Loading...
HomeMy WebLinkAboutR-99-0926J-99-1014 12/16/99 0 icy,2 6 RESOLUTION NO. ;j A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF PROFESSIONAL GENERAL CONTRACTORS, INC., FOR THE PROJECT ENTITLED MORNINGSIDE CABANAS AND POOL RENOVATIONS, B-6301," IN THE AMOUNT OF $129,500; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 331313, AS APPROPRIATED BY ORDINANCE NOS. 11705, AS AMENDED, AND 11839, THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, IN THE AMOUNT OF $129,500 FOR CONTRACT COST AND $19,602 FOR EXPENSES, FOR TOTAL ESTIMATED COSTS OF $149,102; 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 "Morningside Cabanas and Pool Renovations, B-6301" were mailed to 73 potential bidders; and and WHEREAS, five (5) bids were received on October 14, 1999; WHEREAS, funds, in the amount of $149,102, are available as appropriated by Ordinance Nos. 11705, as amended, and 11839, the Annual Appropriations and Capital Improvement Projects Ordinances for the proposed amount of the contract, project expenses, and incidentals under Project No. 331313; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Professional General CITY CODSESSION MEET%NG OF DEC 1 4 1999 Resolution No. Contractors, 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 October 14, 1999 bid of Professional General Contractors, Inc., in the proposed amount of $129,500 for the Project entitled "Morningside Cabanas and Pool Renovations, B-6301," the total proposed bid based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 3. Funds therefor, in the amount of $149,102 are hereby allocated for total estimated project costs from Project No. 331313, as appropriated by Ordinance Nos. 11705, as amended, and 11839, the Annual Apprppriations and Capital Improvement Projects Ordinances. Said total project costs consists of $129,500 for the contract cost, and $19,602 for estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized" to execute an agreement, in a form acceptable to the City Attorney, 1� 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. Page 2 of 3 el? P, ,� C!a .-ye.Jl — Pm, 6, N; H with professional General Contractors, Inc. for "Morningside Cabanas and Pool Renovations, B-6301" in the amount of $129,500 total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.11 PASS AND ADOPTED this 14th day of December , 1999. JOE CAROLLO, MAYOR In accordance with Mliami Cods Sec. 2-36, since the Mayor did not indicato approval of this ^� station by signing it in the desionrated Place provided, said logisiation ne.*i becomes effective with the elapse of ten (i0) days f the da` of Commissi act,c- regarding same. without the Mayor a ercising ATTEST: Walter J. , City Clerk WALTER J. FOEMAN CITY CLERK APPROV AS2O F� M AND CORRECTN ATTORNEY 990:RCL:hdb:BSS 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 3 of 3 j-p v+�— �)' CITY OF MIAMI, FLORIDA Aw7 INTER -OFFICE MEMORANDUM TO: onorable Mayor and Members of the City Commission FROM : ha(d C1H42Wa,7sh�,.,, . City Manager DATE : DEC ` 1 I93'9 FILE : SUBJECT : Resolution Awarding Contract for Morningside Park Cabanas and Pool Renovations REFERENCES— 63 01 ENCLOSURES: RECOMMENDATION : It is respectfully recommended that the City Commission adopt the attached Resolution accepting the low bid of Professional General Contractors, Inc. whose principal is Carlos R. Ramos, President; a company located in Coral Gables, Florida, for the project entitled "Morningside Park Cabanas and Pool Renovations, B_ 630111, received on October 14, 1999 in the amount of $129,500.00 total bid, authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND: Amount of Bid: $129, 500 .00 a of Coat- FGt im,t r� 99. 6% c tr Cost Estimate: $130,000.00 Source Of Funds: Ordinance 11748, Project No. 331313 �`rs r 4 Minority Re resentation (73) Invitations mailedtxr (8) Contractors picked up plans and specs (7 Hispanic, 1 Black, 0 Female)�r) (5) Contractors submitted bids,��k (5 Hispanic 0 Black 0 Female) .�4,_ x Public Hearings/Notices: No public hearing/Bid Notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the ' bids received on October 14, 1999 and determined that the lowest responsible and responsive bid in the amount of $129,500.00 General is from Professional Contractors, Inc.; a Hispanic minority controlled corporation. Funds are available to cover the contract cost and for such incidental items as postage, blueprinting, as3vertising and �l " reproduction cost. DHW/RAC/Y"A'AR 99- 926 �f 'Kit uc��n q5yy`.il F: a � r i r a jf MI., 'd. ti `'� j$`'-i i_ i; t - L tiro �' ~• i ��`'� Budgetary Impact Analysis I. De partment cJ C �jr r Division � e s, � vt CY- 2. Agenda Item # (if available) 8. Title and brief description of legislation or attach ordinanoe/re�s lution: c Q�5 (9e3 B./ 4. Is this item related to revenue? NO: V/ YES (If yes,lskip.to item #7.) 5. Are there sufficient funds in Line Item? YES: o 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: `rc 31 R3cs 3760 33I313 7. Any additional co men ? !1 5 _. n - 8. by: of Management id Budget Dn Date A -, f Sso . nti O -ZnAEZ',�2 - Date ET USE ONLY Date l ?/ " - - 99_��' Cl Project Number: B-6301 Project Manager: _R_oberto Silva Person who received the bids: Construction Estimate = S BID BOND AMOUNT IRREGULARITIES MINORITY OWNED FORMA. 810 MORNINGSIDE CABANAS AND POOL RENOVATIONS. CIP Number: 331313 Dale: 10 / 14 / 1999 Roberto Silva Received at: City Clerk's Office, Miami City hall 130.000.00 Time: 10:00 a.m. PROF. ORAL. CONTR. INC. ALPHA ENGINEERS CORP. VENECON, INC. EDFM CORPORATION. 230 CATALONIA AVE.N400 1460-N-N.W. 107 AVE. 1800 S.W. let. ST.# 212 FLORID CORAL GABLES, FL. 33134 NUAMI , FL. 33172 MIAMi, FLORIDA 33139 MIAMI, 1 AN S.W. AVE. D A 33176 516 BID BOND s%BID BOND io ° s Bic BOND sst DID eorrt) K YbS YES YES YES DESCRIPTION 1 ALL LABOR , EQUIPMENT AND MATERIALS FOR THE CONSTRUCTION OF A NEW BUILDIN(3. 2 ALL LABOR, EQUIPMENT AND MATERIALS FOR THE DEMOLITION OF EXISTING CABANAS. 3 ALL LABOR , MATERIALS AND EQUIPMENT FOR COMPLETION OF NEW PICKET FENCE. d64 ALL LABOR, MATRIALS AND EQUIPMENT FOR RENOVATION OF POOL DECK. ALL LABOR, MATERIALS AND EQUIPMENT FOR INT. - EXT. PAINT OF EXIST BUILDING. S PROVISION FOR SPECIAL ITEMS BASE BID: ITEMS 1 -6 ° IRRWULARITIES LEGEND A — No Power - of - Attorney 11 — No Affidavit as to Capital & Surplus of Bonding Company C -- Corrected Extensions D •• Proposal Unsigned or Improperly Signed or no Corporate Seal E -• Incomplete Extensions F - Non. responsive hid V -• Improper Bid Bond 11 -- No Certificate of Competency Number l -- No First Source Hiring Compliance Statement J -• No Minority Compliance Statement K -• No duplicate Bid Proposal L -• No City Occupational License UNI I PRICE 'r0"rAL $43,000.00 $17,500.00 $19,000.00 $31,000.00 $9,000.00 S 10,000.00 S129.500.00 UNIT PRICE 'fO'1'A1. _ $68,200.00 $20,000.00 59,540.00 $8,500.00 10,000.00 $142,740.00 UNIT PRICE 'fo'1'Al. $85,000.00 $26,000.00 $17,000.00 $10,000.00 S 10,000.00 S156.000.00 UNIT PRICE TOTAL. $65,896.00 $26,134.00 523,798.00 533,580.00 $9,490.00 SI0,000.00 S168.898.00 LOWEST RESPONSIBLI: AtJI) �RESPONSIVI.'tBID IS IROMI't1I3LIAC WpRAFtA 0IQ[ RaCT ttdC FOR 'fllii 'f0"fAl. AMOUNT Of' $129,500.00 11 the^ atxive cnntraclor is not the lowest bidder, ex lain: SIII:I:I 1 01. 1 FORMAL BID MORNINGSIDE CA13ANAS AND POOL RENOVATIONS. Project Number: "301 CIP Number: 331313 Project Manager: — Roberto Silva Date: 10 14 / 1999 Person who received file bids: Roberto Silva Received at: City Clerk's Office, Miami City Halt Construction Esfirnale = $ 130,000.00 Time: 10: 00 a.m. BIDDER FIJB BUILDERS CORP. AI)DRE§p' 2461 CORAL WAY NHA", rL. 33145 BID BOND AMOUNT 5% BID BOND IRREGULARITIES MINORITY OWNED YES ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL I ALL LABOR. EQUIPMENT AND MATERIALS FOR THE CONSTRUCTION OF A NEW BUILDING. $77,500.00 2 ALL LABOR, EQUIPMENT AND MATERIALS FOR THE DEMOLITION OF EXISTING CABANAS. S36,300.00 3 ALL LABOR. MATERIALS AND EQUIPMENT FOR COMPLETION OF NEW PICKET FENCE. $26,300.00 4 ALL LABOR, MATRIALS AND EQUIPMENT FOR RENOVATION OF POOL DECK. $16,700.00 6 ALL LABOR, MATERIALS AND EQUIPMENT FOR INT. - EKT. PAINT OF EXIST BUILDING. $18,000.00 e PROVISION FOR SPECIAL ITEMS $10,000.00 BASE BID: ITEMS 1-6 S184,800.00 • IRRE-GULARMPS LEGEND IT HAS Brl-:N DETERMINED BY TIII: DEPARTMENT OF PUBLIC WORKS TIIATTIIR A — No Power - of - Attorney LOWEST RESPONSIIII.r AND RESPONSIVE' DID IS FROM PROF. ORAL, CONTSACT-ItIO, B — No Affidavit as to Capital & Surplus of Banding Company —FOR Tim'. TOTAL AMOUNT OF $129,500.00 C Corrected Extensions D Proposal Unsigned or Improperly Signed or no Corporate Seat E Incomplete Extensions It the ubove contractor is not the lowest bidder explain: F Non - responsive bid U improper Bid Bond It No Certificate of Competency Number I No First Source Ilinng Compliance Statement J No Minority Compliance Statement ci S--/ K — No Ouplicale Hid Proposal L — No City Occupational License FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 10 / 15 / 99 JOB NUMBER: B-6301 PROJECT NAME: MORNINGSIDE CABANAS AND POOL RENOVATIONS. CIP NUMBER: 331313 LOCATION: 750 N.E. 55th. TERRACE MIAMI,FLORIDA. OTHER TYPE: PROJECT MANAGER / EXT. No.: Roberto Sllva. 416- 1254 FEDERAL (C.D.B.G.): ASSOCIATED DEPARTMENT: Parks and Recreation Department S.N.P.B. ASSESSABLE: Q EMERGENCY: COMMISSIONER DISTRICT: 2 BID REQUEST: FORMAL = INFORMAL RESOLUTION No.: DESCRIPTION: THE WORK UNDER THIS CONTRACT WILL CONSIST OF FURNISHING ALL. SUPERVISION,LABOR EOU.IPMENTTOOLS AND MATERIALS FOR THE DEMOLITION OF THE EXISTING CABANAS AND THE RENOVATION OF THE EXISTING POOL DECK AND RENOVATION TO THE LOCKERROOM BUILDING AND NEW BUILDING FOR STORAGE 1400 (IF NECESSARY, CONTINUE ON THE SACM SCOPE OF SERVICES: PUBUC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING $ 1000.00 (A) OUTSIDE DESIGN g TESTINGS / SURVEY / PLAT $ 3,000.00 (E) $ (E) P.W. DESIGN & BID DOCUMENTS $ 8,500.00 5.67 % CONSTRUCTION $ 129,500.00 (BID) CONSTRUCTION ADMINISTRATION $ 7,102.00 4.35 % OTHER: $ (E) g (E) (A) - ACTUAL AMT. 10.02 % (E) - ESTIMATE TOTAL $ 149,102.00 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 130,000.00 CONTRACTOR'S INFORMATION: CLASS: Q © QS NON - MINORITY TYPE OF WORK: _ GENERAL CONTRACTOR MINORITY a] YEARS OF ESTABLISHMENT: 7 years LICENSE 2SS416-2 NAME: PROFESSIONAL GENERAL CONTRACTORS INC. TELEPHONE: (305) 772-4547 ADDRESS: 250 CATALONIA AVE.#400 CITY, STATE, ZIP: CORAL GABLES .FL. 33134 CLASS, J = JOINT P = PRIME S = SUB CONTACT PERSON: CARLOS R. RAMS MINORITY: B - BLACK H = HISPANIC F = FEMALE SUS -CONTRACTORS: NAMES: LARGO EQUIP. SERV. INC. * Business Organization License No., Lssued by the State of Florida ACURA ELECTRIC- QW.IG. BROTHERS ROOFING f:. ALL IRON WORKS Tito. I 0/O8 99-- 926 P CITY OF.. MT OFFICE OF THE CIT BID SECURITY LIST — BID ITEM: _MORNINGSIDE CABANAS AND POOL RENOVATIONS PROJECT B-6301 I' DID NO.: 99-00-002 / �1 DATE BID(S) OPENED: 10/14/99 TIME lO:AM rll . =r M. LEenveioi - —•- --_�.....a .•Imlay I I PUBLIC WORKS DEPARTNENT 10- 14- 99 on (City Department) (Date) SIGNS. Deputy City Cl yrn VoE.MAN 4 LERK UAMh FL i 40 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Walter J. Foeman City Clerk FROM ; TOny Yrai Departmf Public Works DATE : September 17, 1999 FILE: B-6301 SUBJECT : "MORNINGSIDE CABANAS AND POOL RENOVATIONS" REFERENCES: 1 ENCLOSURES: Please note that contractors will submit bids for the following project: Geri/ e "MORNINGSIDE CABANAS AND POOL RENOVATIONS, B-6301" on Thursday, October Ie, 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, 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: John Jackson Yvette Smith Project Manager File b- y t,p p -t r•y '^iv �? 1 ,,..X� �vy� C 0 r BID NOt 99-00.002 ADVERTISEMENT FOR BIDS Sealed bids for "MORNINGSIDE CABANAS AND POOL RENOVATIONS, B-6301"will be received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the 1411 day of October, 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 consist of the furnishing of all labor, materials and equipment for the demolition of the existing cabanas and the renovation of the existing pool deck and new picket fence. 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 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. 2nd Avenue, Vh Floor, Miami, Florida 33130, on or after September 2131, 1999. 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 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. This project has been designated as a Set -Aside for Black, Hispanic and Female Business/Sole proprietors. Details are contained in bid specifications. All Bidders shall have an Affirmative Action Plan with the intent to ensure equity in employment and the utilization of minority and female -owned business. (Ordinances are contained in bid specifications). FAILURE TO MEET THE ABOVE SET -ASIDE REQUIREMENTS MAY DEEM YOUR BID NON -RESPONSIVE. The City of Miami has adopted Ordinance No. 10032, which implements the "First Skrci, Hiring Agreements." The object of this ordinance is to provide employment oppares tobb� to City of Miami. residents on contracts resulting in the creation of new perm �b �5 Contractors may be eligible for wage reimbursement under this program..4 F,, rt information contact the Department of Public Works, City of Miami, at (305),41dt,4�00 Proposal includes the time of performance, and specifications contain p `ovLS•• s liquidated damages for failure to complete the work on time. The City C6bimi reserves the right to waive any informality in any bid, and the City Manager may reject any of all bids, and re-advertise.(B-6301, Req. 05446). Donald H. Warshaw City Manager S ,� a CITY OF.MIAMI'OFFICE OF THE Clio.ERK BID SECURITY LIST BID ITEM: WRNINGSIDE GUARHOUSES PROJECT' B-4609 BID NO.: 97-98-102 DATE BID(S)OPENED: _THURSDAY, OCMBER 8► 1998 TIME 11:00 AM BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK IBB ��, INC. $ 314,200.00 5% naCM, INCV. 427,435.00 BB 5% received timely as of the ctbove o .en'-g date and t me. All t are hereby rejected as late." a auny, a,*-e 1, . lF2ANK WZ-A✓C received ( ) envelopes on behalf of Person receiving bid(s) (City Department) on IC?— 8-g� (Date) Deputy City Alcm 1, (4l Iij � i C7) 0 Walter J. Foeman TO : City Clerk FROM: Tony Pra Departm nt of Public Works CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE September 17, 1998 FILE : B-4609 SUBJECT : "MORNINGSIDE GUARDHOUSES" REFERENCES: ENCLOSURES: Please note that contractors will submit bids for the following project: "MORNINGSIDE GUARDHOUSES, B-4609", on Thursday, October 81h , 1998, 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. 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 Encl. c: John Jackson Merilynn Renshaw ' Project Manager _ a File e, BID No. 97-98-102 ADVERTISEMENT FOR BIDS Sealed bids for "MORNINGSIDE GUARDHOUSES, B-4609" will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 8th day of October, 1998, 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 design and construction of two (2) guardhouse buildings with gates, five (5) permanent street barricades and an exit only gate in the Mortungside area bounded by N.E. 50 Terrace, N.E. 61 Street, Biscayne Boulevard and Biscayne Bay. The project includes roadway widening, guardhouse buildings, utility connections, electric gates and appurtenances, landscaping and roadway markings. 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 Elyrosa Estevez, P.E. at (305) 416-121.7. 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. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after September 23, 1998. There will be a $20 deposit required for the first set of plans and specifications. Plans and 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 plans and 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. This project has been designated as a Set -Aside for Black, Hispanic or Female Businesses/Sole proprietors. Details are contained in Bid Specifications. All Bidders must submit an Affirmative Action Plan with the bid. (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-4609, Req. 04934). Donald H. Warshaw City Manager r