Loading...
HomeMy WebLinkAboutR-87-0878I J-87-864 10/1/87 RESOLUTION NO. 87-878 A RESOLUTION ACCEPTING THE BID OF ROBINSON CONSTRUCTION, INC. (A BLACK CONTRACTOR) IN THE PROPOSED AMOUNT OF $348,100, BASE BID OF THE PROPOSAL, FOR PROTOTYPICAL HOUSING - CITY OF MIAMI - CARVER BRANCH -YMCA DEMONSTRATION PROJECT; WITH FUNDS THEREFOR PREVIOUSLY ALLOCATED FROM "SCATTERED SITE AFFORDABLE HOUSING DEVELOPMENT PROGRAM" ACCOUNT, CAPITAL IMPROVEMENTS ORDINANCE NO. 10187, PROJECT NO. 321034 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received August 20, 1987, for Prototypical Housing - City of Miami in connection with the seven (7) single family homes planned on the Carver Branch -YMCA site in the Model City neighborhood; and WHEREAS, the City Manager and the Directors of the Housing Conservation and Development Agency and the Department of Public Works recommended that the bid received from Robinson Construction, Inc. be accepted as the lowest responsible and responsive bid; and WHEREAS, the Capital Improvements Ordinance No. 10187, was adopted on December 11, 1986, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 321034 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The August 20, 1987, bid of Robinson Construction, Inc. in the proposed amount of $348,100, for the project entitled Prototypical Housing - City of Miami, for the base bid of the proposal based on lump sum prices, is hereby accepted at the price stated therein, with funds therefor having been previously allocated from the account entitled "Scattered Site Affordable Housing Development Program" to cover the cost of the said contract pursuant to Resolution No. 87-630, as adopted on July 9, 1987. Section 2. The City Manager is hereby authorized to enter into a contract on behalf of the City of Miami with Robinson Construction, Inc., for Prototypical Housing - City of Miami, base bid of the proposal. CITY COMMISSION MEETING OF OCT 22 Im EsowrON " 87r' 8 r 01 PASSED AND ADOPTED this 22nd 1987. ATTEST: MAM HIRAI, CITY CLERK PLANNING REVIEW: FINANCE REVIEW: 1 C G RCIA, DIRECTOR s FINANC DEPARTMENT LEGAL REVIEW: ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVEY AlTO FORM AND CORRE NE$ : �ICIK A. ITY ATTO - 2- day of October —jNVIER L. SUAREZ61 MAYOR BUDGETARY REVIEW: MANOHAR S. =AND NA DIRECTOR MANAGEM BUDGET f 0 BID SECURITY tltr Prototvtiical Housina Phase i O:ITt r10: REttivtp-_Auaust 20.1987 _11:00. 86-87-117 TYPE OF tEMUTY /100EA MAL Robinson Construction, Inc. Joint Venture $348,100 BB Voucher MCO Construction, Inc. $473,796 BB 1$23,750.00 Ahmad Const., & Dev. Inc. $425,000 BB 5% F.D.M. Corp Joint Venture $538,000 BB Voucher Ivanhoe T. Henney/ Henney Const. $474,445 IBB Voucher Robert Lloyd, Inc. $336,000 BB Voucher �.....o.� Wi+.W Viz • SIGNED; ,,_ envelopes. � DATE: �rs�t•Mt � ��•r �1��Iv11w1 sf�t�s �►1r ysy •1 1 - ____ -- - - ol< rcovMtu+� �rarx►w Bid No. 86-87-117 ADVERTISEMENT FOR BIDS Sealed bids for "PROTOTYPICAL HOUSING, City of Miami" - PHASE I will be received by the City Manager and the Ci lerk of the City of Miami, Florida at 1110L a.m. on the ay of Au us at the City Clerk's Office, first floor of y a 500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. The project consists of site preparation and construction of seven (7), three bedroom, two -bath single family residences. The project is located at the S.W. corner of the intersection of N.W. 15th Avenue and N.W. 58 Street, Miami, Florida. The estimate for this project is $350,000. City requirements permit bidders to furnish performance and bid bonds in accordance with Resolution No. 86-983. For clarification of technical issues as presented in the construction documents and specifications please contact Jose Fabregas at the City of Miami Department of Development, (305) 579-3336. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. 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 July 23, 1987. There will be a =20 deposit required for each set. Deposits will be refunded only uponreturnof plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. A pre -bid conference will take place at 10:00 a.m. on July 30, 1987, at the Department of Public Works, to address questions regarding the project. Prospective bidders are urged to attend. i Prospective 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. This project has been designated as a set -aside for black - owned businesses or joint ventures. The City of Miami has adopted Ordinance "First Source Hiring Agreement." The provide employment opportunities to contracts resulting in the creation of may be eligible for wage reimbursement information contact the Department of (305)579-6856. No. 10032, which implements the object of this ordinance is to City of Miami residents on new permanent jobs. Contractors under this program. For further Public Works, City of Miami, at 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 (8-3226, Req. 3685). Cesar H. Odio City Manager o � . 4 �1! r) REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. } DEPT/DIV.' Pf,il.J.t: uL� ntrac is 1 ACCOUNT.CObE .4 iItCL� i= i : '� �J l '>' .,i.•., } i JulyEi, i DATE -� � '�:� �' PHONE APPROVED BY: PREPARED BY r13 U DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement I `' times. (number of times) Type of advertisement: legal :{ classified display (Check One) Size: First four words of advertisement:__.__.__.:: Starting date -' t t iy � 3, 11-i 7 Remarks: "PPC)T f"':rVr: ;.I. .)II:3iNii i:i Lv �iiatn Y.� a I 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 1 1 117.18 1 125.34 39.42 145 50 51 56 57 62 63 65.66 71 0 1 121411 VIPI I I I I I I I I 1 1 12 101212 8 7 1 2 3 4 7 8 V P 12 314 15- DESCRIPTION 36 64DISCOUNT 6 72 AMOUNT t80 5 2 0 0 2 0 1 White - Purchasing Yellow - Finance Pink - Department Approved for Payment 8 I !-8 I S, CITY OF MIAMI, FLORIDA 114iER�OFfICE MEMORANDUM h To. Matty Hirai =r. July 23, 19$7 .: Ci Clerk DATE FILE --. Advertisement for Bids f•>� SUBJECT FROM Jer D. e , hector REFERENCES Carver Branch -YMCA Ho ing ns rvation and 5770 N.W. 15th Avenue De lopment agency F-NCLOEURFS In July, 1987, the City Commission, through Resolution No. 87-629, authorized the City Manager to request bids from private contractors for the construction of seven (7) single family residential units on the publicly owned Carver Branch -YMCA property located at 5770 Northwest 15th Avenue in the Model City Target Area. This memorandum serves to inform you that sealed proposals for the construction of the above referenced housing development are scheduled to be submitted to the Citv Clerk's office at 11:00 A.M. on August 20, 1987. Transmitted herewith is a copy of the advertisement for bids which appeared in the Miami Times on July 23, 1987. If you have any questions regarding this matter, please contact Jeff Hepburn, Assistant Director at extension 3336. JDG/SA/ jr Enclosure cc: Jeff Hepburn, Assistant Director Jose Fabregas, Housing Development Coordinator 4wk I Miami Times - July 23, 1987 Advertisement For Bids bl bile. e"T.117 So" lift Or "'ROTOTYp1CAL MOUWA Cb N Ubw — pb1ASt 1 � Oa atNvN b for Cibr MaltltM an0 tM Otr Oark oI the Co of MWei. news at 11- 0 am. on the am "I of A:U& 198Y. at the W clerk's Office. lint ow M the NOW Or Mall, 3300 Pan Aeadw OrkV. Obrw Key. MW L f bFW, 331 S3. d whkh aa►o and Mato they wal bo publiefy eoo+ed and read. The pr*d covalas at aft preparallon and oondructbn of seven OL Woo bWam. two btlh tM for 404 r "'NOW. the 5 op p b buM at tho =.w. oamn of ail bhnseOm M N.W. 11th Amu* and NA M Street. MiwMb Florida. The Oaks" for t)eit pnMct it 11360000. OF "Itub"aats porall Mom to Iwo pane a wn and bid bonds fs aeea- fence wth the Resolution No. W9113. Far clarMt otien d beM+teat itwa a.O.aanbd b f)>! earMenrcOies Nano! •pat llkaw" pleue contact Jm Pam" at the OF of M"d NwisftC*nwv tionaoevGbpwantapw1ef. (300579-11M At t►ib MeS !sf adew+ttad in aceerdanoi with the tnetnree+wa b Ridden and spoeft#tionm twat ark sWicatbne way be eb. tWW from tM oft* of the Otnctor of twbk Y wi& 0511.M. a ttneL sth Mar. AftK IUride, 3312k on or oW Juy 23. W. Tore will be a $20 Osposit HO*W Ito► each eel. Oepasits wffl be rounded emb vow return of plant ad epeol2eatian to an Oeparlw M of PVbft went6 enaurtad and b pod arrOWN wfttdn two 92) weska alb► the opankip a the bids. A pre•bid canto aaa wN tAs Iflact at 1040 aim. an J* 30. W. d the Oeparb"d of Fdft works, to addrea sm oia npardfnp tM pro�ct. hespeetM bidders an urged a o"o. <•rson" bfdm are abed a an pevWons of Ordbsana tw.10062 rrparaiap aMcatisealarraai:ba wbodtjr eoseers. f M Cb M sagest fw sMeetMe b W ut to olwK am AfMritMM Action Plan. a NIknO w of Or�/nena. and a requMM w t1n Imbwotleme b Otdden. chit pit fw Mom eesitsabd as a sat+eft for MKbe�sisd bwkrasteter ieiM � . tM ffb of ltiasri het adapted Ordfmarroe Ne. t00!!. whkh km. M Oft ordb w bt N 0 wiM MROlipwent eppwtw fts a Cb a mewl rewenb M owrb eb res W is qn erod" o ow puwanMt Mba• CW*UM NW be efitibb IN wag 00b". e rmA Hader tfrta pneprs ror 1rrtlMr irlarn+atien adapt fin OapsAwwrt d PbbYt f ifs CystMbmL d ( 0S $7l4$$L Proposal b kdn the f)we of pwbmw a. and spegRlaelost eeMab proMlMnt for MufStM dwmepet Ib►lhlrro b eewplob the work so ON. the CNN Cawadtaion rosorvet an rk" to waive any *= In N- Yfp b any W. and ow OF umwp wq any ar ar Oidt. awN roadvortite (t•i22i. Rep, 3694 i Cnw lf. Odic - - - CRY~ 13 CITY OF MIAMI. FLORIOA INTEROFFICE MEMORANDUM TO. Honorable Mayor and Members of the City Commission FROmCesar H. Odio City Manager RECC*2tiMATION DATE: OCT 13 1 ME Resolution Accepting Bid - SUBJECT B-3226 - City of Miami "Prototypical Housing" REFERENCESCarver Branch -YMCA Demonstration Project ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the low bid of Robinson Construction, Inc. for Prototypical Housing, City of Miami, B-3226, received August 20, 1987 in the amount of $348,100, Base Bid; further authorizing the City Manager to enter into a contract on behalf of the City with Robinson Construction, Inc. for the construction of seven (7) 3-bedroom 2-bath single family homes planned for construction on the City -owned Carver Branch -YMCA site. BACKGROUND In October of 1986, the City Commission took a major step toward addressing the existing housing affordability gap in the City by approving implementation of the Scattered Site Housing Development and Affordable Homeownership Opportunity Program. With the City of Miami serving as developer, it will be possible for the City to construct and deliver "at cost" new single family homes at sales prices affordable to low and moderate income purchasers in the City's Community Development Target Areas. The City Commission, in October of 1986 also approved the issuance of $4,290,000 in Special Obligation Bonds, 1986 Series A, the proceeds of which will be used as a revolving construction fund for this unique program. The Carver Branch -YMCA site, a .9 acre parcel currently under public ownership, located at 5770 Northwest 15th Avenue, in the Model City neighborhood, has been approved as the location for the City's first undertaking in the development of new single family residential housing units under the Scattered Site Housing Development and Affordable Homeownership Opportunity Program. Seven 3-bedroom, 2- bath single family homes are being proposed for development on the above mentioned site. /3 - r T r Resolution Awarding Contract - City of Miami B-3226 "Prototypical Housing" Page - 2 - On July 23, 1987, through Resolution No. 87-629, the City Commission approved the solicitation of bids from private contractors for construction of the seven (7) 3-bedroom, 2-bath single family homes on the Carver Branch -YMCA site and allocated $350,000 in Special Obligation Bonds, 1986 Series A proceeds for the purpose of funding the cost of construction and other related expenses associated with the development of the seven (7) dwelling units planned. In addition, the City Commission also approved designating the Carver Branch -YMCA Demonstration Project as a Black contractor set -aside in accordance with Ordinance No. 10062. The City Commission, in July of 1987 also approved allocating up to $275,000 from the interest income derived from investment of 1976 General Obligation Bond proceeds for the purpose of providing second mortgage financing commitments for the prospective purchasers of the homes planned under the Carver Branch -YMCA Demonstration Project. Barnett Bank has agreed to provide up to $300,000 in first position mortgage financing commitments for the seven (7) dwelling units planned. On Thursday, August 20, 1987, six (6) Black owned construction firms submitted bids to the City in accordance with the development of seven (7) single family homes planned for construction under the Carver Branch -YMCA Demonstration Project. The exhibit accompanying the attached resolution provides a brief analysis of the bids which were received by the City. Listed below is a brief analysis of lowest responsible and responsive bid received by the City. AMOUNT OF BID: BID COST ESTIMATE/ TOTAL APPROPRIATION: SOURCE OF FUNDS: MINORITY REPRESENTATION: PUBLIC HEARINGS/NOTICES: $348,100 % OF COST ESTIMATE $350, 000 C.I.P. Ord. 10187, as amended Contractors picked up plans and specs. (5 Hispanic, 26 Black, 2 Female) Contractors submitted bids (0 Hispanic, 6 Black, 0 Female) No Public-Hearing/Bid notice published 99% Rej V P Resolution Awarding Contract - City of Miami B-3226 "Prototypical Housing" ASSESSABLE PROJECT: Yes Page - 3 - DISCUSSION: The Housing Conservation and Development Agency and the Department of Public Works have evaluated the bids received on August 20, 1987 and determined that the lowest responsible and responsive bid, in the amount of $348,100, is from Robinson Construction Inc., a 100% Black controlled corporation. The average cost of constructing the 1,300 square foot unit is $49, 728 or $38.25 per square foot. Funds are available to cover the contract cost, and other incidental cost associated with the construction of the seven (7) homes planned for development. City Commission ratification of the attached resolution is recommended. Attachment: Proposed Resolution Exhibit M M ■ COST BREM(DOUiN CERTIFIER COS TOTAL COST emu' COST TRACTOR LICENSE BID BOND T TOTAL B3D PER PER SO. FT. ��pg $46.70 C.G.C. 31399 Yes Ahmad Construction 425,004 $64,?14 59.22 C.G.C. 24746 Yes 538,000 T6.857 F.D.M. Corp. C.G.C. 35845 City Voucher 474,445 67,77$ 52.13 Ivanhoe T. Hannay • 52.06 C.G.C. 04552 Yes M.O.C. Construction 473,796 67,685 36.92 -. Resident City Voucher i Robert Lloyd, Inc- 336,000 48,000 ,Dade County Applied 129-34-95310 38.25 C.R.C.O. 12948 City Voucher Robinson Construction • 348,100 49,728 * of a certified contractor's license Robert Lloyd, Inc., the lowest bidder was disqualified due to the lack • I