Loading...
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