Loading...
HomeMy WebLinkAboutR-94-0539I ,. 8 ?00) J-94-584 7/6/94 94- 539 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF SEALAND CONTRACTORS, INC., IN THE PROPOSED AMOUNT OF $2,448,415, TOTAL BID OF THE PROPOSAL, FOR "OLYMPIC POOL COMPLEX AT CHARLES HADLEY PARK - B-621.1"; ALLOCATING FUNDS THEREFOR FROM THE FISCAL YEAR 1993-94 CAPITAL IMPROVEMENT ORDINANCE NO. 11139, AS AMENDED, PROJECT NO. 331349, IN THE AMOUNT OF $2,448,415 TO COVER THE CONTRACT COST AND $272,357 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $2,720,772, 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 June 21, 1994, for "Olympic Pool Complex at Charles Hadley Park, B-6211"; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Sealand Contractors, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1993-94 Capital Improvement Ordinance No. 11139, as amended, adopted April 14, 1994, appropriated monies for the proposed amount of the contract, project expense, and incidentals under Project No. 331349 of said Ordinance; -------------- CITY C0vpt?IISSI0,W C)p J E p f ^� �, Inol, Besolution No. 94- 539 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 June 21, 1994, bid of Sealand Contractors, Inc., in the proposed amount of $2,448,415, for the project entitled "Olympic Pool Complex at Charles Hadley Park, B-6211" 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 $2,720,772 is hereby allocated from the Fiscal Year 1993-94 Capital Improvement Ordinance No. 11139, as amended, Project No. 331349. Said total project cost consists of the $2,448,415 contract cost and $272,357 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, on behalf of the City of Miami with Sealand Contractors, Inc., for "Olympic Pool Complex at Charles Hadley Park, B-6211", 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. 94- 539 -2- I I PASSED AND ADOPTED this 14th day of July 1994. ST HEN P. CLAR MAYOR AT MATTY HIRAI CITY CLERK CAPITAL PROJECT REVIEW: EDUAR RODR GUEf , DIRECTOR ASSET MANAGEMENT AND CAPITAL IMPROVEMENTS SUBMITTED BY: Co ( -, (L_ WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS PREPARED AND APPROVED BY: G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A. Q N JO III CITY ATTOR i GMM:esk:M 71 94- 539 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 57 TO Honorable Mayor and Members DATE JUL - 5 IQa.4 r1LE B-6211 of the City Commission SUBJECT Resolution Awarding Contract for Olympic Pool Complex at Charles FROM REFERENCES Hadley Park (Third Bidding) Cesar Pg o ENCLOSURES City a Resolution RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Sealand Contractors, Inc., a company located within Dade County and not within the City of Miami, for Olympic Pool Complex at Charles Hadley Pool, B-62.11, received June 21, 1994 in the amount of $2,448,415.00 Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. Amount of Bid: Cost Estimate: $2,448,415.00 % of Cost Estimate: 94% $2,600,000.00 _Source of Funds: Fiscal Year 1993-94 C.I.P. Ordinance No. 11139, as amended Minority Representation Public Hearings/Notices: Assessable Project: 262 invitations mailed 12 contractors picked up plans & specs (3 Hispanic, 1 Black, 1 Female) 4 contractors submitted bids (1 Hispanic, 0 Black, 0 Female) No public hearing/Bid Notice published. Discussion: The Department of Public Works has evaluated the bids received on June 21, 1994 and determined that the lowest responsible and responsive bid, in the amount of $2,448,415.00 is from Sealand Contractors, Inc., a non -minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertl.sing, and reproduction costs. Attachment: Proposed Resolution e. 94- 539 (S-17-1 FACT SHEET PUBLIC WORKS IMPARTMENT DATE: 7/07/1994 jcjB*: B-6211 PROJECT NAME: OLYMPIC POOL COMPLEX AT CIIARLES TTADLEV PARK LOCATIONS: 1200 NW 50TH ST. cv, #: 11139 TYPE: PROJECT MANAGER: ALBERTO CORRALES FEDERAL PARTICIPATION: F-- -7 ASSOCIATED DEPARTMENT: Housing _& Development Conservation ASSESSABLE: EMERGENCY: RESOLUTION #: i 811) REQUEST: FORMAL INFORMAL DESCRIPTION: The project consists of the furnishing of all labor, equipment and materials for a new —21yqlpLic competitive Poo/ -!complex, clu(#n bqt not limited to training rooms, spectator seafi!!Z scoreboard, bathhouses diving towers, filter building and_pqrk�q� area, OF NECESSARY, CONTINUE ON THE BACK) SCOPE, OF SEIRVIC!"S: CITY OUTSID11'. AMOUNT (% OF CONST. COST) SURVEY /PLAT SITE INVESTIGATION F- I I'll. ANNING AND STUDY $ DESIGN $ % OF BID SPECS AND E31D PROCESS $ 52,000.00 2% % OF BID BLUEPRINTING AND ADVERTISING $ (E) CONSTRUCTION EM $ 2,448,415.00 (BID) CONSTANSP.& MANAGEMENT $ 220,357.00 9% % OF BID OTHER $ SUBTOTAL $ 2,720,772.01) INDIRECT COSTS - (PERFORMANCE BOND -6%) $ (ENG. FEE) CONTINGENCIES (5%) $ (EC) ESTIMATE CONSr. COST. 2,600,000.00 TOTAL $ 2,720,772.00 (E) ES nMA TE CONTRACTOR'S INFORMATION: CLASS: 0 M I-S-1 TYPE OF WORK: General Confruction MINORITY F—B-] =H =F YEARS OF ESTABLISHMENT: LICENSE 94-01296 NAME: SEA -LAND CONTRACTORS, INC. TELEPHONE( 305 )797 - 5005 ADDRESS: 2300 STATE RD.84 CONTACT PERSON: LEONARD CECERE SUB -CONTRACTORS Homestead Concrete Arcadia Plumbing Wagner Electric GAC Thermol Delcoa Industries 94- 539 CLASS: J- JOINT F?- PRIME S-SUB MNORITY., B-BLACK H-HISPANIC F-FEMALE I I -, 1-, vIr 1T1M1VMwr-n, MQQ%JNIm i r-L; wmr- I., wr 1w0AN;AU=K FORMAL DID OLYMPIC POOL COMPLEX AT CHARLES HADLEY PARIN" (3RD BIDDING) Project Nurnbel-: 13- 62 1 1 CIP Number: 311349 Project Manager: ALBERTO CORRALES Date: 0612 1 91 Person who received the kids: A, CORRAkE'S Received at: CITY CLERK'S OPFICE, CITY HALL Construction Estimate A. -Al - -------- BIDDER SEALAND CONTRACT 2300 ',TAT E ROAD 84 MET CONSTRUCTION INC. -406 N W 5.1 ST. TARAFA coNsTwc,t, 88,19 NW 117 ST HARRISON C(WST 1000 NI V 5.1 St ADDRESS FORT 1AUD, F1,33312 NO MIAMI, FL331217 P 8 5 NO IILH GDNS T1.33010 MIAMI.FL22127 H 11 57 BID BOND AMOUNT B B. 57 IRREGULARITIES MINORITY OWNED YES NO UNIT TOTA 1, UNIT' TOTAL UNIT TOTAL UNIT TOTAL ITEM No. DESCRIPTION PRICE $2,44 fV1 I c 00 1, 18,0 0 D 00 PRICE $2.630,975 00 PRICE P P I C 111, BASE BID, ITEMS I THRU 15 $2,896.022 00 T2,919,300.00 Item I Demolition parking lot,fencing,deck & filter bld $27,500 00 $200.000.00 $22,034.00 Item 2 Relocation of the electrical utility lines $1()()0,00 $26,350.00 4E30,000,00 J $33,266.00 Item 3 Construction parking lot,site paving & drainage $118,000,00 $116.000 00 $n5,000'(10 $130,1613.00 Item 4 Landscape & irrigation work $82.000 00 $65,000 00 t75,000.00 1-15.901-00 Item 5 Construction of the bathhouse $875.000 00 8850"500 00 $73.000-00 $829.733.00 Item 6 Construction Olympic pool,diving towers,plai.form. $450,000.00 $645.000 00 $1,0776,697 00 $73 t,535,00 Item 7 Construction of the filter building $219,000.00 $265,000 00 $290,000,00 $365,278.00 Item 8 Construction pool deek,wall/fence,draiii,liglitiiig $280.000.00 0245.300,00 V)0.000-00 $360,120.00 [tern 9 Renovation existing poolyelated lighting, piping $122,09000 $197,000 00 $826.000.00 $120,007.00 Item 10 Provision for a security guard 330.00000 $25.000 00 836.000,00 $38.933,00 Item 11 Provision for special items t65.000 (10 S85,00() 00 V85,000 00 $85.000 00 Item 12 Provision for const. of public address system $15,000.00 $15,000,00 815.000 00 $15,000.00 Item 13 Provision for Health Dept. final certificate fee $250 00 $25000 $250.00 $1,50.00 Item 14 Pro%lsion for W.A.S.A. impact fee $12,075.00 $12,07500 $12.075.00 $12.07500 Item 15g Provision to cover the cost as charge FPI, $30.000.00 J $30,00000 $30,000 00 830.000.00 IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT' OF' PUBLIC WORKS THAT A - No Power -of -Attorney THE REISPONSIBLE, AND RESPONSIVE BID IS FROM SEALAND CONTRACTORS B - No Affidavit as to Capital & Surplus of Bonding Company FOR THE TOTAL AMOUNT OF $ $2,44B,415-00 C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal E - Incomplete Extensions F - Non -responsive bid - -- -- --- - --- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - G - Improper Bid Bond _Ao� -- -- -- -- -- -- -- - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - H rrected Bid , I -st Source Hiring Compliance Statement - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - J NVMV.rity Compliance Statement -- - - - - - - - - - - -- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - K No Duplicate Bid Proposal - - -- - - - - - -- - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - L No Affirmative Action Plan SHEET I OF 2 - - - MNo 30% of 14BE - -- - - - ---- - -- - -- - -- - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - FORMAL DID OLYMPIC POOL COMPLFX AT HADLEY PARN (:)RD 131DDIN(;) Project Nuntber: B - (32 1 1 (AP Nkimb(!r: M M-19 Project Manager- ALBERTO ('01MA1 ES e 6 / '2 1 9,1 Person who receiti,cd the bids: A COHIRALES H(�Ceived at: CITY CLERK'S OFFICE. CITY HALL Construction Estimate $'__",Q_00, 00 0(1 TiIll(_1: 1 1:00 A M. BIDDER SEALAND CONTRACT NIFT CONSTRUCTION INC TARAFA CONSTRCCT HARRISON CONST ADDRESS 2300 STATF ROAD 84 FORT LAUD. F1,33312 . ......... 106 N W. 54 ST, 8849 NW 117 ST. loco Nw 54 ST. MIAMI.- F1_.33_1_27liLtLGDNS. F1, 33016------- - MIAMI,- Fl, - 3:31_27____ BID BOND AMOUNT B 13 51; 11 13 5"' , B 13 51�- 11 13 57 IRREGULARITIES MINORITY OWNED NO NO Y E S NO ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT' PRICE TOTAL UNIT PRICE TOTAL $3.159,000 00 UNIT PRICE, TOTAL ADDITIVE ALTERNATE TEMS I THRU :3 $2 10,500 00 f207.1200,00 $202.7,90.00 $163.200 00 $4 I,coo oo Item I Installation of the heat pumps and related SUI)Ply PUMPS and supply Well. $160.000 00 $182.000,00 $ 14 5,000,00 Item 2 Installation of the inechEmicnI vetiLiltation system in the ba01110L]Se. 3-18.00000 $57,000 00 S53.790-00 1100,000,00 $-1,00o.00 Item 3 Installation of the bleachers. T""500.00 f3,000 00 IRREGULARITIES LEGEND IT HAS BEEN DETEIRMINEI) HY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power -of -Attorney THE RES PONS 113 AND RESPONSIVE BID IS FROM SEALAND CONTRACTORS B - No Affidavit as to Capital & Surplus of Bonding Company C, - Corrected Extensions FOR THE TOTAL AMOUNT' 01" $..,'2,,148,-1IFD.00 D - Proposal Unsigned or improperly Signed or no Corporate Seal E - Incomplete Extensions F - Non -responsive bid -- - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - *-, G Improper Did Bond � Ti - 11 Corrected Bid I No First Source }firing Compliance Statement _0q - - -- - - - - - - - - - - - - - - -- - - - --- - ---- - - - - -- - - - - ---- - - - - - - - - - - - - - - - - - - - - - - J No Minority Compliance Statement K - No Duplicate Did Proposal - - -- - - - - - - ---- - ----- - ---- -- - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - L - No Affirmative Action Plan SHEET 2 OF 2 M- No 30% of MBE - - -- - - -- - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 0 DID ITEM: DID _SECURITT—LIST OLYMPIC POOL COMPLEX AT CHARLES HADLEY PARK B-6211 -----------------.------------------------------- ------ ---------------------------------------------------- 92-93-171 DI D NO . s-------------------- ----------------------- —_-..--._- NOVEMBE=R �, 1993 11:00 A.M. S ®ffiffiNffip: DINEBID ---- ------ ___ e� -------------------------------------------:, TOTAL DID 30A1D-jozj � L_ BIDDER SID-AHOUNT CASHIHR_S_CHECK_-- ENVIROTECH CONTRACTORS INC. $ 2,750,000.0( t).B. $ 137,500.00 URBAN/ROMA, A JOINT VENTURE $ 2,847,000.0( �L'.B-. 5''j SEA LAND CONTRACTORS, INC. $ 3,075,279.0( B.B. 5`�, ------------- BILL F. SOUTHERN, INC. ----- $ ----------------------- 3,180,000.0( -----------�— B.B 5`� ------ ------- ------ --------------- NO BID: PROJECTS EAST CONSI RUCTION, I -_ -_ -_ I -_ -_ -_ -_ -_ -_ -_ -_ __. -_ -_ -_ -_ I -_ -_ -_ -_ -_ -_ -_ -_ -_ --- -_ -_ -_ -_ -_ -_ -_ -_ -_ - -_ -_ NC SMITH HAMMOCK ----------------«--------------a----------------------- ---------------+---------------¢--------------------- -------------------------------- ----------------.----- i i -------------------------------- ----------------- =--------------------- --------------- --------------------- ------------------ - -- -------------------------------------------------- f:=^r�•� - ----- ------------ --------------- - -- ----------- -•- " _-----_-_--------- .-- -. ---- - -- - -� -- --------------.r.-------------- e.-------------------- -_----...__-_.-_.-I---------------6-----__-.-.----.-.__-_-.-_-_ -------------------- - ------------ --- +-- --------------'I----------------------- --------------- ►'-------------- ♦ •--------------------- 47 __-------- received ( ) envelopes on behalf of / Peraoa r caiviaS bids) G Publ ic SN (City Department) eputy City Clerk) CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Mat L it i r a i Onrr October 2 2, 1993 FILE City Clerk SUBJECT: OLYMPIC POOL COMPLEX AT CHARLES HADLEY PARK, B­6211 FROM . T y Prat REFERENCES BID NO. 9 2- 9 3- 17 1 Dep«rtment of Public Works ENCLOSURES I Please be advised, it wi l 1 be necessary to change date and time for this project. New date and time is as follows. November 4, 1993 Time: 11:00 AM. Please make the necessary changes for this bid opening. Your attention into this matter is greatly appreciated. /tp OCT-�*>5--93 MON 8:39 PUBLIC WOW FAX NO, 579Pg� ] P. 02 I M P 0 R T A M f A U C? E N D U M CITY O1 MIAMI FLOR`UA Al DEPaRiMtti{ OF PUi3L1C WORKS AUDrNDUM NO. I I $sIlEU OctoU�r 22 1993 TO BIUDING AND CONTRACT DOCUMEENTS FOR OL.YMiP(C POOL COMPLEX AT 01ARLE3 HADLEY PARK B 6211. i * k It k * * * k # * k k R * k k k * t * k # * * k k R !* k * * k ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS. I CHANGk 1 OF 1 The Bid r�:cei4in,3 dare and :ime has changed to: i Nrnb,?r• 4, I'3�13 ,,t 11:00 A.M. THIS AUMNDUM 15 AN ESSENTIAL PART OF rHE CONTRACT o000MENTS AND SHALL HE MADE A PARC THEREOF. vrec ma r E . Lae - tti tor ofPub is Works i i j 0GT- ?F)--93 NON 8; 38 PUBLIC WO a FAX N01 K 1 City of Miami 4 � 1 111. I. v'll ± 1/ 1 \ « Public Works Department FAX NVOWD R: 5144811 D -N TV TIN I E. o c t o k') O r' 2 :.) , 1 9 9 3 RFCF1%ER•S NAME.( .f -fit 1 i �� F? �Z � �f� k'�,�� •� r i) �?E='l� DIVISION DEPAR'T'M NT: � 7T.T.EMONE Oft EMNVON: 'tiL.MBEROFPAGES: ((nc&de iko pniv as imp 1 J ti E N D E R' S N A h1 E: DIVISION.'DEPAR'nIENT: Publ ic works �(q.Y.11Yp.ay.:.Y Y��•+.�s�.....+•e..rh..r.+¢F4nf6�t0•«•.•••�• ••1rC.wvn-✓+� wwr•w..•.....�.wRio TELEPHONE OR EXTEMIONt d I SVBJECTt �.1.i�._ QMi�L:x &L 19ARLM._..a�--«� s [jt.ND1JM 1) 1� �,. CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO P Mati:y Hirai DATE September 21, 1993 FILL. City Clerk sUBJECI OLYMPIC POOL COMPLEX AT ;� CHARLES HADLEY PARK 13-6211 FROM: Tony P r d t REFERENCES Department of Public Works ENCLOSURES : I3 I D NO. 9 2- 9 3 -171 Contractors will submit bids for the above referenced project to be opened on: October 26, 1993 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 wi11 notify you in writing if there wiII be a postponement or cancellation prior to the opening of bids. /tp .3 •c> r, 1 1• t mL05� (ow «M REQUISITION FOR ADVERTISEMENT This number must appear j in the advertisement. DEPT/DIV. ACCOUNT CODE -287, BID NU.92-93-171 DATE �_____.__.__.__________ _^ PHONE ,�_____APPROVED BY: PREPARED BY__ — DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement t,,: "" times. (number of times) Type of advertisement: legal classified display (Check One) I Size: Starting date Oc t'obor 1, First four words of advertisement: — Remarks: DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE - AMOUNT 0 f A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DIDAdv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 1 25 34 39 42 45 50 51 56 57 62 63 65 66 71 0 1 2 411 1 1 V P I I 2 0 2 11ILH 2 8 7 1 2 314 7 8 V P 12 13 14 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 Q 2 0 1 Approved for Payment White - Purchasing Yellow - Finance Pink - Department BID NO. 92-93-171 4, ADVERTISEMENT FOR BIDS a � ' Sealed bids for "OLYMPIC POOL COMPLEX AT CHARLES HADLEY PARK, B- 6211",will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 26th day of October, 1993, 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 furnishing all labor, materials and equipment for a new olympic/competitive pool complex, including, but not limited to, locker facilities, training rooms, spectator seating, scoreboard, timing devices and equipment storage areas. Bidders will furnish a bid bond in accordance with Resolutions No. 86-986 and No. 87-915. For technical questions regarding plans and specifications, please contact Thaddeus Cohen, A.I.A, at (407) 276-4300. 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 perforce 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 October 1, 1993. 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 $15. There will be a $75.00 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $75.00 per set and thi s i s not ref undabl e. Deposits wi 11 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. Ridders are alerted that a 'pre -bid conference will be held on OctobL_ 8, 1993, at 11:00 AM at the project site. Bidders are alerted to the provisions of Ordinance No. 10538 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. In addition, this bid has a requirement for the utilization of Minority Women and/or Black Owned Enterprise (M/WBE) subcontractors, in the amount of 30% of the total bid price. Only M/WBE firms/individuals certified by the State of Florida, any of its political subdivisions, agencies or municipalities, prior to bid opening date will be eligible to participate. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements." 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-6211, Req. 5731). Cesar H. Odio City Manager BID NO. 92-93-171 ADVERTISEMENT FOR BIDS ` �1 Sealed bids for "OLYMPIC POOL COMPLEX AT CHARLES HADLEY PARK, B- 6211' will be received by the City Clerk of the City of Miami, Florida at I I : 0 0 AM on the 26th day of October, 1993, 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 furnishing all labor, materials and equipment for a new olympic/competitive pool complex, including, but not limited to, locker facilities, training rooms, spectator seating, scoreboard, timing devices and equipment storaye areas. Bidders will furnish a bid bond in accordance with Resolutions No. 86-986 and No. 87-915. For technical questions regarding pl an and speci ficatir,ns, please contact Thaddeus Cohen, A.I.A, at ( 40 7 ) 276-4300. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, which duthorizes the bidder to perform the proposed work. A]1 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 October 1, 1993. 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 $15. There will be a $75.00 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $75.00 per set and this is not refundable. Deposits will be refunded only upon the return of one set of pans 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 that a pre -bid conference will be held on October 8, 1993, at 11:00 AN at the project site. Bidders are alerted to the provisions of Ordinance No. 10538 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. In addition, this bid has a requirement for the utilization of Minority Women and/or Black Owned Enterprise (M/NBE) subcontractors, in the amount of 30% of the total bid price. Only N/WBE firms/individuals certified by the State of Florida, any of its political subdivisions, agencies or municipalities, prior to bid opening date will be eligible to participate. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements." 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-6211, Req. 5731). Cesar H. Odio City Manager � } r �� #�4 xt � t �+py�s ,}r,.: y t� J 5' 0 11U� rUYV R i REQUISITION FOR ADVERTISEMENT This number must appear r DEPT/DIV. Public Works/AdFiinistral-.iori in the advertisement. ACCOUNT CODE C . I . P . 3 31.34 tJ , I n.i�_,x t-c dc- j 5893 1-287 o BID No. 92--93-171 DATE _ 9/2 1/ 9 3 _ —PHONE 5-7 `j 6 8 6 5 APPROVED BY: ( PREPARED BY `Iony Prat DIRECTOR OP ISSUING DEPARTMENT Publish the attached advertisement Type of advertisement: legal _ (Check One) orlct? (number of times) x classified display times. Size: Starting date October 1, 1993 First four words of advertisement: Sealed bids, for "OLYMPIC Remarks "OLYMPIC POOL COMPLEX AT CHARLES HADLEY PARK B-6211". DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLJ,�ATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 y'.wm B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 _INE TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 25 34 42 45 50 51 56 57 62 63 65 66 71 1 2 4 1 V P FT_F39 2 10121 2 g 7 1 21314 7 8 V P 1213 14 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 1210 1 Approved for Payment White — Purchasing Yellow s Finance Pink —Department 111F I I P7 PUDL I C WPw*l FAX NO, 57P"i1 P. 01 City of Nfiaini Public Works Department FAX NUMBER; S79-6871 DATE,-nNIE: October 26, 1993 RECEIN LH'S NAMF,: City Clerk/ MIRIAM PARRA T)f'VI.SION,DEF,kRTMFNT: TELF11HONE OR EXTENSION: SCNIBER OF PAGES: 7 (iwlude Ihil page as page 1) SFNDER'S NAME-- Nancy Paril.c),C) DIVISIONIDEPARTMENT: OR EX TILEP-MNSION: L C HONIE SUBJECT- OLYMIj W 11001, (.'.OM-PT,I-,X AT CHAIMEI, -HADLEY �F, OCT-26-93 TUE 11:28 PUBLIC W,'1*0� FAX NO, 57a"Qgl I M P O R T A N T A D D E N. L' U M- CITY OF MIAMI, FLORIDA UF.PARTMINT OF PUBLIC WORKS ADDENDUM NO, 2 ISSUED October 25, 1993 TO BIDDING AND CONTRACT DOCUMENTS FOR OLYMPIC POOL COMPLEX AT CHARLES HADLEY PARK B-6211 :1' * .* * x k x k ik * * * k * * * k A- A• k k * k * k �• k * * �t k ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS. CHARGE 1 OF 12. Replier all swimming pool sheets SWP-1 thru SWP-17 with now sheets SWP-IR thru SWP-17R. CHANGE: 2 OF 12: Sheet A-1 and SWP-6R Pool deck and gutter grating (typical) shall be by Grate Technology 5760 Shirley Street #1 Naples, Florida 33942. CHANGE 3 OF 12. Sheet S-2 Change "2 floor drains" to "3 floor drains" so as to match A- 9 and P-3. CHANGE 4 OF 12: Sheet A-7 Room finish schedule delete "scaled concrete floor" change to "composition seamless flooring". Door ichedule change doors #5 and 06 from "Co to "D" Sao attached architect`s supplamentaI drawing. CHANGE 5 OF 12: Sheet E-5 Delete Sheet E-5 see revised sheet E-5 dated 10/10/93. OCT-26-93 TUE 11:28 PUBLIC W0 CHANGE 6 OF 12: Sheet E-2 Add light fixtura "type C and ,a J-box to office #1 and 02" sD as to match sheet A-8. CHANGE 7 OF 12! Sheet L-1 Relocate existing olectric poorer poles 95' to the north of it; present location. The electric line; are to be placed underground. For more information contact Mr. Ralph C,allPias at F.P.L. phono 0 (305) 4 i ` 7/ 5 3. CHANGE 8 OF 12: So o Architert,v Supplemental Drawing No.2 for hand rail detail cIarifications . CHANGE. 9 OF 12! Sheet A-7 provide basket locker shelving in each staff office # I and # 2 . CHANGE lO Or 12: Sn otion 00310 Proposal Qplaco pages 2 and 2d with pages 2 and 2d included herewith. CHANGE 11 OF 12.: Section 10999 Miscellaneous Specialties 2.01 delete: "B" shall now reed 15% x 15"d x 300 (2 tier). CHANGE 12 OF 12: All City building permit fees for the project have been waived. Other agencies permit fees as per revised proposal page 2d. THIS ADDENDUM IS AN ESSFNTIAL PART OF THE CONTRACT DOCUMENTS AND SHALT. BE MADE A PART THEREOF. i i w,4r; d e m rL E. e'e�'�-�'- - -- Director of PubliC Works OCT-26-93 TUF 11:29 PUBLIC Wf'"7 o i FAX NO, 579""0,71 u �� % �?fi�J 1 t�� � �Y,,� �, �{ 1.. I tJG� �1�•-1 �'?V 11.-T,>f l..,lG=, L-� � !.- � �. P. 05 OCT-26--93 TUE 11, 30 PUBLIC Wj'7 FAX NO, 5WAI I P, 06 PROPOSAL Pa ya 2 B -6211 OLYMPIC POOL COMPLEX AT CHARLES HADLEY PARK THE BIDDER VAJES THAT THIS PROPOSAL IS BASED UPON THE CONTRACT DOCUME415 AMU IHAT HE ACKNOWLEDGES THE RECEIPT OF THE FOLLOWING AIIDFMDuM J1.1l.lENI30 ADDENDUM NO ADDENDUM N0. Y __-- ADDENDUM CIO, NOTE, The Bidder agrees to perform all the work as described in the Specifications and as shown on the Plans for the unit and/ur lump sum prices, as noted on the following sheets. 'k k � # t •k * * k * * * * * * * 4 * * * it TOTAL BASE BID. THE TOTAL OF ITEMS I thru 14 based on a construction time of one hundred eighty (100) calendar days, he sum of BASE BID Failure tni complete sign and return all bid forms in their entirety shall deem your bid non-re,ponsive. )C'f-26-93 'TUE 11:30 PUBLIC Wr"N FAX NO, V-`" 71 P, 07 PROPOSAL. Page 2d B-621.1 OLYMPIC POOL COMPLEX AT CHARLES HADLEY BARK iTE1 li): (or the furni:Ihirrg ,.r11 Inbur• rnatc:rialS r.rnd eyuipmt�nt pruvi5iuill, of a ecI.ir-i+:y 'guard in accor•dance with the ptriiication; and a; ,hr,wrr in the contr„ct ducumenta, the lump gum f,ri4)f. DoIIjri and Cents luhip suer -- I 1ff'M J1 Provision for Special Items, as described in Division 2 Suppiom�-ntary Conditions the lump sutra price of: One jundred .S-i_xty-_jii ht. Thousand---- -_--- Dollars and Cents ♦ $ 168,000,00 _ ITEM l� ITEM 12: Pr,)visiun for the furnishing of all ldbor, material and C.,uipni�►rt for the cunstructi()n of a public addrz;s system and undcrgro:Jna sound systk: ill , thy-- lump sum prico of . f-_iftei:�n Thuu�,,and ----- -- — -_— J Dollars and 14U Cents $ 15�Uu';•U`�__.- ----.._ _ .n - __ -__. -- - ------------......__ -_ ---------- I T E try 1 2 ump .r ITEM 13: pruvi -;ion fur the Health Department final certificat;. fey., thu iump sum price of; T w u Hundred pi_fty....... Dollars and H0 Cents lump ;lam ITEM I:3 ITEM 14: Provision fur the Water and Sewer Authority Department impact fey:: , the lump sum pri ca of _-T_w` Iv rh,)usand_S,-v;.rntJy Collars and NU Ce1)ts $_12,0)S.UO lump :;um ITEM 14 BID SSCDRITT LIST OLYMPIC IWL CC.MPLEX AT C11AIRLl S HADLEY PARK SECOND s ID ITEM: --------N— BIDDING, B-6211. BID i0.: 93-94-047 VATS DID(S) OPINED: JANUARY 4, 1994 11:00 AM TOTAL DID BOND Sort BIDDER DID AMOUNT ii-fi SR_S_CAHCR_,» ----' URBAN/RWI4, A JOINT' W-WIURF $2,457,000.00 B.B. 5 ENVIRC7]'ECH CoNTRAC'IORS, INC. $2,571,100.00 $132,500.00/ B#9355848 4a T,Z�ND CONT'P_.ACTORS, INC. 2,594,448.00 B.B. 51 - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - -- - - --- - - - - I-- - - - - - - '-'- ----------------4---------------�--------- -_..----------------}--------------¢_--------- --------------------------------— — — — — — — — —------- -----------------;-------------- — — — — — — ------------ -----------------L------------- -- ------------- --.------------------ ------------ ---------------- - - - ----------------- ------------------------------------- --------------------------- �.. = ,%�_ ��` - -- -- ------------------------------------------------- --------------i--------------+----------------------- -..-o -_---•-a----•-----_-.----o-__.--_.-----_-.-. -.-- ---------------•-1---------------- 4-•--------_----------- ---------------- --a------------------------ ---------------- ------- ------1-------------------'------ .1,UAn1 --- _________ received ( _) envelopes on behalf of (Person receiving bids) PUbl is iWor3ts ________________ oo (City Department) (Deputy City Clerk) CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Matty Hirai DATE December 7, 1993 FILE City Clerk 1 SUBJECT OLYMPIC CHARLES POOL COMPLEX AT HADLEY PARK, SECOND BIDDING, B-6211 FROM `1'ony Prat REFERENCES Department of Public Works Design/Admini5trat:ion ENCLOSURES. BID NO. 93-94-047 Contractors will submit bids for the above reference project to be opened on: January 4, 1994 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. TP c? I T I 1 i 1 .� .J v D a J H0 JJ -)4 -U`ti ADVERT ISLMENT FOR LIDS Sealed bids fur "OLYmP IC POOL COMPLEX AT CHARLE3 HADLEY PARK Second Bidding, 8.6211".will be received by the City Clerk of the City of Miami Florida at 11.00 AM on the 4th day of January, 1994 at the City Clerk s Office first floor of the Miami City Hall, 3500 Pan Amarican Drive Dinner Key Miami Florida 33 13 3 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 furnishing oll labor materials and equipment for a new uIympic/cumpe'it iv, pool complex, including, but not limited to locker facilities. training rooms, spectator seating, scureboard, timing devices ,,nd equipment storage dr2ds. Bidders will furnish a bid bond in accordance with Resolutions No. 86-986 and No. 87.915. For technical ques, uns regarding plans and specification;, please contact Thaddeus Cohen A . I . A , at (407) 276-4300. 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. Al 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 on q inaIs. 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 14 1993. 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 $15. There will be a $75.00 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $75.00 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 that a pre -bid conference will be held on December 21, 1993, at 11:00 AM at the project site. Bidders are alerted to the provisions of Ordinance iJo. 10538 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. In addition, this bid has a requirement for the utilization of Minority Women and/or Black Owned Enterprise (M/WBE) subcontractors, in the amount of 30% of the total bid price. Only M/WBE firms/individuals certified by the State of Florida, any of its political subdivisions, agencies or municipalities; prior to bid opening date will be eligible to participate. 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 provisions for liquidated damages for failure time. The City Commission reserves the informality in any bid; and the City Manager bids, and readvertise (B-6211, Req. 5745). specifications contain to complete the work on right to waive any may reject any or all Cesar H. Odio City Manager I: ti Cod mm n n17 REQUISITION FOR ADVERTISEMENT This number must appear DEPT/DIV. ;'>>t fir c ;; ; : in the advertisement. ACCOUNT CODE i DATE _'_ ' '=_}'_.:_' _ ' PHONE APPROVED BY: PREPARED BY DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement Type of advertisement: legal (Check One) Size: First four words of advertisement: Remarks: times. (number of times) classified display Starting date DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. t LINE PUBLICATION DATE(S) OF ADVERTISEMENT IN`,'OICE. AMOUNT 0 A-1 B-2 c_ C-3 D-4 - E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 2534 39 42 45 50 51 56 57 62 63 65 66 71 0 1 2 4 1 ffi Z1 2 0ft2=-=:E=.. 2 8 7 1 2 3 4 7 8 V P 12 13 14 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 White — Purchasing Yellow - Finance Pink — Department Approved for Payment