Loading...
HomeMy WebLinkAboutR-95-0053J-95-32 1/04/95 RESOLUTION NO. 9 5 53 A RESOLUTION ACCEPTING THE BID OF F & L CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF $359,533.50, TOTAL BID OF THE PROPOSAL, FOR THE PROJECT ENTITLED "COCONUT GROVE SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4577"; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 341121, AS APPROPRIATED BY FISCAL YEAR 1994- 1995 CAPITAL IMPROVEMENT ORDINANCE NO. 11205, AS AMENDED, IN THE AMOUNT OF $359,533.50 TO COVER THE CONTRACT COST AND $67,276.69 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $426,810.19; 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 December 6, 1994, for the project entitled "COCONUT GROVE SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4577"; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from F & L Construction, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, Fiscal Year 1994-95 Capital Improvement Ordinance No. 11205, as amended, adopted on November 17, 1994, appropriated monies for the proposed amount of the contract, project expense, and incidentals under Project No. 341121 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COKMMON MEETING OF, JA N 1 2 1995 Revolution No. 95- 53 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 December 6, 1994 bid of F & L Construction, Inc., in the proposed amount of $359,533.50, for the project entitled "COCONUT GROVE SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4577" 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 $426,810.19 is hereby allocated from Project No. 341121, as appropriated by Fiscal Year 1994-1995 Capital Improvement Ordinance No. 11205, as amended. Said total project cost consists of the $359,533.50 contract cost and $67,276.69 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contractl/, in a form acceptable to the City Attorney, on behalf of the City of Miami with F & L Construction, Inc., for the project entitled "COCONUT GROVE SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4577", for the 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. 95- 53 -2- PASSED AND ADOPTED this 12th day of January 1995. STEP.EN P. CLARK, 14AYOR ATT ve. 0 MATTY HIRAI CITY CLERK CAPITAL PROJECT REVIEW: E A 0 RO RI EZ, DIRECTOR SSEMAN GEM NT AND CAPITAL IMPROVEMENTS SUBMITTED BY: WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS PREPARED AND APPROVED BY: U'rA 4 Mll M. ABEL A ISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A! QU . !N J , I I I CITY ATTO IMA/ms/bss/M4847 95- 53 -3- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO:' Honorable Mayor and Members of the City Commission FROM : 6es 10 City ger RECOMMENDATION DATE : DEC 2 9 1994 FILE : B-4577 SUBJECT: Resolution Awarding Contract for Coconut Grove Sidewalk Rebuilding (Impact Fee Project) REFERENCES: ENCLOSURES: Resolution It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of F & L Construction, Inc., a company located within Dade County and not within the City of Miami, for Coconut Grove Sidewalk Rebuilding (impact Fee Project) B-4577, received December 6, 1994 In the amount of $359,533.50, Total Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: $359,533.50 Cost Estimate: $414,000.00 % of Cost Estimate: 87% Source of Funds: Fiscal Year 1994-95 C.I.P. Ordinance No. 11205, as amended Minority Representation: 262 invitations mailed 11 contractors picked up plans & specs (9 Hispanic, 1 Black, 1 Female) 5 contractors submitted bids (4 Hispanic, 0 Black, 1 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 December 6, 1994 and determined that the lowest responsible and responsive bid, In the amount of $359,533.50 is from F & L Construction, Inc., a Hispanic-minorlty 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 9 5 - 53 lv7"% FACT SHEET ' PUBLIC WORKS DEPARTMENT DATE:12/0611994 JOB #: 84577 PROJECT NAME: COCONUT GROVE SIDEWALK REBUILDING OMPACT FEE PROJECT) B-4577 CIP #: 341121 LOCATION: (SEE DESCRIPTION TYPE: FEDERAL PARTICIPATION: ❑ PROJECT MANAGER: FRED LATEY ASSOCIATED DEPARTMENT: PUBLIC WORKS --�I ASSESSABLE: ❑ EMERGENCY: ❑ RESOLUTION #: BID REQUEST: FORMAL 0 INFORMAL ❑ DESCRIPTION: THE PROJECT CONSISTS OF THE CONSTRUCTION OF APPROXIMATELY 2,000 LINEAL FT. OF STREET IMPROVEMENTS ON BRICKELL AVE. BETWEEN RICKENBACKER CAUSEWAY AND S.E. 32 ROAD AND THE REMOVAL AND REPLACEMENT OF APPROXIMATELY 50,000 $0. FT. OF CONCRETE OR BRICK SIDEWALK IN THE AREA BORDERED BY CORAL WAY S.E. 26 ROAD, BISCAYNE BAY AND THE SOUTH AND WEST CITY LIMITS. IF NECESSARY CONTINUE ON THE BACK SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONST. COST) SURVEYIPLAT ❑ ® $12,760.00 ACTUAL SITE INVESTIGATION ❑ ❑❑ PLANNING AND STUDY ❑ ❑J DESIGN ® ❑ $21,572.01 6 % OF (BID) SPECS AND BID PROCESS ® ❑ $160.00 BLUEPRINTING AND ADVERTISING ® ❑ $1,200.00 CONSTRUCTION ❑ ® $359,533.50 (BID) CONST. INSP. & MANAGEMENT © ❑ $25,167.35 7 % OF BID OTHER TESTING ❑ 0 $400.00 (E) SUBTOTAL $420,792.86 INDIRECT COSTS (1.43%) $6,017.34 (E ) CONTIGENCIES XQ ESTIMATE CONST. COST: $ 414,000.00 TOTAL $426,810.19 M ESTIMATE CONTRACTOR'S INFORMATION: CLASS: ❑ © ❑ TYPE OF WORK HIGHWAY PROJECT NON MINORITY ❑ YEARS OF ESTABLISHMENT: MINORITY ❑S NAME: F & L CONSTRUCTION INC. LICENSE E401 ADDRESS: 8095 W. 21 LANE HIALEAH, FL. 33016 CCO-001054 CONTACT PERSON: DELIO A TRASOBARES TELEPHONE( 305 ) 352•T277 SUB -CONTRACTORS NAMES: Cuss: 3. JONOT a PRWE S• SUB MUVONRY: Be BLACK #0 HISFAMC F- FEMALE Y.Y.:—,—IURYIH.O, M�WN161{IV1- 1.W11111%Taw, GPwAIUIm% mt; GPm%%"ftL 53 � V FORMAL BID COCONUT GROVE SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4577 umber: B — 4577 CIP Number: 341121 anager: FRED LATEY Date: 12/ 08 / 94 F Person who received the bids: CESAR GONZALEZ Received at: CITY CLERK'S OFFICE, CITY HALL Construction Estimate = S 414,000.00 Time,; 11:00 A.M. BIDDER F ! L CONSTRUCTION INC. SOVEREIGN CONST. INC. P N M CORP. HOMESTEAD CONCRETE ROYAL ENG. INC. ADDRESS BOSS W. 21 LANE HIALEAH, FLA. 33015 2300 NW 94 AVE. 0200 MIAMI. FLA. 33172 3780 N.N. 22 AVE. MIAMI, FLA. 33142 209 S.M. 4 AVE. HOMESTEAD, FLA. 33030 715 S.M. 73 AVE. MIAMI FLA. 33144 CITY LIMITS NO NO YES NO YES BID BOND AMOUNT B.B. 5x B.B. = 25.000.00 B.B. 5x B.B. VOUCHER B.B. S 25.000.00 IRREGULARITIES C,H,L C,H MINORITY OWNED YES,H YES,H,F YES,H YES,H YES,H DESCRIPTION TOTAL TOTAL TOTAL TOTAL TOTAL BASE BID: THE TOTAL OF $359.533.50 $373,069.00 $396.344.25 $411.043.50 $468.584.10 ITEMS 1 THRU 35 BASED ON ONE HUNDRED EIGHTY (180) WORKING DAYS ! IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM F & L B - No Affidavit as to Capital & surplus of Bonding Company CONSTRUCTION INC. FOR THE TOTAL AMOUNT OF S 359,533.50 C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal E - Incomplete Extensions If the above contractor is not the lowest bidder explain: F - Non -responsive bid ---------------------------------------------------------------- G - Improper Bid Bond orrected Bid------------------------------o First Source Hiring Compliance Statement ------------------------------------ 6NC o Minority Compliance Statement__________________-------�--- -------------- o Duplicate Bid Proposal SHEET 1 OF 1 L -Primary office Location Affidavit Incomplete ------------------------- a coKsutt--------------------------- 4 i ITEM z DID SECDRITT - LIST ------------ a._CaUajLZ_1QROVE-SIDEWALK REBUILDING (IMPACT FEE PROJECT) B- 45 7 7 DID NO-$ 94-95-023 y!-!�•!-Y�r--_--rl-r_-r.l--_rr--rr-wr r--Mli SATE DID(S) OPINED: ODECEMBER_6, 1994 -11_00 a.m-----------------� ?OT`L DID BOND-Ler2 BIDDER AID XCTURT C�SiJIIA XCRBcR_M N-------r_-w_rw__-w r-_r-rlN-r-►rr F & L CONSTRUCTION INC. $ 358,556.50 B.B. 5% SOVEREIGN CONTRUCTION GROUP $ 373,069.00 B.B. $ 25,000.00 P N M CORP. $ 396,344.25 B.B 5% HOMESTEAD CONCRETE $ 409,923.50 B.B. VOUCHER ROYAL ENGINEERING CONST. $ 468,584.10 B.B. $ 25,000.00 �---�-y-l-_-- __-- - Lrlrr--r-rrr��w�- a�_�---�-�t-�-,.-l--l-----lM- rr .. from--iTI��'w��-�� r.-7:�:�i:t-�.��-TiT'S lTkSi�-�C.'r:RS�'-- - received timely as of the abov opsaning date a d tame. All otl2er oars-su in11 T& IR—resgao:is -Fo _nriF_-solicira'1 ii. _ f" any. ------------ are herebV jtjqjLQ�L as late---- ------------- --- ------- --------- ------------------------------- -------------------- I ---------------s---------------------------------- ------------- ----i-------------- t--------------------- ---------------------------------- --- - -------------- --- ------------------------------ ----------------- ----- --------------r--------------t----------------------- -------------- - - - /,� r- - - - - --lr.. ... ------------ - - r- l/�! --� - g Q— _..._------- ------- i-------- ------ 4----------------------- -- - —-------------4----------------&---------------------- ----------------!--------------I---------------------- CGSAR Ca0m-zAL.Gz _ _-F--received (-r1._) envelopes on behalf of (Person ieceivins b-ids) Public WorDt*_____________ --- - - __ C m.J-94 _� ~(City Department) - - - - ------------ tIGRE ( putj-Cit Clirk) RECEIVED '94 OE -6 All :00 M4 I , ''. : �j CITY OF FLI'%, CITY OF MIAMI, FLORIDA r� INTER -OFFICE MEMORANDUM To: Matty Hirai City Clerk FROM' issette Lopez Department of Pu is o r k s DATE : November 3, 1994 FILE SUaIECT: COCONUNT GROVE SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4577 REFERENCES: BID NO. 94-95-023 ENCLOSURES: Contractors will submit bids for the above reference project to be opened on. December 6, 1994 Time: 11:00 AM. Any bid submitted after the above appointed time will not be accepted by the City Clerk. Please make the necessary provisions for this bid opening. A representative from our Department will be present. We will notify you in writing if there will be a postponement or cancellation prior to the opening of bids. /11 71 BID. NO. 94-95-023 t, M ADVERTISEMENT FOR BIDS =`+ ') Sealed bids for "COCONUT GROVE SIDEWALK REBUILDING ( IMPACT FEE PRTIUM- -E;CT) 6&4577;wi 11 be received by the City Clerk of the City of Miami, Florida at AM4n t�; 6th day of December, 1994, at the City Clerk's Office, first floor of 'The Miami-City.'H.,alI, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which tim63and'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 includes the construction of approximately 2,000 Lineal Ft. of street improvements on Brickell Avenue between Rickenbacker Causeway and S.E. 32 Road, and the removal and replacement of approximately 50,000 sq. ft. of concrete or brick sidewalk in the area bordered by Coral Way, S.E. 26 Road, Biscayne Bay and the South and West City limits. Construction includes the following: clearing and grading, construction of asphalt pavement, concrete median curbs, curbs and gutters, concrete sidewalk, reinstallation of existing brick paver sidewalks, pressure cleaning exisitng brick sidewalks, and pruning and removing tree roots and limbs if necessary. 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, 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 November 18, 1994. 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, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinances Nos. 10062 and 10538 regarding allocation of contracts to minority vendors, contractors and subcontractors. All bidders must submit 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 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-4577, Req.2562). Cesar H. Odio City Manager :.. City of Miami lJ This number must REQUISITION FOR ADVERTISEMENT appear In the ! t advertisement. INSTRUCTIONS: -Please 1. Department 2. Division: Public.Workr� Ad 3. Account Code number: k', , ti .! 4, is this a` confirmation: 5. Prepared by: C I P # 3 41121 GIJ Yes ❑ No 6. Size of advertisement:9 4 - 9 5 — 23Starting date: 8. Telephone number: i 319201�-287 11 18 9. Number`of times this advertisement is to be 10. Ty a of advertisement: ❑ published: o n c Le al ❑ Classified Dis a 11. Remarks: i I '`COCONUT GROVE SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4577" 12. Publication Dates) of Invoice No. Amount ; i Advertisement 1 n IN cm 4 ter—_ -rTiy i 1 i q 13. LJ Approved ❑ Disapproved epartment ector/ ignee Date Approved for Payment Date C GS/PC 503 Rev. 12/89 DISTRIBUTION Forward �h i ite and Can ^8 arto y GDepartP ocurement management) ana rexam rir,R uupy. BID. NO. 94-95-023 ' ADVERTISEMENT FOR BIDS Sealed bids for "COCONUT GROVE SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-�577, will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 6th day of December, 1994, 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 includes the construction of approximately 2,000 Lineal Ft. of street improvements on Brickell Avenue between Rickenbacker Causeway and S.E. 32 Road, and the removal and replacement of approximately 50,000 sq. ft. of concrete or brick sidewalk in the area bordered by Coral Way, S.E. 26 Road, Biscayne Bay and the South and West City limits. Construction includes the following: clearing and grading, construction of asphalt pavement, concrete median curbs, curbs and gutters, concrete sidewalk, reinstallation of existing brick paver sidewalks, pressure cleaning exisitng brick sidewalks, and pruning and removing tree roots and limbs if necessary. 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, 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 November 18, 1994. 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, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinances Nos. 10062 and 10538 regarding allocation of contracts to minority vendors, contractors and subcontractors. All bidders must submit 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 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-4577, Req.2562). Cesar H. Odio City Manager