Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-02-0947
J-02-742 9/10/02 RESOLUTION NO. 02— 947 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF HORIZON CONTRACTORS, INC., FOR THE "FAIRHAVEN/SOUTH BAYSHORE STREET IMPROVEMENT PROJECT, B-4637 & B -4637A" FOR THE PROPOSED AMOUNT OF $645,286.35 FOR THE TOTAL BID OF THE PROPOSAL, BASED ON LUMP SUM UNIT PRICES; ALLOCATING FUNDS, IN THE TOTAL AMOUNT NOT TO EXCEED $848,941.02, CONSISTING OF $645,286.35 FOR CONTRACT COSTS AND $203,654.67 FOR EXPENSES INCURRED BY THE CITY, FROM CAPITAL IMPROVEMENT PROJECT ("CIP") NO. 341138, IN THE AMOUNT OF $479,000, AND CIP NO. 341183, IN THE AMOUNT OF $369,941.02; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSES. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The bid of Horizon Contractors, Inc., for the "FAIRHAVEN/SOUTH BAYSHORE STREET IMPROVEMENT PROJECT, B-4637 & B -4637A", for the proposed amount of $645,286.35, for the total bid of the proposal, based on lump sum and unit prices, is SEP 1 1 2002 R000,ju4ion Fie. 02- 947 accepted at the price stated herein, with funds, in the total amount not to exceed $848,941.02, consisting of $645,286.35 for contract costs and $203,654.67 for expenses incurred by the City, allocated from Capital Improvement Project ("CIP") No. 341138, in the amount of $479,000, and CIP No. 341183, in the amount of $369,941.02. Section 2. The City Manager is authorized!' to execute an agreement, in a form acceptable to the City Attorney, on behalf of the City of Miami with Horizon Contractors, Inc., for the Project. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayoral 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. 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 3 02- 947 PASSED AND ADOPTED this 11th day of September , 2002. p/MANUEL A. DIAZ, MA;;% ATTEST: 9 .A.rAw)v "2- z'-- d. PRISCILLA A. THOMPSON CITY CLERK APPROVED A ORM ANDCORRECTNESS:� IlJ ATTORNEY 6495:tr:AS:BSS Page 3 of 3 02-- 947 CITY OF MIAMI, FLORIDA - INTER -OFFICE MEMORANDUM CA1 TO: The Honorable Mayor and DATE AUG 2 % 202 FILE: Members of the City Commission SUBJECT: RESOLUTION Awarding Contract for Fairhaven/South Bayshore Street FROM: REFERENCES: ACityManagr Improvement Protect, B4637 & B4637 -A tenez ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of HORIZON CONTRACTOF`, INC., a Non -local, Hispanic -minority controlled corporation whose principal is Jose M. 6anchez, President; located at 8125 W. 32 Avenue, Suite #1, Hialeah, Florida 33016, for the project entitled "FAIRHAVEN/SOUTH BAYSHORE STREET IMPROVEMENT PROJECT, B4637 & B -4637-A", received July 16,2002, in the amount of $645,286.35 Total Bid, authorizing the City Manager to enter into a contract on behalf of the City. WORK HISTORY: No previous work with City JUSTIFICATION: Due to the poor soil conditions under the streets within this neighborhood, the pavement has failed causing local stormwater flooding and poor driving conditions. The deteriorated curbs do not provide adequate protection of street landscaping, and broken sidewalk is a hazard for pedestrians. This project will correct the deficiencies with a new driving surface, curbs and sidewalks, and provide enhanced landscaping and proper irrigation. Amount of Total Bid: $645,286.35 Percentage of Cost Estimate: 93.5 Construction Cost Estimate: $690,000 Duration: 190 Working days Source of Funds: Capital Improvement Projects No. 341138 ($479,000) and No. 341183 ($369,941.02), Annual Appropriations and Capital Improvement Projects Ordinances, as amended. Minority Representation: 17 invitations mailed to Hispanic, Black and Female -owned firms. 7 contractors picked up plans and specs 5 Hispanic, 2 Black, 0 Female 5 contractors submitted bids 3 Hispanic, 2 Black, 0 Female Public Hearings/Notices: No public hearing/Bid Notice published Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on July 16, 2002, and determined that the lowest responsible and responsive bid, in the amount of $645,286.35, is from HORIZON CONTRACTORS, INC. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, reproduction costs, testing, etc. FISCIMPACT: None BUDGETED ITEM y` `tit CAG/FKR/� /cg/mm Fairhaven -So Baayshore Improv -B4637 & B4637A 02- 947 ZMN 1. 2. Agenda Item # (ifavailable) 3. Titl. anef description of legislation or attach orc /ij brie L/l i, / --V A i ) %- n ^ — s. . 4. Is this item related to revenue? NO: YES (Ifyes, 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. Source of fiords: Amount budgeted in the Line Item S. Balance in Line Item $ Amount needed in the Line Item $ Sufficient funds will he transferred form the fellnwintz line iteme ACTION 1ACCOUNTNUNMER ACCOUNT NAME TOTAL V L: Index Minor Ob'ectMmj;ct No. From 3193ot 6 0 $ 6 S 6S From f r$ -7 - 30 —az From $ TO 3i43o(-7q2-i 34t,38 (µbl,c L.t!crkn 7. Any additional comments? Q +kc. eta,( &6c ty be eharcc it C'l R -# 3141138' � 479, BDG) 6,,:sed -u &c1-u.a1 ccsf- � �5�,408' e� des �,� 1muFs�de` 1s 2rlc.ur�tOPreCi JPac,�eaSec� alrea.r��t �arc�orc. 8' � t�0.1@v. crc. O✓t `'�EPOr'C �li C10.�-¢Q ilaZ btCZ 1� $K��a C�f.2f %b CO✓Ci c,�nF.i' P�c�P..�lilia. N Npprov C • �� r� FOR DEPARTMENT OF MANAG ET USE ONLY Verifie4by-, V L: Transfer ana reat Budget DfiWor/Designee -7 - 30 —az 02- 947 FACT SHEET ' DEPARTMENT OF PUBLIC WORKS DATE: 7 / 23 / 2002 JOB NUMBER: B-4637 & B -4637-A PROJECT NAME: FiuRwWBNISCUTHDAYSIOE STAIET IMPROVMMENr PROJECT. S -MW & 8 4437 A CIP NUMBER: 341138 & 3411133 LOCATION: , The area bounded by Vkft court, S. Lane. FaidwNen and South Dr. OTHER TYPE: PROJECT MANAGER / EXT. No.: GIOVANNI CAMPODONICO/ Ext 1214 OY FEDERAL (C.D.B.G.): ® ASSOCIATED DEPARTMENT: PUBLIC WORKS S.N.P.B. No ASSESSABLE: EMERGENCY: No COMMISSIONER DISTRICT. 2 BID REQUEST: FORMAL= INFORMAL= RESOLUTION No.: DESCRIPTION: This project includes the design and construction of new pavement, replacement of curb and curb & gutter, replacement of broken sidewalk sodding, placement of new underground PVC electrical pipe and handholes for street lighting and additional inlet structures and cross drain pipes located within the project area. The design of this project was completed under Job No. B-4637. '• The design consultant is Kunde, Sprecher & Associates, Inc. • The surveyor is Wei dener Surveying & Mapping, P.A. _ OF NEceasAar, CONrWUE ON THE SACIQ SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING $ (A) $ 575.67 (A) OUTSIDE DESIGN $ $ - TESTINGS / SURVEY / PLAT $ $ 20,800.00 ••(A) 3 % P.W. DESIGN & BID DOCUMENTS $ (E) $ 137,108.00 .0N 20 % CONSTRUCTION $ $ 545,285.35 (BID) CONSTRUCTION ADMINISTRATION $ 45,170.00 (BID) $ 7 % OTHER: TESTING $ $ (E) (A) - ACTUAL 30 % (E) - ESTIMATE TOTALS 848, 941.02 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 690, 000.00 Prep. By Giovanni Campodonico CONTRACTOR'S INFORMATION: CLASS: = - EI -1 NON - MINORITY = TYPE OF WORK: PAyeAENr.SNEwALK curtMoUrr W4gLWMC.CMMMGF-LAM OAP MINORITY © m Q YEARS OF ESTABUSHMEN 7 LICENSE E - 874 NAME: HORIZON CONTRACTORS, INC. TELEPHONE: (305) 828-2050 ADDRESS: 8175 W.32 AVENUE, SUITE #I 1 CITY, STATE, ZIP: HIALEAH, FLORIDA 33018 CLASSO J - JOINT P - PRIME S - SUB CONTACT PERSON: JOSE M. SANCHEZ MINORITY. B - BLACK H - HISPANIC F - FEMALE SUB -CONTRACTORS: NAMES: PAN AMERICAN CONSTRUCTION E-20101 HOMESTEAD CONCRETE S DRAINAGE E-061 MIAMI STRIPING CC -01 SSO0305 VILA S SON COC -000773 COPIES: ASSISTANT DIRECTORS. COSTANALTSIS. FILE. A890CIAT® DEPT. CW MANAQEw rmv. aiw 02- 947 w TABULATION OF BIDS FOR FAIRHAVEN/SOUTH BAYSHORE STREET IMPROVEMENT PROJECT, B -4637-A Received by the City Clerk , City of Miami, Florida at 11:00 a.m. on July 16, 2002. JOB NO. —4 —A FORMAL BID Bidder HORIZON CONTRACTORS, INC Sae0ltostern Engreering Comtrtctors, Mc. APAC GROUP, INC. HARD J. CONST. CORP. METRO EXPRESS, INC Address 8175 V. 32 AVE. STE M 1 12054 N.W. 98 AVE 5190 NV 167 Street. Ste 1201 99 NV 183 St., Suite 108 3594 SW 143 CT HIALEAH, FL 33018 HIALEAH GARDENS, FL 33018 MIAMI, FL 33014 MIAMI, FL 33169 MIAMI, FL 3317 Located In the City of Miami NO NO NO NO NO Uc«ntd t kwW as Per Otf code t Metro Ori YES YES YES YES YES Bid Bond Amount B.B. 5% B.B. 5% B.B. 5% B.B. 5% Irregularities H C, H C, H C, H Minority Owned YES, H YES, H YES, B YES., B YES, H BASE BID -THE TOTAL OF ITEMS 1 THROUGH 56 BASED ON ONE HUNDRED FIFTY (150) WORKING DAYS COMPLETION TIME, THE SUM OF $ 603,228.35 654,008.90 $ 697,176.50 $ 762,891.50 $ 804,099.00 ADDITIVE ITEM 'A' $ 19,734.00 $ 19,300.00 $ 43,000.00 $ 90,000.00 $ 48,000.00 ADDITIVE ITEM 'B' $ 22,324.00 $ 21,400.00 $ 24,000.00 $ 45,000.00 $ 48,000.00 BASE BID+ADD. ITEM 'A' $ 622,961.75 $ 673,308.90 $ 740,176.50 $ 852,891.50 $ 852,099.00 BASE BID+ADD. ITEM 'A'+ADD. ITEM 'B' $ 645,286.35 $ 694,708.90 $ 764,176.50 $ 897,891.50 $ 900,099.00 IRREGULARITIES LEGEND A — No Power -of -Attorney THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT B — No Affidavit as to Capital & Surplus of Bonding Company THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS C —Corrected Extensions HORIZON CONTRACTORS INC. IN THE AMOUNT OF $645,286.35 D —Proposal Unsigned or improperly Signed or No Corporate Seal FOR THE TOTAL BID. E— incomplete Extensions (Nissho Primary Office Location Form) F — Non-responsive Wd (Missing copy of Certlficate of Competency) .G — Improper Bid Bond 2 d H — Corrected Bid I — No First Source Hiring Compliance Statement J — No Minority Compliance Statement K— No Duplicate Bid Proposal PAGE: I ❑ F 1 Prep. By- GIOVANNI L CAMPODONICO Check By, CESAR R. GONZALEZ FORMAL BID JOB NO. B -4637—A