing Pavement Markings)
1.08
Inlet Pavement (Includes 6" Limerock Base 98 SY $ 27.50
$ 2.695.00
and 1" Thick Type S -1 Asphaltic Concrete)
1..09
Class 1 Concrete (Miscellaneous Pipe, Plugs, 4 CY $ 120.00
$ 480.00
Collars, Etc.)
1.10
Swale Inlet (48" x 48') ( <10' Deep) 8 EA $ 1,250.00
$10.000.00
(Max. 15° deep)
1.11
Storm Manhole (P -7T - Any Dimension) 5 EA $ 1.776.00
$ 8,880.00
(Max, 15'Deep)
1.12
15" Dia. Storm Sewer Pipe 96 LF $ 25.00
$ 2,400.00
1.13
French Drain, 18" diameter (15' deep, 340 LF $ 55.00
$18,700.00
includes 18" Solid Connecting pipe)
1.14
Roadway Pavement Markers 12 EA $ 4.50
$ 54.00
00300-5
PROPOSAL Cont'rl
UNIT
ITEM DESCRIPTION QUANTITY UNIT PRICE
AMOUNT
1.15 Solid Traffic Stripe, Thermoplastic 300 LF $ 0.65
$ 195.00
(6" wide) Yellow
1.16 Solid Traffic Stripe, Thermoplastic 43 LF . $ 3.50
$ ` 150.50
(24" wide)
1.17 Contingency I LS $10.000.00
$ 10.000.00
TOTAL PROPOSED AMOUNT $
$141,292.50
SUMMARY OF PROPOSAL
GRAND TOTAL (IN FIGURES):
One Hundred Forty -one Thousand Two Hundred Ninety -two Dollars and Fifty Cents
(Company Name): Serralta Rebull Seri Inc- Serralta Rebull Seriq Cons cti
Af
By (Representative): Charles E. Seri
Title: Executive Vice President and Corporate Secretary
Date; November 12, 2003
CD
CD
1
CD
0
CD %
n
CD
CD
CD
3
IN
O
CD
3
CD
'
r'^te
V,
'T
V
V
D
A
O
CA
O
0
-OP
O .ri
O
O
O
N F
O
N N
i
l
O
0
O
//��
(n
0
00
O
W
=
O
W
=
O
p
p
O
00
I
O
s
O
cn
° is
=
AV H109
MS
Cn
cri
�'.
m
t
Ul
�_
o
o
co
O
cn
u
co
CD
CP
m
O Ul.
U)
�.
co
j
Co
V
1 co
cn
co
OD
01
01
Cyl
O
O
OD
00
0..
O
co
1
c
cn
=
(n
(r
cn cn
Ul
O
2
C
m
j
cn
01
-�
Cl)
c
CD
co
�
o
j
O.';
N O
p
:..
j1
7
O
O
µ.
U7 OD
O
cri
O
.
COO
CO CO
O
O 0
0
O
f
nd H165
MS
cn
U
cn
V
�,
V
�
O
�,
co
co
co
O
O
_
O
O
V
O
cn
CO
O
^
01
O
U1�
CID
t
co
O
co
V
-[
'O
O
p
O
(P
co
Ut
.
co .
co
p
O
O(
O
00
co
of ,
co
CD
.O
O
cn
�
Ul
G -
O
�1
O
�.
Cn
co
00 CA
IJ2�Y,79
co U7
O
co cn
al
W
u
O
2
(T�
Cn
O
Cn.
O
O
00
O..
"`�'
U1
O
U7
Cn
�n
cn
O
O
O
O
U7
OD
Cn
CID
O
a
N
OD
co
O
OOD
0OD
00
*
cn
Cp
Op ,
`
OD
co
O
co
3 � �
85 MS
O
N 1
O O
co
p N
O O O
Ul
cV0
O
co
OD
O
O
p
O
p
/1
O
CT
co
(A
O co
V
G
s
0
N s
V
O
CD
0
CD %
n
CD
CD
CD
3
IN
O
CD
3
CD
'
r'^te
V,
'T
V
V
D
A
Z1
m
C
m
0
N
N
N
°o
w
m
z
0
O
cr
0
0
y
v
3
FE
r
Z
O
n
O
C
D
�
N
�
CD
.p
66
rn
c
w
w
N
O
CL
0)
U)
w
0
r
p
m
-r
�
v
o
�
O
D
'
m
n
N
�
N
O
O
N
�
O
O
0
O
_O
C
N
z
'A
N
O
:m
mn
O
O
s
CCD
�
\
\
!�!
11
N
N
N
d+/
W
N
N
0
CD
C)
rn
rr
w
w
w
O
(l
i
0
to
o �
O
Ul
�
�..
00
0
0
0
0
t�
-
3
cq
a�
�0
p
0-0
cO
00'
oo
m
v
0
O
b'
to
40.6969fA696sV)
(46969
69
69
696sIfl-6969
Efl
D T
C-
D
MMMMMM00MMMMrnrnrnrnrn
-4-4
00
m-I
wwwwwwww
0
0
0
0
0
0
0
0
wwwww
0
0
0
0
0
wwww0cn
0
0
0
0
0
0
a�a�a�a>����
00000000
00000
0000mCD
0000000000000000000
0000000000000000000
0000000000000000000
cr
0
0
y
v
3
FE
r
Z
O
n
O
C
D