HomeMy WebLinkAboutR-96-0143J-96-103
1/10/96
96- 143
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF HORIZON
CONTRACTORS, INC. IN THE PROPOSED AMOUNT OF
$160,038.00, TOTAL BID OF THE PROPOSAL, FOR
"COCONUT GROVE IMPACT FEE STORM SEWER PROJECT,
B-5622"; ALLOCATING FUNDS THEREFOR FROM PROJECT
NO. 352292,- AS APPROPRIATED BY THE FISCAL YEAR
1994-1996 CAPITAL IMPROVEMENT ORDINANCE NO.
11205, AS AMENDED, IN THE AMOUNT OF $160,038.00
TO COVER THE CONTRACT COST AND $26,535.32 TO
COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED
TOTAL COST OF $186,573.32; 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 January 9, 1996, for
"COCONUT GROVE IMPACT FEE STORM SEWER PROJECT, B-5622"; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from Horizon Contractors,
Inc., be accepted as the lowest responsible and responsive bid;
and
WHEREAS, the Fiscal Year 1994-1995 Capital Improvement
Ordinance No. 11205, as amended, adopted November 17, 1994,
appropriated monies for the proposed amount of the contract,
project expense, and incidentals under Project No. 352292 of said
Ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
CITY COMMISSION
MEETING OF
FEB 2 9 1996
Resolution No.
96- 143
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 January 9, 1996, bid of Horizon
Contractors, Inc., In the proposed amount of $160,038.00 for the
project entitled "COCONUT GROVE IMPACT FEE STORM SEWER PROJECT,
B-5622", 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
$186,573.32 is hereby allocated from Project 352292, as
appropriated by the Fiscal Year 1994-1995 Capital Improvement
Ordinance No. 11205, as amended. Said total project cost consists
of the $160,038.00 contract cost and $26,535.32 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 Horizon
Contractors, Inc., for "COCONUT GROVE IMPACT FEE STORM SEWER
PROJECT, B-5622" total bid of the proposal.
Section 5. This Resolution shall become effective
Immediately upon Its adoption.
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 -
96- 143
PASSED AND ADOPTED th I s 29th day of February 1996.
a
STE EN P. CLARR, MAYOR
ATTEST:
WALTER J. rOEMAN
CITY CLERK
CAPITAL PROJECT REVIEW:
GRA SHEEHAN
C.I.P. COORDINATOR
SUBMITTED BY:
�w—
WALDEMAR E. LEE
DIRECTOR OF PUBLIC WORKS
LEGAL REVIEW BY:
t R&L
G. MIRIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
� ;ex I I Z, � �,, //l /
A. Q INN S, III
C I TY ATT EY
-3-
96- 143
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Honorable Mayor and Members DATE
of the City Commission
�N
FILE : B-5622
SUBJECT: Resolution Awarding Contract
for Coconut Grove Impact Fee
Storm Sewer Project, B-5622
FROM : Cesa I O REFERENCES:
City ger
ENCLOSURES: Resolution
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the bid of Horizon Contractors, Inc., a
company located within Dade County and not within the City of Miami,
for the "Coconut Grove Impact Fee Storm Sewer Project, B-562211,
received January 9, 1996, in the amount of $160,038.00, Total Bid;
authorizing the City Manager to enter into a contract on behalf of
the City.
BACKGROUND
Amount of Bid:
Cost Estimate:
Source of Funds:
$160,038.00
$247,500.00
% of Cost Estimate: 65%
Fiscal Year 1994-95 Capital Improvement Ordinance
No. 11205, Project Number 352292 -'-
Minority Representation:
Public Hearings/Notices:
Assessable Project: No
22 contractors picked up plans & specs
(9 Hispanic, 2 Black, 0 Female)
11 contractors submitted bids
(6 Hispanic, 2 Black, 0 Female)
No public hearing/Bid Notice published.
Discussion: The Department of Public Works has evaluated the bids
received on January 9, 1996 and determined that the lowest
responsible and responsive bid, In the amount of $160,038.00, is from
Horizon Contractors, 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.
Attachment:
Proposed Resolution
��'- 143
FACT SHEET
�UBLIC WORKS DEPARTMENT
DATE: 01109196
JOB #: B-5622
PROJECT NAME: COCONUT GROVE IMPACT FEE STORM SEWER PROJECT
C.I.P. #: 352292
LOCATION: CITY WIDE
TYPE:
FEDERAL PARTICIPATION: ❑
PROJECT MANAGER: AMILCAR CHOQUEHUANCA
ASSOCIATED DEPARTMENT: PUBLIC WORKS
ASSESSABLE: ❑
EMERGENCY: ❑
RESOLUTION #:
BID REQUEST: FORMAL[ INFORMAL(❑
DESCRIPTION: THE PROJECT CONSISTS OF THE INSTALLATION OF CATCH BASINS AND FRENCH DRAINS THAT WILL ALLEVIATE FLOODIN
WHERE NEIGHBORS HAVE BEEN COMPLAINING WITHIN THE COCONUT GROVE IMPACT FEE DISTRICT.
IF NECESSARY, CONTINUE ON THE BACK
SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONTT. COST)
SURVEY/PLAT ❑ ❑ (ACTUAL
SITE INVESTIGATION ❑ [—�
PLANNING AND STUDY ❑ ❑] % OF (EC)
DESIGN 0 ❑ $ 9,602.28 6 % OF (EC)
SPECS AND BID PROCESS ❑ $ 300.00 % OF (EC)
BLUEPRINTING AND ADVERTISING 0 ❑ $ 800.00 (E)
CONSTRUCTION S 160,038.00 (BID)
CONST. INSP. & MANAGEMENT ❑] $ 11,202.66 7 % OF BID
OTHER TESTING [❑ ❑] $ 2,000.00
SUBTOTAL $ 183,942.94 13 %
INDIRECT COSTS (1.43%) S 2,630.38 (E) (ENG. FEE)
CONTIGENCIES
(Ec) EsTiMATEcoNsr. COST. $ 247,500.00 TOTAL $ 186,573.32
(E) ESAMA TE
CONTRACTOR'S INFORMATION:
CLASS: J❑ Q ❑S TYPE OF WORK STORM SEWER NON MINORITY ❑
YEARS OF ESTABLISHMENT: 2 MINORITY ❑B ® ❑F
NAME -..HORIZON CONTRACTOR, INC. LICENSE 316557-8
ADDRESS: 6157 N.W.167 ST F-24 MIAMI, FL 33015
CONTACT PERSON JOSE M. SANCHEZ TELEPHONE (305) 828.2050
SUB -CONTRACTORS
NAMES:
CLASS: J= JOINT P= PRIME S= SUB
MINORITY: B= BLACK H= HISPANIC I- FEMALE
3
96-- 142
c�
C�
LJ1
TABULATION OF BIDS FOR
COCONUT GROVE IMPACT FEE STORM SEWER PROJECT 0-5622
Received by the City Clerk. City of Miami. Florida of 11:00 A.M. an January 9. 1996
B I D DE R
HORIZON CONTRACTORS, INC
ROYAL ENGINEERING
ACTION LAND
METRO EQUIPMENT
CONSTRUCTION. INC,
DEVELOPMENT CORP.
ADDRESS
6157 N.W. 167 ST F-24
715 S.W. 73 AVE e4
14250 S.W. 106 TERR
14941 S.W. E7 AVE
Miami, FL 33015
Miami, FL 33144
Miami. FL 331E6
Miami, FL 331
LOCATED IN THE CITY OF MIAMI
NO
YES
NO
NO
LICENSED 9 INSUREO AS PER CITY CODE 9 METRO ORD.
YES
YES
YES
YES
BID BOND AMOUNT
B. B. 5%
B.B.V. 131395-12
B. B. 5%
B. B. 5%
IRREGULARITIES
C
MINORITY OWNED
YES, H
YE$, H
YES, H
NO
TOTAL BID: THE TOTAL OF ITEMS 1 THRU 14 BASED ON
A ONE HUNDRED FORKING DAY COMPLETION TIME
$ 160.038.00
$ 197,468.00
$ 202,370.00
$ 229.571.00
B I D D E R
SOVEREIGN CONSTRUCTION
MIRI CONSTRUCTION, INC.
OCEAN BAY
P,N.M, CORPORATION
GROUP. INC.
CONSTRUCTION, INC.
ADDRESS
2300 N.W. 94 AVE e200
7340 S.W. 121 ST
2200 N.N. 16 ST
3760 N.M. 22 AVE
Miami, FL 33172
Miami, FL 33156
Pompano. FL 33069
Miami, FL 33142
LOCATED IN THE CITY OF M I AM I
NO
NO
NO
YES
LICENSEO A INSURED AS PER CITY CODE 9 METRO ORO.
YES
YES
YES
YES
B I D BOND AMOUNT
B. B. 5%
B. B. 5%
B. B. 5%
B. B. 5%
IRREGULARITIES
MINORITY OWNED
YES, H
YES. H
NO
YES, H
TOTAL 810: THE TOTAL OF ITEMS 1 THRU 14 BASED ON
A ONE HUNORED WORKING DAY COMPLETION TIME
$ 256.838.00
$ 230.305.00
$ 237,742.00
$ 243. 968.00
LEGEND
A - No PorIRREGULARITIES
THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED
B - No Allidovil as to Copilot A Surplus of Bonding Company That the Lowest Responsible and Responsive Bidder is
C -Corrected Extensions
0 -Proposal unsigned or improperly Signed or No Corporal& Seal HORIZON CONTRACTORS, INC, in The Amount of $ 160,038.00
E- Incomplete Extensions for the TOTAL B I D of the Proposal.
F -Non-responsive bid
G,- Improper Bid Bond
H -Corrected Bid
f
« I- No First Source Hiring Compliance Statement
1 - No Minority Compliance Statement
B I D 95-96-030
K-hio Oupllcole Bid Proposal
n Prep. By:EE Pope 1 0l 2 B-5622
21
C.Q
TABULATION OF BIDS FOR
COCONUT GROVE IMPACT FEE STORM SEWER PROJECT Be5622
Received by the City Clerk, City of Miami, Florida of 11%00 A.M. on January 9, 1996
B I DDER
TEMPLE'S HErACY HAULING.
FOOSTERNSTRAC ORNE E
THE ACME GROUP, INC.
ADDRESS
2560 N.W. 74 ST
3650 N. FEDERAL MWY e215
7251 Biscayne Bldv,
Miami, FL 331e7
Pompano Beach, FL 33064
Miami, FL 33138
LOCATED IN THE CITY OF MIAMI
NO
NO
YES
LICENSED d INSURED AS PER CITY CODE & METRO ORD.
YES
YES
YES
BID BOND AMOUNT
B.B. $13,500.00
B.B. 5%
B.B. $25,000.00
IRREGULARITIES
H
MINORITY OWNED
YES, 8
NO
YES. .B
TOTAL 810: THE TOTAL OF ITEMS 1 M 14 BASED ON
A ONE RWREO WORKING OAY COMPLETION TIME
$ 244,428.00
$ 336.238.00
$ 443 , 916. 00
BIDDER
ADDRESS
LOCATED IN THE CITY OF MIAMI
LICENSED 8 INSURED AS PER CITY CODE d METRO ORD.
BID BOND AMOUNT
IRREGULARITIES
MINORITY OWNED
TOTAL BID: THE TOTAL OF ITEMS 1 THRU 14 BASED ON
A ONE KINDRED WOWING DAY COMPLETION TIME
A - No Pay=R REC1U 10AR ey iES LEGEND THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED
B - No Allidoep 1 to Copilot 1 Surplus al Banding Coany
C -Correctedd Extensions Thai the Lowest Responsible and Responsive Bidder is
xt
D -Proposal unsigned or improperly Signor or No Corporole Seal HORIZON CONTRACTORS, INC, in The Amount of $ 160,038.00
E- incomplete Extensions for the TOTAL B I D of the Proposal.
F -Non-responsive bid
G -improper Bid Band
H' Corrected aid
NI - No First Source Hiring Compliance Statement
, 1 - No Minority Camptlance Statement
B I D 95-96-030 1 JOB NO
K -No Duplicate Bid Proposal n Prep. 9yoEE Page 2 of 2 1 B-5622
DID —SECVRITT LIST
----------------
SID ITEM: COCONUT GROVE IMPACT FEE STORM SEWER PROJECT B-5622
�.-.rrrr-.rrrrer�.rrrrrrrr_ _wr�l r-eq rrrw rrrrrrw rrr-rar
DID =p.s 95-96-030
yrNrrrr r r---w--rr errs----------r_r---M
'>TE DID($) 0?$NHDs JANUARY 9, 1996 11:00 a.m.
--rr_!1.—,—weer...-----rl—lrr..t.e..� �
r /
sIDM
HORIZON CONTRACTORS INC.
ROYAL
ACTION
ENGINEERING CONSTRUCTION
------------
LAND DEVELOPMENT CORP.
METRO EQUIPMENT
29M 8ID_SOND1O=l ',,
ID ANOWT g:BI=A's MCK
$ 160,038.00 B.B. 5%
__-er_r-_!!O_r _rlrerrlerler�err-w _O
$ 197,468.00 BB; VOUCHER
--------------- —=--------------------
$ 202,370.00 B.B. $ 12,500.00
_r�r-r!_____eo rrrrwsrrr-rrkrrsw_
$ 229,571.00 B.B. $ 17,500.00
SOVEREIGN CONT•RUCTION GROUP 1 $ 256,838•.00 B.B. $ 15,000.00
------------------- ----------------------
MIRI CONSTRUCTION INC. $ 230,305.00 B.B. 5%
OCEAN BAY CONSTRUCTION, INC.
P.N.M. CORP.
TEMPLE'S HEAVY HAULING, INC.
$ 237,742..00 B.B. 5%
--------------------- ----- ---------=
$ 243,968.00 B.B. 5% '
------__-_!__- -rl--------------------
$ 244,428.00 B.B. $ 13,500.00
R MARINE CONTRACTORS $ 338,238.00 B.B. 5%
------------------------------ ----------------------
1
CME GROUP, INC. $ 443,866.00 B.B. $ 25,000.00
--------------------------------
i -71rd -"fid5ir-rigf L'IMNiri -are-V76- nr 6rrrs ---j----------
received timely cis of_ the above oaen!nq d(-!e az_ _tine_ All-L_-_-l--__-
fher�fess submitted in rr.�3�C'Tis to ih a Se?ic t�ti/ n• if rz-iy,
are h,Qmhy--raiiaC. uL GZ.a�---/-------------------------- ----------
-
------------------- 1---------------�__--------------------
----------------- b--------------
--------------I--------------
-- r---- - -----I- --- --- -.- _ _- - - -
---- ------ -?-----
�— c?,'' �
--------- ------ ------
------ ----------------
- _1--------------
I -------.-.-.-- -- -I ----------u-------------
--_q-r--__---r_--- r-r---- -�------------.---.i-•----------
•------------ 4 --------------
' ----- receives 0 envelopes on behalf of
(person tscel iag b16e�—
(City Department)
SIGH
puiVelt lo:kj
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Walter_ J. Poeman, City Clerk DATE December 1, 1995 FILE
City of Miami
sUWECT : COCONUT GROVE IMPACT FEE
STORM SEWER PROJECT, B-5622
FROM er'ta A. Da 1S, �&c . Secretary REFERENCES:
Department of Public Works
ENCLOSURES:
Please be advised that contractors will submit bids for the above
referenced project on:
JANUARY 9, 1996
11:00 AM
Any bid submitted after the time listed above, will not be accepted by
the City Clerk. Please make necessary provisions for this bid.
opening.
The Project Manager and/or a .representative overseeing this project
will be present at the time of openings. Should there be
cancellation/postponement, we will notify you in writing, prior to the
opening date of the bids.
If you have any questions, please contact me at 579-6865.
/ B.AD
Encl.
4
}
j
BID. NO. 95-96-030
ADVERTISEMENT FOR BIDS
Sealed bids for "COCQNUT GRUVE IMPACT FEE STORM SEWER PROJECT B--5622", will be
received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 9th
day of January, 1996, 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 subadtted
after the above appointed time will not be accepted by the City Clerk.
The project consists of the construction of drainage structures at designated
locations Citywide. It will include 24" and 30" Perforated Aluminum French
Drains, concrete and ductile iron pipe in various sizes; catch basins, manholes
and surface restorations. Bidders will furnish a bid bond in accordance with
Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as
presented in documents and specifications, please contact Leonard Helmers, P.E.
Chief Civil Engineer, Project Manager, at (305) 579-6865. 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. Plans and specifications may be obtained from
the Office of the Director of Public Works, 275 N.W. 2 Street, 3rd Floor, Miami,
Florida, 33128, on or after December 18, 1995. if bidders wish, a set of
specifications will be mailed to them by writing to the Department of Public
Works and including a separate check for $8. There will be a $20 deposit
required for the first set of specifications. Additional sets may be purchased
for a fee of 20 per set and this is not refundable. Deposits will be refunded
only upon the return of one set of specifications to the Department of Public,
Works, urmiarked and in good condition within two (2) weeks after the opening of
the bids.
Bidders are alerted to the provisions of Ordinance No. 10062, as amended,
regarding allocation of contracts to minority vendors, contractors and
subcontractors. All bidders must also submit an Affirmative Action Plan with
their bids.
The City of Miami has adopted Ordinance No. 10032, which implenents the "First
Source Hiring Agreement." 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) 579-6856.
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 readvertise (B-5622, Req. 0594).
Cesar H. Odio
City Manager
BID. NO. 95-96-030 G"
ADVERTISEMENT FOR BIDS
Sealed bids for "COOOtM C,HVE IWACr FEE STORM SEWER P1 JE C.T 0-5622" , will be
received by the City Clerk of the City of Miami., Florida at 11:00 AM on -the 9th
day of January, 1996, 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 construction of drainage structures at designated
locations Citywide. It will include 24" and 30" Perforated Aluminum French
Drains, concrete and ductile iron pipe in various sizes; catch basins, manholes
and surface restorations. Bidders will furnish a bid bond in accordance with
Resolutions No. 86-903 and No. 87-915. For clarification of technical issues as
presented in documents and specifications, please contact Leonard Helmers, P.E.
Chief Civil Engineer, Project Manager, at (305) 579-6865. Prospective bidders
will be required to suxmit, with their bid, a copy of the appropriate
Certificate of Competency, as issued by Dade County,in accordance with Chapter 10
of the Metxnpolitan 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 requite each bidder to submit
proposals in duplicate originals. Plans and specifications may be obtained from
the Office of the Director of Public Works, 275 N.W. 2 Street, 3rd Floor, Miami,
Florida, 33128, on or after December 18, 1995. If bidders wish, a set of
specifications will be mailed to them by writing to the Department of Public
Works and including a separate check for .SL8. There will be a _�20 deposit
required for the first set of specifications. Additional sets may be purchased
for a fee of $20 per set and this is not refundable. Deposits will be refunded
only upon the return of one set of specifications 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 No. 10062, as amended,
regarding allocation of contracts to minority vendors, contractors and
subcontractors. All bidders must also sutmit an Affirmative Action Plan with
their bids.
The City of Miami has adopted Ordinance No. 10032, which implements the "First
Source Hiring Agreement." 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 wider this program. For further information contact the Department
of Public Works, City of Miami., at (305) 579-6856.
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 readvertise (B-5622, Req. 0594).
Cesar H. Odio
City Manager
�'- City of Miami 0 H 44
REQUISITION FOR ADVERTISEMENT This number must Q � appearin the
advertisement.
INSTRUCTIONS: Please type and attach a copy Qf the dv
1. Department:
PUBLIC WORKS
72. Division:
3. Account Code number:
CIP #352292
4. Is this a confirmation:
ILI Yes ❑ No
5. Prepared by:
6. Size of advertisement:
19201-287 95-96-030
7. Starting date:
December 18 1995
8. Telephone number:
5 r
9. Number of times this advertisement is to be
published: once
10. Tye of advertisement:
Legal ❑ Classified ❑ Display
11. Remarks:
"COCONUT GROVE IMBACT FEE STORM SEWER PROJECT, B—.5622"
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount .
13.
f
if Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment Date
C IGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
Lila 111I2V I IVIv: n11110 - U.O.M., Vi111111r - L uptu Ulltl111
t