Loading...
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