HomeMy WebLinkAboutR-98-0667J-98-696
7/1/98
RESOLUTION No. 9 8- 667
A RESOLUTION ACCEPTING THE BID OF
ELECTRICAL CONTRACTING SERVICE, INC., IN
THE PROPOSED AMOUNT OF $95,050.00, TOTAL
BID OF THE PROPOSAL FOR THE PROJECT
ENTITLED "MORNINGSIDE PARK SECURITY
LIGHTING PROJECT, B-6278"; ALLOCATING FUNDS
THEREFOR FROM PROJECT NO. 331313, AS
APPROPRIATED BY CAPITAL IMPROVEMENT
ORDINANCE NO. 11623, AS AMENDED, IN THE
AMOUNT OF $95,050.00 TO COVER THE CONTRACT
COSTS AND $19,323.25 TO COVER THE ESTIMATED
EXPENSES, FOR AN ESTIMATED TOTAL COST OF
$114,373.25; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT, IN A FORM
ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID
FIRM.
WHEREAS, sealed bids were received May 28, 1998, for the
project entitled "Morningside Park Security Lighting Project,
B-627811; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from Electrical
Contracting Service, Inc. be accepted as the lowest responsible
and responsive bid; and
WHEREAS, Capital Improvement Ordinance No. 11623, as
amended, appropriated monies for the proposed amount of the
contract, project expenses, and incidentals under Project
No. 331313;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
CITY COMMISSION
MEETING OW
J U L 1 4 1998
Resolution No.
98 6b7
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble of this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The May 28, 1998 bid of Electrical
Contracting Service, Inc., in the proposed amount of $95,050.00,
for the project entitled "Morningside Park Security Lighting
Project, B-6278" 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 costs of
$114,373.25 is hereby allocated from Project No. 331313, as
appropriated by Capital Improvement Ordinance No. 11623, as
amended. Said total project cost consists of the $95,050.00
contract costs and $19,323.25 estimated expenses incurred by the
City.
Section 4. The City Manger is hereby authorizedll to
enter into a contract, in a form acceptable to the City Attorney,
on behalf of the City of Miami with Electrical Contracting
Service, Inc. for "Morningside Park Security Lighting Project,
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 - 98 ` 66
B-627811, total bid of the proposal.
Section 5. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.2,/
PASSED AND ADOPTED this 14th day of July , 1998.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approva.1 of
thi�,- legislation by sighing it in the designatedplace providea, said legislation n i
becomes effective with the elapse often (10) days fr thy; dam Cc�mmissic cticn
regarding same, without the Mayor gxercisi4-a�e j ' -)
ATTEST: Walter
WALTER J. FOEMAN
CITY CLERK
S MITTED BY:
JAMES J. IMY, D OR
DEPARTMENT OF PUBLIC WORKS
BUDGET ANDS AGEMENT ANALYSIS REVIEW:
i
DIPAK PARLFKH, DIRECTOR
APPROVEDr-AS TfD- FORM AND CORRECTNESS:
C
Clerk
CAPITAL PROJECT REVIEW:
PI R AENZ -BUT19ER
AIIMINISTRATOR
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.
- 3 -
98 - 667
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Honorable_ Mayor and Members
of the City Commission
CA-7
- � !�'�'
DATE iUL FILE
SUBJECT: Resolution Awarding Contract for
Morningside Park Security Lighting
Project, B-6278
FROM - , REFERENCES:
onald H. Warshaw ENCLOSURES : Resolution
City Manager
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached
resolution accepting the low bid of Electrical Contracting Service, Inc., whose
prinlipal is Charles H. Floyd, president, a company located in Hialeah, Florida, for
the project entitled MORNINGSIDE PARK SECURITY LIGHTING PROJECT, B-6278,
received on May 28, 1998, in the amount of $95,050.00 total bid, authorizing the
City Manager to enter into a contract on behalf of the City.
BACKGROUND
Work History with the City
1. Henderson Park Rehabilitation - Sportslighting, B-6239/H-1046 (1996)
2. Morningside Park Lighting Repairs, H-1040 (1995)
Amount of Bid: $95,050.00 % of Cost Estimate: \ 86.4%
Cost Estimate: $110,000.00
Source of Funds: Fiscal Year 1997-1998, CIP Ordinance 11623, Project 331313
Minority Representation: 185 Invitations mailed
4 Contractors picked up plans and specs
( 2 Hispanic, 0 Black, 0 Female)
1 Contractors submitted bids
( 0 Hispanic, 0 Black, 0 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
May 28, 1998, and determined that the lowest responsible and responsive bid, in
the amount of $95,050.00, is from Electrical Contracting Service, Inc., a non -
minority controlled corporation. Funds are available to cover the contract cost and
for such incidental items as postage, blueprinting, advertising and reproduction
costs.
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE 5 / 28 / 1998
Job Number.: B-6278
PROJECT NAME: MORNINGSIDE PARK SECURITY LIGHTING PROJECT
CIP Number.: 331313
LOCATION: 750 Northeast 55 Terrace, Miami, Florida
OTHER TYPE: —
PROJECT MANAGER: Andre'Bryan
FEDERAL PARTICIPATION:
ASSOCIATED DEPARTMENT: Parks and Recreation
ASSESSABLE:
EMERGENCY:
RESOLUTION No.:
BID REQUEST: FORMAL - INFORMAL Q
DESCRIPTION: The project consists of the furnishing of all labor, materials and equipment for the following:
1. The replacement of three 3) 400 W 'cobra -head' luminaires and six foot arms on existing les 8, 11 and 12.
2. Sixteen 16 40'-0' square concrete poles and sixteen 16 400 W 'post -tow luminaires.
3. New underground circuits, service equipment, pullboxes to complete the installation of item 2 above.
4. Two 2 250 W floodlight luminaires on existing le T-11 at the tennis courts.
5. Four 4) 35'-0' square concrete poles and four (4) 250 W ' st-to ' luminaires to illuminate the parking lot.
(IF NECESSARY, CONTINUE ON THE SACIQ
SCOPE OF SERVICES: PUBLIC WORKS
COST OUTSIDE COST (% OF CONST. COST)
SURVEY/PLAT $ $
TESTINGS $ (E) $ (E) %
DESIGN $ 8+8M•00 $ 8 %
ADVERTISING $ 1,000.00 (E) $ (E)
CONSTRUCTION $ $ 95,050.00 (BID)
CONST. INSP & MANAGEMENT $ 7,700.00 $ 7 %
OTHER: $ (E) $ (E)
SUBTOTAL $ 112,550.00 15 %
INDIRECT COSTS (1.4396) 1,823.25 (E) (P.W. ENG. FEE)
CONTINGENCIES (5%)
(EC) - EST. CONST. COST $110,000.00 TOTAL $ 114,373.25
(E) - ESTIMATE
CONTRACTOR'S INFORMATION:
CLASS: = ® 0 NON - MINORITY
TYPE OF WORK: Electrical Construction MINORITY F7B EH FF
YEARS OF ESTABLISHMENT: 13 years LICENSE ER0009815
NAME: Electrical Contracting Service, Inc. TELEPHONE: (305) 940-4049
ADDRESS: 2294 West 78 Street, Hialeah, FL 33016
CONTACT PERSON: Charles H. Floyd, President rim J - JOINT P . PRIME S - SUB
MINORITY: B - BLACK H - HISPANIC F . FEMALE
SU13-CONTRACTORS:
NAMES: Curry Industries (AUGER) Occ. No. 30-1614602
C. 3 RETURN TO iVSLK: WORKS AFTER SIGNED
COPIES: ASSISTANT DIRECTORS. COST ANALYSIS, FlLC, Pwauq'IATrw wc- . v,N vaAmm ER
98 - 667
FORMAL BID
MORNINGSIDE PARK SECURITY LIGHTING PROJECT
Project Number: B-6278
CIP Number: 331313
Project Manager: ANDRE BRYAN
Date: 5 4•,.28.1 19,9.8.
Person who received the bids: ANDRE BRYAN
Received at: CITY CLERK'S OFFICE, MIAMI CITY HALL
Construction Estimate = $ 110,000.00
Time: 10:00 a.m.
1
BIDDER
ELECTRICAL CONT. SVC.
ADDRESS
2294 WEST 78 STREET
HIALEAH. FLORIDA 33016
BID BOND AMOUNT
$10,000.00 BID BOND
IRREGULARITIES
MINORITY OWNED
NO
UNIT
UNIT
UNIT
UNIT
ITEM No.
DESCRIPTION
PRICE
TOTAL
PRICE
TOTAL
PRICE
TOTAL
PRICE
TOTAL
I
FOR THE REPLACEMENT OF THREE (3) EXISTING
40OW •COBRA -HEAD' LUMINAIRES AND ARMS.
2,600.00
2
FOR THE PURCHASE AND INSTALLATION OF SIXTEEN
(16) CONCRETE POLES AND (16) 40OW LUMINAIRES
S43,000.00
3
FOR THE PURCHASE AND INSTALLATION OF SERVICE
EQUIPMENT AND UNDERGROUND CIRCUITS
S35,000.00
4
FOR THE PURCHASE AND INSTALLATION OF TWO (2)
;SOW FLOODLIGHTS ON POLE T-11
3,500.00
5
PROVISION FOR SPECIAL ITEMS
2,000.00
BASE BID: ITEMS 1 - 5
S86,100.00
ADDITIVE ITEM A
FOR THE PURCHASE AND INSTALLATION OF FOUR
CONCRETE POLES AND 25OW LUMINAIRES AT THE
PARKING LOT
8,950.00
* 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 ELECTRICAL CONTRACTING
B -- No Affidavit as to Capital & Surplus of Bonding Company
SERVICE, INCORPORATED FOR THE TOTAL AMOUNT OF S95,050.00 *•
C -- Corrected Extensions
D -- Proposal Unsigned or Improperly Signed or no Corporate Seal
E — Incomplete Extensions
If the above contractor is not the lowest bidder explain:
F -- Non - responsive bid
G » Improper Bid Bond
H No Certificate of Competency Number 40. 4ee,
I — No First Source Hiring Compliance Statement ' jt,�a ,�,r, S95r050.00 = BASE BID +ADDITIVE ITEM A
J -- No Minority Compliance Statement / 4�
s/2 �
K -- No Duplicate Bid Proposal
I
L -- No City Occupational License
SHEET 1 OF I
CITY OF MIAMI OFFICE OF THE CIT _ _.LERK
BID SECURITY LIST
BID ITEM:
BID NO.:
DATE BID(S) OPENED:
MORNINGSIDE PARK SECURITY LIGHTING PROJECT B-6278
op
97-98-104
MAY 28, 1998 TIME
10:00 a.m.
BIDDER
•
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
ELECTRICAL CONTRACTING SERVICE, INC.
$86,100.00
BB $10,000.00
Bond #93377-10
,, Vendors I.Ster(in
received tiar ply cs of o:,
axe 7e on -
('+e crn'i t'xr
otters
dtt i
cr oilers stt rx;.:.ne -in
are hereby r�.7{.-c!.:l cs
c±ny,
-� AN�rz��'f
�. received ( ) envelopes on behalf of
erson receivi g bi
PUBLIC WORKS DEPARTMENT on 6
(City Department) (Dat
SIGNEk-
Deputy City C
Walter J. Foeman
TO :
City Clerk
FROM: Tony Pr
Departm nt of Public Works
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE : April 30, 1998
SUBJECT : "MORNINGSIDE PARK
SECURITY LIGHTING
PROJECT, B-6278"
REFERENCES:
ENCLOSURES:
Please note that contractors will submit bids for the following project:
FILE: B-6278
"MORNINGSIDE PARK SECURITY LIGHTING PROJECT, B-6278", on Thursday, May 2Wh
1998, at 10:00 A.M.
e e r
Any bid submitted after the time listed above, will not be accepted. Please make necessary
provisions for this bid opening.
The Project Manager, Andre Bryan 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
Encl.
-+ T'
a' 'a
c: John Jackson
Merilynn Renshaw
'
Project Manager;`;
'F{,-,
x�
--
C
a
BID NO.97-98-104 <0 M
01 r�
ADVERTISEMENT FOR BIDS
Sealed bids for "MORNINGSIDE PARK SECURITY LIGHTING PROJECT;.B-6278"quill be received
by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the 281'' day of May, 199 , at the Office of
the City Clerk, Miami City Hall, First Floor, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at
which time and place the bids 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 a security lighting system. The
new lighting system shall include, but is not limited to, new concrete poles, post top luminaries and
underground conduit and wires. 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 Andre Bryan, Project Manager, at (305) 416-1211. 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
State Contractor's Certificate of Registration as issued by Miami -Dade County in accordance with
Chapter 10 of the 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. Specifications and plans
may be obtained at the Director of Public Works, 444 S.W. 2°d Avenue, 8`h Floor, Miami, Florida 33130, on or
after May 11, 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, as amended, regarding allocation of contracts to
minority vendors, contractors, and subcontractors. Details are contained in bid specifications. 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-6278, Req.04933).
Jose Garcia -Pedrosa
City Manager
BID NO.97-98-104
ADVERTISEMENT FOR BIDS
Sealed bids for "MORNINGSIDE PARK SECURITY LIGHTING PROJECT, B-6278" will be received
by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the 28" day of May, 1998, at the Office of
the City Clerk, Miami City Hall, First Floor, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at
which time and place the bids 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 a security lighting system. The
new lighting system shall include, but is not limited to, new concrete poles, post top luminaries and
underground conduit and wires. 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 Andre Bryan, Project Manager, at (305) 416-1211. 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
State Contractor's Certificate of Registration as issued by Miami -Dade County in accordance with
Chapter 10 of the 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. Specifications and plans
may be obtained at the Director of Public Works, 444 S.W. 2nd Avenue, 8' Floor, Miami, Florida 33130, on or
after May 11, 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, as amended, regarding allocation of contracts to
minority vendors, contractors, and subcontractors. Details are contained in bid specifications. 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-6278, Req.04933).
Jose Garcia -Pedrosa
City Manager