HomeMy WebLinkAboutR-97-0749J-97-748
10/17/97
RESOLUTION No. 9 7- 749
A RESOLUTION ACCEPTING .THE BID OF VENECON,
INC., IN THE PROPOSED AMOUNT OF $158,000.00
TOTAL BID OF THE PROPOSAL, FOR THE PROJECT
ENTITLED:. "CITYWIDE EMERGENCY OPERATIONS
CENTER MODIFICATIONS, SECOND BIDDING,
B-3261"; ALLOCATING FUNDS THEREFOR FROM
CAPITAL IMPROVEMENT PROJECT NO. 313238, AS
APPROPRIATED BY CAPITAL IMPROVEMENT ORDINANCE
NO. 11337, AS AMENDED, TO COVER THE CONTRACT
COST OF $158,000.00 AND OF $48,060.00 TO
COVER THE ESTIMATED EXPENSES, FOR AN
ESTIMATED TOTAL COST OF $206,060.00; 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 September 11, 1997, for
the project entitled "CITYWIDE EMERGENCY OPERATIONS CENTER
MODIFICATIONS, SECOND BIDDING, B-3261;" and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from Venecon, Inc. be
accepted as the lowest responsible and responsive bid; and
WHEREAS, Fiscal Year 1995-1996 Capital Improvement Ordinance
No. 11337, as amended, appropriated monies for the proposed
amount of the contract, project expense, and incidentals under
Project No 313238;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA;
4-1
0 CT 2 8 1997
Resolution No.
97- 749
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 September 11, 1997, bid of Venecon Inc.,
in the proposed amount of $158,000.0.0, for the project entitled
"CITYWIDE EMERGENCY OPERATIONS CENTER MODIFICATIONS, SECOND
BIDDING, B-3261," 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
$206,060.00 is hereby allocated from Project No. 313238, as
appropriated by Capital Improvement Ordinance No. 11337, as
amended. Said total project costs consist of the $158,000.00
contract cost and $48,060.00 estimated expenses incurred by the
City.
Section 4. The City Manager is hereby authorized, -'I to
enter into a contract, in a form acceptable to .the City Attorney,
on behalf of the City of Miami, with Venecon Inc. for the project
entitled 11CITYWIDE EMERGENCY OPERATIONS CENTER MODIFICATIONS -
SECOND BIDDING, B-3261," 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 -
97- 749
v
PASSED AND ADOPTED this 28th day of October 1997
17
ATTEST:
WALTER J.
CITY CL
"J.K0,(f',--IlWR'IM
/S/
DIRECTOR
DEPARTMENT OF PUBLIC WORKS
BUDGET AND AGE NT ANALYSIS REVIEW:
DIPAK PAREM, bIRECTOR
CAPITAL IMPROVEMENTS PROJECT REVIEW:
�r
G�r SHEEHAN, COORbINATOR
APPROVED AS TO FORM AND CORRECTNESS:
A. Q NNalbil8s, I I I
CITY ATT EY
W1954:BSS
- 3 - 97- 749
1
CITY OF MIAMI, FLORIDA *CAml I
INTER -OFFICE MEMORANDUM
TO Honorable Mayor and Members of
the City Commission
FROM
Edward Mar ue
City Manager
RECOMMENDATION
r�
DATE
FILE :
SUBJECT : Resolution Awarding Contract for Citywide
Emergency Operations Center
Modifications, Second Bidding, B-3261
REFERENCES:
ENCLOSURES:
Resolution
It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of
Venecon Inc, whose principal is Oscar Bustamante, President, a company located within the City of Miami, for
the project entitled CITYWIDE EMERGENCY OPERATIONS CENTER MODIFICATIONS, SECOND
BIDDING, B-3261, received on September 11, 1997 , in the amount of $158,000.00 Total Bid, authorizing the
City Manager to enter into a contract on behalf of the City.
The last three (3) projects awarded to Venecon, Inc. are:
1- Gibson Park Rec. Building, B-6228
2- O.B. Modernization PH III A.D.A. Accessibility, B-6256
3- O.B. Modernization PH III Restrooms Improvements - 96, B-6262
BACKGROUND
Amount of Bid:
Cost Estimate:
$158,000.00
$155,000.00
0/6 of Cost Estimate: 102
Source of Funds: Fiscal Year 1995-1996, CIP Ordinance 11337 Project 313238
Minority Representation: 185 invitations mailed
12 contractors picked up plans and specs
( 5_Hispanic, 2 Black, - Female)
3 contractors submitted bids
(_ 2 Hispanic, _ BLack, Female)
Public Hearings/Notices: No public hearing/Bid Notice published.
Assessable Project: No
Discussion: The Department of Public Works has evaluated the bids received on September 11, 1997, and
determined that the lowest responsible and responsive bid, in the amount of $158,000.00, is from Venecon Inc. 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. Venecon, Inc. submitted a bid within 10% of
the low bid received and had established certification of a primary office location within the City limits prior to
submission of the bid as required by City Code Section 18-052.1(h).
97- 749
•
Ll
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE: 9115 / 1997
JOB #: B-3261
CIP #: 313239
PROJECT NAME: City Wide .Emergency Operations Center, Modifications (2nd Bid)
LOCATION: 3435 JEFFERSON STREET, MIAMI, FL
TYPE.
FEDERAL PARTICIPATION:O
PROJECT MANAGER ALBERTO CORRALES
ASSOCIATED DEPARTMENT: FIRE DEPARTMENT
ASSESSABLE: O
EMERGENCY:
RESOLUTION #.
BID REQUEST: FORMAL INFORMAL
DESCRIPTION: The project consists of the fumishing of all labor, materials and equipment for the
modifications of the Fire Training Center including but not limited to modify the walls, doors,
windows, etc. and some roof and utilities work for the new City Emergency Operations Center.
SCOPE OF SERVICES:
CITY OUTSIDE AMOUNT
(% OF COSTT. COST)
LABS. O $
SITE INVESTIGATION $
PLANNING AND STUDY O $
% OF EC
DESIGN $ 36,000.00
% OF EC
SPECS, AND BID PROCESS $
% OF Er -
BLUEPRINTING AND ADVERTISING $ 1,000.00
(E)
CONSTRUCTION* $ 158,000.00
(BID)
CONTT. INSP. & MANAGEMENT O $ 11,060.00
T % OF BID
OTTER Permits $
(E)
SUBTOTAL $ 206,060.00
%
INDIRECT COSTS - (1.43%)
S
(E) (ENG. FEE)
CONTINGENCIES (5%}10% s
$
(EC) ESTIMATE CONST. COST: S155,000.00 TOTAL $ 206,060.00
(E) ESTIMATE
CONTRACTOR'S INFORMATION:
CLASS: = EEI E 7s
NON - MINORITY
TYPE OF WORK: General Construction MINORITY
Ell F—H-1 �F
YEARS OF ESTABLISHMENT: 5
LICENSE
CGC- 045393
NAME: VENECON INC.
TELEPHONE:
(305)541-6080
ADDRESS: 1800 SW 1ST. STREET #212, Miami, Fl. 33135
CONTACT PERSON: Oscar Bustamante
CLASS: ]-JOINT P. PRIME S- SUB
MINORITY: B- BLACK
Ha HISPANIC F. FFMALE
SUBCONTRACTORS
Wiremaster
Findel Corp.
Prepared by Alberto
curlt5: ASSISIANr 01RtCTOKS, GUST ANALYSIS, FILE, CIP MANAGER, ASSOCIATED DEPT., CIP MANAGER
97- 749
j- 11
` F__
FORMAL BID
G,O
CITY WIDE EMERGENCY OPERATIONS CENTER -MODIFICATIONS, 2ND. BIDDING
Project Number: B-3261 CIP Number: 313238
Project Manager: , ALBERTO CORRALES Date: 09� 11 � 97
Person who received the bids: A. CORRALES _ Received at: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = $ 160,000.00 Time: 11:00 A.M.
BIDDER
CAPRICORNIO CONST. CORP
VENECON INC.
TITAN CONST. GROUP, BIC
TARAFA GENERAL CONT. INC
ADDRESS
2883 SW 69 CT.
MIAMI, FL 33155
1800 S.W. 1st ST. STE.212
MIAMI, FL 33135
1401 SW 1 ST. / 21
MIAMI, FL 33135
7150 SW 62 AVE. #101�
MIAMI, FL 33143
BID BOND AMOUNT
B.B.CHECK $11,250.00
B.B. VOUCHER
B.B. 5%
IRREGULARITIES
H
L
MINORITY OWNED
YES
YES
YES
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
BASE BID TOTAL OF ITEMS 1 THRU 11
$168,000.00
$164,000.00
$209.936.00
1
DIVISION 1: GENERAL REQUIREMENTS
$35,000.00
$15.000.00
$33,340.00
2
DIVISION 2: SITE WORK
0
$18.000.00
0
3
DIVISION 3: CONCRETE
$25,000.00
$17,000.00
$12,000.00
4
DIVISION 4: MASONRY
$25.000.00
$7.000.00
$5,000.00
5
DIVISION 5: METALS
19.000.00
$8,000.00
$21,700.00
8
DIVISION 7: THERMAL & MOISTURE PROTECTION
$4,000.00
$5,&0.00
$5.210.00
7
DIVISION 8: DOORS & WINDOWS
$17.000.00
$44,000.00
$99.786.00
8
DIVISION 9: FINISHES
0
$20,000.00
$7,600.00
9
DIVISION 15: MECHANICAL
$13.000.00
$8.000.00
$6,000.00
10
DIVISION 16: ELECTRICAL
$15,000.00
$7.000.00
$5.300.00
11
CONTINGENCY ALLOWANCE
$15,000.00
$15.000.60
$15,000.00
• 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 VENECON INC.
B — No Affidavit as to Capital & Surplus of Bonding Company FOR THE TOTAL AMOUNT OF $ 158,000.00
C — Corrected Extensions
D — Proposal Unsigned or improperly Signed or no Corporate Seat If the above contractor is not the lowest bidder explain:
E — Incomplete Extensions P
F — Non —responsive bid
G —Improper Bid Bond ----------------------------------------------------------------
H - Corrected Bid VENECON INC. SUBMITTED THE _SECOND_LOWEST _BID1_BUT_I4
--------------------------
I — No First Source Hiring Compliance Statement LQCATFIL yY1 R1 _THE_CUY_.UVLT3_ArID_1'IiFREFs?M�iEY11�AY QET TQ_______
J — No Minority Compliance Statement MATCH_THE_LQW-BII21F'_THE_M 'F MCE-BEME79-THEIR._ iMIAL_W_AND_
K — No Duplicate Bid Proposal TIiE_LQW_flW__13_LEa$ 'THAI3_L09�AH�EB_48I2INAI�LCI•i lY2•_11QI���___________
L — No Bid
i
J
C1Zt# Of tarot
,
WAI DEMAR E.
Director ♦ y
unu uun
O.
September 12, 1997 O�CF
Mr. Oscar Bustamante
Venecon Inc.
1800 SW 1 st Street, #212
Miami, FL 33135
Edward Marquez
C. E)B49
City Manager
Citywide Emergency Operations Center, Modifications B-3261, Second Bidding,
(Bid No. 96-97-117)
Dear Mr. Bustamante:
Section 18-52.1 (h) of the City Code, as amended, states that the City.
Commission may offer to a responsible and responsive local bidder, whose
primary office is located in the City of Miami, the opportunity of accepting a bid at
the low amount, if the original bid amount submitted by the local vendor does not
exceed 110 percent of the lowest other responsible and responsive bidder.
As a local vendor, your bid amount for the subject bid meets the above
requirements.
Please sign below to indicate your firm's acceptance or rejection of the bid at the
low bid amount of $158,000.00, subject to the City approval, and immediately
return the original of this letter to the Public Works Department no later than
September 17, 1997.
Linc
erel ,
James `. Kay
Interim Director
( V ) Accept
Venecon Inc.
Name: 040L 1&vSTakAaTQ Signature: 14-wer
Title: Ow! ayomr Date: 'I / /4C/4'
) Reject
DEPARTMENT OF PUBLIC WORKS! P.O. Box 330708 :Miami, FL 33 233-0708%(305) 416-1200/ Faxa305) 416-2153
97- 749
clitig of �ffiaxeml
Director
September 12, 1997
Mr. Hector A. Castro
Capricorn Construction Corporation
2883 SW 69 Ct
Miami, FL 33155
Edward Marquez
City Manager
RE: Citywide Emergency Operations Center Modifications, (Second
Bidding (Bid 96-97-117)
Dear Mr. Castro:
On September 11, 1997 at 11:00 A.M., the Clerk of the City of Miami received
and publicly opened and read sealed bids for "Citywide Emergency Operations
.Center, Modification, B-3261 (Bid-96-97-117)."
Capricorn Construction Corporation submitted the lowest responsible and
responsive bid, however, Section 18-52-1 (h) of the City Code, as amended,
states that the City of Miami Commission may offer to a responsible and
responsive local bidder, whose primary office is located in the City of Miami, the
opportunity of accepting a bid at the low bid amount, if the original amount
submitted by the local vendor does not exceed 110.percent of the lowest other
responsible and responsive bidder.
Venecon Inc., a local vendor, meets the above requirements. Venecon Inc. has
agreed to the low bid amount.
This is to inform Capricorn Construction Corporation that the City of Miami Public
Works Department will recommend to the Miami City Commission the
acceptance of Venecon Inc. revised bid for award of contract.
Sincerely,
ames J. K
Interim Director
JJ K/tp
cc: Judy S. Carter, Chief Procurement Officer
DEPARTMENT OF PUBLIC WORKS/ P.O. Box 330708 Miami, FL 33233-0708/(305) 416-1200/ Fax:(305) 416-21 53
'CITY OF MIAMI OFFICE OF THE CIT ERK
BID SECURITY LIST
Ilk -
BID ITEM: CITYWIDE EMERGENCY OPERATIONS;.-CENTIRR MODIFICATIONS �
SECOND BIDDING, B-3261
BID NO.: 96-97-117
DATE BID(S) OPENED: S E P T EM B E R 11, 1997 TIME 11 : 0 0 a. m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
CAPRICORN CONSTRUCTION CORPORATION
$ 158,000.00
B.B. $11,250.00
VENECON INC.
164,000.00
B.B. VOUCHER
TITAN CONSTRUCTION GROUP, INC.
214,917.00
B.B. 5%
NO BID
R. TARAFA GENERAL CONTRACTORS, INC.
z
"'Utters from the vendors listed horelm
received timely as of the above opsW,,,:,--T
a%re the onJ:a?
cute and 6r ^.
other o.fers submitted in response to thlf
gre, be "
sol city taon, if
. y,
1• �
Person receiving bid(s)
PU6LIC WORKS DEPARTMENT
(City Department)
received
(f—) envelopes on behalf of
on �- �i-Q-7
(Date)
SIGNED:
Deputy City Clerk
Walter J. Foeman
TO City Clerk
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE : August 21, IMI
SUBJECT :CITYWIDE EMERGENCY
OPERATIONS CENTER
MODIFICATIONS SECOND
FROM REFERENCWI)DING, B-3261
Tony Pr
Department of Public Works ENCLOSURES:
Please note that contractors will submit bids for the following projects:
FILE :
"Citywide Emergency Operations Center Modification Second Bidding, B326111 on
Thursday, September 11, 1997, at 11:00 a.m.
Any bid submitted after the time listed above, will not be accepted. Please make necessary
provisions for this bid opening.
The Project Manager, Alberto Corrales a representative overseeing the project, is 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 416-2131.
/TP
71--1
Encl.
>
c: John Jackson
Merilynn Renshaw
Project Manager
y
Sealed bids for "CITYWIDE EMERGENCY OPERATIONS CENTER
MODIFICATION SECOND BIDDING, B-3261" will be received by the City Clerk of
the City of Miami, Florida at 11:00 a.m. on the llth day of September, 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 consist of the furnishing of all labor, equipment and materials for the
modifications in the Fire Training Center (F.T.C.) (walls, windows, doors and roof),
including some utility services. City regulations will allow bidders to furnish
performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915.
For clarification of technical issues as presented in the documents and specifications,
please contact Roberto Sequeira at (305) 441-1556. Prospective bidders will be required
to submit, 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 N.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or
after August 25, 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, contractors, and subcontractors. Details are
contained in bid specifications. All bidders must also submit an affirmative action plan
with their bids. (Ordinances are contained in bid specifications.)
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-3261, Req. 0650).
Edward Marquez
City Manager