HomeMy WebLinkAboutM-97-06410 CITY OF MIAMI, FLORIDA 0
INTER -OFFICE MEMORANDUM
TO Honorable Mayor and Members
of the City Commission
FROM Edward a ez
City Mana r
RECOMMENDATION:
DATE AUG 2
SUBJECT:
REFERENCES
ENCLOSURES.
FILE .
Resolution Awarding
Contract for DINNER KEY
BOATYARD - MARINA DOCKS
H-1088
It is respectfully recommended that the City Commission adopt the attached
resolution accepting the low bid of Cone Construction, Inc., a company located in
Tampa, Florida, for the project entitled "DINNER KEY BOATYARD - MARINA DOCKS,
PROJECT NO. H-1088" received on January 30, 1997, in the amount of $2,301,500.00,
Total Bid, authorizing the City Manager to enter into a contract on behalf of the
City.
BACKGROUND:
Previous City Projects:
Dinner Key Marina Rehabilitation; $3,230,000
Miamarina Restoration: $ 148,000
Amount of Bid: $2,301,500.00 % of Cost Estimate: 109.5
Cost Estimate: $2,101,000.00
Source of Funds: Fiscal Year 1995-1996, CIP Ordinance 11337
Projects No. 4180011 and 418406.
Minority Representation: 125 Invitations mailed
22 Contractors picked up plans & specs
(1) Hispanic, 0 Black, 0 Female)
7 Contractors submitted bids
(1) Hispanic, 0 Black, 0 Female)
Public Hearing/Notice: Bid Notice published.
Assessable Project: No
Discussion: The Department of Public works evaluated the bids received on
January 30, 1997, and determined that the lowest responsible and responsive bid,
in the amount of $2,301,500.00 is from Cone Construction, Inc., a non -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
FORMAL BID
.4
I
W
DINNER KEY BOATYARD -.MARINA DOCKS
Project Number: H-1088
CIP Number: 418406
Project Manager: Allan I. Poms
Date: 2 / 6 / 1997
Person who received the bids: Alberto Corrales
Received at: City Clerk's Office, Miami City Hall
Construction Estimate = $ 2,110,000.00
Time: 10:30 a.m.
BIDDER
CONE CONSTRUCTORS
MARIN & MARIN CONST. COLLAGE DESIGN BUILD. SHORELINE FOUNDATION
ADDRESS
6735 SOUTH LOIS AVENUE
1800 S.W. 27 AVENUE, SUITE 310
585 TECHNOLOGY PK., SUITE 100
3221 W HALLANDALE RCN BLVD
TAMPA, FL 33616
MIAMI, FL 33145
LAKE MARY, FL 32746
PEMBROKE PARK, FL 33023
BID BOND AMOUNT
5% BID BOND
3% BID BOND
5'/. BID BOND
5%. BID BOND
IRREGULARITIES
L
F
H, L
MINORITY OWNED
NO
YES `
NO
NO
ITEM No,
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
BASE BID TOTAL: ITEMS 1 - 12
S2,299,500.00
$2,464,828.00
$2,495,000.00
S2,588,727.00
I
FOR OVERALL SITE MOBILIZATION, DEMOLITION
AND RELATED WORK
$247,500.00
$180,500.00
$590,000.00
$ 155,000.00
2
FOR NEW STEEL SHEET PILE BULKHEAD (INCLUDING
TIEBACKS, DEADMEN AND CONCRETE CAP).
$335,000.00
$311,148.00
$280,000.00
$300,727.00
3
FOR NEW MAIN PIER'A' (EXCLUDING UTILITIES) WITH
FINGER PIERS, FENDERING AND MOORING SYSTEM.
$212,000.00
$237,040.00
$150,000.00
$235,000.00
4
FOR NEW_QUAY -B- (EXCLUDING UTILITIES) WITH (3)
FINGER PIERS, FENDERING AND MOORING SYSTEM.
$75,000.00
$108,380.00
$40,000.00
$95,000.00
5
FOR NEW MAIN PIER'C- (EXCLUDING UTILITIES) WITH
FINGER PIERS, FENDERING AND MOORING SYSTEM.
$210,000.00
$195,860.00
$240,000.00
$220,000.00
6
FOR NEW MAIN PIER •D- (EXCLUDING UTILITIES) WITH
FINGER PIERS (ON WEST SIDE), FENDERING AND
MOORING SYSTEM AS SHOWN ON PLAN SHEET S4.
5200,000.00
$208,540.00
$135,000.00
$238,000.00
7
FOR NEW MAIN PIER'E' (EXCLUDING UTILITIES) WITH
FENDERING AND MOORING SYSTEM.
$160,000.00
$194,360.00 $80,000.00 $215,000.00
° IRREGULARITIES LEGEND
IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE
A -- No Power -of- Attorney
LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM CONE CONSTRUCTORS
B -• No Allidavil as to Capital & Surplus of Bonding Company
C •• Corrected Extensions
INCORPORATED FOR THE TOTAL AMOUNT OF $2,301,500.00 (*)
D -- Proposal Unsigned or Improperly Signed or no Corporate Seal
E •• Contractor(s) to do Electrical & Mechanical Work not Identified
If the above
(�) BASE BID PLUS ADDITIVE ITEM 2
contractor is not the lowest bidder
F -- Non - responsive bid
explain:
G -• Improper Bid Bond
H •• No Certificate of Competency Number
1 -- No First Source Hiring Compliance Statement
J -• No Minority Compliance Statement
9/ 2 ��
K •• No Duplicate Did Proposal
L -• No City of Miami or County Occupational License
SHEET I OF 8
•
FORMAL BID
DINNER KEY BOATYARD --MARINA DOCKS
Project Number: 1-1-1088 CIP Number: 418406
Project Manager: Allan 1. Poms Date: ' 2 / 6 / 1997
Person who received the bids: Alberto Corrales Received at: City Clerk's Office, Miami City Hall
Construction Estimate = $ 2,110,000.00 Time: 10:30 a.m.
BIDDER
CONE CONSTRUCTORS
MARIN & MARIN CONST.
COLLAGE DESIGN BUILD.
SHORELINE FOUNDATION
ADDRESS
6735 SOUTH LOIS AVENUE
TAMPA, FL 33616
1800 S.W. 27 AVENUE, SUITE 310
MIAMI, FL 33145
585 TECHNOLOGY PK., SUITE 100
LAKE MARY, FL 32746
3221 W HALLANDALE BCH BLVD
PEMBROKE PARK, FL 33023
BID BOND AMOUNT
5% BID BOND
5% BID BOND
5% BID BOND
5% BID BOND
IRREGULARITIES
L
F
H, L
I.J, L
MINORITY OWNED
NO
YES
NO
NO
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
9
FOR NEW ELECTRICAL/STORAGE BUILDING,
PARKING AREA, DRAINAGE, ASPHALT, CURBS,
STRIPING AND RELATED LANDSIDE UTILITY WORK.
$189,000.00
$205,000.00
$270,000.00
$368,000.00
9
FOR ALL NEW ELECTRICAL INSTALLATIONS ON
PIERS -A', 'C', 'D' AND •E' AND QUAY 'B'.
$340,000.00
$248,000.00
$330,000.00
$340,000.00
10
FOR ALL NEW DOMESTIC WATER AND FIRE LINE
INSTALLATIONS ON PIERS 'A'. 'C', -D' AND'E'
AND QUAY •11•.
$150,000.00
$238,000.00
$210,000.00
$212,000.00
11
FOR ALL LABOR, MATERIALS AND EQUIPMENT FOR
COMPLIANCE WITH ENVIRONMENTAL PERMIT
REQUIREMENTS (INCLUDES TURBIDITY CURTAINS
AND MONITORING, MITIGATION WORK AS DESCRIBED
IN THE SPECIAL PERMIT CONDITIONS AND
ADDENDUM No. 3).
$61,000.00
$218,000.00
$50,000.00
$90,000.00
12
PROVISION FOR SPECIAL ITEMS (CASH ALLOWANCE
SUM)
$120,000.00
$120,000.00
$120,000.00
$120,000.00
• IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THATTHE
A •• No Power - of- Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM CONE CONSTRUCTORS.
B •- No Affidavit as to Capital & Surplus of Bonding Company INCORPORATED FOR THE TOTAL, AMOUNT OF $2,301,500.00 (°)
C -- Corrected Extensions
D •• Proposal Unsigned or Improperly Signed or no Corporate Seal (*) BASE BID PLUS ADDITIVE ITEM 2
E -- Contractor(s) to do Electrical & Mechanical Work not Identified If the above contractor is not the lowest bidder explain:
F -- Non - responsive bid
G -• Improper Bid Bond
H •• No Certificate of Competency Number
•- No First Source Hiring Compliance Statement
I -- No Minority Compliance Statement
K •- No Duplicate Bid Proposal
L -- No City of Miami or County Occupational License SHEET 2 OF 8
•
•
FORMAL BID
Ul
DINNER KEY BOATYARD - MARINA DOCKS
Project Number: H-1088 CIP Number: 418406
Project Manager: Allan 1. Poms Date: 2 / 6 / 1997
Person who received the bids: Alberto Corrales Received at: City Clerk's Office, Miami City Hall
Construction Estimate = $ 2,110,000.00 Time: 10:30 a.m.
BIDDER
CONE CONSTRUCTORS
MARIN dr MARIN CONST.
COLLAGE DESIGN BUILD.
SHORELINE FOUNDATION
ADDRESS
6733 SOUTH LOIS AVENUE
TAMPA. FL 33616
I800S.W. 27 AVENUE, SUITE 310
MIAMI. FL 33145
585 TECHNOLOGY PK.. SUITE 100
LAKE MARY, FL 32746
3221 W HALLANDALE BCH BLVD
PEMBROKE PARK, FL 33023
BID BOND AMOUNT
5% BID BOND
5% BID BOND
5% BID BOND
5% DID BOND
IRREGULARITIES
L
F
H, L
1,1. L
MINORITY OWNED
No
YES
NO
No
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ADD/DEDUCT ITEM A
FOR INCREASING (OR DECREASING) THE SPECIFIED
LENGHT (40') OF 14' CONCRETE PILES.
$0.50/FT
$16.00/FF
$18.75/Fr
$1.50/FT
ADD/DEDUCT ITEM B
FOR INCREASING (OR DECREASING)THE SPECIFIED
LENGHT (4(V) OF 18- CONCRETE PILES.
$0.50/FT
$19.00/FT
$24.83/F T
$30,00/FT
ADD/DEDUCT ITEM C
FOR INCREASING (OR DECREASING) THE SPECIFIED
LENGHT (3V) OF WOOD GREENHEART FENDER PILES.
$0.50/FT
$14.00/FT
$13.00/FT
$2.00/FT
ADD/DEDUCT ITEM D
i
FOR INCREASING (OR DECREASING) THE SPECIFIED
LENGHT (35') OF WOOD GREENHEART MOORING
PILES.
$0.50/FT
$16.00/FT
S 13.00/FT
$2.00/FT
° IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS T IAT THE
A -- No Power - of - Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM CONE CONSTRUCTOR%
B -- No Affidavit as to Capital k Surplus of Bonding Company INCORPORATED FOR THE TOTAL AMOUNT OF $2,301,600.00 (°)
C -- Corrected Extensions
D •- Proposal Unsigned or Improperly Signed or no Corporate Seal lA) BASE BID PLUS ADDITIVE ITEM 2
E -- Contractor(s) to do Electrical & Mechanical Work not Identified If the above contractor is not the lowest bidder explain:
F -- Non - responsive bid
G •- Improper Bid Bond
H -- No Certificate of Competency Number
-- No First Source Hiring Compliance Statement
I •- No Minority Compliance Statement �+�/�/��
K -- No Duplicate Bid Proposal jJ�
L -- No City of Miami or County Occupational License SHEET 3 OF 8
0
:7
FORMAL BID
is
DINNER KEY BOATYARD - MARINA DOCKS
Project Number: H-1088 CIP Number: 418406
Project Manager: Allan I. Poms Date: 2 / 6. / 1997
Person who received the bids: Alberto Corrales Received at: City Clerk's Office, Miami City Hall
Construction Estimate = $ 2,110,000.00 Time: 10:30 a.m.
BIDDER CONE CONSTRUCTORS MARIN & MARIN CONST. COLLAGE DESIGN BUILD. SHORELINE FOUNDATION
ADDRESS
6735 SOUTH LOIS AVENUE
TAMPA, FL 33616
1800 S.W. 27 AVENUE, SUITE 310
MIAMI, FL 33145
585 TECHNOLOGY PK., SUITE 100
LAKE MARY, FL 32746
3221 W HALLANDALE BCH BIND
PEMBROKE PARK, FL 33023
BID BOND AMOUNT
5% BID BOND
5% BID BOND
5% BID BOND
5%BID BOND
IRREGULARITIES
L
F
H, L
MINORITY OWNED
No
Yes
No
No
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ADDITIVE ITEM I
FOR THE ADDITION OF FIVE (5) NEW FINGER PIERS
ON THE EAST SIDE OF PIER'D' WITH THE RELATED
ELECTRICAL AND MECHANICAL WORK.
$180,000.00
$66,685.00
$60,000.00
$65,000.00
ADDITIVE ITEM 2
FOR ANEW 1 1/4' CONDUIT FROM THE ELECTRICAL
ROOM TO A NEW PULLBOX LOCATED BY PIER'E'
AND FROM THE SAID PULLBOX TO PIER'E'
ENTRANCE AS SHOWN ON PLAN SHEET E•3.
$2,000.00
$1,850.00
$1,000.00
$1,500.00
ADDITIVE ITEM 3
ADDITIONAL COST ABOVE BASE BID FOR AN
ALTERNATE MAIN PIER'D' WITH WAVE BAFFLE/
DEBRIS AS SHOWN IN PLAN SHEETS S•8A AND S-11.
$347,900.00
$108,135.00
$340,000.00
$250,000.00
I'
-.
kg
• IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY. THE DEPARTMENT OF PUBLIC WORKS THAT THE
A -- No Power - of- Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM CONE CONSTRUCTORS B -• No Affidavit as to Capital & Surplus of Bonding Company INCORPORATED FOR THE TOTAL AMOUNT OF $2,301,500.00 (")
C -- Corrected Extensions
D -• Proposal Unsigned or Improperly Signed or no Corporate Seal (•) BASE BID PLUS ADDITIVE ITEM 2
E -• Contractor(s) to do Electrical & Mechanical Work not Identified If the above contractor is not the lowest bidder explain:
F -- Non - responsive bid
G -- Improper Bid Bond
H -- No Certificate of Competency Number
1 •- No First Source Hiring Compliance Statement
1 •• No Minority Compliance Statement
K •- No Duplicate Bid Proposal
1. •• No City of Miami or County Occupational License SHEET 4 OF 8
FORMAL BID
-4
DINNER.
KEY BOATYARD = MARINA DOCKS
Project Number: H-1088
CIP Number: 418406
Project Manager: Allan I. Poms
Date: 2 . / 6 / 1997
Person who received the bids: Alberto Corrales
Received at: City Clerk's Office, Miami City Hall
Construction Estimate = $ 2,110,000.00
Time: 10:30 a.m.
BIDDER HENDRY CORPORATION
SALTSMAN CONST., INC. GIMROCK CONSTRUCTION
ADDRESS
3107 S. WESTSHORE BLVD,
194 14th AVENUE SOUTH
13915 NW 107 AVENUE
TAMPA, FL 31611
NAPLES, FL 34102
HIALEAH GARDENS, FL 33016
BID BOND AMOUNT
f155,000.00 BID BOND
5% BID BOND'
5% BID BOND
IRREGULARITIES
E. G. L
J. L
L
MINORITY OWNED
NO
NO
NO
UNIT
UNIT
UNIT
UNIT
ITEM No.
DESCRIPTION
PRICE
TOTAL
PRICE
TOTAL
PRICE
TOTAL
PRICE
TOTAL
BASE BID TOTAL: ITEMS I - 12
S2,740,000.00
S2,827,000.00
$2,867,690.00
1
FOR OVERALL SITE MOBILIZATION, DEMOLITION
AND RELATED WORK
$250,000.00
$225,000.00
$415,190.00
2
FOR NEW STEEL SHEET PILE BULKHEAD (INCLUDING
TIEBACKS, DEADMEN AND CONCRETE CAP).
$450,000.00
$460,000.00
$318,510.00
3
FOR NEW MAIN PIER 'A- (EXCLUDING UTILITIES) WITH
FINGER PIERS, FENDERING AND MOORING SYSTEM.
$300,000.00
$326,000.00
$302,050.00
4
FOR NEW QUAY -B' (EXCLUDING UTILITIES) WITH (3)
FINGER PIERS, FENDERING AND MOORING SYSTEM.
$80,000.00
$70,000.00
$102,050.00
5
FOR NEW MAIN PIER'C-(EXCLUDING UTILITIES) WITH
FINGER PIERS, FENDERING AND MOORING SYSTEM.
$240,000.00
$200,000.00
$266,200.00
6
FOR NEW MAIN PIER'D' (EXCLUDING UTILITIES) WITH
FINGER PIERS (ON WEST SIDE), FENDERING AND
MOORING SYSTEM AS SHOWN ON PLAN SHEET S•8.
$230,000.00
$225,000.00
$254,060.00
7
FOR NEW MAIN PIER'E- (EXCLUDING UTILITIES) WITH
FENDERING AND MOORING SYSTEM.
.$190,000.00
$252,000.QQ $194,500.00
• IRREGULARITIES LEGEND
IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE
A •- No Power - of•Attomey
LOWEST RESPONSIBLE
AND RESPONSIVE BID IS FROM CONECONSTRUCTORS
B -• No Affidavit as to Capital & Surplus of Bonding Company
INCORPORATED
FOR THE TOTAL AMOUNT OF $2r301�Sf1b.00
C •• Corrected Extensions
(*)
D -- Proposal Unsigned or Improperly Signed or no Corporate Seal
(") BASE BID PLUS ADDITIVE ITEM 2
E -• Contractor(s) to do Electrical & Mechanical Work not Identilied
If the above
contractor is not the lowest bidder explain:
F -• Non - responsive bid
G •• Improper Bid Bond
H -• No Certificate ofCompelencyNumber
1 -- No First Source Hiring Compliance Statement
1 -- No Minority Compliance Stawmenl
K -- No Duplicate Bid Proposal
L •• No City of Miami or Coney Occupational License
SIIEET 5 OF 8
11
11
FORMAL BID
DINNER KEY BOATYARD - MARINA DOCKS
Project Number: H-1088 CIP Number: 418406
Project Manager: Allan I. Poms Date: 2 / 6 / 1997
Person who received the bids: Alberto Corrales Received at: City Clerk's Office, Miami City Hall
Construction Estimate = $ 2,110,000.00 Time: 10:30 a.m.
BIDDER
HENDRY CORPORATION
SALTSMAN CONST., INC.
GIMROCK CONSTRUCTION
ADDRESS
5107 S. WESTSHORE BLVD.
TAMPA, FL 33611
194 14th AVENUE SOUTH
NAPLES, FL 34102
13915 NW 107 AVENUE
HIALEAH GARDENS, FL 33016
BID BOND AMOUNT
$155,000.00 BID BOND
5%. BID BOND
5% BID BOND
IRREGULARITIES
E, G, L
3, L
L
MINORITY OWNED
NO
NO
NO ,•
ITEM No.FNEW
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
8
CAUSTORAGE BUILDING,
,RAINAGE, ASPHALT, CURBS,
STRIPING AND RELATED LANDSIDE UTILITY WORK.
$240,000.00
$370,000.00
$382,980.00
9
FOR ALL NEW ELECTRICAL INSTALLATIONS ON
PIERS -A', 'C', 'D' AND -E' AND QUAY 'B'.
$350,000.00
$332,000.00
$261,560.00
10
FOR ALL NEW DOMESTIC WATER AND FIRE LINE
INSTALLATIONS ON PIERS'A','C', -D' AND'E'
AND QUAY 'B'.
$220,000.00
$210,000.00
$185,000.00
11
FOR ALL LABOR, MATERIALS AND EQUIPMENT FOR
COMPLIANCE WITH ENVIRONMENTAL PERMIT
REQUIREMENTS (INCLUDES TURBIDITY CURTAINS
AND MONITORING, MITIGATION WORK AS DESCRIBED
IN THE SPECIAL PERMIT CONDITIONS AND
ADDENDUM No. 3).
$70,000.00
$37,000.00
$65,590.00
12
PROVISION FOR SPECIAL ITEMS (CASH ALLOWANCE
SUM)
$120,000.00
$120,000.00
$120,000.00
• IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT TI-IE
A -• No Power - of- Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM CONE CONSTRUCTORS,
B •• No Affidavit as to Capital & Surplus of Bonding Company INCORPORATED FOR THE TOTAL AMOUNT OF $2r301 r500.00 (*)
C -- Corrected Extensions
D -- Proposal Unsigned or Improperly Signed or no Corporate Seal (*) BASE BID PLUS ADDITIVE ITEM 2
E -- Contractor(s) to do Electrical & Mechanical Work not Identified If the above contractor is not the lowest bidder explain:
F •- Non - responsive bid
G -• Improper Bid Bond
H -- No Certificate of Competency Number
1 -- No First Source Hiring Compliance Statement
1 •• No Minority Compliance Statement
K •- No Duplicate Hid Proposal i !J
L -- No City of Miami or County Occupational License SHEE"r 6 OF 8
C
Fel
FORMAL BID
DINNER KEY BOATYARD - MARINA DOCKS
Project Number: H-1088 CIP Number: 418406
Project Manager: Allan I. Poms Date: 2 / 6' / 1997
Person who received the bids: Alberto Corrales Received at: City Clerk's Office, Miami City Hall
Construction Estimate = $ 2,1 10,000.00 Time: 10:30 a.m.
BIDDER
HENDRY CORPORATION
SALTSMAN CONST., INC.
GIMROCK CONSTRUCTION
ADDRESS
5107 S. WE•STSHORE BLVD.
TAMPA, Ff. 33611
194 14th AVENUE SOUTH
NAPLES, FL 34102
13915 NW 107.AVENUE
HIALEAH GARDENS, FL 33016
BID BOND AMOUNT
$155,000.00 BID BOND
5% BID BOND
5% BID BOND
IRREGULARITIES
E, G. L
J, L
L
MINORITY OWNED
NO
NO
NO
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
'TOTAL
UNIT
PRICE
"TOTAL
ADD/DEDUCT ITEM A
FOR INCREASING (OR DECREASING) THE SPECIFIED
LENGHT (40') OF 14- CONCRETE PILES.
$1 1.25/FT
$32.00/FT
$35.00/1:T
ADD/DEDUCT ITEM B
FOR INCREASING (OR DECREASING) THE SPECIFIED
LENGHT (40') OF 18- CONCRETE PILES.
$16.65/t. r
$32.00/IT
$40.00/1l•
$30.00/F'I•
ADD/DEDUCT ITEM C
FOR INCREASING (OR DECREASING) THE SPECIFIED
LENGHT (35') OF WOOD GREENHEART FENDER PILES.
$8.50/FT
$12.00/FT
$22.00/Fl•
$2.00/1'T
ADD/DEDUCT ITEM D
FOR INCREASING (OR DECREASING) THE SPECIFIED
LENGHT (35') OF WOOD GREENHEART MOORING
r$8.50/FT
PILES.
$14.00/FT
$24.00/1'T
$2.00/1'T
• IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT" OF PUBLIC WORKS THAT THE:
A •- No Power - of - Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM CONE CONSTRUCTORS.
B -• No Affidavit as to Capital & Surplus of Bonding Company INCORPORATED FOR THE TOTAL AMOUNT OF $2,301,500.00 (*)
C -• Corrected Extensions
D •- Proposal Unsigned or Improperly Signed or no Corporate Seal (*) BASE BID PLUS ADDITIVE ITEM 2
E •- Contractor(s) to do Electrical & Mechanical Work not Identified If the above contractor is not the lowest bidder explain:
F -- Non - responsive bid
G •• Improper Bid Bond
H -• No Certificate of Competency Number
I •- No First Source Hiring Compliance Statement
J •- No Minority Compliance Statement
K -• No Duplicate Bid Proposal �7
L •• No City of Miami or County Occupational License SHEET' 7 OF 9
•
•
0
(M
k®
FORMAL BID
DINNER KEY BOATYARD - MARINA DOCKS
Project Number: H-1088 C1P Number: 418406
Project Manager: Allan 1. Poms Date: 2 / 6 / 1997
Person who received the bids: Alberto Corrales Received at: City Clerk's Office, Miami City Hall
Construction Estimate = $ 2,110,000.00 Time: 10:30 a.m.
BIDDER
HENDRY CORPORATION
SALTSMAN CONST., INC.
GIMROCK CONSTRUCTION
ADDRESS
5107 S. WESTSHORE BLVD.
TAMPA, FL 33611
194 14th AVENUE SOUTH
NAPLES. FL 34102
13915 NW 107 AVENUE
HIALEAH GARDENS, FL 33016
BID BOND AMOUNT
$155,000.00 BID BOND
5% BID BOND
5% BID BOND
IRREGULARITIES
E, G. L
3, L
L
MINORITY OWNED
NO
NO
NO ,-
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
ADDITIVE ITEM 1
FOR THE ADDITION OF FIVE (5) NEW FINGER PIERS
ON THE EAST SIDE OF PIER'D' WITH THE RELATED
ELECTRICAL AND MECHANICAL WORK.
$1 15,000.00
$65,000.00
$1 12,900.00
ADDITIVE ITEM 2
FOR A NEW 11/4' CONDUIT FROM THE ELECTRICAL
ROOM TO A NEW PULLBOX LOCATED BY PIER •C•'
AND FROM THE SAID PULLBOX TO PIER'E'
ENTRANCE AS SHOWN ON PLAN SHEET E-3.
$4,000.00
$2,500.00
$716.00
ADDITIVE ITEM 3
ADDITIONAL COST ABOVE BASE BID FOR AN
ALTERNATE MAIN PIER •D' WITH WAVE BAFFLE/
DEBRIS AS SHOWN IN PLAN SHEETS S-SA AND S-11.
$195,000.00
$200,000.00
$235,000.00
• IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THA"I T111E
A -• No Power - of - Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM CONE CONSTRUCTORS
B •• No Affidavit as to Capital & Surplus of Bonding Company INCORPORATED FOR TIIE TOTAL AMOUNT OF $2,301,500.00 (")
C -• Corrected Extensions
D -• Proposal Unsigned or Improperly Signed or no Corporate Seal (") BASE BID PLUS ADDITIVE ITEM 2
E -• Contractor(s) to do Electrical & Mechanical Work not Identified If the above contractor is not the lowest bidder explain:
F -- Non - responsive bid
G -- Improper Bid Bond
II -• No Certificate of Competency Number
I -• No First Source Hiring Compliance Statement
I •• No Minority Compliance Statement
K -- No Duplicate Bid Proposal
L •• No City of Miami or County Occupational License SHEET 8 OF 8
•
• FACT SHEET i
DEPARTMENT OF PUBLIC WORKS
DATE: AUGUST 12, 1997
JOB a: H-1088
PROJECT NAME: DINNER KEY BOATYARD - MARINA DOCKS
CIP #: 418406(DSR#3040)
LOCATION: 2640 South Ba shore Drive, Miami Florida
418001
PROJECT MANAGER: Allan I. Poms
FEDERAL PARTIE1PAnON:=
ASSOCIATED DEPARTMENT: Conferences, Convention & Public Facilities
ASSESSABLE:
EMERGENCY:
RESOLUTION k:
BID REQUEST: FORMAL ® INFORMAL a
DESCRIPTION: The project consists of the furnishing of all labor, materials and equipment for the following:
1. Overall site mobilization, demolition and related work indicated in the project specifications general conditions.
2. New seawall.
3. Landside Work: New electrical/storage building, utilities, parking area, drainage, sod, asphalt, curb, striping, etc.
4. New main piers "A", "C", "D" and "E" and quay "B" with finger piers, fendering and mooring systems and utilities
(electrical, domestic lines and fire lines).
5. Work to comply with environmental permit requirements.
SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONTT. COST)
SURVEY / PLAT 8,600.00
PLANNING AND STUDY a $ % OF EC
DESIGN M$ 174,400.00 (*) % OF EC
SPECS AND BID PROCESS O a $ % OF EC
BLUEPRINTING AND ADVERTISING M $ 965.00 (E)
CONSTRUCTION $ 2,301,500.00 (BID)
CONST.INSP. & MANAGEMENT a $ 168,800.00 8 %OFBID
TESTINGS M0 $ 5,000.00 (E)
OTHER PERMIT FEES Ma $ 4,000.00 (E)
SUBTOTAL $ 2,663,265.00 8 pia
INDIRECT COSTS - (1.43%) $ (E) (ENG. FEE)
CONTINGENCIES (5%) $
(EC) ESTIMATE CONST. COST: $ 2,110,000.00 TOTAL $ 2,663,265.00
(E) ESTIMATE
CONTRACTOR'S INFORMATION:
CLASS: Fs� NON - MINORITY
TYPE OF WORK: Marine Construction MINORITY
YEARS OF ESTABLISHMENT: 14 years LICENSE C.G.C. 016903
NAME: Cone Constructors, Incorporated TELEPHONE: (813) 837-2991
ADDRESS: 6735 South Lois Avenue Tampa, Florida 33616
CONTACT PERSON: Stephen D. Kasper, Phone: (306) 582- 2267
CUSS: J- JOWT P- PR1ME S- SUB
SUB -CONTRACTORS: MINORITY: B- BLACK H- HISPANIC F- FEMALE
NAMES: Daniel Electric (ELECTRICAL)
Jerome Nagelbush, Inc. (MECHANICAL) (*) $174,400.00 = $110,400.00 (Consultant) +
Bunnell Foundation, Inc. (PILE DRIVING, $64,000•00 (Public Works)-
�7- 641 11
OTifla x1f �iau#
W54tEaEMAR E. 6EE�
Director
August 13, 1997
Mr. Rafael Marin, President
Marin & Marin Construction, Inc.
1800 SW 27 Avenue, Suite 310
Miami, FL 33145
Dear Mr. Mai
RE. DINNER KEY BOATY D - MARINA DOCKS
Edward Marquez
C City Manager
The subject project has been "on hold" for the past seven (7) months due to
review and approval by the Federal Emergency Management Agency (FEMA) for
funding. This review process has been completed and the project is scheduled for
award of contract on September 9, 1997 by the Miami City Commission.
Your bid that was submitted on February 6, 1997 for this project has been deemed
as non -responsive due to your failure to include in Page 2(g) of the proposal the
electrical, mechanical and fire protection sub -contractors' occupational license
numbers. Further, the naming of "self' as subcontractor is not acceptable
because, as an example, your firm was not a licensed electrical contractor when
your bid was submitted (i.e., no occupational license or certificate of competency
number listed).
Attached please find a copy of page 5 of 6 of the "Instructions to Bidders"
regarding your right to protest this decision.
Sincerely,
ames J. Ka , P.E.
Interim Director
JJ K/AI P/m
CC: Olga Ramirez-Seijas, Assistant City Attorney
Judy Carter, Director, Department of Purchasing
DEPARTMENT OF PUBLIC WORKS/,P.O. Box 330708 Miami, FL 33233-0708/(305) 416-1200/ Fax:(305) 416-2153
13
57- 641
e>
INSTRUCTIONS
Page 5 of 6
14. RESOLUTION OF PROTESTS (City Code Section 18-56.1.1):As
amended Ordinance No. 11072
(a) Right to Protest. Any actual or prospective proposer who
perceives itself aggrieved in connection with the solicitation
or award of a contract or any prospective bidder who intends
to contest bid specifications or a responsive and responsible
bidder whose bid is lower than that of the recommended vendor
may protest to the chief procurement officer. A notice of
protest shall be submitted in writing to and received by the
chief procurement officer within two (2) days after invitation
to bid is received or after the reading of the bid tabulation
by the City Clerk or after receipt of the notice of the City's
decision or intended decision. A formal written protest must
be submitted to and received by the chief procurement officer
within.fiv.e (5) days after the date the notice of protest was
filed. No time will be added to the above limits for service
by mail. In computing any period of time prescribed or
allowed by this section, the. day of the act, event or default
from which the designated period of time begins to run shall
not be included. The last day of the period so. computed shall
be included unless it is a Saturday, Sunday or legal holiday
in which event the period shall run until the end of the next
day .which is neither a Saturday, Sunday or legal holiday.
Intermediate Saturdays, Sundays and legal holidays shall be
excluded in the computation of the time for filing. The
normal written protest shall state with particularity the
facts and law upon which the protest is based.
(b) Authority to resolve protests. The Chief Procurement
Officer shall have the authority, subject to the approval of
the City Manager and the City Attorney, to settle and resolve
any formal written protest in cases involving more than four
thousand five hundred dollars ($4,500.00), the decision of the
chief procurement officer must be submitted for approval or
disapproval thereof to the City commission after a favorable
recommendation by the City attorney and the City Manager. The
chief procurement officer shall obtain the requisite
approvals and communicate said decision to the protesting
party; or alternatively if the amount involved is greater than
four thousand five hundred dollars ($4,500.00), shall submit
said decision to the City Commission within thirty (30) days
after he/she receives the protest.
(c) Compliance with time requirements. Failure of a party
to timely file either the notice of protest or the formal
written protest with the chief procurement officer within the
time provided in subsection (a) above, shall constitute a
forfeiture of such party's right to file a protest pursuant to
this section.
Rev. July 93
14
9'7- 641