Loading...
HomeMy WebLinkAboutR-94-0115a r ir 4a _ 3-94�-133 af 2/10/94 94- 1 rJ Y RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF F & L CONSTRUCTION, INC., IN THE PROPOSED AMOUNT OF ' 3 t $159,950.00, TOTAL BID OF THE PROPOSAL, FOR THE PROJECT ENTITLED "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE VIII, B-4562"; ,,- ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 341178, AS APPROPRIATED BY ORDINANCE NO. 10938; AS !. AMENDED, IN THE AMOUNT OF $159,950.00 TO I COVER THE CONTRACT COST AND $28,621.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL PROJECT COST OF $188,571.00; F.ND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received on January 7, 1994, for ., the CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE VIII, B-4562; and r 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, Capital Improvement Ordinance No. 10938, as amended, adopted December 5, 1991, appropriated monies for the proposed amount of the contract, project expense, and incidentals „Wrier Project No. 341178 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED.BY THE COMMISSION"OF THE CITY' { OF MIAMI, FLORIDA: kUrr Si i 1 {k j Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference lttrt} r i' theretoand incorporated herein as if fully set forth in this Section. Section 2. The January 71 1994 bid of F & L CONSTRUCTION, INC., in the proposed amount of $159,950.00, for the project entitled "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE VIII, B-4562", 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 $188,571.00 is hereby allocated from Capital Improvement Project No. 341178, as appropriated by Ordinance No. 10938, as amended. `Said total project costs consist of the $159,950.00 contract cost' and $28,621.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized.!/ to enter into a contract on behalf of the City of Miami with F & L CONSTRUCTION, INC., for the project entitled "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE VIII, B-4562", 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 t 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- 94- 115 +t4 PASSED AND ADOPTED this 17th day of February, 1994. E RDOWI UE CIP ADMI TO SUBMITTED BY: W.ALDEMAR E. LEE, DIRECTOR DEPARTMENT OF _PUBLIC WORKS .fi. CITY OF MIAMI, FLORIDA ' INTEROFFICE MEMORANDUM 58 ro : Honorable Mayor and Members oarE : File : B-4562 of the.City Commission suaiEcr Resolution Awarding, Contract for CITYWIDE SIDEWALK REPLACEMENT PROJECT - FROM : REFERENCES : PHASE. VIII Cesa iQ ENCLOSURES City ger RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of F. & L. CONSTRUCTION, INC., a company located within Dade County and not within the City of Miami, for the CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE VIII, B-4562, received January 7, 1994 in the amount of $159,950.00, Total Bid; authorizing the City Manager to enter into a contractoon behalf of the City. BACKGROUND Amount of Bid: $159,950.00 of Cost Estimate: 84% Cost Estimate: $190,000.00 Source of Funds: Fiscal Year 1991-92 CIP Ordinance No. 10938, as amended, Project Number 341178 Minority Representation: 261 invitations mailed 12 contractors picked up plans & specs (9 Hispanic, 2 Black, 1 Female) 7 contractors submitted bids (7 Hispanic, 0 Black, 0 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 January 7, 1994, and determined that the lowest responsible and responsive bid, in the amount of $159,950.00 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: t . a� Proposed Resolution °4-5 FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 1 / 10 / 1994 Jose: B. 4562 PROJECT NAME: CITYWIDE SIDEWALK REPLACEMENT PH V1II CiP e: 341178 LOCATIONS: SW 8 St. to SW 22 St. & SW 7 Ave. to SW 37 AVE. TYPE: , FEDERAL PARTICIPATION: PROJECT MANAGER: Richard Blount ASSESSABLE: = ASSOCIATED DEPARTMENT: Public Works EMERGENCY:. - _ RESOLUTION 0. 810 REQUEST: FORMAL WE INFORMAL= DESCRIPTION: Removal and replacement of deteriorated damaged or unsafe concrete sidewalk. Work will Include reinstal/adon of water meter boxes or similar utflity structures located in the sidewalk area and 4rimmino and removal of tree roots as necessary to construct the new sidewalk and grevent future damage. NECESSARY. CONTINUE ON THE BACAl SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONST. COST) SURVEY IPLAT = Q SITE INVESTIGATION = _ PLANNING AND STUDY = = % OF(EC) DESIGN = i 11,400.00 0% 'A OF(EC) SPECS AND 810 PROCESS ® = f 165.00 % OF(EC) BLUEPRINTING "AND ADVERTISING ® = i 700.00 (E) CONSTRUCTION 0 i 159,950.00 (BID) CONST. INSP. A MANAGEMENT ® $ 11,197.00 7% x OF BID OTHER T"dnp [] ® i 2,500.00 SUBTOTAL i 185,912.00 13% INDIRECT COSTS (1.43%) i 2,659.00 (ENG. FEE) CONTINGENCIES (5%) (EC) ESTeMATE CONST. C0371. $ 190,000.00 TOTAL i 1882571.00 M EsTwT8 CONTRACTOR'S INFORMATION: CLASS: 0 0 TYPE OF WORK: Eq&eering Construction MINORITY =8 FF YEARS OF ESTABLISHMENT: 19 LICENSE 065430-2 NAME: F. & L. Construction, Inc. TELEPHONE ( 305 ) 362-7277 ADDRESS: 8095 West 21 Lane, Unit 23-C Hialeah, FI 33016 CONTACT PERSON: Julio G. Batista SUB -CONTRACTORS Cu1Sa: in JONT PIN FRJI! s■ sun ASNORnY. S• SLACK H■ NISFAAW F- FEMALE _ COPIES: ASSISTANT DIRECTORS,. COST ANALYSIS, FILE, CIP MANAGER, ASSOCIATED DEPT., CIP MANAGER 94— 115 TABULATION OF BIDS FOR ----__ -- - - - -- CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE V1II Received by the City Clerk. City of Miami. Florida of 10!30 A,M ON lANIIARY 7, 1994 -------.. Bidder•" """F d L CONSIRUCTIDN. INC, AMERICAN CONTRACtING ROYAL ENGINEERING CONST C.M.A CORPORATION M. ESCAROA JR G,C. CARIYON CONSTRIXTION 1'tCHNOLOOT C041NUalW'•i Add rses r: 8095"WEST 21LANE. 272 N,E. 60 ST 6900 5.W. 94 AVE 7377 CORAL WAY 7331 CORAL WAY 12177 S.W.,. -131 AVE 4913S W..75AVE "Letoted in IM tlfy of meal NO YES NO NO NO NO NO L,car»e0-t Insured as pat tit tees a Matte bra. - YES YES YES YES YES YES YES Bld Bond Amount 5% $15 , 000 . 00 $10 , 000. 00 $15 , 000 . 00 $12 , 500. 00 $15,000.00 $19;25000,; (rre0ulorifits .. Minot ty tuned YES,H YES,H YES,H YES,H YE5,H YES,H YES,H BASE>' B I D THE -TOTAL OF, ITEMS ':1 : THRU 8 BASED ON WEIGHTY t801 WORKING DAY COMPLETION TIME $159,950.00 $185.073.00 $188,950.00 $192,925.00 $193.750.00 $199,130.00 t385,'150:'„5':': IRREGULARITIES LEGEND A - No Power.-of-Atlorney B - No Affidavit as to Capital L Surplus of Bonding Company C- corrected Extensions D - Proposal Unsigned or Improperly signed or No Corporate scot : E - IncompleleEvtensions - ,F - Non - responsive bid' G - Improper Bid Hand H - carter ted Bi.d I, - No First Source Hiring Compliance Statement No Mlnorily.Compliance Statement o K - No Oupl Irate Did .Proposal e' o Prep By•ESTEVEZ THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED that the l owes t 'Respons i b l e and Responsive bidder is F & L CONSTRUCTION in the Amount of $159 , 950.00 f Of Base Bid I joOF BID t.. r_!04 " r \ 93=94=034 B-4562 0 1 s t4 t RE:(3FINpn f '94 JAN —T . Al o : (} �..j..^ M� sriytti � CITY ERRCITY of ;t�lbril, [-L: z t a t y t i r 4 t k CITY OF'MIAMI, FLORIDA INTER -OFFICE MEMORANDUM l TO : Matty Hirai onrE : November 17 1993 FILE -City Clerk' SUBJECT ; CITYWIDE SIDEWALK REPLACEMEW . PROJECT - PHASE VIII, B=4562 z FROM : Ton y Prat Department of . Public Works REFERENCES Design/Administration ENCLOSURES: BID NO. 93-94-034 /, �r JI i �.. Contractors will submit bids for the above reference project to be, ,opened on: - January 7, 1994 Time: 10:30 AM. I 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. TP:. -<< xt, M C3 M ko _ s� J W `F I r BID NO. 93-94-034 ADVEMSE MM FOR BIDS Sealed bids for "CITYWIDE SIDENUA REPLACEMENT PFOJECr - PHASE VIII B-4562" will be received by the City Clerk of the City of Miami, Florida at 11:00 A.M. on the 7th day of January, 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 wi11 not be wcepted by the City Clerk. The project consists of the removal and replacement of approximately 55,000 square feet of concrete sidewalk in the area bordered by S.W. 8th Street, S.W. 22nd Street, S.W. 7th Avenue and S.W. 37th Avenue. Construction includes the following: clearing and grading, pruning and removing tree roots and limbs if necessary, constructing new 4" and 6" concrete sidewalk, and incidental surface restoration 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 Richard Blount, Project Manager, at (305) 579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of C❑impetency, 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 December 17, 1993. If bidders wish, a set 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 Ordinance No. 10062, regarding allocation of contracts to minority vendors. The City will expect prospective bidders to submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instructions to Bidders. 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-4562, Req. 5743). Cesar H. Odio City Manager