Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-99-0288
J-99-375 4/19/99 RESOLUTION NO. 9 9" 288 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF D. E. GIDI & ASSOCIATES CORP., FOR THE PROJECT ENTITLED "KINLOCH PARK ADULT DEVELOPMENTAL CENTER, B-6270"; IN THE AMOUNT OF $575,000; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 332174 AS APPROPRIATED BY FISCAL YEAR 1998-1999 APPROPRIATION ORDINANCE 11705, AS AMENDED, IN THE AMOUNT OF $575,000 THE CONTRACT COST, $60,000 ESTIMATED EXPENSES, TOTAL ESTIMATED PROJECT COST OF $635,000; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. WHEREAS, sealed bids were received February 4, 1999, for the project entitled "Kinloch Park Adult Developmental Center, B-627011; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from D. E. GIDI & ASSOCIATES CORP. be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1998-1999 Appropriations Ordinance 11705, as amended, appropriated monies for the proposed amount of the contract, project expenses and incidentals under Project No. 332174; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY CM C0XK=0N G OF APR 2 7 1999 Revolution No. 99- 288 1W OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference hereto and incorporated herein as if fully set forth in this Section. Section 2. The February 4, 1999, bid of D. E. Gidi & Associates Corp., in the proposed amount of $575,000 for the project entitled "Kinloch Park Adult Developmental Center, B-627011, for the total bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 3. The total estimated project cost of $635,000 is hereby allocated from Project No. 332174 as appropriated by the Fiscal Year 1998-1999 Appropriations Ordinance 11705, as amended. Section 4. The City Manager is hereby authorized to enter into a contract!' in a form acceptable to the City Attorney, on behalf of the City of Miami, with D. E. Gidi & Associates Corp. for the project "Kinloch Park Adult Developmental Center, B-6270" total bid of the proposal. �i 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 - 99 - 288 Section 5. This Resolution shall become effective - immediately upon its adoption and signature of the Mayor./ PASSED AND ADOPTED this27th day of April , 1999. JOE CAROLLO, MAYOR - In acoordarce with Miami Code Sec. 2.36, since the Mayor did not indicate approval of Nis llegisfation by signing it in the designated place provided, said legislation no-.v becorrms effective with the elapse of tten(i daye m the d of Commiss' i action reganft same, without the Mayor ea o. ATTEST: Walter JLfl6eman, City Clerk WALTER J. FOEMAN CITY CLERK APPROVE- S O F. AND CORRECTNESS-' 01MIl"ELL0 TORNEY W "16:RCL �r 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. - 3 - it c� CITY OF MIAMI, FLORIDA 43 INTER -OFFICE MEMORANDUM TO : The Honorable Mayor and DATE : APR ' 9 !9' FILE Members of the City Commission SURJECT: RESOLUTION Awarding Contract for KINLOCH PARK ADULT CDEVELOPMENTAL CENTER, B-6270 FROM Donald H. Warshaw REFERENCES City Manager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution accepting the low matching bid received on February 4, 1999, from D. E. Gidi & Associates Corp., a company located at 3372 Coral Way in the City of Miami, and whose principal is Domingo E. Gidi, president, for the project entitled "Kinloch Park Adult Developmental Center, B-627011, in the amount of $575,000.00 total bid, and authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Work history with the City of Miami City Hall Improvements, 1996 Coconut Grove Mini -Park Restrooms, 1997 Coconut Grove Mini -Park Shelter, 1998 Amount of Bid: $575,000.00 a of Cost Estimate: 98.5 Cost Estimate: $583,500.00 Source of Funds: Fiscal Year 1998-1999 Appropriations Ordinance 11705 Project No. 332174 Minority Representation: 200 invitations mailed 23 contractors picked up plans and specs 7 Hispanic, 2 Black, 3 Female 10 contractors submitted bids 4 Hispanic, 1 Black, 0 Female Public Hearings/Notices: No public hearing / Bid Notice published Assessable Project: No i KlnlochPk-B-6270MEMO.doc 2�� 99 The Honorable Mayor And Members of the City Commission Page No. 2 Kinlock Park Adult Developmental Center, B-6270 Discussion: The Department of Public Works has evaluated the bids received on February 4, 1999, and determined that the bid of D. E. Gidi & Associates Corp., a local vendor, is within 110 percent of the lowest responsible and responsive bid from a non -local vendor. Under Section 18-52.1(h) of the City Code, D. E. Gidi & Associates Corp., a Hispanic minority controlled corporation, has the opportunity to perform the work by matching the low bid amount of $575,000.00. D. E. Gidi & Associates Corp. has accepted the opportunity to do the work at the low bid amount, subject to City Commission approval. hP-k�%I+�ti DHW/RM/JJK mm MEMO-KinlockRB-6270. doc 14. 99- 288 U S r�r 11I OF Fes. G, unii iiat ! Of �0.'F Budgetary Impact Analysis e 1. Department Division P96 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: __ t Loci 17�V�L�M� 8-6Z 0 4. Is this item related to revenue? NO: V YES (If yes, skip.to item #7.) 5. Are they sufficient funds in Line Item? C 1p -3� 1-1 q YES: V Index Code Minor Obj. Code Amount $ NO: — Complete the following questions: 6. 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 Object/Project No. From $ To $ 7. Any additional comments? ;A�:cedby: 8. � Z Departme ctar signee Date 'P y 12Jgq FOR DEPARTMENT OF MANAGEAND B GET USE ONLY Verified by: Verified by: U/�• &Ugla= Department of Management and Budget/Designee Budget Analyst Date �� 9� Date 99- -288 D.C.QU&OJOoC.,CORK 9M COWRACTORJ • M911J 3372 Coral Way - Miami, Florida 33145 Phone: (305) 444-2910 April 129 1999 Mr. James J. Kay, Director Department of Public Works City of Miami' 444 SW 2nd. Ave. Miami, FL 33430 HE: Kinloch Park Adult Development Center B-6270 [Bid No. 98-99-049) Curtis Park Shoreline Improvements B-6287 [Bid No. 98-99-0873 Dear Mr. Kay: We trust and are confident that we can perform re- ference works in the time of completion established in the respective contract documents. We acknowledge, agree and accept the General Condi- tions of the Specifications which establishes that the City may retain the amount set forth in the con- tract as liquidated damages if the work is not com- pleted within the time specified in the contract. We hope that the two contracts will be awarded to our corporation to permit us to demostrate to the Department of Public Works the capability, techni- cal and financial resources of our organization du- ring the performance of both jobs. Thank you in advance for the support you can provi- de our corporation. Very truly yours, r Domingo E. Sidi 99- 288 1 s • r NJ. �� V� 11��� C�J n �1 �J�J�., �lJ���( . 3372 Coral Way - Miami, Florida 33145' Phone: (305) 444-2910 %.- PARTIAL LIST OF WORK PERFORMED FOR THE amm DEPARTMENT OE EULIC WORKS Lumus Park Plaza Redevelopment, Phase I - B-2936 Curtis Park Redevelopment, Restroom Building No. 2 - B-2983J Fire Station No. 3 Modifications - B-3217A Japanese Gardens Renovation - B-3232 Lumus Park Redevelopment Site Work - B-6203 Coconut Grove M iinipark - B-6238 City Hall Improvements - B-6281 99- 288 • `w t Q Q0 4 . FORMAL dl KINLOCI-i PARK ADULT DEVELOPMENTAL CENTER. Project Number: B-6270 CIP Number: 332174 Funding: S.N.P.B. Project Manager: ROBERTO SILVA. Date: 2 /04 /99 Bid NO,: 98-99-049 Person who received the bids: ROBERTO SILVA. Received at: City Clerk's Office, City Hall Construction Estimate = S 5®3,500.00 Time: 10:00 A.M. BIDDER Jessla Construction Corp. D.E.Gidl & Assoc., Corp. Carivon Construction Co. First Metro Builders Inc. ADDRESS 6380M7jeere�t FL fe33144 #201 Mlnmz FLn133146 1M;7 S.W.1333186 Oakland Park h n. BID BOND AMOUNT B.B.67. B.B. 30.000.00 B.B. 5% IRREGULARITIES MINORITY OWNED Yes Yes Yes Yes ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID: TOTAL ITEMS 1 THROUGH 13 + ADDITIVE S 576,000.00 t 699.000.00 1 630,700.00 $ 641,678.00 1 For Division 1-General Requirements. 92,370.00 30,900.00 52.000.00 79,700.00 2 For Division 2-Site Works. 46,324.18 57.000.00 40,500.00 56.360.00 3 For Division 3-Conorsts. 17,800.00 67,000.00 85,400.00 38,831.00 4 For Division 4-Masonry. 36,000.00 26,000.00 2L,600.00 31,e89.00 6 For Division 5-Metals. 73.668.42 38,000.00 43,000.00 46,561.00 6 For Division 6-Woods & Plastics. 10.900.00 7.000.00 11.300.00 9.409.00 7 For Division 7-Thermal and Moisture Protect 26,000.00 32,000.00 18.000.00 23,Q28.00 8 For Division 8-Doors and Windows. 19 788.40 20,000.00 26,100.00 31,596.00 9 For Division 9-FLnishes. 47,926.00 72,000.00 65,300.00 53,740.00 10 For Division 10-3 eolalties. 6.324.00 14,000,00 15.200.00 9,213.00 11 For Division 15-Mechanloal. 45.000.00 61,000.00 66,500.00 00.717.00 12 For Division IS- Electrical. 46.000.00 70,000.00 80,600.00 70,280.00 t3 For Special Provisions. e0,000.00 60,000,00 00,000.00 60,0DO.00 For Additive No. A. 5.000.00 3,000.00 4,000.001 13.020.00 For Additive No. B. 6.000.00 2,000.00 1,000.DO 1,440.00 For Additive No. C. 40,000.00 40,000.00 37.800.00 47.095.00 a IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A- No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM D.E.GIDI& ASSOC. B - No Affidavit as to Capital & Surplus of Bonding Company FOR THE TOTAL AMOUNT OF S 575,000.00 C - Corrected Extensions — D - Proposal Unsigned or Improperly Signed or no Corporate Seal INCLUDING ADDITIVE ITEMS No. A,B&C E - Incomplete Extensions F - Non -responsive bid if the above- contractor -is not- the lowest bidder-ext)tain______________ G - Improper Hid Bond D.E.GIDI IS A LOCAL VENDOR INSIDE THE CITY OF MIAMI WHOSE I H - Corrected id Bid Amount-'--------------'--'-----------�-�----------- ---_-- > I - No First Source Hiring Compliance Statement BID ----- _----T-- THE 110_PERCENT OF LOWEST _ DDER____________ r J - No Minority Compliance statement -A14I1_UAS_AGREED_TO-WCH_T;LLQ7NFST_B1.Q. ___ ______________ y K - No Duplicate Bid Proposal I L - No Copy of Certificate of Competency or State Contractor's Cert. of Registration SHEET I OF 3 i r"➢e"d by' rmp I4. W FORMAL BID KINLOCH PARK ADULT DEVELOPMENTAL CENTER. Project Number: B-6270 CIP Number: 332174 Funding: S.N.P.B. Project Manager: ROBERTO SILVA, Date: 2 / 04 / 99 Bid No.: 98-99-049 Person who received the bids: ROBERTO SILVA. Received at: - City Clerk's Office, City Hall Construction Estimate = 583,500.00 Time: 10:00 A.M. BIDDER Merkury Development High Tech Englneer►ng,lnc August Const Co.,Inc. Tenusa ,Inc. ADDRESS 19150 N.W. 89th Court. Miami, FL 33018 0290 S.W. 72nd SW S1.A106 Miami Fl, 33173 7341 H.W. 32nd.Ave. Miami, FL 33147 7010 S.R. 48 St, Miami Fl. 33156 BID BOND AMOUNT B.B.6% B.B. 5% B.B. 5X IRREGULARITIES MINORITY OWNED Yes No Yes Yes ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASS BID: TOTAL ITEMS 1 THROUGH 13 + ADDITIVE 1 645.400.00 1 647,600.00 1 737.316.00 = 775,080.00 1 For Division 1-General Requirements, 80,000.00 49,600.00 62.845.00 64,717.00 2 For Division 2-Site Works. 100.300.00 100,000.00 65.938.00 57,352.00 3 For Division 3-Conorete. 64,093.00 44,900.00 60.761.00 94,305.00 4 For Division 4-Masonry. 42,093.00 32,100.00 69,980.00 74.620.00 5 For Division 5-Metals. 5.500.00 47,700.00 44.456.00 67,192.00 6 For Division 8-Woode & Plastics. te.500.00 14,100.00 35,246.00 17.982.00 7 1 For Division 7-Thermal and Moisture Protect 14,080.00 17.500.00 5,597.00 30,165.00 8 lFor Division 8-Doors and Windows. 28 795.00 23.200.00 37,846.00 28,052.00 9 For Division 9-rinlshes, 92.600.00 107,200.00 109.832.00 103,323.00 10 For Division 10-3 eolaltles. 8.153.00 8.000.00 12.079.00 12,180.00 11 For Division 15-Meohanical. 55,000.00 40,800.00 29.635.00 73.600.00 12 For Division 18- Electrical. 82,251.00 34,800,00 66.506.00 53,200,00 13 For Special Provisions. 60.000.00 00,000.00 60.000.00 60.000.00 For Additive No. A. 4,000.00 8,800.00 6.340.00 2.647.00 For Additive No. B. 900.00 4.100.00 3,380.00 7.095.00 For Additive No. C. 32,500.00 46,900.00 48,886,00 40,450,00 IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM D.E.GIDI& ASSOC. B - No Affidavit as to Capital & Surplus of Bonding Company C - Corrected Extensions FOR THE TOTAL AMOUNT OF 575,000.00 — D - Proposal. Unsigned or Improperly Signed or no Corporate Seal INCLUDING ADDITIVE ITEMS No. A,B&C E - Incomplete Extensions F - Nobid if the above contractor is not the lowest bidder explain: 0 - Improper Bid Bond -(S.E GII3I`IS ZaZ'AZ`pEPDDFf�7NSIiST•T'flll+; i'ITY`0F`AITA �PADb`E`-------- H - Corrected Base Bid Amount -�� pMOZ'--yyITHIN �7iL' _1�1D`PERZE'f�PI� BT6DEfZ-"`----`--` 1 - No First Source Hiring Compliance Statement ______ ____ _____ r _ ___ _ _ ___________________ - No Minority Compliance Statement AND HAS A6REED TO Rfrl i TH LOWEST BTD, K - No Duplicate Bid Proposal ------------------------------------------ f-----------v ------ L' No Cord of Certificate of Competency or State Contractors Cart. of Registration SHEEt 2 OF 3 er. urd • -.0 FORMAT, riTn KINLOCH PARK ADULT DEVELOPMENTAL CENTER. Project Number: B-6270 CIP Number: 332174 Funding: S,N,P.B, Project Manager: _ROBERTO SILVA. Date: 2 / 04 /_ 99 Bid No,: 98-99-049 Person who received the bids: ROBERTO SILVA, Received at: City Clerk's Office, City Hall Construction Estimate = 583,500.00 Time: 10:00 A.M. BIDDER Veneeon, Inc, Homestead Concrete . ADDRESS 1800 S.W. 1 St. #212 Miami FL 33135 209 s.W, 4 Ave. Mlem1 FL 33030 BID BOND AMOUNT 13.13. 5% B.B. 5% IRREGULARITIES MINORITY OWNED Yes Yes EM o. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL FI BASE BID: TOTAL ITEMS 1 THROUGH 13 + ADDITNE = 764,500.00 t 786,994.67 For Division 1—General Requirements, 22,000.00 106.122.00 2 For Division 2-51te Works. 04,000.00 74.162.93 3 For Division 3—Conorste. 98.500.00 64,837.69 4 For Division 4—Masonry. 28,000.00 26,042.90 6 For Division 5—Metals. 50.000.00 68,896.00 6 For Division 6—Woods & P►astios. 52,000.00 12,535.00 7 For Division 7—Thermal and Moisture Protect 35,000.00 41.924.40 8 For Division 8—Doors and Windows. 40 000.00 20,095.00 9 For Division 9—Finishes. 84.000.00 107.230.60 10 For Division to —Specialties. 27.000.00 16,789.30 11 For Division 15—Mechanical. 83.000.00 59.445.00 12 For Division to— Electrical. 57,000.00 89.613.75 13 For Speolal Provisions. 80,000.00 60,000.00 For Additive No. A. 15,000.00 2.000.00 For Additive No. B. 15.000.00 500.00 For Additive No. C. 44,000.00 38,000.00 IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A — No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM D.E.GIDI& ASSOC. B — No Affidavit as to Capital & Surplus of Bonding Company C — Corrected Extensions _FOR THE TOTAL AMOUNT OF 575,000.00 D — Proposal Unsigned or Improperly Signed or no Corporate Seal INCLUDING ADDITIVE ITEMS No. A,B&C E — Incomplete Extensions F — Non —responsive bid If the above contractor is not the lowest bidder explain______ _ _____ H - Improper Bid Bond A.E.GIDI IS A LOCAL VENDOR INSIDE THE CITY OF MIAMI WHOSE - H— Corrected Base Bid Amount — ---------------------------------— .e______ I - No First Source Hiring Compliance Statement BID AMOUNT IS WITHIN THE 110 PERCENT OF LOW T BIDDER J — No Minority Compliance Statement -ANII -HAS-AGREED-TO-MATCH-'IHE-1OWEST' -- `B1U._----"--------�--� ---------------- K — No Duplicate Bid Proposal ------" ----_`—_'—"---`—`---------------- #04fp L — No Copy of Certificate of Competency or State Contractor's Cert. of Registration SHEET-3 OF 3 "A"d by; na FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 22 / 3 / 99 JOB NUMBER: B-6270 PROJECT NAME: KINLOCH PARK ADULT DEVELOPMENTAL. CENTER CIP NUMBER: 332174 LOCATION: 455N.W. 47th AVE. MIAMI , FLORIDA, OTHER TYPE: PROJECT MANAGER / EXT. No.: Roberto Silva. 416- 1254 FEDERAL (C.D.B.G.): ASSOCIATED DEPARTMENT: Parks and Recreation Department S.N.P.B. ASSESSABLE: EMERGENCY: Q COMMISSIONER DISTRICT. 1 BID REQUEST: FORMAL = INFORMAL Q RESOLUTION No.: DESCRIPTION: This project consist on the fumishing of all labor, materials and equipment for the construction of new building 5278 sq/tt. and concrete patio 1810 /ft.and the construction of new secured parking lot for staff and visitor 26 paridng spaces. (IF NECESSARY. CONTINUE ON THE BACK SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST (% OF CONST. COST) ADVERTISING $ 1000.00 (A) OUTSIDE DESIGN $ TESTINGS / SURVEY / PLAT $ 1,400.00 (E) $ (E) P.W. DESIGN $ BID DOCUMENTS $ 32,600.00 5.67 % CONSTRUCTION $ 575,000.00 (BID) CONSTRUCTION ADMINISTRATION $ 25,000.00 4.35 % OTHER: $ (E) $ (E) (A) - ACTUAL AINT. 1010.02 % (E) - ESTIMATE TOTAL $ 635,000.00 (TOTAL ENG. FEE) ESTIMATED CONST. COST S 583,500.00 CONTRACTOR'S INFORMATION: CLASS: =J © F7S NON - MINORITY L� TYPE OF WORK: GENERAL CONTRACTOR MINORITY ® YEARS OF ESTABLISHMENT: 14 years LICENSE CGC 011262 NAME: D.E.GIDI di ASSOC., CORP. TELEPHONE: (305) 444-2910 ADDRESS: 3372 CORAL WAY CITY, STATE, ZIP: Miami, Florida 33145 CLASS: J - JOINT P c PRIME S - SUB CONTACT PERSON: DOMINGO E. GIDI MINORrrY: B - BLACK H - HISPANIC F = FEMALE SUB -CONTRACTORS: NAMES: CPS ELECTRIC INC. * Business Organization License No., issued METROPOUMN PLUMBING. by the State of Florida INDUMET. ALLIED ROOFING. wmr-0: rjur, G{i• rApx4^U=m Mv. i w1w 99- 288 A <<,- Qt I a IAMES I. K.AY. P.E. Director March 22, 1999 Mr. D. E. Gidi D. E. Gidi & Associates Corp. 3372 Coral Way Miami, FL 33145 Dear Mr. Gidi: RE: KINLOCK PARK ADULT DEVELOPMENT CENTER B-6270 - (BID NO. 98-99-049) DO\ALD H. %\ -\RSH•\\\ c,h \1dn,,�;• Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bid. As a local vendor, your bid amount for the subject bid meets the above requirements. Please sign below to indicate your firm's acceptance or rejection of the offer to perform the work under the bid at the low bid amount of $575,000.00 subject to the City Commission's approval, and immediately return the original of this letter to the Department of Public works, no later than March 30, 1999. cerely, 9 ames J. Kay Director JJK/mm [XI ACCEPT D. E. Gidi & Associates Corp. t Name��� Domingo E. Gidi Title Pres/Sec i [ I REJECT Signature Date CIDI-K1n1ockPk.doc DEPARTMENT OF PUBLIC WORKS /444 S.W. 2nd Avenue/Miami, Florida 33130/(305)416.1200/Fax:416-2153 Mailing Address: P.O. Box 330708 Miami, Florida 33233-0708 9 9 - 28-8 .,. E 1311) ITEM: CITY OF MIANII OF THE CITY CLERK BID SECURITY LIST KINLOCH PARK ADULT DEVELOPMENTAL CENTER, B-6270 c( (l 1311) NO: 98-99-042 DATE BID(S) OPENED: FEBRUARY 4, 1999 TIME iu:UO a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK JESSLA CONSTRUCTION CORP. $ 525,000.00 B.B. 5% D.E. GIDI & ASSOC., CORP. 599,900.00 B.B. $ 30,000.00 CARIVON CONSTRUCTION CO. 630,700.00 B.B. 5% FIRST METRO BUILDERS, IN C. 641,678.00 B.B. 5% MERKURY DEVELOPMENT 645,400.00 B.B. 5% HIGH TECH ENGINEERING INC. 647,600.00 B.S. 5% AUGUST CONSTRUCTION CO. INC. 680,710.00 HOMESTEAD CONCRETE & DRAINAGE 746,484657 B.B. 5% TENUSA, INC. 775,060.00 B.B. 5% VENECON, INC. 784,500.00 B.B. 5% "Offers from the ver_c?ors listed lierein are the on1 offers received timely as of tl;e o~:er;'T�. other offers submit±ed iii + T-*7� c'crie r'*C'!,- r:= are hereby re;ecicd as late." .�-i 99 51L \/A received (_ 10 ) envelops on behalf of Person receiving bid(s) ff nn L}C} PURCHASING DEPARTMENT on (City Department) (Date) SIGNED - Deputy City elerk 7' s CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Walter J. Foeman DATE January 19, 1999 FILE I B-6270 City Clerk SUBJECT : KINLOCH PARK ADULT ,�--r')Y DEVELOPMENTAL CENTER FROM : Zon Pra REFERENCES: part nt of Public Works ENCLOSURES. 1 Please he advised, the receiving date of the bids for project "Kinloch Park Adult Developmental Center, B-6270" has been change to Thursday, February 4°i , 1999 at 10:00 a.m. If you have any questions, please contact me at 416-2131. Your attention to this matter is greatly appreciated. /TP c: Contract File B-6270 Project Manager y t r - r IMPORTANT ADDENDUM. CITY OF MIAMI , FLORIDA. DEPARTMENT OF PUBLIC WORKS. ADDENDUM NO. 1 JANUARY 14, 1999 KINLOCH PARK ADULT DEVELOPMENTAL CENTER. B-6270 ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS: DATE OF BIDDING: 1. Hereby the receiving date of the bids for this project has been change as follows: "Sealed bids for "KINLOCH PARK ADULT DEVELOPMENTAL CENTER" B-6270 will be received by the City Clerk of the City of Miami , Florida at 10:00 a.m. on the 4' day of February , 1999 at the City Clerk's Office , first floor of the Miami City Hall , 3500 Pan American Drive, Dinner Key, Miami, Florida. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTS AND SHALL, BE MADE A PART THEREOF. James J. Kay Director of Public Works. I C r- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To Walter J. Foeman DATE December 24, 1998 FILE B-6270 City Clerk SUBJECT "KINLOCH PARK ADULT --- —" -� DEVELOPMENTAL CENTER" JP FROM : Tony PREFERENCES Departt of Public Works ENCLOSURES: 1 Please note that contractors will submit bids for the following project: "KINLOCH PARK ADULT DEVELOPMENTAL CENTER, B-6270", on Thursday, January 21' 1999, at 10:00 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, Roberto Silva is 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 Encl. 6: John Jackson Merilynn Renshaw Project Manager File r� c0 Y BID NO.98-99-042 ADVERTISEMENT FOR BIDS r Sealed bids for "KINLOCH PARK ADULT DEVELOPMENTAL CENTER, B-6270" will be _ received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the 21st day of January, 1999, at the Office of the City Clerk, Miami City Hall, First Floor, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place the bids will be publicly — opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. Tile project consist of the furnishing of all labor, materials and equipment for the construction of a new building 5278 sq/ft. concrete patio 1810 sq/ft. and the construction of new secured parking lot for staff and visitor 26 parking spaces. City regulations will allow bidder to furnish bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as presented in the documents and specifications, please contact Roberto Silva, Project Manager, at (305) 416-1254. 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 State Contractor's Certificate of Registration as issued by Miami -Dade County in accordance with Chapter 10 of the 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 plicate originals. Specifications and plans may be obtained at the Director of Public Works, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after December 29th, 1998. If bidders wish, a set of specifications and plans will be mailed to them by writing to the Department of Public Works and including a separate check for $8.00. There will be a $20.00 deposit required for the first set of specifications and plans. Additional sets may be purchased for a fee of $20.00 per set and this is not refundable. Deposits will be refunded only upon their return of one set of specifications and plans to the Department of Public Works, unmarked and in good condition within 14 working days after the opening of the bids. Bidders are alerted to the provisions of Ordinance 10062, as amended, regarding allocation of contracts to minority vendors, contractors, and subcontractors. Details are contained in bid specifications. All bidders must also submit an affirmative action plan with their bids. (Ordinances are contained in bid specifications.) The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements". 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 re -advertise. (B-6270, Req. 04943). Donald H. Warshaw City Manager