HomeMy WebLinkAboutR-99-0581J-99-620
7/20/99
RESOLUTION NO. 9 9
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF MARIN & MARIN
CONSTRUCTION, INC., FOR THE PROJECT ENTITLED
"WATSON ISLAND BOAT RAMP & DOCKS REPLACEMENT
PROJECT, B-6314" IN THE TOTAL BID PROPOSAL
AMOUNT OF $239,556.22; ALLOCATING FUNDS
THEREFOR FROM PROJECT NO. 333126, AS
APPROPRIATED BY THE FISCAL YEAR 1998-1999
CAPITAL IMPROVEMENT AND APPROPRIATION
ORDINANCE NO. 11705, AS AMENDED, IN THE
AMOUNT OF $239,556.22 THE CONTRACT COST AND
$39,932.78 ESTIMATED EXPENSES, TOTAL
ESTIMATED COST OF $279,489.00, AND
AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY.
WHEREAS, pursuant to public notice Invitation For Bids for
Project No. 333126 were mailed to 190 potential bidders for the
"Watson Island Boat Ramp and Docks Replacement Project;" and
WHEREAS, five (5) sealed bids were received on
June 15, 1999; and
WHEREAS, funds are available in the Fiscal Year 1998-1999
Appropriation and Capital Improvement Ordinance No. 11705, as
amended, under Project No. 333126; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from Marin & Marin
crff COPMESSION,
MEETING OF
AUG 0 2 1999
Resolution No.
99-
��
Construction, Inc., be accepted as the lowest responsible and
responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
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 June 15, 1999 bid of Marin & Marin
Construction, Inc., in the proposed amount of $239,556.22, for
the Project entitled "Watson Island Boat Ramp & Docks Replacement
Project, B-6314" for the total bid of the proposal, based on lump
sum prices, is hereby accepted, with funds therefor hereby
allocated from the Fiscal Year 1998-1999 Appropriation and
Capital Improvement Ordinance No. 11705 as amended, Project
No. 333126.
Section 3. The City Manager is hereby authorized'I to
execute an .agreement, in a form acceptable to the City Attorney,
with Marin & Marin Construction, Inc., for the "Watson Island
�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- 5��
•
ft
Boat Ramp & Docks Replacement Project, 3-6314," for the total bid
of the proposal.
Section 4. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor Y
PASSED AND ADOPTED this 2nd. day of August , 1999.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislation no` i
becomes effective with the elapse of ten (10) days f th ate of Com ' sicn action,
regarding same, without the Mayor exe e�a.v
ATTEST:
WALTER J. FOEMAN
CITY CLER e")
AROW 7W
PE,WNANDR77 VIL
TY ATTORNEY
w3611:RCL
CORRECTNESS t/
Clerk
zi 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 - 9191— 581
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and
Members of the City Commission
FROM: /onOadH . Warshaw
City Manager
RECOMMENDATION
DATE:
ttJL
FILE :
SUBJECT: RESOLUTION Awarding
Contract for WATSON ISLAND
BOAT RAMP & DOCKS
REPLACEMENT PROJECT,B-6314
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the
attached Resolution accepting the low bid. of MARIN & MARIN
CONSTRUCTION, INC., a company located at 1800 SW 27"' Avenue, Suite
310, in the City of Miami, Florida, whose principal is Rafael
Marin, President, for "Watson Island Boat Ramp & Docks Replacement
_Project, B-6314," received on June 15, 1999, in the amount of
$239,556.22 total bid, authorizing the City Manager to enter into
a contract on behalf of the City.
BACKGROUND
Amount of Bid: $239,556.22 0 of Cost Estimate: 95.820
Cost Estimate: $250,000.00
Source of Funds: '96 Safe Neighborhood Parks Bond Program
& Florida Inland Navigation District
Grant FY 98-99 Waterways Assistance
Program, Project No. 333126
Minority Representation: Invitations mailed: 190
9 Contractors picked up plans & specs
3 Hispanics; 0 Black; 0 Female
5 Contractors submitted bids
1 Hispanic; 0 Black; 0 Female
Public Hearings/Notices: Bid Notice published
Assessable Project: No
99- 581
The Honorable Mayor and
Members of the City Commission
Page 2 .
DISCUSSION
The Department of Public Works has evaluated the bids and
has determined that the lowest responsible and responsive
bid, in the amount of $239,556.22, is from Marin & Marin
Construction, Inc., a Hispanic Minority controlled
corporation. Funds are available to cover the contract cost
and for such incidental items as postage, blueprinting,
advertising and reproduction costs.
DHW/RM/J K/EN/rmm
c: Ll Martinez, Assistant City Manager
James Kay, Director, Public Works Department
Erdal Donmez, Director, Department of Real Estate &
Economic Development
C7
Y 0F'11q •
� rS
* ltlttt itti Ft
d It tt
4
%deco , 0
Budgetary Impact Analysis
1. Department Public Works Division Design
2. Agenda Item # (if available) N/A
3. Title & brief description of legislation or attach ordinance/resolution:
A Resolution awarding a contract to Marin & Marin Construction, Inc., for
the project entitled "Watson Island Boat Ramp & Docks Replacement
Prolect, B-6314".
4. Is this item related to revenue? NO: X YES (If yes, skip to item #7.)
5. Are there sufficient funds in Line Item:
YES: Index Code Minor Obj. Code Amount $
NO: X 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:
raew� �e•��i_e•c.�•1��►rr���•�ur_�a�:
reerc•>tn�rr�raui
■�r•��►e•�
.—:--31-9le�0iIL:EO
T3-3 e�iri
• - . • -
��ira.'f[���i>•
��I<iL•xi1L�L
:i/1<e#�ir�constr.
in Progress
--3-1 3 0-5- 7 9 ./ e 3 31- i
X.-- - -
� r .
�c�rya�•�.�rsy.��c�c��rc
- - - -
r�rrr�r�.�
7. Any additional comments?
A ved b
8.
Department irecto esignee
2- �i
Date
FOR DE TMENT OF MANAGEMENT AND BUDGET USE ONLY
Verified by: ffxy, I Verified b!v:
Date
APPFOVED BY:
_ — P AENZ-BUTLE
CIP ADMINISTRATOR.
Date
99- 581
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE 06 / 23 1999
Job Number.: B-6314
PROJECT NAME: WATSON ISLAND BOAT RAMP & DOCKS REPLCMNT.
CIP Number.: 333126
LOCATION: Watson Island
PROJECT MANAGER: Enrique Nunez / Juan Ordonez
OTHER TYPE:
SNPB
ASSOCIATED DEPARTMENT: Real Estate & Economic Development
FIND GRANT
EMERGENCY:
RESOLUTION No.:
BID REQUEST: FORMAL RM INFORMAL 0
DESCRIPTION: The project consists of demolishing the existing concrete boat ramp and wood docks and then
constructing new concrete boat ramp with three ( 3 ) new wood docks.
Future Improvements will consist of parking facility improvements including site lighting and landscaping.
(IF NECESSARY, CONTINUE ON THE BACK)
SCOPE OF SERVICES: PUBLIC WORKS
COST OUTSIDE COST (% OF CONST. COST)
SURVEY/PLAT $ $
TESTINGS $ (E) $ 3,000.00 (E) %
DESIGN $ 19,164.50 $ 8 %
ADVERTISING $ (E) $ 1,000.00 (E)
CONSTRUCTION $ $ 239,556.22 (BID)
CONST. INSP & MANAGEMENT $ 16,768.28 $ 7 %
OTHER: PERMIT FEES $ (E) $ (E)
SUBTOTAL $ 279,489.00 15 %
INDIRECT COSTS (1.43%) (E) (P.W. ENG. FEE)
CONTINGENCIES (5%)
(EC) - EST. CONST. COST $ 250,000.00 TOTAL $ 279,489.00
(E) - ESTIMATE
CONTRACTOR'S INFORMATION:
CLASS: 0 0 NON - MINORITY
TYPE OF WORK: Marine Construction MINORITY [E EgOF
YEARS OF ESTABLISHMENT: 9 years LICENSE R.G. 0066582
NAME: Marin & Marin Construction, Inc.. TELEPHONE: (305) 569-0055
ADDRESS: 1800 SW 27th Ave. Suite 310 Miami FI 33145
CONTACT PERSON: Rafael Marin ( President) CLASS: J = JOINT P = PRIME S = SUB
MINORITY: B = BLACK H = HISPANIC F = FEMALE
SUB -CONTRACTORS:
NAMES:
C\My Documents\SCCEL\DINNER KEAH-toee\FACT SHEET XLS RETURN TO PUBLIC WORKS AFTER SIGNED
COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE, ASSOCIATED DEPT, CIP MANAGER REV. 8/97
C'9- J�
FORMAL BID
{�7Gen
r—•—
WATSON ISLAND BOAT RAMP & DOCKS REPLACEMENT PROJECT
Project Number: 13-6314
Project Manager: Enrique Nunez / Juan Ordonez
Person who received the bids: Enrique Nunez
Construction Estimate = $ 250,000.00
BIDDER
CIP Number: 333126
Date: 6 / 151 1999
Received at: City of Miami of The City Clerk
Time: 10:00 a.m.
NIARIN&NIARIN C:ONSTRC. EBSARV FOUNDATION CONE CONSTRUCTORS SHORELINE FOUNDATION
ADDRESS
1800 SW 27T11 AVE 4310
MIAMI FL 33145
2154 NW NORTH RIVER DR.
AIIAMI, FLORIDA 33125
6735 SOUTH LOIS AVE.
TAMI'A,FLORIDA 33616
3121 %V HALLANDALE BCII BLVD
STE. 107 IIALLANDALE,FL 33009
1311) 13OND AMOUNT
5% BID BOND
5%BID BOND
5%BID BOND
5•,. BID BOND
IRREGULARITIES
MINORITY OWNED
YES
NO
NO
NO
IT FM No.
DESC'RIPTTON
UNIT
PRICK
'FO'I'Al.
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
I'Ol'AI.
BASE BID: ITEMS 1 THROUGH 5
$239,556.22
$264,000.00
$313,750.00
$336,192.00
1
DEMOLITION & DISPOSAL
$48,850.00
$27,900.00
$47,750.00
$35,233.00
2
NEW CONCRETE BOAT RAMP
$88,314.22
$133,000.00
$190,000.00
$182,533.00
3
NEW DOCK STRUCTURES
$57,560.00
$69,900.00
$43,000.00
$78,426.00
4
BOAT RAMP ASPHALT DRIVEWAY APPROACH
$19,832.00
8,200.00
8,000.00
$15,000.00
5
PROVISION FOR SPECIAL ITEMS
$25,000.00
$25,000.00
$25,000.00
$25,000.00
• IRREGULARITIES LEGEND IT 11AS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE
A -- No Power - uf- Al(orucy LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM MARIN & MARIN
11 -- No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION, INC. FOR THE TOTAL AMOUNT OF $239,556.22
C -- C'ouecicd Extensions
1) -- Plupos;d Ihlsigned or Improperly Signed or no Corporate Scal It the above contractor is not the lowest bidder explain:
l: -- Sub-cunliaclol(s) nut Identified
1' -- Non - iespousive bid
G -- Impiope+ Bid Bond �L'
I I -- No Ceuilicate ul' Cuw luenc Nun+bcl -
1 )
1 -- No Hisl Source Iliriug Compliance Statement
J -- No Minority Cunq+liance Slatcucnt
K -- No Duplicale Bid Proposal
I" -- No City of Mianli or County Occupational License SHEET 1 01' 2
C�
11
FORMAL BID
0s
CP
WATSON ISLAND BOAT RAMP & DOCKS REPLACEMENT PROJECT
Project Number: 13-6314 CIP Number: 333126
Project Manager: Enrique Nunez / Juan Ordonez Date: 6 / 15 / 1999
Person who received the bids: Enrique Nunez Received at: City of Miami of The City Clerk
Construction Estimate = $ 250,000.00 Time: 10:00 a.m.
BIDDER
RJR CONSTRUCTION
ADDRESS
7025SW 19TERR
MIAMI FI.ORIDA 33155
BID BOND AMOUNT
5 o RID BOND
IRREGULARITIES
F
MINORITY OWNED
YES
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
"TOTAL
UNIT
PRICE
TOTAL
13ASE BID: ITEMS I THROUGH 5
$329,000.00
1
DEMOLITION & DISPOSAL
$26,100.00
2
NEW CONCRETE BOAT RAMP
$213,900.00
3
NEW DOCK STRUCTURES
$64,000.00
4
BOAT RAMP. ASPHALT DRIVEWAY APPROACH
5
PROVISION FOR SPECIAL ITEMS
$25,000.00
+ utRGGULAIIFFIES LEGEND IT IIAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE
A -- No Power-of-Altomey LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM MARIN & MARIN
13 -- No Affidavit as to Capital & Surplus of Bouding Company CONSTRUCTION, INC. FOR THE TOTAL AMOUNT OF $239,556.22
C -- Collected Extensions
1) •- Proposal .Unsigned or Imptopedy Signed or no Colporafe Seal If the above contractor Is not the to t bidder explain:
l: -- Sub-connactor(s) not Idcalified
/ I
F -- Nbu - responsive bidell
G -- Impioper Bid Bond
11 -- No Certificale of Competency Number
I -- No First Source hiring Compliance Statement G/z;
1 -- No Mutouty Conylliance Slalenrettt
K -- No Duplicate Bid Ihoposal
I, -- No City of Miami or County Occupational License SHEET 2 OF 2
•
CITY OF MIAMI OF THE CITY CLERK
BED SECURITY LIST
BID ITEM:
BID NO: 98-99-122
DATE BID(S) OPENED: JUKE 15, 1999
FIRI-FRom 54 a I Frej a Z
TIME 10:00 a.m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
M4UN & MAM OWMACIM, RC.
$ 239,556.22
B.B. 5%
EBSARY FUI\DATICN OCWANY
264,000.00
B.B. 5%
om moauw, INC.
313,750.00-
B.B. 5%
RUULUE FaNDA=CN, INC.
336,192.00
B.B. 7%
RJR OaZMMCN, RC.
336,400.00
B.B. 7%
Offers from tEe VM*10.,Vrs
recelvecl c-,r of,,
other offers
is
are hamby re. !a,—
Aee 1—le.
as
(City Department)
SIGNED: 0
'*� T puty City Clerk
envelops on behalf of
on & A 57
(Date)/' /
P' •
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Walter J. Foeman
City Clerk
FROM
Tony Prat
Department rfPublic Works
DATE : May 11, 1999
FILE : B-6314
SUBJECT : cWATSON ISLAND BOAT RAMP
& DOCKS REPLACEMENT
REFERENCESPROJECT
ENCLOSURES: I
Please note that contractors will submit bids for the following project:
"WATSON ISLAND BOAT RAMP & DOCKS REPLACEMENT PROJECT", on Tuesday, June
15t`', 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, Juan Ordonez 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
c; =;
Encl.
o
nl
L...
ice+
c: John Jackson
��
Yvette Smith
s=
Project Manager
°;'
t,
File
z
J
rn
^^.'._. ....a .
BID NO. 98-99-122
ADVERTISEMENT FOR BIDS
-„ern m
Sealed bids for "WATSON ISLAND BOAT RAMP & DOCKS REPLACEMENT
PROJECT, B-6314" will be received by the City Clerk of the City of Miami, Florida at
10:00 A.M. on the 15t' day of June, 1999, 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 primarily of the furnishing of all labor, materials and equipment for the
replacement of the existing concrete boat ramp and wood docks. Bidders will furnish
performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-
915. For technical questions regarding plans and specifications, please contact Juan
Ordonez, P.E. at (305) 416-1241 or Enrique Nunez, R.L.A. at (305) 416-1419.
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. 2"d Avenue, 8tn Floor, Miami, Florida 33130, on or after May 27tn,
1999. 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. Details are
contained in bid specifications. All Bidders shall have an Affirmative Action Plan that
complies with the intent to ensure equity in employment and the utilization of minority and
female -owned business. (Ordinances are contained in bid specifications). Upon request,
the bidder shall provide their Affirmative Action Plan to the City.
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-6314,Req. 05438).
Donald H. Warshaw
City Manager