Loading...
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, ... ....... .