Loading...
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