Loading...
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