Loading...
HomeMy WebLinkAboutR-01-1225J-01-955 11/2/01 RESOLUTION No. 2 r,2 5 A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR-FIFTHS (4/5 THS AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES, AND AWARDING A CONTRACT TO BENNETT ELECTRIC SERVICE COMPANY, INC. FOR THE PROJECT ENTITLED "BRYAN PARK TENNIS COURTS LIGHTING PROJECT, B-6375", CAPITAL IMPROVEMENT PROJECT NO. 333109, IN THE AMOUNT OF $35,495.43; ALLOCATING FUNDS FROM THE COMMUNITY DEVELOPMENT BLOCK GRANT AND SAFE NEIGHBORHOOD PARKS BOND PROGRAMS, AS APPROPRIATED BY THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, AS AMENDED, IN THE AMOUNT OF $35,495.43 FOR THE CONTRACT COST AND $5,824.31 FOR THE EXPENSES, FOR AN ESTIMATED TOTAL COST OF $41,319.74; 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. By a four-fifths (4/5th,) affirmative vote of the members of the City Commission, the City Manager's finding of emergency, waiving the requirements for competitive sealed bidding procedures and awarding a contract to Bennett Electric Service Company, Inc. for the project entitled "Bryan Park Tennis Courts Lighting Project, B-6375", Capital Improvement Project No. 333109, in the amount of $35,495.43, for the total bid of the proposal, is ratified, approved and confirmed at the price stated herein. Section 2. The total estimated project costs of $41,319.74 are allocated from the Community Development Block Grant and Safe Neighborhood Parks Bond Programs, as appropriated by the Annual Appropriations and Capital Improvement Projects Ordinances, as amended. Total project costs consist of $35,495.43 for contract costs and $5,824.31 estimated expenses incurred by the City. Section 3. The City Manager is authorized!' to execute an agreement, in a form acceptable to the City Attorney, with Bennett Electric Service Company, Inc. for the project. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.' ii 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 provisions. zi 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 3 PASSED AND ADOPTED this 15th day of November r 2001. ATTEST: WALTER J. FOEMAN CITY CLERK JOE CAROLLO, MAYOR In accordance vilth Miami Code Sec. 2-S& nince ffi�,. Mayor M not inn lata np'? mmrl of 1. l this le(' islaflon by di— be comc, I kcVective Ga U. ij�j I regarding same, without thu Maycm L.CjSij Waltr-6e-man, City Clork APPR0,1XD TO FOR 44 VY N(or VII-T�RELLO ATTORNEY W5VV7:LB AND CORRECTNESS:tl Page 3 of 3 v')l 29 0 CITY OF MIAMI, FLORIDA • INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members DATE ; OCT 31 , FILE : of the City Commission SUBJECT: Resolution ratifying the City Manager's Emergency finding, waving formal bidding requirements and awarding FROM: REFERENCES: contract for Bryan Park Tennis Courts Lighting Project, B-6375 Carlos A. nez ENCLOSURES: Resolution City Manager RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution ratifying the City Manager's finding that a valid Emergency exists concerning the time constraints of the funding source, waving formal bidding procedures, and authorizing the City Manager to enter into a contract on behalf of the City with Bennett Electric Service Company, Inc., whose principal is John P. Higgins, president, a company located at 6900 NE 4th Court, Miami, Florida, for the project entitled, BRYAN PARK TENNIS COURTS LIGHTING PROJECT, B-6375, received on June 20th, 2001, in the amount of $35,495.43 total bid. BACKGROUND The project consists of the construction of a sports/security lighting system to illuminate the existing tennis courts and areas surrouding the courts. Funding. is allocated from Community Development Block Grant (CDBG) program and Safe Neighborhood Parks Bond (SNPB) program. Expenditure of the CDBG funds is restricted to September 30, 2001. If the project is not completed by this deadline, the City will risk losing the CDBG funding. On June 20th, 2001, the Department of Public Works received bids from four (4) qualified contractors. The Department of Public Works deemed Bennett Electric Service Company, Inc. to be the lowest responsible and responsive bidder, in the amount of $35,495.43, and has instructed said company to commence with the work to avoid any further delay. f 00 Y� FKR/JH.J/AB 1441", 01-1225 0 Budgetary Impact Analysis 1. Department Wa ay -s Division— 'RES d 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: JSR`rAtJ _'�A2K 7�NN 5 Coe�RTS UCF�Ti�G P12�J�G�� -���5 4. Ys this item related to revenue? NO: YES (If yes, skip,to item #7.) 5. Are there sufficient funds in Line Item? = ' YES: Index Code Minor Obi. Code Amount $ NO: _ Complete the following questions: 6. Source of funds: Amount budgeted in the Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the following line items: 7. Any additional comments? . �f m Qt- 35 �[ al rG m bered� uhl► d `�Dm Ci7BG Prur��S• ��-'�c�..��r`c'a'•��- � re.c�.�,:e.si.�2ve�n.�.�Q. lz� ►-e ee� `��s �•v►o�• Ap d by: pjr C�ueshons rer-,Arco+nrc— end usr+ ,r •r 7 �,err2up s. / D • -Aa 2 a Department VDe4aee D by: Depsrtment of Management and Budget Disecl Q! Date f TO Carlos A. Gimenez City Manager CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE : June 26, 2001 FILE: B-6375 SUBJECT: EMERGENCY FINDING - Request waiver of formal bidding / requirements for Bryan Park lighting FROM:;ohn ✓4 � REFERENCES: project H. Ja son Director ENCLOSURES:Department of PlIbliC Works This memorandum serves to request a waiver of formal bidding requirements for a new sports/ security lighting system at Bryan Park, C.I.P. No. 333109. The project consists of the construction of a sports/security lighting system to illuminate the existing tennis courts and areas surrounding the courts. There was $34,000 budgeted to cover the cost of the project, and the funds are allocated from the Safe Neighborhood Park Bond. During the design phase, the Public Works engineers determined that the $34,000 is insufficient, and calculated an additional $13,000 is needed to cover the project cost. There is $7.3,000 available from the Community Development Block Grant (CDBG) funds for the project. However, to avoid forfeiture of the CDBG funding, the project must be completed by September 30th, 2001. Therefore, due to the time constraints we must immediately proceed with the work. If this meets with your approval, please indicate by signing below. This item will be placed on the next available commission agenda for ratification. Approved Date Linda . Haskins, Director ManAbment and Budget Department Gwend4q C. Warren, Director Commun Development Department 01 Approved C enez, City Manager JHJ/AB Date GC��—( Date p� off. -122" 1 FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 6 1 20 / 2001 JOB NUMBER: B-6375 PROJECT NAME: BRYAN PARK TENNIS COURTS LIGHTING PROJECT CIP NUMBER: 333109 LOCATION: 2301 Southwest 13 Street, Miami, Florida OTHER TYPE: PROJECT MANAGER / EXT. No.: Andre Bryan / 1211 FEDERAL (C.D.B.G.): ASSOCIATED DEPARTMENT: Parks and Recreation S.N.P.B. ASSESSABLE: EMERGENCY: 0 COMMISSIONER DISTRICT: 4 SID REQUEST: FORMAL INFORMAL Q RESOLUTION No.: DESCRIPTION: The project consists of the fumishing of all labor, materials and equipment for a li titin s stem to illuminate two tennis courts and provide security lightIng to the surrounding areas. The li htin s stem shall consist of the following: 1. Four 50 -foot high square concrete poles with sport light fixtures and securi light fixtures. 2. Underground conduits and wiring from the new light fixtures to the existing electrical service panelboard. 3. Two time clocks and alighting contactor beside the existing electrical service panelboard. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING $ 500.00 (E) OUTSIDE DESIGN $ TESTINGS / SURVEY / PLAT $ (E) $ (E) P.W. DESIGN & BID DOCUMENTS $ 2,839.63 8 % CONSTRUCTION $ 35,495.43 (BID) CONSTRUCTION ADMINISTRATION $ 2,484.68 7 % OTHER: $ (E) $ (� 15 % (E) - ESTIMATE TOTAL $ 41,319.74 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 39,525.00 CONTRACTOR'S INFORMATION: CLASS: 0 zR:'w F7S NON - MINORITY TYPE OF WORK: Electrical MINORITY © 0 YEARS OF ESTABLISHMENT; _ 43 years LICENSE EC -0000625 NAME: _Bennett EIACtrIC Service Company, Inc. TELEPHONE: (30S) 759-1665 ADDRESS: 6900 NE 4 Court CITY, STATE, ZIP: Miami, Florida 33138 CLASS: J = JOINT P - PRIME S = SUB CONTACT PERSON: Jahn P. Higgins, President MINORITY: 4 B = BLACK H = HISPANIC F - FEMALE SUB -CONTRACTORS: NAMES: New Millenlum Fence Co. (#CC 19354 C.S.R. Rinker (#AP 0529 2000 Jimmy's Equipment #CUCO 46022 Harrison Crane (#09 2921 001) _ COPIES: ASSISTANT DIRECMR5, GOi3T ANALT010, rJLC, Aaaa.wuaiGv uari, v.•r •rwrvnaacn •-••-�• •�•�� Projcct Number: 13-6375 CIP Number: 333I09 INFORMAL BID BRYAN PARK TENNIS COURTS LIGHTING PROJECT Projcct Number: 13-6375 CIP Number: 333I09 Project Manager: Andre Bryan Date: 6 12D / 2001 I'crson who received the bids: Andre Bryan Received at: Director's Office, Department of Public Works Construction Lstilnatc: _ $ 39,525.00 "Citlle: 10:00 a.m. BIDDER BENNErr ELECTRIC, tiV('. GAAiCEUO TECH, INC. ELECTRICAL CONT. SVC. HANDSEL ELECTRIC CO. 6900 NE 4 COURT 601 SW 57 AVENUE, SI11TE F 2294 WEST 78 STREET 8215 NW 64 STREET, UNIT ] AI)1)ItL•SS MIA MI,FLORIDA 33138 MIAMI, FLORIDA 33144 HIALEAH, FLORIDA 33016 MIAMI, FLORIDA 33[66 131D BOND AMOUNT s% BID BOND BID fiONPVOUCHER 5% Slb BOND 5°k Q[A BOND iKKEGUI,AR1'i'1rS MINORITY OWNED NO YES No No UNIT UNIT UNIT UNIT 1'I'EM No. DESCRII''l'ION PRICE 'I'O'I'AL PRICE 'TOTAL PRICE "TOTAL PRICE TOTAL BASE BID: ITEMS 1 THRiJ 6 535,495.43 $39,715.43 $50,851.40 $68,230.00 1 FOR THE REMOVAL OF A SECTION OF THE CHAIN LINK FENCE, AND FOR A NEW DOUBLE SWING GATE. $1,794.88 $1,544.00 2 FOR ELECTRICAL EQUIPMENT INSIDE Ttft~ COMFORT STATION THAT INCLUDES NEW TIME CLOCKS AND A LIGHTING CONTACTOR. $2,572.86 $1,70890 $2,745.00 $2,028.00 3 FOR 4 NEW CONCRETE POLES, WITH SPORTS AND SECURITY LIGHT FIXTURES, SAFETY SWITCHES AND BALLAST. $18,952.38 $24,487.00 $30,506.04 $51,817.00 4 FOR NEW PULLBOXES AND UNDERGROUND CONDUITS AND WIRING, $6,975.31 $6,250.43 $10,200.00 $8,340.00 5 FOR THE RELOCATION OF AN EXISTING CONCRETE BENCH. $200.00 $130.00 $640.00 $200.00 6 PROVISION FOR SPECIAL ITEMS. $5,040.00 $5,004.00 $5,000.60 $5,000.00 C IRRiiGItl.Altll'IL•5 LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE A -- No Pawcr-of- Altomcy LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM BENNETT ELECTRIC SERVICE i 13 -- No Affidavit as to Capital & Surplus of Bonding Company COMPANY, INC. FOR THE TOTAL AMOUNT OF $35,495.43 C -• Coiracted Esicnsinns i� D -- E'roposa! Unsigned or Improperly Signed or no Corporate Seal 1's -- Sub-contraclor(s) not Identified If the above contractor is not the lowest bidder ex lain: F -- Non -responsive hid G -- improper Bid Bond II -- No Ccrliticatc of Competency Number 1 -- No First Source Hiring Compliance Statement J -- No Minority Compliance Statement Occupational License U SHEET 1 OF 1 Projcct Number: 13-6375 CIP Number: 333I09 Project Manager: Andre Bryan Date: 6 12D / 2001 I'crson who received the bids: Andre Bryan Received at: Director's Office, Department of Public Works Construction Lstilnatc: _ $ 39,525.00 "Citlle: 10:00 a.m. BIDDER BENNErr ELECTRIC, tiV('. GAAiCEUO TECH, INC. ELECTRICAL CONT. SVC. HANDSEL ELECTRIC CO. 6900 NE 4 COURT 601 SW 57 AVENUE, SI11TE F 2294 WEST 78 STREET 8215 NW 64 STREET, UNIT ] AI)1)ItL•SS MIA MI,FLORIDA 33138 MIAMI, FLORIDA 33144 HIALEAH, FLORIDA 33016 MIAMI, FLORIDA 33[66 131D BOND AMOUNT s% BID BOND BID fiONPVOUCHER 5% Slb BOND 5°k Q[A BOND iKKEGUI,AR1'i'1rS MINORITY OWNED NO YES No No UNIT UNIT UNIT UNIT 1'I'EM No. DESCRII''l'ION PRICE 'I'O'I'AL PRICE 'TOTAL PRICE "TOTAL PRICE TOTAL BASE BID: ITEMS 1 THRiJ 6 535,495.43 $39,715.43 $50,851.40 $68,230.00 1 FOR THE REMOVAL OF A SECTION OF THE CHAIN LINK FENCE, AND FOR A NEW DOUBLE SWING GATE. $1,794.88 $1,544.00 2 FOR ELECTRICAL EQUIPMENT INSIDE Ttft~ COMFORT STATION THAT INCLUDES NEW TIME CLOCKS AND A LIGHTING CONTACTOR. $2,572.86 $1,70890 $2,745.00 $2,028.00 3 FOR 4 NEW CONCRETE POLES, WITH SPORTS AND SECURITY LIGHT FIXTURES, SAFETY SWITCHES AND BALLAST. $18,952.38 $24,487.00 $30,506.04 $51,817.00 4 FOR NEW PULLBOXES AND UNDERGROUND CONDUITS AND WIRING, $6,975.31 $6,250.43 $10,200.00 $8,340.00 5 FOR THE RELOCATION OF AN EXISTING CONCRETE BENCH. $200.00 $130.00 $640.00 $200.00 6 PROVISION FOR SPECIAL ITEMS. $5,040.00 $5,004.00 $5,000.60 $5,000.00 C IRRiiGItl.Altll'IL•5 LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE A -- No Pawcr-of- Altomcy LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM BENNETT ELECTRIC SERVICE i 13 -- No Affidavit as to Capital & Surplus of Bonding Company COMPANY, INC. FOR THE TOTAL AMOUNT OF $35,495.43 C -• Coiracted Esicnsinns i� D -- E'roposa! Unsigned or Improperly Signed or no Corporate Seal 1's -- Sub-contraclor(s) not Identified If the above contractor is not the lowest bidder ex lain: F -- Non -responsive hid G -- improper Bid Bond II -- No Ccrliticatc of Competency Number 1 -- No First Source Hiring Compliance Statement J -- No Minority Compliance Statement K -• No Duplicate Bid Proposal L -- No Lily of h4iami or County