Loading...
HomeMy WebLinkAboutR-96-0370F R'- RESOLUTION NO A RESOLUTION ACCEPTING THE BID OF FREEPORT FOUNTAINS, INC., IN THE PROPOSED AMOUNT OF $149,725.00, TOTAL BASE BID OF THE PROPOSAL, FOR THE PROJECT ENTITLED,"MILDRED AND CLAUDE PEPPER FOUNTAIN RENOVATION, B-626111; ALLOCATING FUNDS THEREFOR FROM PROJECT NUMBERS 331394 AND 332064 AS APPROPRIATED BY CAPITAL IMPROVEMENT ORDINANCE NO. 11337, AS AMENDED, IN THE AMOUNT OF $149,725.00 TO COVER THE CONTRACT COST AND $1,200.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $150,925.00; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WHEREAS, sealed bids were received April 23, 1996, for "Mildred and Claude Pepper Fountain Renovation, B-626111; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from Freeport Fountains, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended, adopted January 25, 1996, appropriated monies for the proposed amount of the contract, project expenses and incidentals, under Project Numbers 331394 and 332064; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF MAY 2 3 1996 Resolution No. 96370 Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference f thereto and incorporated herein as if fully set forth in this Section. Section 2. The April 23, 1996 bid of Freeport Fountains, Inc., in the proposed amount of $149,725.00, for the project entitled "Mildred and Claude Pepper Fountain Renovation, B-626111, for the total base bid of the proposal, based on a lump sum and unit price, is hereby accepted at the price stated therein. Section 3. The total estimated project cost of $150,925.00 is hereby allocated from Project Numbers 331394 and 332064, as appropriated by Fiscal Year 95-96 Capital Improvement Ordinance, No. 11337, as amended, adopted January 25, 1996. Said total project cost consists of the $149,725.00 contract cost and $1,200.00 estimated expenses incurred by the City. Section•4. The City Manager is hereby authorized) to i execute a contract, in a form acceptable to the City Attorney, on i i behalf of the City of Miami with Freeport Fountains, Inc., for "Mildred and Claude Pepper Fountain Renovation, B-626111, total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. i- r i The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. 2- 96- 370 ; j i i i PASSED AND ADOPTED this 23rd day o May 1996. PF STEP tN P . CLARK, MAYOR ATTES ✓%���/ WALTER J . �' CITY CLER CAPITAL PROJECT REVIEW: I SUBMITTED BY: G SHEEHAN �— WAE. LEE C .P. COORDINATOR DIRECTOR OF PUBLIC WORKS PREPARED AND APPROVED BY: G. MIRIAM MAER I CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: i r ! A. NN O. S, III CITY ATT EY W870:CSK I I i I Ii f ; i I _ -3- f i _ y CITY Or- MIAMI. FL.ORIDA INTER -OFFICE MEMORANDUM To Honorable Mayor and Members DAre FILE of the City Commission Resolution Awarding Contract suaaecT for Mildred and Claude Pepper Fountain Renovation, B-6261 1 FRO 'Cesar H. Odio AFFERENCES City Manager Resolution QNCLCSL'RE$ RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached j resolution accepting the low bid of Freeport Fountains. Inc, a company located not -within Dade County and not -within the City of Miami for "Mildred and Claude Pepper Fountain Renovation, B-6261" received April 23, 1996. in the amount of $149,725.00. Total Base Bid; authorizing the City Manager to enter into -a contract on behalf of the City. BACKGROUND: I Amount of Total Base Bid: $149,725.00 X of Cost Estimate: 107.7% 1 Cost Estimate: $139,000,00 Source of Funds: Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended, under Project No. 331.394 and C.I.P. No. 332064 Minority Presentation; 260 invitations mailed ` 4 contractors picked up plans & specs ( 2 Hispanic, 0 Black, 0 Female) 1 contractor submitted bid (0 Hispanic, 0 Black, 0 Female) I Public Hearings/Notices: No f Discussion_: The Department of Public Works has evaluated the bids received on April 23, 1996 and determined that the lowest responsible and responsive bid. in the amount of $149,725.00 is from Freeport Fountains. Inc. 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 - 95-- 3710 Z00 'd 11Z 1-85£-SO£: 131 �LNO[N NEE MUM�£ 80 ME) 46 ,£i- '.(d[N TABULATION OF BIDS FOR M I LDRED AND CLAUDE PEPPER FOUNTAIN RENOVAT f DN s D--6261 Ncelvvd by the City Clerk. City or ttia®l, Fiarida at 10:00 A,N. an April 23. ISM 61 DDER FRF.UW FWAINS, INC, ADDRESS 1510 Kaotner Place Sanford, FL 32771 LOCATED IN THE CITY CIF MIAMI NG LIaNSW II. 114SL D AS PER CITY CODE 8 MEW 0M. YES B I D BOND AMOUNT B. B. $7 , 5 DO.00 IRREGULARITIES M I NOR 1 TY OWNED NO TOTAL BID: THE TOTAL OF ITS 1 AND 2 BASED IN A NIWrY DAY COMET ION TIPS $ 149. 725. 00 BIDDER ` AMAESS LOCATE? IN THE CITY OF MIAMI LICENSED L I MMED A5 PER C I TT CODE L WM M. BID DOM AMOUNT IRREGULARITIES M I NM I TY OWNED A - Hu Porrnrl-Ai eorr>ry IES 1 EGEKD THE DEPARTMENT OF PURL. I C WORKS HAS DETERMINED B -o Ar ctedErtanslorre t as to Lapltat ! sxplue vP BandlrQ Cr> >y E- Corrected That the Lowest Responsible and Responsive Bidder Is - o-Prvprnvl Mingo or Iaproparly 51rud or to Corporals Smi FREEPORT FOUNTAINS, INC. in The Amount of $ 149.725. 00 E- irrcaapielm rtertfor the TOTAL BASE BIi3 of the Proposal. F-Non-raempamel{7aMire aidid _. G - lupr*per Sid Bond --�� H - Corrected Bid _- I -No First source wring Cospllance 3tetewant w 1 -No Minority Ceepl ILmv 5toteeant BID 95-9b-067 ry K - No 0uptIcote old Proposal Prep. By:EE B — 6 2 6 '1 MAY. -23' 96(THt;1 08136 BAYFRG\T PARK MGST TEL:305-358-1211 aWr naa 1d30 c131M005sv'31Li'SISA 7'Sao.l03b101Nv1SISSv sald00 LZCJr000OHl 3SN3011 DW103i31LfvH J3S S3vrN ;NOLLV"03NIS.1010V IW"nv 04wm U00 "ON3NOHd3191 LUZC 1_�'pjaµleg gLUQ:*v4 P3 NOSWdlOV1N00 v3sw fouls" 0119L ;55380OY '0NI'SNrV1NnC!A AI 12W 3WVN 090LZa9� 3SN30n MD r WilON1W N011Vh0N3a N(YLNnDd -AkI0Md03d.11 :A-UtIONIW NON � -sSHlo arm=NollyHWANI "Ol0vaIN00 �D'SZ6'OSLS 1V101 00'DDO'6ClS aiVOYIS3() (3) (xEr' U 5910N39N WVDO S15001ONHIOvI 91 �- 00SZ6'CSLS nrlolena 13) � � 213H1q % (3) © 1NUM30YNVAT dSNI'SSNOO 10119) 00'SZL'!ifLS NOISOnbiSN00 (3) DO'0065 ONISU'dBAOr ONV VNI1NRJd3m0 % 00'00►$ SS300bd 018 ONV S03dS % ED M NEJIS30 x k0n16 OWV VNINVIo (3) d N011YOIUSB&NI3115 c3) M nndJaanans (lsoo'onalsNcDdo%) 1N()OWv HO1sino 1,117 53O1n113S do3do0s (.47vo 3H1 NO n O•ALiYSs3O3N !0 we)s 531yo11a� eyJ)n aopves 1!a 8J pus aoueuag4orw Je BU9 pue -lawmad BLapjeA'SuOlPruigul OWUUD!u!ew pue uopel o upswn dn liens u! una) uo!lelIR!au! tuinsAt olelawon pue 61!Lwad Ile, u!meip dows )ua n e Wogw u!pnr1u! wane s !eopeyaaa a jo uogpllulsu! pue 'uoPnA-;u03•u !sap er.p sepnpu! )pom -u wed JwQj e13 ! u!elunod jaddad PrWID Pure pojpl!A aynlo Wo-jivJ pun .ne aJ 'u .issp a4l yo J9!suco ayl :NOttdpr0sa0 [`] :vw+ao�Jl :lrnaod 1s3nn3a aIe oN Nclunose>d 'AON3�b31Y3 INBVLLJ:iVd3Q S)48Vd :1Niri1>ivd30 031vr.>ossr :31Bv653Ssv 6wQdUPIIV 413DVNYW1a3POad �10LLVdt3l_-WYjTni303d Epuold '!we!w )Pod nuv eg=NOI1rO0'1 3d1J NOIIVA0!111�b NI'd.LNnD:i ZI3dd3d CnY IO ONV 032i011W :3WYN 139tO )d 4'90Z£C Put WMt .ON dlq L9ZR - 9-.-ON BO. 9s6LtsZttr lHd 1N3WIllVd9a SNUOM 31 113nd lsanbau ®or P, 007 t%. to " t1l d1 JOB REQUEST PUBLIC WORKS DEPARTMENT VAT 4/25/1996 400 No.: B • 8261 CIPNo.: 331394 and =064 PROJ!CTNAME: MILDREDANU CLAUOe PEPPER FOUNTAIN RENOVATION TYPE: _ LOCATION: ®a nt Park Miami, Flanda FEDERAL PARTICIPATIOtt am PRO-IFCT MANAGER. Allan Prams ASSESSABLE: 4380CAATED DEPARTMENT: PARKS DEPARTMENT EMERGENCY: RCSOLUTION N., _ 810 REQUEST FORMAL: INFORM/' ; DES MFMON: The Rro)eCt mnstat of the demon, repair and retrofit of the Mildred and ClaudV Pepper _ Fountain at Ba omt Part(. TT work indudes t)Ta design. construction, and Installation of a mechanical system inciodin TMrofi1 equPmerit smop drawings, all ©rmits and Cam le! stem inslallAti0n, fOUntsin start u . testfn , op1ration and maintenance imtruLtlons, trolnin morml, and one y2ar maintomm- and re air S9rviCC Of (h0 reUottt 6 S10R1_ (IF NECE35ARY.0 U ON THE BACK) SCOPE OF 5tWCES: CrTY OUTSIDE AMOUNT (%OF CONS TRUC. COST► SURVEYIPtAT (E) SITE INVESTIGAtION PLANING AMD STUDY x DESIGN x SPECS AND BID PROCESS $400.00 µ BLUEPFUNTING AND ADVERTISING � $800.00 (E) CONSTRUCTION mom S149,725.00 010) CONST. INSP.6 MANAGEMENT ® (� % OTHER (E) SUBTOTAL _ $150.925.00 I6 INDIRECT COST$ (6) (EN'G.FP.EI CONTINGENCIES (1.43%) (E) (E) ESTIMATE $ 139.000.00 TOTAL 5150.925.0 CONTRACTORS INFORMATION: CLASS; r j 1 NON MINORITY: TYPE OF WORK- FOUNTAIN RENOVATION MINORITY; UCENSE. CSC21050 NAME: FREEPORT FOUNTAINS, INC, ADDRESS: 1510 Kastner PiarA CONTACTPERSOM Ed Macomb S;irtforO. FL 32171 TELEPHONE W.; (407) =.I Im SUBCONTRACTOR'S iNFORDaAT1Ore: NAMES: SELF HARTELECTRIC LICENSE ER00004327 COPIES: ASSISTANT DIRECTORS. COST ANALYSIS. FILE. ASSOCIATED OEPT. REV,4M s7�_S�eU�tl?T_LiaT sm IT111: M�ijr111j „AND CLAUDE PEPPER FOUNTAIN RENOVATION 8-6261 _ __---..__—.—_—_--------.--a_—��— :ID NO. e 95-9t�037 -- — — — — — — — ®�EIiED: APRIL 23, 96 10:00 DATERID(S) ---------------aa---a.....� ,��ogtaT gas---a_--CHECK ---- -------�.—.�. �._--�--�sees-- _-- a-._.., $ 149,725.00 B.B. $ 7,500.00 FRELPORT FOUNTAINS, INC. ....... — } n .�q rT 7'C 'lam 1C>' ( l (Yl? I�!7t1 i _ c!lvlsl:�'•.�C�. irk I'�'6;)^.?,,^,ti i'J f1i � �3C!i(:.:(:°:u ., !1 any, . ' ,�}—�--ktP}�=---a•—°.�.._---._—r—ra...e..a...--—a.�—a�..r—sees-■ •o �.sa,.--e. ------------------------------- s—as:—s—� ww.s�s.a—.►---sm.s.._�.—roes—a.•s—_.�a.w w.---.. -._ --...,--------------r---t--------------- t—_---a---O--------r--- —— --------------- ------------- -------------- '—'°'------ ----------------i------------- ----------'------------ I —.----------r---r—�.ars—s-------aI —maerr—s—rear—s----asae �ee � r---------a—r----`----a--------_----a—s_a—sr--a—a rrrar w----------------------------r------- -------------- ---------------------- ----------—�---� �lGj ---- -------- ------- ---------------- ------- ----- - . -- --�—�—�------------------------ ---------------------- ----�---------— — — — — — — — — — — — — - — — — — — — — — — — — — — — --�---�--m ----------- ------------a ---------------------- eelsr_r_—_Mr—a— r—ire.-------- ----------r------------ ----------.---4---N------- - 9 - - - - - - - - - - - - - - - - - - - - - - - ---------------- --------------&----a--------•--------- (Lc75c� --- --received (/ .) envelopes on aehel! of — --(?erson-i�tei®ia�-bida) Pubic Worly�__ _ er Oct, ZJ - -------------------�--------------------sees-� (City Department)- k -J ( o utl CStY Clethj -sees-- ' CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Walter J. Foeinan City Clerk FROM Berta A. Davis Executive Secretary DATE April 16, 1996 FILE SUBJECT : 1lftidred and Claude Pepper Fountain Renovation B-6261 REFERENCES: ENCLOSURES: ' Please be advised that contractors will submit bids for the above -mentioned project on: April 23, 1996 10: 00 Ally Any bid submitted after the time listed above, will not be accepted by the City Clerk. Please make necessaty provisions for this bid opening. The Project Manager and/or a representative overseeing this project will be present at the time of openings. Should there be cancellation/postpottetnettt, we will notify {oat dra writing, prior to the opening date of the bids. If you have airy questions, please feel free to contact Tim Schmand at 358-7550. /BAD j encl. -n�K Z N r. 1> D z N BID NO.95-96-087 ADVERTISEMENT FOR BIDS Sealed bids for "MILDRED AND CLAUDE PEPPER FOUNTAIN RENOVATION B-6261" will be received by the City Clerk of the City of Miami, Florida at 10:00 AM on the 23rd of April, 1996, at the City Clerk's Office, First floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. The project consists primarily of the furnishing of all labor. materials and equipment for the engineering shop drawings, the fabrication and the installation of a mechanical system that includes retrofit equipment, shop drawings, all permits and complete system installation, fountain start up, testing, operation and maintenance instructions, training of personnel for day to day operations, and one (1) year maintenance and repair service of the maintenance system. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions regarding plans and specifications, please contact TimSchmand, at (305) 358-7550. 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. Plans and specifications may be obtained form the office of the Director of Public Works, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after April 8, 1996. If bidders wish, a set of plans and specifications will be mailed to them by writing to the Department of Public Works and including a separate check for $8. There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee ofS20 per set and this is not refundable. Deposits will be refunded only upon return of one set of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted tot he provisions of Ordinance No. 10062, as amended regarding allocations of contracts to minority vendors, contractor and sub -contractor. All Bidders must submit an Affirmative Action Plan with the bid. (Ordinance are contained in bid specifications). The City of Miami has adopted Ordinance No. 10032, which implements the"First Source Hiring Agreement". 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. t 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 and informality in any bid, and the City Manager may reject anyoof,ll bids, and readvertise (B-6261, Req. 0610). -4 -co r n Cesar H. Odio +� City Manager rr? xy 00 F -1 I� k' � e. , _ x • r v y {:. t. .t � ���"i�� 7 � ij �9`: � 4. i`,,° i6?� ;S 4 �i �•tv`: �.. sir 4t W i i �fut � ..s V,. City of Mimi REQUISITION FOR ADVERTISEMENT must aappear in the advertisement. INSTRUCTIONS: Please tyge and attach a copy of the advveerrt��iissiii m nt with thi r i i ion. 1. Department: — Division: 3. Account Code number: ---�2. 4. Is this a confirmation: ❑ Yes ❑ No -- 5. Prepared by: J�, (F• ��S ye 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be ublished: 10. Type of advertisement: LJ Legal ❑ Classified ElDis la 11. Remarks: i, 12. Publication G.S.A. (Procurement ManagemIjal USE ON!_ Date(s) of Advertisement Invoice No. Amount M aa > A 13. Approved ❑ Disapproved "l i h .) Department Director/Designee Date Approved for Payment Date C IGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. J v101 niov 1 ivn. arnnss - U.o.M., %,annry - ucNanillum