Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-94-0843
J-94-917 10/12/94 RESOLUTION NO. 9 4 _ 843 A RESOLUTION ACCEPTING THE BID OF REBUILD CONSTRUCTION, INC., IN THE PROPOSED AMOUNT $146,662.00, TOTAL BID OF THE PROPOSAL, FOR "DORSEY PARK REHABILITATION -RECREATION BUILDING B-6201-A"; WITH MONIES THEREFOR ALLOCATED FROM PROJECT NO. 331357 AS APPROPRIATED BY THE FISCAL YEAR 1993-94 CAPITAL IMPROVEMENT ORDINANCE NO. 11139, AS AMENDED, IN THE AMOUNT OF $146,662.00 TO COVER THE CONTRACT COST AND $23,293.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $169,955.00 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 October 11, 1994, for "DORSEY PARK REHABILITATION -RE CREATION BUILDING, B-6201-A"; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Rebuild Construction, 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 on April 14, 1994, appropriated monies for the proposed amount of the contract, project expense, and incidentals under Project No. 331357 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMI CITY OF MIAMI, FLORIDA: LUN Ut' Tht CITY COMMISSION MEETING OF NOV 9 7 1994 Re"Uflon No. 94- 843 Section " The recitals and findir contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. j Section 2. The October 11; 1994bid of REBUILD i CONSTRUCTION, INC., in the propoposed amount of $146,662.00, for the project entitled "DORSEY PARK REHABILITATION -RECREATION BUILDING B-6201-A" for the total bid of the proposal, based on I lump sum and unit prices, is hereby accepted at the price stated therein. Section 3. The total estimated project cost of $169,955.00 is hereby allocated from Project No. 331357 as appropriated by the Fiscal Year 1993-94 Capital Improvement Ordinance No. 11139, as amended. Said total project cost consists of the $146,662.00 contract cost and $23,293.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contract-1/ ,in a form acceptable to the City Attorney, on behalf of the City of Miami with REBUILD CONSTRUCTION, INC., for "DORSEY PARK REHABILITATION -RECREATION BUILDING (B-6201-A)", total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. 1� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 2 - 94- 843 PASSED AND ADOPTED this 17th day of ATTEST: CAPITAL PROJECT REVIEW: D RODRIGUEZ, D-YRECTOR SSET MANAGEMENT AND CAPITAL IMPROVEMENTS SUBMITTED BY: November , 1994. STE HEN P. CLAW, MAYOR V,- WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS LEGAL REVIEW BY: IN avl-�. G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A.'QLTIXN JO III CITY ATTOR 94- 843 - 3- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To Honorable Mayor and Members DATE: FILE :B-6201-A of the City Commission FROM Ces Odi o Cit ager RECOMMENDATION NOV 3-. Jnn SUBJECT :Resolution Awarding for "Dorsey Park Rehabilitation - Recreation Building" REFERENCES: ENCLOSURES: Resolution It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Rebuild Construction, Inc., a company located within Dade County and not within the City of Miami, for "Dorsey Park Rehabilitation and Recreation Building-B-6201-A", received October 11, 1994 in the amount of $146,662.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $146,662.00 Cost Estimate: Source of Funds: $133,000.00 % of Cost Estimate: 110% Fiscal Year 1993-94 C.I.P. Ordinance No. 11139, as amended Minority Representation: 290 invitations mailed 10 contractors picked up plans & specs (3 Hispanic, 0 Black, 0 Female) 5 contractors submitted bids (3 Hispanic, 1 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 October 11, 1994 and determined that the lowest responsible and responsive bid, in the amount of $146,662.00 is from Rebuild Construction, Inc., a Hispanic -minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. Attachment: Proposed Resolution d,. 94— 8_43 _yq'—1 a e FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 10/11 /94 Joe a: B4201A PROJECT NAME: DORSEV PARK REHABILITATION & RECREATION BUILDING CIP r: 331367 LOCATIONS: 1701 NW 1 ST AVE. TYPE e: PROJECT MANAGER: Alberto Corrales FEDERAL PARTICIPATION: ASSOCIATED DEPARTMENT: Parks & Recreation ASSESSABLE: Q EMERGENCY: RESOLUTION f: BID REQUEST: FORMAL ® INFORMAL DESCRIPTION: The project consists of the fumishing of all labor, equipment and materials for the renovation, and repair of the existing recreation buHding at Dorsey Park, Including but not limited to, replace A/C, Electric wiring and plumbing, (IF NECESSARY. CONTINUE ON THE BACK) SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONST. COST) SURVEY /PLAT Q SITE INVESTIGATION p Q PLANNING AND STUDY Q ; % OF(EC) DESIGN ® Q ; 13,300.00 10% % OF(EC) SPECS AND BID PROCESS ® Q ; 2,660.00 2% % OF(EC) BLUEPRINTING AND ADVERTISING ; (E) CONSTRUCTION Q ® ; 146,662.00 (BID) CONST. INSP. & MANAGEMENT ® ; 7,333.00 5% % OF BID OTHER Q ; - SUBTOTAL ; 169,955.00 17% INDIRECT COSTS ; (ENG. FEE) CONTINGENCIES (6%) (EC) ESTIMATE CONST. COST: $133,000.00 TOTAL ; 169,955.00 (E) ESTIMATE CONTRACTOR'S INFORMATION: CLASS: 0 ® ® TYPE OF WORK: General Contractor MINORITY Q ® 0 YEARS OF ESTA13USHMENT: 12 yrs. LICENSE CGC 014900 NAME: REBUILD CONSTRUCTION INC. TELEPHONE( 305 ) 266-8022 ADDRESS: 702 NW 76 AVE. Miami, FI 33126 CONTACT PERSON: HECTOR SICRE SUB -CONTRACTORS Majestic Electric . Air Conditioning Plus ' 9 4 ` 843 CLASS: Jm JOINT Pa PRIME Sa SUB MINORITY: B=BLACK Hs HISPANIC F=FEMALE Wrlr*: Ali.` 14IAN1 UlKbU1UKU, I u5i ANALT01u, FILL, Uir MANAUtK, A**UU1A1tU UtY-t., I:IY MANAUCK DORSEY PARK REHABILITATION & RECREATION BUILDING, rI'HIRD BIDDING. Project Number: B-6201—A CIP Number: 331357 Project Manager: ALBERTO CORRALES Date: 10/ 11 94 Person who received the bids: CITY CLERK Received at: CITY CLERK'S OFFICE CITY HALL Construction Estimate = $ 133,000.00 Time: .10:30 A.M. BIDDER REBUILD CONST. INC. AARYA CONST. INC. KALEX CONST. AMERICAN CONST. INC. ADDRESS 702 Nw 76 AVE. MIAMI, FL. 33126 7665 NW 50 ST. MIAMI, FL 33166 301 ALMERIA AVE k4 CORAL GABLES, FL.33134 272 NE 60th ST. MIAMI, FL. 33137 BID BOND AMOUNT C.CK.$7,080.60 B.B. 10,000.00 B.B. 5% B.B. $5,000.00 IRREGULARITIES MINORITY OWNED YES NO YES YES TEM No. DESCRIPTION PRICE TOTAL UNIT' PRICE TOTAL UNIT PRICE TOTAL PRICE TOTAL BASE BID TOTAL OF ITEMS 1 THRU 2 $141,612.00 $153.350.00 $159.596.00 $181,673.00 1 FOR THE RENOVATION OF THE BUILDING, AS SHOWN ON THE PLANS AND NOTED IN THE SPECIFICATIONS $126,612.00 $138,350.00 $144,596.00 1159,773.00 2 PROVISION FOR SPECIAL ITEMS, AS DESCRIBED IN 00800-SUPPLEMENTARY CONDITIONS. $15,000.00 $15.000.00 $15,000.00 *15,000.00 ADDITIVE ITEM 1 1 FOR FURNISHING ALL LABOR, WATER" AND EQUIPMENT FOR THE INSTALLATION OF (4) FOUR ROLL -UP DOORS $5,050.00 $9,700.00 S8,700.00 =6,900.00 * IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - ,No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM REBUILD B - No Affidavit as to Capital do Surplus of Bonding Company CONSTRUCTION INC. FOR THE TOTAL AMOUNT OF 146,662.00 C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal E - Incomplete Extensions If the above contractor is not the lowest bidder explain: F - Non -responsive bid ----- — 7 ------------------------------------------------------- - Improper Bid Bond H - Corrected Bid - --- ------ - --- --- - - ____ _ __ — — — — — — --- -- — — ---- -- — ----- --- I - No First Source Hiring Compliance Statement _ _ _T__________________________________________________ J Minority Compliance Statement -------------------------------------------------- K OIN ------------- N Duplicete Bid Proposal SHEET 1 OF 2 Prep ed By: Alberto Corralaa_"-------------------------------------------------------------- DORSEY PARK REHABILITATION & RECREATION BUILDING, TI4IRD BIDDING. Project Number: B-6201-A CIP Number: 331357 Project Manager: ALBERTO CORRALE5 Date: 1O� 11 94 Person who received the bids! CITY CLERK Received at: CITY CLERK'S OFFICE CITY HALL Construction Estimate = 133,000.00 Time: 10130 A.M. BIDDER LEWIS GREEN CONST. ADDRESS 627 NE 83 TER#1 MIAMI, FL. 33138 BID BOND AMOUNT B.B. VOUCHER IRREGULARITIES H MINORITY OWNED YES TEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID TOTAL OF ITEMS I THRU 2 $192.202.00 l FOR THE RENOVATION OF THE BUILDING, AS SHOWN ON THE PLANS AND NOTED IN THE SPECIFICATIONS $177,202.00 2 PROVISION FOR SPECIAL ITEMS, AS DESCRIBED IN 00800-SUPPLEMENTARY CONDITIONS. $15,000.00 ADDITIVE ITEM 1 FOR FURNISHING ALL LABOR, MATERIALS AND EQUIPMENT FOR THE INSTALLATION OF (4) FOUR co ROLL -UP DOORS =8,889.00 * IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM REBUILD B - No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION INC. FOR THE TOTAL AMOUNT OF S 146,662.00 C -,Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal E - Incomplete Extensions If the above contractor is not the lowest bidder explain: F - Non -responsive bid ______________________________________ -------------------- G -Improper Bid Bond H - Corrected Bid I - No First Source Hiring Compliance Statement�7---- - ---------- ------ -- J - No Minority Compliance Statement�_ *_�_ K - No Duplicate Bid Proposal rr SHEET 2 OF 2 Prepared By: Alberto Corratee---------------------------------------------------------------- 4 0 ^fit DORpARK REHABILITATION -ANll RECREATION BUILDING THIRD BIDDING B-6201A `r►�►-��� 94-95-005 'IISI ll���i 02Z1ixDt SOBER-11�1994 10:30 a.m. _�� M►����� r n l� 110SiL �ID_�O1tD�erZ / �D PID A107 T �iie11t1�_t_CB:cR� $ 141,612.00- Cashiers check # 007931 REBUILD CONSTRUCTION, INC. $ 153,350.00 B.B. $ 10,000.00 AARYA CONSTRUCTION, INC. $ 159,596.00 B.B. 5% •KALEX CONSTRUCTION INC. $ 181,673.00 B.B.. $ 5,000.00 AMERICAN CONTRACTING, $ 192,209.00 B.B. VOUCHER LEWIS GREEN CMST. "Oflers From Two - received tizn.el as of tho above r 0, enin� to thi3 sc'_ c tali •ram- ► �.� ►s►+� — _, i# r�rt►. other offers submiticd in response fir_►�1�►_►►►.�! ►f►A��M!!►OM�— ►►►MA►'—►_M _► l--►�—r__•_�--r+•rr _!�•+.►►—_ —►►rrn►P_—Mil �_M r► 0 �►�►_►fir.►r►►Or—! ►_�--M.il ►�►_F _--------►--s0 ►►lO---rll--Wla__ NV►N.�M--_-- •►►P►------►--►V► • r.!!Mf!—_�--►— _--Mr►—MS MlY�4_ .UAL^�� ��� _M—_.—�-F►rM • • / � w.• s.r—•—•ram! a— —! —! _ � ! _ —_ _ _ _ ! w _ r _ --------- r .� `ir�.r � l a � �i<r+a _� ------------ --------- • — ...40621-0 &q29021E5 rtcllved on b*boll 6 (torsos s•coisiaa bids) „GSA Solid Waste -Procurement Division---- 9 -1_� -ra r..w.. Ali (City riFiite�nt�w J :lexaat,,- --------- - ------ 1 6p-ulty City 1100 La DOCUMENT REFERENCE NO. i ISIUBSIDIARY ACCOUNT A, 1 W-2 DESCRIPT40N' / . mile n -- G/L 0* series no. million loolooloollooloom million sommillooling million isillim imilloolliging go login in iiiiiiiiimommilloomne I mmiloommill I men ingloommingeniong 0 looloommillooll Boom ligionommils liessill loolimillooll ismilloolloom lignigioninglel go monessinge Ensign mommis mosellonsionin ------ go mommillem go 0 lolling somillessimin is go onsimil login mommill loollingell in go ingloollignion go I I oil nommilimillonsim III ingloomenion I go mailloollin RIMINI millinglemill I no SEENESSEENSES milloom millooling MEN S ©�goem mommilloollis isionso mossill logo E-71IM11:11,11MISTV A 63-1192 670 c CENTRAL RANK " MEMBER FEDERAL DEPOSIT INSURANCE CORPORATION NOTICE TO CUSTOMERS, CORAL GABLES OFFICE THE PURCHASE OF AN IDEMNITY BOND WILL BE REQUIRED BEFORE ANY CASHIERS CHECK ON THIS 1 , BANK WILL BE REPLACED OR REFUNDED IN THE CGO 007931 Cashier's Check EVENT IT IS LOST, MISPLACED OR STOLEN. IRIDA**tom*f� — i9 VOID IF NOT CASH H 1 MIAM , 9G�FI�R-,-I`IE -94 PAY D LLARS ******$7,080.60***1 TO THE r . ORDER OF *********CITY OF MIAMI ********* '' NAB ALRHORM SIGNATURE 0000 7 9 3 bill i.0 6 70 L L 9 2 21: 08000 70 70 51100 L "4 `94 OCT 11 A10 :30 MA" Cl T K Ll"'' CITY 01" VVMll. H-A CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Matty Hirai City Clerk FROM : Li ss ette Lopez Department of Public Works DATE: September 20., 1994 FILE: SUBJECT: DORSEY PARK REHABILITATION AND RECREATION BUILDING THIRD BIDDING B-6201A REFERENCES: BID NO. 9 4- 9 5- 0 0 5 ENCLOSURES: Contractors will submit bids for the above reference project to be opened on. October 11, 1994 Time: 10:30 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. J11 N -C7 ,• n c^a BID NO. 94-95 005 ADVERTISEMENT FOR BIDS = Sealed bids for "DORSEY PARK REHABILITATION -RECREATION B_BIJ I N G -THIRD; BIDDING) B-6201 A" will be received by the City Clerk of the -City of{ Miami,; Florida at 10.30 AM on the llth day of October, 1994, at the City 'A erk'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. The project consists of the furnishing of all labor, materials and equipment for the renovation of the existing recreation building at Dorsey Park, 1701 N.W. lst Avenue. City regulations will allow bidder to furnish bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions regarding plans and specifications, please contact Alberto Corrales or Victor Marzo at (305) 579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, 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 September 23, 1994. 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 $8. There will be a $20.00 deposit required For the first set of plans and specifications. Additional sets may be purchased for a fee of $20.00 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 to the provisions of Ordinances Nos. 10062 and 10538 regarding allocation of contracts to minority vendors, contractors and subcontractors. All bidders must submit an affirmative Action Plan with their bids. (Ordinances are contained in Bid Specification) 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 provisions for liquidated damages The City Commission reserves the and the City Manager may reject a (10) days after written notice c provide a Builders Risk Insurance. performance, and specifications contain for failure to right to waive a iy or all bids, a F award has been (B-6201-A, Req. Cesar H. Odio City Manager complete the work on time. ny informality in any bid, nd readvertise. Within ten given, the winner has to 2554). BID NO. 94-95.005 ADVERTISEMENT FOR BIDS o Sealed bids for "DORSEY PARK REHABILITATION -RECREATION.- BUILDING' (TH-IRD BIDDING) B-6201 .A" will be received by the City Clerk of the City Vf Miami , Florida at 10.30 AM on the llth day of October, 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. The project consists of the furnishing of all labor, materials and equipment for the renovation of the existing recreation building at Dorsey Park, 1701 N.W. 1st Avenue. City regulations will allow bidder to furnish bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions regarding plans and specifications, please contact Alberto Corrales or Victor Marzo at (305) 579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, 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 September 23, 1994. 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 $8. There will be a $20.00 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of 20.00 per set and this is not refundable. Deposits will be refunded only upon the return of one set of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinances Nos. 10062 and 10538 regarding allocation of contracts to minority vendors, contractors and subcontractors. All bidders must submit an affirmative Action Plan with their bids. (Ordinances are contained in Bid Specification) The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 579-6856. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise. Within ten (10) days after written notice of award has been given, the winner has to provide a Builders Risk Insurance. (B-6201-A, Req. 2554). Cesar H. Odio City Manager 2554 City of Miami This number must REQUISITION FOR ADVERTISEMENT appear In the k advertisement INSTRUCTION$ - ".Please type and -ittach a copy of the-a�verji ment with this rgUisition. t' 1. Department:' I . . Pub 1 -4 r n r It Z Division: Administration S Accouint'oCiide number: 4. Is this a confirmation: 5. Prepared by: Yes Q No Lingette Lopez CTtA 331,"Ar.7 6. Size of- adVe 4 oiy5-Starting r-t1sementq -1� 15., , date: 8. Telephone number: 9. Number'of times this advertisement Is to be , 10, T e of advertisement: ❑ p ublishipd,' once Le al -0 Classified DisvIgy 1. Remarks: DORSEY PARK REHABILITATION & RECREATION BUILDING (THIRD BIDDING) ..B-6201A 12. IN M— Date(s) of Advertisement Publication Invoice No. Amount 1�u -T-I C:) zr o IV 3. Approved ❑ Disapproved 7 Ix i SDepartm Dire /Deslgnee Date' Approved for Payment Date IC JGS/PC 503 Rev. 12/89 j DISTRIBUTION Forward White and Canary to G.S.A. (Procurement Management) and retain FinK COPY. DISTRIBUTION: White - G.SA; Canary - Department