Loading...
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