Loading...
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