Loading...
HomeMy WebLinkAboutR-99-00051.�1 t0 3t ; p� s J-99-18 1.1/17/98 RESOLUTION No. �; i " 5, A RESOLUTION ACCEPTING THE BID OF C.A.C. CONSTRUCTION CORP., IN THE PROPOSED AMOUNT OF $14,800.00, FOR THr PROJECT ENTITLED "ROBERTO CLEMENTE PARK RENOVATIONS, B-630511; ALLOCATING FUNDS THEREFOR FROM THE SAFE NEIGHBORHOOD PARKS BOND PROGRAM, PROJECT NO, 331056, AS APPROPRIATED BY ORDINANCE NO. 11705, AS AMENDED, THE FY 198-99 APPROPRIATIONS/CAPITAL IMPROVEMENT ORDINANCE, IN THE AMOUNT OF $14,800.00 TO COVER THE CONTRACT COST AND $2,733,00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $1.7,533.00; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM FOR THE CITED PROJECT. WHEREAS, eight steel doors and frames require replacement on buildings located in Roberto Clemente Park; and WHEREAS, pursuant to public notice, invitations to bid replace the doors were distributed to 185 contractors; and WHEREAS, two sealed bids were received October 15, 1998; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from C.A.C. Construction Corp. be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1998-1999 Appropriations/Capital CITY COMMSSION MEET117C OF JA, F1 1 2 1999 Raeolation No. 0 777777> I w, �C,. ✓ :".. -. .. Itt _ ��.,Sri..'i .7'.. �E: �, k����9. ... 1... Y. S'e5.. ,..'L ,1. _. .F: _ Improvement Ordinance No. 11705, as amended, adopted September 28, 1998, appropriated monies for the proposed amount of the contract, project expenses, and incidentals under Capital Improvement Project No.331056; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the preamble of this resolution are hereby adopted by reference hereto and incorporated herein as if fully set forth in this Section. }€ Section 2. The October 15, 1998 bid of C.R.C. Construction Corp., in the proposed amount of $14,800.00, for the project entitled "Roberto Clemente Park Renovations, B-630511, based on lump sum and unit prices, is hereby accepted, with funds therefor hereby allocated from the Safe Neighborhood Parks Bond Program, Project No. 331056, as appropriated by the FY 198-99 Appropriations/Capital Improvement Ordinance No. 11705, as amended, in the amount of $14,800.00 to cover the contract cost and $2,733.00 to cover the estimated expenses, for an estimated total Cost of $17,533.00. Section 3. The City Manager is hereby authorizedlf to enter into a contract, in a form acceptable to the City Attorney, on behalf of the City of Miami with C.R.C. Construction Corp. for .L/ 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. -2- 19q)- 5 iF �M a+.,., 1a the project entitled "Roberto Clemente Park Renovations, B-630511. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor2-1. €` �y PASSED AND ADOPTED THIS 12th DAY OF -.January-, }la L 1999. JOB CAROLLO, MAYOR t i- In accordance with Miami Code Sec. 2-36, since the lMn-wor did not indicate 60pr6 of of this legislation by signing it in the designatf-:-i ,:: ;c� !rd ty.:�'liG giiii.l'Qn no`.a becomes effective with the elapse of lion (10) dw!s jrorn "XI ATTEST • regarding same, without the Mayor exercis' ig a 'to. .arginCitW I«y Clerk WALTER J. FOEMAN CITY CLERK APPR A 0 FD1 M AND CORRECTNESS J� VILARELLO Y ATTORNEY W3142:CSK f i 2'/ 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. $x� S -3- .ITJ,E ` F�` i!' tW �R'''h'(�'K3 ,.�f '�'rf�rw.,rs+.. �r+.^,» ,y�- +y+•', ^Zte+f -a �r.,TM'-++"+m�' s�+ -m. �>'Ssi+*',a�}�,"�,?;�.Si ,i'v ��2.. i,rzi €�i`sni �P, r€��k�f,'� sN �7£SWr�."%''i�'r a 8A i'4;v w✓i d.,r k;yu'7,+,:�' ;r;.-�i;�'�"°'���,R � �� ^r. �;-, 3;,,rM.kPekln7+.4i?Sn',9nW real"a�;e� t.�7..4;A,.:e .il....hiw..., ya .1, .: >c .a.� .ram. ..•, � .. , ... .. CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA-3 TO : DATE JHN 4 1999 FILE The Honorable Mayor and , Members of the City Commission SUBJECT : Resolution Awarding Contract for Roberto Clemente Park Renovations, B-6305 FROM _.n - REFERENCES paid H. �.Narshaw ENCLOSURES City Manager RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of C.A.C. Construction Corp., whose principal is Carlos R. Cicero, a company not', , located in the City of Miami, for the project entitled ROBERTO CLEMENTE PARK RENOVATIONS, B-6305, received on October 15, 1998, in the amount of $14,800.00 Total Bid, authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND No history of involvement in City projects. Amount of Bid: $14,800.00 % of Cost Estimate: 128% Cost Estimate: $11,550.00 Source of Funds: Safe Neighborhood Parks Bond Program (SNPB), CIP No. 331056. Minority Representation: 185 invitations mailed 3 contractors picked up plans and specs L 2_ Hispanic, 1 Black, _ Female) 2 contractors submitted bids (=1_ Hispanic, ,1 _ Black, _ Female) Public Hearings/Notices: No public hearing/Bid Notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on October 15, 1998, and determined that the lowest responsible and responsive bid, in the amount of $14,800.00, is from C.A.C. Construction Corp. , a minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advert isin g and reproduction costs, DHW/JJK c: James J. Kay, Director, Public Works Department i I rti+x"KB�a"+ S gg' CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO DATE FILE Donald H. Warshaw City Manager SUBJECT RESOLUTION Awarding Contract for Roberto Clemente FROM REFERENCES Park Renovations, B-6305 " 4e qtm e 7sJ. Kay, Direct r ENCLOSURES: Public Works Department The Public Works Department has verified with the Department of Management and Budget that funds are available for the award of a contract in the amount of $14,800.00 for subject project from C.I.P. Ordinance No. 11705, as amended, Project No. 331056. BUDGETARY REVIEW ADDITIONAL APPROVAL Dipak M. Pra—r-ekh, Direct -or PiTar Saenz-Butler Department of Management Administrator and Bud et CIP JJK/R /rjf c: Raul Martinez, Assistant City Manager City of Miami Department of Management & Budget Budgetary Impact Form Legislation: Resolution Awarding Contract for Roberto Clemente Park "RLf7Ct"a't % [3-6305 ESTIMATED COSTS: Startup Cost A Total Non -Recurring Startup Cost: $17 , 5� 33 First Year Recurring Direct Cost B Sub Total Recurring Direct Cost: Per Year Recurring Indirect Costs: C Sub -Total Recurring Indirect Costs: Per Year D Total Estimated Recurring Cost (B + C): Per Year E Grand Total Estimated Cost - First Year (A + D): $17 , 533 First Year F Decommissioning I Demobilization Cost: Last Year G Other Cost Exposures: Approved by: /,vL Date; 12/14/98 Apartment for Funding Amount Available this Fiscal Year $17 , 533 Available in account number. 331056 Date: `'� Ib Time: j�: 55f (AWPM) Verified by: / Management and Budget f Note: I WOI?NA A 1 111 I) R013ERTO CLEMENTE PARK RENOVATIONS Project Ntintber: _-B-6305 C11' Ntlllitjer: 331056__ - ------ ---- Project Manager: Fernando Paiva, Jr'­-----­-----Date:_10_ j 15 98 Ilid No.: 9t3-99_0I13 _ -_ City Clerk's Office-,_-Cily_11a11_ Person who received the �bi'ds: Fernando Paiva,_-Jr. Received at _ Construction Estimate = 1,55303- 131I)1)ER ---- ' J- C.A.C. Construction Corp. - 12945 SW 72 Terr _Miami. -fl._ 33183 0 n Ck 174000 Yes August Const. Co., Inc. - 7341 NW 32 Ave Miami, FL 3:1147 D D 5% It'll Yes — ^--- - - ADDRESS---- -- -' BID BOND AMOUNT IRREGULARITIES MINORITY OWNED ITEM No. I DESCRIPTION UNIT PRICE -- TOTAL - _ --14,800.00 13,800.00 UNIT PRICE_ TOTAL — UNIT PRICE TOTAL UNIT PRICE TOTAL - -- BASF. BID: TOTAL OF ITEMS I THROUGH 2 it 25,121.25..- ' For the replacement of 8 steel doors h frames _- - 24,121.25 >j 1,o00.00 2 Provldon for Special Items, the sum of i 1,000.00 Additive Items: 3 6,960 00 i 27,500.00 I For the repair of the shingle roof system v 2 For Installation of add'1 lighting for playground >j 5.70000 1 1,950.00 f 3,700.00 i 8,325.00 f 950.00 - _- 3 For Installation of a burglar alarm system - 4 For add'I work: cone. walkway, A/C clean-up f 2.352.00 0 IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power -of -Attorney THE LOWEST RESPONSIRLE AND RESPONSIVE BID 1S FROM. C.A,C__ - _ B - No Affidavit as to Capital do Surplus of Bonding Company Construction Corp. FOR THE TOTAL AMOUNT OF_-t_1.4_,8_00._0_ _0 C - Corrected Extensions -- ------ - — 1 D - Proposal Unsigned or Improperly Signed or no Corporate Seal E - Incomplete Extensions F - Non -responsive bid -if _the_ -above_ contractor is- riot- the -lowest -bidder expl�in_-- _ G - Improper Bid Bond _ _ _ _ ._ _ _ _ _ _ _ It- Corrected Base Did Amount d' J� - - - `` f 1 No First Source Hiring Compliance Statement° ' _ _ _ _ _ _ _ _ _ _ _ _ -- _ _ _ - -- - - - - - - - - - - - - - - _ J - No Minority Compliance Statement _•_ _ _ -/ t) r �]� O_ _ _ _ „---------------- - - - - -- - - y K- No Duplicate Bid Propose{ - - - - - - - L - No Copy of Certificate o1 Competency or State Contractor's Cerl of Registration SHEET 1 OF 1 N.P."d ar rue Z "I", FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE 10 ' 15 'oog JOB NUMBER: B-6305 PROJECT NAME: ROBERTO CLEMENTE PARK RENOVATIONS CIP NUMBER: 33105E LOCATION101 NW 34th Street OTHER TYPE: _ PROJECT MANAGER / EXT. No.: Femando Paiva Jr. / 1242 _ FEDERAL (C.D.B.G.): ASSOCIATED DEPARTMENT: Parks & Recreation Department (Mann Perez / 1314) S.N.P.B. ASSESSABLE: Q� EMERGENCY: I__ J COMMISSIONER DISTRICT: 2 BID REQUEST: FORMAL = INFORMAL RESOLUTION No.: DESCRIPTION: This project consists of the replacement of 8 steel doors and frames, intenor and e\ctenor. The additive items to repair the asphalt shingle roof, a concrete walkway, and other related work including the installation of additional lighting for the plateround area and the installation of a security alarm system were beyond the budgeted amount and therefore will not be included in this project at this time. (IF NECESSARY, CONTINUE ON THE SACK) SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING S 11000.00 (E) OUTSIDE DESIGN S __- TESTINGS / SURVEY i PLAT $ -__ (E) S __ (M P.W. DESIGN & BID DOCUMENTS S 924.00 8 % CONSTRUCTION S 14,800.00 (BID) CONSTRUCTION ADMINISTRATION S 809.00 7 % OTHER: S - - (E) S (E) 15 % (E) - ESTIMATE TOTAL S 17,533.00 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 11,550.00 CONTRAPTOR'S INFORMATION: CLASS: I J I © S NON - MINORITY TYPE OF WORK: Architectural MINORITY ® 0 YEARS OF ESTABLISHMENT 1 Year LICENSE C.G.C. 057066 NAME: C.A.C. Construction Corp. TELEPHONE: (305) 386-9319 ADDRESS. 12945 SW 72 Terr. CITY, STATE, ZIP Miami, FL 33183 CLASS_ J - JOINT P = PRIME S = SUB CONTACT PERSON Carlos R. Cicero MINORITY: B = BLACK H = HISPANIC F - FEMALE SUB -CONTRACTORS: NAMES Self COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE, ASSOCIATED DEPT, CIP MANACIER REV lotus