Loading...
HomeMy WebLinkAboutR-98-1097J-98-1133 11/3/98 RESOLUTION NO. 9 8 - 1.0 9 A RESOLUTION ACCEPTING THE BID OF VENECON, INC., IN THE PROPOSED AMOUNT OF $320,075.00, FOR THE PROJECT ENTITLED "MORNINGSIDE GUARDHOUSES, B-460911; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 341204, AS APPROPRIATED BY THE FISCAL YEAR 1998-1999 ANNUAL APPROPRIATIONS ORDINANCE NO. 11705, AS AMENDED, IN THE AMOUNT OF $320,075.00 TO COVER THE CONTRACT COST AND $29,925.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $350,000.00; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, the homeowners in the Morningside neighborhood submitted a petition to Miami -Dade County Special Taxing District ("Miami -Dade County") requesting designation as a special taxing district for purposes of erecting security guardhouses in the neighborhood; and WHEREAS, the petition was verified, and, at the request of Miami -Dade County, the Miami City Commission adopted Ordinance No. 11460 on February 27, 1997, declaring the Morningside neighborhood a. special taxing district; and WHEREAS, Miami -Dade County subsequently adopted Ordinance No. 97-46 on May 6, 1997 declaring the Morningside neighborhood a special taxing district; and WHEREAS, the City of Miami will construct the guardhouses CITY COMMISSION MEETING OF NOV 1 7 1998 fW8WUt= rio. 98-1097 and receive reimbursement from the homeowners in the special taxing district; and WHEREAS, sealed bids were received October 8, 1998, for "Morningside Guardhouses, B-460911; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from Venecon, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1998-1999 Annual Appropriations Ordinance No. 11705, as amended, appropriated funds for the proposed amount of the contract, project expense, and incidentals under Project No. 341204;; 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 to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The October 8, 1998 bid received from Venecon, Inc., for the project entitled "Morningside Guardhouses, B-460911, based on lump sum and unit prices, is hereby accepted at the price staled therein. Section 3. The total estimated project cost of $350,000.00 is hereby allocated from Project No. 341204 as appropriated by the Fiscal Year 1998-1999 Annual Appropriations Ordinance No. 11705, as amended. Said total project costs consist 98-1097 of the $320,075.00 contract cost and $29,925.00 estimated expenses incurred by the city. Section 4. The City Manager is hereby authorizedY to enter into a contract, in a form acceptable to the City Attorney, with Venecon, Inc., for °Morningside Guardhouses, B-4609" project. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor2-/. PASSED AND ADOPTED this 17th day of _ November , 1998. JOE CAROLLO, MAYOR In accoubm with Miami Code Sea. 2-36, since the Mayor did not indicate amroval of Oft kgWation by signing it in the designated place prmjided, said le bn nres effective with the elapse of ten (10) day rom the date of Oomrr'" ATTEST: wguding same, without the Mayor 9 rci ' eto. VUa an, City Clerk WALTER J. FOEMAN CITY CLERK AND CORRECTNESS: -TILARELLO LkfY ATTORNEY W3046:CSK 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. 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. 98 - 1097 TO Honorable Mayor and Members of the City Commission FROM oval H. Warshaw City Manager RECOMMENDATION: CITY OF MIAMI, FLORIDA CA=5 INTER-OFFICE MEMORANDUM DATE NOV 9 1998 FILE SUBJECT Resolution Awarding Contract for Morningside Guardhouses B-4609 REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of VENECON, INC. a company located in Miami -Dade County and within the City of Miami, whose principal is Oscar Bustamante, President, for"Morningside Guardhouses, B-4609", received October 8, 1998 in the amount of $ 320,075.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. Work History with the City of Miami: 1. Rev. Theodore Gibson Recreation Building Renovation, B-6228, 1998 2. Overtown Shopping Center Emergency Repair, 1997 3. Four Way Lodge Guardhouse, B-4595, 1998 BACKGROUND: Amount of Total Bid: $ 320,075.00 % of Cost Estimate: 105% Cost Estimate: $ 304,000.00 Source of Funds: Project No. 341204 , as appropriated by Fiscal Year 1998-99 Annual Appropriations Ordinance No. 11705, as amended Minority Representation: 260 invitations mailed - 8 contractors picked up specs 5 Hispanic, 0 Black, 0 Female 2 contractors submitted bids 2 Hispanic, 0 Black, 0 Female Public Hearings/Notices: No Discussion: The Department of Public Works has evaluated the bids received on October 8, 1998, and determined that the lowest responsible and responsive bid, in the amount of $ 320,075.00 is from VENECON, INC., a Hispanic- minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. All costs for this project will be reimbursed from the Miami - Dade County Special Taxing District. DHW/RM/J K 98-1097 � cr�J 1 � A IU il�%t TO Donald H. Warshaw City Manager FROM James J. Ka , Directo Public Works Department CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE : October 9, 1998 SUBJECT :Resolution Awarding Contract Morningside Guardhouse REFERENCES: lip FILE : The Public Works Department has verified with the Office of Budget and Management Analysis that funds are available for the award of a contract in the amount of $320,075.00 for subject project from Fiscal Year 1998-1999 Annual Appropriations Ordinance 11705, as amended, under project No. 341204. BUDGETARY REVIEW DIPAK PAREKH, DIRECTOR OFFICE OF BUDGET AND MANAGEMENT ANALYSIS RM/JJK/mm c: Raul Martinez, Assistant City Manager ADDITIONAL APPROVALS 98-1097 FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE 9 / 8 / 1998 JOB NUMBER: B-4609 PROJECT NAME: MORNINGSIDE GUARDHOUSES CIP NUMBER: 341204 LOCATION: G.H. 1: N.E. 5 Ave. bet 57-58 Sts. - G.H. 2: N.E. 50 Ter. at Biscayne Blvd. PROJECT MANAGER / EXT. No.: Leonard Helmers / 1221 and EI rosa Estevez / 1217 OTHER TYPE: FEDERAL (C.D.B.G.): ASSOCIATED DEPARTMENT: Public Works - City and County S.N.P.B. ASSESSABLE: 0 EMERGENCY: O COMMISSIONER DISTRICT: 2 BID REQUEST: FORMAL Eg INFORMAL RESOLUTION No.: DESCRIPTION: The project consists of the design and construction of two (2guardhouse buildings with gates, five (5) permanent street barricades and an exit only ate in the Momin side area bounded by N.E. 50 Terrace, N.E. 61 Street, Biscayne Boulevard and Biscayne Bay. The project includes roadway vAdening, guardhouse buildings, utility connections, electric gates and appurtenances, landscaping and roadway markings. All costs are to be reimbursed by the county from special taxing district. (IF NECESSARY, CONTINUE ON THE SACIQ SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING $ 1,000.00 (E) OUTSIDE DESIGN $ --- TESTINGS / SURVEY / PLAT $ --- (E) $ --- (E P.W. DESIGN & BID DOCUMENTS $ 12,925.00 4 % CONSTRUCTION $ 320,075.00 (BID) CONSTRUCTION ADMINISTRATION $ 16,000.00 5 % OTHER: Indirect Costs $ --- (E) $ (E) 9 % (E) - ESTIMATE TOTAL $ 350,000.00 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 304,000.00 CONTRACTOR'S INFORMATION: CLASS: O 0 NON - MINORITY TYPE OF WORK: Architectural and Civil MINORITY © EE] F7F YEARS OF ESTABLISHMENT: 4 Years LICENSE C.G.C. 045393 NAME: VENECON, INC. TELEPHONE: (305) 785-0462 ADDRESS: 1800 SW 1 Street #212 CITY, STATE, ZIP: Miami, FL 33135 CLASS: J = JOINT P = PRIME S = SUB CONTACT PERSON: Domingo Rodriguez MINORITY: B = BLACK H = HISPANIC F = FEMALE SUB -CONTRACTORS: NAMES: Wiremasters, Inc. (Electrical) Stoves Plumbing (Plumbing) Southeast Services (Mechanical) ...+�.-. ...�.��o,..rv, VII'1G�.IV�S.7, a.Varime., A55UUMTEO DEPT, CIP MANAGER 9 8 - IRTcle FnRMAT. RTn MORNINGSIDE GUARDHOUSES Project Number: B-4609 CIP Number: 341204 Funding: Special Taxing District Project Manager: Leonard Helmers & El rosa Estevez Date: 10 O8 / 98 Bid No.: 97-98-102 Person who received the bids: Frank Vilar & Hector Badia Received at: City Clerk's Office City Hall Construction Estimate =_$ 290,000.00 Time: 11:00 A.M. BIDDER Venecon, Inc. Tenusa, Inc. ADDRESS 1800 SW 1 St. #212 Miami, FL 33135 6619 S. Dixie Hwy. Miami, FL 33143 BID BOND AMOUNT B.B. 5% B.B. 5% IRREGULARITIES C C MINORITY OWNED Yes Yes ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID: TOTAL OF ITEMS 1 THROUGH 12 i 313,700.00 ; 432,409.00 1 For construction of Barricade No. 1 7,500.00 12,389.00 2 For construction of Barricade No: 2 11.500.00 10,781.00 3 For construction of Barricade No. 3 4,500.00 7,990.00 4 For construction of Barricade No. 4 9,800.00 11.915.00 5 For construction of Guardhouse No. 1 106,000.00 143,073.00 6 For construction of Barricade No. 5 14,800.00 9,935.00 7 For installation of 181 LF of 6" San. Swr. lateral 6,900.00 16,899.00 construction of Guardhouse No. 2 98,000.00 123,456.00 L98S.Y.For For installation of 1,450 of Asphalt Pvmt.. 28,500.00 57,017.00 removal of trees, installation of curb, etc. For providing all Signs/Traffic markings-Sh. T-1 4,000.00 9,477.00 11 For providing all Signs/Traffic markings-Sh. T-2 2,200.00 9,477.00 12 Provision for Special items, the sum of : 20,000.00 ; 20,000.00 Additive Item: A For installation of 425 L.F. of 4' C. L. Fence 15.00 E 6,375.00 9.75 E 4,143.75 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 FROM Venecon Inc. 8 - No Affidavit as to Capital &surplus of Bonding Company C - Corrected Extensions FOR THE TOTAL AMOUNT OF 320,075.00 D - Proposal Unsigned or Improperly Signed or no Corporate Seal Including Additive Item E - Incomplete Extensions F - Non -responsive bid If the above_ contractorexplain: not the lowest bidder explain __ __ G - Improper Bid Bond ---------------------- - H - Corrected Bid -'-------------------------------------- ------------ --- -- I - No First Source Hiring Compliance Statement _•___________________________ ___ _ _ - _ J - No Minority Compliance Statement K - No Duplicate Bid Proposal ------------ ------- L - No Copy of Certificate of Competency or State Contractor's Cert. of Registration SHEET 1 OF 1 9/y8 Prepared By: FMP