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