Loading...
HomeMy WebLinkAboutR-88-0197J-88-131 2/11s/ds j 1 r RESOLUTION NO. Fi8"19 A RESOLUTION ACCEPTING THE BID OF URBAN SOUTH, INC. IN THE PROPOSED AMOUNT OF $21,455.00. BASE BID OF THE PROPOSAL, FOR *VIRCIINIA KEY IMPROVEMENTS - LIFEGUARD FACILITIES." WITH MONIES THEREFOR ALLOCATED FROM THE 1988 CAPITAL IMPROVEMENT ORDINANCE NO. 10347, PROJECT NO. 331044 IN THE AMOUNT OF $21,465.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received February 18, 1988 for Virginia Key Improvements - Lifeguard Facilities; and WHEREAS, the City Manager and the Director of Public Works recommend that the bid received from Urban South, Inc. be accepted as the lowest responsible and responsive bid; and WHEREAS, the 1988 Capital Improvement Ordinance No. 10347, was adopted on November 19, 1987, and monies are available for the proposed amount of the contract, project expense, and Incidentals under Project *331044 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAM1, FLORIDA: Section 1. The February 18, 1988, bid of Urban South, Inc. In the proposed amount of $21,455.00, for the project entitled Virginia Key Improvements - Lifeguard Facilities;' for the base bid of the proposal, based on lump sum prices, Is hereby accepted at the price stated therein. Section 2. The amount of $21,455.00 Is hereby allocated from the 1988 Capital Improvement Ordinance No. 10347, Project No. 331044 to cover the cost of said contract. CITY COMMISSION MEETING OF MAR 10 1988 ESOLUTION No. SS1v V /m -000% Section 3. The City Manager Is hereby authorized to enter Into a contract on behalf of the City of Miami with Urban South. Inc.. for*Vlrglnia Key Improvements - Lifeguard Facllltles~ base bid of the proposal. PASSED AND ADOPTED this 10_ th day of March XAVIER L. SUA Z, MA ATTEST- MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: 00, ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVEQAAS TO FORM AND CORRECTNESS: ---- KUCIJk A. D UG CITY ATTO NEY - Z - 988. BID No. 87-88-046 BID SECURITY Rtr VIRGINIA KEY IMPPOVEMENTS DA11 sibs t1ciW99 1'RRi�1lARY 181988 FACILITIES II in .'!"L Of SECMTY *IOptlt TO?Al, t C.E.R. CONSTRUCTION INC. j 4151 N.W. 1 32 St. BROKEN DOldN IN ITI:rIS OPALOCKA, FLA. 33154 � v/ ROLANDO CARDENAS ASSOC. 716 N.W. 33 Ave BROKEN DO1%T,' IN ITEMS I 1IET CONSTRUCTION CO.INC BROKEN DOtJN IN ITETIS 406 N.W. 54 St. URBAN SOUTH 17520 N.W. 18th Avenue BROKEN DOt%T1 IN ITEMS VAN TOPOLE CONST. BROKEN DOWN IN ITEMS 197 N.E. 147 LN. N MTANIT FT A '3 l7 R) TARAFA CONSTRUCTION INC. BROKEN DOWN IN ITEI!S ' 8849 N.W. 117 St. J URBAN DEVELOPMENT CORP BROKEN DOWN IN ITEMS 3011 SALZEDO ST. MCO CONSTRUCTION CO. 7455 W.FLAGLER ST. BROKEN DOWN IN ITEMS ^---&vx,v; on berialf of 01 a/I''USLIC WO KS � SIGNED: `� �� envelopes. - DATE: r' , 7 asgo1wil at //"*Vw detvlled checks 11618 ?toy 01 1 oN .cCOYMTu1C a.uaw N Bid No. 87-88-046 ADVERTISEMENT FOR BIDS 1 _N r ^ c, e„ Sealed bids for "VIRGINIA KEY IMPROVEMENTS - LIFEGUARD (l`AM ITIES" will be rece ._the City Manager and the City Clerk Sf thp'CRty-b'f'Mjap�i, Florida at 1:00 a.m_. on_ the 18th day of February, 1984, at the City Clerk`'S Office, first f oor uff the Miami City hall, 350t1 Fan American Drive, Dinner Key, Miami, Florida. 33133, at which time and place they will be publicly opened and read. The project consists of constructing a lifeguard shelter near the north end of Virginia Key. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-963 and No. 87-915. For clarification of technical issues as presented in the construction documents and specifications please contact George Picard, at (3U5)579-6865. Prospective bidders will be rrqu;sed 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, 4th floor, Miami, Florida, 33128, on or after February 2, 1988. There will be a $20 deposit required for each set. Deposits will be refunded only upon return o7 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 Ordinance No. 10062 regarding allocation of contracts to minority vendors. This has been designated a minority set -aside construction project. Bidding will be restricted to City of Miami certified majority (51%) hispanic. black, or women -owned corporations and joint ventures. This certification process must be completed prior to the submission of the bid. 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 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 provisions for liquidated damages The City Commission reserves the and the City Manager may reject Req. 3698). performance, and specifications contain for failure to complete the work on time. right to waive any informality in any bid, any or all bids, and readvertise (B-2911A, Cesar H. Odio City Manager —I RR` 197 J LICITACION N0. 87-66-046 AVISO DE LICITACION Propuestas seilaaas Para "VIfUINIA KEY IMPKUVi:N(E.NI'S - LifUJUARD FACILITIES" B- 2911A, reran recibidas por el Administrador y el Secretario de la Ciudad de Miami, Florida, a mas tardar a las 11:00 a.m. el dIa 18 de febrero de 1988, err la Oficina del Secretario, primer piso, Ayuntamierito de Miami, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, a cuya Nora y en cuyo lugar seran publicamente abiertas y leldas. El proyecto camprende la construction de una cabana para el salvavidas en el area norte de Virginia Beach. Los licitadores han de proveer bords de Ucitsci6n y de c imiento de aareedo a las resolucianes no. 8&463 y M. 87-915. Para clarification de preguntas t6enicas que resulten de los plans o especificaciones llame a George Picard, al Depar.nento de Gbr•as Pubiicas, ai (305) 579-6865. Los participantes en la licitaci6n han de Imluir con sus d'Ll m- I rtos oopia del Certificado de Competemia, oonferido por Dade County, que les autoriza desenpefiar el trabajo. Todas las licitaciones seran sometidas de acuerdo con las Instrucciones a los Licitadores y las Especificaciones. Nuevas regulations municipales requderen que calla licitador presente sus propuestas en forma de originates en icado. Los ,juegos de plans y especificaciones podran obtenerse en la oficina del Director de Obras Publican, 275 N.W. 2 Street (4to Piso), Miami, Florida, a partir del 21 de enero de 1988. Se requerira un dep6sito de $20 por coda juego. Estos depositos son reenbolsables unicanente si los plans y las especificaciones se devuelven sin marcas y en buen estado, al Departanrento de Obras Publicas, dentro de un plazo de dos (2) semanas siguientes a la apertura de las licitaciones. Se avisa a los interesados de las provisions de la Ordenanza No. 10062, la cual se refiere a la otorgacion de contratos a minorias. Este proyecto ha silo apartado pare m1wrias. Se cestrirgIA la participselAn a compsfiias minorit 1w cuyo duefio principal (51%) sea hispano, negro, o sWer. Dichas companias han de registrarse con la Ciudad previamente a la presentation de sus propuestas. La Ciudad requerira de los interesados un Plan de Acci6n AfirnaLiva, zj�lui deflaidu erg dicha Ordetkuiza, y segurr sea requeriru en ias Instructions a los Licitadores. La Ciudad de Miami ha adoptado la Ordenanza No. 10032, la cual implementa el "First Source Hiring Agreement". Esta ordenanza tiene por objeto proveer oportunidades para aWleo a residentes de la Ciudad de Miami en contratos que resulten en la creaci6n de nuevas plazas de trabajo. Los contratistas podran ser elegibles para reenbolsos de gastos de salarios bajo este programa. Para mayor information dirijase al Depto. de Obras Publicas, al (305)579-6856. Las propuestas incluyen el tiempo de ejecuci6n, y las especificaciones contienen provisos para la liquidation de daftos irlcurridos por dejar de eanpletar ei proyecto a tiempo. La Comisi6n de la Ciudad se reserve el derecho a descartar cualquier informalidad en cualquier licitacion, y el Administrador de la Ciudad puede rechazar cualquiera o todas las propuestas, y reanunciar (B-2911A, Req. 3698). Cesar H. Odio Administrador Municipal RR-197 40 AN �0r REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. DEPT'DIV. ACCOUNT CODE DATE ___ _____ ____ PHONE APPROVED BY. PREPARED BY DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement times Dumber of times Type of advertisement legal classified display (Check One) Size: Starting date First tour.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 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 DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 117 18 j 25134 39142 45 50 51 56 57 62 63 65 66 71 0 1 21411 VIPI I I I I I I I I 1 1 12101212 8 7 1 2 314 7 8 V P 12 31415 DESCRIPTION 36 64 DISCOUNT 6M72 AMOUNT 80 .Li 0 0 2 0 t Approved for Payment White — Purchasing Yellow - Finance Pink — Department %4R-197 1 � 2 Cl" Or MIAMI. FLORIDA INTEROFFICE MEMORANDUM To Honorable Mayor and Members oAtE ;���,1� _ ' 19pe e,LE B-291 1 -A of the City Commission O8 SUBJECT Resolution Awarding Contract VIRGINIA KEY IMPROVEMENTS - C / LIFEGUARD FACILITIES FROM Cesar H . Od I REFERENCES City Manager ENCLOSURES RECOMMENDATION It Is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Urban South, Inc., for VIRGINIA KEY IMPROVEMENTS - LIFEGUARD FACILITIES. received February 18. 1988 In the amount of $21,455.00, Base Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: $ 21,455.00 Cost Estimate/Budgeted Amount: % of Cost Estimate: 54% $40,000/$60,000 Source of Funds: 1988 C.I.P. Ordinance No. 10347 as amended Minority Representation: 217 Invitations mailed 17 contractors picked up plans'& specs (5 Hispanic, 5 Black, 4 Female) 8 contractwors submitted bids (4 Hispanic. 2 Black, 2 Female) This is a minority set -aside project. The low bidder is a black - owned company. Public Hearings/Notices: No public hearing/Bid notice published Assessable Project: No. Discussion: The Department of Public Works has evaluated the bids received on February 18 and determined that the lowest responsible and responsive bid, In the amount of $21,455.00, Is from Urban South, Inc., a black minority controlled corporation. Funds are available to cover the contract cost. and for such Incidental Items as postage, blueprinting, advertising, and reproduction costs. Resolution attached RR-197 1 'N I% VIRGINIA KEY IMPROVEMENTS - LIFEGUARD FACILITIES JOB NO. 8-2911-A CONTRACTOR'S FACT SHEET 1. Urban South, Inc. 17620 N.W. 18th Avenue Mlaml, Florida 33056 Tel: (305) 621-2429 2. Principals: Charles C. Stafford. Jr.. President 3. Contractor Is properly licensed and Insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established In 1985. 6. A black minority contractor. 7. Project and Scope: Virginia Key Improvements - Lifeguard Facilities North end of Virginia Beach. The project Includes the construction of a permanent IIfeguard shelter and refurbishing of the old concession building. Twenty (20) working days construction time 8. Funds allocated: Contract: $ 21,455.00 Project Expense 3.000.00 Blueprint: 80.00 Advertising: 650.00 Testing: 1,000.00 Postage: 75.00 SUB -TOTAL $ 26,260.00 Indirect Cost 300.00 TOTAL $ 26,560.00 Prepared by: E.M. Pelaez 19 Feb 88 4 'A IVA 610 NO. 87-88-46 CITY OF MIANI DEPARTMENT OF PUBLIC WORKS ASSESSMENTS,SPECIFICATIONS AND CONTRACTS SECTION PROJECT REQUEST DATE: January 22, 1988 CIP Project: Vi rgi 0 a Key Park Development - Phase I 0 j10 4L 911 SIN C. I . P. PROJECT NO.: 3**"4 INDEX NO.: a4*@ MF' SOURCE OF FUNDS: CIP Ordinance 10347, as amended BIDS TO BE SECURED FOR: VIRGINIA KEY IMPROVEMENTS - LIFEGUARD FACILITIES Located near the north end of Virginia Beach. The project includes the construction of a permanent lifeguard shelter, and refurbishing of the old concession building. PLANS 3 SPECS PREPARED BY: Public Works FOR THE DEPARTMENT/ OFF -1GE OF: Parks, Rec. b Leis. Servs. ADVERTISE ON: January 31 ESTIMATED COST Total Bid (Alt. Bid) RECEIVE BIDS: February 16 $40,000 S NOTE: Plans b specs must accompany this form, together with rough copy of advertisement, at least TWO weeks prior to the proposed date of advertising. Minimum bidding time is 15 days (Code Sec. 18-52.1(d)). Form PW #121R Rev 2/4/87 3 A8-1" it '% 16 Co" OF MIAMI. FLORIDA INT6*10P 'IC[ MCMORANOUM Fi le DATE January 22. 1988 PLC 8-2911A Request to Coordinate Bids a Specifications 0 n t he r REFERENCE! Di r c'r�o Public Works ENCLOSURES Attached is PW form #121R fully completed for the job entitled "VIRGINIA KEY IMPROVEMENTS - LIFEGUARD FACILITIES", B-2911A, as per CIP Ordinance No. 10347, as amended, Project No. 331044, Index No. 589501. We have verified available funding with the Department of Finance; indicated below are monies available to cover the cost of this contract based on the preliminary engineer's/architect's estimate of $40,000, plus additional amounts for project expense, incidentals, and indirect cost. M ority et-Aside(Y) (N) Budgeted Capital Proj. Adrienne Macbeth Sergio Rodriguez Minority Procurement Director of Planning Approved Expenditure Frank May toft/ Act. Director anagement 8 Budget EMP:emp cc: Special Projects Contract B-2911A v TABULATION OF BIDS FOR ii► 1plfo VEAjW rs - L /rZ 60,41P C lltf � A.r. r.9c/Z /riE5 f�tw�► .. Par city au • metro We. �o Ouc P �S000.00 ar aar r ttr s ASE br, 53 Z oo - - _ S- oo 2 . Iit-ater ARITIES LEGEND THE DEPARTMENT OF PUBLI M K A —f� �rw�-N-Atwwy 0 — 0 Afftdwtt as to a�ftat a SWUM of aeatna a"mf , C — m o wt. alaaalaaa 0 -Nr l r 1/ at � arr«.a am, E — Wr/ �h �d /� a st {; /%r el ou>� F - 17 6-3WIW Wd WA H • e.rwta as HAS DETERMINED �s ` / ' U v / o- yl, BID 87-88-�Q�v v I! AV • TABULATION OF BIDS FOR yt nor* �s Ouc es z — 1 3 Z 76 r 1:-: o t r F.M. . M. rrr M.Ma i r •_ IWEM&ARITIES LEGEND THE DEPARTMENT OF pUBLIC *ORKS HAS DETEF:041MO A— w - --- -- B — Mr �f fl�N►tt M to colts, •OM1� of �Mfn� CMrM! C — qI ones Duals" orl� wi! noted .r 0 exqu 0 Mat E _�yc/ ,';egl F _ 1� an+ H - arfwtM ad N I- J- BID