HomeMy WebLinkAboutR-98-1098J-98-1096
11/4/98
RESOLUTION NO . 9 v - 10 " "
A RESOLUTION ACCEPTING THE BID OF TOTAL
CONSTRUCTION AND MAINTENANCE, INC., IN THE
PROPOSED AMOUNT OF $16,894.00, FOR THE
PROJECT ENTITLED "MIAMI RIVERSIDE CENTER 4TH
FLOOR REMODELING (FINANCE'S ADDITIONAL
CASHIER), PROJECT NO. 311606", FOR THE
DEPARTMENT OF FINANCE; ALLOCATING FUNDS
THEREFOR FROM CAPITAL IMPROVEMENT PROGRAM
FUNDS, PROJECT NO. 311606, ACCOUNT CODE NO.
311606.269301.860 AS APPROPRIATED BY THE
FISCAL YEAR 1998-99 CAPITAL IMPROVEMENT
ORDINANCE NO. 11705, AS AMENDED; AUTHORIZING
THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN
A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR
THIS PURPOSE.
WHEREAS, the Department of Finance is charged with the
collection of permit fees, occupational license fees and solid
waste fees, among other fees; and
WHEREAS, customer demand has exceeded the capabilities of a
single cashier; and
WHEREAS, the Department of Finance cannot hire and properly
place an additional cashier until certain renovations are made;
and
WHEREAS, five potential bidders to construct this renovation
were contacted and three responses were received; and
WHEREAS, the City Manager recommends that the bid received
CITY Copo=SSION
MEETING OF
NOV 17 1998
ABtolution No.
98-109g
from Total Construction and Maintenance, Inc., be accepted as the
lowest responsible and responsive bid; and
WHEREAS, funding for this project is available from Capital
Improvement Program funds, Account Code No. 311606.269301.860;
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 19, 1998 bid received from Total
Construction and Maintenance, Inc., in the proposed amount of
$16,894.00, for the project entitled "Miami Riverside Center 4th
Floor Remodeling (Finance's Additional Cashier, Project E-106111)
for the Department of Finance, is hereby accepted, with funds
therefor hereby allocated from Capital Improvement Program funds,
Project No. 311606, Account Code No. 311606.269301.860, as
appropriated by the Fiscal Year 1998-99 Capital Improvement
Ordinance No. 11705, as amended.
Section 3. The City Manager is hereby authorized1l to
execute a contract with Total Construction and Maintenance, Inc.,
in a form acceptable to the City Attorney, for this project.
Section 4. This Resolution shall become effective
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.
r
98-1098
immediately upon its adoption and signature of the Mayor2l.
PASSED AND ADOPTED this 17th day of
ATTEST:
November , 1998.
JOE CAROLLO, MAYOR
*A=rdance with Miami Code Sec. 2.36, since the Mayor did not indicate apprmeaa of
legislation by signing it in the designated place provided, sryic iegiviati„r no-,i
'Imams effective with the elapse often (10) day from the date of Cc issicn actics k
VWJwft same, without the Mayqr exerciSft Ueto. /"1
WALTER J. FOEMAN
CITY CLERK
TO
PLAP
FJ�RO V M
CTXY ATTORNEY
3016:CSK
AND CORRECTNESS
Wid'56eman, City Cleric
21 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-
y8-100S
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and Members of the
City Commission
/OQSSM�_�
FROM: onald H. Warshaw
City Manager
CA-6
DATE: NOV - 9 E098 FILE:
SUBJECT: MRC Fourth Floor Remodeling
(Finance's Additional Cashier)
REFERENCES:
ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached resolution
accepting the bid of Total Construction and Maintenance, a company located in Miami -Dade
County and not within the City of Miami, whose principal is Lazaro M. Alfonso for "Miami
Riverside Center (MRC) 4th Floor Remodeling (Finance's Additional Cashier), Project E-
1061, received on October 19, 1998, in the amount of $16,894.00, C.I.P.
311606.269301.860; authorizing the City Manager to enter into a contract on behalf of the
City.
BACKGROUND:
The vendor has performed remodeling work at the MRC previously on the 9th, 7th, 6th, 2nd
and 1st floors.
Tremendous customer demand has made it necessary for Finance to hire an additional
cashier. Cashiers collect payments for permit fees, solid waste fees, occupational license fees,
etc. An additional cashier cannot be located on the 4th floor without some renovations to the
area that include construction of partitions, removal of existing doors, painting, air
conditioning adjustments and electrical work.
After having evaluated the bids received on October 19, 1998, Administration has
determined that the lowest responsible and responsive bid, in the amount of $16,894.00 is
from Total Construction and Maintenance, a Hispanic minority controlled corporation.
Funds are available to cover the contract cost.
DHW/MI.,WA
9g-098
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Donald H. Warshaw
City Manager
FROM: kwo,
Marva L. Wiley
Special Assistant o th City Manager
DATE: November 2, 1998
SUa,ECfui nding Verification
4th Floor Renovations
Additional Cashier)
REFERENCES:
ENCLOSURES:
FILE:
Please note that the Department of Management and Budget has confirmed that
funds are available in C.I.P. Account Code No. 311606.269301.860 to perform the
renovations required on the A floor of the Miami Riverside Center. Anticipated
costs will not exceed $20,000.00.
Approved by: r
P' ar Saenz-Butler
CIP Administrator
Approved by:
Dipak Parekh, Director
Department of Management and
Budget
/MLW
98-1098
INFORMAL BID
Project Number: 4th Floor Renovations
CIP Number:
Project Manager:
Date: 10 �21 98
Person who received the bids: Gia Davis
Construction Estimate = $ 1 1 , 0 0 0.0 0
Received at:
Time:
BIDDER
AUGUST
CONST
TOTAL CONST. C.A.C.
CONST
ADDRESS 7341 NW 32nd
5805 W 15 Ct 12945
SW 72nd
BID BOND AMOUNT
IRREGULARITIES .
MINORITY OWNED
,
NO
DESCRIPTION UNIT
PRICE
TOTAL
UNIT UNIT
PRICE TOTAL
TOTAL UNIT
TOTAL
NST. OF PARTITIONS
5000.00
PRICE
1719.0
PRICE
2800.00
MOVING EXISTING DOORS
ff-�-PAIN
6000.00
5890.0
5200.00
TING840.00
600.0
1150.00
ILLWORK
3180.00
2160.0
AIR CONDITIONING
o
-or
2300.00
6 ELECTRICAL WORK
3507.00
3850.0
3600.00
7 SPECIAL ITEMS CONTINGENCI S
2000.00
2000.00
2000.00
TOTAL BID COST 9127.0
C6894.0
8850.0
• IRREGULARITIES LEGEND
A - No Power -of -Attorney
IT HAS BEEN
THE LOWEST
DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
RESPONSIBLE AND RESPONSIVE
•�
B - No Affidavit as to Capital do surplus of Bonding Company
C - Corrected Addition of Bid Items
FOR THE TOTAL
BID IS FROM
AMOUNT OF
00
D - Proposal Unsigned or improperly Signed or no Corporate seal
E - Incomplete Extensions
If the above
contractor is not the lowest
bidder explain:
F - Nonresponsivebid
-------------------------------------
C -Improper Bid Bond
H- No Copy of Certificate of Competency, as issued by Miami -Dade County
I - No First source Hiring Compliance Statement -----------
---------------------------------------------------
! - No Minority Compliance statement
-----------------------------------------------------
K - No Duplicate Bid Proposal -----------------------------------------------
-----------------
L- No Bid -
- - - - - - - - - - -
- - - - - - - - - - - - - - --- -----------------------------------
1 OF 1