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