Loading...
HomeMy WebLinkAboutR-96-0218.r J-96-152 3/7/96 96-- 21.8 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF GIMROCK CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF $4,633,000.00 TOTAL BID OF THE PROPOSAL, FOR "MIAMARINA REDEVELOPMENT PHASE IV, NEW PIERS, H-10141)"; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 413400, AS APPROPRIATED BY THE FISCAL YEAR 1995-1996 CAPITAL IMPROVEMENT ORDINANCE NO. 11337, IN THE AMOUNT OF $4,633,000.00 TO COVER THE CONTRACT COST AND $646,000.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $5,279,000.00; 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 March 5, 1996, for "MIAMARINA REDEVELOPMENT PHASE IV, NEW PIERS, H-10141)"; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Gimrock Construction, Inc., in the proposed amount of $4,633,000.00 , be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1995-1996 Capital Improvement Ordinance No. 11337, as amended, adopted on January 25, 1996, appropriated monies for the proposed amount of the contract, project expense, and incidentals under Project No. 413400 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF MAR 2 6 1996 Resolution No. 96. 218 Im 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 March 5, 1996, bid of Gimrock Construction, Inc., in the proposed amount of $4,633,000.00, for the project entitled "MIAMARINA REDEVELOPMENT PHASE IV, NEW PIERS, H-10141)" 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 $5,279,000.00 is hereby allocated from project No. 413400, as appropriated by the Fiscal Year 1995-1996 Capital Improvement Ordinance No. 11337, as amended. Said total project cost consists of the $ 4,633,000.00 contract cost and $646,000.00 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 Gimrock Construction, Inc., for "MIAMARINA REDEVELOPMENT PHASE IV, NEW PIERS, H-10141)", total bid of the proposal. Section S. This Resolution shall become effective immediately upon its adoption. The herein authorization is further subject to compliance with all requirements hat may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 2 - 96- 218 PASSED AND ADOPTED this 26th day of March , 1996. A E T: _) WALTER J. (WAN CITY CLERK CAPITAL PROJECT REVIEW: GRr SHEE AN, COORDINATOR, CIP SUBMITTED BY: WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS LEGAL REVIEW BY: G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: ,74 w���. - 3 - I F-M • STEP 'N P. CLARK, MAYOR 96- 218 W TO : FROM : CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM The Honorable Mayor and Members of the City Commission city RECOMMENDATION DATE : March 5, 1996 FILE : H1014D SUBJECT Resolution Awarding Coiitractfor Miamarina Redevelopment Ph.IV REFERENCENeW Piers, H-1014D Resolution ENCLOSURES: It is respectfulty recommended that the City Commission adopt the attached resolution accepting the low bid of GIMROCK CONSTRUCTION, INC. a company located within: Dade County and not within the City of Miami, for "Miamarina Redevelopment Phase IV, New Piers, H-1014D," received March 5, 1996, in the amount of $4,633,000.00 Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: Cost Estimate: $4,633,000.00 $4, 500, 000.00 of Cost Estimate: 1.03 Source o Funds: Fiscal Year 1995-1996 CIP Ordinance No. 11337 Hinori& Representation: 260 invitations mailed 52 contractors picked up plans and specs (3 Hispanic, 2 Black,_ Female) 8 contractors submitted bids (I Hispanic,Mack,_ 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 March 5, 1996, and determined that the lowest responsible and responsive bid, in the amount of $4,633,000.00, is from GIMROCK CONSTRUCTION, INC., a non -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 96— 238 FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 3 / 05 / 1996 JOB #: H-1014D PROJECT NAME: ,IMIAMARINA REDEVELOPMENT -PH. IV, NEW PIERS. ciP #: 413400 LOCATIONS: 401 Biscayne Blvd. Miami. FI. TYPE: PROJECT MANAGER: ALBERTO CORRALES FEDERAL PARTICIPATION: ASSOCIATED DEPARTMENT: CONFERENCES & CONVENTIONS & PUBLIC FACILITIES ASSESSABLE: O EMERGENCY: RESOLUTION #: BID REQUEST. FORMAL g INFORMAL O DESCRIPTION: This project consist of the furnishing of all labor, materials and equipment for the construction of 7 piers, 9 quay energy absorber, the renovation of the East Quay including a new electrical room, the complete site restoration, and related marine work. SCOPE OF SERVICES: CITY OUTSIDE ANIOUNT (% OF CONST. COST) SURVEY I PLAT O 18,300.00 SITE INVESTIGATION O PLANNING AND STUDY O $ % OF EC DESIGN EE $ 215,000.00 4.8 % OF EC SPECS AND BID PROCESS. PW.ENG. O $70,000.00 1.6 % OF EC B! UEPPJNTING AND ADVERTISING $ (E) CONSTRUCTION $ 3,500,000.00 (8/D) CONST. INSP. & MANAGEMENT $ 300,700.00 6.6 % OF BID OTHER, Environ. Permf dng $ 42,000.00 SUBTOTAL a 5,279,000.00 12.9 INDIRECT COSTS - (1.43%) $ (ENG. FEE) CONTINGENCIES (5%) $ (EC) ESTIMATE CONST. COST: $4,600.000.00 TOTAL $ 5,279,000.00 (E) ESTIMATE CONTRACTOR'S INFORAIATION: CLASS: 0InF-Tj TYPE OF WORK General Construction MINORITY YEARS OF ESTABLISHMENT. 10 yrs. LICENSE CGC037414 NAME: GUAROCK CONSTRUCTION, INC. TELEPHONE( 3os ) 820-9225 ADDRESS: 13915 NW 107 AVE. HIALEAH GARDENS, FIL 33016 CONTACT PERSON: DICK KRULLER SUB-CO\TRACTORS CLASS., J= JOINT P= PRIME S= SUB MINORITY: 8=8LACK H=HISPANIC F=FEMALE COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, tlLt, kAr MAAFMAcry ..��+•�+•�� ��• --•• •^^^ 3 96- 218. FORMAL BID MIAMARINA REDEVELOPMENT -PHASE IV, NEW PIERS Project Number: H-1014D CIP Number: 413400 Project Manager: ALBERTO CORRALES Date: 03/ 05 96 Person who received the bids: A. CORRALES Received at: CITY CLERK'S OFFICE. -CITY HALL Construction Estimate = $ 4,500,00.00 Time: 10:00 A.M. BIDDER GIMROCK CONST.,INC DUTRA CONSTRUCTION CO. CONE CONSTRUCTORS, INC. DUROCHER DOCK & DREDGE,INC ADDRESS HIALEAHI5 NW 107 AVE GARDENS. F 33016 tOSN.POINT RAFAELCALIF849PEDRO 01 8735TAMPA,TFL.331618VE JACKSONVILLE,AMS FL. 2202 BID BOND AMOUNT 13,13. Sx B.B.Sx B,B.sx B.B.Sx IRREGULARITIES MINORITY OWNED NO No No NO ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID TOTAL OF ITEMS 1 THRU 10 84,388,000.00 $4,746,965.0 $4,830,000.00 $5,313,000.00 BASE BID + ADD.ITEM 'r + ADD.ITEM "J' $4,758,000.00 E5,425,965,0 $5,530,000.00 15,903,000.00 I For overall site mobilization, demolition etc, $860.000.00 $290,000.00 $550,000.00 $808,000.00 2 For the construction of PleeA (480 It) $970,000.00 $1,658,965.0 11,425,000.00 21,628,000.00 3 For the construction of Pier "tr (655 If) $820,000.00 $850,000.00 $843.000,00 $738,000,00 4 For the construction of Pier "C' (543 If) $431,000.00 $550,000.00 $53e,000.00 ,00 5 For the construction of Floating PleeW(346 11) $203.000.00 $200.000.00 $228,000.00 0,00 8 For the construction of Entrance PleeF"(75 11) $1801000.00 $247,000.00 $200.000.00 0.00 7' For the Improvement of East Quay. 1243,000.00 $200.000.00 $380,000.00 .00 B For all also. work,phone k Cable :A,B,C,D do F. *521.000.00 $500.000.00 $520,000.00 .00 9 For all eleo.work on the land side ex.TV,Ph,Cbl $64,000.00 $70,000,00 $68,000.00 .00 to Special Provisions. $280.000.00 $280.000.00 $280,000.00 .00 MTHAT A The specified 45 It. of 14' concrete pilot, $22.00/ FT. $It.00/ FT. $0.60/ FT, 1111.00/ FT. B The specified 55 ft. of 18' concrete piles. $23.00/ FT. $17.00/ FT. $0.60/ FT. $18.00/ FT. C The specified 50 It, wood CCA Ilea. $11.76/ FT. $7.00/ FT. $0.60/ FT. $5.60/ FT. " IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORA. - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM GIMROCKB - No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION, iNC FOR THE TOTAL AMOUNT OF 4,833,0 C - Corrected Extensions D - Proposal Unsigned or Improperly Signed or no Corporate Seal E incomplete Extensions If the above Contractor is not the lowest bidder explain: - e F - Non -responsive bid G - Improper Bid Bond H - Corrected Bid ---�-L f-x=--------------------- I - No First Source Hiring Compliance Statement _'+ jtRa.LEM_,j_____________________________________________ J - No Minority Compliance Statement L;Re� __________________________K -IMPROPER HId Proposal �___ SHEET t OF 4-----_-- NoBid -- -------------------------------------------- k __ a FORMAL BID MIAMARINA REDEVELOPMENT -PHASE IV, NEW PIERS Project Number: H-1014D C1P` Number: 413400 Project Manager: ALBERTO CORRALES Date: 03/ 05 / 96 Person who received the bids: A. CORRALES Received at: CITY CLERK'S OFFICE CITY HALL Construction Estimate = 4,600,00.00 Time: 10:00 A.M. BIDDER GIMROCK CONSTRUCTION, INC, DUTRA CONSTRUCTION CO. CONE CONSTRUCTORS, INC. DUROCHER DOCK k DREDGE, INC. ADDRESS BID BOND AMOUNT IRREGULARITIES MINORITY OWNED ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL D The specified 50 It, wood greenheart piles. $22,00/ FT. $10,00/ FT. 10.50/ FT. 18,70/ FT. E For all telephone encl. on "A","B", "C". $16.000.00 $21,000.00 $32,000.00 $19.700.00 F For al TV, on land side be "A","B , "C-. $20,000.00 $28,800.00 $31,000.00 $26,000.00 G For the const. of Entrance Pier *Cr (147 It) $268.000.00 $478,000.00 1400,000.00 $423,000.00 H For 3 doe. poles on Pier "Cr, $12,000.00 $14,300.00 $16,000.00 $15,000.00 1 For the eonst.of South Quay Pier (287 It) 1275,000.00 $610,000.00 $390,000.00 $483,000.00 J For the construo,of S.Quay Finger Pier E"(8) 8125.000.00 $170,000.00 1100,000.00 $127,000.00 K For purchase & install. 480 V.surge suppressor 11,800.00 $2.600.00 $2,500.00 $2.300.00 L Total salvage value of all elec.to be remove 110.00 $10.00 $10.00 $10.00 * IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID 1S FROM GIMROCK B - No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION, INC FOR THE TOTAL AMOUNT OF 4,633,000,00 C - Corrected Extensions D - Proposal Unsigned or Improperly Signed or no Corporate seat If the above co trac or is not the lowest bidder explain: E - Incomplete Extensions �cy+ p, �o P F - Non -responsive bid 6. k-- . �" G_ J ,, =____ L -------------------------------------------- ---- T O -Improper Bid Hond:i,C.;L `------------------------------------------------- H - Corrected Bid • ID +ADD. TEM I - No First Source Hiring Compliance Statement ___BASE � I _ 1-_____________________________________________ J • - No Minority Compliance Statement K - IMPROPER Bid Proposal -------------------------SHEET 8 OF 4 - - - - - - - - - - - - - - - - - - - - o Bid - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - FORMAL BID MIAMARINA REDEVELOPMENT --PHASE IV, NEW PIERS Project Number: H-1014D CIP Number; 413400 Project Manager: ALBERTO CORRALES Date: 03/05 /96 Person who received the bids: A. CORRALES Received at: CITY CLERK'S OFFICE CITY HALL Construction Estimate = $ 4.500,00.00 Time: 10:00 A.M. BIDDER MISENER MARINE CONST. INC RECCHI AMERICA, INC. TIC —THE INDUSTRIAL CO. C.O.B.A.D. CONST. CORP. ADDRESS TAMPA.EST TYSON FLORIDA 33611 9200 MAMI, FL.. 83166 1225 SAVANNAH, CA231412 HIALEAH,BFL. STREET.30114 BID BOND AMOUNT B.B.6% B.B.5% B.D.6% B.B.5% IRREGULARITIES H " MINORITY OWNED NO NO NO YES ITEM No, DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID TOTAL OF ITEMS I THRU 10 15,438,000.00 $5,490,000.0 $6,443,727.00 $8.793,000.00 BASE BID + ADD,ITEM "I" + ADD.ITEM "J" $810101000.00 $8,050,000.0 $7,383,987.D0 $7,611,400.00 For overall site mobilization, demolition ate. 1357,000.00 $885,000.00 $1,089,000.00 3424,800.00 g24 For the construction of PlerA" (480 if) $1,693,000.00 $1.006,800.0 $2.120,509.00 $2,507,500.00 For the construction of Pier "li' (655 If) $905,000.00 $1,174,600.0 $789,055.00 $983,800,00 For the conatruoUon of Pier "C' (643 If) $641,000.00 $1,0061800.0 $825,444.00 $708,900.00 5 For the construction of Floating Pier D"(348 If) $264,000.00 $136,000.00 $228.900.00 $314,400.00 8 For the construction of Entrance Pler F"(75 If) $253,000.00 $167,000.00 $386,280.00 $375,100.00 7 For the improvement of East Quay. $392.000.00 1246,000.00 $280,540,00 $354,100.00 8 For all aloe. work,phone h Cable :A,B,C,D & F. $568,000.00 $520,000.00 $570.321.00 1644,700.00 9 For all eleo.work on the land side ex.TV,Ph,Cbl $85.000.00 $60,000.00 $72.900.00 1199,700.00 10 Special Provisions. 1280,000.00 $280,000.00 $280.000.00 $280,000.00 A The specified 46 ft. of 14" concrete plies. $12,51/ FT. $35.00/ FT. $11.00/ FT. $6.25/ FT. B The specified 55 ft. of l8" concrete plies. $20.40/ FT. 143,00/ FT. $17.50/ FT. $18.00/ FT, C The specified 50 It. wood CCA piles. $6.61/ FT. $20.00/ FT. $7.00/ FT. $5.60/ FT. * 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 GIMROCK B - No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION. INC. FOR THE TOTAL AMOUNT OF $4,633,000.00 C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal If the above contractor is not the lowest bidder explain: E - Incomplete Extensions � P F - Non -responsive bid 0 - Improper Bid Bond--fi---- -- �r-------------------------------------------------- H - Corrected Bid ----- ---------------- I - No First Source Hiring Compliance Statement -BASE ' B7D + ADD.ITEM� - -- - - - - J - No Minority Compliance Statement - - - ----------------------S-------O-F ------------------ K -IMPROPER Bid Proposal HEET 3 4 -------------- - No Did ---------------------------------------------------------------- FORMAL BID MIAMARINA REDEVELOPMENT -PHASE IV, NEW PIERS 'roject Number: H-1014D CIP Number: 413400 Iroject Manager: ALBERTO CORRALES Date: 03/ 05 /96 ,erson who received the bids: A. CORRALES Received at: CITY CLERK'S OFFICE CITY HALL lonstruction Estimate = $ 4,600,00.00 Time: 10:00 A.M, IDDER MISENER I4ARINE CONST. INC RECCHI AMERICA, INC, TICLTHE INDUSTRIAL CO C,O,B,A,D. CONST, CORP. eDDRESS HID BOND AMOUNT IRREGULARITIES MINORITY OWNED TEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL D The specified 50 ft. wood greenheart piles. $10.60/ FT, $27.00/ FT, SIO.OU/ FT. $7.00/ FT, E For all telephone encl. on $18,300.00 $20,000.00 $113,612.00 $46,600.00 F For al TV, on land side & "A","g , "C . S24,000.00 $20,000.00 $21.535.00 $46.000.00 D For the consl. of Entrance Pier "0" (147 11) $388.000.00 $368,000.00 $716,000.00 $611,700.00 I1 For 3 dec, poles on Pier "0", $22.000.00 $12,000.00 $11.025.00 $23,700.00 1 For the const,of South Quay Pier (287 It) $528,000.00 $410,000.00 $780,280.00 $701,400.00 J For the conatruo,of S,Quay Finger Pler E"(B) $40,000.00 $150.000.00 $160.000.00 $117.000.00 K For purchase k install, 480 V,surge suppressor $2,200.00 $3,000,00 $1,923.00 $1,700.00 L. Total salvage value of all elec.to be remove $10.00 $2,000.00 $10.00 $00.00 * 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 GIMROCK B - No Affidavit as to Capital & surplus of Bonding Company CONSTRUCTION, INC. FOR THE TOTAL AMOUNT OF 4,633', 00.00 C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal If the above coxltractor is not the. lowest bidder explain: E -Incomplete Extensions F - Non-reaponslve bid - iJC).�.�- •--- G - Impropar Bid Bond ---"s" -- `-------------- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - L------- H -Corrected Bid _;_-SE BID + ADD.ITEM "("- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - I - No First Source Hiring Compliance Statement ___________ J - No Minority Compliance Statement K - IMPROPER Bid Proposal SHEET 4 OF 4 - No Did -------------------------------------------- k, It ADORNO & ZEDER A PROFESSIONAL ASSOCIATION 2601 SOUTH BAYSHORE DRIVE SUITE 16OO MIAMI, FLORIDA 33133 TELEPHONE (305) 858.5555 FACSIMILE (305) 658.4777 GEORGE F. KNOX WRITER'S DIRECT NO.: March 13, 1996 Ms. Judy S. Carter Chief Procurement Officer City of Miami -{ P.O. Box 330708 Miami, Florida 33233-0708 Re: Bid Protest - Miamarina Redevelopment Phase IV - New Piers Project #11-10141) Dear Ms. Carter: This firm represents Cone Constructors, Inc. regarding the City of Miami's Miamarina Redevelopment Phase IV -New Piers Project #H-1014D. Please accept this letter as a Formal Bid Protest of the above referenced project pursuant to Sec. 18-56.1 of the Code of the City of Miami, Florida. We respectfully submit that Gimrock Construction, Inc., the apparent low bidder, is non- responsive to the bid specifications issued by the City of Miami. Specifically, sec. 00823 - Contractor and Subcontractor Qualifications, of the Bid Specifications, seeks the following: For this project, the City is seeking formal construction bid proposals from c ual lified contractors with marina experience for the complete and immediate restoration of the entire facility as described herein and as indicated in the referenced plans and specifications. The Contractor shall have his own marine construction equipment, his own work forces and shall have proof of at least 5 (five) years of experience in marina construction as a Prime Contractor. (Emphasis in the original bid specifications) It is our positions that Gimrock has not submitted credible evidence of any experience in marina construction as a Prime Contractor. In fact, the only proof that Gimrock has submitted relative to their experience as a Prime Contractor, that we are aware of, is an ambiguous letter from Pavarini Construction, Inc. dated March 6, 1996. The letter does not identify Gimrock as a Prime Contractor and the contract referred to in the Pavarini letter is not available for our review. In addition, we have tendered a bond to the City of Miami in the amount of Five Thousand Dollars ($5,000) pursuant to the above -referenced Bid Protest Ordinance. 96 " 218 City Cietk FORT LAUDERDALE • BOCA RATON • TALLAHASSEE k, Ms. Judy S. Carter March 13, 1996 Page -2- Furthermore, we respectfully call your attention to sec. 18-56.1(d) of the Code of the City of Miami, Stay of proctn-e»lent during protesls. (d) Stay of procurement during protests. Upon receipt of a notice of protest which has been timely filed under subsection (a) above, the city shall not proceed further with the solicitation or with the award of the contract until the protest is resolved by the chief procurement officer or the city Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the contract award must be continued without delay in order to avoid an inunediate and serious danger to the public health, safety or welfare. (Emphasis added) We ask that you please withdraw Item No. 48 from the Agenda of March 13, 1996 pursuant to the above -reference Code provision. Furthermore, we respectfully submit that the Pavarini letter is insufficient proof that Gimrock has demonstrated 5 (five) years of experience in marina construction as a Prime Contractor. The City, therefore, should deem Gimrock non -responsive and award the project the lowest responsive bidder, Cone Construction, Inc. In the alternative, we respectfully request that the City reject all bids due to the apparent ambiguity in the specification language and re -bid the project pursuant to the Code of the City of Miami. Thank you for consideration. If you have any questions or require any further information, please do not hesitate to contact me directly. Sincerely, George f . Knox Enclosures cc: Mr. Cesar Odio, Miami City Manager Mr. Waldemar E. Lee, Public Works Honorable Mayor Stephen P. Clark Honorable Commissioner Joe Carollo Honorable Commissioner Miller Dawkins Honorable Commissioner Willy Gort Honorable Commissioner J.L. Plummer Mr. Walter Foeman, City Clerk P.A. ADORNO & ZEDER 96_ 210 A PROFESSIONAL ASSOCIATION k_" G BID PROTEST BOND Bond No, 145860 Project No. 95-96-048 KNOW ALL PERSONS BY THESE PRESENTS: That we, Cone Constructors, Inc, a (mark one) ( X ) corporation, ( ) joint venture, ( ) partnership, ( ) proprietorship, organized and existing under the laws of the State of Florida, and have its principal place of business at 6735 S. Lois Ave. , Tampa, FL 33616 as PRINCIPLE; and American Home Assurance Company, a surety company organized under the laws of the State of New York, and duly authorized to do business in the State of Florida, whose principal place of business is 70 Pine Street, New York, NY 10270, as SURETY, are held and firmly bound unto the City of Miami as obligee in the amount of Five Thousand and 00/100---------- Dollars for the payment of which sum we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally. THIS J30ND is issued under the provisions of Sec. 337,11(5), Florida Statutes and Rule Chapter 14-25, Florida Administrative Code. The above named principal has initiated an administrative protest regarding the City of Miami bid solicitation, bid rejection or contract award for the above -referenced project, which protest is conditioned upon the posting of a bond. NOW, THEREFORE, the condition of this Bond is that if the Principal, after conclusion or termination of the administrative hearing process and/or any appellate court proceedings regarding the protest, shall satisfy all costs and charges allowed by final order and or judgment, and interest thereon, in the event the City of Miami prevails, then the obligation shall be null and void; otherwise to remain in full force and effect. 95- 21t" i., and interest thereon, in the event the City of Miami prevails, then the obligation shall be null and void; otherwise to remain in full force and effect. The City of Miami may bring an action in a proper court on this bond for the amount of such liability, including all costs and attorneys' fees. It is further understood and agreed between the parties that the surety may cancel this bond upon 60 days written notice to the City of Miami, 3500 Pan American Drive, Miami, FL 33133, but that any cancellation or non -renewal shall not affect any liability incurred or accrued hereunder prior to the date of termination. Signed and sealed this 13th day of MARCH, 1996. .. .. �• . -0 �t_• • • C TITLE: Mike L. Cone, President ATTEST: (CORPORATE SEAL) J.L. Cone, Jr. TITLE: Secretary % SURETY: American Home Assurance Company BY: TITLE: Mirna Ramos (CORPORATE SEAL) Florida Resident Agent and Attorney -in -Fact NOTE: Power of attorney showing authority of Surety's agent or Attorney in fact must be attached. 96- 218 k, American Home Assurance Comupany National Union .Fire Insurance Company of Pittsburgh, Pa. Principal Bond Of5m: 70 Pine Strad, New YoO , N.Y. 10270 KNOW ALL MEN BY THZS1 F1gEMMIS: POWER OF ATTORNE' a ��; 11ist Amorica<n flosses Asouuboo Company, a New York oorporation, and NatioxW Union Fire lnsurunee Company of Pittsburg) Pa., a Poaatsybw" oorporatiM does macs Meshy appoug _jAR es William Duns, Mlrtaa Ramos, Jeffrey A. Segall, David H" Carr, Denim Taylor. of Tampa, Florida -- its true and lawful Attormy(s)-in Fact, with full authority to ex=rtc on its behalf bonds, undertakings, recognizancrr and oth contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respec th company thmby. IN WTTNISS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, have each cxecutcd these prteserts I vo STATE OF NEW YORK ) COUNTY OF NEW YORK)sa .� . On this ng day of March 1921 before me came the above named offioer of American Hoene Aswtranee Company and National Union Fire Ia urance Company of Pittsburgh, Pa., to me personally known to be the individual and office' PAULETTE K. WILLIAMS described herein, and acknowledged that he executed theNofaty Public, Stale of New York foregoing instrument and affixed the scaly of said No. 31.4972606 Qualified in New York County ratithereto by of his office, corporations erey authority oCerlificale Filed in New York County Cotntniuion FY n_ _6__ . CERTIFICATE Excerpts of ReaohAlow adopted by the Board. of Directors of American Hoare Asatrnaw* Company and National Union Fire InumLwo Company of Pittsburgh, Pa, oa May 11, 1976- 'RESOLVED, that tie Chairmea of tbs Board, the Pneaidaot, at any Pico Provident be, and hereby is, atuhorized to appoint Attorneys -in -Fact to tepreaeat and act &w and on behalf of tba Coaapany to *%*cuts bonds, uadenskings, racoaniaoac." and other oosuvx s of itdaaoity and wrrkings oblipwry in dye nature dbaeof, and to such thereto the corporate coal of tba Coaw4wy, is tha tramsction of its wurty Waimse; "RESOLVED, that the signatures and attestations of wacb oMcen and the noel of the Company may be affixed to any etch Prover of Attorney or to any certificate relating dwreto by facsimile, and any such Power of Attorney or cortiftcate baring each Sc4aik signatures of fscdmiie coal *ball be valid !-- binding upon the Company when so affixed with respect to any bond, undertaking, neogni anc4 or other coauac;t of iadertiniky or wri iw obligatory ie noaira thereof; "ABSOLVED, that any ouch Anormy-in-Fe" dolivav a a acrourial certificadon that the foregoing reeolutiooe still be in effect may ineatt is wci cattitrcatioo tba date thereof, said date to be not later than the data of delivery thereof by each Anorney-in-Fact.' 1, Elizabeth M. Tuck, Socroury of American Homo Assurance Cocquny and of NatkO&l Union Fie Lausanne Company of Pittsburgh, Pa. do hereby carti- that the foregoing excerpts of Resolutions adopted by the Boards of Directon of thaw ootporatboa, and the Powen of An"my iwued purswrt dwe"o, art true and teasel, and that both th* Rosotutioos and tht Powars of Attorney am in Ail) ford and efflad. IN WrrNBSS WHEREOF, i haw Lero=w set my hand and affixed the facsimik coal of etch cogxwotioe this 13TH day of MARCH IV v,,y+ Uitt-P4 �e�. vet�' Elizabeth M. Tuck, S .-A 9 V - 2 1 t_ V1_ LIS FVA=a CONRMWnON CO., DX- 96 MAR -6 PM 4: 05 ftf f- L`r PUBLX ,;ERKS THE CITY OF NAMl, FLA. ;March 8, 1996 i To Whom it May Concern: 1RE:. Glmrock Construction, Inc. •Niarins pal Ray I ;Pdverini Construction Co., Ina. wes retained by Glendale FederalS&rL to ;act a Multi Prime Construction Managers in the construction of Marina i 'Del Rey, a 124•wet slip marina completed In 1991, in North Miami, Florid®. Paverint in -turn contracted with Gimrock construction, Inc. to ;perform all the marine construction activities. I , (3lmrock Construction, Inc. Is a well know reputable marine contractor j and I would highly recommend their services in the construction of any marine project, including but not limited to marines, harbors, parts, breakwaters, fettles, dredging, etc. Oncerely, ,PAVARINI CONSTRUCTION CO.. INC. 20d zs6a S. F"av for of I do n MoRkp Addnai: P.O. Boa 163396, roK Lauddrdak, rf. 04J26.6545 y 1800 Mar J)rirc • swir Boo • Fore La„drrdolr, lberlda Ad3Jd 9 S 2 1 8 T111,11NM*. (3081 rJ7.0000 • IFAX, (VU) M-0106 OO M-eU-VG6 =QN Xbj t10I W'U r N 12 d(V,1d ; Q l M 191 a3P1 % o -90-2 W V, -l" GIMROCK CONSTRUCTION, INC. MARINA CONSTRUCTION PROJECTS MIAMARINA REDEVELOPMENT - PHASE IV, NEW PIERS CONTRACTOR: GIMROCK CONSTRUCTION, INC. PROJECT LOCATION RO-RO PLATFORMS LUMMUS ISLAND REHAB. PASSENGER BERTHS 6 & 7 MIAMI BEACH 47TH ST BRIDGE SEVEN MILE BRIDGE REPAIRS GANTRY BERTH NO. 4 WHARF EXTENSION BERTHS 15, 16 & 17 MARINA DEL REY PORT EVERGLADES BERTH 4 WHARF REPAIR BRICKELL AVE. BRIDGE PORT OF MIAMI DADE COUNTY, FL PORT OF MIAMI DADE COUNTY, FL DADE COUNTY, FL MONROE COUNTY, FL PORT OF MIAMI DADE COUNTY, FL PORT OF PALM BEACH PALM BEACH COUNTY, FL DADE COUNTY, FL PORT EVERGLADES BROWARD COUNTY, F1, DADE COUNTY, FL PROPOSAL PAGE 2h H - 1014D CONTACT CLAUDE BULLOCK DEPUTY SEAPORT DIRECTOR 347-4890 CLAUDE BULLOCK DEPUTY SEAPORT DIRECTOR 347-4890 RONALD KLEIN ENGINEER, F.D.O.T. 470-5705 KEVIN BAKER ENGINEER, F.D.O.T. 470-5445 CLAUDE BULLOCK DEPUTY SEAPORT DIRECTOR 347-4890 RALPH ORR GEE & JENSON (407) 683-3301 PAVARINI CONSTRUCTION 371-8556 BRUCE LAURION ASSISTANT DIRECTOR CONSTRUCTION MANAGEMENT -(954) 523-3404 BILL JUNKIN KUNDE, SPREC14ER & ASSOC 279-2298 9s-- 218 k--. GIMROCK CONSTRUCTION, INC. SCHEDULE OF MARINE EQUIPMENT MIAMARINA REDEVELOPMENT - PHASE IV, NEW PIERS H-1014D VESSELS TIDELAND 47' PUSH BOAT 400 H.P. 47 TON VESSEL FREDDY VEE TUG BOAT 600 N.P. 20 TON VESSEL TUGBOAT "BIG AL" 1000 H.P. 93 TON VESSEL TUGBOAT "ITCO X11" ELIZABETH B DREDGE - 10" DISCHARGE BRIDGE ERECTION BOAT 27' ALUMINUM BARGES BARGE 24" SPUD WELLS HAZELWOOD 120' X 45' X 7' DECK BARGE TJ 428 E 120' X 30' X 8' DECK BARGE OU 716 120' X 32' X 8' SPUD BARGE JM 101 125' X 45' X 8' SPUD BARGE 93-01 (GATEWAY) 120' X 45' X 8' SPUD BARGE KS 600 120' X 60' X 10' SPUD BARGE #03-092 110' X 32' X 7' DECK BARGE TJ 429 E 120' X 32' X 8' DECK BARGE TJ 19 E 100' X 30' X 7.5' DECK BARGE CB 296 120' X 34' X 7' DECK BARGE - MOBRO 120' X 30' X 7' STEEL BARGE It 613 130' X 35.5' X 12' STEEL BARGE It 615 130' X 35.5' X 12' SECTIONAL BARGE 10 TANKS 72' X 46' X 6' EA. SCOW SE-103 171' X 43' X 15' SCOW SE-104 171' X 43' X 15' DECK BARGE DMI 210 210' X 50' X 10' BARGE MOORING SYSTEM W/ (2) AMERICAN 140A HOISTS 96- 21 kn PROPOSAL Page 2g H-1014D MIAMARINA REDEVELOPMENT -PHASE .77, NEW PIERS If no Subcontractors are to be used, insert the word "Self" in the spaces under "Name of Subcontractor". SUBCONTRACTOR'S COUNTY -MUNICIPAL NAME OF OCCUPATIONAL TYPE OF WORK SUBCONTRACTOR LICENSE NUMBER 117> 2. F� Q�� �KP 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Other (Bidder Fill In) NOTE: CONTRACTOR'S SUPERINTENDENT ON 24-HOUR CALL. In the event that the Engineer must contact the Contractor to perform emergency repair work to correct hazardous or unsafe conditions or problems relating to public health or welfare as a result of or associated with the project construction, the Contractor shall provide the name and 24 hour telephone number of the job superintendent to be contacted in the space provided below: bt\aq\� �M-l� s 3 22- - S4 $(o Name -(Job Superintendent) Telephone Number The contractor shall also provide a toll -free telephone number for his business office for use during normal business hours of 8:00 a.m. - 5:00 p.m., Monday thru Friday. SIG- 218 kyl