Loading...
2002-24987 Reso RESOLUTION NO. 2002-24987 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING THE AWARD OF CONTRACT BY THE CITY MANAGER TO GRACE & NAEEM UDDIN, INC. FOR THE REPLACEMENT OF 20" WATER MAlN HANGERS AT MACARTHUR CAUSEWAY EAST BRIDGE WHEREAS, the Mayor and City Commission at its July 31, 2002 meeting, adopted a resolution which authorized the City Manager the authority to select, negotiate, award and/or renew contracts as needed, subject to ratification by the City Commission; and WHEREAS, Invitation to Bid No. 40-01/02 was issued on June 26, 2002, with an opening date of July 19, 2002, resulting in 23 vendors requesting bid packages, and the receipt of 7 bids; and WHEREAS, the lowest and best bid was received from Grace and Naeem Uddin, Inc.; and WHEREAS, on August 28, 2002, all bidders were advised of their rights pursuant to the City's Bid Protest Ordinance; and WHEREAS, on August 30, 2002 Giannetti Contracting of Florida, Inc. submitted a Bid Protest, which after thorough review and research was addressed and resolved pursuant to the City's Bid Protest Ordinance; and WHEREAS, on September 5, 2002 the City Manager awarded a contract to Grace and Naeem Uddin, Inc. in the amount of $385,000; and WHEREAS, the Administration recommends that the City Commission ratify the award of contract to Grace & Naeem Uddin, Inc. for the Replacement of 20" Water Main Hangers at MacArthur Causeway East Bridge. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission ratify the award of contract by the City Manager to Grace & Naeem Uddin, Inc. for the Replacement of 20" Water Main Hangers at MacArthur Causeway East Bridge. PASSED AND ADOPTED THIS 25th September, 2002 ]il;:r PAA~ CITY CLERK T:\AGENDA \2002\SEP2502\CONSENT\HangersMacArthurCswyReso.doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~,~ City Aft 9/ Jt>Jo L.- Date Jwl-2~-02 11:40A , . . P.OI \ REGOSA ENGINEERING, INC 46 NW 36m STREET MIAMI. Fl JJ 127 Ph.m.: :lOS-~76-74~ Fax .lO~-S76.70% FAX TRANSMISSION COVER SHEET Dute: T,,: July 29.2002 Mrs. Marta Fernandez Cily of Miami Beach Procurement Division (305) 613-1851 MCARTHUR CAUSEWAY -. CONTRACT FOR ALTERNATIVE # 1. Dr Conrado A. Rocha C. Fax: Subject: Sender: rOl/ SHOULD RECEIVE 2 PAGE(S), INCLUDING THIS COVER .~HEET IF YOU DO NOT RECEIVE ALL THE PAGES. PLEASE CONTACT US A.~A.~ Dear Mrs. Fernandez: Please find enclosed our answer letter to your correspondence dated July 23, 2002. Should you have any questions. please do not hesitate to call me at your earliest convenience Dr. 0 ra A. Rocha c.. Project Manager Regosa Engineering, Inc. ~u,1-29.02 11: 40A ~ P.02 \I REGOSA ENGINEERING, INC -16 NW 36TH STREET MIAMI. R.. 33127 .'h,m.: JOS-57(,. 7450 I':lX lOS-~7~70% July 29, 2002 Mrs. Marta Fernandez City of Miami Beach Procurement Division Reference: Macanhur Causeway Dear Mrs. Fernandel: We have received your correspondence dated July 23, 2002 in which you ofTer Regosa to perform the scope of work related to the Alternative # 1. First of all, I would like to thank you for your interest in our services. As you could expect. all the major expenses such as those due to \-1obilization, Bond, Insurance, Equipment, etc., are normally included in the lump sum for the base bid, since alternatives are complementary work that usually could be performed using the infrastructure set up for the scope of work included in the base bid. If anything not contemplated in the base bid is required to perform any alternative, then the related expenses are included the lump sum for that alternative. Consequently, if Alternative # I would have been considered as an independent project. the cost of performing the related scope of work would have been considerable higher. It is, therefore, our decision, not to accept your offer of performing the work for Alternative # I along for the amount of $90,000.00. However, being the lowest bidder for the overall project, we will be interested in performing the complete work (Base Bid + Alternative # I) for the amount indicated in our bid. which is lower than the available budget for the complete project. Should you have any additional questions, please do not hesitate to contact me at your earliest convenience. ( Dr. Conrado A Rocha c., Project Manager Regosa Engineering. Inc. J. E. D. CONSTRUCfION, CO., INC. anel/or J.J. CONSTRUCfION, co. P.o. BOX 330487 COCONUT GROVE MIAMI, FL 33133-0487 Tdephone (3OS) 858-1770 ,.. Fu(305) 856-0549 4531 SOUTH WEST 7111 AVE. MIAMI, FL. 33155 TdephoDe (305) 662-2214 ,.. Fo. (305) 661-2236 . . . . . . . To:. MAR'" FERNANDEZ . Fax: . ~305) 673.7851 . . . CITY OF MIAMI BEACH PROCUREMENT DIVISION TELL: ( 305 ) 673-7496 MIAMI BEACH FLORIDA From: JAMES H. JOHNSON,JR. 0*: AUGUST 5, 1002 Re: 10" FORCED WATER p~: ( 4) INCLUDING COVER PAGE MAINE HANGER PROJECT MACARTHUR CAUSEWAY UTILITY CONFUCT AnN: MARTA FERMANDEZ CITY OF MIAMI BEACH BUYER [J lA'gent X Far AMew X PIeIse Comment X P'-e A.pIy ell'-- Aeqde MARTA FERMANDEZ: AS PER OUR PHONE CONVERSATION OF AUGUST 2, 1002 I AM HERE WITH FAXING YOU A RESPONSE TO YOUR FAX OF JULY 31, 1002. I FEEL THE JOB LENDS ITS SELF BEST TO ONE SINGLE CONTRACTOR WHO IS FAMILIAR WITH THE RULES AS TO WORKING ON AN ELEVATED BRIDGE SPAN OVER NAVIGABLE WATER WAYS. J. E. D. CONSTRUCTION, INC. JAMES HAYDEN JOHNSON. JR. ~ . . . . . . . . . . . . . . . .. . . . . . . "9 1t9 39'l1d DO NOI1on~lSNOO r r 6pS9-9S8-S9€ 69:€9 ~99~/S9/89 f. J.E.D. CONSTRUCTION, CO., INC. and lor J. J. CONSTRUCfiON. co. P.o. BoIDM87 OlciDDut Grove MlIIIIIi. FL ~ TeIe. (305) ~1770 -Fax (305)~ 4532 Soutb West 71. Aw:aue Miad, FL 33155 Tele. (305) 662--2214 -Fax (J05) "1-2236 TO: CI1Y OF MIAMI BEACH PROCURFMENTDMSION MARTA FERNANDEZ BUYER 017 HAIL 1700 C0NVEN110N CENTER DRIVEMIAM1 BEACH FWRlDA 33139 JOB: MACARTHUR CAUSEWAY UTlllTY CONFliCT (BRIDGE NO 870077) 20.' FORCE WATER MAIN HANGERS REPLACE I ERECT AND IORlNSTAU SOME ESTIMA TE 215 NEW S.S.PIPE HANGERS; ALT#l PAINT APPROXIMATELY 2200 LINEAR FEET OF 20" CAST IRON PIPE 1NV1TA110N ro BID NO. 40-01/02 Attn. MARTA FERNANDEZ BUYER LOCA110N: MACARlllUR CAUSEWAY (BRIDGE NO 870077) CITY OF MIAMI BEACH, FWRIDA DATE: A UGusr 2, 2002 MARTA. FERNANDEZ: SUBlECl'.' BASE BID: FABRlCA11ON, REPlACE,lNS1'ALLA11ON AND/OR ERECl10NOF!DME ES17MATED 215 S!'AlNI..ESS STEEL HANGER ASSFMBLIES; AU STAINLESS Sl'EELDEMS 10 BE #304; AIL ITEMS TO SUPPORT EXISI'lNG 20" DIAM. FORCE WATER MAIN PIPE liNE. ALTERNATE # 1 PAINJ1NG OF APPROXIMATELY 2200 UNEAR FEh.1'OF 20" INCH CAS!' IRON WATER MAINE: AU. BID rrEMS HANGING ON THE EASl'MACARTHUR BRIDGE CRO!NNG INTER-COASrAL WATER WAY WIDCR ISaJNSlDERWAN ELEVATED BRIDGE SPAN. INCLUDED IN PRICE IS ALLM.O.T (mointenance-oj-traJJic) FOR BRIDGE TRAFFlCAS WEUAS WATER 1RAFFIC: AS PER 11lE FLORIDA DEPAR1MENTOFTRANSPORTA110N. SUBJECr SC:OPE: J.E.D. CONSTRUCl10N, CO., lNe. J1"OPOSf!S to supply aJ/ material, equipment. tools. labor and any 1Ulcessory plant require to facilitate the completion in " lKRiman like manner all necessary items of any kind nuilringfor" complete job as per the project captioned above and based on the IICOpe and activities of work outlined in IYspective scopes in accorrlont% with pions and specijiCQ/ions dated MaylO. 2002 ntJed .. Hanger Details>>. Macorthur CQIISeMIa)' East Bridge IYp/acement ofeximng water main hangers at south of bridge. Painting of the 20>> cost iron water main. as per scope and pointing spects. 1 P0/Z0 39l;1d 08 NOI18~lSN08 r r 6P90-99S-90E 60:E0 Z00Z/90/S0 ClITOFJDAM/ BEACH.l'WRIDA.I20" FORCEWAmtMAlN lIANGDSlMAR1'A.FERN.4NDEZBU1ER1 Al.JG(JSI' 2.2Oll21 PAGE 2 Note: THE JOB IS ESTIMATED TO TAJIE SOME (ItJ) EIGHTY WORKING DAIS OPERA PERIOD OF (16) SIXTEEN TO (11) EIGHTEEN WEEKS FROM START OF FABlUCAnoN UNTIL THE END OF THE REPLACEMENT /ERECTlON / JNSTALL4T10NAND PA.INTING. J.E.D. CONSTRUCTION CO..INC.. THROUGH: JAMFN IlAYDEN JOBNSONJR. PREWDENT : MAINTAIN mE PROPERUCENSES REQUIRED TO PERFORM THEABOVE PROJECT: (1) STA17i' OF FLORIDA CERTIFIED GENERAL CONTRACTOR. NUMBER: CG-COfJ6IJJ4. (2) MIAMI-DADE COUNTY ENGINEERING CONTRACTOR. STRUCTlJRAL ENG1NEERlNG CCNO. :&68 (3) MIAMI-DADE COUNTYCONTRA.C1VR TRADE: MECHANICAL - TRAN. ASSEM. JNSTA. CC NO.: ()(J(J013977 M4RTA FERNANDEZ: SUBJECT SAFETY AND GOVERNMENl' REGULATIONS MAINTENANCE OF TRAFFIC (M.O.T.) AS PER F.D.O.T. STANDARD SPECIFICATIONS FVR ROAD AND BRIDGE CONSTRUCTION SECTION 102; AND SECTION 7-8 (StrIIdIIra over N4Vipb1e WtIters) WILL BE NEEDED FOR THE ESTlMATED (BIJ) EIGHTY DAY WORKING PERIOD. AS PER YOUR FAXED TRANSMlSSIONOF JULY 31, 2OO2AND OUR PHONE CONVERSA'nON ON FRIDAY AUGUST 2,2002 CONCERN1NG THE REPLA.CEMENT OF 20" WATER MAIN HANGERS AND THE PAlN71JVG OI-'SAlD C4ST IRON WATER MAIN AT THE MACARTHUR CAl1SEWAY EAST BRIDGE. BECAUSE THE SAID PROJECT IS REPAIR WORK roAN EXISTING ELEVATED BRIDGE STRUClVRE SP..4NNlNG THE NAnGATlONAL lNl'ER-COASTAL WA1ERWAY SYSTEM; THERE AREMANYO.S.H.A., STAD; AND FEDERAL REGULATIONS AS ro s.4nTY AND PROCEDURES ONE MUST FOlLOW TO Pf1OTECl' THE ENJIlRONMENT (WlLfT FALLS INTO THE WATER. ETC.) PEDPSFRlAN FOOT AND JIElIICLE TRAFFIC ON TBEBRlDGE, AS WELL AS BOAT TRAFFIC UNDER THE BRIDGE. I FEEL THAT BECAUSE OF THE COMPLEXlTYOFTHE JOB IN RELATION TO THE 2 P'3/E'3 391;;1d 08 NOI18n~lSN08 r r 6t>9'3-998-913E 613:E13 G13'3G/913/80 .' crrYOFMIAMIBEACH. l'LORlDA.IJO" FORCE W.A.1ERMAJN HANGERSI MARTA FERNANDEZ BUYER I AUGUST 2.20fJ21PAGE 3 RIGGING OFS.4FETY NETS AND THE LINING OF &uD NETS WITH CLOSEMESll DEBRlS UNERS TO CONTAIN ALL OF THE LAlTANCE FROM THE DlULLlNG, CLEANING, PAINT SCALlNG AND PA1NTlNG PROCESS FROM FAUJNG lNJ'O THE lNTER-CXJASTAL WA1ERWAY; THE HANGING OFSAFETYCURTAlNSBELOW THE WORKING ARE4 TO PROTECl' AND DETER BOAT TI<<FFIC FROM NAVIGATING UNDER THE WORKARE4. THE NEED FORA SAFETY BOA1"IN THE WA1'ERAT ALL TlMES OVER THE PERIOD OF THE ENT1RE JOB TIME FRAME AND THE POSSIBLE PERMITS THE CONTRACTOR MIGHT l:l4v.E TO PULL FOR THE WORK. AU OF THEABOv.E REASONS PLUS MANY IllA.v.E NUT MENTlONED LENDS THE JOB ITS SELF BEST TO ON1~YONE CONTRACTOR TO DO THE EN71REPROJECT INANONGOING MANNER AND PULL ALL OF THE PERMITS FOR THE REPAIR JOB AS WELL AS PERMITS FOR THE PA1Nl'lNG AND SCALING OF FLAKING PAINT. For negotiations offmal price & insurance requirements contJld James Hayden Johnson, Jr., at (305) 858-2770 or mobile numbers (305) 794-3007 3 P9/P9 39~d 08 NOIl8n~lSN08 r r 6P913-99S-99E 613:E9 1991/913/S13 ~- , ~ (954) 786-1622 FAX (954) 786-1677 CU-C056976 July 31, 2002 City of Miami Beach Procurement Division 1700 Convention center Dr. Miami, FL 33139 A TTN: Marta Fernandez RE: Replacement of water main hangers at Macarthur Causeway east bridge bid no. 40-01/02 Dear Marta: In response to your fax of 7-30-02 asking for Giannettis consideration for award of the alternate bid for painting of the 20" pipe our position regarding this is as follows. Giannetti would not enter into a contract with the city to perform just this portion of the work solely by itself. Our proposal of $ 518,000.00 to the city is for performing both tasks simataneuously & performing the alternate as an addition to the performance of the base bid per the attached bid proposal form. Reasoning for this is as follows. The separation of these two tasks would create scheduling difficulties and hinder the performance of the project in its entirely. Logically the two tasks are interrelated and best performed by one contract for purposes of overall project coordination & long term issues of warranty responsibility or maintenance. These are just a few of the problems that would arise and would be of our concern in completing the project in this manner. We believe it would be of best interest to all parties involved especially the city in this manner to award the contract as a whole to one firm. S8:; lid S 9fH1 IJ,jlitl'i ~ .. " In short its been our experience that separating a contract between two contractors to perform interrelated task can create pandemonium to the job site. Should the city wish to consider Giannetti as the contractor to perform both the base bid and alternate on this project we would have no problems entering into a contract with the city and performing these tasks timely and efficiently in everyone's best interest. Thank you and please feel free to contact me should you have any questions or concerns. cc: Gus Lopez Procurement Director Vincent Vaccarella, Elder Kurzman & Vaccarella File CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY m ~ Condensed Title: A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida, Ratifying the Award of Contract by the City Manager to Grace & Naeem Uddin, Inc. for the replacement of 20" Water Main Hanaers at MacArthur Causewav East Bridae. Issue: Whether to ratify the Contract Award to Grace & Naeem Uddin, Inc. Item Summary/Recommendation: The work specified in this bid consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services necessary for the Replacement of 20" Water Main Hangers at MacArthur Causeway East Bridge, located on the South Side of the Bridge. The Work shall include the replacement of existing hangers supporting the existing 20" cast iron water main at the South side of the East MacArthur Causeway bridge. RATIFY THE AWARD. / Advisory Board Recommendation: IN/A Financial Information: Source of Amount Account Ap,roved Funds: 1 $385,000 Water & Sewer Acet. # 425.2386.062357 ~. 2 3 4 Total City Clerk's OffIce Legislative Tracking: I Fred Beckmann SI n.()ffs: Department Director Assistant City Manager City Manager AGENQA ITEM DATE e7L 9-;5-:02.. CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.ci.miami-beach.f1.us COMMISSION MEMORANDUM From: Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez /,_...~ City Manager u"'- U A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING THE AWARD OF CONTRACT BY THE CITY MANAGER TO GRACE & NAEEM UDDIN, INC. FOR THE REPLACEMENT OF 20" WATER MAIN HANGERS AT MACARTHUR CAUSEWAY EAST BRIDGE Date: September 25, 2002 To: Subject: ADMINISTRATION RECOMMENDATION: Adopt the Resolution. FUNDING: Funding in the amount of $385,000 is available from Water and Sewer Account No. 425.2386.062357 (previously appropriated, Resolution No. 2002-24797). ANALYSIS: The Mayor and City Commission at its July 31,2002 meeting, adopted a resolution which authorized the City Manager the authority to select, negotiate, award and/or renew contracts as needed, subject to ratification by the City Commission. This contract award was included in the list of anticipated contract awards during the August recess, and is the only contract awarded by the City Manager in August. Invitation to Bid No. 40-01/02 was issued on June 26,2002, with an opening date of July 19,2002. A non-mandatory pre-bid conference was held on July 8,2002. Demandstar by Onvia issued bid notices to 1,294 prospective bidders, resulting in 23 vendors requesting bid packages, and the receipt of 7 bids. The work specified in this Bid (Base) consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services necessary for the Replacement of 20" Water Main Hangers at MacArthur Causeway East Bridge, located on the South Side of the Bridge. The Work shall include the replacement of existing hangers supporting the existing 20" cast iron water main at the South side of the East MacArthur Causeway Bridge. The work consists of all labor, equipment and material necessary for installation of new stainless steel alloy hangers and removal of existing hangers. This Bid was issued with an Add Alternate # 1, to provide all scaffolding, equipment and maintenance of traffic, necessary for painting approximately 2200 linear feet of the 20-inch cast iron water main hanging on the East MacArthur Bridge. Bid 40-01/02 September 25, 2002 Page 2 of 3 Contractor will procure Performance and Payment Bonds, each in the amount of 100% of the contract price. Contractor will be substantially completed with the Base Bid within one hundred (100) calendar days from the issuance date of the Notice to Proceed, with final completion fifteen (15) days later. The lowest and best bid for the Base Bid was received from Grace and Naeem Uddin, Inc. This contractor has been in business for 12 years as a General Contractor. The Procurement Division contacted references and obtained a Dun & Bradstreet Business Information Report on the Contractor. Favorable references were received from the following agencies: . U.S. General Services Administration . School Board of Broward County . Florida Department of Transportation . Tri-Rail Commuter Rail Authority The City reserved the right to make two (2) separate contract awards, if it is in the best interest of the City. The City may award a contract (1) to the overall lowest (Grand Total) and best bidder for the entire contract, or the City may award two (2) separate contracts, one (1) to the lowest and best bidder for the Base Bid only and one (1) to the lowest and best bidder for the Alternate #1, provided funds are available. The three lowest bidders for the Add Alternate #1 (Painting) were asked if they would enter into a contract with the City for that part of the work only. By letter, all three companies stated that they would not be agreeable to provide the necessary painting only (see letters attached). Based on the analysis of the bids received, it is recommended that the City award this Project to the lowest and best bidder for the Base Bid only, to Grace and Naeem Uddin, Inc. BID TABULATION Company Name Base Bid Alternate #1 Grand Total $ Grace & Naeem Uddin, Inc. 385,000 200,000 585,000 Giannetti Contracting of Florida, Inc. 418,000 100,000 518,000 J.E.D. Construction Co. Inc. 485,000 110,000 595,000 Intercounty Engineering, Inc. 489,000 690,000 1,179,000 Regosa Engineering, Inc. 490,000 90,000 580,000 Danella Companies, Inc. 505,695 729,606 1,235,301 Ocean Bay Construction 564,081 0 564,081 Bid 40-01/02 September 25, 2002 Page 3 of 3 On August 28, 2002, all bidders were advised of their rights pursuant to the City's Bid Protest Ordinance. On August 30,2002 Giannetti Contracting of Florida, Inc. submitted a Bid Protest which after thorough review and research was addressed and resolved pursuant to the City's Bid Protest Ordinance. CONCLUSION: The Administration recommends that the City Commission ratify the award of contract to Grace & Naeem Uddin, Inc. for the Replacement of 20" Water Main Hangers at MacArthur Causeway East Bridge. The decision not to recommend the award of add alternate no. 1, is based on anticipated cost savings to the City by pursuing this item in a different manner and separate contract with Florida Department of Transportation (FDOT) completing the work specified under the add alternate, as a part of other work FDOT is doing with the McArthur Causeway Bridge. F:\CMGR\AGENDA \2002\SEP2502\CONSENT\HangersMacArthurCswyMemo.doc