Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-95-0399
J-95-375 5/11/95 RESOLUTION NO. 9 5 ~ 3 9 9 A RESOLUTION ACCEPTING THE BID OF MET CONSTRUCTION, INC., IN THE PROPOSED AMOUNT OF $320,000, TOTAL BID OF THE PROPOSAL, FOR THE PROJECT ENTITLED "ORANGE BOWL MODERNIZATION, PHASE III, F.I.F.A. FIELD MODIFICATIONS, B- 3251"; ALLOCATING FUNDS THEREFOR FROM THE ORANGE BOWL OPERATING BUDGET, NO. 350503-380 IN THE AMOUNT OF $320,000 TO COVER THE CONTRACT COST AND $40,800 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $360,800; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY WITH SAID FIRM. WHEREAS, sealed bids were received May 5, 1995, for "Orange Bowl Modernization, Phase III, F.I.F.A. Field Modifications, B- 3251"; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Met Construction, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, funds are available from the Orange Bowl Operating Budget, No. 350503-380 in the proposed total amount of $360,800; i 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 CITY COMMMSSSION MEETUgG OF MAY 1 1 1995 Resolution No. 95- 399 thereto and incorncrated herein as if fully set forth in this Section. Section 2. The May 5, 1995 bid of Met Construction, i Inc., in the proposed amount of $320,000 for the project entitled "Orange Bowl Modernization, Phase III, F.I.F.A. Field Modifications, B-3251" (the Project) 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 $360,800 is hereby allocated from the Orange Bowl Operating Budget, No. I 350503-380. Said total Project cost consists of the $320,000 contract cost and $40,800 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, with Met Construction, Inc., for said Project, 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. 2- 95- 399 PASSED AND ADOPTED this 11th day of May, 1995. I i STE EN P. CLA K, MAYOR ATTEST: MATTY HIRAI CITY CLERK PREPARED AND APPROVED BY: i G. MIRIAM MA R CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: WORR:csk:Gl%iM -I— 95- 399 M n CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Honorable Mayor and Members of th � ity Commission i FROM Cesar H. Odio City Manager RECOMMENDATION DATE Zv� F(LE B-3251 SUBJECT Resolution Awarding Contract for Orange Bowl Modernization Phase III, F.I.F.A. Field REFERENCES Modifications ENCLOSURES Resolution It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Met Construction, Inc. a Company located within Dade County and within the City of Miami, for "Orange Bowl Modernization Phase III F.I.F.A. Field Modifications, B-325111, received May 5, 1995 in the amount of $320,000.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Anicont of Bid: $320,000.00 % of Cost Estimate: 107 % Cost Estimate: $300,000.00 Source of Funds: Orange Bowl operating budget No. 350503-380 amended Minority Representation: 262 invitations mailed 15 contractors picked up plans & specs (7 Hispanic, 2 Black, Female) 7 contractors submitted bids (5 Hispanic, _ Black, _ Female) Public_ Hearings/Notices: No public hearing/Bid Notice published. Assessable Project: No Discussion: Tlie Department of Public Works has evaluated the bids received on May 5, 1995 and determined that the lowest responsible and responsive bid, in the amount of $320,000.00 is from Met 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 95-- 399 J Ay.. FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 5/5/95 JOB *: B-3261 PROJECT NAME: O.B. ,MODERNIZATION PH.111.,FIFA FIELD MODIFICATIONS. LOCATIONS: 1600 NW 45T. cIP *: 360603-830 w PROJECT MANAGER: A. Corrales TYPE *: FEDERAL PARTICIPATION: ASSOCIATED DEPARTMENT: CONFERENCES, CONVENTIONS 81 PUBLIC FACILITIES ASSESSABLE: EMERGENCY: RESOLUTION *: BID REQUEST: FORMAL IN INFORMAL O DESCRIPTION: THIS PROJECT INVOLVES THE DEMOLITION OF THE FOUR INNER CORNERS OF THE STADIUM INCLUDING THE REMOVAL OF THE BOX SEATS AT GROUND LEVEL AND THE CONSTRUCTION OF NEW FRONT WALLS IN ORDER TO ENLARGE THE WIDTH OF FIELD. (IF NECESSARY CONTINUE ON THE SACK) SCOPE OF SERVICES: CITY OCTSIDE AMOUNT (% OF CONST. COST) SURVEY IPLAT SITE INVESTIGATION 0 PLANNING AND STUDY O O $ % OF(EC) DESIGN ® $ 20,000.00 % OF(EC) SPECS AND BID PROCESS $ 1,600.00 % OF(EC) BLUEPRINTING AND ADVERTISING O $ (E) CONSTRUCTION $ 320,000.00 (BID) CONST. INSP. & MANAGEMENT ® $ 19,200.00 % OF BID OTHER O $ SUBTOTAL $ 360,800.00 INDIRECT COSTS $ (ENG. FEE) CONTINGENCIES (5%) (EC) ESTIMATE CONST. COST: $300,000.00 TOTAL $ 360,800.00 (E) ESTIMATE CONTRACTOR'S INFORMATION: CLASS: TYPE OF WORK: General Construction MINORITY © = 0 YEARS OF ESTABLISHMENT: 18 yrs. LICENSE CGC067413 NAME: MET CONSTRUCTION, INC. TELEPHONE ( 305 )767-9504 ADDRESS: 406 NW 54 ST. MIAMI, FL. 33127 CONTACT PERSON: GAIL McNALLY SUB -CONTRACTORS 1 ST. CHOICE ELECTRICAL RAINBOW PAVING 95- 399 CLASS J= JOINT P= PRRRE S= SUB MNORITY. B= BLACK H= HISPANIC F= FEMALE •/AGO VVrICA: A.7.maiAlYl ulmr%.IVRJ, VVJI MI\ML1010, rILG, NIr RIMI\MVL.f., r+•+v-.r+•. ••1 -•• .... --• 1 s C.TI' i 10 FORMAL BID ORANGE BOWL MODERNIZATION PHASE III, F.I.F.A. MODIFICATIONS Project Number: B-3251 CIP Number: 350503-830 Project Manager: ALBERTO CORRALES Date: 05� 05 95 Person who received the bids: A. CORRALES Received at: CITY CLERK'S OFFICE, CITY HALL Construction Estimate = 300,000.00 Time: 11:00 A.M. BIDDER PINO-FONTICIELLA CONST.INC RECIO i4 ASSOCIATES, INC URBAN ORGANIZATION,INC ADDRESS ' I14 0 V FL 33174ST.205 I8053 ,NW 4 a 8 YIN FL22 AVE 142 142 I�I BID BOND AMOUNT B.B.820.000.00 B.B.5z B.B.U7,aoo.00 IRREGULARITIES D MINORITY OWNED Yes � YES b ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL PRICE TOTAL PRICE TOTAL BASE BID TOTAL OF ITEMS I THRU 2 $412.420.00 1452.000.00 $527,000.00 I FOR FURNISHING ALL LABOR, MATERIALS AND EQUIPMENT FOR THE DEMOLITION OF THE FOUR INNER CORNERS OF THE STADIUM, REMOVAL OF THE BOX SEATS AT GROUND LEVEL AND THE CONSTRUCTION OF NEW FRONT MALLS. 11377,420.00 $417.000.00 $492.000.00 2 PROVISION FOR SPECIAL ITEMS $35.000.00 $35.000.00 1351000.00 " 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 MET CONSTRUCTION. B - No Affidavit as to Capital & Surplus of Bonding Company INC. FOR THE TOTAL AMOUNT OF $320,000.00 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 o K . G- Improper Bid Bond -- - ,- ------------------------------------------------- H - Corrected Bid - "-"4e `MI I - No First Source Hiring Compliance Statement _ _ _� � ,7 -- - ------------------------------------------------- d - IMPROPER Minority ComplianceProposal Statement tl ----SHEET 2 OF 2 K -IMPROPER Bid Proposes ------- � - - - - - - - - - - - - - - - - - - - - - - - - - - - - - L - No Bid ----------- - � t'------ SHEET 2 OF 2- - - - - - - - - - - - - - - - - - - - - - - - - - - - - 0 FORMAL BID ORANGE BOWL MODERNIZATION PHASE III, F.I.F.A. MODIFICATIONS umber: B-3251 CIP Number: 350503-830 'anager: ALBERTO CORRALES Date: 05/ 05 95 ho received the bids: 'A. CORRALES Received at: CITY CLERK'S OFFICE, CITY HALL ,ion Estimate = $ 300,000.00 Timp• 11:00 A.M. MET CONSTRUCTION, INC. ROVEL CONSTRUCTION, INC. TERRATECH DEVELOPMENT.INC VENECON, INC — „ 406 N.W 54 ST. MIAMI. FL 33127 73B0 SW 48 ST. MIAMI. FL 33105 5001 SW 74 ST.STE.204 MIAMI, FL 33155 IBe SW 1ST. 1V212 MIAMI. FL 3 5 ID AMOUNT B.B.$20,000.00 B.B.815,000.00 B.B.$20,000.00 B.B.5X .ARITIES D D Y OWNED NO YES NO YES DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID TOTAL OF ITEMS 1 THRU 2 $320,000.00 $359.000.00 8399,979.00 $411.000.00 FOR FURNISHING ALL LABOR, MATERIALS AND EQUIPMENT FOR THE DEMOLITION OF THE FOUR INNER CORNERS OF THE STADIUM, REMOVAL OF THE BOX SEATS AT GROUND LEVEL AND THE CONSTRUCTION OF NEW FRONT MALLS. "285,000,00 $324,000.00 $364,979.00 $375,000.00 - - PROVISION FOR SPECIAL ITEMS 835,000.00 $35.000.00 $36,000.00 $36,000.00 1LARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM MET CONSTRUCTION vier -of -Attorney INC. FOR THE TOTAL AMOUNT OF $320,000.00 idavit as to Capital & Surplus of Bonding Company Led Extensions -al Unsigned or improperly Signed or no Corporate seal If the above contractor is not the lowest bidder explain: plete Extensions esponsive bid �-� ��,uo�f---------------------------------------------- per Bid Bond _ _ _ __ ____________ ____ --_-__-___--_--_-__------ ;red Bid --� / J �' st Source Hiring compliance Statement ------ q-7 L'�T----------------------------------------"-_-_-_-_-'-' iority Compliance Statement ,�,t ---- PER Bid Proposal --'i,/ _-- •� __-___ SHEET 1 OF 2_____________________ - �`t --�- 1---:-------------------------------------------- AID SECDRITT LIST a ORANGE BOWL MODERNIZATION PHASE III F.I.F.A. FIELD MODIFICATIONS $ ID iilEs -rr.-r--------_--..ter-__ _--_r-r---- -_.-w _ _-__-_-_ry- �'--_--- ------------ - _--ram---w__-------r'�--ter 94-95-138 --r�—��------ --- --------- ABATE AIDS) OPENED: MAY 5, 1995 11:00 a.m. ---- Z, e 22M DID *ORD-Ji l SIDDER PID ANDURT CAfHIER'S CiIECR MET CONSTRUCTION, INC. $ 320,000.00 rr rr_r--•rr rsr $ 359,000.00 B.B. $ 20,000.00 ---r+►_-.-rrrrr-.w-r-.�. _•_ B.B.. $ 15,000.00 _ r-•-rrr rr rs rwrr-rr.so ROVEL CONSTRUCTION INC: TERRATECH DEVELOPMENT, INC. -wr•�-�sro•r-rrr �r $ 399,979.00 rs-_----r- B.B. $ 20,000.00 ----a_-aa--- - --r-'_ VENECON, INC. $ 411,000.00 $ 412,420.00 B.B. 5% J� B.B. $ 20,000.00 ., PINO FONTICIELLA CONST. CORP. RECIO & ASSOCIATES, INC. $ 452,000.00 $ 527,000.00 -------------- B.B. 5%—�— B.B. $ 27,500.00 ------r-.._rr_---------� r�.-__r--__--_ URBAN ORGANIZATION, INC. ---------------- -------- "Offers -fro -in the �►eiidors listed herein -rrn _t;��_ c rArpivpirl- }i ."Q Qj- f_—QLQ other offers submitted in response to this solctcc,ic a:0 hereby rej--------------------- ;_--Tr ----- 1----------- - -------I----------- r ' -- ------ -------------------------- -- ---- -------------- --------------------------------- -----------J - -------------------------------- -- / ------------------ I -------------- -------------------------- ---------------------- ------------------------------------------r--_--__ ------------- I -------------- I ----------------------- --__--___----------------------�- - - - - - - - - - - - - - - - - - - - - - - _----_I_-" ____----__ ---------------------- -----------b------------------------------------ `� V � 5 -_-_ i<acsiva• (�—) •nvsiopes on bahsif of lazs'on racai�in�- iQs' iub3 f c worDg _ __ _ (City Dapast----------------------n$ ----- --- ------ fIGNED: / _ _ __ _ putt' etj Clinic) '95 MAY -5 All :00 CITY O Pil ,m1, f I A. CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Matty Hirai April 20, 1995 'To : City 1 e r k DATE : HIE f ORANGE BOWL MODERNIZATION suE+Jr_cT PHASE III F.I. F. A FIELD MODIFICATIONS C FROM sette Lopez J� REFERENCES RID NO. 94-95-138 Department of Pub is Works ENCLOSURES: Contractors will submit bids for the above reference project to be opened on. May 5, 1995 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 k, BID NO. 94-95-138 ADVERTISEMENT FOR BIDS Sealed bids for "ORANGE BOWL MODERNIZATION PHASE III F.I.F.A. FIELD MODIFICATIONS B-3251" will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 5th day of May, 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 the furnishing of all labor, materials and equipment for the demolition of the four inner corners of the stadium including the removal of the box seats at ground level and the construction of the new front wall. Bidders will furnish performance and bid bonds in accordance with Resolutions NO. 86-903 and No. 87-915. For technical questions regarding plans and specifications, please contact Alberto Corrales 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, 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 delicate 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 April 21, 1995. If bidders wish, a set of plans and specifications will be mailed to them by writing to the Department of Public Works and including a separate check for $8. There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $20 per set and this is not refundable. Deposits will be refunded only upon the return of one set of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance No. 10062 and 10538 regarding allocation of contracts to minority vendors, contractors, and subcontractors. All bidders must submit an Affirmative Action Plan with their bids. (Ordinances are contained in Bid Specifications). The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement." The object of this Ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 579-6856. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise (B-3251, Req.2597). Cesar H. Odio City Manager kN Of City of Miami /2 5 0 V �.. This number must REQUISITION FOR ADVERTISEMENT appear in the advertisement. INSTRUCTIONS: Please type and attach a copy of the-advenisement with this reauisition. 1. Department: Public Works 2. Division: Aukininistrat.Lon 3. Account Code number: T. B1. Or. Bud.350303E3,Yes 4. Is this a confirmation: ❑ No 5. Prepared by: Lissettu Lopez 6. Size of advertiseme t �4-9,-133' r 7 Starting date: 4./21/95 8. Telephone number: 579-6865 9. Number of times this advertisement is to be published: o 1-1c e 10. Type of advertisement: IN Legal ❑ Classified ❑ Display 11. Remarks: YORANGE BOWL MODERNIZATION rHAS;3 III F.I.F.A. FIELD MODIFICATIONS B-3251." 12. Publication Date(s) of Advertisement Invoice No. Amount i f i i 13. Approved ❑ Disapproved D epartmer�Pblrecfwtiesignee Date Approved for Payment Date ]_C iGS/PC 503 Rev. 12/89 i Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department BID NO. 94-95-138 ADVERTISEMENT FOR BIDS Sealed bids for "ORANGE BOWL MODERNIZATION PHASE III F.I.F.A. FIELD MODIFICATIONS B-3251" will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 5th day of May, 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 the furnishing of all labor, materials and equipment for the demolition of the four inner corners of the stadium including the removal of the box seats at ground level and the construction of the new front wall. Bidders will .furnish performance and bid bonds in accordance with Resolutions NO. 86-903 and No. 87-915. For technical questions regarding plans and specifications, please contact Alberto Corrales 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, 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 April 21, 1995. If bidders wish, a set of plans and specifications will be mailed to them by writing to the Department of Public Works and including a separate check for $8. There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $20 per set and this is not refundable. Deposits will be refunded only upon the return of one set of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance No. 10062 and 10538 regarding allocation of contracts to minority vendors, contractors, and subcontractors. All bidders must submit an Affirmative Action Plan with their bids. (Ordinances are contained in Bid Specifications). The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement." The object of this Ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 579-6856. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise (B-3251, Req.2597). Cesar H. Odio City Manager N.