Loading...
HomeMy WebLinkAboutR-02-0949J-02-732 9/10/02 RESOLUTION NO. 42- 949 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF HARD J CONSTRUCTION CORP., IN THE AMOUNT OF $195,340, FOR THE PROJECT ENTITLED "FIRE STATIONS 4, 9, 10 AND 11/SITE IMPROVEMENTS PROJECT (SECOND BIDDING) B-6416"; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENTS PROJECT NO. 313302, IN THE AMOUNT OF $195,340 TO COVER THE CONTRACT COSTS AND $88,598.60 FOR EXPENSES INCURRED BY THE CITY, FOR TOTAL COSTS OF $283,938.60; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The bid of Hard J Construction Corp., in the proposed amount of $195,340, for the project entitled "Fire Stations 4, 9, 10 and 11/Site Improvements Project (Second Bidding) B-6416," for the total bid of the proposal including all the additive alternate items, based on lump sum and unit prices, is accepted at the price stated herein, with funds allocated from Capital Improvements Project No. 313302 in the amount of $195,340 to cover the contract costs and $88,598.60 for expenses incurred by the City, for total costs CITY COMMISSION MEET= OF S E p 1 1 2002 Resolution No. 42- 949 of $283,938.60. Section 2. The City Manager is authorizedll to execute an agreement, in a form acceptable to the City Attorney, with Hard J Construction Corp. for the project. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.21 PASSED AND ADOPTED this 11th ATTEST: Rzl� - dmle , -�ia' (�- ;%�� — PRISCILLA A. HOMPSON, CITY CLERK AP NDRO VILARELLO ATTORNEY W6487:tr:BSS CORRECTNESS day of September 2002. • /1ARbEL A DIAZ, MAY The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provision. If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 2 02- 949 CITY OF MIAMI, FLORIDA CA=3 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission DATE: kuV 12;_JV! FILE: SUBJECT: RESOLUTION Awarding Contract for Fire Stations 4, 9, 10 & 11 / Site REFERENCES: Improvement Project (Second Bidding) B6416 ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Hard J Construction Corp., a non -Local, Black -minority controlled corporation located at 99 NW 183 Street, Miami, Florida 33169, whose principal is Jumbo A. Macdonald, President, for the project entitled "Fire Stations 4, 9, 10 & 11 / Site Improvements Project (Second Bidding), B6416", received June 11, 2002, in the amount of $195,340, Total Bid, including all the Additive Alternate Items, authorizing the City Manager to enter into a contract on behalf of the City. Work History: NW 41 Street Improvements, 2001 JUSTIFICATION The project consists of parking lot resurfacing and storm sewer construction at four fire stations. New pavement, curb, gutter, sidewalk, sodding, pavement markings and signage. A new drainage system will consist of swales and a combination of exfiltration drains and storm drainage structures. Amount of Total Bid: $195,340 % of Cost Estimate: 78.14 Construction Cost Estimate: $250,000 Construction Time: 120 Calendar days Source of Funds: CIP No. 313302, as appropriated by the Annual Appropriations and Capital Improvement Ordinances, as amended. Minority Representation: 38 invitations mailed 7 Contractors picked up plans & specs 2 Hispanic, 4 Black, 1 Female 4 Contractors submitted bids 2 Hispanic, 1 Black, 1 Female Public Hearings/Notices: No Discussion: The Department of Public works has evaluated the bids received on June 11, 2002, and determined that the lowest responsible and responsive bid, in the amount of $195,340, is from Hard J Construction Corp. Funds are available to cover the contract costs and for such incidental items as postage, blueprinting, advertising, reproduction costs, etc. FISCAL IMPACT: NONE Budgeted Item 7i CAG/FKR/ /MV/mm Fire Stations Site Improv - B6416 02- 949 Budgetary Impact Analysis 1. Department Z.-, Division 2. Agenda Item # (if available) 3. Title of description of legislation or attach y 4. Is this item related to revenue? NO: t-,�YES (Ifyes, skip to item #7.) S. Are there sufficient funds in Line Item? YES: Index Code Minor Obj. Code Amount NO: v-77-omplete the following questions: 6. Source of fiords: Amount biWgeted in the Line Item S Balance in Line Item S Amount needed in the Line Item S t.a..afe-.r ul f'rnrn the- fnllmmAno line ite-mc- ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Inde:/Minor Object/Project No. From 31e301 `1;6C 3 i i -.-J- -0- 0 Emm 3i 201 ? a 313302 $ 3 E �L /off 3193e1 ?Q2 3k - 3C= -.-i - ub ,cW'CrLs 1 $•3 G73.`W To $ 71 7. Any additional comments? F�Ceeuri5 � F 2tn ,n QCT -tw [n �nee� n` 1•eeS D.1-s,e(� i7csG,n.l l��sh Tn �reci Cneu�,n6eicc� 23430 1 - 2 70 J bQ 9500 8. — C.I.P OVAL: a e l a . Date FO TMENT OF MANAGEMENT AND BUDGET USE ONLY Verified by: Verified by: I Transfer done by: Department of Management and Budget Budget Analyst DirectorWesignee Budget Analyst 02- 949 FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 6 1 25 1 2002 JOB NUMBER: B-6416 PROJECT NAME: FIRE STATIONS 4,9,10 AND 11 - SITE IMPROVEMENTS PROJECT SECOND BIDDING ) CIP NUMBER: 313302.289301.6.860 LOCATION: #4-1105 SW 2 AVE.,#9-69 NE 62 ST.,#10-4101 NW 7 ST.,#11-5920 W FLAGLER ST. OTHER TYPE: PROJECT MANAGER I EXT. No.: MANNY VEGA 1 1213 FEDERAL (C.D.B.G.): ASSOCIATED DEPARTMENT: FIRE DEPARTMENT S.N.P.B. Q COMMISSIONER DISTRICT: 2,4 BID REQUEST: FORMAL INFORMAL Q ASSESSABLE: Q EMERGENCY: Q RESOLUTION No.: DESCRIPTION: The Project consists of parking lot resurface, and stone sewer construction at the four Fire Stations. New pavement, curb, gutter, sidewalk, sodding, pavement markings, and si na e.A new drainage system will consist of swaies and a combination of exfiltration drains and storm drainage structures. PP WXXZ ARY, coNnwE oN THE wxx) SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST I% OF CONST. COST) ADVERTISING $ 1,218.00 (E) OUTSIDE DESIGN $ 69•800•00 TESTINGS / SURVEY / PLAT $ (E) $ (E) P.W. DESIGN & BID DOCUMENTS $ 3,906.80 2.00 % CONSTRUCTION $ 195,340.00 (BID) CONSTRUCTION ADMINISTRATION $ 13,673.80 7.00 % OTHER: $ (E) $ (E) 9.00 % (E) - ESTIMATE TOTAL $ 283,938.60 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 250,000.00 CONTRACTOR'S INFORMATION: CLASS: O = Q NON - MINORITY TYPE OF WORK: Civil Work MINORITY �H YEARS OF ESTABLISHMENT: 13 Years LICENSE CGC-M817/ Cu -005717/ E865 NAME: HARD J. CONSTRUCTION, CORP TELEPHONE: 305-6522098 ADDRESS: 99 NW 183rd STREET SUITE 108 CITY, STATE, ZIP: MIAMI FLORIDA 33169 CLASS: J = JOINT P = PRIME S = SUB MINORITY: B = BLACK H = HISPANIC F = FEMALE CONTACT PERSON: Jumbo Mac. Donald SUBCONTRACTORS: NAMES: COPIES: ASSISTANT DiREGTOH5, GUST ANALY515, mLC, A*w_&,w j C Lmr 1, a.1r 02-- 949 A. FORMAL BID FIRE STATIONS NOS.: 4,9,10 AND 11- SITE IMPROVEMENTS PROJECT(, ECOND BIDDING) Project Number: D-6416 CIP Number: 313302.289301.6.860 Project Manager: MANNY VEGA Date: ' 6 / 11 / 2002 ' Person who received the bids: MANNY VEGA Received at: CITY CLERK'S OFFICE, MIAMI CITY HALL Construction Estimate = $ 250,000.00 Time: 10:00 a.m. BIDDER HARD J. CONSTRUCTION, CORP MCO ENVIROMENTAL, INC. METRO EXPRESS, INC EDFM CORP. ADDRESS 99 NW 183rd STREE 1' SUITE log 7275 nw 64th 91'REE1' 3594 SW 143 rd C -r 1022 NW 54TH STREET MIAMI FLORIDA 33179 MIAMI FLORIDA 37155 MIAMI FLORIDA 33175 MIAMI FLORIDA 331V BID BOND AMOUNT 5% 5% 5% 5% IRREGULARITIES C C MINORITY OWNED YES YES YES YES ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT UNIT UNIT PRICE TOTAL PRICE TOTAL PRICE TOTAL FIRE STATIONS NOS. 4,9,10 AND 11 TOTAL BASE BID: S 174,402.00 S 199,717.00 S 186,850.00 S 267,138.00 1 BASE BID FOR FIRE STATION NO.4 $ 38,172.00 $ 35,152.50 $ 43,620.00 $ 65,833.00 2 BASE BID FOR FIRE STATION NO.9 $31,056.00 S41,483.00 $38,115.00 $ 37,901.00 3 BASE BID FOR FIRE STATION NO. 10 $ 99,774.00 S 116,391.50 $ 94,215.90 $ 148,235.00 4 BASE BID FOR FIRE STATION NO. 11 $ 5,400.00 $6,690.00 $10,900.00 $ 15,169.00 5 ADDITIVE ALTERNATE ITEM NO. l FOR FIRE STA. 4 $ 5,050.00 $ 7,575.00 $ 6,060.00 $ 4,924.00 6 ADDITIVE ALTERNATE ITEM NO. I FOR FIRE STA. 9 $ 7,920.00 $9,900.00 $7s920.00 $6,415.00 7 ADDITIVE ALTERNATE ITEM NO.1 FOR FIRE STA. 10 $ 7,968.00 $9,960.00 $ 7,968.00 $ 6,474.00 TOTAL BASE BID PLUS ADDITIVE ITEMS $1 1 96,340.00 :227,162.00 = 208,788.00 :284,861.00 if • IRREGULARITIES LEGEND A -- No Power - of- Attorney IT HAS BEE DETERMINED BY THE DEPARTMENT LC WORKS THAT T B -- No Affidavit as to Capital & Surplus of Bonding Company LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM HARD J. CONSTRUCTION, CORP. C -- Corrected Extensions FOR THE TOTAL AMOUNT OF S 195,340.00 D -- Proposal Unsigned or Improperly Signed or no Corporate Seal E -• Incomplete Extensions F -- Non - responsive bid If the above contractor is not the lowest bidder explain: Li -- Improper Bid bond k 11 -- No Certificate of Competency Number I No Q • �� • �w -- First Source Hiring Compliance Statement J -- No Minority Compliance Statement ✓/ 8/C�. K -• No Duplicate Bid Proposal 1, -- No City Occupational License SIIL•EI I OF I