HomeMy WebLinkAboutR-96-0145J-96-70
2/29/96 9 6_ 1 4 5
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF ACTION LAND
DEVELOPMENT CORP., IN THE PROPOSED AMOUNT OF
$1,443,103.62, TOTAL BID OF THE PROPOSAL, FOR
THE PROJECT ENTITLED: "ORANGE BOWL
MODERNIZATION PHASE III, SUPERBLOCK
DEVELOPMENT - SOUTH, SECOND BIDDING, B-624911;
ALLOCATING FUNDS THEREFOR FROM PROJECT
NO. 404240, AS APPROPRIATED BY 1995-1996
CAPITAL IMPROVEMENT ORDINANCE NO. 11337, TO
COVER THE CONTRACT COST OF $1,443,103.62 AND
OF $212,211.20 TO COVER THE ESTIMATED
EXPENSES, FOR AN ESTIMATED TOTAL COST OF
$1,655,314.82; 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 February 13, 1996, for
the project entitled "ORANGE BOWL MODERNIZATION PHASE III,
SUPERBLOCK DEVELOPMENT - SOUTH, SECOND BIDDING, B-624911; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from Action Land
Development Corp. be accepted as the lowest responsible and
responsive bid; and
WHEREAS, funds in the amount of $1,655,314.82 are available
from Project No. 404240, as appropriated by Fiscal Year 1995-1996
Capital Improvement Ordinance No. 11337, adopted January 25,
1996, for the proposed amount of the contract, project expense
and incidentals;
CITY COMMISSION
MEETING OF
FEB 2 9 1996
Resolution No.
96- 145
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
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 February 13, 1996 bid of Action Land
Development Corp. in the proposed amount of $1,443,103.62, for
the project entitled "ORANGE BOWL MODERNIZATION PHASE III,
SUPERBLOCK DEVELOPMENT - SOUTH, SECOND BIDDING, B-624911, 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
$1,655,314.82 is hereby allocated from Project No. 404240, as
appropriated by Fiscal Year 1995-1996 Capital Improvement
Ordinance No. 11337.. Said total project costs consist of the
$1,443,103.62 contract cost and $212,211.20 estimated expenses
incurred by the City.
Section 4. The City Manager is hereby authorized!/ to
enter into a contract on behalf of the City of Miami with Action
Land Development Corp., for the project entitled "ORANGE BOWL
MODERNIZATION PHASE III, SUPERBLOCK DEVELOPMENT - SOUTH, SECOND
BIDDING, B-624911, for the total bid of the proposal.
i� 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- 145
Section 5. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 29th
ATTEST:
ALTER J. CITY CLERK
CAPITAL PROJECT REVIEW:
G SHEEHAN, COORDINATOR, CIP
SUBMITTED BY:
(') t tu,'
WALDEMAR E. LEE, DIRECTOR
DEPARTMENT OF PUBLIC WORKS
LEGAL REVIEW BY:
\� "\
G. MIRIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
/' - -, /�e � �/- ", � � D - '—, z-,=::: � -- - 1:! 4 �
A. QUINN JONES III
CITY ATTORNEY
W633:BSS
- 3 -
day of February , 1996.
• 4A-,%' _
STE EN P. CLERK, YOR
96- 145
CITY OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM 94
TO : Honorable Mayor and Members oarE : EEB FILb�6249
of the City Commission
SUBJECT: _
RESOLUTION AWARDING
Contract for Orange Bowl
FROM : REFERENCESKoderni z at ion Phase III
Cesar o Superblock Development
City er ENCLOSURE60Uth - SECOND BIDDING
RECOMMENDATION
It is respectfully recommended that the City Commission adopt
the attached resolution accepting the low bid of
,a company located Dade county
and the City of Miami, for "ORANGE BOWL MODERNIZATION
PHASE III, SUPERBLOCK DEVELOPMENT SOUTH, SECOND BIDDING, B-
6249, received on February 13, 1996, in the amount of $
Total Bid; authorizing the City Manager to enter into
a contract on behalf.of the City.
MArrrrDrliTAin
Amount of Bid: $
Cost Estimate: $1,450,000 % of Cost Estimate:
Source of Funds: Fiscal Year 1994-1995 CIP Ordinance No.11205
Minority Representation: invitations mailed
contractors picked up plans & specs
(_ Hispanic, Black, Female)
contractors submitted bids
(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 February 13, ,1996 and determined the lowest
responsible and responsive bid, in the amount of $
is from a 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 Resoltuion
96- 145 1
SATI DID(S) OPINIDS
SID -SECBRITT LIST
------------
ORANGE BOWL MODERNIZATION, PHASE III, SUPERBLOCK
�O-l-Nw--l---ww--rr--wwM---lN---l-N-r-r----r MN!
DEVELOPMENT- SOUTH, B-6249 (Second bidding)
�-.wwrrlrrwN rrllrwr r.�rr wwwwNr�rrrl�.r rw!lrlrr rlsr-ter
95-96-052
FEBRUARY 13, 1996 11:00 a.m.
.1-----------------------------�-
�®T�L SI�_p0�D�osl
SIDDS1t
LID jj2VNT
�oSilY=1t:S_CRECR�
l--wrrllNrNrwrN rr
ACTION LAND DEVELOPMENT CORP.
N-r-----ral-Nl-r-
rrrlrlrN
$
lr�w- rww!llw--!!!!-w
1,443,103.62 B.B.
wNr
5%
TECHNOLOGY CONS. CORP.
wrrr----NN-------
--N--N
$
rr---
1,494,534.25
---r-------sNwrr!-N
B.B.
$ 81,233.37
-Nr---w---
$
1,646,328.60
B.B.
5%
MET CONSTRUCTION, INC.
RONLO, INC. $ 1,743,006.25 B.B. $ 107,250.00
P.J.
-w�.wwr-----s--r--a•--- --r-N--N!!N-rr-r--rw�
CONSTRUCTORS, INC. $ 1,789,113.90 B.B. 5%
Nl-----,---- -- - -r - r - ----- -------rw
M. VILA & ASSOCIATES, INC.
--rN--- - --- --
$
-r-
1,814,706.75
- -1- ------
B.B.
-- ------
5%
--- - --- -
MARKS BROTHERS, INC.
w�-_...-----------------
$
-------------
1,848,991.95
B.B.
r--------------------�...
5%
SOVEREIGN CONSTRUCTION GROUP
-----------------
$
-------------
1,926,264.20
B.B.
-----------------------!
5% '
C.O.B.A.D. CONSTRUCTION CORP.
-------------------
$
-------------
2,027,100.00
B.B.
5%
URBAN ORGANIZATION, INC.
----------------
$
r--------------
2,653,972.00
----
B.B.
-------------------------
-------- -----------
$ 85,000.00
err "#--ri i
- ----------------------
o 1is FY reTcrn rre fh-e - n'Iyrc�i rs --
r�,..,_da_e arz_f time. -All --------------
-------------=-
a"h'" „'-r,:"^d in niq*)once to this solicitetio 1, if any,
-ra�ct�r�l-�.s-3cat�--- ---
»:o ...
— - - - - - - - - - - - - - - - - - -------------------- -
--- - — - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
— — — — — — — — — _ C
r -rrrrrr..- ---� �--rrr_r-
-- -- -- - - - - - -- - -- - - - - - - - - -- - - - - - - - - - - - -
- - -- - - - - - -- -r - - - - - - - - - - - - - -
--------------------------------r.�-r-r---r--_r-r-
- - - -- - - - - --- - - - -- - - - - r -- - - - - - - -- -
--- - -- -- - -- - - - - - r _ - - - - - - -- - - - -- - - - - - - - - -
--�,------------ 4--------------&-----------------------
��- - - - - - - - - - - - - - - - & ------------------------
-a
- envelopes on behalf of
(parson receivi-I-bias) -
Publ is xgT)J@ ________-- _ on ��) ��'
(city Department) ----------- --- ---- --- --------
xlcnb� _
- - - ---------
A Ayty-City erk)
13 1111 JJ
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO
Walter J. Foeman, City Clerk
City of Miami
FROM
a D a.is,ax. Secretary
Department of Public Works
DATE :
January 22, 1995
FILE :
SUBJECT :
ORANGE BOWL MODERNIZATION,
PHASE III, SUPERBLOCR
DEVELOPMENT - SOUTH, B-6249
REFERENCE(2nd Bidding)
ENCLOSURES:
Please be advised that contrRctors will submit bids for the above
referenced project on:
FEBRUARY 13, 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.
/ BAD
Encl.
BID NO. 95-96-052
ADVERTISEMENT FOR BIDS
Sealed bids for "ORANGE BOWL MODERNIZATION, PHASE III, SUPERBLOCK
DEVELOPMENT -SOUTH, B-6249 (2nd Bidding) will be received by the
City Clerk of the City of Miami, Florida at 11:00 AM on the 13th
day of February, 1996, at the City Clerk's Office, first floor of
the Miami City Hall, 3500 Pan American Drive, Dinner Rey, 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 furnishing of all labor, materials
and equipment for the demolition and site development of the
Orange Bowl Stadium including new parking areas, drainage, new
access gates, promenades, walkways, lighting, fencing, signage,
landscaping and irrigation. Bidders will furnish performance and
bid bonds in accordance with Resolutions NO. 86-983 and No. 87-
915. For technical questions regarding plans and specifications,
please contact Juan B. Ordonez, at (305) 579-6865. The prime
contractor shall have a Certification of Competency as an
Engineering Contractor. Prospective bidders will be required to
submit, with their bid, a copy —of the appropriate Certificate of
Competency, as issued by Dade County, 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 January 25, 1995. If bidders wish, a
set of plans and 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 plans and 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 plans and
specifications to the Department of Public Works, unmarked and in
good condition within two (2) weeks after the operiing,,.;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 submit an
Affirmative Action Plan with their bids. (Ordinances are
contained in Bid Specifications). 7'
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 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 or all bids, and readvertise (B-6249, Req. 0602).
Cesar H. Odio
. J
W
City of Miami 0602
This number must
REQUISITION FOR ADVERTISEMENT appear in the
- advertisement.
INSTRUCTIONS: Please type and attach a f the v n.
1. Department:
r
2. Division:
ATIMTNISTRATIGN
3. Account Code number:
rTPdf hn424n
4. is this a confirmation:
U Yes ❑ No
5. Prepared by:
Berta A. Davis
6. Size of advertisement:
319 ,>_ _
7. Starting date:
Jan. 25. 1996
8. Telephone number:
579-6865
9. Number of times this advertisement is to be
published: once
10. Type of advertisement:
x❑ Legal ❑ Classified ❑ Display
11. Remarks:
"ORANBE BOWL MODERNIZATION, PfiASE III SUPERBLOCK DEVELOPMENT—SOUTtt
B-6249, (SECOND 'BIDDING)"
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
N
t..�
13
Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment Date
C GS/PC 503 Rev. 12/89 Boutin Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
_.
a
-- r BID NO. 95-96-052
ADVERTISEMENT FOR BIDS
Sealed bids for "ORANGE BOWL MODERNIZATION, PHASE III,-SUPERBLOCR
DEVELOPMENT -SOUTH, B-6249 (2nd Bidding) will be rei'ekved`by the
City Clerk of the City of Miami, Florida at 11:00 AM -'on the 13th
day of February, 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 furnishing of all labor, materials
and equipment for the demolition and site development of the
Orange Bowl Stadium including new parking areas, drainage, new
access gates, promenades, walkways, lighting, fencing, signage,
landscaping and irrigation. Bidders will furnish performance and
bid bonds in accordance with Resolutions NO. 86-983 and No. 87-
915. For technical questions regarding plans and specifications,
please contact Juan B. Ordonez, at (305) 579-6865. The prime
contractor shall have a Certification of Competency as an
Engineering Contractor. Prospective bidders will be required to
submit, with their bid, a copy of the appropriate Certificate of
Competency, as issued by Dade County, 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 January 25, 1995. If bidders wish, a
set of plans and 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 plans and 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 plans and
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 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 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 or all bids, and readvertise (B-6249, Req. 0602).
Cesar H. Odio
City Manaqer