Loading...
HomeMy WebLinkAboutR-99-0578J-99-616 7/14./99 RESOLUTION No. 9 9 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF A-1 DURAN ROOFING, INC., FOR THE PROJECT ENTITLED "RECREATION BUILDING ROOF REPLACEMENT, B-3266 A, B & C" IN THE AMOUNT OF $99,000; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 331070, 331053, 333108 AS APPROPRIATED BY THE FISCAL YEAR 1998-1999 CAPITAL IMPROVEMENT ORDINANCE NO. 11705 AS AMENDED, IN THE AMOUNT OF $99,000 THE CONTRACT COST, $9,930 ESTIMATED EXPENSES, TOTAL 'ESTIMATED PROJECT COST $108,930; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. WHEREAS, recreation buildings roof replacements are needed at African Square Park, Athalie Range Park and Robert King High Park; and WHEREAS, pursuant to public notice Invitation For Bids for Project No. B-3266 A, B & C were mailed to 200 potential bidders; and WHEREAS, seven sealed bids were .received on June 10, 1999, for the Project entitled "Recreation Building.Roof Replacement, B-3266 A, B & C"; and WHEREAS, funds are available in the Fiscal Year 1998-1999 Appropriations and Capital Improvements Ordinance No. 11705, as AU 9 2 1999 Resolution No. 99- 578 amended, under Project Nos. 331070, 331053, and 333108; WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the. bid from A-1 Duran Roofing, Inc., be accepted as the lowest responsible and responsive bid; and 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. Sect.ion.2. The June 10, 1999 bid of A-1 Duran Roofing, Inc., in the proposed amount of $99,000, for the project entitled "Recreation Building Roof Replacement, Project No. B-3266.A,.B & C", for the total bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 3. The total estimated project cost of.$108,930 is hereby allocated from Project No. 331070, 331053, and 333108 as appropriated by Fiscal Year i998-1999 Appropriations and -2- 99- 57 Capital Improvement Ordinance No. 11705, as amended. Section 4. The City Manager is hereby authorized to enter into a contract,l/ in a form acceptable to the City Attorney, on behalf of the City of Miami with A-1 Duran Roofing, Inc., for "Recreation Building Roof Replacement" 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 2nd day of August , 1999. JOE CAROLLO, MAYOR In emallance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of Ns legislation by signing it in the designated ace provided said legislation nov. becomes effective with the elapse -of ten (10) s fro da of sicn acticn n rding same, without the Maygf ex rc h ATTEST: T-o—errrSn, City Clerk WALTER J. FOEMAN CITY CLERK-,--1 APPROVX ASAO FC M ,#ND CORRECTNESS:t 'RO VTL-ARELLO TTORNEY W 007-RCL �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. 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. -2- 99- 578 TO FROM • Honorable Mayor and Members of the City Commission /nadO.Warshaw City Manager l� CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 33 DATE : JUL 1 2 '_J" FILE : SUBJECT : Resolution Awarding Contract for Recreation Building Roof Replacement, B-3266 A. B & C REFERENCES: Resolution ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of A-1 Duran Roofing, Inc.,a company not located in the City of Miami, who principal is Bernard Duran, president, for "Recreation Building Roof Replacement " Project No. B-3266 A, B & C, received on June l Oth,1999 in the amount of $99,000 total bid, authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $99,000.00 % of Cost Estimate: 87.9% Cost Estimate: $112,617.00 Source of Funds: Fiscal Year 1998-1999, CIP Ordinance 11705, Project 331070, 331053 and 333108 Minority Representation: 200 Invitations mailed 16 Contractors picked up plans and specs ( 3 Hispanic, 2 Black, 1 Female) 7 Contractors submitted bids ( 1 Hispanic, 1 Black, Female) Public Hearings/Notices: Bid Notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on June 1 Oth,1999 and determined that the lowest responsible and responsive bid, in the amount of $99,000.00, is from A-1 Duran Roofing, a minority controlled corporation_ Funds are available to cover the contract cost and for such incidental items as postage, blueprinting, advertisi g and reproduction costs. I � jz>k DHW// /ap r7 C: Raul Martinez, Assistant City Manager James J. Kay, Director, Public Works Department - a7� 0 Gueaii iiata � 7 1� O�CO F1�04 Budgetary Impact Analysis 1. Department I V "�G 4Le*/ -5 Division T �6ry 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: 4. 5. C. 7. Is this item related to revenue? NO: YES (If yes, skip.to item #7.) Are there sufficient funds in Line Item? YES: _ Index Code Minor Obj. Code NO: /V Complete the following questions: Source of funds: Amount budgeted in the Line Item $ Amount $ la Amount needed in the Line Item $ f�M t7" Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. From $ ' To D 33 d !/ ri $ ' Any additional comments? roved by: 8. Departme Plrector esignee 16ate FOR IaEPAETNENT OF MANAGEMENT AND BUDGET USE ONLY Verified by: #-I I Verified by: U I Department of Management and Budget D* a r/Designee APPROVED BY: Date 7 SAENZ-BUTLER CIP ADM[MSTRATOR Budget Analyst Date z78y. a FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 6 /28/ 1999 Job Number.: B-3266A PROJECT NAME: RECREATION BUILDING ROOF REPLACEMENT CIP Number.: 331070 LOCATION: Athalie Range Park-525 NW 62 STREET MIAMI, FL. PROJECT MANAGER: Allan I. Poms / Antonio E. Perez OTHER TYPE: S.N.P.B. 0 ASSOCIATED DEPARTMENT: Parks & Recreation FEDERAL (CDBG ): 0 EMERGENCY: RESOLUTION No.: BID REQUEST: FORMAL INFORMAL 0 DESCRIPTION: Investigate the condition of existing deteriorated roof. Prepare plans and specifications for the replacement of the roof membranes stem, flashin s, deteriorated insulation and structure, and roof accessories and for miscellaneous code required related work. Outside consultants, Architectural Design Consortium ADC , have been engaged to do the architectural work on an hourly basis under their miscellaneous projects contract. CDBG funds to be used for the project which requires use of Davis -Bacon Act Wages. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST (% OF CONST. COST) TESTING/ SURVEY / PLAT $ $ OUTSIDE DESIGN $ (E) $ (E) % P.W.DESIGN/PROJECT MGMT. $ $ ADVERTISING $ (E) $ 1,000.00 (E) CONSTRUCTION $ $ 32,000.00 (BID) CONST.ADMINISTRATION $ 2,976.00 $ 7 % OTHER: ( PERMITS) $ (E) $ (� SUBTOTAL $ 35,976.00 7 % (P.W. ENG. FEE) (EC) - EST. CONST. COST $50,467.00 TOTAL $ 35,976.00 (E) - ESTIMATE CONTRACTOR'S INFORMATION: CLASS: O OP 0 NON - MINORITY TYPE OF WORK: ROOFING MINORITY © Ego 0 YEARS OF ESTABLISHMENT: 7 years LICENSE CC-CO16156 NAME: A-1 DURAN ROOFING TELEPHONE: (305) 696-9380 ADDRESS: 595 W. 18 ST. HIALEAH , FL. 33010 CONTACT PERSON: FRANK RAPOSO CLASS: J = JOINT P = PRIME S = SUB MINORITY: B = BLACK H = HISPANIC F = FEMALE SUB -CONTRACTORS: NAMES: Decon Env. CJ-CO56693 Local A/C CA-0039647 C:\My [)—u—nts\EXCELIDINNER KEY\H-1088\FACT SHEET XLS RETURN TO PUBLIC WORKS AFTER SIGNED COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE, ASSOCIATED DEPT, CIP MANAGER REV. 8/97 99= 578 File: \\DATASERVER2 5\BLDIST\BUDGET\SCI\O1O961O.REQ PGM ID: FN/SC/PO/CF/RPT10 C I T Y 0 F' M I A M I RUN DATE: 06/19/1999 DETAILED REVENUE AND EXPENDITURES BY PROJECT 09 FISCAL MONTH AS OF 06/18/1999 FUND 30 CAPITAL PROJECTS FUND PROJECT 331070 ATHALIE RANGE PARK REHABILITATION - ORD..10364 ENTITLEMENT PERIOD O1/14/88 TO 12/31/55 PORTION EXPIRED 16.8 % STATUS ACTIVE RPT RFC:REPORT 10 PAGE 10- 1345 -INDEX MIN % OF REVISED * * * REVENUES / EXPENDITURES * * * OUTSTANDING REMAINING CODE OBJ DESCRIPTION BUDGET TOTAL BUDGET CURR MONTH CURR Y-T-D TOTAL T-D ENCUMBRANCE BALANCE R E V E N U E S 026132 REV. CAP. PROJ.- FD. 32 - PROJ 140 TRANSFER FROM COMMUNITY DEVELO 80.7 247,800 112,440 127,678 734 96 SAFE NEIGHBORHOOD PKS BOND 7.7 200,100 650 15,553 859 FEC NEW PORT BRIDGE LAND SALE 100.0 11,000 996 SUNSHINE STATE BOND POOL PROCE 100.0 25,000 INDEX CODE 026132 51.9 483,900 113,090 143,231 TOTAL REVENUES 51.9 483,900 113,090 143,231 E X P E N D I T U R E S 319201 DESIGN/ARCH ORIJ. NO. REQUIRED 287 ADVERTISING 69.3 2,571 274 274 792 ENGINEERING - PUBLIC WORKS 100.0 12,831 INDEX CODE 319201 94.8 15,402 274 274 319301 CONSTRUCTION PROJ. NO. REQUIRE 792 ENGINEERING - PUBLIC WORKS 5,095 830 IMPROVEMENTS OTHER THAN,BUILDI 100.0 156 Kff-,- `�� 3�5 31,151 INDEX CODE 319301 96.8 �o-'�AO..r ����u�c6b 31,151 579501 ADMINISTRATION PROJECT NO RE 776 INDIRECT COST ALLOCATION INDEX CODE 579501 589201 DESIGN/ARCH. PROJ # REQUIRED pay �•r•+ 287 ADVERTISING 792 ENGINEERING - PUBLIC WORKS INDEX CODE 589201 V t RUN DATE: 06/19/1999 DETAILED REVENUE AND EXPENDITURES BY PROJECT 09 FISCAL MONTH AS OF 06/18/1999 FUND 30 CAPITAL PROJECTS FUND PROJECT 331070 ATHALIE RANGE PARK REHABILITATION - ORD. 10364 ENTITLEMENT PERIOD O1/14/88 TO 12/31/55 200,000 47,800 S 15,553 184,546 11,000 25,000 251,553 232,346 251,553 232,346 1,782 788 12,831 14,613 788 5,095 156,385 156,385 5,095 . 705- 705 705- 705 RPT RFC:REPORT 10 Page: 1 (continued) File: \\DATASERVER2_5\BLDIST\BUDGET\SCI\0109610.REQ PORTION EXPIRED 16.8 % STATUS ACTIVE INDEX. MIN % OF REVISED * * * REVENUES / EXPENDITURES * * * OUTSTANDING REMAINING CODE OBJ DESCRIPTION BUDGET TOTAL BUDGET CURR MONTH CURR Y-T-D TOTAL T-D ENCUMBRANCE BALANCE E X P E N D I T U R E S 589205 DESINGN/ARCH-SNPB 287 ADVERTISING 37.6 1,000 533 POSTAGE 100 773 INTERNAL SERV CHGES PRINT SHOP 500 INDEX CODE 589205 23.5 1,600 589301 CONSTRUCTION - PROJ # REQUIRED 287 ADVERTISING 14.9 1,000 773 INTERNAL SERV CHGES PRINT SHOP 500 830 IMPROVEMENTS OTHER THAN BUILDI 90.1 104,518 INDEX CODE 589301 88.9 106,018 589305 CONSTRUCTION-SNPB 281 ADVERTISING 1,000 670 REPAIR/MAINTENANCE - OUTSIDE 650 830 IMPROVEMENTS OTHER THAN BUILDI 22.3 -94;-6$@-�'� 840 EQUIPMENT - NEW 39.9 26,500 427- 860 CONSTRUCTION IN PROGRESS 19.9 72,000 INDEX CODE 589305 24.3 194,100 222 589401 EQUIPMENT - PROJ. # REQUIRED 287 ADVERTISING INDEX CODE 589401 589501 ADMINISTRATION - PROJ # REQUIR 289 SPECIAL SERVICES - MISCELLANEO 41.3 900 '776 INDIRECT COST ALLOCATION 793 02ALID BILLINGS ' INDEX CODE 589501 55.6 900 376 376 623 100 500 376 376 1,223 149 850 500 90,184 9,000 10,333 90,334 4,000 11,683 1,000 972 1,212 1,212- 21,148 73,451 2,606 2,928 7,646 15,925 14,396 57,603 3,578 4,141 43,190 146,768 16 16- 16 16- 372- 1,272 871 871- 500 399 CPI RUN DATE: 06/19/1999 DETAILED REVENUE AND EXPENDITURES BY PROJECT RPT RFC:REPORT 10 -IJ, 09 FISCAL MONTH AS OF 06/18/1999 FUND 30 CAPITAL PROJECTS FUND PROJECT 331070 ATHALIE RANGE PARK REHABILITATION - ORD. 10364 ENTITLEMENT PERIOD 01/14/88 TO 12/31/55 PORTION EXPIRED 16.8 % STATUS ACTIVE INDEX MIN % OF REVISED * * * REVENUES / EXPENDITURES * * * OUTSTANDING REMAINING CODE OBJ DESCRIPTION BUDGET TOTAL BUDGET CURR MONTH CURR Y-T-D TOTAL T-D ENCUMBRANCE BALANCE E X P E N D I T U R E S * * * * 589505 DINNER KEY BOATYARD-1992 791 INTERNAL SERV CHGES PARKS DESI 4,400 4,400 Page: 1 (continued) File: \\DATASERVER2 5\BLDIST\BUDGET\SCI\0109610.REQ INDEX CODE 589505 4,400 4,400 TOTAL EXPENDITURES 64.6 483,900 496 35,380 265,663 47,190 171,045 RECAP: REVENUES LESS EXPENDITURES 112,593 107,851 14,110- 1: 0 Gc Page: 1 1. Department G ncoer eun '� u n 4c v � FS+04 Budgetary Impact Analysis po6/le 0 jA<'- 2. Agenda Item # (if available) Division�6y 3. Title and brief description of legislation or attach ordinance/resolution: 4. Is 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 Obj. Code Amount- $ NO: LComplete the following questions: 6. Source of funds: Amount budgeted in the Line Item $ 170 Off' low off+ Amount needed in the Line Item $ 77 DOS Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Min r Ob' ct/Pro'ect No. From S 3 O $ �Jg To 3 6 ?J3 1> 3 «S $ to �1'S�• " 12> 11"W7-nZI33/0 mow"• — 7. Any additional comments? �7oved by: 8. Departme ctor esignee ate FOR DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY Verified by: I I Verified by: Department of and Budget APPROVED BY: Date 7 o PILAR SAENZ-BUTLER CIP ADMINISTRATOR Budget Analyst Date 99--5"78 • • FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 6 /28/ 1999 Job Number.: B-3266B PROJECT NAME: RECREATION BUILDING ROOF REPLACEMENT CIP Number.: 331053 LOCATION: African Square Park-1400 NW 62nd STREET MIAMI, FL. PROJECT MANAGER: Allan I. Poms / Antonio E. Perez OTHER TYPE: S.N.P.B. 0 ASSOCIATED DEPARTMENT: Parks & Recreation FEDERAL ( CDBG ): EMERGENCY: RESOLUTION No.: BID REQUEST: FORMAL RW INFORMAL DESCRIPTION: Investigate the condition of existing deteriorated roof. Prepare plans and specifications for the replacement of the roof membrane system, flashin s, deteriorated insulation and structure, and roof accessories and for miscellaneous code required related work, including raisin the A/C equipment Outside consultants, Architectural Design Consortium ADC , have been engaged to do the architectural work on an hourly basis under their miscellaneous ro'ects contract. CDBG funds to be used for the project which requires use of Davis- Bacon Act Wages. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST (% OF CONST. COST) TESTING/ SURVEY / PLAT $ $ OUTSIDE DESIGN $ (E) $ (E) % P.W.DESIGN/PROJECT MGMT. $ $ % ADVERTISING $ (E) $ (E) CONSTRUCTION $ $ 43,000.00 (BID) CONST.ADMINISTRATION $ 2,976.00 $ 7 % OTHER: ( PERMITS) $ (E) $ (E) SUBTOTAL $ 45,976.00 7 % (P.W. ENG. FEE) (EC) - EST. CONST. COST $36,449.00 TOTAL $ 45,976.00 (E) - ESTIMATE CONTRACTOR'S INFORMATION: CLASS: © F7S NON - MINORITY TYPE OF WORK: ROOFING MINORITY 0Fffffi0 YEARS OF ESTABLISHMENT: 7 years LICENSE CC-CO16156 NAME: A-1 DURAN ROOFING TELEPHONE: (305) 696-9380 ADDRESS: 595 W. 18 ST. HIA-EAH , FL. 33010 CONTACT PERSON: FRANK RAPOSO CLASS: J = JOINT P = PRIME S = SUB MINORITY: B = BLACK H = HISPANIC F = FEMALE SUB -CONTRACTORS: NAMES: Decon Env. CJ-CO56693 Local A/C CA-0039647 C.1My DocumenM\EXCELIDINNER KEY1H-1O881FACT SHEET XLS RETURN TO PUBLIC WORKS AFTER SIGNED COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE, ASSOCIATED DEPT, CIP MANAGER REV. 8/97 99-- 578 File: \\DATASERVER2_5\BLDIST\BUDGET\SCI\0109610.REQ POM ID: FN/SC/PO/CF/RPT10 C I T Y O F M I A M I PAGE 10- 1340 RUN DATE: 06/19/1999 DETAILED REVENUE AND EXPENDITURES BY PROJECT RPT RFC:REPORT 10 09 FISCAL MONTH AS OF 06/18/1999 FUND 30 CAPITAL PROJECTS FUND PROJECT 331053 AFRICAN SQUARE PARK RENOVATION-ORD. 10364-CD#70240 ENTITLEMENT PERIOD 01/14/88 TO 12/31/55 PORTION EXPIRED 16.8 % STATUS ACTIVE INDEX MIN % OF REVISED * * * REVENUES / EXPENDITURES * * * OUTSTANDING REMAINING CODE OBJ DESCRIPTION BUDGET TOTAL BUDGET CURR MONTH CURR Y-T-D TOTAL T-D ENCUMBRANCE BALANCE R E V E N U E S * * * * 026132 REV. CAP. PROJ.- FD. 32 - PROJ 094 INTEREST ON INVESTMENT 95.1 140 TRANSFER FROM COMMUNITY DEVELO 47.1 564 GUARANTEE ENTITLM. REV. BDS. ' 100.0 586 STATE/FLA DIRECT APPROPR. FY'9 100.0 734 96 SAFE NEIGHBORHOOD PKS BOND 987 STATE/FLA. DIRECT APPROPR. FY' 100.0 996 SUNSHINE STATE BOND POOL PROCE 100.0 INDEX CODE 026132 88.1 TOTAL REVENUES 88.1 E X P E N D I T U R E S 319201 DESIGN/ARCH ORIJ. NO. REQUIRED 230 PROFESSIONAL SERVICES - ARCHIT 100.0 287 ADVERTISING 52.6 533 POSTAGE 108.7 792 ENGINEERING - PUBLIC WORKS 100.0 INDEX CODE 319201 94.9 319301 CONSTRUCTION PROJ. NO. REQUIRE 792 ENGINEERING - PUBLIC WORKS 89.9 830 IMPROVEMENTS OTHER THAN BUILDI 100.0 860 CONSTRUCTION IN PROGRESS 92.5 INDEX CODE 319301 93.3 579501 ADMINISTRATION PROJECT NO RE 776 INDIRECT COST ALLOCATION 100.0 INDEX CODE 579501 100.0 14,000 150,000 307,200 50,000 21,000 200,000 107,800 850,000 850,000 15,000 2, 110 8 2,580 19,698 11,373 11,373 11,373 11,373 11,373 11,373 12,934 12, 934 ;, 6° Il, 68, 631 482, �- A%,:k,­7S-? sr74-12$6- 79 79 RUN DATE: 06/19/1999 DETAILED REVENUE AND EXPENDITURES BY PROJECT 09 FISCAL MONTH AS OF 06/18/1999 Fdw 30 CAPITAL PROJECTS FUND PROJECT 331053 AFRICAN SQUARE PARK RENOVATION-ORD. 10364-CD#70240 ENTITLEMENT PERIOD 01/14/88 TO 12/31/55 13,318 70,756 307,200 50,000 200,000 107,800 749,074 749,074 12, 934 1,110 8 2,580 16,633 23,168 68,631 446,756 538,556 79 79 RPT RFC:REPORT 10 681 79,243 21,000 100,925 100,925 2,066 999 2,066 998 2,599 36,050 38,649 • Page: 1 (continued) File: \\DATASERVER2 5\BLDIST\BUDGET\SCI\0109610.REQ PORTION EXPIRED 16.8 % STATUS ACTIVE INDEX MIN % OF REVISED * * * REVENUES / EXPENDITURES * * * OUTSTANDING REMAINING CODE OBJ DESCRIPTION BUDGET TOTAL BUDGET CURR MONTH CURR Y-T-D TOTAL T-D ENCUMBRANCE BALANCE E'X P E N D I T U R E S 589101 LAND ACQ. PROJ # REQUIRED 250 PROFESSIONAL SERVICES - LEGAL 400 400- 270 PROFESSIONAL SERVICES - OTHER 93.8 11,000 10,323 676 INDEX CODE 589101 97.4 11,000 10,723 276 589201 DESIGN/ARCH. PROJ # REQUIRED 230 PROFESSIONAL SERVICES - ARCHIT 99.6 69,653 69,402 250 287 ADVERTISING 100.0 1,455 1,455 533 POSTAGE 100.5 143 143 650 INSURANCE - LIABILITY 100.0 2,415 2,415 792 ENGINEERING - PUBLIC WORKS 100.0 6,824 6,824 793 OZALID BILLINGS 100.0 5,727 5,727 830 IMPROVEMENTS OTHER THAN BUILDI 100.0 1,059 1,059 INDEX CODE 589201 99.7 87,276 87,027 248 589301 CONSTRUCTION - PROJ # REQUIRED k S , 830 IMPROVEMENTS OTHER THAN BUILDI 77.9 53,150 40,000 26,334 860 CONSTRUCTION IN PROGRESS 711.2 257 22,388 22,131- INDEX CODE 589301 96.4 11-� 75,538 40,000 4,203 589305 CONSTRUCTION-SNPB 287 ADVERTISING 1,000 1,000 860 CONSTRUCTION IN PROGRESS 20,000 20,000 INDEX CODE 589305 21,000 21,000 589501 ADMINISTRATION - PROJ # REQUIR 602 INTEREST EXPENSE 99.6 14,000 13,950 49 776 INDIRECT COST ALLOCATION 6,566 6,566- INDEX CODE 589501 146.5 14,000 20,516 6,516- TOTAL EXPENDITURES 93.0 850,000 12,934 749,074 42,066 58,859 RECAP: REVENUES LESS EXPENDITURES 11,373 1,560- �4 E Page: 1 • q1i OF Q1188is ei n r 7 �O G�tc �04 Budgetary Impact Analysis 1. Department ?UbiIG 1" Division l-'�00W 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: C/' �D• �33/O�S . 4. 5. go 7. Is this item related to revenue? NO: 1V YES (If yes, skip.to item #7. Are ther sufficient funds in e Item? Z 3% ' YES: V Index Code -OR S ONE Minor Obj. Code Amount $ !I U a* ' r 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 Ob'ectlPro'ect No. From $ To $ Any additional comments? owed by: 8. Departme irecto esignee ate FORD PARTMENT OF MANAGEMENT AND BUDGET USE ONLY Verified by: 11 Verified by: Department of 11 and Budget Di r/Designee APPROVED BY: Date i 11 rI'iCAR SAENZ-BUTLER CIP ADMINISTRATOR Budget Analyst Date 9 9 - 578 • FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 6 /28/ 1999 Job Number.: B-3266C PROJECT NAME: RECREATION BUILDING ROOF REPLACEMENT CIP Number.: 333108 LOCATION: Robert King High Park-7025 W. Fla ler Street Miami, FL. PROJECT MANAGER: Allan I. Poms / Antonio E. Perez OTHER TYPE: S.N.P.B. ASSOCIATED DEPARTMENT: Parks & Recreation FEDERAL ( CDBG ): 0 EMERGENCY: 0 RESOLUTION No.: BID REQUEST: FORMAL 02 INFORMAL DESCRIPTION: Investigate the condition of existing deteriorated roof. Prepare plans and specifications for the replacement of the roof membranes stem, flashin s, deteriorated insulation and structure, and roof accessories and for miscellaneous code required related work. Outside consultants, Architectural Design Consortium (ADC), have been engaged to do the architectural work on an hourly basis under their miscellaneous projects contract. CDBG funds to be used for the project which requires use of Davis -Bacon Act Wages. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST (% OF CONST. COST) TESTING/ SURVEY / PLAT $ $ OUTSIDE DESIGN $ (E) $ (E) % P.W.DESIGN/PROJECT MGMT. $ $ % ADVERTISING $ (E) $ (E) CONSTRUCTION $ $ 13,000.00 (BID) CONST.ADMINISTRATION $ 2,978.00 $ 7 % OTHER: ( PERMITS) $ (E) $ (E) SUBTOTAL $ 15,978.00 7 % (P.W. ENG. FEE) (EC) - EST. CONST. COST $25,701.00 TOTAL $ 15,978.00 (E) - ESTIMATE CONTRACTOR'S INFORMATION: CLASS: ® NON - MINORITY TYPE OF WORK: ROOFING MINORITY © FF YEARS OF ESTABLISHMENT: 7 years LICENSE CC-0016156 NAME: A-1 DURAN ROOFING TELEPHONE: (305) 696-9380 ADDRESS: 595 W. 18 ST. HIALEAH , FL. 33010 CONTACT PERSON: FRANK RAPOSO CLASS: J = JOINT P = PRIME S = SUB MINORITY: B = BLACK H = HISPANIC F = FEMALE SUB -CONTRACTORS: NAMES: Decon Env. CJ-CO56693 Local A/C CA-0039647 C\M Documents\EXCEL\DINNER KEY\H-1086\FACT SHEET XLS RETURN TO PUBLIC WORKS AFTER SIGNED COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE, ASSOCIATED DEPT, CIP MANAGER REV. 8/97 99- 578 File: \\DATASERVER2 5\BLDIST\BUDGET\SCI\0109610.REQ PGM ID_: FN/SC/PO/CF/RPT10 C I T Y O F M I A M I PAGE 10- 1692 RUN DATE: 06/19/1999 DETAILED REVENUE AND EXPENDITURES BY PROJECT RPT RFC:REPORT 10 09 FISCAL MONTH AS OF 06/18/1999 FUND 30 CAPITAL PROJECTS FUND PROJECT 333108 ROBERT KING HIGH PARK IMPROVEMENTS ENTITLEMENT PERIOD 09/30/97 TO 09/30/99 PORTION EXPIRED 87.5 % STATUS ACTIVE INDEX MIN % OF REVISED * * * REVENUES / EXPENDITURES * * * OUTSTANDING REMAINING CODE OBJ DESCRIPTION BUDGET TOTAL BUDGET CURR MONTH CURR Y-T-D TOTAL T-D ENCUMBRANCE BALANCE R E V E N U E S * * * * 026132 REV. CAP. PROJ.- FD. 32 - PROJ 734 96 SAFE NEIGHBORHOOD PKS BOND 12.9 173,900 22,519 22,519 151,380 �. INDEX CODE 026132 12.9 173,900 22,519 22,519 151,380 TOTAL REVENUES 12.9 173,900 22,519 22,519 151,380 E X P E N D I T U R E S * * * * 319205 DESIGN/ARCH. - SNPB 230 PROFESSIONAL SERVICES - ARCHIT 100.0 11,000 8,250 8,250 2,750 287 ADVERTISING 1,000 1,000 792 ENGINEERING - PUBLIC WORKS 37,800 37,800 INDEX CODE 319205 22.0 49,800 8,250 8,250 2,750 38,800 319305 CONSTRUCTION-SNPB 830 IMPROVEMENTS OTHER THAN BUILDI 91,000 91,000 INDEX CODE 319305 91,000 91,000 589205 DESINGN/ARCH-SNPB 287 ADVERTISING 1,000 1,000 533 POSTAGE 100 100 ,ie 773 INTERNAL SERV CHGES PRINT SHOP 1,000 1,000 INDEX CODE 589205 2,100 2,100 589305 CONSTRUCTION-SNPB 860 CONSTRUCTION IN PROGRESS 99.1 31,000 9,995 30,736 263 INDEX CODE 589305 99.1 31,000 9,995 30,736 263 TOTAL EXPENDITURES 24.0 173,900 18,245 38,986 2,750 132,163 RECAP: REVENUES LESS EXPENDITURES 4,273 16,467- pea Page: 1 1 V, 11YOr-ter 4 4� cc cc RECREATION BUILDING ROOF REPLACEMENT Project Number: B-3266 A,B & C CIP Number: 331070, 331053, 333108 Project Manager: Allan I. Poms/ Antonio E. Perez Date: 6 / 10 / 1999 Person who received the bids: Antonio E. Perez Received at: City Clerk's Office, Miami City Hall Construction Estimate = $ 112,617.00 Time: 10:00 a.m. BIDDER A -I DURAN ROOFING, INC. UNLIMITED ROOFING SERV. COMMERCIAL CONST. SERV. CAPITAL INDUSTRIES ASS. ADDRESS 595 W. 18th ST. HIALEAK FLORIDA 33010 1824 NW 21 TERR. MIAK FLORIDA 33142 600 BRICKELL AVB. 42O3A MIAMI, FLORIDA 33131 9811 NW 80th AVE H 7v HIALBAK FLORIDA 33016 BID BOND AMOUNT 5% BID BOND 5% BID BOND Check 4 318905 ( $5,964.20) ($120,000.00) BID BOND IRREGULARITIES C MINORITY OWNED YES YES Y13S NO ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL, UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID: Total of Bid: 3266A, B & C $99,000.00 $109,600.00 $119,284.00 $120,000.00 And Contingency allowance African Square Park Aso. Bldg. ( B-3266A ). Job consists $43,000.00 $33,700.00 $39,205.00 $40,000.00 approximately 4,600 e.f. of modified bitumen roofing system $50,000.00 2 Athalle Range Park Roo Bldg. (B-3266-B ). Job Consists $32,000.00 $46,000.00 $46,929.00 approximately 6,300 s.f. of modifled bitumen roofing system 3 Robert King High Park Recreation Building ( B-3266-0). $13,000.00 $18,900.00 $22,150.00 $19,000.00 Job consist of approximately 3,400 s.f. of modified bitumen Roofing System. Contingency Allowance, the lump sum of $11,000.00 $11,000.00 $11,000.00 $11,000.00 • IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE A — No Power -of -Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM A-1 DURAN B — No Affidavit a1 to Capital & Surplus of Bonding Company ROOFING, INC. FOR THE TOTAL AMOUNT OF $ 99,000.00 C — Corrected Bid Amount D — Proposal Unsigned or Improperly Signed or no Corporate Seal E — Sub-conlractor(s) not Identified It $he abQvc contra or s not the lowest bidder exlutti: F — Non - responsive bid Ci — Improper Bid Bond AV H — No t.:ertrticate of Competency Number 1 — No Nust Source Hiring Compliance Statement 9� i — No Minority Compliance Statement K — No lhiplicate Hid Proposal L — No City of Mums or County Occupational License SHEET 1 OF 2 11 • FORMAL BID RECREATION BUILDING ROOF REPLACEMENT Project Number: B-3266 A,B & C CIP Number: 331070, 331053, 333108 Project Manager: Allan I. Poms/ Antonio E. Perez Date: 6 / 10 / 1999 Person who received the bids: Antonio E. Perez Received at: City Clerk's Office, Miami City Hall Construction Estimate = $ 112,617.00 Time: 10:00 a.m. BIDDER THERMA SEAL ROOF INC. EDFM CORPORATION FIRST METRO BUILDERS ADDRESS 1333 53rd ST. WEAST PALM BEACH, FLORIDA 33407 10021 SW 98th AVE.. NUAMI, FLORMA 33176 2957 NW 27th ST. OAKLAND, FLORIDA 33311 BID BOND, AMOUNT 5% BID FOND BID VOUCHER ($15,000.00) BID BOND IRREGULARITIES MINORITY OWNED YES YES YES NO ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL, UNIT PRICE TOTAL, UNIT PRICE TOTAL BASE BID: Total of Bids 3266A, B & C $135,290.00 $155,850.00 $177,650.00 And Contingency allowance 1 African Square Park Roo. Bldg. ( B-3266A ). Job consists $60,000.00 $62,500.00 $56,750.00 approximately 4,800 s.f. of modified bitumen roofing system 2 Athalle Range Perk Rec Bldg. (;B-3266-B ). Job Consists $45,515.00 $49,050.00 $67,900.00 approximately 6,300 9.1, of modified bitumen roofing system 3 Robert King High Park Recreation Building (B-3266-C ). $18,775.00. $33,300.00 $42,000.00 - Job consist of approArrmtely 3,400 s.f. of modlfled bitumen Roofing System.. Contingency Allowance, -the lump sum of $11,000.00 $11,000.00 $11,000.00 * IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE A — No Power - of - Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM A-1 DURAN B — No Affidavit as to Capital A S.;,-pl.,t, of Balding Company ROOFING, INC FOR THE TOTAL AMOUNT OF $ fiti,000,00 C — Corrected Bid Amount D .— Proposal Unsigned or Improperly Signed or no Corporate Seal E — Sub -contractors) not Identified It the above contr for tS not the lowest bidder explain: F — Non - responsive bid U — Improper Bid Bond H — No Certificate of Competency Number 1 — No Firat Source Hiring Compliance Statement 1 — No Minority Compliance Statement l/ q9 K — No lhrplicate Bid Proposal L — No City of Miami or County Occupational Lteense SHE1 '1' 'L OF 2 E • BID ITEM: BID NO: DATE BID(S) OPENED CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST RECREATION BUILDING ROOF REPLACEMENT B-3266A, B, C/` 98-99-119 f JUNE 10, 1999 TIME 10:00 a.m BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK UNLIMITED ROOFING SERVICES $ 98,600.00 B.B. 5% A-1 DURAN ROOFING, INC. 99,000.00 B.B. 55 COMMERCIAL CONTRUCTION SERVICES, INC. 119,284.00 GhFC �68905 SSB.B. CAPITAL INDUSTRIES ASSOCIATES, CO. 120,000.00 $ 120,OOo. We receiv was sent d only one c to P.W. py of the bid whi THERMA.SEAL ROOF INC. 135,290.00 B.B. 5% FIRST METRO BUILDERS, INC. 177,650.00 B.B. $ 15,000. EDFM CORPORATION 155,850.00 B.B. VOUCHER . offers W I "Offers from the venens fisted here% re tlg only f Y R received timely am of ihe 'ore3 + other offers submitted to response to fills -- solicitation, if any, are hereby re;erte, M I wr receiving bras) -rtFBLIf WURI"S -DEPARTMENT (City Department) SIGNED: City City Clerk received ( ) envelops on behalf of on (Date) 1 I( TO : Walter J. Foeman City Clerk FROM V �� TO y Prat Departme of Public Works CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE : May 5, 1999 FILE : B-3266A,B,C SUBJECT: "RECREATION BUILDING ROOF REPLACEMENT" � G REFERENCES: ENCLOSURES: 1 Please note that contractors will submit bids for the following project: "RECREATION BUILDING ROOF REPLACEMENT; B-3266A, B,C", on Thursday, June 10`h, 1999, 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, Antonio Perez, 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 `1 _+ a Encl. o-�;�i l�l c: John Jackson rn-r Yvette Smith Project Manager ?' File "' tJ1 BID NO. 98-99-119 ADVERTISEMENT FOR BIDS ti Sealed bids for "RECREATION BUILDING ROOF REPLACEMENT, B-3266A, B-3266B, B-3266C" will be received by the City Clerk of the City of Miami, Floridaat 10:00 A.M. on the 101h day of June, 1999, 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 F be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. The project consist of all labor, materials and equipment for the replacement of roof membrane systems, flashings, deteriorated insulation and structure for Athalie Range, African Square and Robert King High Recreation Buildings. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87- 915. For technical questions regarding plans and specifications, please contact Antonio Perez at (305) 416-1243. 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. 2"d Avenue, 8th Floor, Miami, Florida 33130, on or after May 191h, 1999. 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 must submit an Affirmative Action Plan with their bids. (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 the Department 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-3266A, B-3266B, B-3266C, Req.05432). Donald H. Warshaw City Manager CASH CHECKS TOTAL .DATE CITY OF MIAMI DEPARTMENT OF FINANCE CASH RECEIPTS FORM RECEIVEDFROM: Departme4lDlvislon/ Prepared by: Page ( of / �imm9��eo3A�,mli mop ■�m���nm���m � MENNEN r jeform.Xl8 ,r"