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�