HomeMy WebLinkAboutR-01-1177J-01-963
10/29/01 n
RESOLUTION NO. �� 1 17 7
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF BRC CONSTRUCTION CO.,
INC., THE LOWEST RESPONSIVE AND RESPONSIBLE
BIDDER PURSUANT TO INVITATION FOR BIDS DATED
OCTOBER 2, 2001, FOR THE PROJECT ENTITLED
"ORANGE BOWL PUMP STATION AUTOMATIC BAR SCREEN
(THIRD BIDDING), B-5654", IN THE AMOUNT OF
$408,000; ALLOCATING FUNDS FROM PROJECT
NO. 352268, AS APPROPRIATED BY THE ANNUAL
APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS
ORDINANCES, AS AMENDED, IN THE AMOUNT OF
$408,000 FOR THE CONTRACT COSTS, AND $79,500
FOR EXPENSES, FOR A TOTAL COST OF $487,500; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE AN
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 BRC Construction Co., Inc., the
lowest responsive and responsible bidder pursuant to Invitation
for Bids dated October 2, 2001, in the proposed amount of
$408,000 for the project entitled "Orange Bowl Pump Station
Automatic Bar Screen (Third Bidding), B-5654", 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 $487,500
are allocated from Project No. 352268, as appropriated by the
Annual Appropriations and Capital Improvement Projects
CITY COMMISSION
MEETING OF
°W! 1 ` J�
Heaolutian 1�0,
L.J .- 17 7
Ordinances, as amended. Total project costs consist of $408,000
for contract costs and $79,500 for estimated expenses incurred by
the City.
Section 3. The City Manager is authorized" to execute an
agreement, in a form acceptable to the City Attorney, with BRC
Construction Co., Inc. for the project.
Section 4. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.2
PASSED AND ADOPTED this 15th day of November , 2001.
JOE CAROLLO, MAYOR
iF'!110 not Mica 4, c� " '7f
�7 ..
Iv,
ilio Mayc j, ah rcl ink v
ATTEST:
Walter J{Fan, City Clerk
WALTER J. FOEMAN
CITY CLERK
APPRO P 'TO FOVW`*J D CORRECTNESS ]
N D14 V I LARELLO
ATTORNEY
W5783:LB
ti 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 2
0
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM A=3
The Honorable Mayor and Members DUCT 3 1 ?'0 1 B-5654
To: of the City Commission DATE: FILE:
Resolution Awarding Contract
suajEcr: for Orange Bowl Pump Station Automatic Bar
Screen (Third Bidding), B-5654
FROM ez REFERENCES:
City Manager
ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached Resolution
accepting the bid of BRC Construction Co., Inc., a company located at 13833 S.W. 142
Avenue, Miami, Florida 33186, whose principal is Claribel Reyes , President, for "Orange
Bowl Pump Station Automatic Bar Screen (Third Bidding), B-5654", received October 2,
2001 in the amount of $ 408,000 Total Bid; authorizing the City Manager to enter into a
contract on behalf of the City.
Work History:
1. Roberto Clemente NET Office Center, B-6354.
BACKGROUND:
Amount of Total Bid: $ 408,000.
% of Cost Estimate: 97.1%
Const. Cost Estimate: $ 420,000. Construction Time: 180 Working Days
Source of Funds: Project No. 352268, Annual Appropriations Ordinance, as amended.
Minority Representation: 17 invitations mailed to minority and non -minority firms.
10 Contractors picked up specs
(7 Hispanic, 0 Black, 3 Female)
5 Contractors submitted bid
(4 Hispanic, 0 Black, 1 Female)
Public Hearings/Notices: No
Discussion: The Department of Public Works has evaluated the bids received on October
2, 2001, and determined that the lowest responsible and responsive bid, in the amount of
$ 408,000 is from BRC Construction Co., 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.
CAG/ KR/JHJ/JRA/LJH
/a�g aj l
i 1.3 7 w
1
1.
P;P
3.
4.
5.
GR
E
� � 1
mob-,
Bu et"7 impact Analysis
Department _ l C- Divieio " X
Agenda Item # ff available)
Title and brief description of legis tion or attach ordinancelresolution:
Is this item related to revenue? NO: � YES (If yes, skip.to item #7.)
Are there sufficient funds in Line Item?
YES: ^ Index Code Minor Obj. Code Amount S
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:
ACTIONACCOUNT NUMBER ACCOUNT NAM TOTAL
Indez/Minor Ob ect/Pro'ect No.
From 5,52a6t-3 a3W io. 60 fir• ss S 0 01 0
To 31;.a6-6 1y30k_ e: q If,� $
Anv aAAitinn.0 comments?
A oved by
• . jo /Date(
� a
FOX DEPAiiTMENT
Verified by:
Department of Management and Bw
Date
Date
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
SHEET 1 OF Y
DATE: 10 / 12 / 2001
JOB NUMBER: $-5662 PROJECT NAME: ORANGE BOWL PUMP STATION AUTOMATIC BAR SCREEN, B-5654
CIP NUMBER: 352268 LOCATION: 1775 NW 7 Street
OTHER TYPE: PROJECT MANAGER / EXT. No.:
L. Helmers / E. Estevez , _( r�'f z Ic
FEDERAL (C.D.B.G.): ASSOCIATED DEPARTMENT:
Public Works
S.N.P.B. C�
ASSESSABLE: Q
EMERGENCY: COMMISSIONER DISTRICT 3
1310 REQUEST: FORMAL- INFORMAL=
RESOLUTION No.:
DESCRIPTION: This project consists of the-oonstructlon of a new bar screen vault (building structure) and the purchase
and installation of a new automatic bar screen to protect the existing stormwater drainage Ipumps at the Orange Bawl Pump Station.
A Grant will be utilized to fund th€s ro ect.
tIF NECESSARY, CONTINUE ON THE BACK)
SCOPE OF SERVICES: PUBLIC WORKS
OUTSIDE COST
COST
(% OF CONST. CO"
ADVERTISING $ 1,292.00 fE)
$
OUTSIDE DESIGN $ --
$ 44,648,00 (KSA)
SURVEY / PLAT $ --
$ --
P.W. DESIGN & BID DOCUMMENTS $ (E)
$ -- %
CONSTRUCTION $ --
$ 408,000.00 (BlD)
CONSTRUCTION ADMINISTRATION $ 28,560.00 (BID)
$ -- 7 %
OTHER: testing $ 5,000.00
$
(a) - actual cost
(KSA) - Kunde, Sprecher & Associates, Inc.
%
(E) - ESTIMATE TOTAL $ 487,500.00
(TOTAL ENG. FEE)
ESTIMATED CONST. 00$7 $ 420,000
CONTRACTOR'S INFORMATION:
CLASS: = ® 0
NON - MINORITY
TYPE OF WORK: Building
MINORITY ® Q
YEARS OF ESTABLISHMENT: 1.6 Years
LICENSE
NAME: BRC CONSTRUCTION, INC.
TELEPHONE: (786) 242-3188
ADDRESS: 13833 SW 142 Avenue
CITY, STATE, ZIP: Miami, Florida 331_86
CLASS; J = JOINT P - PRIME S - BUB
CONTACT PERSON:Yamil Castillo ^(786) 242-3188
M1NQRITY: B - BLACK H a HISPANIC F - FEMALE
SUET -CONTRACTORS:
NAMES: METRO EQUIPMENT SERVICES CUCO 54912
BERN BRITE 95E000132
BEST ROLLING DOORS 127549-4
MOSS KELLEY - SUPPLIER OF BAR SCREEN
COPIES: ASSISTANT DIRECTORS, COST ANALYSIS. FILE, ASSOCIATED DEPT,
CIP MANAGER REV. 2/00
TABULATION OF BIDS F -❑R
ORANGE BOWL PUMP STATION AUTOMATIC BAR SCREEN (THIRD
Received by the City Clerk, City of Miami, Florida at 11:00 a.m. on October 2, 2001,
JUB NO.
BIDDING) B-5654
Bidder HRC CONSTRUCTION CO.
ENGINEER CONTROLS SYSTEMS METRO EXPRESS INC.
DACA Environmental
E.D.F.M. CORPORATION
Address 13833 SW 142 AVE
1175 NE 125 ST 3594 SW 143 CT
12240 SW 131 AVE:
1022 NW 54 ST
MIAMI, FL 33186
SUITE 316, N. MIAMI, FL 33161 MIAMI, FL 33175
MIAMI. FL 33186
MIAMI, FL 33127
Located In the City of Miami NO
NO NO
NO
YES
Licensed S Illared as Per City Code t Metro Ord YES
YES YES
YES
Y E S
Bid Bond Amount B.B. 5%
B.B. 5% B.B. 57
B.B. 57
B.B. 57
Irregutaritles
Minority Owned YES, H
YES, H YES, H
YES, H
YES, F
TOTAL BID:THE TOTAL OE ITEMS
AND 2 BASED ON LINE HUNDRED
AND EIGHTY (180) WORKING DAYS
COMPLETION TIME, THE SUM OF $ 408,000
$ 507,500 539,000
654,229.93
$ 723,405
IRREGULARITIES LEGEND
A — No Power -of -Attorney THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT
B - No AFfldavit as to Capital t Surplus of Bonding Company THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS
C - Corrected Extensions BRC CONSTRUCTION CORP❑RATION, INC. IN THE AMOUNT OF $408,000
D Proposal Unsigned or Improperly Signed or No Corporate Seal FOR THE TOTAL BID.
E — Incomplete Extensions (Missing Primary UfFlce Location form)
— Non-responsive bid (MFssing copy of Certificate of Competency)
G — Improper Bid Bond ��_ C }'t,�SS, ���' ✓'
Corrected Bid v
I — No First Source Kring Compliance Statement /L,Irzi/c i
J , No Minority Compliance Statement JOB Np,
K—NoDuplicate Bid Proposal PAGE: 1 OF I 13__5654
Prep. By ELY ESTEVEZ Check By,
P
1
J
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
BID M. ORAPIGE BGwL pump S'T'ATION AUTWATIC BAR SCREEN
(THIRD BIDDING) B-5654.
BID NO: B-5654 oc —Q 1
DATE BID(S) OPENED,
TUESDAY, OBER- 2, 2001 TIME 11: 00 AM
received () envelops on behalf of
Person receiving bid(s)
PUBLIC WORKS on
(City Department) (Date)
SIGNED:
Deputy Ci Jerk
TO Walter J. Poeman
City Clerk
FROM: /114ony�ra) Dean
Depart t of Public Works
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: August 28, 2001 FILE' B-5654
SUBJECT:
"Orange Bowl Pump Station
Automatic Bar Screen
REFERENCES (Third Bidding)
ENCLOSURES: 1
Please note that contractors will submit bids for the following project:
"ORANGE BOWL PUMP STATION AUTOMATIC BAR SCREEN (THIRD BIDDING),
B-5654" on Tuesday, October 2nd, 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, P.E. 1I, 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.
TPltp
Encl.
c: Albert Dominguez
Yvette Smith
Project Manager
File
1a m -i7
r7
BID NO. 00- 01- 287
ADVERTISEMENT FOR BIDS
Sealed bids for "ORANGE BOWL PUMP STATION AUTOMATIC BAR SCREEN (THIRD
BIDDING), B-5654" will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on
the 21h day of October, 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 construction of a new bar screen vault building structure and the
purchase and installation of a new automatic bar screen to protect the existing storm water
drainage pumps at the Orange Bowl Pump Station. A grant from F.E.M.A,, State of Florida D.C.A.,
and moneys allocated from the Stormwater Utility Trust Funds will be utilized to fund this project.
A voluntary ore -bid meeting will take place at the Orange Bowl Pump Station located at
1775 N.W. 7 Street Miami Florida on Monday, September 17 2001 at 10:00 a.m.
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. Jorge R. Avino, P.E.,_Assistant Director,
Department of Public Works, 444 S.W. 2 Avenue, 8 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. A General Contractor GC License shall be re uired for this promect.
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. 2" Avenue, 8'h
Floor, Miami, Florida 33130, on or after September 4, 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. (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-
5654, Req. 05512).
Carlos A. Gimenez
City Manager