Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-00-0376
J-00-400 4/24/00 3 �M►a G RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF GANCEDO TECHNOLOGIES, INC., FOR THE PROJECT ENTITLED-SIMPSON PARK WATER PUMP ELECTRICAL INSTALLATION, B-6341, " IN THE PROPOSED AMOUNT OF $8,424.88; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 331346, AS APPROPRIATED BY ORDINANCE NOS. 11705, AS AMENDED, AND 11839, THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, IN THE AMOUNT OF $8,424.88 THE CONTRACT COST AND $2,020 ESTIMATED EXPENSES, TOTAL ESTIMATED COSTS OF $10,444.88; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. WHEREAS, pursuant to public notice, Invitation for Bids for the "Simpson Park .Water Pump Electrical Installation Project, 13-6341," were mailed to 45 potential bidders; and WHEREAS, three bids were received March 7, 2000; and WHEREAS, the City Manager and the Director of the Department of Public works recommend that the bid from Gancedo Technologies, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, funds in the amount of $10,444.88, are available as appropriated by Ordinance Nos. 11705, as, amended, and 11839, the Annual Appropriations and Capital Improvement Projects Ordinances CITY COMUSSION GREETING OF MAY 1 1 2000 Resolution No. r for the proposed amount of the contract, project expenses and incidentals under Project No. 331346; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference hereto and incorporated herein as if fully set forth in this Section. Section 2. The March 7, 2000 bid of 'Gancedo Technologies, Inc.,.in the proposed amount of $8,424.88, for the "Simpson Park Water Pump Electrical Installation Project, B-6341," for the total proposed bid, based on lump sum and unit prices, is hereby accepted, at the price stated therein. Section 3. The total. estimated project cost of $10,444.88, is hereby allocated from Project No. 331346, as appropriated by Ordinance Nos. 11705, as amended, and 11839, the Annual Appropriations and Capital Improvement Projects Ordinances. Said total project costs consists of the $8,424.88 the contract cost and $2,020 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized" to execute an agreement, in a form acceptable to the City Attorney, with Gancedo Technologies, Inc., for the "Simpson Park Water Pump �i 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. U6- 376 Page 2 of 2 Electrical Installation Project, 13-6341," in the amount of $8,424.88 total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor./ PASSED AND ADOPTED this 11th day of May 1 2000. JOE CAROLLO, MAYOR In accwdance with Miami ;ode Sec. 2-36, s1r1c,e the Miayor did not indicate nproval Of 0 ft In'blation by signing it in the designated rD;"11*r1e provided, said legilslnli;On 71= bacmas effective with the elapse of ten xp',� (10) d,,) romn ne date of. Cissicr! "On rzWdag, same, without the. May�rr&erqrAln.oetco ATTEST: WALTER J. CITY CLU 4V 0 FAM ANIS, CORRECTNESS :V ATTORNEY 4365:rcl , City Clerk 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 3 of 3 0 61 A SF L- 0 0 CITY OF MIAMI, FLORIDACA.2 INTER -OFFICE MEMORANDUM The Honorable Mayor and MAY - 2 2000 To: Members of the City Commission DATE: FILE: FROM: ;ognald H. Warshaw City Manager RECOMMENDATION RESOLUTION Awarding Contract for SUBJECT: Simpson Park Water Pump Electrical Installation - Project B-6341 REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the low bid of Gancedo Technologies, Inc., a company location in Miami, Florida, whose principal is Carlos A. Gancedo, President, for the project entitled SIMPSON PARK WATER PUMP ELECTRICAL INSTALLATION PROJECT, B-6341, received on March 7, 2000, in the amount of $8,424.88 total bid, authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND No work history with the City of Miami Amount of bid: $8,424.88 % of Cost Estimate: 71 Cost Estimate: $11,900.00 Source of Funds: Project No. 331346, Ordinance 11748, as amended Minority Representation: 21 invitations mailed 6 contractors picked up plans and specs' 1 Hispanic, 1 Black, 0 Female 3 contractors submitted bids 1 Hispanic, 1 Black, 0 Female Public Hearing/Notices: No public hearing/Bid notice published Assessable Project:: No Discussion: The Department of Public Works has evaluated the bids received on March 7, 2000, and determined that the lowest responsible and responsive bid, in the amount of $8,424.88, is from Gancedo Technologies, Inc., a Hispanic -minority controlled corporation. Funds are available to cover the contract cost and for such incidental items as postage, blueprinting, advertising and reproduction costs. DHW/ /JH/J/mm "7i1do SimpsonParkWaterPump-MEMO 00- 379 4. 5. W Bud etary Impact Analysis Department Division = i Agenda Item # (if available) Title rief description of le ' lation or attach or din ce/resolution: / lYl P T e5L Is this item related to revenue? NO: ✓ YES of yes,=skip,to item #7.) Are the3o sufficient funds in Line Item? YES: Index Code Minor Obj. Code Amount $ NO: _ Complete the following Questions: 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: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project, No. From $ To $ 7. Any additional comments? 8. WWM-jF *�, WON FORD "TMENT OF MAfqAGFMFNT AND BUDGET USE ONLY Verified by: Department of Mara meat and Budget /Designee Date ti o Verified by: Budget Analyst Date r Ah FACT SHIEST DEPARTMENT OF PUBLIC WORKS DATE: 4 / 5 / 2,000 JOB NUMBER: B-6341 PROJECT NAME: SIMPSON PARK WATER PUMP ELECTRICAL INSTALLATION CIP NUMBER: 331346 LOCATION: 55 SW 17 ROAD, MIAMI FLORIDA OTHER TYPE: PROJECT MANAGER / EXT. No.: JOSE A. BRIZ / 416-1209 FEDERAL (C.D.B.G.): Q ASSOCIATED DEPARTMENT: PARK AND RECREATION DEPARTMENT S.N.P.B. ASSESSABLE: Q EMERGENCY: Q COMMISSIONER DISTRICT: 3 BID REQUEST: FORMAL = INFORMAL Q RESOLUTION No.: DESCRIPTION: The Project consist in the purchase and installation of a meter can, main disconnect,electrical distribution equipment etc. for the electrical installation of a water pump. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING $ 1,000.00 (A) OUTSIDE DESIGN $ (A) TESTINGS / SURVEY / PLAT $ (E) $ (E) P.W. DESIGN & BID DOCUMENTS $ 590.00 7 % CONSTRUCTION $ 8,424.88 (BID) CONSTRUCTION ADMINISTRATION $ $ 430.00 5 % OTHER: $ (E) $ (E) (A) - ACTUAL AMT. 12 % (E) - ESTIMATE TOTAL $ 10,444.88 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 15,000.00 CONTRACTOR'S INFORMATION: CLASS: = fw 0 NON - MINORITY O TYPE OF WORK: Electric MINORITY © 0 YEARS OF ESTABLISHMENT: 7 years LICENSE ER -0014966 NAME: GancedO Technologies, Inc.. TELEPHONE: (305) 265-1984 ADDRESS: 601 S.W. 57 Avenue CITY, STATE, ZIP: MIAMI,FLORIDA 33144 CLASS: J = JOINT P = PRIME S = SUB CONTACT PERSON: Carlos A. Gancedo MINORITY: B = BLACK H = HISPANIC F = FEMALE SUB -CONTRACTORS: NAMES: None COPIES: ASSISTANT DIRECTORS, COSTANALTSI5, FILE. AssvcwTEO 0EPi, VW NIANAUMA n— i— T1 1 SIMPSON PARK WATER PUMP ELECTRICAL INSTALLATION Project Number: B-6341 CIP Number: 331346 Project Manager: JOSE A. BRIZ Date: 3 / 7 / 2000 Person who received the bids: JOSE A. BRIZ Received at: CITY CLERK'S OFFICE Construction Estimate = $ 11,900.00 Time: 10:00 a.m. BIDDER GANCEDO TECHNOLOGIES,INC. BENSON ELECTRIC,INC, MAGESCO,INC. ADDRESS 601 S.W. 57 AVENUE MIAMI, 10475 SW 186 STREET 7010 N. E. 4 COURT FLORIDA 33144 MIAMI FL.33157 MIAMI, FL. 33138 BID BOND AMOUNT 5% 5% 3,500.00 IRREGULARITIES MINORITY OWNED YES NO YES ITEM No. DESCRIPTION UNIT UNIT UNIT PRICE PRICE TOTAL PRICE TOTAL PRICE TOTAL UNITE2,798.95 I FOR THE FURNISHING AND INSTALLATION OF A NEW METER CAN, MAIN DISCONNECT, ETC. 2,$23.00 2,450.00 2 PURCHASE AND INSTALLATION OF A NEW ELECT. DISTRIBUTION PANEL 'B',TIME CLOCK,ETC. 1,380.26 656.00 2,185.00 3 PURCHASE AND INSTALLATION OF NEW ELECTRICAL CONDUITS AND WIRES. 2,245.67 3,262.00 3,190.00 4 PROVISION FOR SPECIAL ITEMS. 2,000.00 2,000.00 2,000.00 BASE BID ITEMS 1.4 8,424.$$ 8,741.00 9,825.00 • IRREGULARITIES LEGEND A -- No Power - of- Attorney IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE B -- No Affidavit as to Capital & Surplus of Bonding Company LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM GANCEDOTECHNOLOGIES.INC •- C Corrected Extensions FOR THE TOTAL AMOUNT OF $8,424.88 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: G -- Improper Bid Bond H -• No Certificate of Competency Number 1 No First Source Hiring Compliance Statement 1 — No Minority Compliance Statement K — No Duplicate Bid Proposal L -• Non -responsible bid IMA 9 '' 0 0 CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: SIMPSON PARK WATER PUMP ELECTRICAL INSTALLATION � rr B-6341 BID NO: 99-00-103 DATE BID(S) OPENED: MARCH 7, 2000 TIME 10:00 a. m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK GANCEDO TECHNOLOGIES, INC. $ 8,424.88 B.B. BENSON ELECTRIC, INC. 8,741.00 B.B. 5% MAGESCO, INC. 9,825.00 B.B. $3,500.00 received tlr f-> y CIS iyf C'r'.1'a ✓ and tlt7(2 . All are hereby ralecoxL, i wcn, 11 any, — 3 f� received envelops on behalf of Person receiving bid(s) P. 40 T on .3//0O (City Department) (Date) TO: Walter J. Foeman City Clerk CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: February 2, 2000 FILE: B-6341 SUBJECT: "SIMPSON PARK WATER PUMP ELECTRICAL INSTALLATION" FROM: Tony Pr REFERENCES : C Depart nt of Public Works 1 ENCLOSURES: Please note that contractors will submit bids for the following project: "SIMPSON PARK WATER PUMP ELECTRICAL INSTALLATION, B-6341" on Tuesday, March 7, 2000 at 10:00 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager, Jose A. Briz a representative overseeing the project is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact me at 416-2131. TP/tp Encl. ,y c c: John Jackson Yvette Smith Project Manager File ,- ra �yJ tS7 . ® BID NO. 99-00-103 ADVERTISEMENT FOR BIDS® Sealed bids for "SIMPSON PARK WATER PUMP ELECTRICAL INSTALLATION, B-634,11" hbe received by the City Clerk of the City of Miami, Floridaat 10:00 A.M. on the 7th day gya&h, 0, atrthe City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Ijey, YMiar i eFlor'.dr`), 33133, at which time and place they will be publicly opened and read. Any bid submitted' r,,thesAbove appointed time will not be accepted by the City Clerk. 0�% w The project consist of the furnishing of all labor, materials and equipment for a new electrical 1Pall tion Simpson Park. The new electrical service shall include, but is not limited to, provide elect 1, jp' e , receptacle and electrical distribution equipment for a new water pump. Simpson Park is located fat 5SW 17 Road, Miami, Florida. City regulations will allow bidder to furnish bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions or clarifications regarding plans, specifications, or City requirements, please submit written requests to Mr. John H. Jackson, P.E., Acting Director, Department of Public Works, 444 S.W. 2nd Avenue, 8th Floor Miami, FL 33130. The written request may be faxed to (305) 416-2153, followed by mailing or hand delivering the written copy. Under Miami -Dade County Ordinances #98-106 and 99-1, there will be a "Cone of Silence" during the bid period and the City's responses to questions must be in writing only to all bidders. Prospective bidders must have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be performed, or the appropriate Certificate of Competency or the State Contractor's Certificate of Registration as issued by Miami - Dade County Code, which authorizes the Bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate originals. Plans and specifications may be obtained at the Department of Public Works, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after February 16th, 2000. If bidders wish, a set of specifications and plans will be mailed to them by writing to the Department of Public Works and including a separate check for $8.00. There will be a $20 deposit required for the first set of specifications. Specs can also be mailed to bidders upon written request to the Public Works Department including a separate check in the amount of $8. Additional sets may be purchased for a non-refundable fee of $20. Deposits will be refunded only upon return of one set of specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance No. 10062 and 10538 regarding allocations of contracts to minority vendors, contractors and sub -contractors. Details are contained in bid specifications. All Bidders shall have an Affirmative Action Plan with the intent to ensure equity in employment and the utilization of minority and female -owned business. (Ordinances are contained in bid specifications). The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact theDepartment of Public Works, City of Miami, at (305) 416-1200. 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 of all bids, and re-advertise.(B-6341, Req. 05453). Donald H. Warshaw City Manager CITY OF MIAMI, FLOnIDA INTER -OFFICE MEMORANDUM TO: Walter J. Foeman DATE: FebTuary 2, 2000 FILE: B-6341 City Clerk SUBJECT "SIMPSON PARK. WATER PUMP j ELECTRICAL INSTALLATION" FRAM: 'Pony Pr REFERENCES; Depart t of Public Works l ENCLOSURES: Please note that contractors will submit bids for the following Project: "SIM.PSON PARK WATER PUMP ELECTRICAL INSTALLATION. B-6341" on Tuesday., March 7, 2000 at 10:00 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid .opening. The Project Manager, ,Tose A. Brie a representative overseeing the project is going to be present at the time of opening. Should there he cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact me at 416-2131. TPltp Encl. c: John Jackson Yvette Smith Project Manatger File BID NO. 99-00-103 9 ADVERTISEMENT FOR BIDS Sealed bids for "SIMPSON PARK WATER PUMP ELECTRICAL INSTALLATION, B-6341" will be received by the City Clerk of the City of Miami, Floridaet 10:00 A.M. on the -7' day of March, 2000, at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not, be accepted by the City Clark. The project consist of the furnishing of all labor, materials and equipment for a new electrical installation at Simpson Park. The new electrical service shall include, but is not limited to, provide electrical power, receptacle and electrical distribution equipment for a new water pump. Simpson Park is located at 55 SW 17 Road, Miami, Florida. City regulations will allow bidder to furnish laid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions or clarifications regarding plans, specifications, or City requirements, please submit written requests to Mr. John H. Jackson, P.E., Acting Director, Department of Public Works, 444 S.W. 2nd Avenue, 8"' Floor Miami, FL 33930, The written request may be faxed to (306) 414-2183, followed by mailing or hand delivering the written copy. Under Miami -Dade County Ordinances #98-106 and 99-1, there will be a "Cone of Silence" during the bid period and the City's responses to questions must be in writing only to all bidders. Prospective bidders must have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be performed, or the appropriate Certificate of Competency or the State Contractor's Certificate of Registration as issued by Miami - Dade County Code, which authorize* the Bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to subunit proposals in glicate ,ori mals_ Plans and specifications may be obtained at the Department of Public Works, 4944 S.W. 21" Avenue, 81 Floor, Miami, Florida 33130, on or after February 161", 2000. If bidders wish, a set of spocifications and plans will be mailed to them by writing to the Department of Public Works and including a separate check for $8.00. There will hp a $20 deposit required for the first not of specifications. specs can also be mailed to bidders upon written request to the Public Works Department including a separate check in the amount of $8. Additional sets may be purchased for a non-refundable fee of $20. Deposits will be refunded only upon return of one set of specifications to the Department of Public Works, unmarked and in gond condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance No. 10062 and 10538 regarding allocations of contracts to minority vendnrs, contractors and sub -contractors. Details are contained in bid specifications. All Bidders shall have an Affirmative Action Plan with the intent to ensure equity in employment and the utilization of minority and female -owned business. (Ordinances are contained in bid specifications). The City of Miaml has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements." The object of this ordinance is to provide employment npportunities to City of Miami recidcnts on contracts resulting. in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. Fnr further information contact thoDopartment of Public Works, City of Miami, at (305) 416-1200. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failum 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 of all bids, and re-advertise.(B-6341, Req. 054.53). ®onald H. Warshaw City Mainagor City of IVOWWWOMi P apartmant of Publie. Viorks 444 G&Ahwast 2"' Avenue at* Floor Miami, Florida 99190 To: ,tJ4.cc�.-u.�. hh. r phone; S0 —��� Pax ghone:(IDs) YS e" C. iyumber of, saes i� naiuding cover sheet: Prom: Aix phAne: a S`) raizhn ane:/� 46!t PUMAkRKS ourgent oFor your Rev1Cw ®Reply ASAP cpiense Comment At 15N 9 /14-17)O/i (5-- C 1/ t� `