Loading...
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