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