HomeMy WebLinkAboutR-98-0126J-98-145
1/26/98
RESOLUTION NO. 9 126
A RESOLUTION ACCEPTING THE BID OF G. FAMILY
ENTERPRISE, INC., IN THE PROPOSED AMOUNT OF
$114,900.00 TOTAL BID OF THE PROPOSAL, FOR
THE PROJECT ENTITLED "EDISON / LITTLE RIVER
C.D. SIDEWALK PROJECT, B-4603"; ALLOCATING
FUNDS THEREFOR FROM PROJECT NO. 341304, AS
APPROPRIATED BY THE FISCAL YEAR 1995-96
CAPITAL IMPROVEMENT ORDINANCE NO. 11337, AS
AMENDED, IN THE AMOUNT OF $114,900.00 TO
COVER THE CONTRACT COST AND $10,100.00 TO
COVER THE ESTIMATED EXPENSES, FOR AN
ESTIMATED TOTAL COST OF $125,000.00; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, WITH SAID FIRM.
WHEREAS, sealed bids were received January 8, 1998, for
"EDISON / LITTLE RIVER C.D. SIDEWALK PROJECT, B-4603" and;
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from G. FAMILY ENTERPRISE,
INC. be accepted as the lowest responsible and responsive bid;
and
WHEREAS, the Fiscal Year 1995-96 Capital Improvement
Ordinance No. 11337, as amended, appropriated monies for the
proposed amount of the contract, project expense, and incidentals
under Project No. 341304 of said Ordinance;
NOW THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
N• 0.0 ,,i
Ct •
•
FED 1 9 1998
Resolut 9 8I z a
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The January 8, 1998, bid of G. FAMILY
ENTERPRISE, INC., in the proposed amount of $114,900.00, for the
project entitled "EDISON / LITTLE RIVER C.D. SIDEWALK PROJECT,
B-4603" 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
$125,000.00 is hereby allocated from Project No. 341304, as
appropriated by the Fiscal Year 1995-96 Capital Improvement
Ordinance No. 11337, as amended. Said total project costs consist
of the $114,900.00 contract cost and $10,100.00 estimated
expenses incurred by the City.
Section 4. The City Manager is hereby authorized to
enter into a contractll, in a form acceptable to the City
Attorney, on behalf of the City of Miami with G. FAMILY
ENTERPRISE, INC., for "EDISON / LITTLE RIVER C.D. SIDEWALK
PROJECT, B-4603", total bid of the proposal.
Section 5. This Resolution shall become effective
immediately upon its adoption.
' 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 98- 126
PASSED AND ADOPTED this loth day of Feb
ATTEST:
WALTER q. POE5KN
CITY CL
CAPITAL PROJECT REVIEW:
P ENZ-BUTLE ,
ADMINISTRATOR
VIER L . , SXJAREZ , MAYOR
BUDGETARY RE IEW-
DIPA PAREKH, DIRECTOR
OFFICE OF BUDGET AND
MANAGEMENT ANALYSIS
SUBMITTED BY: F
ES J. DIRECT O M
DEPARTMENT OF FAIBLIC WORKS I�
APPROVED BY:
RO TREHY
TY ATTORNEY
APPROVW AS TO FORM AND CORRECTNESS:
L EDWARD MAXWEL
INtERIM CITY ATTORNF/
W2226YMT.doc/mis
REVIEW:
LAVIN, SISTANT DIRECTOR
TMENT Q FINANCE
3
98- 126
TO Honorable Mayor and Members
of the City Commission
FROM
Jose Garcia -Pedrosa
City Manager
RECOMMENDATION:
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CA-7
DATE : FEB 2 1998 FILE B-4603
SUBJECT: Resolution Awarding Contract
for Edison / Little River C.D.
Sidewalk Project.. B-4603
REFERENCES:
ENCLOSURES: Resolution
It is respectfully recommended that the City Commission adopt the attached resolution
accepting the bid of G. Family Enterprise, Inc. a company located in Miami -Dade County
and not within the City of Miami, whose principal is Charles George, President, for
"Edison / Little River C.D. Sidewalk Project, B-4603", received January 8, 1998 in the
amount of $ 114,900.00, Total Bid; authorizing the City Manager to enter into a
contract on behalf of the City.
No previous work with the City of Miami.
"ITTI i21,"I
Amount of Total Bid: $ 114,900.00
Cost Estimate: $ 112,100.00
of Cost Estimate: 102%
Source of Funds: Project No. 341304 , as appropriated by Fiscal Year 1995-96 Capital
Improvement Ordinance No. 11337, as amended
Minority Representation: 260 invitations mailed
10 contractors picked up specs
( 0 Hispanic, 6 Black, 1 Female)
8 contractors submitted bid
( 0 Hispanic, 7 Black, 1 Female)
Public Hearings/Notices: No
Discussion: The Department of Public Works has evaluated the bids received on January
8, 1998 and determined that the lowest responsible and responsive bid, in the amount of
$ 114,900.00 is from G. Family Entrerprise, Inc., a Black- minority controlled
corporation. Funds are available to cover the contract cost, and for such incidental
items as postage, blueprinting, advertising, and reproduction costs.
Attachment: Proposed Resolution
9R- 126 1
FACT SHEET
PUBLIC WORKS DEPARTMENT DATE 1/12/1998
JOB No.: B-4603
CIP No.: 341304
PROJECT NAME: EDISON / LITTLE RIVER C.D. SIDEWALK PROJECT
TYPE:
LOCATION: Edison / Little River Community Development Target Area
FEDERAL PARTICIPATION:
PROJECT MANAGER: E. Estevez
ASSESSABLE: a
ASSOCIATED DEPARTMENT: PUBLIC WORKS
EMERGENCY:
RESOLUTION No.:
BID REQUEST: FORMAL: INFORMAL: IJ
DESCRIPTION: The project consists of removal and replacement of deteriorated and damaged concrete sidewalk in
the Edison/ Little River Community Development Target Area and the installation of permanent street closures at the
industrial district of Little Haiti. The closure will include the installation of two 2 fire hydrants with their corresponding
guard posts, pipes, valves, etc. and the installation of steel picket fencing and ales.
(IF NECESSARY,CONTINUE ON THE BACK)
SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST AMOUNT (%OF CONSTRUC. COST)
SURVEY/PLAT (E)
SITE INVESTIGATION
PLANING AND STUDY %
DESIGN $1,307.00 (E) 1.5 %
SPECS AND BID PROCESS $250.00 %
BLUEPRINTING AND ADVERTISING $500.00 (E)
CONSTRUCTION M $114,900.00
CONTT. INSP. & MANAGEMENT $8,043.00 7 %
OTHER: Testing
SUBTOTAL $125,000.00 %
INDIRECT COSTS (1.43%) (ENG.FEE)
CONTINGENCIES
ESTIMATED CONSTRUCTION COST= $ 112.100 TOTAL $125.000.00
CONTRACTOR'S INFORMATION:
CLASS: QJ O 0 TYPE OF WORK: Water Main / Sidewalk
YEARS OF ESTABLISHMENT: 1.2 Years NON- MINORITY:
NAME: G. Family Enterprise, Inc. MINORITY: BVI H I F
ADDRESS: 5901 N.W. 151 Street #210 Miami Lakes, FL 33014 LICENSE: CGC 056766
CONTACT PERSON: Charles George, President TELEPHON (305) 822-0750
SUB -CONTRACTORS INFORMATION:
NAMES:
CLASS: J-JOINT P-PRIME S=SUB
MINORITY.. B=BLACK N=NISPANIC F=FEMALE
COPIES: ASSISTANT DIRFUTVR5, 1:V5 i JvwuLYSw, FiLc, ASSO to ED (� Q A
98� '2
TABULATION OF BIDS FOR
EDISON / LITTLE RIVER C.D. SIDEWALK PROJECT, B-4603 =B—.46C3:
Received by the City Clark, City of Miami. Florida at 11!00 A.M. on January a. 1983
BANNERMAN LANOSCAP I NG M I S' S ENGINEERING 6. HA I LY FTiL `•Z I7E. RT RA I V3C'-I PAV I AIG
Address
901 N.W. 143 STREET
174 N.E. 7S STREET
5901 N.W. 151 STREET
1395 N.N. 167 ST
����� PffEP;' ISES
10542 H.11. 23 COURT
AUrtaT Cf?1ST?UCTIG'1�
7341 N X 32 AVS".7c
Located in "a city at Mimi
MIAMI. FL 33168
NO
MIAMI. FL 33139
YES
4 2 W M. LAXES, FL 33014
NO
a 103 MIAIII, FL 33169
33056 MIAMI, FL
MIAMI. FL 33147
NO
NO
NO
Liard i loosed o frr City Coln t IYtre Ord.
NO
YES
YE
"b
YES
YES
YES
YES
Old Bond Amount
Irregularities
B.B. VOUCHER
l
B B.B. B . VOUCHER
C, F, H, K
C
B.B. 5%
F
Minority Owned
YES, B
YES, B
4z. B
YES. P
1U1AL n1u:1tt TOTAL OF ITEMS
1 THROUGH 10 BASED ON A
X HUNMM (100) WDRK I NG DAYS
COMPLETION TIME THE SUM OF
98 ,100.00
$105,400.00
14. 900.00
$120,700.00
138 , 37
Bidder
H9MINSTON WADLEY
MEF CONSTRUCTION, INC.
Address
111 N.M. 163 ST
5040 N.W. 7 ST
B 106A MIAMI. FL 33169
SUITE 410 MIAMI, FL 33126
Leeated In the City of Kiwi
NO
YES
flared loerel a fits City fads t Metre Ikd.
YES
YES
Bid Bond Amount
B.B. VOUCHER
B.B. 5%
Irregularities
Minor Ify Owned
YES, B
YES, F
1 THROUGH 10 BASED ON A
ONE HIIfM (100) MORKING DAYS
COMPLETION TIME THE SUM OF $145.995.00 $147,000.00
IRREGULARITIES LEGEND
A - No Porar-of-Attorney THE DEPARTMENT OF PUBLIC -WO KS HAS DETERMINED
B - No Affidavit me to Capital a Surplus of Bonding Company that the lowest responsible and responsive bidder le
C - Proposed ExteisignaaG . FAMILY ENTERPRISE. INC. i n the amount o f $11 �.. 90C1 on
tRtelgrled or
D - Proposal or Improperly Signed or No Corporate Seal -
E - Incomplete Extsnslons (Missing Primary Office Location Form)
F - Non-reeponalve bid (Missing copy of Csrtlflcote of Competency)
I G - Improper Bid Bond
H - Corrected Old
�"-► `n I - No First Source Hiring Compliance Statement
0
3 - No Minority Compliance Statement
gJIK - No Duplicate Old Proposal
L - Non-responelve bid (Do not have appropriate trade for IIcons@)
,EeteyP_I Checx By! Badio PAGE: 1 OF 1
0
140,350.00
B-4603
CITY OF MIAMI, FLORIDA
INTER-OFFiliE-AkMORANDUM
TO Elyrosa Estevez, P.E. �;January 9, 1998
;ljili, i^iiiK!k$TE FILE:
THE CITY OF ,MIAMI, FLA. Edison/Little River C.D.
SUEWECT :
Sidewalk Project, BID INFO.#
97-98-017
FROM: ' �/1REFERENCES:
Marva L. Wiley
M/WBE Supervisor ENCLOSURES:
In reviewing your determination for the lowest responsive and responsible bidder for the
Edison/Little River C.D. Sidewalk Project, BID NO.# 97-98-017, we have found that G. Family
Enterprises, Inc., is currently certified with the City of Miami as a certified Black vendor. Bidder
instructions require that the successful vendor be certified with the City of Miami's
Minority/Women Business Enterprise (M/WBE) Program prior to bid opening. In summary,
based on this data, G. Family Enterprises, Inc. should be recommended for award of the contract.
cc: Judy S. Carter, M/WBE Director
98- 126
CITY OF MIAMI OFFICE OF THE CIT', -ERK
BID SECURITY LIST
BID ITEM:
EDISON/LITTLE RIVER C.D. SIDEWALK PROJECT , B-4603
BID NO.: 97-98-017
DATE BID(S) OPENED: JANUARY 8, 1998 TIME 1 1 : 0 0 A/M
BIDDER
•
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
WISS ENGINEERING WE RECEIVED ONLY ONECOPY
$ 95,000.00
B.B. VOUCHER
BANNERMAN LANDSCAPING, INC.
98,100.00
B.B. VOUCHER
G. FAMILY ENTERPRISES, INC.
114,900.00
B.B. 50
RAINBOW PAVING
120,700.00
B.B. VOUCHER
VEND ALL ENTERPRISES
138,375.50
B.B. 50
AUGUST CONSTRUCTION
140,350.00
B.B. 50
HERRINGTON BRADLEY
145,995.00
B.B. VOUCHER
MEF CONSTRUCTION
147,000.00
B.B. 50
' Offers from the vendors listed herein
1 �, ; ^
re the only off"
date card tir;r e.
s
1�
other offers subi- itted in rFs,-)cn;; :� to th"s
s0UCT -`=on, if a.
�-z- received (8 ) envelopes on behalf of
Person recei ng bid(s) 1
on
(Date)
CITY OF MIAMI, FLORIDA
TO : Walter J. Foeman
City Clerk
FROM:
Tony Pr� -
INTER -OFFICE MEMORANDUM
DATE FILE
November 13,1997
SUBJECT :
"EDISON/LITTLE RIVER C.D. y
SSIDEWALK PROJECT f-
REFERENCE93.-4603"
ENCLOSURES:
Please note that contractors will submit bids for the following projects:
"EDISON/LITTLE RIVER C.D. SIDEWALK PROJECT, B-4603" on Thursday,
January 8, 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 to
Merilynn Renshaw �0�
>--4rm
Project Manager Crn
t7�=
N
r^ q►
v Z
W
BID No. 97-98-017
ADVERTISEMENT FOR BIDS
Sealed bids for "EDISON / LITTLE RIVER C.D. SIDEWALK PROJECT, B-4603" will be
received by the City Clerk of the City of Miami, Florida at 11:00 a.m. on the 8th day of January,
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 removal of deteriorated and damaged concrete sidewalk and
construction of new concrete sidewalk in the Edison / Little River Community Development
Target Area and the installation of permanent street closure at the Reid Acres industrial district of
Little Haiti. The closure will include the installation of two (2) fire hydrants with their
corresponding guard posts, pipes, valves, etc., and the installation of steel picket fencing and
gates. 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) 416-1217. Prospective bidders will be required to
submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by
Dade County, 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 form the office of the Director of Public Works,
444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after December 23, 1997. If
bidders wish, a set of plans and specifications will be mailed to them by writing to the
Department of Public Works and including a separate check for $8. There will be a $20 deposit
required for the first set of plans and specifications. Additional sets may be purchased for a fee
of $20 per set and this is not refundable. 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 only for Black and/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-4603, Req. 04921).
Edward Marquez
City Manager