Loading...
HomeMy WebLinkAboutR-95-0759J-95-868 10/3/95 RESOLUTION NO. 9 5` 759 A RESOLUTION ACCEPTING THE BID OF F & L CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF $250,000.00, TOTAL BID OF THE PROPOSAL, FOR "CITYWIDE SIDEWALK REPLACEMENT PROJECT -PHASE 10 (SECOND BIDDING) B-4572"; WITH FUNDS THEREFOR ALLOCATED FROM THE FISCAL YEAR 1994-95 CAPITAL IMPROVEMENT ORDINANCE NO. 11205, AS AMENDED, PROJECT NO. 341175 IN THE AMOUNT OF $250,000.00 TO COVER THE CONTRACT COST AND $29,946.80 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $279,946.80; 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 February 16, 1995, for "CITYWIDE SIDEWALK REPLACEMENT PROJECT -PHASE 10 (SECOND BIDDING) B-4572"; 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, the 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 expenses and incidentals under Project Code No. 341175 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE "CITY OF MIAMI, FLORIDA CITY COMMISSION MEETING OF �ti Resolution No. 95- •59 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 February 16, 1995 bid of F & L Construction, Inc., in the proposed amount of $250,000.00, for the project entitled "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE 10 (SECOND BIDDING) B-4572" 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 $279,946.80 is hereby allocated from the Fiscal Year 1994-95 Capital Improvement Ordinance No. 11205, as amended, Project No. 341175. Said total project cost consists of the $250,000.00 contract cost and $29,946.80 estimated expenses Incurred by the City. Section 4. The City Manager Is hereby authorized to enter Into a contract1' In a form acceptable to the City Attorney, on behalf of the City of Miami with F & L Construction, Inc., for "CITYWIDE SIDEWALK REPLACEMENT PROJECT -PHASE 10 (SECOND BIDDING) B-4572", total bid of the proposal. Section 5. This Resolution shall become effective Immediately upon its adoption. �f 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- 759 bg PASSED AND ADOPTED th I s 26th day of October 1995. TEPHEPJ P . CI_Al MAYOR ATTEST: 4 WALTER J. RON CITY CLERK--' CAPITAL PROJECT REVIEW: C tARDG—RGDTt I GUEZ , D I RECTOR ET MANAGEMENT AND CAPITAL IMPROVEMENTS SUBMITTED BY: WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS LEGAL REVIEW BY: J G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS A. "QUkNN JOf S , CITY ATTORN 7 -3- 95- 759 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 61 TO Honorable Mayor and Members DATE 7 r_iLE B-4572 of the City Commission FROM Cesa JPJl o City T er RECOMMENDATION SUBJECT Resolution Awarding Contract for Citywide Sidewalk Replacement Project Phase 10 (Second Bidding) 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 Citywide Sidewalk Replacement Project -Phase 10 (Second Bidding) B-4572, received February 16, 1995 in the amount of $250,000.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $250,000.00 Cost Estimate: $300,000.00 % of Cost Estimate: 83% Fiscal Year 1994-95, C.I.P. Ordinance No. 11205, as amended Minority Representation: 262 invitations mailed 9 contractors picked up plans & specs (4 Hispanic, 4 Black, 0 Female) 5 contractors submltted bids (4 Hispanic, 1 Black, O Female) Public Hearings/Notices: No public hearing/Bld Notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on February 16, 1995 and determined that the lowest responsible and responsive bid, In the amount of $250,000.00 Is from F & L Construction, Inc., a hispanic -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- 759 FORMAL BID CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE X B-4572 (SECOND BIDDING) Project Number_ B-4572 _ — CIP Number: 341175_ Project Manager: GUILLERMO ACOSTA Date: 02' 16 � 95 Person who received the bids: GUILLERMO ACOSTA Received at: CITY CLERK'S OFFICE, CITY HALL Construction Estimate = $ 300.000 Time: 1030 A.M. BIDDER F & L CONSTRUCTION URBAN ORGANIZATION INC. THE ACME GROUP INC. ROYAL ENGINEERING CONST. HOMESTEAD CONC. & DRYWA ADDRESS H8095 W, 1 LANE _ M AKIN FL AVE 7251 BISCAYNE BLVD. MIAMI. FL. 33130 715 Sn 73 AVE. MIAM1, FL 33144 209 SW 4 AVE. HOMESTEAD, FL 33M CITY LIMITS NO NO YES YES NO BID BOND AMOUNT B.B. 5X CHECK $14,000 B.B. $15,0DO B.B. $15.000 B.B. $17,500 IRREGULARITIES L M M MINORITY OWNED YES,H YES,B YES,H YES,H YES,H DESCRIPTION TOTAL TOTAL TOTAL TOTAL TOTAL BASE BID: THE TOTAL OF $250,000.00 $274,750.00 $297,000.00 $299.500.00 $312.000.00 ITEMS 1 THRU 7 BASED ON A ONE HUNDRED TWENTY (120) WORKING DAY COMPLETION TIME • 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 250.000.00 C - Corrected Extensions _ D - Proposal Unsigned or Improperly Signed or no Corporate Seel E - Incomplete Extensions F - Non-responelve bid If the above contractor is not the lowest bidder explain: G - Improper Bid Bond-•---------------------------------- - - - - --Y --H - Corrccted Bld------------------------------------------I-C First Source Hlring Compliance Statement 1 - Ho tLinorlty Compllancc Statement --------------------------------------- ---- --- A7--- X - No Duplicate Bid Proposal ----------------------------------------_----____-- cc77 - L - Primary office tncatlon Affidavit Incomplete SHEET 1 OF 1 L - M - of a censed State of orida ttarne - -Fart ------------------------- '.ae-c-R&FA'---"----------- ----------- FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 2123/1995 JOB #: 8.4572 CIP#: 341175 TYPE: FEDERAL PARTICIPATION: ❑ PROJECT NAME: CITYWIDE SIDEWALK REPLACEMENT PROJECT • PHASE X (SECOND BIDDING LOCATION: (SEE_ DE SC RI PTION)____ ,- PROJECT MANAGER: GUILLERMO ACOSTA_ ASSOCIATED DEPARTMENT: PUBLIC WORKS _ ASSESSABLE: ❑ EMERGENCY: RESOLUTION #: BID REQUEST: FORMAL = INFORMAL [] DESCRIPTION: THE PROJECT CONSISTS OF THE REMOVAL AND REPLACEMENT OF APPROXIMATELY 100,000 SQUARE FEET OF CONCRETE SIDEWALK IN THE AREA BORDERED BY N.W. 36 STREET, N.W. 54 STREET, INTERSTATE 95, AND THE WESTERN CITY LIMITS. (IF NECESSARY. CONTINUE. ON THE BACK SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONST. COST) SURVEY/PLAT ❑ 0 SITE INVESTIGATION ❑ 0 PLANNING AND STUDY ❑ DESIGN 0 ❑ $5,000.00 2 %OF (BID) SPECS AND BID PROCESS 0 ❑ $500.00 BLUEPRINTING AND ADVERTISING 0 ❑ $500.00 CONSTRUCTION ❑ 0 $250,000.00 (BID) CONST. INSP, & MANAGEMENT 0 ❑ $17,500.00 7 % BID OTHER TESTING _ ❑ ❑X _ $2,500.00 (E) SUBTOTAL $276,000.00 INDIRECT COSTS (1.43%) $3,946.80 (E) CONTIGENCIES (EC) ESTIMATE CONST. COST: 300,000.00 TOTAL $279,946.80 (E) ESTIMATE CONTRACTOR'S INFORMATION: CLASS: ❑ © ❑ TYPE OF WORK SIDEWALK CONSTRUCTION NON MINORITY ❑ YEARS OF ESTABLISHMENT: 3 YEARS MINORITY © ❑F NAME: F & L CONSTRUCTION INC. LICENSE E-601 ADDRESS: 6095 W 21 LANE HIALEAH. FL 33016 CONTACT PERSON: DELIO TRASOBARES TELEPHONE ( 305 ) 362.7277 SUBCONTRACTORS NAMES: CLASS: J• JOINT P• PRIME S• SUB MINORITY: B• BUCK If- HISPANIC P- FEMALE 95- 759 (SCcmld Bidcli -uL") 9 4- 9 5 -0 6 5 _._...___.-.- jgli AIDS) ®YENEDs PEIiRUAR1' 16 1995 __-1.0 30 a.m-_--_---_ »»_ r TOTAL DIDAIR AID MOIINT - --- — ------------- _. & L. CONSTRUCTION INC. $ -------- - -------' URBAN ORGANIZATION INC.--___--- $�274,7`50.00--' Till" ACME GROUP INC- $ 297,000.00 ROYAL ENCIN!"ERING CONSTRUCTION $ 299,500.00 HOMESTEAD CONCRETH, & DRYWALL $ 312,000.00 DID AONL-Io 2 CASbIBR'E CHECK B.B. 5 Check # 5270251887 $ 14,0 _---------------- B.B. $ 15,000.00 B.B. $ 15,000.00 B.B. $ 17,500.00 a ``r �,f{nr�•� __...—__.��.—� received of ier ofi?ars in 1' `_i:j:tll:,r 1f--) it-l"s SrJ:iC iCSu 1, if an.y., _-»» __-------_-_»--- ----__---»_ __-------__ - -__--»------------------------------»_-._- »-___ ------------------------------------- f -----------------L----------------------------------- -- — — — — -- — — — — — — — — — — —4- — — — — — — — — — — — — — — *- — — — — — — — -- — — — — — — — — — — — — — 9---- --------------------f---------------r---------------------- -.__».»----------------- I---------------F--------------------- *------------------I•------------- ------------- .-------------- - ----------- f-------------- �5 = ---- 0 o - - - - - - - - - - - - ----------------- --._..---------- -----m--------------4� ---------------------.-.-..- -------------- 4--------- ---------------------- Q- ------------------ - - - - - - - - - -----a--_.---.--------.--------^ ---------------- W-------------- &-.--------------------- // c received f S_D envelopes on behalf of (Person zecei'via� biQs) Pub] is Wqi an '��� 9S (City Dep&rtmen't) Y .00 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To: Matty Hirai DATE February 1, 1995 FILE: City Clerk sUBJECT: CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE 10 (Second Bidding) - It . � l FROM : L l s s'e t t e Lopez REFERENCES : BID NO. 9 4- 9 5 0 6 5 Department of Public Works ENCLOSURES: Contractors will submit bids for the above reference project to be opened on: February 16, 1995 Time: 10:30 A.M. 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 x - -r 0 BID, NO. 94-95-055 ADVERTISEMENT FOR BIDS Sealed bids for "CITYWIDE SIDEWALK REPLACEMENT PROJECT PHASE-10 (SECOND BIDDING) B- 4572" will be received by the City Clerk of the City of Miami, Florida at 10:30 AM on the 16th day of February 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 removal and replacement o" approximately 100 000 square feet or concrete sidewalk in the area bordered by NW 36 Street, NW 54 Street, Interstate 95 and the western city limits Construction includes the following: clearing and grading, pruning and removing tree roots and limbs iF necessary, constructing new concrete curb & gutter, constructing new 4" and 6" concrete sidewalk, and Flexible pavement restoration or construction. 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, Project Manager, 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 Jade 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 January 31, 1995. 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. Al 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 of all bids, and readvertise (B-4572, Req. 2582). Cesar H. Odio City Manager BID. NO. 94-95-055 Rl- ADVERTISEMENT FOR BIDS Sealed bids for "CITYWIDE SIDEWALK REPLACEMENT PROJECT PHASE-10'95EC0T1b1QIDRMV' B- 4572" will be received by the City Clerk of the City of Miami, Florida at 1.0:30 AM on the 16th day of February 1995, at the City Clerk s Office, ,.first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Fldti;da, 33133, at which time and place they will be publicly opened and read. Any bid,tubmitted after the above appointed time will not be accepted by the City Clerk. The project consists of the removal and replacement o` approximately 100 000 square feet o` concrete sidewalk in the area bordered by NW 36 Street, NW 54 Street, Interstate 95 and the western city limits Construction includes the following: clearing and grading. pruning and removing tree roots and limbs if necessary, constructing new concrete curb & gutter, constructing new 4" and 6" concrete sidewalk, and flexible pavement restoration or construction. 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, Project Manager, 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 January 31, 1995. 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. (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 of all bids, and readvertise (B-4572, Req. 2582). City of Miami' . e��9COI� t�** T FOR fi'1G4[���7� 1 ��� ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please tvpe and attachacopy of the advertis ment with thi5 requisition. 1. Department: 2.--Division: - 3. Account Code number: 4. Is this a confirmation: —�-- 5. Prepared by: - Yes ❑ N° 6. Size of advertisement, —❑ 7.� Starting date: 8. Telephone number: , h 9 Number of times this advertisement is to be 10. Tye of advertisement: published: Le al El Classified ❑ Display 11. Remarks: S.I UI; 1h1,?< lit.'•" ,(.t, it.:ivT 1 :, ' ) ,.. 0 LN "'' - 51 2 12. G. .A. Pr ur m nt M E ONLY Date(s) of Invoice No. Amount Publication Advertisement n L 7= j _c , 13. ❑ Approved ❑ Disapproved Department Director/Designee 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 copy. DISTRIBUTION: White - G.S.A.; Canary '• Department