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