Loading...
HomeMy WebLinkAboutR-02-1326J-02-1065 12/12/02 RESOLUTION NO. 02-1326 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF UNITECH BUILDERS CORPORATION, FOR THE PROJECT ENTITLED "LUMMUS LANDING MIAMI RIVERFRONT REDEVELOPMENT PROJECT B-3286," IN THE PROPOSED AMOUNT OF $1,444,196 FOR CONTRACT COSTS AND $106,100 FOR EXPENSES, FOR A TOTAL ESTIMATED CONTRACT AMOUNT OF $1,550,296; ALLOCATING FUNDS FROM CAPTIAL IMPROVEMENT PROJECT NO. 322064; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE. WHEREAS, pursuant to public notice, an Invitation for Bids for the project entitled "Lummus Landing -Miami Riverfront Redevelopment Project B-3286" was mailed to potential bidders; and WHEREAS, the lowest responsive and responsible bid in the amount of $1,518,180 was from PRM Engineering and Contracting, Inc., a firm located in Fort Lauderdale, Florida; and WHEREAS, Section 18(2) of the City Code, as amended, provides that the City of Miami may offer to a responsive and responsible local bidder, whose primary office is located in the City of Miami, the opportunity of accepting the contract at the CITY COSSION DMETih G OF DEC 1 2 2002 R,soiution No - 02 -1326 low bid amount if the original bid amount submitted by the local vendor does not exceed ten percent (10%) of the lowest other responsive and responsible bidder; and WHEREAS, Unitech Builders Corporation, a firm located within the City of Miami, submitted the second lowest bid in the amount of $1,598,756; and WHEREAS, the Department of Economic Development has modified the quantities of certain items in the bid, resulting in an adjusted low bid total of $1,444,196; and WHEREAS, Unitech Builders Corporation has accepted the opportunity to provide their services at the adjusted low bid amount; and WHEREAS, the City Manager and the Acting Director of the Department of Economic Development recommend that the adjusted bid from Unitech Builders Corporation be accepted as the lowest responsible and responsive bid; and WHEREAS, funds are available for the proposed amount of the contract, plus project expenses and incidentals, from Project No. 322064 as appropriated by the Capital Improvement Program Ordinance; Page 2 of 4 02-1326 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The bid of Unitech Builders Corporation for the project entitled "Lummus Landing - Miami Riverfront Redevelopment B-3286", in the proposed amount of $1,444,196, plus $106,100 for expenses, for a proposed total amount not to exceed $1,550,296, is accepted, with funds allocated from Capital Improvement Project No. 322064. Section 3. The City Manager is authorized!' to execute an agreement, in a form acceptable to the City Attorney, with Unitech Builders Corporation, for said purpose. 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. Page 3 of 4 a2-1326 Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayoral PASSED AND ADOPTED this 12th ATTEST: PRISCILLA THOMPSON CITY CLERK S TO/FORM A0EJMMR0 VILARELLO CI ATTORNEY 6776:tr:AS:BSS CORRECTNESS day of December G' - MANUEL A. DIAZ, 2002. 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 4 of 4 a2-13?6 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To : The Honorable Mayor and Members of the City Commission DATE: DEC _ 2,1J� 0,r „ FILE: B-3286 SUBJECT: Resolution Awarding Contract for "Lummus Landing Miami Riverfront Redevelopment REFERENCES: Project" ENCLOSURES: Bid Tabulation Form RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution accepting the low bid of Unitech Builders Corp., a company located at 3050 Biscayne Blvd., Miami, FL 33137, whose principal is Anthony R. Gomez, President, for the project entitled Lummus Landing- Miami Riverfront Redevelopment Project B-3286, received on November 7, 2002, in the amount of $1,444,196 total, authorizing the City Manger to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: Cost Estimate Source of Funds Minority Representation: Public Hearings/Notices Assessable Project: $1,444,196 $1,492,116 C.I.P. Project No. 322064 % of cost Estimate 96.7% Duration: 180 calendar days Public Notice was published Nine (9) contractors picked up plans and specs: 4 Hispanic, 0 Black, 1 Woman Four (4) contractors submitted bids: 2 Hispanic, 0 Black, 0 Women No public hearing / Bid notice Published No The Department of Real Estate & Economic Development has evaluated the bids received on November 7, 2002 and the lowest responsive and responsible bid in the amount of $1,518,180 was from PRM Engineering and contracting, Inc., a firm located in Fort Lauderdale, Florida. Section 18-52(h) of the City Code, as amended, states that the City of Miami may offer to a responsive and responsible local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 10 percent of the lowest other responsive and responsible bidder. Per said City Code section, the second lowest bidder, Q2-1326 The Honorable Mayor and Members of the City Commission Page 2 Unitech Builders Corporation, located within the City of Miami, was offered and accepted the opportunity to match the low bid of the non -local firm. With adjustments to the quantities of select bid items by the Department, the adjusted total low bid amount is $1,444,196. Funds in that amount, plus that required to cover project expenses of $106,100 for such incidental items as postage, blueprinting, advertising, reproduction costs, are available from Capital Improvement Project No. 322064, entitled "Riverside Riverfront Redevelopment". FISCAL IMPACT This is a planned and budgeted capital improvement project and should not have a negative impact on the capital improvement program budget. Nr/ CAG/DB /EN/pc 02_1326 C Budgetary Impact Analysis 1. Department Real Estate and Economic Development Division 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: Awarding contract for "Lummus Landing/Miami Riverfront Redevelopment Proiect" to Unitech Builders Corn 4. Is this item related to revenue? NO: X YES (If yes, skip to item #7.) 5. Are there sufficient funds in Line Item? YES: _ Index Code Minor Obj. Code Amount NO: X Complete the following questions: 7 1.3 Source of funds: Amount budgeted in the Line Item $ 1.035.000 Balance in Line Item $ 981.116 Amount needed in the Line Item $ 463,080 c._= -; —ell An ,m v— frnm +},n fnllnwina lino itPm.r- ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Verified by: Index/Minor Object/Project No. From New(Increased) Appropriations* Revenues $ 500,000 From Budget Analyst Director/Designee From Date To 669301.830 Construction/Improvmts $1,481,116 Other Than Buildings Any additional comments? *A separate item appropriating additional funds in the total amount of $1.044.300 for O EP NT OF MANAGEMENT AND BUDGET USE ONLY Verified by. Verified by: Transfer done by: Depar a anage an4oudget Budget Analyst Budget Analyst Director/Designee Date Date Date 02-1326 * IRREGULARITIES LEGEND A -- No Power- of- Attorney B -- No Affidavit as to Capital & Surplus of Bonding Company C -- Corrected Extensions D -- Proposal Unsigned or Improperly Signed or no Corporate Seal E -- Incomplete Extensions F -- Non -responsive bid G -- Improper Bid Bond H -- No Certificate ofCompetency Number 1 -- No Fust Source Hiring Compliance Statement J -- Does not meet City of Mumu M/ W BE Requirements -- uupuwic � noyuaa� L -- No Cityoocupalia llice IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM UNYFED BUILDERS CORP. FOR THE TOTAL AMOUNT OF $1,444,196.00* It the above contractor Is not the lowest bidder exDlam- Lowest bidder does not meet City of Miami M/WBE certification requirements for construction services. As required by Ordinance No. 10332. See attached. * ADJUSTED TOTAL BID AMOUNT DELETES ITEM 30 AND ITEM 35 WITH REVISED SCOPE FOR ITEM 29 WHICH INCLUDES LABOR AND INSTALLATION COST FOR THIRTY-EIGHT (38) LIGHT POLES & FIXTURES. SHEET I OF 3 FORMAL BID LUMMUS LANDING - MIAMI RIVERFRONT REDEVELOPMENT SECOND BIDDING Project Number: B-3286 Project Manager: ROBERT REGALADO (MSA) CII' Number: 322064 Person who received the bids: ENRIQUE NUNEZ- Date: 11 / 7 / 2002 Construction Estimate = $ Received at: CITY CLERK'S OFFICE 1,492,116.00 Time: 11:00 AM BIDDER PRM ENGINEERING & CONTRACTING UNITECH BUILDERS CORP. HORIZON CONTRACTORS, INC. SHORELINE FOUNDATION ADDRESS 729 N. W. I U STREET MIAMI, FLORIDA 3331 3050 BISCAYNE BOULEVARD 8175 W. 32ND AVENUE 2781 SW. 56TH AVENUE BID BOND AMOUNT MIAMI, FLORIDA 33137 HIALEAH, FLORIDA 33018 EMBROKE PARK FLORIDA 33 2 IRREGULARITIES 5% B.B. SY• B.B. 5!4 B. B. SY• B.B. MINORITY OWNED ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE UNIT UNIT 1 CLEARING AND GRUBBING (1.21/ACRE) TOTAL PRICE TOTAL PRICE TOTAL 2 HARTH .21/ACRE) $10,000.00 (12,100,00 5110,385.12 (133,566.00 550,000.00 $60,500.00 $3,800.00 $4,598.00 3 STRIPINRK G (300/ G (300/ LINEAR FOOT) 520,000.00 524,200.00 5106,581.82 $128,964.00 $22,000.00 $26,620.00 $3,800.00 $4,598.00 4 CMP -18' STORM PIPH (210/LINEAR FOOT) $4.00 $ 1,200.00 $2.51 $753.00 $3.00 $900.00 $6.50 $1,950.00 5 CMP -15' STORM PIPE (45/LINEAR FOOT) 5150.00 531,500.110 ___i4,050 St53.47 $31,228.70 $80.00 516,800.00 $225.00 $47,250.00 6 RAM WATHR LEADERS (I34/LINEAR FOOT) (40.00 5162.00 . 57,290 00 $60.00 $2,700.00 $220.00 f9,900,00 7 MANHOLES (5/EACH) 55,000.00 (5,360.00 $25.07 $3,359.38 $7.00 $938.00 $70.00 59 380.00 8 CATCH BASINS (4/EACH) $4,500.00 525,000,00 $2,484.80 $12,424.00 $1,700.00 $8,500.00 54,000.00 520,000.00 9 CONNECTIONS TO MANHOLES (2/EACH) $2,000.00 $18,000.00 $2,484.75 $9,939.00 $1,700.00 $6,800.00 54,000.00 $16,000.00 10 RELOCATION OF EXISTING STORM MANHOLES (6/EACH) $4,000.00 $4,000.00 (953.50 51,907.00 $800.00 51,600.00 $8,500,00 (17,000 00 $17,000.00 11 D.I.P.-8" WATHR MAINS (570/LINEAR FOOT) $50.00 (24,000.00 $2,542.00 $ (5,252.00 $3,400.00 $20,400.00 $7,500.00 12 D.I.P.-6" WATHR MAINS 094/LINEAR FOOT) 570.00 $28,500.00 $66.09 $37,671.30 565.00 537,050.00 $100.00 $57,000.00 13 " GATEVALVES(1/EACH) 53,000 513,580.00 00.00 53,0,0.00 $64 .82 $12,575.08 $45.50 (8,827.00 $90.00 $17,460.00 19 6" "GATE VALVES (REACH) .00 $2,000.00 $6,000.00 $108 $1,080.00 $2,900.00 $2,900.00 $5,000.00 $5,000.00 15 BACKFLOW PREVENTERS(3/EACH) $4,000.00 $699.00 $2,097.00 $1,975.00 $5,925.00 $3,500.00 $10,500.00 16 4" WATER MAINS (60/LINEAR FOOT) $70.00 $12,000.00 $2,542.00 $7,626.00 $6,500.00 519,500.00 $6,200.00 $18,600.00 17 2" WATER MAINS (60/LINEAR FOOT) 570.00 $4,200.00 $12.72 $763.20 $500.00 $30,000.00 $80.00 $4,800.00 Is CONNECTIONS TO EXISTING WATER MAINS 2/EACH ( ) SI3,lxw.00 54,200.00 522.40 $/,344.00 $120.00 $7,200,00 $72.00 $4,320.00 19 8"SEWER MAINS (42A.INHAR FOOT) $100.00 526,000.00 $2,669.00 55,338.00 58,500.00 517,000.00 518,000.00 $36,000.00 20 6" SEWER MAINS (79/LINEAR FOOT) $60.00 $4,200.00 $235.14 $9,875.88 $565.00 $23,730.00 $140.00 $5,880.00 21 SHWERMANHOLES(2/EACH) $5,000.00 $4,740.00 541.95 $3,3/4.05 5140.00 $11 ,060.00 $125.00 $9,875.00 22 4" FORCE MAANS (62/LINEAR FOOT) 1$70.00 $10,000.00 52,160.50 $4,321.00 52,500.00 55,000.00 54,000.00 $8,000.00 23 SEWER CLEAN OUTS(2/EACH) 51,500.00 $4,340.00 $88.97 $5,5/6./4 $95.00 $5,890.00 $75.00 $4,650.00 SUB TOTAL (ITEMS 1-231 $3,000.00 ____ -__ __ $229.00 $458.00 51,630.00 53,260.00 $450.00 S9tln nn * IRREGULARITIES LEGEND A -- No Power- of- Attorney B -- No Affidavit as to Capital & Surplus of Bonding Company C -- Corrected Extensions D -- Proposal Unsigned or Improperly Signed or no Corporate Seal E -- Incomplete Extensions F -- Non -responsive bid G -- Improper Bid Bond H -- No Certificate ofCompetency Number 1 -- No Fust Source Hiring Compliance Statement J -- Does not meet City of Mumu M/ W BE Requirements -- uupuwic � noyuaa� L -- No Cityoocupalia llice IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM UNYFED BUILDERS CORP. FOR THE TOTAL AMOUNT OF $1,444,196.00* It the above contractor Is not the lowest bidder exDlam- Lowest bidder does not meet City of Miami M/WBE certification requirements for construction services. As required by Ordinance No. 10332. See attached. * ADJUSTED TOTAL BID AMOUNT DELETES ITEM 30 AND ITEM 35 WITH REVISED SCOPE FOR ITEM 29 WHICH INCLUDES LABOR AND INSTALLATION COST FOR THIRTY-EIGHT (38) LIGHT POLES & FIXTURES. SHEET I OF 3 FARMAL BID LUMMUS LANDING - MIAMI RIVERFRONT REDEVELOPMENT SECOND BIDDING Project Number: B-3286 Project Manager: ROBERT REGALADO (MSA) Person who received the bids: ENRIQUE NUNEZ Construction Estimate = $ 1,492,116.00 CIP Number: 322064 Date: 11 / 7 / 2002 Received at: Time: 11:00 AM CITY CLERK'S OFFICE BIDDER PRM ENGINEERING & CONTRACTING UNITECH BUILDERS CORP. HORIZON CONTRACTORS, INC. SHORELINE FOUNDATION ADDRESS 729 N.W. In STREET MIAMI, FLORIDA 3331 3050 BISCAYNE BOULEVARD MIAMI, FLORIDA 33137 8175 W. 32ND AVENUE HIALEAH, FLORIDA 33018 2781 SW. 56TH AVENFE PEMBROKE PARK FLORIDA 33023 BID BOND AMOUNT 5%B.B. 5i B.B. 5%B.B. 5%B.B. IRREGULARITIES MINORITY OWNED ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 24 SEWAGE PUMP -OUT SYSTEM (I/EACH) $13,000.00 $13,000.00 $15,252.00 $15,252.00 $20,000.00 $20,000.00 $12,500.00 $12,500.00 25 ELECTRIC SERVICE STRUCTURE (LUMP SUM) $10,000.00 $101000.00 $5,183.00 $5,183.00 $4,000.00 $4,000.00 $8,500.00 $8,500.00 26 ELECTRIC SERVICE/SYSTEM (LUMP SUM) $2,500.00 $2,500.00 $8,358.00 $8,358.00 $2,325.00 $2,325.00 $5,200.00 $5,200.00 27 ELECTRICAL HANDHOLFS (27/EACH) $750.00 $20,250.00 $359.70 $9,711.90 $400.00 $10,800.00 $250.00 $6,750.00 28 ELECTRICAL WRING(2,200/LINEARFOOR) $6.00 $13,200.00 $12.85 $28,270.00 $4.00 $8,800.00 $12.00 $26,400.00 29 ELECTRICAL POLES/FIXTURES(26/BACH) $3,500.00 $91,000.00 $4,465.12 $116,093.12 $4,000.00 $104,000.00 $6,000.00 $156,000.00 30 ELECTRICAL POLES/FESTOONLIGHTING (IVEACH) $4,000.00 $48,000.00 $6,760.92 $81,131.04 $4,000.00 $48,000.00 $8,250.00 $99,000.00 31 FIRE CABINETS(5/EACH) $2,000.00 $10,000.00 $2,478.60 512,393.00 $1,000.00 $5,000.00 $3,500.00 $17,500.00 32 PALM TREES (44/EACH) $300.00 $13,200.00 $905.11 $39,824.84 $475.00 $20,900.00 $1,000.00 $44,000.00 33 TREES(23/EACH) $600.00 $13,800.00 $362.52 $8,337.96 $370.00 $8,510.00 $500.00 $11,500.00 34 SODDING(29,400/SQUARE FOOT) $0.25 $7,350.00 $0.40 $11,760.00 $0.33 $9,702.00 $1.00 $29,400.00 35 GROUNDCOVER(470/EACII) $30.00 $14,100.00 $4.67 $2,194.90 $3.25 $1,527.50 $10.00 $4,700.00 36 CONCRETE UNIT PAVERS (17,500/SQUARE FOOT) $6.00 $105,000.00 $4.43 $77,525.00 $10.00 $175,000.00 $8.00 $140,000.00 37 CONCRETE HEADER CURBS (2,500/LINEARFOOT) $12.00 $30,000.00 $12.71 $31,775.00 $18.00 $45,000.00 $10.00 $25,000.00 38 IRRIGATION SYSTEM (LUMP SUM) $20,000.00 $20,000.00 $22,243.00 $22,243.00 $25,000.00 $25,000.00 $7,500.00 $7,500.00 39 WATER FRONT DEMOLITION/PREPARATION (LUMP SUM) $50,000.00 $50,090.00 $76,262.00 $76,262.00 562,500.00 $62,500.00 $64,000.00 $64,000.00 40 CONCRETE BULKHEAD (268/LINEARFOOT) $520.00 $139,360.00 $653.67 $175,183.56 $500.00 $134,000.00 $575.00 $154,100.00 41 LANDSIDE/RIVERSIDE PLATFORM (665/LINEAR FOOT) $750.00 $498,750.00 $447.00 $297,255.00 $665.62 $442,637.30 $950.00 $631,750.00 42 RIVER UrILTIES(LUMP SUM) $5,000.00 $5,000.00 $19,065.00 $19,065.00 $75,000.00 $75,000.00 $50,000.00 $50,000.00 43 RIVER DREGING(170/CUBICYARDS) $250.00 $42,500.00 $152.52 $25,928.40 $220.59 $37,500.30 $70.00 $11,900.00 44 MOORING PILES (I/CUBIC YARD) $20,000.00 $20,000.00 $23,133.00 $23,133.00 $26,250.00 $26,250.00 $35,000.00 $35,000.00 45 MANATEE PROTECTION SIGNAGE (LUMP SUM) 53,000.00 $3,000.00 $1,017.00 $1,017.00 $625.00 $625.00 $3,000.00 $3,000.00 46 STANDARD MANATEE PROTECTION CONSTRUCTION CONDITIONS $5,000.00 $5,000.00 $3,178.00 $3,178.00 $2,500.00 $2,500.00 $5,000.00 $5,000.00 47 SPECIAL PROVISIONSICASH ALLOWANCE (LUMP SUM) $70,000.00 $70,000.00 $70,000.00 $70,000.00 $70,000.00 $70,000.00 $70,000.00 $70,000.00 SUB -TOTAL (ITEMS 24-47) $1,245,010.00 $1,161,074.72 $1,339,577.10 $1,618,700.00 TOTAL -CORRECTED (ITEMS 1-47) $1,518,180.00 $1,598,737.45 $1,662,677.10 $1,977,361.00 IRREGULARITIES LEGEND A -- No Power - of- Attorney B -- No Affidavit as to Capital & Surplus of Bonding Company C -- Corrected Extensions D -- Proposal Unsigned or Improperly Signed or no Corporate Seal E -- Incomplete Extensions F -- Non -responsive bid G -- Improper Bid Bond H -- No Certificate of Competency Number 1 -- No First Source Hiring Compliance Statement J •- Does not meet City of Muum M/ W BE Requirements J -- Does not meet City of Miami M/ WBE Requirements K -- No Duplicate Bid Proposal L -- No City Occupational License M •• No Section 3 Economic Lipportunity Plan Submitted IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM UNITECH BUILDERS CORP. FOR THE TOTAL AMOUNT OF $1,444,196.00* It the above contractor is not the lowest bidder explain: Lowest bidder does not meet City of Miami M/WBE certification requirements for construction services. As required by Ordinance No. 10332. See attached. ADJUSTED TOTAL BID AMOUNT DELETES ITEM 30 AND ITEM 35 WITH REVISED SCOPE FOR ITEM 29 WHICH INCLUDES LABOR AND INSTALLATION COST FOR THIRTY-EIGHT 38 LIGHT POLES & FIXTURES. surto 2 or 3 y4 Q FORMAL BID Rin SUMMARY Amn Al TFRNIATF LUMMUS LANDING - MIAMI RIVERFRONT REDEVELOPMENT SECOND BIDDING Project Number: B-3286 CIP Number: 322064 Project Manager: ROBERT REGALADO (MSA) Date: 11 / 7 / 2002 Person who received the bids: ENRIQUE NUNEZ Received at: CITY CLERK'S OFFICE Construction Estimate = $ 1,492,116.00 Time: 11:00 AM BIDDER PRM ENGINEERING & CONTRACTING UNITECH BUILDERS CORP. HORIZON CONTRACTORS, INC. SHORELINE FOUND ION ADDRESS 729 N.W. I" STREET 3050 BISCAYNE BOULEVARD 8175 W. 32ND AVENUE 2781 SW. 56TH AVENUE MIAMI, FLORIDA 3331 MIAMI, FLORIDA 33137 HIALEAH, FLORIDA 33018 PEMBROKE PARK FLORIDA 33023 BID BOND AMOUNT 5%B.B. 5%B.B. 5%B.B. 5%B. B. IRREGULARITIES MINORITY OWNED ITEM No. DESCRIPTION UNIT UNIT UNIT PRICE TOTAL PRICE TOTAL PRICE TOTAL UNIT PRICE TOTAL TOTAL - AS BID $1,518180.00 $1,598,756.00 $1,662,530.00 $2,060,125.00 TOTAL -CORRECTED $1,518,180.00 $1,598,737.45 $1,662,677.10 $1,977,361.00 I FESTOON LIGHTING(12/EACH) $4,500.00 1 $54,000.00 $4,445.83 $53,349.96 $4,000.00 $48,000.00 $8,250.00 $99,000.00 2 SINGLE SEAT BENCHES (21/EACH) $1,300.00 $27,300.00 $1,320.00 $27,720.00 $675.00 $14,175.00 $500.00 $10,500.00 3 DOUBLE SEAT BENCHES (I Q/EACH) $1,600.00 $16,000.00 $1,760.00 $17,600.00 $963.75 $9,637.50 $600.00 $6,000.00 4 TRASH RECEPTACLES(30/EACH) $1,400.00 $42,000.00 $1,210.00 $36,300.00 $125.00 $3,750.00 $100.00 $3,000.00 TOTAL BID ALT. ITEMS $139,300.00 $134,969.96 $75,562.50 $118,500.00 • IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKSTHAT THE A -- No Power - of- Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM IT CH BUILDERS CORP. B -- No Affidavit as to Capital & Surplus of Bonding Company FOR THE TOTAL AMOUNT OF $1,444,196.00 C -- Corrected Extensions D -- Proposal Unsigned or Improperly Signed or no Corporate Seal E -• Incomplete Extensions It the above contractor Is not the lowest bidder explain: F -- Non - responsive bid G -• Improper Bid Bond Lowest bidder does not meet City of Miami M/WBE certification requirements for construction services. As H -- No Certificate of Competency Number required by Ordinance No. 10332. See attached. I -- No First Source Hiring Compliance Statement 1 -- Does not meet City ormiami M/WHE Requirements •MIUSTEO TOTAL BIO AMOUNT DUETS ITEM 38 AND ITEM 16WITH REVISED SCOPE FOR REM"WHICH INCLUDES" 9011 AND INSTALLATION -- K No Duplicate Bid Proposal COST FOR THIRMEIGHT (35) LIGHT POLES 6 FIXTURES. L -- No City Occupational License SHEET 3 OF 3 M -- No Section 3 hCononuc Upportum Plan Submitted FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 12 / 26 / 2002 JOB NUMBER: B-3286 PROJECT NAME: "Lummus Landing" - Riverside Riverfront Redevelopment CIP NUMBER: 322064 LOCATION: 250 & 176 NW North River Drive, Miami, Florida PROJECT MANAGER / EXT. No.: Enrique Nunez / 416-1419 OTHER TYPE: FEDERAL (C.D.B.G.): Q ASSOCIATED DEPARTMENT: Real Estate & Economic Development S.N.P.B. COMMISSIONER DISTRICT: 2 BID REQUEST: FORMAL FM INFORMAL ASSESSABLE: Q EMERGENCY: RESOLUTION No.: DESCRIPTION: The project consists of the construction of a seawall, dock structure, storm drainage, infrastructure lines, concrete work, pavers, site furniture, underground Irrigation system and iandsca in . (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING $ 1,000.00 * (E) OUTSIDE DESIGN $ 188,650.00 TESTINGS / SURVEY / PLAT $ 0 (E) $ 17,000.00 * (E) P.W. DESIGN & BID DOCUMENTS $ 0 N/A % CONSTRUCTION $ 1,444,196.00 (BID) CONSTRUCTION ADMINISTRATION $ 101,093.00 $ 29,000.00 * N/A % OTHER: $ 5,000.00 (E) $ 2,000.00 * (E) SUB -TOTALS $ 106,093.00 $ 1,681,846.00 N/A % (E) -ESTIMATE TOTAL $ 1,787,939.00 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 1,492,116.00 * -Part of separate contract CONTRACTOR'S INFORMATION: CLASS: =jMEFs'-1 NON - MINORITY TYPE OF WORK: General Contractor & Marine Construction MINORITY © W 0 YEARS OF ESTABLISHMENT: 10 years LICENSE CGC 054992 NAME: Unitech Builders Corporation TELEPHONE: (305) 259-1980 ADDRESS: 3050 Biscayne Boulevard CITY, STATE, ZIP: Miami, Florida 33137 CLASS: J = JOINT P = PRIME S = SUB CONTACT PERSON: Anthony R. Gomez, President MINORITY: B = BLACK H = HISPANIC F = FEMALE SUB -CONTRACTORS: NAMES: COPIES: ASSISTANT DIRECTORS, COST ANALT515, FILE. AZ:iSVG•IAIeN UEr I, a.Ir,vlsuvw ^��• .w� a2 -x.326