Loading...
HomeMy WebLinkAboutR-92-0121J-92-59 U2/ 12/92 RESOLUTION NO. c ) I, .1. ?1 1 A RESOLUTION ACCEPTING THE BID OF DANVILLE-FINDORFF, INC., IN AN AMOUNT NOT TO EXCEED $b,239,000.00, TOTAL BID OF THE PROPOSAL, FOR ORANGE BOWL MODERNIZATION PROJECT PHASE II (1992) - JOIST REPLACEMENT AND RESTROOM FACILITIES IMPROVEMENT B-3231-E (SECOND BIDDING), SUBJECT TO THE FINAL APPROVAL OF THE PROFESSIONAL SPORTS FRANCHISE FACILITY TAX BONDS FROM THE METROPOLITAN DADE COUNTY COMMISSION WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1991-92 CAPITAL IMPROVEMENT ORDINANCE NO. 10938, AS AMENDED, PROJECT NO. 404238, IN THE AMOUNT OF $5,239,000.00 TO COVER THE CONTRACT COST AND $548,971.09 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL OF $5,787,971.09; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID F1RM. WHEREAS, sealed bids were received February 12, 1992, for ORANGE BOWL MODERNIZATION PROJECT PHASE II (1992) - JOIST REPLACEMENT AND RESTROOM FACILITIES IMPROVEMENT B-3231-E (SECOND BIDDING); and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Danville-Findorff, Inc be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, was amended on January 23, 1992 , and monies will be available for the proposed amount of the contract, project expense, and incidentals under Project No. 404238 of said Ordinance, subject to the final approval of the professional sports franchise facility tax bonds from the Metropolitan Dade County Commission] CITY CC M'-,",1I'-12IQN I'7F1E:—rT1A7-,.G 01- FEB 13 199Z RUDLUTION No. 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 February 12, 1992 bid of Danville-Findorff, Inc., in an amount not to exceed $5,239,000.00, for the project entitled ORANGE BOWL MODERNIZATION PROJECT PHASE II (1992) - JOIST REPLACEMENT AND RESTROOM FACILITIES IMPROVEMENT B-3231-E (SECOND BIDDING) 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 $5,787,971.09 is hereby allocated from the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, as amended, Project No. 404238, subject to the final approval of the professional sports franchise facility tax bonds from the Metropolitan Dade County Commission. Said total project cost consists of the $5,239,000.00 contract cost and $548,971.09 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contract Y on behalf of the City of Miami with Danville-Findorff, Inc., for ORANGE BOWL MODERNIZATION PROJECT PHASE II (1992) - JOIST REPLACEMENT AND RESTROOM FACILITIES IMPROVEMENT B-3231-E (SECOND BIDDING), total bid of the proposal. Y 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 - ,l Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 13th day of February , 1992. LEGAL REVIEW BY: Jq w, G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: - 3 - XAVIER L. U EZ, MAYOR CAPITAL PROJECT: EDUARD RODRIGUEZ CIP PROJECT MANAGER SUBMITTED BY: WALDEMAR E. LEE, ACTING DIRECTOR DEPARTMENT OF PUBLIC WORKS CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 21 To Honorable Mayor and Members DATE of the City Commission SUBJECT FROM CesPH.io REFERENCES City Manager ENCLOSURES RECOMMENDATION FEB - 5 iqq? FILE B-3231-E Resolution Awarding Contract for ORANGE BOWL MODERNIZATION PROJECT PHASE II (1992) - JOIST REPLACEMENT AND RESTROOM FACILITIES IMPROVEMENT (SECOND BIDDING) It is respectfully recommended that the City Commission adopt the attached resolution authorizing the City Manager to enter into contract on behalf of the City with the lowest responsible and responsive bidder, subject to the final approval of the professional sports franchise facility tax bonds from the Metropolitan Dade County Commission for the ORANGE BOWL MODERNIZATION PROJECT PHASE II (1992) - JOIST REPLACEMENT AND RESTROOM FACILITIES IMPROVEMENT B-3231-E (SECOND BIDDING), which will be received on February 12, 1992. The project consists of joist replacement and the construction of two (2) new bathroom facilities. The project is located at the Orange Bowl Stadium, 1501 N.W. 3 Street, Miami, Florida. BACKGROUND Cost Estimate: $6,000,000.00 Source of Funds: Fiscal Year 1991-92, Capital Improvement Ordinance No. 10938 Minority Representation: 239 invitations mailed Public Hearings/Notices: No public hearing Assessable Project: No Discussion: The Department of Public Works will evaluate the bids to be receive on February 12, 1992, and will determine which will be the lowest responsible and responsive bid, at which time a recommendation will be submitted. Funds are subject to the final approval of the professional sports franchise facility tax bonds from the Metropolitan Dade County Commission to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. Attachment: Proposed Resolution l2/ - METRO-DADE L 0111 LCIMPANY N N- 1 1 N(.. U / B/ A NAME L. 0 N T r, 'f 10 P T Y P f. F,, I T A U 1, F I o W 5il I I*Y m I AM I C I A 1 j7 1- A ILI' METRODIDADE I C 0 N'r R A C I COMPANY NA'.11F INA-A.:I.Ail AMH-,'ILA l k L T D / B/A N A M L iNSURANIJ- UAIL C,QNTRAt.TU)-,' IYPI. '-a t A t 1. 1 �111 I. AOCIRFS!-j� 1111-V1,; k 2 CITY MIP-l-'ll S, N 7,A,,-A PIJ i. V N A M F F P 1'.A F. N k' I tA- I P "L Y, T R I kl' f 17 NO 71, Cifl I -�_ 1 RE_C,E 1`fl't�L W2DE�." Z Subr-Il1ifCcf ] zc IT1't7 tilerecord it�l z l �•'�CL��lr ��i:1CiI City Clem, 7 UL.CI:F.l',I iNA1. I + j �'Ji}1J rr NIT uuS1'14, :;>�>: ;,T: .� NAMF MI.T t.:.iN"-;T ' N AD OR . 4 iA l 11UN ,. t I vWNr.f; : I•�I- :UIJi:­; 1 i�1� I IN !I•, �,1 �i, MA I I. I Nip A D 1, iit 0 i_• 1"J .� .............................................................................. L I C F. N',1. 0 '+ ._ 1 4 I136 — E Y, c'11-' — L01'1M ,: l I- I -RA i\ BID SECURITY LIST BID ITEM: —ORANGE_BOWL_STADIUM—MODERNIZATION__PHASE_II—S•19P-2Z_—_ _ JOIST REPLACEMENT AND — RESTROOM—FACILITEIES_IMPROVEMENT ----------------------- — — — -- (SECOND BIDDING) B-3231—E BI D NO . s_.9.1�92=995------------------- ------------------------- DATE BIDS) OPENED: _FEBRUARY-12_-1992------------------------------------ r, 0TOTAL BID BOND Sorj BIDDER DIDAMOUNT SEA LAND CONTRACTORS, INC. $ 3_989.000 00 -------------------- -- ----- • '� 283�000.00 ROMA CONSTRUCTION INC. CASHIER'S CHECK B.B. BSg -- — -- -------------- ------ ------ -------------- ---- 4.170.000.00 B.B. 5% -------- 1.893.000.00 ----- ------ ----------------------------------------------- STATE PAVING CORPORATION 3.581.731.00 ---- B.B.S% -----------------------.--. ---------------- — I --- -- 2.000.000.00 — MET RECCHI J.V.------------------ 4_112.68900 --B.B.5_-----------------• 1.640.000.00 MAYO CONSTRUCTION_INDUSTRIES L__3_803_000_00 _ B_B_50-----__—_ 11.850.900.00 -------------------------, ----------------�--------------- H. ANGELO AND CO., INC. ---------------- ----�—`-2.551.000.00----------------------- 4.025.990.00 B B 5% -- --------------------- =---------------------- ------------------- DANVILLE FINDORFF, INC. -------- L— .369 000 00 B.B. 5% ---------------------------------------------------------- 1.870.000.00 3---------------------------------- 9 a ------------------------- ----------------------------- --- S-------------------------- - — --- --�� --- ----- .� --- --— -- -- far- — '-------------------------------- j--• ------ —5—� 1tt t -.------------•--------.-----•------ 1 --- - - - - -- --- -- - - - - - -- - - - - - - - - - ------------------------- - - - - -- -- - - - - - - - - - -- - - - - -- I ---- --- - - - - - - - - - -- - - - -- - - - - - - - - - - ----------------."-------------- - - - - - - - - - - - - - - - - - - - - - - - -- --------------'---------- (2_) envelopes on behalf of _ ____-- ____received (Person receiving bids) PublicWorks -------------------on--------------------------- (City Department) SIGNED: _ __ ____t*Pl__ _______ ( ty City C erk) — IMPORTANT ADDENDUM CITY OF MIAMI, FLORIDA Department of Public Works ADDENDUM NO. 2 ISSUED FEBRUARY 10, 1992 to BIDDING AND CONTRACT DOCUMENTS FOR ORANGE BOWL STADIUM MODERNIZATION - PHASE 11 (1992) JOIST REPLACEMENT AND RESTROOM ADDITIONS (SECOND BIDDING) - B-3231-E * * * * * * * * * * * * * * ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS: CHANGE 1 OF 2: Division O-Bidding Requirements, Contract Terms and conditions of Contract Section 00300 Bid Proposal: clarification to the Bid Proposal. Any and all painting required under Bid Items 1, 2, 3, 4, 5, 6 & 7, shall be Included in each of these Individual Bid Items. The painting work Included In Additive Item A refers to the painting of the existing steel structure not covered by the above listed Bid Item. CHANGE 2 of 2: Division O-Bidding Requirements, Contract Terms and Conditions of Contract. Section 00010 Advertisement for Bid, first paragraph, should read as follows: Sealed bids for "ORANGE BOWL STADIUM MODERNIZATION - PHASE II (1992) JOIST REPLACEMENT AND RESTROOM FACILITIES IMPROVEMENT - SECOND BIDDING) B-3231-E" will be received by the City Manager and the City Clerk of the City of Miami, Florida at 11:00 AM on the 12th day of February, 1992, 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. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREOF �41( Idemar Lee Acting Director of Public Works !1 NOW CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM ,o Matty Hirai DATE January 28, 1992 FILE B-3231E City Clerk FROM: / 1 Mayra Herrera Department of Public Works SUBJECT ORANGE BOWL STADIUM MODERNI- ZATION - PHASE II (1992) JOIST REPLACEMENT & RESTROOM REFERENCES FACILITIES IMP (2nd Bidding) C.I.P. Project #404238 ENCLOSURES: Contractors will submit bids for the above referenced project to be opened on: February 12, 1992 9:00 AM Please make the necessary provisions for this bid opening. A representative from our Department will be present. MH/ cc: Construction Contract _7 •J I n BID NO. 91-92-045 ADVERTISEMENT FOR BIDS Sealed bids for "ORANGE BOWL STADILM MODERNIZATION - PHASE 11 (1992) JOIST REPLACEMENT AND RESTROCM FACILITIES IMPROVEMENT - (SECOND B I DD I NG) B-3231-E" will be received by the City Manager and the City Clerk of the City of Miami, Florida at 9:00 AM on the 12th day of February, 1992, at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan Amerlcan 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 ail labor, materials and equipment for joist replacement and the construction of new bathroom facilities at the Orange Bowl Stadium, 1501 N.W. 3 Street, Miami, Florida. City regulations will allay 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 Jorge Estevanez, R.A. at (305) 444-8339. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Ca petency, 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 January 27, 1992. If bidders wish, a set of plans and specifications will be mailed to then 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 mandatory pre -bid conference will be held on February 10, 1992 at 9:00 AM at the Athletic Club of the Orange Bowl Stadium. The Certificate of Attendance called for in Section 00370 is required to be considered a responsive bidder. Bidders are alerted to the provisions of Ordinance No. 10062 regarding allocation of contracts to minority vendors. The City will expect prospective bidders to submit an Affirmative Action Plan, as defined In said Ordinance, and as required In the Instructions to Bidders. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements." The object of this ordlnance is to provide employment opportunities to City of Mlaml 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 Cormisslon reserves the right to waive any Informality In any bid, and the City Manager may reject any or all bids, and readvertlse (B-3231-E, Req. 5664). Cesar H. Odlo City Manager Ak" } i O ` REQUISITION FOR ADVERTISEMENT DEPT/DIV. 1)1i l.i.0 Jt� ACCOUNT CODE •.' i; i.I O) _5 '1 U x ' .;1. `') ;) DATE -i an,uary '. 4 S 1, `-'' PHONE 5 ,`1. `' ` 14 PREPARED BY _ mca. ylr'a )','.;rr,_,ra APPROVED BY: This number must appear in the advertisement. DIRECTOR OF ISSOING DEPARTMENT Publish the attached advertisement - ONCE, times. (number of times) Type of advertisement: legal x classified display (Check One) Size: Starting date t:u'.. ' First four words of advertisement: Remarks: "OFiAa;tT�' BOWL �'Ai) ":lili i�UT;''.i�N�; h`1:'iUi: - T t RITLACi::Mi?.*T A"D RE:T—ROOh' T'I=eCi1-.=-'i' E".� 1i;F3 BIRD i:,10) L, ; ..:.10 E. DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 C-3 - - D-4 E-5 i= 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 11 113 1 117 18 1 125134 39142 145 50 51 56 57 62 63 65.66 71 0 1 2 4 1 ',__VIPI I I I 1 1 12 10121218 7 1 2 314 7 8 V P 12 1314 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0101210 1 Approved for Payment White - Purchasing Yellow - Finance Pink - Department �r 10 BID NO. 91-92-045 ADVERTISEMENT FOR BIDS Sea I ed b I ds f or "ORANGE BC)WL STAD I LM WDERN i 7AT I ON - PHASE 11 (1992 ) JOIST REPLACEMENT AND RESTROCM FACILITIES IMPROVEMENT - (SECOM DIMING) B-3231-V will be received by the City Manager and the City Clerk of the City of Miami, Florida at 9:00 AM on the 12th day of February, 1992, 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 joist replacement and the construction of new bathroom facilities at the Orange Bowl Stadium, 1501 N.W. 3 Street, Miami, Florida. City regulations wiiI allow bidder to furnish b I d bonds In accordance with Resolutions No. 86- 983 and No. 87-915. For technical questions regarding plans and specifications, please contact Jorge Estevanez, R.A. at (305) 444-8339. Prospective bidders wits be required to sudnit, 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 sutmit proposals In duplicate originals. Plans and spec ificat Ions 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 January 27, 1992. 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 depos I t requ i red for the f i rst set of p I ans and spec 1 f i cat i ons . Additional sets may be purchased for a fee of $76.00 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, urmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted that mandatory pre -bid conference will be held on February 10, 1992 at 9.00 MA at the Athletic Club of the Orange Bowl Stadium. The Certificate of Attendance called for in Section 00370 is required to be considered a responsive bidder. Bidders are alerted to the provisions of Ordinance No. 10062 regarding allocation of contracts to minority vendors. The City will expect prospective bidders to sutmlt an Affirmative Action Plan, as defined In said Ordinance, and as required in the Instructions to Bidders. The City of Miami has adopted Ordinance No. 10032, which Implements the "First Source Hiring 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 provislons for liquidated damage The City CoTm I ss I on reserves the and the City Manager may reject Req. 5664). performance, and specifications contain s for failure to carQlete the work on time. right to waive any Informality In any bid, any or all bids, and readvertise (6-3231-E, Cesar H. Odio City Manager CITY OF MIAMI, FLORIDA 32 INTER -OFFICE MEMORANDUM �O Cesar H. Odio DATE November 25, 1991 FILE City Manager SUEWECT Agenda Item for City Commission Meeting 12/15/91 FFO�' REFERENCES, • Victor H. De Yurre Commissioner ENCLOSURES Please schedule for December 5, 1991 City Commission Meeting a discussion item regarding a plan of cultural and artistic shows in the City of Miami. Representatives of Revista Variedades will attend. Thank you. Cc: Honorable Mayor and Members of the Commission A. Quinn Jones III, City Attorney Aurelio Perez-Lugones, Legislative Administrator aS�ussto�