HomeMy WebLinkAboutR-01-0174J-01-127
2/21/01
RESOLUTION NO. 01- 1`4
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF F & L CONSTRUCTION,
INC., FOR THE PROJECT ENTITLED "CITYWIDE
SIDEWALK REPLACEMENT PROJECT - PHASE XVII -
B -4632," IN THE AMOUNT OF $131,125;
ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT
PROJECT NO. 341170, AS APPROPRIATED BY
ORDINANCE NO. 11970, AS AMENDED, IN THE
AMOUNT OF $131,125 FOR THE CONTRACT COSTS
AND $14,178.75 FOR PROJECT EXPENSES, AT A
TOTAL ESTIMATED COST OF $145,303.75;
AUTHORIZING THE CITY MANAGER TO EXECUTE AN
AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, FOR SAID PROJECT.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The bid of F & L Construction, Inc., in the
proposed amount of $131,125, for the Project entitled "Citywide
Sidewalk Replacement Project - Phase XVII - B-4632" is accepted,
with funds in the amount of $145,303.75 allocated from Capital
Improvement Project No. 341170, as appropriated by Ordinance
No. 11970, as amended, in the amount of $131,125 for contract
costs, and $14,178.75 for project expenses, for a total cost of
$145,303.75.
CITY COMUSSION
LITm bE
FEE
Rye Annan do
ot- 174
Section 2. The City Manager is authorizedl� to execute
an agreement, in a form acceptable to the City Attorney, with
F & L Construction, Inc., for the "Citywide Sidewalk Replacement
Project - Phase XVII - B-4632", in the amount of $131,125, total
bid of the proposal.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.2/
PASSED AND ADOPTED this 22ndday of February , 2001.
JOE CAROLLO, MAYOR
In accordance w1tP1 hrl mi ri d „ ; �c. r -^c=. Ssr+^ ��^ ► r c'i not in6anta epprovzl of
this lvain'fl +* i by r'i jt ;;1q it In
a .,s Y $ 4 ,ay, :. a;L�,:. r+ y �..�i..��o�nrl
IJ+i"r LJT I': �., 4:r�w'iitabA ri�Y G1i �i ;,, .ter iJ yf ten (10", �, �., r�.: £:'ill 1s 4�iAj`.9 o 4/Va�:i/. 33�V�7F "�►."9wuv��
ragardinj, w arra, Without 1?10 fvtayar LXerclsing a veto.
ATTEST:
Waiter J. Foaman, City Clerk
WALTER J. FOEMAN, CITY CLERK
APPROVED AS TO FORM AND CORRECTNESS:el
A JANDRO VIL RELLO
TY ATTORNE
W5066:dd:smg:BSS
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.
2/ 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
U1~ 174
TO
CITY OF MIAMI, FLORIDA CA=3
INTER-OFFICE MEMORANDUM
The Honorable Mayor and
Members of the City Commission
RECOMMENDATION
DATE: FEB — 9 2-301 FILE:
SUBJECT:
RESOLUTION awarding contract
for Citywide Sidewalk Replacement
REFERENCES: Project -Phase XVII, B-4632
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution
accepting the bid of F & L: Construction, Inc., a company located at 8095 West 21 Lane,
Hialeah, Florida, whose principal is Julio G. Batista, President, for "Citywide Sidewalk
Replacement Project — Phase XVII. B-4632", received January 4, 2001, in the amount of
$131,125.00, Total Bid, authorizing the City Manager to enter into a contract on behalf of
the City.
BACKGROUND
Work history with the City:
Flagami Street Rebuilding, B-4627 - 2000
Citywide Sidewalk Replacement Project, B-46248 - 2000
Amount of Bid: $131,125.00 % of Cost Estimate 65.6
Cost Estimate: $200,000.00
Duration: 70 working days
Source of Funds Appropriations Ordinance 11970, as amended, Project No.
341170.
Minority Representation: 41 invitations mailed
10 contractors picked up plans and specs
3 Hispanic, 3 Black, 1 Female
6 contractors submitted bids
1 Hispanic, 3 Black, 1 Female
Public Hearings/Notices: No
Discussion: The Department of Public Works has evaluated the bids received on
January 4, 2001, and determined that the lowest responsible and responsive bid, in the
amount of $131,125.00, is from F & L 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, etc.
CAG�� ti
/F
KR/ }iJ
�/10/a
CitywideS idewalk-B-4632-MEMO
01- 1'74
M
B getary Impact Analysis
1. DepartmentDivisionS'i6.c�
2.
3.
4.
5.
6.
Agenda Item # rif available)
Title and brief description of legislation or attach ordinance/resolution:
Is this item related to revenue? NO:`�YES
Are there sufficient funds in Line Item? (If yes,:skip,to item #T.)
YES: _ Index Code Minor Obi. Code Amount $
NO: — Complete the following questions.-
Source
uestions.Source of funds: Amount budgeted in the Line Item $
Amount needed in the Line Item $
Sufficient funds will be transferred from the following line items:
ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL
Index/Minor Ob ect/Pro'ect No.
From $
To $
7. Any additional comments?
1//0 /0/
Datj
FOR DEP" F MANAQrEMENT AND BUDGET USE ONLY
VwWwd bp:
Department of Maasgement and Budget Dkwtor/Du*nee ' B131W
01 174
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE: 01 / 08 / 2001
JOB NUMBER: B-4632
PROJECT NAME: Citywide Sidewalk Replacement Project - Phase XVII
CIP NUMBER: 341170
LOCATION: Citywide
PROJECT MANAGER / EXT. No.: Huren An
OTHER TYPE:
FEDERAL (C.D.B.G.): No
ASSOCIATED DEPARTMENT: Public Works
S.N.P.B. No
ASSESSABLE: No
EMERGENCY: FN71
COMMISSIONER DISTRICT All
BID REQUEST: FORMAL- INFORMAL=
RESOLUTION No.:
DESCRIPTION: This project consists of the removal and replacement of appro)dmatelly 45,500 square feet Of concrete
sidewalk. The proposed improvements include the clearing and grading, pruningand removing tree roots and limbs,
constructing new 4' and 6" concrete sidewalk, incidental surface restoration and adjusting water meters and utility boxes as
directed by the City of Miami Engineer.
(IF NT0E13BAW. CONTINUE ON THE BACIQ
SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST
COST (% OF CONST. COST)
ADVERTISING $ 1,000.00 (E) $ (a)
OUTSIDE DESIGN $ -- $ --
TESTINGS / SURVEY / PLAT $ 1,000.00 $ -- (E)
P.W. DESIGN & BID DOCUMMENTS $ 4,000.00 (E) $ 2 %
CONSTRUCTION $ -- $ 131,125.00 (BID)
CONSTRUCTION ADMINISTRATION $ 9,178.75 (BID) $ -- 7 %
OTHER: $ -- $ --
9 %
(E) - ESTIMATE TOTAL $145,303.75 (TOTAL ENG. FEE)
ESTIMATED CONST. COST $ 200,000.00
CONTRACTOR'S INFORMATION:
CLASS: = Q 0 NON - MINORITY
TYPE OF WORK: General Engineering MINORITY
YEARS OF ESTABLISHMENT: 4 LICENSE 065430
NAME: F & L Construction Inc. TELEPHONE: (305) 362-7277
ADDRESS: 8095 W 21 Lane
CITY, STATE, ZIP: Hialeah, Florida 33016 CLASS: J - JOINT P - PRIME S - SUB
CONTACT PERSON:Delio A. Trasobares, Vice -President MINORITY. B - BLACK H - HISPANIC F - FEMALE
SUB -CONTRACTORS:
NAMES:
COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE, ASSOCIATED DEPT, CIP MANAGER REV. -2"
01- 174
TABULATION OF BIDS FOR
CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE XVII, B4632 (FORMAL).
RecOved by the City Clerk, City of NIaN, FloMda at 1030 a.n. on January 4, ML
JOB NM
B-4632
Holden F&L CON8TRUCTION, INC
MEF COMSTRUCTION, PC AM CWTRUCTIM
REPOR BROTHERS, PC WIS'S ENGDMIMG
MARKS BROTHERS, INC
Address
6600 NW 27 AVE,
1999 NE 150 ST. 174 NE 78 ST
1313 NW 97 AVE
1103, MM, FL 33179 MIAMI, FL 33169
MIAMI, FL 33172
Located In the City of Nlanl NO
YES NEI
NO YES
NO
uowd I kwal w hr Oly at t WW St YES
YES YES
YES YES
YES
Md Bond Mamt B.B. 5X
B.B. 57. BID BOND VOUCHER
B.B. 5% BID BOND VOUCHER
k"gL w"as
C. H
C. H
Minority awned YES
YES YES
YES YES
NO
Y7TAL BIDTHE TOTAL OF ITEMS
I THROUGH 13 BASED ON A
SEVENTY () VOtKING DAYS COM-
PLETION TIME, THE SUM OF $ 131,125.00
f 163,095.00 $ 176,777.00
t 181,415.00 $ 193,967.00
t 310,908.96
IRREGULARITIES RITIES LEGEND
A — No �THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT
B — No AffWavlt as to Capra► a Surplus of sadkq Company THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS
C — Corrected E"ta'"b w F & L CONSTRUCTION, INC. IN THE AMOUNT OF $131,125.00
D proposal tbmom wd or bpropety SlenW or No Corporate Seal FOR THE TOTAL BID.
E — b%cw0ete Exty Ww oes*V ft" Offlee Location Form
F —toot sponsim bid MsskV copy of Cart Meste of Cagwtency)
G — bproper ad sono j? r�l� 7titin✓
Nd
I — No�first soave NW+O Cempbece statver,t
J — No Nh plbce
I%y CernStetens.
K—mo,aplbsb im Proposal PAGEi 1 OF 1
Prep Bri HiIBtEN AN Check M ELY ESTEVE2 ti,►c:
JOB NO
B-4632
BID ITEM:
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
CITYWIDE SIDEWALK REPLACEMENT PROJECT PHASE XVII B-4632
BID NO: 00-01-063
DATE BIDS) OPENED: JANUARY 4, 2001 TIME 10:30 a.m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
F & L CONSTRUCTION INC.
$ 131,125.00
B.B. 5%
MCO CONSTRUCTION & SERVICES, INC.
180,219.50
B.B. VOUCHER
MEF CONSTRUCTION, INC.
163,095.00
B.B. 5%
REPOR BROTHERS, INC.
181,415.00
B.B. 5%
WISS ENGINEERING
196,999.99
B.B. VOUCHER
MARKS BROTHERS, INC.
310908.96
B.B. 5%
-m
ff o e v, �&' :yrs 17tM71 Rinrein ZT3
received timely as cf i': Clbo d o o sn'r
Ptie c - Ty
dc -,e awl fm
oilers
e. X1.1
other offers subm;fl_c.d in rcp nzo to th!'.s
rT^„
soy cl,ation, if
C My,
t
received ( � envelops on behalf of
Person receiving bid(s) ttlREV AW
on
(City Department)
SIGNED:
Deputy City
d 1lo'(,zlo (
(Date)
TO: Walter J. Foeman
City Clerk
FROM: ony Prat t --
Department of Public Works
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: December 11, 2000 FILE: B-4632
SUBJECT: "Citywide Sidewalk Replacement
Project — Phase XVII" C,
REFERENCES:
ENCLOSURES: I
Please note that contractors will submit bids for the following project:
"CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE XVII, B-4632" on Thursday,
January 4, 2001 at 10:30 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, Huren An, 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
d
Y
BID NO. 00-01-063
ADVERTISEMENT FOR BIDS
Sealed bids for "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE XVII, B-4632" will be
received by the City Clerk of the City of Miami, Florida at 10:30 AM on the 41h day of January, 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 45,500 square feet of concrete
sidewalk in locations citywide. Construction includes the following: clearing and grading, pruning and
removing tree roots and limbs, if necessary, constructing new curb and curb & gutter, constructing new 4"
and 6" concrete sidewalk, flexible pavement restoration or construction, and reinstallation of water meter
boxes or similar utility structures located in the sidewalk area. Bidders will furnish performance and bid
bonds in accordance with Resolutions No. 86-983 and No. 87-915.
For technical questions or clarifications regarding plans specifications or City requirements, please
submit written requests to Mr. John H Jackson P E Director Department of Public Works, 444 S.W. 2
Avenue 80" 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 County 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.
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. Plans and
specifications may be obtained at the Department of Public Works, 444 S.W. 2nd Avenue, 8t'' Floor, Miami,
Florida 33130, on or after December 18, 2000. 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 $8. 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 No. 10062 and 10538 regarding allocations of contracts
to minority vendors, contractors and sub -contractors. This project has been designated as a Set -Aside
for Black, Hispanic or Female Businesses/Sole proprietors. Details are contained in Bid
Specifications. All Bidders must submit an Affirmative Action Plan with the bid. (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-4632, Req. 05490).
Carlos A. Gimenez
City Manager