HomeMy WebLinkAboutR-98-0344J-98-352
03/19/98 RESOLUTION NO. 9 8 344
A RESOLUTION ACCEPTING THE BID OF BENNETT ELECTRIC
SERVICE COMPANY, INC., IN THE PROPOSED AMOUNT OF
$29,960.00, TOTAL BID OF THE PROPOSAL, FOR THE
PROJECT ENTITLED "PEACOCK PARK ROLLER HOCKEY COURT
LIGHTING, B-6283", ALLOCATING FUNDS THEREFOR FROM
PROJECT NO. 331359, AS APPROPRIATED BY THE FISCAL
YEAR 1995-1996 CAPITAL IMPROVEMENT ORDINANCE NO.
11337, AS AMENDED, IN THE AMOUNT OF $29,960.00 TO
COVER THE CONTRACT COST AND $7,840.00 TO COVER THE
ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF
$37,800.00; AUTHORIZING THE CITY MANAGER TO EXECUTE
A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, WITH SAID FIRM.
WHEREAS, sealed bids were received February 19, 1998, for "Peacock Park
Roller Hockey Court Lighting, B-6283"; and
WHEREAS, the City Manager and the Director of the Department of Public
Works recommend that the bid from Bennett Electric Service Company, Inc. be
accepted as the lowest responsible and responsive bid; and
WHEREAS, the Fiscal Year 1995-1996 Capital Improvement Ordinance No.
11337, as amended, appropriated monies for the proposed amount of the
contract, project expenses, and incidentals, under project No. 331359;
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 thereto and incorporated herein as if
fully set forth in this Section.
CITY COMNIISSION
MEETING OF
APR 14 1998
RewI"
98-- 344,
Section 2. The February 19, 1998 bid of Bennett Electric Service
Company, Inc., in the proposed amount of $29,960.00, for the project entitled
"Peacock Park Roller Hockey Court Lighting, B-6283", for the total bid of the
proposal, based on lump sum prices, is hereby accepted at the price stated
therein.
Section 3. The total estimated project cost of $37,800.00 is hereby
allocated from Project No. 331359 as appropriated by the Fiscal Year 1995-1996
Capital Improvement Ordinance 11337, as amended. Said total project cost
consists of the $29,960.00 contract cost and $7,840.00 estimated expenses incurred
by the City.
Section 4. The City Manager is hereby authorized' to enter into a
contract, in a form acceptable to the City Attorney, on behalf of the City of Miami
With Bennett Electric Service Company, Inc., for "Peacock Park Roller Hockey Court
Lighting, B-6283", total bid of the proposal.
Section 5. This Resolution shall become effective immediately upon its
adoption.
PASSED AND ADOPTED this 14th day of _ April , 1998.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislatt'•n re^,°r
becomes effective with the elapse of tA
from the date of Commissicr,
ATTEST: regarding same, without the Mayor eo.
iter eman, City Clerk
WALTER J. FOEMAN, CITY CLERK
' 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
98- 344
SUBMITTED BY:
ES J. KA , OR
PUBLIC WORKS7PART NT
CAPITAL PROJECT REVIEW:
ILAR SAENZ-BUTLER, ADMINISTRATOR
PREPARED AD t))APMOVED BY:
YAMI,tE Nj?aRRE RE
ASSISTAW CITY ATTO
APPROVED AS TVORM AND CORRECTNESS:
WRD MA ELL
EL dSI
BUDGETARY REVIEW:
DIPAK PAREKH, DIRECTOR
OFFICE OF BUDGET AND
MANAGEMENT ANALYSIS
FINANCIAL R
PTROLLER
98- 344
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Honorable Mayor and
Members of the City Commission
FROM : Jose Garcia -Pedrosa
City Manager
RECOMMENDATION:
A=17
DATE : Apr 11 14, 1998 FILE :
SUBJECT : Resolution Awarding Contract
for Peacock Park Roller Hockey
Court Lighting - B-6283
REFERENCES:
ENCLOSURES:
It is respectfully recommended • that the City Commission adopt the attached
Resolution accepting the bid of BENNETT ELECTRIC SERVICE COMPANY INC., a
company located within the City of Miami, whose principal is John Higgins,
President, for "Peacock Park Roller Hockey Court Lighting, - B-6283 received
February 19, 1998, in the amount of $29,960.00, Total Bid; authorizing the City
Manager to enter into a contract with the City.
Previous work with City: Hadley Park Rehabilitation Sport Lighting/Ph.11 - July/1993
BACKGROUND
Amount of Total Bid: $29,960.00 % of Cost Estimate: 71%
Cost Estimate: $42,000.00
Source of Funds: Project No. 331359, as appropriated by Fiscal Year 1995/1996
Capital Improvement Ordinance No. 11337, as amended.
Minority Representation: 260 invitations mailed
6 contractors picked up specs
(2 Hispanic, 0 Black, 1 Female)
3 contractors submitted bids -
(1 Hispanic, 0 Black, 0 Female)
Public Hearings/Notices: No
Discussion: The Department of Public Works has evaluated the bids received on
February 19, 1998 and determined that the lowest responsible and responsive bid,
in the amount of $29,960.00 is from BENNETT ELECTRIC SERVICE COMPANY, INC., a
non -minority controlled corporation. Funds are available to cover the contract
cost, and for such incidentals as postage, blueprinting, advertising, and
�J�?eproduction costs.
if JGPWK
c: James J. Kay, Director, Public Works Department
ly., 98- 344
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE 3 / 2 / 1998
Job Number.: B-6283
PROJECT NAME: PEACOCK PARK ROLLER HOCKEY COURT LIGHTING
CIP Number.: 331359
LOCATION: 2820 MCFARLANE ROAD
PROJECT MANAGER: Jose A. Briz
OTHER TYPE:
FEDERAL PARTICIPATION:
ASSOCIATED DEPARTMENT: Parks and Recreation Dept.
ASSESSABLE:
EMERGENCY: 0
RESOLUTION No.:
BID REQUEST: FORMAL - INFORMAL
DESCRIPTION: The project consists of the fumishing of all labor, materials and equipment for the following:
Four concrete poles, teri luminaries, electrical distribution equipment and wires.
(IF NECESSARY, CONTINUE ON THE BACK)
SCOPE OF SERVICES:
PUBLIC WORKS
COST OUTSIDE COST (% OF CONST. COST)
SURVEY/PLAT
$ $
TESTING
$ (E) $ (E) %
DESIGN
$ 3,360.00 $ 8 %
ADVERTISING
$ 1,000.0 (E) $ (E)
CONSTRUCTION
$ $ 29,960.00 (BID)
CONTT. INSP & MANAGEMENT
$ 2,940.00 $ 7 %
OTHER: PERMIT FEES
$ (E) $ (E)
SUBTOTAL $ 37,260.00 15 %
INDIRECT COSTS (1.43%)
540.00 (E) (P.W. ENG. FEE)
CONTINGENCIES (5%)
(EC) - EST. CONST. COST $42,000.00 TOTAL $ ' 37,800.00
(E) - ESTIMATE
CONTRACTOR'S INFORMATION:
CLASS: =J FF � =
NON - MINORITY
TYPE OF WORK: ELECTRICAL
MINORITY F7B = 0
YEARS OF ESTABLISHMENT: 40 years
LICENSE C.C.000013233
NAME: BENNETT ELECTRIC SERVICE CO. INC. TELEPHONE: (305) 759-1665
ADDRESS: 6400 NE 4TH COURT
CONTACT PERSON: STEVE MCCONAUGHY CLASS: J = JOINT P = PRIME S = SUB
MINORITY: B = BLACK H = HISPANIC F = FEMALE
SUB -CONTRACTORS:
NAMES.
C \My Documents\EXCEL\MIAMARINA\H-1014-MFACT SHEET XLS RETURN TO PUBLIC WORKS AFTER SIGNED
COPIES: ASSISTANT DIRECTORS, COST ANALT lS, FILE, ASSOCIATED DEPT, CIP MANAGER REV. 8197
98- 344
r—
FORT' ' BID
PEACOCK PARK ROLLER HOCKEY COURT LIGHTING
Project Number: B-6283 CIP Number: 331359
Project Manager: IOSF: A RRI7 Date: 2 / 19 � 98
Person who received the bids: JOSE A. BRIZ Received at: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = 42,000.00 Time: 10:00 A.M.
BIDDER
ELECTRICAL CONTRACTOR
SERVICE, INC.
STAN ELECTRICAL
CONTRACTOR
BENNETT ELECTRIC CO.
ADDRESS
2294 WEST 78 ST.
13825 SW 88 STREET
6900 NE 4th. CT.
BID BOND AMOUNT
B.B. = 5,000.00
OFFICIAL CHECK =1,500.00
B.B. = 2500.00
IRREGULARITIES
A
K
MINORITY OWNED
NO
YES
NO
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
PRICE
TOTAL
PRICE
TOTAL
BASE BID: TOTAL ITEMS 1 — 4
$29.960.00
$29.999.00
$31.930.00
1
FURNISHING do INSTALLATION OF FOUR POLES
$8.960.00
$9,333.00
$9.208.00
2
FURNISHING do INSTALLATION OF E. DISTRIBUT
DN
i12,000.00
i9,333.00
;11,022.0
3
FURNISHING do INSTALLATION OF 10 FDIT.
i7,000.00
$9,333.00
$9,700.00
4
PROVISION FOR SPECIAL ITEMS
=2,000.00
$2.000.00
=2,000.00
• IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROMBENN TT ELECTRIC
B - No Affidavit as to Capital h surplus of Bonding Company SERVICE CO. INC FOR THE TOTAL AMOUNT OF 29,960.00
C — Corrected Extensions
D — Proposal Unsigned or improperly Signed or no Corporate seal E —Incomplete ExtensionsIf the above contractor is not the lowest bidder explain:
F — Non —responsive bid Bennet Electric Service Company, Inc. (BES) primary office is located
G — Improper Bid Bond — In fie-C1--oT laml -BES-61d amounE is -wit Ifi-Ii09Fo- �',l--f -- ----
H — Corrected Bid---------------'---r------f---------- --------------------------
I — No First Source Hiring Compliance statement Co__ntracting Service-�E-- bid -and-has-ac-cepted_to �erforin the_work__
7 — No Minority Compliance Statement __���$ bld_R�1gc��e �i� �octe,_���tjQ�_1@=1_lill---_-_ K — No Subcontractor ocupationai License No. ----------
-------------------------SHEET 1 OF 1
/o -2/2G /5��3
-352
9/98
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF BENNETT ELEC IC
SERVICE COMPANY, INC., IN THE PROPOSED AMOU OF
$29,960.00, TOTAL BID OF THE PROPOSAL, FYR THE
PROJECT ENTITLED "PEACOCK PARK ROLLER HOC COURT
GHTING, 6-6283", ALLOCATING FUNDS THE OR FROM
P JECT NO. 331359, AS APPROP/EDTHE FISCAL
YE 1995-1996 CAPITAL IMPROVENANCE NO.
1133 AS AMENDED, IN THE AMO,960.00 TO
COVER HE CONTRACT COST AND $COVER THE
ESTIMA EXPENSES, FOR AN ESTIAL COST OF
$37,800. AUTHORIZING THE CITYO EXECUTE
A CONTRA IN A FORM AC PT
TO THE CITY
ATTORNEY, H SAID FIRM.
WHEREAS, sealed bids W e ceived February 19, 1998, for "Peacock Park
Roller Hockey Court Lighting 6283"; a
WHEREAS, the Ci Manager and t Director of the Department of Public
Works recom/th
t the bid from Benn Electric Service Company, Inc. be
accepted as tresponsible and responsi bid; and
WHEREiscal Year 1995-1996 Capita Improvement Ordinance No.
11337, as ended, appropriated monies for the roposed amount of the
contract, roject expenses, and incidentals, under projec No. 331359;
r"
OW, THEREFORE, BE IT RESOLVED BY THE COMMISSIO OF THE CITY OF MIAMI,
FLO DA;
i
j' Section 1. The recitals and findings contained in t\reamble to this
Resolution are hereby adopted by reference thereto and incorein as if
fully set forth in this Section.
CITY OF MIAMI OFFICE OF THE CIT ► JERK
BID SECURITY LIST
BID ITEM:
PEACOCK PARK ROLLER HOCKEY COURT LIGHTING B-6283
�t
BID NO.: 97-98-049
DATE BID(S) OPENED: FEBRUARY 19, 1998 TIME 10 : 0 0 a.m.
BIDDER
'
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
ELECTRICAL CONTRACTORS
$ 29,999.00
OFFICIAL CHECK
BENNETT ELECTRIC CO.
31,930.00
B.B.
ELECTRICAL CONTRACTING SERVICE INC.
2-,960.00
B.B. $ 5,000.00
Offers fron. tilt venrJOTS I°Stn; A herein
are the On. ,y
� r��a o�
other offers suhrnitt d i� e to
we ..
6
/," 4received ( 3 ) envelopes on behalf of
Peyton receiving bid(s)
PUBLIC WORKS DEPARTMENT on
(City Department) (Date)
SIGNE
eputy City Clerk
CASH _-
CHECKS /
TOTAL
CITY OF MIAMI
DEPARTMENT OF FINANCE
CASH RECEIPTS FORM
RECEIVED FROM-92p;
�—
DepartmenbDivision
Page % of % z
�s
Prepared
DESCRIPTIONISOURCE
SUBSIDIARY#
ACCOUNT CODE
1111111
�E�Ga�AA7
■
.
1111111�111111111
■
��911111111111111
■
illllllllllllllll
■
111�1111111111111�
111��111111
111
11111111111111111
1111111111111111
�1111111111111111
;eform.Xis
r ts' t k°Eri�l f w7{SIr elk .�. f
„\ ql
k
NAME
OMCE Ik�t Kew�It' Of icif qt QEC�RICA.'E NAMP
PAY fK TMM FIVE MM UJFM M M CEN H
TO WI1Y OF MIIMIH
THE#f
ORDER
OF
DRAWER: BARNErr BANK
�% 9y �bgr6tetl PaylirealA.
the Engkivowf;, Cowraao
oit
n0600 LO L 50 3i1' l: LO 20000 L8e:8 L09 3 7 7 5 36404809P
TO : Walter J. Foeman
City Clerk
J
FROM : 'Pony Pr
Department of Public Works
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE : January 27, 1998 FILE: B-6283
SUBJECT: PEACOCK PARK ROLLER
HOCKEY COURT LIGHTING G�
REFERENCES:
ENCLOSURES:
Please note that contractors will submit bids for the following project:
"PEACOCK PARK ROLLER HOCKEY COURT LIGHTING, B-6283" on Thursday, February
19TH 1998, 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.
30.
rn
/TP 0`
0
Enc.
a
�
S 0
•�-i
cc: John Jackson
Merilynn Renshaw > 2!
01
Project Manager
BID NO.97-98-049
ADVERTISEMENT FOR BIDS
Sealed bids for "PEACOCK PARK ROLLER HOCKEY COURT LIGHTING, B-6283" will
be received by the City Clerk of the City of Miami, Florida at 10:00 A.M.. on the 19th day of
February, 1998, 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 Clerk.
The project consist of the furnishing of all labor, equipment and materials for the construction of a
new lighting system. City regulations will allow bidder to furnish bid bonds in accordance
with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as
presented in the documents and specifications, please contact Jose A. Briz, Project Manager, at
(305) 416-1209 Prospective bidders will be required to submit, their bid a copy of the
appropriate Certificate of Competency, as issued by Dade County, in accordance with
Chapter 10 of the Metropolitan 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.
Specifications and plans may be obtained from the Office of the Director of Public Works, 444
S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after February 3, 1998. 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 $20.00 deposit required
for the first set of specifications and plans. Additional sets may be purchased for a fee of$20.00
per set and this is not refundable. Deposits will be refunded only upon their return of one set of
specifications and plans to the Department of Public Works, unmarked and in good condition
within 14 working days after the opening of the bids.
Bidders are alerted to the provisions of Ordinance 10062 and 10538 regarding allocation of
contracts to minority vendors, contractors, and subcontractors.. All bidders must also 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-6283, Req. 04926).
Jose Garcia -Pedrosa
City Manager