Loading...
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