HomeMy WebLinkAboutR-97-0500W]
J-97-444
6/9/97
RESOLUTION NO. 9 7- 500
A RESOLUTION ACCEPTING THE BID OF H WAY CORP., IN THE
PROPOSED AMOUNT OF $9,570.00 TOTAL BID OF THE PROPOSAL,
FOR THE PROJECT ENTITLED: "MIAMI POLICE HEADQUARTERS
RANGE RENOVATIONS, B-6268"; ALLOCATING FUNDS THEREFOR
FROM PROJECT NO. 312015 AS APPROPRIATED BY THE 1995-1996
CAPITAL IMPROVEMENT ORDINANCE NO. 11337, AS AMENDED, IN
THE AMOUNT OF $9,570.00 TO COVER THE CONTRACT COST AND
$1,670.00 TO COVER THE ESTIMATED EXPENSES, FOR AN
ESTIMATED TOTAL COST OF $11,240.00; AND AUTHORIZING THE
CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE
TO THE CITY ATTORNEY, WITH SAID FIRM.
WHEREAS, sealed bids were received May 15,1997, for the project entitled "Miami
Police Headquarters Range Renovations, B-6268;" and
WHEREAS, the City Manager and the Director of the Department of Public Works
recommend that the bid from H Way Corp., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, the Fiscal Year 1995-1996 Capital Improvement Ordinance 11337, as
amended, appropriated monies for the proposed amount of the contract, project
expenses, and incidentals under Project No. 312015 of said Ordinance;
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 May 15, 1997, bid of H Way Corp., in the proposed amount of
$9,570.00, for the project entitled "Miami Police Headquarters Range Renovations B-6268",
for the total bid of the proposal, based on lump sum and unit prices, is hereby accepted
at the price stated therein.
Section 3. The total estimated project cost of $11,240.00 is hereby allocated
from Project No. 312015, as appropriated by the Fiscal Year 1995-1996 Capital
Improvement Ordinance 11337, as amended. Said total project cost consists of the
$9,570.00 contract cost and $1,670.00 estimated expenses incurred by the City.
CITY COIDUSSION
bMETING OF
JUL 2 4 W
Resolution No.
97- 500
•
Section 4. The City Manager is hereby authorized to enter into a contract", in a
form acceptable to the City Attorney, on behalf of the City of Miami, with H Way Corp.,
for the project entitled "Miami Police Headquarters Range Renovations B-6268", total bid
of the proposal.
Section 5. This Resolution shall become effective immediately upon its
adoption.
PASSED AND ADOPTED this24th day of July , 1997.
JOE CAROLLO, MA R
ATTEST:
WALTER J. FOE
CITY CLERK
CAPITAL PROJECT REVIEW
iMI
SHEEHAN, COORDINATOR
TTED BY:
MES' J. KAY, NTERI (RECTOR
PUBLIC WORKS DEPA MENT
LE AL REVIE BY:
rLEi�DWARD MAXWE
TYCDITY ATTORNEL
APPROVED AS TO FORM A D CORRECTNESS:
A. O U061 J0NE , I
CITY ATTORNE
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.
97- 500
y
CITY OF MIAMI, FLORIDA C:A=,S
INTER -OFFICE MEMORANDUM
TO : Honorable Mayor and Members of
the City Commission
FRO
Nq1--Ed4l Marquez
City Manager
RECOMMENDATION
DATE r JUL ' 7 (�' FILE
SUBJECT Resolution Awarding Contract for
Miami Police Headquarters Range
Renovations
REFERENCES:
ENCLOSURES: Resolution
It is respectfully recommended that the City Commission adopt the attached resolution
accepting the low bid of H Way Corp., a company located within Dade County and not
within the City of Miami, for the project entitled "Miami Police Headquarters Range
Renovations", B-6268, received May 19, 1997, in the amount of $9,570.00 Total Bid;
authorizing the City Manager to enter into a contract on behalf of the City.
BACKGROUND
Amount of Bid: $9,570.00
Cost Estimate: $10,000.00
% of Cost Estimate: 95.7%
Source of Funds: Fiscal Year 1995-1996 C.I.P. Ordinance No. 312015 as amended.
Minority Representation: 250 invitations mailed
9 contractors picked up plans and specs
( 5 Hispanic, 1 _Black, 0 Female)
3 contractors submitted bids
( 2 Hispanic, 0 Black, 0 Female)
Previous City Contracts: None
Public Hearings/Notices: No public hearing/Bid Notice published.
Assessable Project: No
Discussion: The Department of Public Works has evaluated the bids received on May 15,
1997, and determined that the lowest responsible and responsive bid, in the amount of
$9,570.00 is from H Way Corp., a non -minority controlled corporation. Funds are available
to cover the contract cost, and for such incidental items as postage, blueprinting,
advertising and reproduction costs.
Attachment: Proposed Resolution
97 - 500
Ah
r-I
FACF
SHEET
_ PUBLIC WORKS
DEPARIMOM
OATS / / in
JOB r. B-6268
PRoAN:TMAMa:
MIAMI POLICE
HEADQUATERS RENOVATIONS
cp 0: 3l_ 2015
LOCATM
TYm
PROAECT MANA4M
Roberto Silva
RDERAL PANT XWATIO* Q
Amocu ED DEPANLTMENT: MIAMI
POLICE
ASSESSAK&
EMNLRciENGY: Q
AEsotuTloM NF.
OND AEOu"T: FcAl"L ®- INP°PitAL O
nESCR'. TTION: This project
consists
of -furnishing of
all labor, materials and
equipment for the remodeling
of RANGE RENOVATIONS. Included remove existing door
(3) and interior wood pl6tform
and
glass. Block -Up existing wall opening, install
new metal door 1 and
replace acoustical ceiling and
reinstall existing lights
fixtures.
(r McOMM, Car UM av FM sue)
SCOPE OF SERVICE&
Crry
OVTSmE
AMOUNT (% OF CONSI: COST)
SURVEY /PLAT
Q
S .
UTE IIVESTWAMM
S
PLANNQW AND grim
�
� S
% OF (Eq
DES M
®
S
800.00 8 %oF(Eq
SPNCS AM 90 PROCNU
®
0 S
200.00 _% OF (Eq
CONSTRUCTM
x1 S
9,570.00 (so)
COMST. IMP. a MiN AMO MT
Q
S
670.00 7 % of =
OTHER
Q S
(q
SUMMAL S
11,240.00 %
INDIRECT com
S
(E) (8a FM
CON qcm ("4
S
(EC)07MUMCdI TCMP S 10,000..00
TOTAL s
11,240.00
ra�NiTYNAT=
.
CONTRACTOR'S II(FOR!"TIOM
ca.Ass: r-17 ® 0 rrPaofwowc General Construction
MwoRrrY Di 0"
YEARS CFESTABLA*MEMi:
3 Years
LJCEf/f! CG- C044290
NAM H WAY CORP.
Tmm4#w a (305) 624-3215
ADOa 20340 N.E. 15TH CT. MIAMI
FL 33179
COWACTPE Uk t Eddie
Jackson
SUBCONTRACTORS
NAMES:
N/A
CLAW J- JOW ti swnr
a- am
UNSOlMM. S- SLAM M- NWAVC F- MALL
G.G» ASUNTANT UIFZ;f:TUFis, ASSVQATW Uttlt , GUST ANALTUD. GAF' rANAMMU% rx-a 9 9 i
I
Cam
FORMAL BID
MIAMI MODERN POLICE HEADQUARTERS RANGE RENOVATION
Project Number: B-6268 CIP Number:
Project Manager: ROBERTO SILVA Date: 05/ 15 97
Person who received the bids: R. SILVA Received at: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = 10,000.00 Time: 10:00 A.M.
BIDDER
H. WAY CORP.
BUADE CONST. COMP.INC.
R. TARAFA GEN. CONT.INC
ADDRESS
20340 NE 15TH Cr.
MIAMI, FL 33179
9532 SW 145 COURT
MIAMI, FL 33188
7150 SW 82 AVE.# 101
MIAMI. FL 33143
BID BOND AMOUNT
C.C. $500.00
B.B. 5%
B.B. VOUCHER
IRREGULARITIES
MINORITY OWNED
NO
YES
YES
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
BASE BID TOTAL OF ITEMS I THRU 2
19.570.00
$10.670.00
$10.990.00
1
FOR FURNISHING ALL LABOR, MATERIALS AND
EQUIPMENT FOR THE DEMOLITION OF THE
FOUR INNER CORNERS OF -THE STADIUM,
REMOVAL OF THE BOX SEATS AT GROUND LEVEL
AND THE CONSTRUCTION OF NEW FRONT WALLS.
38,400.00
$9,500.00
0.820.00
2
PROVISION FOR SPECIAL ITEMS
$1,170.00
$1.170.00
$1,170.00
* 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 H. WAY
B - No Affidavit as to Capital do Surplus of Bonding Company CORPORATION FOR THE TOTAL AMOUNT OF $9,570.00
C - Corrected Extensions
D - Proposal Unsigned or improperly Signed or no Corporate Seal If the above contractor Is not the lowest bidder explain: E - Incomplete Extensions p
F - Non -responsive bid ---------------------------- / �j -----
- Improper Bid Bond
H- Corrected Bid ----------------------------------------------------------------
1 - No First Source Hiring Compliance Statement ----------------------------------------------------------------
J - No Minority Compliance Statement
K - IMPROPER Bid Proposal SHEET 1 OF 1
L- No Bid----------------------------------------------------------------
E
•
I&ITY OF MIAMI OFFICE OF THE CITY&RK lIl
"7 BID SECURITY LIST
BID ITEM: MIAMI MODE N POLICE HEADQUARTER RANGE RENOVATION
B-6268
BID NO.: 96-97-038
DATE BID(S) OPENED: MAY 16, 1997 TIME 10 : 0 0 a.m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
H. WAY CORP.
:9,570 00
Travelers Express
500.00
BUADE CONSTRUCTION
10,670.00
B.B. 5%
R. TARAFA GENERAL CONTRACTOR, INC.
10,990.00
B.B. VOUCHER
received timely as of the Cx}'lf3Tr�' 071efl2�;.
F
,.7 date andd
„P.
1
i i 'i3 a, �.i ��L hi-11
are hereby re,iacted as late."
IL
11y,
7 .-S71�a
received (7 ) envelopes on behalf of
Person receiving bid(s)
PUBLIC WORKS DEPARTMENT on
(City Department) (Date)
SIGNED:
eputy City Clerk
CASH ° --�
CHECKS
TOTAL A CJ U • el O
DATE Sl 15"IT.7
CITY OF MIAMI
DEPARTMENT OF FINANCE
CASH RECEIPTS FORM
r
RECEIVED FROM:
DepartmenflDivision
Prepared by -
Page _ of
Go
in
cp
0
0
REF. #11
SUBSIDIARY #11
..
AMOUNT($)No
MOP,,
111DOCUMENT
��
1111��111111�1111
■
11111�1111111111,
. . ,
91111;�111111111
�
�
A
1111
111111111
�
MENEM
s 07•
• jeform.xls
Li
I&]
TRAVELERS EXPRESS
INTERNATIONAL MONEY ORDER U.j J.
IMPORTANT - SEE BACK BEFORE CASHING
PAY TO THE
ORDER OF___Q L
PURCHASER By SIGNING YOU AGREE To ;FS—ER,,, CHARGE AND OTHER TERNS ON THE REVERSE SIDE
-\A /flk t co' �
PURCHASAR. SIGNER FOR DRAWER
DO 3.14h M F=
—bit MI. wwest sat ADDRESS
AM Sa NA, F.6" W
ISSUER/DRAWER_
TRAVELERS EXPRESS COMPANY, INC.
1:0919005331:1360 t,16213442111 ci 0
75-53
9_19_
0
CITY OF MIAMI, FLORIDA 0
INTER -OFFICE MEMORANDUM
Walter J. Foeman April 15, 1997
TO : City Clerk DATE FILE
FROM cee Reg eyra
Department of Public Works
SUBJECT :Miami Modern Police
Headquarters Range Renovation,
B-6268
REFERENCES:
ENCLOSURES:
Please note that contractors will submit bids for the following project:
LC
"Miami Modern Police Headquarters Range Renovation, Project No. B-6268, on
Thursday, 15"' of May, 1997, at 10:00 a.m.
Any bid submitted after the time listed above, will not be accepted by the City Clerk.
Please make necessary provisions for this bid opening.
The Project Manager, Mr. Roberto Silva and/or a representative overseeing the project, is
going to be present at the time of opening. Should there be cancellation or postponement,
we will notify you in writing, prior to the opening date of the bids.
If you have any questions, please contact me at 416-1244.
/HR
Encl.
cc: Maria Abijalil, Procurement
John Jackson
Merilynn Renshaw
__J
_0
1
;.`
`►
-i
rl
a
� >
J
i
BID NO 96-97-088
ADVERTISEMENT FOR BIDSr i
Sealed bids for "MIAMI MODERN POLICE HEAD (7A�TERS RANGE
RENOVATIONS, B-6268" will be received by the City Clerk of the City of'1V i5mPy1%jda at
10:00 A.M. on the 15TH OF MAY, 1997, at the City Clerk's Office, tirAtt�f o of the Miami City
Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33 Qt� f Which k a q,Iand place
they will be publicly opened and read. Any bid submitted after the above appoin, ed, me will not
be accepted by the City Clerk.
The project consists of the furnishing of all labor, equipment and materials for the remodeling of
Miami Modern Police Headquarters Range according to the plans. City regulations will allow
bidders to furnish bid bonds in accordance with Resolutions No. 86-983 and No. 87-915.
For technical questions regarding plans and specifications, please contact Mr. Roberto Silva,
Project Manager at 305-416-1254. Prospective bidders will be required to submit, with their
bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, which
authorizes the bidder to perform the proposed work.
All bids shall be submitted in accordance with the Instructions to Bidders and Specifications.
New City regulations will require each bidder to submit proposals in duplicate originals.
Specifications and plans may be obtained from the Office of the Director of Public Works, 444
N.W. 2°d Avenue, 81h Floor, Miami, Florida 33130, on or after April 28, 1997. If bidders wish, a
set of specifications and plans will be mailed to them by writing to the Department of Public
Works and including a separate check for $8.00. There will be a $20.00 deposit required for the
first set of specifications and plans. Additional sets may be purchased for a fee of $20.00 per set
and this is not refundable. Deposits will be refunded only upon their return of one set of
specifications and plans to the Department of Public Works, unmarked and in good condition
within two (2) weeks after the opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 10062, as amended, regarding allocation
of contracts to minority vendors. The City requires prospective bidders to submit an Affirmative
Action Plan, as defined in said Ordinance, and as required in the Instructions to Bidders.
The City of Miami has adopted Ordinance No. 10032, which implements the "First Source
Hiring Agreements." The object of this ordinance is to provide employment opportunities to
City of Miami residents on contracts resulting in the creation of new permanent jobs.
Contractors may be eligible for wage reimbursement under this program. For further information
contact the Department of Public Works, City of Miami, at (305) 416-1200.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for failure to complete the work on time. The City Commission reserves the right to
waive any informality in any bid, and the City Manager may reject any of all bids, and re -
advertise. (B-6268-B, Req. 0639)
Edward Marquez
City Manager
AdWIL
Adkk
k
City, of Miami
0639
REQUISITION FOR, ADVERTISEMENT
This number must
appear in. the
advertisement.
INSTRUCTIONS: Please type
and attach a copy of the -advertisement with thia reguisition.
1. Department:
2; Division:
Pufiiic udrks
Design
3. Account Code number:
4. Is.this is a confirmation:
5. Prepared by:
%&Ml-287/312015
Yes El No
Haydee Regueyra
6. Size -of advertisement:
7. Starting date:
8. Telephone number:
96-97"088:
4/28/97
416-1244�
9. Number of times this advertisement
is to be
10. Type of advertisement:
published
IN. Legal El Classified El
Display
11.. Remarks:
"MIANI-140DERIM
POLICE HEADQUARTERS RANGE RENOVATIONS PROJECT NO. 'B-6268"
12.
s ement'l'
Date(s) of,
Publication
Advertisement
Invoice No.
Amount
Z
vS
13.
'Approved
❑ Disapproved
IV- 7-7
� Department,bi recto0ibesig nee Date
Approved for Payment
Date
C IGS/PC,503' Rev. 12/89
Routing': P
't-Mint 1:_t(�I�wjl6d Wate' , an'd Canary ttlodW jPlr -�ocurement Management) and retain Pink copy,
... ....... .