HomeMy WebLinkAboutR-97-0625J-97-566
8/29/97
RESOLUTION NO. 9 7- 625
A RESOLUTION ACCEPTING THE BID OF AUGUST
CONSTRUCTION COMPANY, INC., IN THE PROPOSED
AMOUNT OF $397,721.00, TOTAL BID OF THE
PROPOSAL, FOR TH& PROJECT ENTITLED "RIVERVIEW
PUMP STATION MODIFICATIONS, B-562511;
ALLOCATING FUNDS THEREFOR FROM PROJECT
NO. 352240, AS APPROPRIATED BY CAPITAL
IMPROVEMENT PROJECTS ORDINANCE NO. 11337_, AS
AMENDED, TO COVER THE CONTRACT COST OF
$397,721.00 AND OF $78,059.00 TO COVER THE
ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL
COST OF $475,780.00; 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 on June 24, 1997, for
the project entitled "RIVERVIEW PUMP STATION MODIFICATIONS,
B-5625"; and
WHEREAS, the City Manager and the Interim Director of the
Department of Public Works recommend that the bid from August
Construction Company, Inc., be accepted as the lowest
responsible and responsive bid; and
WHEREAS, funds in the amount of $475,780.00 are available
from Project No. 352240, as.appropriated by Capital Improvement
Projects Ordinance No. 11337, as amended, adopted January 25,
1996, for the proposed amount of the contract, project expense
and incidentals;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
CO1MSSION
MEETING OF
S E P 0 9 1997
Resolution Na
9'7- 625
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 June 24, 1997 bid of August
Construction Company, Inc., in the proposed amount of
$397, 721.00, for the project entitled "RIVERVIEW PUMP STATION
MODIFICATIONS, B-5625", 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
$475,780.00 is hereby allocated from Project No. 352240, as
previously appropriated by Capital Improvement Ordinance
No. 11337, as amended. Said total project costs consist of the
$397,721.00 contract cost and $78,059.00 estimated expenses
incurred by the City.
Section 4. The City Manager is hereby authorized2_1 to
enter into a contract on behalf of the City of Miami with
August Construction Company, Inc., for the project entitled
"RIVERVIEW PUMP STATION MODIFICATIONS, B-5625" , for the total
bid of the proposal.
Section 5. This Resolution shall become effective
immediately upon its adoption.
1� 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 -
9'7- 625
PASSED AND ADOPTED this
9th day of September, 1997.
ATTEST:
WALTER F CITY CLERK
CAPITAL PROJECT REVIEW:
GR71 SHEEHAN, COORDINATOR, CIP
SUBMITTED BY:
EPARTMENT
ES KA I DIRECTOR
DOF UBLIC WORKS
BUDGET X
A(GGEEMENT ANALYSIS REVIEW:
0'°
DIPAK P EKH, DIRECTOR
APPROVED AS TO FORM AND CORRECTNESS:
QLJ114N 0ONE8, III
CITY"ATT7
W1840:BSS
- 3 - 97- 625
TABULATION OF BIDS FOR
RIVERVIEW
PUMP STATION MODIFICATIONS,
B-5625
Received by the City Cls►Ir; Cflr of. Mtaml, Merida at 1000 A.N.
on June U, IM.
Oldder..Augnt Construction Co..
Afton 79<1 M.W. 92 Ave
Saath Florida`Ut111ties RegattaHEnalneerin
Urban Or nization
%oretine Foundation, Inc
Miami, FL 331b7
11 2 N 7 CT 1674 Man AT
Plantation. 33323 H. Beach, FL 33139
3800 N.W. 22 Ave
3211 M. Hcllondole Beadl Bird
Loasfee In fhm City of NI®I N13
►In .._
MIAMI, FL 33142
Pembroke Pork, F1 33023
B.B. $21,000
If hWtarItIse
Minor l ty Il~
BASE BID -THE TOTAL OF
I THROUGH 8-'BASED ON A
1A IDRED EIGHTY t 1801 W
SAY COMPLETION TIME.
IRREGULARITIES LEGEND
A - Na pawr-of-Attorney
B - No Atfl6evlt as to Capttot i Surplus of !lording company
C - corrected extenelone
D - Prapoeol Urwloned or Improperly Signed or No corporate soot
E - Incomplete Exfwwl=w
F - Non-responelve bid
G - Improper Old !loud
%0 H - Corrected did
1 -No Plrot source NItino Cowtlance Statement
11 J - No Minority Cwt low@ Statement
K - No oupllcate Old Proposal
P
11
NO
B. 5%
YES. �.
428.200.00 447,294.
THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED _
THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS
AUGUST CONSTRUCTION, INC. IN THE AMOUNT'OF 397,721.00
FOR THE TOTAL BID.
B I D 96-97-096
B-5625
TO: Honorable Mayor and Members
of the City Commission
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM so
AUG 2 T :.
DATE :
FILE : B-5625
Resolution Awarding Contract
SUBJECT :for Riverview Pump Station Renovation,
% B-5625
FROM REFERENCES.
Dr, FdW rd Marquez ENCLOSURES:
City Manager Resolution
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached resolution
accepting the low bid of August Construction Company, Inc., a company located within
Dade County and not within the City of Miami, for "Riverview Pump Station Renovation,
B5625", received June 24, 1997, in the amount of $ 397,721.00, Total Bid; authorizing
the City Manager to enter into a contract on behalf of the City.
BACKGROUND: No previous work with the City.
Amount of Total Bid: $ 397,721.00 % of Cost Estimate: 94.7%
Cost Estimate: $ 420,000.00
Source of Funds: Project No. 352240 , as appropriated by Fiscal Year 1995-96
Capital Improvement Ordinance No. 11337, as amended
Minority Presentation: 260 invitations mailed
25 contractors picked up plans & specs
( 5 Hispanic, 4 Black, 0 Female)
5 contractors submitted bids
( 1 Hispanic, 1 Black, 0 Female)
Public Hearings/Notices: No
Discussion: The Department of Public Works has evaluated the bids received on June
24, 1997, and determined that the lowest responsible and responsive bid, in the amount
of $397,721.00 is from August Construction Company, 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
625
FACT SHEET
PUBLIC WORKS DEPARTMENT DATE 6/25/1997
JOB No.: B-5625
CIP No.: 352240
PROJECT NAME: RIVERVIEW PUMP STATION MODIFICATIONS
TYPE:
LOCATION: N.W. 13 AVENUE AND N.W. 6 STREET
FEDERAL PARTICIPATION: a
PROJECT MANAGER: Leonard Helmers
ASSESSABLE:
ASSOCIATED DEPARTMENT: PUBLIC WORKS
EMERGENCY:
RESOLUTION No.:
BID REQUEST: FORMAL: INFORMAL:
DESCRIPTION: The project consists of a new bar screen and cleaning rake and appurtenances will be installed in the
existing um station. The old mechanical system will be removed.
(IF NECESSARY,CONTINUE ON THE BACK)
SCOPE OF SERVICES:
CITY OUTSIDE AMOUNT (%OF CONSTRUC. COST)
SURVEY/PLAT
SITE INVESTIGATION
PLANING AND STUDY %
DESIGN (Metric Engineering, Inc.) $37,000.00 %
SPECS AND BID PROCESS ® $500.00 %
BLUEPRINTING AND ADVERTISING ® $1,000.00 (Actual)
CONSTRUCTION ® $397,721.00
CONTT. INSP. & MANAGEMENT ® $27,850.00 7 %
OTHER Testing ® $5,000.00
SUBTOTAL $469,071.00 %
INDIRECT COSTS (1.43%) $6,709.00 (ENG.FEE)
CONTINGENCIES
(E) ESTIMATE = $ 420,000.00
TOTAL $475,780.00
CONTRACTOR'S INFORMATION:
CLASS: [= M QS TYPE OF WORK: Mechanical/ Electrical
YEARS OF ESTABLISHMENT:
2 Years NOW MINORITY:
NAME: IVANHOE T. HENNEY, President MINORITY: B H I F
ADDRESS: 7341 N.W. 32 Avenue, Miami FI 33147 LICENSE: CGC035843
CONTACT PERSON: Ivanhoe T. Henney TELEPHON (305) 696-9380
SUB -CONTRACTORS INFORMATION:
NAMES:
CLASS: J=JOINT P=PRIME
S=SUB
MINORITY: B=BLACK H=HISPANIC
F=FEMALE
I.UYICJ: HJJIJ IHIV I UIKtl.1 VKJ, I:VJ I AIVALYJIS, hlLt. AJJUL:]AI tU DtY I. REV.7/96
�7- 625
OCITY OF MIAMI OFFICE OF THE CITERK
RIn QlPr[TDrry r rc"r
BIDITEM: RIVERVIEW PUMP STATION MODIFICATIONS B-6625
BID NO.:
DATE BID(S) OPENED:
96-97-096
JUNE. 24, 1997
10:00 a.m.
TIME
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
AUGUST CONSTRUCTION CO.,.INC.
$ 397,721.00
B.B. $ 21,000.0.0
URBAN ORGANIZATION INC.
447,294.00
--------
SOUTH FLORIDA.UTILITIES INC.
417,206.00
B.B. 5%
REGOSA ENGINEERING
428,200.00
B.B. 5%
SHORELINE FOUNDATION, INC.
486,075.00
B.B. 5%
a..
received thneTy as of the above op-n':$
Ulu.
07.10 anl t'���r.
11
'
are hereby re; cl d as late."
F.11
T-Aly,
Person receiving bid(s) '
PUBLIC WORKS DEPARTMENT
(City Department)
received (S ) envelopes on behalf of
on O-Qne- 29 1 1 q 9
(Date)
SIGNED:
uty City Clerk
VA
Walter J. Foeman
TO
City Clerk
FROM : Ha a Regu ra
Department of Public Works
CITY OF MIAMI , FLORIDA
INTER -OFFICE MEMORANDUM
DATE : May 29,1997 FILE
SUBJECT: Riverview Pump Station and
Legion Park
REFERENCES:
ENCLOSURES:
Please note that contractors will submit bids`for the following projects:
"Riverview Pump Station Modifications, B-5625" on Tuesday, June 24, 1997, at
10:00 a.m. and "Legion Park Building Modifications - Fire Alarm & Interior
Painting, B-6269" on Tuesday, June 24, 1997, at WOO 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. Len Helmers, Andre Bryan 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 416-1244.
/HR
Encl.
o :V"
c: John Jackson
2:: +
=
'
Merilynn Renshaw
Project Manager
21
S
r`.
BID NO.96-97-096
ADVERTISEMENT FOR BIDS
Sealed bids for "RIVERVIEW PUMP STATION MODIFICATIONS, B-5625" will be
received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the 24 day of June,
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 improvements of the Riverview Pump Station with the
installation of a heavy duty stainless steel sluice gate, a new mechanical bar screen system, .
an interior wall and roll up door, exterior and interior painting, paving, tree trimming
and relocation, concrete sidewalk, and curb and gutter. In addition, the project calls for
the installation. of a new bubbler control panel, an automatic transfer switch, and a
working electrical, system for the sluice gate. Bidders will furnish a bid bond in
accordance with Resolutions No. 86-893 and No. 87-915. For further clarification of
technical issues as presented in the documents and specifications, please contact Mr. Len
Helmers, at (305) 416-1221.
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
N.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after JUNE 9, 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 $20.00 deposit required
for the first set of specifications and plans. Additional sets may be purchased for a fee of
$20.00 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 two (2) weeks 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. (B-5625, Req. 0646)
Edward Marquez
City Manager