Loading...
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