Loading...
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