Loading...
HomeMy WebLinkAboutR-86-0893J--86-929 10/29/86 RESOLUTION NO. 86"893 A RESOLUTION ACCEPTING THE RID OF OCEAN BAY CONSTRUCTIONO INC. IN THE PROPOSf_D AMOUNT OF $326,801.00. Al-TEPNATE RASE BID OF THE PROPOSAL. FOP FORT DALLAS PARK PLAZA a PHASE 11; WIT11 MONIES THEREF'0P At t OCATED FROtf "FOPT DALLAS PARR PlYf LOPMENT" ACCOUNT IN THE AMOUNT Of $376VAO1.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received October 28, 1994, for Fort Dallas Park Plaza - Phase I1; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from Ocean Bay Construction, Inc. be accepted as the lowest responsible and responsive bid; and WHEREAS, the Capital Improvements Ordinance No. 9939, was adopted on December 10, 1984, and monies are available for the proposed *count of the contract, project expense, and incidentals i from the account entitled `Fart Dallas Park ►tevelopment", as set forth in Section 3.Park b Park Facilities.A.2 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The October 28, 1986, bid of Ocean Bay Construction, Inc. in the proposed amount of $326,801.00, for the project entitled Fort Dallas Park Plaza - Phase II. for the alternate base bid of the proposal, based on lump sum prices, is hereby accepted at the price stated therein. Section 2. The amount of $326,801.00 is hereby allocated from the account entitled "Fort Dallas Park Development" to cover the cost of said contract. adwb Section 3. The City Manager is hereby aethorV*d to enter into a contract on behalf of the City of Miami with Ocean Bay Construction, Inc. for Fort Dallas Park Plaza/ - Phase II, alternate base bid of the proposal. PASSED AND ADOPTED this 13th _ day of November , 1986. R L. SUAR MAYOR ATTEST: Bto SECURITY Vg"Ft_-DDallas Park Plaza - Ph. II PAtgWIN pfcorripOct. 28 1986 11-00am 86-87-006 7P"i Dr FrMU T (arplan ConFtroct.aon, Inc. i4R47 %.r. 20t.h Avr-nue ;orth Miami , F1 BASF SIP2,240 ALT.: 53P5,P2.1 SI7"000 S4,300 FHB Cac}tier'F Ck 25 59 )cFan Pay Const.. , Inc. 14 Ocean Say Club thrive 't. Lauderdale, F1. RASA: $236,SOI ALT.: $326,801. $17,000 SB '-N-M. Corp 3780 N.W. 22 Avenue Tiami, F1 BASE: $266,000 ALT.: $360,900 5% BB 73 HLULIVED n 1f of /PUBLIC WORKS „� SIGNED: envelopes. V DATE: /O �� Bid No. 86-87-006 7L ADVERTISEMENT FOR BIDS S Sealed bids for construction of FORT DF4,1.4s PAPK PLAZA - PHASE II, 8-2901, will be received b _ of the City off Miami, Florida at a.m. on the 21st da�yH,0 - at the City t1erk's Office, first f oor b t6e iE,m }tt. ?5(10 Pan American Drive. Dinner Key, Miami, Florida, 33133. at which t.imc and place the will be Publicly opened and read. The project consists of installing a paved walkway topped with keystone, benches, lighting and landscaping. The project is located at S.E. 4 Street and 1st Avenue. The estimate for this project is between $150,000 and $200,000. City requirements permit bidders to furnish performance and bid bonds in accordance with Resolutions No, 84-423 and No. 84-873. For clarification of technical issues as presented in the construction documents and specifications please contact Enric,ue Nunez, Project Landscape Architect, at (305)579-6865. 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 Octoberr 2, 1986. There will be a $2.0 deposit required for each set. Deposits will be refunded only upon return 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. 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. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc., 5800 N.W. 7 Avenue, Suite 212, telephone (305)754-4903 if they require assistance in preparing their bid packages. 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 (B-2901, Req. 3651). Cesar H. Odio City Manager LICITACION N0. 86-87-006 AVISO DE LICITACION Propuestas selladas para FORT DAU AS PARK PLAZA - PHASE II, B-2901, seran recibidas por el Administrador y el Secretario de la Ciudad de Miami, Florida, a cmfs tardar a las 11:00 a.m. el di.a 21 de octubre de 1986, en la Oficina del Secretario, primer piso, Ayuntamiento de Miami, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, a cuya Nora y en cuyo lugar seran publieamente abiertas y leldas. E1 proyecto consiste en la instalaci6n de una vereda pavimentada, baneas, ilumimcion y jandinerf a ornamental. E1 estimado para este proyecto esta entre $150,000 y $200,000. Existen regulations municipales, que en ciertas ocasiones, modifican los requisitos Para procurar bons de cumplimiento y de licitacion de acuerdo a las resolutions No. 84-423 y No. 84-873. Para preguntas tecnicas acerca de los plans y especificaciones llame a Enrique NWez, Arquitecto del Proyecto, al (305) 579-6865. Todas las licitaciones seen sometidas de acuerdo con las Instructions a los Licitadores y las Especificaciones. Los juegos de planos y especificaciones podr6n obtenerse en la oficina del Director de Obras Publicas, 275 N.W. 2 Street (4to Piso), Miami, Florida, a partir del 2 de octubre de 1986. Se requerira un deposito de $20 por calla juego. Estos depositor son reembolsables wticamente si. los planos y las especificaciones de devuelven sin marcas y en buen estado, al Departanento de Obras Publicas, dentro de un plazo de dos (2) semanas siguientes a la apertura de las licitaciones. Se avisa a los interesados de las provisions de la Ordenanza No. 10062, la cual se refiere a la otorgac16n de contratos a minorias. La Ciudad requerira de los interesados un Plan de Acci6n Aficmativa, segue definido en dicha Ordenanza, y segun sea requerido en las Instructions a los Licitadores. Aquellos cont rat istas/pequefios negociantes de minori3s o de zonas objetivas que esten interesados en presentar sus propuestas pueden com micarse con el Contractors Training and Developnent, Inc., 5800 N.W. 7 Avenue, Suite 212, telefono (305)754--4903, st requieren asistencia para preparar sus licitaciones. Las propuestas incluyen el tiempo de ejecucinn, y las especificaciones contienen provisos pars la liquidation de dafios incurridos por dejar de campletar el proyecto a tiempo. La Comision de la Ciudad se reserva el derecho a descartar cualquier informalidad en cualquier licitacion, y el Administrador de la Ciudad puede rechazar cualquiera o todas las propuestas, y reanunciar (B-2901, Req. 3651). Cesar H. Odio Administrador Municipal 11 N ` A .. '$ REOUISITION FOR ADVERTISEMENT This number must appear In the advertisement. ,• ! DEPT/DIV. ACCOUNT CODE r -# DATE PHONE APPROVED BY: PREPARED BY DIRECTOR OF ISSUING DEPARTMENT .i Publish the attached advertisement times. (number of times) Type of advertisement: legal classified display i i (Check One) i Size: Starting date i First four words of advertisement: i Remarks: x 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 OBJECr PROJECT 11 13 1 j17 18 125.34 39 42 45 50 51 56 57 62 63 65 66 0 1 2 4 1 V P 1 1 12101212 8 7 1 2 3 4 7 8 V P 121314 15 DESCRIPTION 36 64 DISCOUNT 69 72 AMOUNT 5 2 0 0 2 0 1 Approved for Payment t: White — Purchasing Yellow - Finance Pink — Department J. r r CITY OF MIAMI, FLORIDA INTEROFFICE MEMORANDUM 2 7 To. Honorable Mayor and Members GATE: NOV 51986 I/lE: B-2901 of the City Commission "Cesar H. Odi o City Manager SUBJECT: Resolution Awarding Contract FORT DALLAS PARK PLAZA - PHASE II RErERENCE6: ENCLOSURES: RECOMMENDATION It is respectfully requested that the City Commission adopt the attached resolution accepting the low bid of Ocean Bay Construction, Inc., for FORT DALLAS PARK PLAZA - PHASE II, received October 28, 1986 in the amount of $326,801.00, Alternate Base Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $326,801.00 % of Cost Estimate: 97% Cost Estimate/Budgeted Amount: $175,000.00 Base Bid $335,500.00 Alternate Base Bid Source of Funds: C.I. Ord. 9939, as amd., Sec.3.Parks b Park ac t es. 'Fort Dallas Park Development" Account Minority Representation: 337 invitations mailed 20 contractors picked up plans b specs (5 Hispanic, 2 Black, 1 Female) 3 contractors submitted bids (1 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: Bid notice published as required. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids receive ctober 28, and determined that the lowest responsible and responsive bid, in the amount of $326,801.00, for Alternate Base Bid, is from Ocean Bay Construction, Inc., a non -minority controlled corporation. The Alternate Base Bid includes the fountain, and additional items not contemplated in the Base Bid. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and r/p_�\oduction costs. Resolution attached Recommended by: (4r44 e ac et , rector Mi nori ty b Women Business Affairs Procurement w r _ FORT DALLAS PARK PLAZA - PHASE It JOB NO. B-2901 CONTRACTOR'S FACT SHEET 1. OCEAN BAY CONSTRUCTION, INC. 44 Ocean Bay Club Drive Fort Lauderdale, Florida 33308 Leis (305) 785-0491 E 2. Principals: Ronald Penta, President Nancy Penta, Secretary/Treasurer 3. Contractor is properly licensed and insured. 4. Subcontractors not required at this time. 5. Experience: Corporation established in 1986 6. A non -minority contractor. 7. Project and Scope: Fort Dallas Park Plaza - Phase II Located at SE 4th Avenue and 1st Street Installation of paved walkway topped with keystone, benches, lighting and landscaping; architectural fountain, additional seating and drainage; and pau lope hardwood handrails. Sixty (60) working days allowed for completion of work 8. Funds allocated: Contract: $ 326,801.00 Project Expense 45,752.00 Postage 100.00 Advertisement 800.00 Blueprint 800.00 Testing 2,000.00 Sub -Total $ 376,253.00 Indirect Cost 1,882.00 , TOTAL $ 378,135.00 '1 Prepared by: E.M. Pelaez 28 Oct 86 I rA 0, ALLARITIES LEGEND A —a power of-ttermy —a Af 114a to coital a solve of WAD* errr RR, ,-, It IC — orstslteey D —mvp8m v"""d w Aw-owly sip" or ft aww"t smal E— F— a — uppew as @ad H — wreates 064 J— TABULATION OF BIDS FOR ,45 10,4RA 101-AZA -RIMSA .00 r-JcApwffi 2 THE DEPARTMENT OF PUBLIC WOSKS HAS DETEP44INED OW, k-� -Z.9- 34C .�- - - 6m E �1!! 1 ", :