HomeMy WebLinkAboutR-95-0107J-95-29
1/27/95
RESOLUTION NO. 9 5 - 107
A RESOLUTION ACCEPTING THE BID OF W. P.
AUSTIN CONSTRUCTION, CORP., IN THE PROPOSED
AMOUNT OF $261,461.00, TOTAL BID OF THE
PROPOSAL, FOR THE PROJECT ENTITLED "MIAMI
POLICE HEADQUARTERS - 3RD AND 4TH FLOOR
ADDITIONS B-2920A, SECOND BIDDING";
ALLOCATING FUNDS THEREFOR FROM PROJECT
NO. 312029, AS APPROPRIATED BY FISCAL YEAR
1994-1995 CAPITAL IMPROVEMENT PROJECTS
ORDINANCE NO. 11205, AS AMENDED, IN THE
AMOUNT OF $261,461.00 TO COVER THE CONTRACT
COST AND $48,132.00 TO COVER THE ESTIMATED
EXPENSES, FOR AN ESTIMATED TOTAL COST OF
$309,593.00; 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 January 17, 1995, for the
project entitled "MIAMI POLICE HEADQUARTERS -3RD AND 4TH FLOOR
ADDITIONS B-2920A, SECOND BIDDING"; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from W. P. Austin
Construction Corp., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, Fiscal Year 1994-95 Capital Improvement Projects
Ordinance No. 11205, as amended, adopted November 17, 1994,
appropriated monies for the proposed amount of the contract,
project expense, and incidentals under Project No. 312029 of said
Ordinance;
CITY COMMSSION
MEETING OF.
F E B 0 9 1995
Resolution No.
95- 107
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 January 17, 1995 bid of W. P. Austin
Construction Corp., in the proposed amount of $309,593.00, for
the project entitled "MIAMI POLICE HEADQUARTERS - 3RD & 4TH FLOOR
ADDITIONS B-2920A, SECOND BIDDING" 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
$309,593.00 is hereby allocated from Project No. 312029, as
appropriated by Fiscal Year 1994-95 Capital Improvement Ordinance
No. 11205, as amended. Said total project cost consists of the
$261.461.00 contract cost and $48,132.00 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 W. P. Austin
Construction, Corp., for the project entitled "MIAMI POLICE
HEADQUARTERS - 3RD & 4TH FLOOR ADDITIONS B-2920A, SECOND
BIDDING", for the total bid of the proposal.
Section 5. This Resolution shall become effective
immediately upon its adoption.
1� 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- 95- 107
PASSED AND ADOPTED this 9th
ATTE
MA TY HIRAI
CITY CLERK
CAPITAL PROJECT REVIEW:
day of February ► 1995.
STEP EN P. CLAR , MAYOR
/Z2f7-Z--)
UEZ, DIRECTOR
MENT AND CAPITAL IMPROVEMENTS
UBMITTED BY:
WALDEMAR E. LEE
DIRECTOR OF PUBLIC WORKS
LEGAL REVIEW BY:
h R) 4-t 0,4 ---
G. MIRIAM E
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
-3-
95- 107
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
so
TO : Honorable Mayor and Members DATE : FILE: B-2920A
of the City Commission JAN 31 1995
SUBJECT : Resolution Awarding Contract
for Miami Police"Headquarter
3rd & 4th Floor Additions FROM : REFERENCES: 2nd Bidding
Cesa io
City • ger ENCLOSURES: Resolution
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of W.P. Austin
Construction Corp., a company located within Dade County and not
within the City of Miami, for "Miami Police Headquarters-3rd &
4th Floor Additions B-2920A, 2nd Bidding", received January 17,
1995 in the amount of $261,461.00, Total Bid; authorizing the
City Manager to enter into a contract on behalf of the City.
BACKGROUND
Amount of Bid:
Cost Estimate:
Source of Funds:
$261,461.00 % of Cost Estimate: 75%
$350,000
Fiscal Year 1994-1995 C.I.P. Ordinance No. 11205
as amended
Minority Representation:
Public Hearings/Notices:
Assessable Project: No
250 invitations mailed
9 contractors picked up plans & specs
(4 Hispanic, 2 Black, 0 Female)
5 contractors submitted bids
(3 Hispanic, 0 Black, 0 Female)
No public hearing/Bid Notice published.
Discussion: The Department of Public Works has evaluated the
bids received on -January 17, 1995 and determined that the lowest
responsible and responsive bid, in the amount of $261,461.00 is
from W.P. Austin Construction Corp., 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
01-
95- 107 ����
FACT SHEET
PUBLIC WORKS DEPARTMENT
DATE: 1117/95
Jos s: B-2920A
PROJECT NAME: MIAMI POLICE HEADQUARTERS-311D & 4TH FL. ADD.-2ND BID
cIP *: 312029
LOCATIONS: 400 NW 2ND. AVE. ,MIAMI, FL. 33128
TYPE S:
PROJECT MANAGER: A. COrrales
FEDERAL PARTICIPATION:
ASSOCIATED DEPARTMENT: MIAMI POLICE DEPT.
ASSESSABLE:
EMERGENCY:
RESOLUTION 0:
BID REQUEST: FORMAL INFORMAL
DESCRIPTION: THIS PROJECT CONSITS OF FURNISHING ALL LABOR, MATERIALS AND EQUIPMENT
NECESSARY FOR ADDITIONS AND RENOVATIONS TO THE 3RD. & 4TH. FLOOR IN THE SW CORNER
AT THE POLICE HEADQUARTERS BUILDING. THIS CITY PROJECT IS THE CONSOLIDATION OF THE
FIRE AND POLICE "EMERGENCY 911 " COMMUNICATIONS INTO EXISTING FACILITIES.
SCOPE ON SERVICES: CITY OUTSIDE AMOUNT (% OF CONTT. COST)
SURVEY /PLAT O
SITE INVESTIGATION Q
PLANNING AND STUDY Q $ % OF(EC)
DESIGN ® $ 15,850.00 % OF(EC)
SPECS AND BID PROCESS ® $ 7,000.00 2 % OF(EC)
BLUEPRINTING AND ADVERTISING ® O $ (E)
CONSTRUCTION $ 261,461.00 (BID)
CONST. INSP. & MANAGEMENT ® $ 20,917.00 8 % OF BID
OTHER O $
SUBTOTAL $ 305,228.00 io%
INDIRECT COSTS 1.43 % $ 4,365.00 (ENG. FEE)
CONTINGENCIES (6%)
(EC) EsrlaaA'E CONST. COST: $ 350,000.00 TOTAL $ 309,593.00
(E) ESTIVArE
CONTRACTOR'S INFORMATION:
CLASS: d� ® ® TYPE OF WORK: General Construction MINORITY FYI F7 F
YEARS OF ESTABLISHMENT: 14 ym. LICENSE CGCA 03093
NAME: W.P. AUSTIN CONSTRUCTION CORP. TELEPHONE ( 305 )448.4614
ADDRESS: 1660 SW 32 Place, Miami, Fi. 33145
CONTACT PERSON: WP PHILLIP AUSTIN
SUB -CONTRACTORS
PLUMB -Main Line Plumbing
HVAC- Trinity A/C Co.
ELECT- Magesco Inc.
9 5 107
CLASS: J= JOINr P= PRIME S= sua
MINORITY: B=BLACK H=HISPANIC F=FEMALE
WFICU: A"141ANI UlKttilVK,, %;U*l ANALT010, 11ILt1 Irll'NIAMAUr-K, A**VUTAIM) Mr I., VIFMANAUr-K
FORMAL BID
MIAMI P01.ICI'', I II?ADQUARTERS, 3RD & 9TH FLOOR ADDITIONS-2ND BIDDING
Project. Number: B-292OA�'l CIP Number: 312029
Project Manager. ALBERTO CORRALES Date: 01/ 17 95
Person who received the bids: A_CORRALES Received at: CITY CLERK'S OFFICE. CITY HALL
Construction Estimate = 350,000.00 Time: 10:00 A.M.
= 13I_DI)FJ?
WP AUSTIN CONST. CORP.
C.O.B.A.D CONST.CORP
PINO-FONTICIELLA CONST.
CA20 CONST. CORP.
ADDRESS1650
SW 32 PL.
MIAMI, FL 33145
1301 W 68 ST.ND
HIALEAH. FL.33014
11400 W FLAGLER ST.p205
MIAMI, FL 33174
3461 SW 8 ST.
MIAMI. Ft, 33135
1311) I30ND AMOUNT
B.B. 6%
B.B. 57.
B.B. $25,000.00
B.B. 57.
IRREGULARITIES
MINORITY OWNED
NO
YES
YES
YES
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
BASE BID TOTAL OF ITEMS I THRU 2
$261.461.00
$277.000.00
J288,103.00
i289,444.00
'1
FOR FURNISHING ALL LABOR, MATERIALS AND
EQUIPMENT FOR THE THIRD AND FOURTH FLOOR
ADDITIONS TO THE MIAMI POLICE HEADQUARTERS
AS SHOWN ON THE PLANS OR NOTED IN THE
SPECIFICATIONS.
$236,461.00
$252,000.00
$263.103.00
$264,444.00
2
PROVISION FOR SPECIAL ITEMS
225,000.00
S25,000.00
$26,000.00
$25,000.00
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 W.P. AUSTIN
H No Affidavit as to Capital k Surplus of Bonding Company CONSTRUCTION FOR THE TOTAL AMOUNT OF $261,461.00
Corrected Extensions
I Proposal Unsigned or improperly Signed or no Corporate Seal ]f the above contractor IS nOt he-1ow St ld er ex lain:
h: Incomplete ExtensionsP
Non -responsive bid -
c; .. Improper Bid Bond 6.tit., r - --,- ----- leX...)
II - Corrected Bid ----- - -- - ------------------------------------------
/,��
I •- No First Source Hiring Compliance Statement----j�����j<------------------------ ----------------------------
I - No Minority Compliance St.htemenl
----------------------------------------------------------
• - No Duplicate Bid Proposal SHEET ETIOF 2
1.- No Hid---------------------------------------------------------- - - - - --
M
to:,
C3i
FORMAT, BID
MIAMI I110JADRUARTERS, 3RD & 4TI-I FLOOR ADDITIONS-2ND BIDDING
Project. Number: _ B-_2920A_ CIP Number: 312029
Project. Manager: ALBERTO CORRALES_ Date: 01/17 /95
Person who received the bids- A. CORRALES Received at: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = $ ;K0,000.00 Time: 10:00 A.M.
131 D DER
MET CONSTRUCTION, INC.
SMITH HAMMOCK
ADDRESS
MIAMI, FL533 27
72 AVE.
HOMESTEAD ,IFL.33 30
131D BOND AMOUNT
B.B.$22,500.00
IRREGULARITIES
L
MINORITY OWNED
NO
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
BASE BID TOTAL OF ITEMS 1 THRU 2
1350.137.00
I
FOR FURNISHING ALL LABOR, MATERIALS AND
EQUIPMENT FOR THE THIRD AND FOURTH FLOOR
ADDITIONS TO THE MIAMI POLICE HEADQUARTERS
AS SHOWN ON THE PLANS OR NOTED 1N THE
SPECIFICATIONS.
$325,137.00
2
PROVISION FOR SPECIAL ITEMS
$25,000.00
IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
rA No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM W.P. AUSTIN
H No Affidavit as to Capital k Surplus of Bonding Company CONSTRUCTION FOR THE TOTAL AMOUNT OF $261,461.00
C Corrected Extensions
n - Proposal Unsigned or improperly Signed or no Corporate Seal It the above contractor is not the to est idd x lain:
E - Incomplete Extensions
F - Non -responsive bid O ,k- L _ _ n �_ _
--- -
G - Improper Bid Bond T-------------- -
II - Corrected Bid - - - __/_r---'---------------------- -----` ---------
I - No First Source Hiring Compliance Statement ____-_-f./_17--------------------- - - - - -- ------ -------------
I - No Minority Compliance Statement - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
K - No Dupiicate Bid Proposal SHEET 2 OF 2
L- No Bid---------------------------------------------------------- - - - - --
I
DID_SECU&2SY_1111
MIAMI POLICE HEADQUARTERS 3rd & 4th FLOOR ADDITIONS
SID ITEM;
-.-w�----P--P--e--------- .---l--------w--P--------
SECOND BIDDING B-2920A
��.Pww-•-P-------------P--l-lw------------- -----r.-�
31ID so . t 9 4- 9 5- 0 4 8----------- -w
SATZ DID(S) OPIRIDs JANUARY 17, 1995 10 00 a.m.
TOTAL DID_DOND-Loll
1IDDER PID-ANDURT tAS�JiSR�t----- -
-r--l---M------------------
--1-----w----�----P- -M-
W. P. AUSTIN CONTRUCTION CORP. $ 261,461.00 B.B. 5%
C.O.B.A.D. CONSTRUCTION CORP. $ 277.000.00 B..B. 5%
'PINO FONTICIELLA CONTRUCTION $ 288,103.00 B.B. $ 25,000.00
CAZO CONSTRUCTION CORP. $ 289,444.00 B.B. 5%
J
MET CONSTRUCTION_ INC. ; $ 350,137.00 B.B. 22,500.00 .,
- ------ -------w--w-P------ -----------------N-
0 BID"
SMITH HAMMOCK
— ----_P --- -- P..Pr------- —— --- ---------------
{f�Ars from t� venr7arsst�a �cre�n are tf o— nTy oilers
*nr.n4traJ� #ig3.t'ly-cs-DL th-.!`:hiam-cLi-daka-zJ' --------
i o! h, Ar oVers submitted in rcsponec to this sotic ta.ti , if any,
- 2 3-11. '=---------------------------------------
--_-------------;-------------_I--------------------
----------------- L------------- ----L ---------------
-------------------------------- ---------------------
!!--------------------------------- = `� 7 ----------
-------- --------- ------------- -w�------------
—.—------------ r--------------q--------- — — — — — —
-- I
_ ,►---------- ----M--.►. I - -
"-f/--- ---------
---------------- ^-+---------------♦-----------------------
--------..-------wM .__----W---+----------------------
P------------+--P------ 4+----------------------
---------------- I -------------- L----------------------
_---_recti�vea (k-) envelopes on 8ahalt of
(Y�raon se atviaj bids q
Publ is i�_gtXjL_ oa � _ � � !C�
_!_________P..�
(Citj Drpartasst) _
SIGNED:
( aput� ity clerk)
i
I '
RECEaVit `:.
'95 JAN 17 A10:00
MATT f iilkAI
CITE CURK
CITY OF MIAMI, FLA..
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Matty Hirai DATE: December 22, 1994
FILE
City Clerk
SUWECT: MIAMI POLICE HEADQUARTERS
3RD b 4TH FLOOR ADDITIONS
SECOND BIDDING B-2920A
FROM : L s sett e Lopez REFERENCES :BID NO. 9 4- 9 5- 0 4 8 r��
Department of Publ Works
ENCLOSURES:
Contractors will submit bids for the above reference project to
be opened on.
January 17, 1995 Time: 10:00 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
C-D
WCD
1
..a
�L�
BID NO. 93-94-048
ADVERTISEMENT FOR BIDS
Sealed bids for "MIAMI POLICE HEADQUARTERS - 3RD AND 4TH FLOOR ADDITIONS
SECOND BIDDING - B-2920A" will be received by the City Clerk of the City
of Miami, Florida at 10.00 AM on the 17th of January, 1995, 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 structural, plumbing mechanical and architectural
modifications to the third and fourth floors of the Miami Police
Headquarters, 400 N.W. 2nd Avenue, Miami, Florida. 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 Pancoast-Albaisa Architects at (305) 442-
1193. 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 3, 1994. 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
purchasecF 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 Nos. 10062 and 10538
regarding allocation of contracts to minority vendors, contractors and
subcontractors. All bidders must submit an Affirmative Action Plan with
their bid. (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-2920A Req. 2569).
Cesar H. Odio
City Manager
's
City of Miami
2569
REQUISITION FOR ADVERTISEMENT
This number must
appear in. the
advertisement.
INSTRUCTIONM.P a type
and attach a copy of the advertl
�. Department::.
2. Division:
3. Account Code number:
4. Is this a confirmation:
5. Prepared by:
Yes ❑ No
6. Size of advertisement:9
4 - 9 5 - 0.18Starting
date:
8..Telephone number:
ind x
9. Number of tImA this advertisement is to be
10. Tye of advertisement:
published:'
on In P
Legal ❑ Classified ❑
Display
11. Remarks:
"MIAMI'POLICE
HEAt3QUARTERS - 3RD & 4TH FLOOR ADDITIONS SECOND BIDDING
B-292OA"
I
12.
%
Publication,
Date(s) of
Advertisement
Invoice No.
Amount
Pq
r-,
C5
13.
94
Approved
❑ Disapproved
/a ..
Department rector/pesignee Date
Approved for Payment
Date
C IGS/PC 503 Rev. 12/89
Routing Forward White and Canary to G.S.A. (Procurement Management) and retain Pink coov.
Lplo i n1DY I lvrr7 nmre - u.o.H.; %,anary - uepar[meni