HomeMy WebLinkAboutR-97-0540J-97-518
7/17/97
RESOLUTION NO. 9 540
A RESOLUTION ACCEPTING THE BID OF JESSLA
CONSTRUCTION CORPORATION, IN THE PROPOSED
AMOUNT OF $1,017,077.00 TOTAL BID OF THE
PROPOSAL, FOR THE PROJECT ENTITLED "VIRRICK
GYM/COAST GUARD HANGAR RESTORATION PHASE I,
H-1013"; ALLOCATING FUNDS THEREFOR FROM
PROJECT NO. 332216, AS APPROPRIATED BY FISCAL
YEAR 1995-1996 CAPITAL IMPROVEMENT ORDINANCE
NO. 11337, AS AMENDED, IN THE AMOUNT OF
$1,017,077.00 TO COVER THE CONTRACT COST AND
$38,712.00 TO COVER THE ESTIMATED EXPENSES
FOR AN ESTIMATED TOTAL -COST OF $1,055,789.00,
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 July 8, 1997, for the
project entitled, "Virrick Gym/Coast Guard Hangar Restoration
Phase I, H-1013;" and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from Jessla Construction
Corporation be accepted as the lowest responsible and responsive
bid; and
WHEREAS, the Fiscal Year 1995-1996 Capital Improvement
Ordinance 11337, as amended, appropriated monies for the proposed
amount of the contract, project expense, and incidentals under
Project No. 332216; and
CITYCOAGMSTON
MEETING OF
J U L 2 4 1997
Resolution No.
97- .540
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA;
Section 1. The recitals and finding 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 July 8, 1997 bid of Jessla Construction
Corporation, in the proposed amount of $1,017,077.00, for the
project entitled "Virrick Gym/Coast Guard Hangar Restoration
Phase I, H-1013," 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
$1,055,789.00 is hereby allocated from the Capital Improvement
Project No. 332216. The total project cost consists of the
$1,017,077.00 contract cost and $38,712.00 estimated expenses
incurred by the City.
Section 4. The City Manager is hereby authorized to
enter into a contract, in a form acceptable to the City Attorney,
on behalf of the City, of Miami with Jessla Construction
Corporation, for the project entitled "Virrick Gym/Coast Guard
Hangar Restoration Phase I, H-1013," total bid of the proposal.
- 2 - 9'- 540
Section 5. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 24th day of July 1997.
JOE CAROL MAYOR
ATTEST:
WALTER FQEM.�IN _
CITY CLERK
SUBMITTED BY:
AMES J. ERIM DIRECTOR
PUBLIC WORKS
CAPITAL P OJECT REVIEW:
G SHEEHAN, COORDINATOR, CIP
F NANCIAL REVIEW: /
L REYES,�DIRECTOR
F N CE DEPARTMENT
BUDGET gn N"A.QEM_ENT ANALYSIS REVIEW:
DIPAKH POREKH, DIRECTOR
APPROVED AS TO FORM AND CORRECTNESS:
W17b4 : B66
- 3 - 97� 540
I ',� -1 )- IF - t- �7 - -I n f
To'd E7004 WUF-S:OT L66T
:01 ot7aoE8qTop oNv�iussn:wo6-i
41 CITY OF MIAMI, FLORIDA 0 48
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and Members of DATE: JUL 1 8 i997i FILE:
the City Commission
SUBJECT: Virrick Gym/Coast Guard
Hangar Restoration Phase
I, H-1013
FROM: arquez REFERENCES:
City Manager ENCLOSURES:
Resolution
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached
resolution accepting the low bid of Jessla Construction Corp., whose principal is Mr.
Felix Lima, President, a company located in Dade County and not within the City of
Miami, for the project entitled "Virrick Gym/Coast Guard Hangar Restoration Phase
I, H-1013," received on July 8, 1997, in the amount of $1,017,077 Total Bid,
authorizing the City Manager to enter into a contract on behalf of the City.
There is no prior history of any work performed by Jessla Construction Corp. for the
City of Miami. However, references have been provided for work performed.
BACKGROUND
Amount of Bid:
Cost Estimate:
$1,017,077.00
$1,000,000.00
% of Cost Estimate: 101.7%
Source of Funds: Project No. 332216, as appropriated by Fiscal Year 1995-1996
Capital Improvement Ordinance No. 11337, as amended.
Minority Representation: 185 invitations mailed
31 contractors picked up plans and specs
( 12 Hispanic, 1 Black, 1 Female)
6 contractors submitted bids
( . 5 Hispanic, 0 Black, 1 Female)
Public Hearings/Notices: No public hearing/Bid Notice published.
Assessable Project: No
Discussion:. The Department of Public Works evaluated the bids received on July 8,
1997, and determined that the lowest responsible and responsive bid, in the amount of
$1,017,077.00.00 is from Jessla Construction Corp., a Hispanic -minority controlled
corporation. Funds are available to cover the contract cost, and for such incidental
items as postage, blueprinting, advertising, and reproduction costs.
97 - 540 1
FACT SHEET
- DEPARTMENT OF PUBLIC WORKS
DATE: 7 /15 / 1997
VIRRICK GYM/ COAST GUARD HANGAR
JOB #: H-1013
PROJECT NAME RESTORATIONS
CEP #: 332216
LOCATION: 2600 S. Ba shore Dr. Miami, Fl. 33133
TYPE:
PROJECT MANAGER Allan I.Poms (Public Works) / J. Luft (P&D
FEDERAL PARTICIPATION:
ASSOCIATED DEPARTMENT: Community Planning & Development
ASSESSABLE:
EMERGENCY:
RESOLUTION #:
BID REQUEST: FORMAL INFORMAL O
DESCRIPTION: The project consists of the furnishing of all labor, materials and equipment for the following:
1. Restoration of walls, windows, doors, roof etc. as per project technical specifications
2. Improvement of some utility services and interior facilities as per project technical specifications
SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (%* OF CONST. COST)
SURVEY / PLAT a
SITE INVESTIGATION
PLANNING AND STUDY $ % OF EC
DESIGN a $ % OF EC
SPECS AND BID PROCESS"* O a $ % OF EC
BLUEPRINTING AND ADVERTISING a $ 2,000.00 (E)
CONSTRUCTION* s 1,017,077.00 (BID)
CONST. INSP. & MANAGEMENT a $ 30,512.00 3 % OF BID
OTHER Misc. Revenue O $ 6,200.00 (E)
suBToTAL s 1,055,789.00 3 Rio
INDIRECT COSTS - (1.43%) $ (E) (ENG. FEE)
CONTINGENCIES (5%}10% * $
(EC) ESTIMATE CONST. COST- $1,000.000.00 TOTAL s 1,055,789.00
(E) ESTIMATE
CONTRACTOR'S INFORMATION:
CLASS: Eli I M,E F—s I NON • MINORITY L J
TYPE OF WORE General Construction MINORITY EE O 0
YEARS OF ESTABLISHMENT: 14 years LICENSE CGC- 058088
NAME: jessla Construction Corp. TELEPHONE: (305) 554-74Z5/554-0982
ADDRESS: 8360 West Flagler #200
CONTACT PERSON: Felix Lima -
CLASS: J- JOINT P- PRIME S- SUB
MINORITY: B. BLACK H- HISPANIC F- FEMALE
SUB -CONTRACTORS
Megatran Inc., Ultra Plumbing Inc.
West Dade A/C, Miami Heavy Equip.
South Windows Inc. Group II Of Miami.
Prepared by Antonio
COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE, CIP MANAGER ASSOCIATED DEPT., CIP MANAGER
97= 540
Ul
FORMAL BID
VIRRICK GYM/COAST GUARD HANGAR RESTORATION PH I
Project Number: H-1013 CIP Number: 313238
Project Manager: E. NUNEZ Date: 07/ 08 97
1
Person who received the bids: E. NUNEZ Received at: CITY CLERK'S OFFICE. CITY HALL
Construction Estimate = $ 1,000,000.00 Time: 10:00 A.M.
BIDDER
CARIVON CONST. CO.
]ESSLA CONSTRUCTION CORP.
REGOSA ENGINEERING
AARYA CONST. CORP.
ADDRESS
12177 SW 131 AVE
8300 HEST FLAGLER #200
48 Nil 36TH ST.
7657 NM 50 ST.
MIAMI, FL 33186
MIAMI, FL 33144
MIAMI, FL 33127
MIAMI, FL 33188
BID BOND AMOUNT
B.B. 57i
B.B. 5x
B.B. 5%
B.B. sx
IRREGULARITIES
if
MINORITY OWNED
YES
YES
YES
NO
ITEM No.
DESCRIPTION
UNIT
TOTAL
UNITUNIT
TOTAL
TOTAL
PRI
TOTAL
PRICE
PRICE
PRICE
E
BASE BID TOTAL OF ITEMS 1 THRU 13
$873.300.00
$935.000.00
$961,000.00
$1,035.300.00
BASE BID PLUSALTERNATE3
$1,842,400.00
$1.175.428.00
11,502,950.0
$1,832,700.00
1
For the completion of Items under Division-1.
$39.000.00
$206.033.00
$60.000.00
$30.000.00
2
For the completion of Items under Division-2.
$62.000.00
$77.936.00
$150.000.06
$11.300.00
3
For the completion of Items under Division-3.
$27.000.60
$5.700.00
$90.000.00
$4,000.00
4
For the completion of Items under Division-4.
$3,500.00
$3.000.00
88.000.00
$78.000.00
5
For the completion of Items under Division-5.
$43,800.00
$20.000.00
185.000.00
$47.000.00
8
For the completion of Items under Division-8.
$30.000.06
$39,000.00
$45.000.00
$80.000.00
7
For the completion of items under Division—?.
$41.000.00
$00.000.00
$15.000.00
$85,000.00
8
For the completion of items under Division-8.
$380.000.00
8352,831.00
$21.000.00
$430,000.00
9
For the completion of items under Division-9.
$44,000.00
$23.000.00
$30,000.00
$60,000.00
10
For the completion of items under Division-10.
$3,000.D0
82.000.00
$380,000.00
$15.000.00
I1
For the completion of Items under Division-15.
$32.700.00
$18.000.00
$17.000.00
$22.000.00
12
For the completion of Items under Division-18.
$109.500.00
$77,500.00
$34,000.00
3125.000.00
13
Contingency Allowance
$50,000.00
$50.000.00
$50.000.00
$50,000.00
' IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A — No Power-ot-Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM JESSLA
B - No Affidavit as to Capital & Surplus of Bonding Company CONST. CORP. FOR THE TOTAL AMOUNT OF S
.1,017.077.00
C - Corrected Extensions
D - Proposal Unsigned or Improperly Signed or no Corporate Seal lain: If the above contractor is not the lowest bidder ex
E -Incomplete Extensions p
F - Non -responsive bid(no license y) THE TOTAL AMOUNT WAS AS FOLLOW:
-------------------------
G — Improper Bid Bond — — — — — — — — — — — — — — — — — — — — — — — — — — — —
H - Corrected Bid _BASE BID + ALTERNATE . 1 _ 2
------
-- - -_ _
'^ - - -----------------------------
I - No First Source Hiring Compliance Statement G •� • f+Jc47�`a;�,rw� _ _ _ _ _ _ -- - - --- -------------------------
- No Minority Compliance Statement
___ ------------------------
K -.IMPROPER Bid Proposal(NO DUPLICATE) -- G -- - -
ET 1 4
L - No Bid DOCUMENTS ___1 ________________
•
•
a
FORMAL BID
VIRRICK GYM/COAST GUARD HANGAR RESTORATION PH. I
Project Number: H-1013 _ CIP Number: 313238
Project Manager: E. NUNEZ Date: 07/ 08. 97
Person who received the bids: E. NUNEZ Received at: , CITY CLERK'S OFFICE. CITY HALL
Construction Estimate = $ 1,000,000.00 Time: 10:00 A.M.
BIDDER
CARIVON CONST. CO.
JESSLA CONST. CORP.
RECOSA ENGINEERING
AARYA CONST. CORP.
ADDRESS
12177 SW 131 AVE
MIAMI, FL 33188
8360 W. FLAGLER / 200
MIAMI, FL 33144
46 NM 36 TH ST.
MIAMI, FL 33127
7657 NM 50 ST.
MIAMI, FL 33168
BID BOND AMOUNT
B.B.5x
B.B.5x
B.B.5z
B.B.5X
IRREGULARITIES
MINORITY OWNED'
YES
YES
YES
YES
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
Alternates total 1 to 6
S769,100.00
$240.428.00
;801,000.00
$597,400.00
1
Install hangar door windows type J
$143.000.00
$23,600.00
$150,000.00
$158.700.00
2
Remove existing + new steel windows
$240,000.00
$58,477.00
$285,000.Oo
8266,000.00
3
Electronic mechanical operator
$11.200.00
$11,200.00
$14,500.00
$12.900.00
4
Demolition work,new work & plumbing
$178.400.00
$82.149.00
$115.000.00
$137,600.00
5
A/C in lieu of exhaust system.
$18.500.00
$13.000.00
$19.450.00
$10,500.00
6'
Site Improvements North site
$17.800.00
$52.000.00
$18.000.00
$11.700.00
* IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE_ BID IS FROM JESSI.A
B - No Affidavit as to Capital & Surplus of Bonding Company CONST. CORP. FOR THE TOTAL AMOUNT OF = 1,017,077.00
C - Corrected Extensions
D - Proposal Unsigned or improperly Signed or no Corporate Seal IP the above Contractor 1S not the lowest bidder explain:
E - Incomplete Extensions P
F - Non -responsive bid _
LOW:----------------=------------
C - Improper Bid Bond THE TOTAL AMOUNT WAS AS FOLLOW:
THE T ------OUNT ---AS FOLLOW:
H-Corrected Bid -------------------------------------- --- ----------------
1 - No First Source Hiring Compliance Statement _ BASE- DID _t _AL,TEM 1ka. _ 1 _dC_ 2_ _ _ _ _ _ _ - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
J - No Minority Compliance Statement�_�_,a,�/).._--w_7_!_ AA
-------------------------------
K - IMPROPER Bid Proposal SHEET : OF 4 I !4
L- No Bid----?�� G'-� ��--------=-------------------� y�---------------
C7
11
N
FORMAL BID
VIRRICK GYM/COAST GUARD HANGAR RESTORATION PH I
Project Number: H-1013 C1P Number: 313238
Project Manager: E. NUNEZ Date: 07/ 08 / 97
Person who received the bids: E. NUNEZ Received at: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = $ 1.000.000.00 Time: 10:00 A.M.
BIDDER
BCL CONSTRUCTION INC..
CONSOLIDATED BUILDERS INC.
ADDRESS
73e4 SW 48 ST
8339 NA e4 ST.
MIAMI. FL 33155
MIAMI. FL 33188
BID BOND AMOUNT
B.B.5z
B.B.5x
IRREGULARITIES
f,k,L
MINORITY OWNED
YES
YES
ITEM, No.
DESCRIPTION
UNIT
TOTAL
UNIT
TOTAL
PRICE
PRICE
BASE BID TOTAL OF ITEMS 1 THRU 13
$1.047,000.00
$1.079,000.00
BASE BID PLUS ALTERNATES
$1.765.000.00
=1,710,573.00
1
For the completion of Items under Division-1.
f50,000.00
$76.000.00
2
For the completion of Items under Division-2.
$70.000.00
$0.00
3
For the completion of, items under Division-3.
$55,000.00
840,000.00
4
For the completion of items under Division-4.
$8,000.00
#40,000.00
5
For. the completion of Items under Divlalon-5.
$53.000.00
$10,000.00
8
For the completion of Items under Division-8.
$115,000.00
388.000.00
7.
For the completion of items under Division-7.
$50.000.00
$60.000.00
B
For the completion of Items under Division-8.
8360.000.00
$386.000.00
9
For the completion of items. under Divislon-9:
$100.000.00
$208.500.00
10
For the completion of Items under Division-10.
$6.000.00
$500.00
11
For the completion of Items under Division-15.
$25.000.00
$0.00
12
For the completion of Items under Division-18.
$105,000.00
$120.000.00
13
Contingency Allowance
$50,000.00 .
$50.000.00
* IRREGULARITIES LEGEND IT HAS BEEN .DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM JESSI.A
B - No Affidavit as to Capital & Surplus of Bonding Company CONST. CORP. FOR THE TOTAL AMOUNT OF = 1,017,077.00
C - Corrected Extensions
D - Proposal Unsigned or improperly Signed or no Corporate Seel lain: If the above contractor is not the lowest bidder ex
E -Incomplete Extensions P
F - Non -responsive bid(no license-
H - improper aid Bond THE TOTAL AMOUNT WAS AS FOLLOW:
H -Corrected Bid --------------------------------------- - -- - ------------
I - No First Source Hiring Compliance Statement �I_ f ALTE$1iATE N9s—.l_�.�_____ _ __ _ ____________
J - No Minority Compliance Statement �•.�C 71
.- �Q_�rvJo.,,...,-
----------------- �------------
K -IMPROPER Bid Proposal(NO ADDENDUMS) --_-SHEET 3 OF 4 ,.
L - No Bid DOCUMENTS------�j�� f-�--------------------�------------
0
FORMAL BID
VIRRICK GYM/COAST GUARD HANGAR RESTORATION PH. I
Project Number: H-1013 CIP Number: 313238
Project, Manager: E. NUNEZ Date: 07� 08 97
Person who received the bids: E. NUNEZ Received at: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = $ 1,000,000.00 Time: 10:00 A.M.
BIDDER
BCL CONSTRUCTION CORP.
Consolidated Builders Ent.In
ADDRESS
7364 SW 48 ST.
MIAMI. FL 33155
8339 NW 84 St.
MIAMI, FL 33188
BID BOND AMOUNT
B.B.5%
B.B.5%
IRREGULARITIES
MINORITY OWNED
NO
.YES
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
.TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
Alternates total 1 to a
$718.000.00
$031.573.00
1
Install hangar door windows type J
1155.000.00
$157.000.00
2
Remove existing + new steel windows
$295,000.00
$282,000.00
3
Electronic mechanical operator
$12.000.00
$15,173.00
4
Demolition work,new work & plumbing
$199.000.00
$150.000.00
5
A/C In lieu of exhaust system.
$44.000.00
833.900.00
8
Site improvements North site
113.600.00
$7.500.00
* IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A - No Power -of -Attorney _ THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM JESSLA
B - No Affidavit as to Capital & Surplus of Bonding Company CONST. CORP. FOR THE TOTAL AMOUNT OF $ 1,017,077.00
C - Corrected Extensions
D - Proposal Unsigned or improperly Signed or no Corporate Seel If the above contractor is not the lowest bidder explain:
E -Incomplete Extensions P
F - Non -responsive bid
----------------------------------------------- ---------------
- Improper Bid Bond _THE TOTAL AMOUNT_WAS AS FOLLOW_
H - Corrected Bid -------------- ----- --- - -------=--------
[ - No First Source Hiring Compliance statement-H6SE_H t_AL.TI3ATFH,hQS._1_&_2____ _ ___ _________________
J - No Minority Compliance Statement d,(�-_ --_- 1 - - _----_---_
- --------------
K -IMPROPER Bid Proposal /►-1,�..iw� SHEET 4 OF 4 �_
L- No Bid -----.--------------------------------- - -- -------------
11
CITY OF MIAMI OFFICE OF THE CITAERK
BID SECURITY LIST
BID ITEM: VIRRICK GYM/COAST GUARD HANGAR RESTORATION ,
PHASE I H-1013
BID NO.: 96-97-108
DATE BID(S) OPENED: J U L Y 8, 1997 TIME 1 U: U O a. m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
CARIVON CONSTRUCTION CO.
873,300.00
B.B. 5,0
JESSLA CONSTRUCTION CORP.
935,000.00
B.B. 5%
REGOSA ENGINEERING
961,000.00
B.B. 5%
AARYA CONSTRUCTION & DESIGN, INC.
1,035,3.00.00
B.B. 6%
BCI CONSTRUCTION, INC.
1,047.,000.00
B.B. 5%
CONSOLIDATED BUILDENS ENT. INC.
1,079;000.O0
B.B. 5%
received timely as of the above open?-:r;;
Orrtra avid tires.
are hereby reliacicd as late,"
�J-1
Person re V
ng bid(s)
PUBLIC WORKS_ D
(City Department)
SIGNED: � x/"",1�
received ((O ) envelopes on behalf of
on g 997
(Da
City Clerk
=§INT 130C.m P1 _kN Rf-V/ASSFT MG.", 6-26-97 ; 9:400 CI I'Y OF N4 1 AM 1 :1 2/ ?
IMPORTANT Ar)DE(titDUINI
CITY 0 P M I.A. N1 F U) X f I ) A
1) EP it RT M FN P OF P U M L IC WORM
A Fj !:) P. N1 1) 1.1 N-11 N
june 2b, 1947
r
0 1 D D I N G A ND C 0 N TR A CT 1) () C 1JM IS N FS .FOX
Virrick Gyni/Coast Guard Hangar Re.qtnrztions Phftse 2
H-1613
hKDDFRS ARE HEREBY NOTIFIED AS FOLIAMS:
I HS /\11dend(Jn1 iF, iS,",Ued [0 Modify Llic-, pri,viously 17sued bi(t(li-viv iinta
-k-:u-n,nts, dated Qne 13t�, 1997, zinid is fierebV '11,-
k4o,.uvownts, to be ta�ert iiito account in j-rrt'pa.cinp, yotii- bid t-n `'-W
t. Ail requirements of the documents not modified lit.rer,. ,I.
u.11 or,,-e and- effe-rt, as Originally Set f0ttk MOW MaCh thio AAJ-t-!-v.r
ir), yuur possession and ackno"qedgP receipt thereN 11 01-
ot) th-c bid form. Arm-n-id. the conl,rat7t document" as fnllov,,�!-
V& a._40*40 v 1 9 of - * P046 14 —T t* 4 4 J,* 4 a.. R Vlti A, Y*V4 4. ; ,, j, ; ,
SPECAFICA11OWN
(MAngv I of 2: UPITE,
The bid opening date has been changed. Tho n—,%,
dal-c will be Tuesday, July ph, 1997, at 10:00 am a,
(Dierk's Office, First Flow of the Clity 141n:j.
ilmorican Drive, Pvhdrni, Florija,
2 Of 2: A PPP -bid Meeting was hold an Juno 940, 1GQ7 W � A)
at the Nlnick Qui, Mtached Nrid a rite movarujuin -
biddors with r-spoiises to the questions dj,riv.
alep1my.
URS AC)DENDUM IS AN! ESSENTIA1. PCIMUN 00 1 till
I)MAINIETTFS ANE? MAL! IF MADE ik PmU j0holtr?(1ij.
F)epartm.ent of 1'ublic Works
JUN-26--�7 FRI 9:45 3054162156 P.02
SE\T FAY: ONI PLAN RFV/.%SSET f;--2I —97 9: MANi C?TY OF N.sI_ Ma
•
OFFICE 01-,
i'viailiq Address; 110 Fio- .1-107t1e,.tifijim-1i, FIar;d "-53I33
Stleet Ad,'WnSS; 144 w;AV, 21a,AY'.emut;, 4' door. Miami, Rorids {3130
P� one, (0,i)1)16-14 0
F A N tit NT "I'c:t
C�FIy )yR AAk PPI'^;:l�Y^^;tty};.li liI� �7 pyr f �� r ?��lvf. �i�j+j)IAly`I`�I{i 1/`+-P+"`"y'1"(e-^. i�ry:_Di+.?tip{E'D
F`L+}'�!'1i:ii.`. A•4J1�F 01W Lyf".i1�.VUGN }r:,)is�.S yi VIEYlf/t��.J1 .L'il'101�
C;AIA. UFytYN Cyf't-IBI R
TI_N— yr_- -- 7 F R I '):44 -05416 '.f21516 F'.clI
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Walter J. Foeman
City Clerk
FROM
ito Corra es, Eng. Tech. III
Department of Public Works
DATE: June 11, 1997
FILE :
SUBJECT:
Virrick Gym/Coast Guard Hangar
Restoration Phase I, H-1013
k
REFERENCES:
ENCLOSURES:
Please note that contractors will submit bids for the following project:
"Virrick Gym/Coast Guard Hangar Restoration Phase I, H-1013" on
Tuesday, July 1,1997, 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 Managers, Mr. Alberto Corrales and Mr. Enrique Nunez, and/or a
representative overseeing the project, are 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 416-1213.
U: ".8
Encl.
c: John Jackson
Merilynn Renshaw
Project Manager
lz
= m
< r —
Mild
i iFi
C
0
BID NO. 96-97-108
ADVERTISEMENT FOR BIDS
Sealed bids for "VIRRICK GYMICOAST GUARD HANGAR RESTORATION
PHASE I, H-1013" will be received by the City Clerk of the City of Miami, Florida at
10:00 a.m. on the 1st day of July, 1997, 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 furnishing of all labor, equipment and materials for the
restoration of the original hangar shell (walls, windows, doors and roof); including
some utility services and interior toilet facilities. Bidders will furnish performance and
bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical
questions contact Mr. Erick Vogt at (305) 644-1023. Prospective bidders will be
required to submit, with their bid, a copy of the appropriate Certificate of Competency, as
issued by Dade County, in accordance with Chapter 10 of the Metropolitan 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. Specifications and plans may be obtained from the Office of the
Director of Public Works, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or
after June 13, 1997. 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 $50.00 deposit required for the first set of specifications and
plans. Additional sets may be purchased for a fee of $25.00 per set and this is not
refundable. Deposits will be refunded only upon their return of one set of specifications
and plans to the Department of Public Works, unmarked and in good condition within 14
working days after the opening of the bids.
Bidders are_ alerted to the provisions of Ordinance 10062, as amended, regarding
allocation of contracts to minority vendors. The City requires prospective bidders to
submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the
Instruction to Bidders.
The City of Miami has adopted Ordinance No. 10032, which implements the "First
Source Hiring Agreements." 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 re -advertise. (H-1013, Req. 0647)
Edward Marquez
City Manager