Loading...
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