HomeMy WebLinkAboutR-02-0211r
J-02-130
2/13/02
�7-
RESOLUTION NO.
02- 211
•
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF ROYAL ENGINEERING
CONSTRUCTION, INC., THE LOWEST RESPONSIVE
BIDDER PURSUANT TO INVITATION FOR BIDS, DATED
DECEMBER 18, 2001, FOR THE PROJECT ENTITLED
"CITYWIDE SIDEWALK REPLACEMENT PROJECT,
PHASE XX, B-4647", IN THE AMOUNT OF $173,075;
ALLOCATING FUNDS FROM CAPITAL IMPROVEMENTS
PROJECT NO. 341183, AS APPROPRIATED BY THE
ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT
PROJECTS ORDINANCES, AS AMENDED, IN THE
AMOUNT OF $173,075 FOR THE CONTRACT COSTS,
AND $26,925 FOR EXPENSES, FOR A TOTAL COST OF
$200,000; AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A AGREEMENT, IN A FORM ACCEPTABLE TO
THE CITY ATTORNEY, FOR SAID PURPOSE.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The bid of Royal Engineering Construction,
Inc., the lowest responsive and responsible bidder pursuant to
Invitation for Bids, dated December 18, 2001, in the proposed
amount of $ 173,075, for the project entitled "Citywide Sidewalk
Replacement Project, Phase XX, B-4647", for the total bid of the
proposal, based on lump sum and unit prices, is accepted at the
price stated herein.
Section 2. The total estimated project costs of $200,000
are allocated from Capital Improvements Project No. 341183, as
appropriated by the Annual Appropriations and Capital Improvement
CITY C".OMMu
Mf!? q 7 2002
11- doolution M.
02- 211
Projects Ordinances, as amended. The total project costs consist
of $173,075 for contract costs and $26,925 for estimated expenses
incurred by the City.
Section 3. The City Manager is authorizedl�to execute an
agreement, in a form acceptable to the City Attorney, with Royal
Engineering Construction, Inc., for the project.
Section 4. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor./
PASSED AND ADOPTED this 7th day of March 2002.
NUEL A. DIAZ, MAYO
ATTEST:
111 LV A SCFMTDER
ACT G CITY CLERK
APPROV AS 0 F�AND CORRECTNESS:/
WMDRO VIL
Y ATTORNEY
M11 S0402
1� The herein authorization is further subject to compliance with all
requirements that may be imposed by the City Attorney, including but not
limited to those prescribed by applicable City Charter and Code
provisions.
21 If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
Page 2 of 2
02- 211
r
CITY OF MIAMI, FLORIDA * CA -2
INTER -OFFICE MEMORANDUM
1
The Honorable Mayor and Members DATE:
FEB ? 6 rJTi FILE: 8-4647
To: of the City Commission
Resolution Awarding Contrar�t
SUBJECT: for Citywide SidewayRepla6pment Project,
Phase XX, B-4647 _ 4_
FROM Carlo A. Gimenez REFERENCES :
City Manager
ENCLOSURES: Resolution
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached resolution
accepting the bid of Royal Engineering Construction, Inc., a company located within the City
of Miami at 655 W. Flagler Street, Suite 206, Miami, Florida 33130, whose principal is
Fernando J. Miranda, President, for Citywide Sidewalk Replacement Project, Phase XX, B-
4647", received December 18, 2001 in the amount of $173,075 Total Bid; authorizing the
City Manager to enter into a contract on behalf of the City.
The last project awarded to this company was:
■ Little Havana Sidewalk Replacement Project, B-4631, 2001.
BACKGROUND:
Amount of Total Bid: $ 173,075
Const. Cost Estimate. $ 181,850
% of Cost Estimate: 95.17%
Construction Time: 80 Working Days
Source of Funds: Project Nos. 341183, Annual Appropriations Ordinance, as amended.
Minority Representation: 17 invitations mailed to Black, Hispanic and Female - Owned Firms
9 Contractors picked up specs
( 4 Hispanic, 4 Black, 1 Female)
5 Contractors submitted bid
(? Hispanic, 2 Black, 1 f=emale)
Public Hearings/Notices: No
Discussion: The Department of Public Works has evaluated the bids received on
December 18, 2001, and determined that the lowest responsible and responsive bid, in the
amount of $ 173,075 is from Royal Engineering Construction, Inc., a Hispanic- minority
controlled corporation. Funds are available to cover the contract cost, and for such
incidental items as postage, blueprinting, advertising, reproduction costs, testing, etc.
N
L'�las
CAG/FKR/ HJ/JRA/
��JBZ 02- 211
CITYWIDE SIDEWALK REPLACEMENT PROJECT - B4647 -
LOCATION LIST
2728 SW 12 AVENUE
1200 SW 27 AVENUE
1011 SW 8 COURT
3507-3509 SW 23 TERRACE
3244-3246 SW 23 TERRACE
2328 SW 22 AVENUE
1100 W. FLAGLER STREET
1650 SW 21 STREET
4731 SW 5 STREET
SW 27 AVENUE AND SW 17 STREET
2444 SW 20 STREET
1771 SW 14 STREET
2728-2730 SW 3 STREET
SW 49 AVENUE (7 — 8 STREETS)
2430 SW 20 STREET
1699 SW 7 STREET
220 NW 11 STREET
420 NW 10 STREET
261 NW 59 AVENUE
NW 2 STREET & 59 AVENUE
1336 NW 44 STREET
921 NW 40 STREET
6260 NW 3 STREET
1305 NW 2 AVENUE
NW 53 AVENUE AND 3 STREET
1274 NW 44 STREET
1230 NW 58 STREET
NW 3 AVENUE & 8 STREET (RAMI')
SW CORNER OF ELIZABETH STREET & PERCIVAL AVENUE
2903 JACKSON AVENUE
SHORE DRIVE SOUTH # 185,211,219,210&200
SHORE DRIVE EAST # 241, 247, 251, 259, 271, 281, 295, 305, 310, 300, 284, 272,
260, 246, 240, 236, 230
CITYWIDE SIDEWALK REPLACEMENT PROJECT -B4647 -rev 02- 211
Bud Lary Impact Analysis
1. Department� � Digin
2. Agenda item # (if available]
3. Title d brief description of legislation or atta ordinance/resolution:
S/ "')Z
- / i
4. Is this item related to revenue? NO: YES (If yes, skip.to item #7.)
5. Are there sufficient funds in Line Item?
YES: Index Code Minor Obj. Code Amount $
NO: _ Complete the following questions.-
6.
uestions:6. Source of funds: Amount budgeted in the Lane Item $
Amount needed in the Line Item $
Sufficient funds will be transferred from the following line items:
I(INC
i SaJ,
7. Any additional comments?
3ut��3.3
�m
6.Lr.�o
�� •Qrd w4,.e�� �t kX:. V. nom: re. -hs': -11L -d neva 7-d t s r.
02- •'2,11
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
SHFtT 1 OF 1
JOB NUMBER: 8-4647
PROJECT NAME: CITYWIDE SIDI
CIP NUMBER: 341183
LOCATION: Citywide
OTHER TYPE:
PROJECT MANAGER / EXT. No.:
FEDERAL (C.D.B.G.):
ASSOCIATED DEPARTMENT:
S.N.P.B.
Q
ASSESSABLE:
[�
EMERGENCY:
PT57
COMMISSIONER DISTRICT ALL
RESOLUTION No.:
E.
DATE: 12 / 21 / 2001
JECT - PHASE XX
1217
BID REQUEST: FORMAL- INFORMAL=
DESCRIPTION: This project consists of the removal and replacement of approximatelly 80,000 square feet of concrete
the
SCOPE OF SERVICES:
ADVERTISING
OUTSIDE DESIGN
SURVEY/PLAT
P.W. DESIGN & BID DOCUMENTS
CONSTRUCTION
CONSTRUCTION ADMINISTRATION
OTHER: Testing
(a) - actual cost
(E) - ESTIMATE
PUBLIC WORKS
COST
$ 524.00
$ 3,637.00 (E)
$ 121115.00 (BID)
ESTIMATED CONST. COST $ 1$ 18��
TOTAL $ 200,000.00
CONTRACTOR'S INFORMATION:
CLASS: 0 ON 0
TYPE OF WORK: Sidewalk / G&O
YEARS OF ESTABLISHMENT: 9 Years
NAME: ROYAL, ENGINEERING CONSTRUCTION, INC.
ADDRESS: 655 W. Fla ler Street
CITY, STATE, ZIP: Miami, Florida 33130
CONTACT PERSON:Femando J. Miranda, President
SUBCONTRACTORS:
NAMES: SELF
(IF NECEeaARY, COI
OUTSIDE COST
ON THE
$ 173.075.00 (BID)
$ 10,649.00
CIP
NON - MINORITY
MINORITY
LICENSE _
TELEPHONE:
(% OF CONST. COST)
2 %
7 %
9 %
(TOTAL ENG. FEE)
0 ® a]
E-1623
(305) 596-5232
o6MS9 J = JOINT P a PRIME S = SUB
MINOBCSY B= BLACK H a HISPANIC F F FEMALE
02- 211
TABULATI❑N OF BIDS FOR
CITYWIDE SIDEWALK REPLACEMENT PROJECT — PHASE Us
Received by the City Clerk, City of Mani, Florida at 11+00 a.m, on December 18, 2001.
B-4647
JOB NO.
B-4647
Bidder ROYAL ENGINEERING
MEF CONSTRUCTION, INC. METRO EXPRESS, INC
CONSTRUCTION AFFAIRS
HARD J. CONSTRUCTION
Address 655 W. FLAGLER ST
782 N.W. 42 AVE 3594 SW 143 CT
2651-A NW 20 ST
99 NW 183 ST
SUITE 206, MIAMI, FL 33130
SUITE 640, MIAMI, FL 33126 MIAMI, FL 33175
MIAMI, FL 33142 SUITE 108, MIAMI, FL 33169
Located In the City of Miami YES
YES NO
NO
NO
Uwed L bwvd as Per qty rode S ktro Ore, YES
YES YES
YES
YES
Bid Bond Amount BID BOND VOUCHER
B.B. 5% B.B. 5%
B.B. 5%
B.B, $17,300.00
Irregutaritles
H
C, H
Minority Orned YES, H
YES, F YES, H
YES, B
YES, B
TOTAL BID:THE TOTAL OF ITEMS
1 THROUGH 13 BASED ON
EIGHTY (80) WORKING DAYS
COMPLETION TIME, THE SUM OF 173,075.00
$ 174,050.00 $175,845.00
$ 199,500.00
$ 340,125.00
IRREGULARITIES LEGEND
A— NoPorer-of-Attorney THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT
o B—No AFftdavlt as to Capltal & Surplus of Bonding Company THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS
C — Corrected Extensions ROYAL ENGINEERING CONSTRUCTION, INC. IN THE AMOUNT OF $173,075.00
D — Proposal unsigned or Improperly Signed or No Corporate Seal FOR THE TOTAL BID,
E " Incomplete Extensions (Nlseng Primary Office Location Form)
i F — Non-responsive bid CNlssing copy of Certlficate of Competency)
iL G— Improper Bld Bond AP/0
H — Corrected Bid
I — No First Source Wing Conplionce Statement
J — No Knorlty Camplimnce Statement
K— No Duplicate Bid Proposat PAGE: 1 ❑F I
Prep. By- ELY ESTEVEZ Check By. C. GONZALEZ
,JOB NO.
B-4647
n
BID ITEM:
BID NO:
DATE BID(S) OPENED:
CITY OF MIAMI OF THE CITY CLEl2i:
BID SECURITY LIST
CITYWIDE SIWALK REPLACEMENT PROJECT PHASE XX, B-4647
01-02-044
DECEMBER 18, 2001
BIDDER
ROYAL ENGINEERING CONSTRUCTION, INC.
MEF CONSTRUCTION, INC.
METRO EXPRESS, INC.
TOTAL BID
$ 173,075.00
174,050.00
175,847.00
TIME 11:00 a.m.
BID BOND (ER)
(`A CLATT?"Vc r11
B.B. VOUCHER
B.B. 5%
B.B. 5%
CONSTRUCTION AFFAIRS, INC. 199,540.00 B.B. 5%
HARD J. CONST. CORP. 340,125.00 B.B. $ 17,300.
"Offers from the ven.ciors Iwsted herei are the cr- y offers
8r
other offers submitted in response to f is so''c'fr"!'C:7' if any,
are hereby rejected as Iate."
f z)w
+T 1 received ( J�� envelops an behalf of
Perso rec—e----iving bid(s)
PUBLIC WORKS on
(City Department) (Date
SIGT ED: '
Deputy City C erk
TO Walter J. Foeman
City Clerk
FROM:
Tony Prat
Department of PublicWorks
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: November 19, 2001 FILE : B-4647
SUBJECT:
"Citywide Sidewalk Replacement
Project- Phase XX"
REFERENCES:
ENCLOSURES: I
Please note that contractors will submit bids for the following project:
"CITYWIDE SIDEWALK REPLACEMENT PROJECT — PHASE XX, B-4647" on Tuesday,
December 18"`, 2001 at 11:00 A. M.
Any bid submitted after the time listed above, will not be accepted. Please make necessary
provisions for this bid opening.
The Project Manager Elyrosa Estevez, a representative overseeing the project is going to be present
at the time of opening. Should there be cancellation or postponement, we will notify you in
writing, prior to the opening date of the bids.
If you have any questions, please contact me at 416-2131.
TP/tp
Encl.
c: Albert Dominguez
Yvette Smith
Project Manager
File
0` ,1
Z
w.
r
• BID NO. 01- 02- 044
ADVERTISEMENT FOR BIDS
Sealed bids for "CITYWIDE SIDEWALK REPLACEMENT PROJECT, PHASE XX, B-4647" will be
received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 18th day of December, 2001, at
the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami,
Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after
the above appointed time will not be accepted by the City Clerk.
The project consists of the removal and replacement of approximately 55,500 square feet of concrete
sidewalk with the removal of deteriorated, damaged, or unsafe concrete sidewalks and construction of
new concrete sidewalks in locations citywide. The work will also include reinstallation of water meter boxes
or similar utility structures located in the sidewalk area, curb and gutter construction, and trimming and
removal of tree roots, as necessary, in order to prevent future damage to the new concrete sidewalk.
A 100% performance bond is required for this project.
Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and
No. 87-915. For technical questions or clarifications re ardin lans s ecifications or Cit re uirements
lease submit written re nests to Mr. Jorge R. Avih6 P.E. Assistant Director Department of Public
Works 444 S.W. 2 Avenue, 8,n Floor, Miami, Florida 33130. The written request may be faxed to (305)
416- 2153 followed by mailing or hand delivering the written copy. Under Miami -Dade Counly Ordinances
Nos. 98-106 and 99-1, there will be a "Cone of Silence" during the bid period and the City's responses to
questions must be in writing only.
Prospective bidders must have a current certified Contractor's License from the State of Florida
Construction Industry License Board for the class of work to be performed, or the appropriate
Certificate of Competency or the State Contractor's Certificate of Registration as issued by Miami -
Dade County Code, which authorizes the Bidder to perform the proposed work. A General
Engineering Contractor (GEC) License shall be required for this proiect.
All bids shall be submitted in accordance with the Instructions to Bidders and Specifications, New City
regulations will require each bidder to submit proposals in duplicate originals. Specifications may
be obtained at the Department of Public Works, 444 S.W. 2"d Avenue, 815 Floor, Miami, Florida 33130, on
or after December 3. 2001. There will be a §20 deposit required for the first set of specifications. Specs
can also be mailed to bidders upon written request to the Public Works Department including a separate
check in the amount of L8. Additional sets may be purchased for a non-refundable fee of $20, Deposits
will be refunded only upon return of one set of specifications to the Department of Public Works,
unmarked and in good condition within two (2) weeks after the opening of the bids.
Bidders are alerted to the provisions of Ordinance Nos, 10062, 10538 and 10332 regarding allocations of
contracts to minority vendors, contractors and sub -contractors. THIS PROJECT HAS BEEN
DESIGNATED AS A SET-ASIDE FOR CITY OF MIAMI CERTIFIED FEMALE, HISPANIC, OR BLACK -
OWNED FIRMS. DETAILS ARE CONTAINED IN BID SPECIFICATIONS. ALL BIDDERS WILL BE
REQUIRED TO SUBMIT THEIR CURRENT MIWBE CERTIFICATION, UPON REQUEST. (Ordinance is
contained in bid specifications).
The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring
Agreement". The object of this Ordinance is to provide employment opportunities to City of Miami
residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for
wage reimbursement under this program. For further information contact the Department of Public
Works, City of Miami, at (305) 416-1200.
Proposal includes the time of performance, and specifications contain provisions for liquidated damages
for failure to complete the work on time. The City Commission reserves the right to waive any informality
in any bid, and the City Manager may reject any of all bids, and readvertise, (B-4647, Req. 05518).
Carlos A. Gimenez
City Manager