HomeMy WebLinkAboutR-98-1165J-98ti 1213
•11/30/98
RESOLUTION NO. 9 O ` 116 5
A RESOLUTION ACCEPTING THE BID OF VENECON,
INC., IN THE PROPOSED AMOUNT OF $14,670.00
FOR THE PROJECT ENTITLED "MIAMI MODERN POLICE
HEADQUARTERS RANGE RENOVATIONS, SECOND
BIDDING, B-6268A"; ALLOCATING FUNDS THEREFOR
FROM PROJECT NO. 312015 AS APPROPRIATED BY
THE CAPITAL IMPROVEMENT/APPROPRIATIONS
ORDINANCE NO. 11705, AS AMENDED, IN THE
AMOUNT OF $14,670.00 TO COVER THE CONTRACT
COST AND $1,670.00 TO COVER THE ESTIMATED
EXPENSES, FOR AN ESTIMATED TOTAL COST OF
$16,340.00; AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO
THE CITY ATTORNEY, WITH SAID FIRM.
WHEREAS, the Miami Police Department headquarters range
requires renovations; and
WHEREAS, sealed bids were received October 29, 1998 for the
project entitled "Miami Modern Police Headquarters Range
Renovations, Second Bidding, B-6268A11; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid received from Venecon,
Inc., for the above project, be accepted as the lowest
responsible and responsive bid; and
WHEREAS, funding for this project were appropriated pursuant
to the Capital Improvements/Appropriations Ordinance No. 11705,
as amended, for the proposed amount of the contract, project
CM COMMSION
MEETING C+F
DEC 0 s, m8
RQ@Wutka No.
98-1165
expense and incidentals under Project No. 312015; 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 29, 1998 bid submitted by
Venecon, Inc., in the proposed amount of $14,670.00 for the
project entitled "Miami Modern Police Headquarters Range
Renovations, Second Bidding, B-6268AII, is hereby accepted, with
funds therefor hereby allocated from Project No. 312015, as
appropriated by the Capital Improvement/Appropriations Ordinance
No. 11705, as amended, in the amount of $14,670.00 to cover the
contract cost, and $1,670.00 to cover the estimated expenses, for
an estimated total cost of $16,340.00.
Section 3. The City Manager is hereby authorizedYto
execute a contract, in a form acceptable to the City Attorney,
with said firm for the cited project.
Section 4. This Resolution shall become effective
1� 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.
98-1165
immediately upon its adoption and signature of the Mayor2./
PASSED AND ADOPTED this 8th
day of December
...
JOE CAROLLO, MAYOR
In nocordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated ce provided, said legislation now
becomes effective with the elapse of ten (10) d 9 firom q to of C issicn action
regarding same, without the Ma ` xe ' in ve .
ATTEST:
Waftef J. Foeman, City Clerk
WALTER J. FOEMAN
CITY CLERK
TO,,VO'RM,AND CORRECTNESS tj
NISRO'VILARELLO
ATTORNEY
W3106:CSK
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-
98-1165
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : The Honorable Mayor and
Members of the City Commission
FROM
ko na d H. Warshaw
City Manager
RECOMMENDATION:
CA-2
DATE : NOV 3 O 1998 FILE :
SUBJECT : Resolution Awarding Contract for
Miami Modern Police Headquarters
Range Renovations, Second Bidding
REFERENCES:
B-6268A
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached resolution accepting the
low bid of VENECON, Inc., a company located within Miami -Dade County and within the City of Miami,
for the project entitled MIAMI MODERN POLICE HEADQUARTERS RANGE RENOVATIONS,
SECOND BIDDING, B-6268A, received on October 29, 1998, in the amount of $14,670.00 Total Bid,
and authorizing the City Manager to enter into a contract on behalf of the City.
BACKGROUND:
Amount of Bid: $14,670.00 % of Cost Estimate: 98%
Cost Estimate: $15,000.00
Source of Funds: C.I. P. Ordinance No. 11705, as amended, Project No. 312015
Minority Representation: 250_ invitations mailed
_3 contractors picked up plans and specs
( 1_Hispanic, 1_Black, 0_Female)
2 contractors submitted bids
(_1_Hispanic, 1_Black, 0—Female)
Previous City Contracts: 1) Lummus Park Redevelopment, 1998
2) Orange Bowl Modernization PH. III ADA Accessibility, 1996
3) Orange Bowl Modernization Ph. III Restroom Improvements, 1996
Public Hearings/Notices: No public hearing/Bid Notice published.
Assessable Project: No
Discussion: The Department of Public Works has evaluated the bids received on October 29, 1998,
and determined that the lowest responsible and responsive bid, in the amount of $14,670.00, is from
VENECON, Inc., a minority controlled corporation. Funds are available to cover the contract cost, and
for such in (dental items as postage, blueprinting, advertising and reproduction costs.
�.Xi�,;
DHW/RM/JJK
c: James J. Kay, Director, Public Works Department
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE:10-29-98
Job Number.: B-6268A
PROJECT NAME: Miami Modern Polio* Fos uartrs-Rs Ran.. 2nd. Old
CIP Number.:312015
LOCATION: 400 NW / 2nd AVE.
OTHER TYPE:
PROJECT MANAGER: Alberto J. Corrales, P.E.
FEDERAL PARTICIPATION: Q
ASSOCIATED DEPARTMENT: Miami Police Department
ASSESSABLE: Q
EMERGENCY: Q
RESOLUTION No.:
BID REQUEST: FORMAL INFORMAL Q
DESCRIPTION: The work under this contract consists of furnishing all supervision, labor, equipment, tools and
materials to remove three(3) existing interior doors, an Interior wood platform, block -up wdsting wall opening,
install a new metal door, re lace the acoustical ceiling and re -install the axistin^ lights fixures.
OF NECEBBARY, CONTINUE ON THE SACIQ
SCOPE OF SERVICES: PUBLIC WORKS
COST OUTSIDE COST (% OF CONST. COST)
SURVEY/PLAT $ $
TES71NGS $ (E) $ (E) %
DESIGN $ 800.00 $ %
ADVERTISING $ 200.00 (E) $ (E)
CONSTRUCTION $ $ 14,670.00 (BID)
CONST. INSP & MANAGEMENT $ 670.00 $ %
OTHER: PERMIT FEES $ (E) $ (E)
SUBTOTAL $ 16,340.00 %
INDIRECT COSTS (1.43%) (E) (P.w. ENG. FEE)
CONTINGENCIES (5%)
(EC) - EST. CONST. COST $15,000.00 TOTAL $ 16,340.00
(E) - ESTIMATE
CONTRACTOR'S INFORMATION:
CLASS: O = 0 NON - MINORITY
TYPE OF WORK: General Construction MINORITY F7B
YEARS OF ESTABLISHMENT: 6 year LICENSE C.G.C. 045393
NAME: VENECON, INC TELEPHONE: (305) 785-0459
ADDRESS: 1800 SW 1 ST. STREET, MIMAI, FL._ 33135
CONTACT PERSON: Oscar Bustarnants gL AM J - .JOINT P - PRIME S - SUB
MINORITY: B - BLACK H - HISPANIC F - FEMALE
SUB -CONTRACTORS:
NAMES: Wiremasters
c oau n.a„egIXCQtD��xuE3i I�vU� +oselFACi sHEEfJa s ETURN TO PUBLIC WORKB AFTER SIOIAD
COPIES: ASSISTANT DIRECTORS, COST ANALYSIS. FILE. ASSOCIATED DEFT, CIP MANAGER REV. SN7
98-1165
F-�
FORMAL BID
MIAMI MODERN POLICE HEADQUARTERS -RANGE RENOVATION, SECOND BIDDING
Project Number: B-6268A CIP Number: 312015
Project Manager: ALBERTO CORRALES Date: 10129 / 98
Person who received the bids: A. CORRALES Received at: CITY CLERK'S OFFICE. CITY HALL
Construction Estimate = $ 15,000.00 Time: 11:00 A.M.
BIDDER
VENECON, INC.
AUGUST CONST. CO. INC.
R. TARAFA GEN. CONTRACTANC
rkr ALUMImM & IRON MFG
ADDRESS
1800 SW 1ST. ST. 0212
MLAMI, FL. 33135
7341 NW 32ND. AVE.
MIAMI. n 33147
7150 SW 62ND AVE. 0101
men. FL 33143
2290 NW 17TH AVE.
KI MI. FL 33142
BID BOND AMOUNT
B.B. 5X
B.B. 5x
B.B. VOUCHER
IRREGULARITIES
NO BM
MINORITY OWNED
YES
YES
YES
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
BASE BID TOTAL Or 1TEMs i THRU 2
$14,670.00
$16.599.00
$18,997.00
1
FOR FURNISHING Or ALL LABOR, MATERIALS,
EQUIPMENT AND SUPERVISION NECESSARY
TO REMOVE THREE EXISATING DOORS AND
INTERIOR WOOD PLATFORM, NEW METAL DOOR AND
FRAME. REPLACE ACCOUSTICAL CICLLMG
AND UGHT FIXl1RES.
$13.500.00
$15.429.00
$15,827.00
2
PROVISIONS FOR SPECIAL 1TF%IS
$1.170.00
$1.170.00
11.170.00
• 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.
B — No Affidavit as to Capital do surplus of Bonding Company FOR THE TOTAL AMOUNT OF $14,670.00
C — Corrected Extensions
B— Incomplete Extensions ned or properly Signed or no corporate seal If the above contractor is not the lowest bidder explain:
r— Non —responsive bid Qom._ _ ____________________________________________
G — Improper Bid Bond �o.y,
H — Corrected Bid ---- _---- -- T-----------------------------------------
J — No Minority Compliance statement ----------------------------------------------------------------
K — No Copy of Certificate of Competency 1 OF 1
L - LACK OF REQUESM EXPERIENCE----------------------------------------------------------------
TO
CITY OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM
DATE:
FILE :
Donald H. Warshaw
City Manager SUBJECT
RESOLUTION Awarding Contract
Miami Modem Police Headquarters
FROM �f REFERENCES: Range Renovations,
Second Bidding
James J. Kay, Dire r ENCLOSURES: B-6268A
Public Works Department
The Public Works Department has verified with the Department of Management and Budget
that funds are available for the award of a contract in the amount of $14,670.00 for subject
project, from C.I.P. Ordinance No. 11705, as amended, Project No. 312015.
BUDGETARY REVIEW
�( Dipak M. Parekh, Director
Department of Management and Budget
RM /JJK/rjf
a Raul Martinez, Assistant City Manager
ADDITIONAL APPROVALS
I
98-1165