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