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