Loading...
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