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 ", :