HomeMy WebLinkAboutR-94-0793J-94-913
i 10/24/94 RESOLUTION NO. 9 4— d ry
9 3
+ A RESOLUTION RATIFYING, APPROVING AND
CONFIRMING, THE ACTION OF THE CITY MANAGER
IN AWARDING THE BID OF JAFFER ASSOCIATES,
1 LTD. IN THE PROPOSED AMOUNT OF $10,000.00,
TOTAL BID OF THE PROPOSAL, FOR "MORNINGSIDE
PARK IRRIGATION SYSTEM - INVESTIGATION,
j INVENTORY AND TESTING PROJECT B-3238-E" ON
AN EMERGENCY BASIS; WITH MONIES THEREFOR
ALLOCATED FROM PROJECT NO. 331338, AS
APPROPRIATED BY THE FISCAL YEAR 1993-94
CAPITAL IMPROVEMENT ORDINANCE NO. 11139 IN
THE AMOUNT OF $10,000.00 TO COVER THE
CONTRACT COST AND $1,410.87 TO COVER THE
ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL
COST OF $11,410.87.
WHEREAS, sealed bids were received September 6, 1994, for
"MORNINGSIDE PARK IRRIGATION SYSTEM- INVESTIGATION, INVENTORY AND
TESTING PROJECT B-3238-E"; and
WHEREAS, the City Manager authorized the Issuance of an
emergency purchase order for the investigation, Inventory and
testing of the existing Irrigation system in order to determine
the scope of work required for the future repairs and completion
of this important park irrigation system; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend ratification of the City Manager's
action in awarding the contract to Jaffer Associates, Ltd., as
the lowest responsible and responsive bidder; and
CITY CONMISSION
MEETPqG OF
v 1 T 1°�
Resolution No.
9 793
WHEREAS, monies are available for the proposed amount of
the contract, project expense, and incidentals under Project
No. 331338 as appropriated by the Fiscal Year 1993-94 Capital
Improvement Ordinance No. 11139;
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 September 6, 1994, bid awarded to Jaffer
Associates, Ltd., In the proposed amount of $10,000.00, for the
project entitled "MORNiNGSIDE PARK IRRIGATION SYSTEM -
INVESTIGATION, INVENTORY AND TESTING PROJECT B-3238-E" for the
total bid of the proposal, based on a lump sum and unit prices,
is hereby ratified, approved and confirmed.
Section 3. The total estimated project cost of
$11,410.87 is hereby allocated from Project No. 331338, as
appropriated by the Fiscal Year 1993-94 Capital Improvement
Ordinance No. 11139. Said total project cost consists of the
$10.000.00 contract cost and $1,410.87 estimated expenses
incurred by the City.
Section 4. This Resolution shall become effective
immediately upon Its adoption.
- 2 -
9 4 - 7 'Z-)3
PASSED AND ADOPTED this 17th day of November
ATTEST:
CAPITAL PROJECT REVIEW:
1
10 Z
/A/
hgAX)UA IGUEZ, DIREC R
ASSET MANAGEMENT AND CAPITAL IMPROVEMENTS
SUBMITTED BY:
. 1994.
STEPH N P. CLARK, MAYOR
L) I P-)tLk�l-
WALDEMAR E. LEE
DIRECTOR OF PUBLIC WORKS
LEGAL REVIEW BY:
---Aw &9/tl/
G. MIRIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
j,
A QUI JO III
CITY A TORN
-3-
94— 7P
CITY OF MIAMi, FLORIDA
INTER�OFFiCE MEMORANDUM
TO: Honorable Mayor and Members
of the City Commission
FROM : Ces to
Cit ger
RECOMMENDATION
CA-5
DATE NOV 1994 FILE :B-3238-E
Resolution Ratifying the City
SUBJECT: Manager's Action Authorizing
Award of Contract for Morn I ngs I de
Park Irrigation System -Investigation
Inventory and Testing Project
REFERENCES:
ENCLOSURES : Reso I ut I on
It is respectfully recommended that the City Commission adopt the
attached resolution ratifying the City Manager's action In awarding
the bid to the lowest responsible and responsive bidder, Jaffer
Associates, Ltd., a company located within Dade County and within the
City of Miami, for Morningside Park Irrigation System- Investigation,
Inventory and Testing Project B-3238-E, received September 6, 1994 in
the amount of $10,000.00, Total Bid.
BACKGROUND
Amount of Bid: $10,000.00
Cost Estimate: $12,000.00
% of Cost Estimate: 83.3%
Source of Funds: Fiscal Year 1993-94 C.I.P. Ordinance No. 11139,
Project 331338
Minority Representation: 0 Invitations mailed
6 contractors picked up plans & specs
(1 Hispanic, 0 Black, 0 Female)
2 contractors submitted bids
(0 Hispanic, O Black, 0 Female)
Public Hearings/Notices: No public hearing
Assessable Project: No
Discussion: The Department of Public Works has evaluated the bids
received on September 6, 1994 and determined that the lowest
responsible and responsive bid, In the amount of $10,000.00 was from
Jaffer Associates, Ltd. Funds are aval table to cover the contract
cost, and for such Incidental Items as postage, blueprinting,,
advertising, and reproduction costs.
Attachment:
Proposed Resolution
J4-- 793
0,4 5'-I
TO
FROM
Cesar H. Odio
City Manager
Waldemar E. Lee
Director
Public Works Department
CITY OF MIAMI, FLORIDA rr"v
INFER -OFFICE MEMORANDUM
�l C1
DATE : September 13/, 9;� FILE
SUEUECT: Morningside Park Irrigation
System -Investigation and
Repairs Project - B-3238-E
REFERENCES:
ENCLOSURES:
Informal bids were received by the Public Works Department -
Design Division staff for the above referenced project.
The proposal was broken down into two parts: Base Bid and
Alt.ernate•Base Bid (refer to the bid tabulation attached). The
bid documents were distributed to five (5) local area irrigation
contractors with the expertise and competence required for the
satisfactory completion of -this project. Of the five
contractors contacted for the bidding, only Jaffer Associates,
Ltd. and Brooks -American Sprinkler Co. responded as shown in the
bid tabulation.
We are recommending the award of the Base Bid (Item 1 in the
Proposal) in the amount of $10,000 to Jaffer Associates, Ltd.
The Base Bid allows for the investigation, inventory and testing
of the existing system, which in turn will be instrumental in
defining the scope of work for the repairs and completion of the
irrigation system. Unit prices for all equipment have been
obtained as part of the Alternate Base Bid items in 'the
Proposal. Once the Base Bid Work is completed, a bill of
materials will be provided in order to apply quantities to the
unit prices obtained in the Proposal. At that time, a separate
contract may be awarded for the repairs and completion of the
irrigation system.
At this time, we are requesting an emergency approval for the
award of the Base Bid to the low bidder listed in the attached
bid tabulation.
Costs to cover the bid are allocated from the Capital
Improvement Ordinance No. 11139, Project No. 331338.
Approved:
Cesar H. Odio
City Manager
Date:
94- �93
ft
FACT SHEET
PUBLIC WORKS DEPARTMENT
DATE: 9J 07! 1994
joa t . B- 3238-E
PROJECT NAME: MORNINGSIDE PARK IRRIGATION - INVESTIGATION PROJECT
ciP P. 331338
LOCATIONS: 750 NE 55th Terrace
TYPE:
FEDERAL PARTICIPATION: a
PROJECT MANAGER: ENRIQUE D. NUNEZ, R.L.A.
ASSESSABLE:
ASSOCIATED DEPARTMENT: Public Works
EMERGENCY: Q
RESOLUTION W.
al
810 REQUEST: FORMAL Q INFORMALME
DESCRIPTION: This protect consists of site investigation and inventory of equipment previously Installed, testing
existing systems, ldentffying missing Items and those needing repairs or adjustments. tJ on obtaining the results
of the Invests atlon and deffnlng the sco a Of work with specific quondtle3, the contractor will be directed to complete
thereairs and the Installation of a completed automatic irrigation s stem as per the contract drawings and
s ecificadons. Thereairs and completion work will be accomplished by a se crate contract.
SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONST. COST)
SURVEY IPLAT Q
SITE INVESTIGATION Q Q
PLANNING AND STUDY Q : 200.00 2'% % OF(EC)
DESIGN ® i 0'% % OF(EC)
SPECS AND BID PROCESS Q 5 200.00 2% % OF(EC)
BLUEPRINTING AND ADVERTISING 150.00 (E)
CONSTRUCTION Q ® $ 10,W0.00 (BID)
CONST. INSP. 3 MANAGEMENT i 700.00 7% % OF BID
OTHER Q :
SUBTOTAL i 11.250.00 11%
INDIRECT COSTS (I A3'%) i 160.87 (ENG. FEE)
CONTINGENCIES (5%)
M C) ESMATE CONST. COS $12,000.00 TOTAL $ 11,410.87
(EJ ESTIVATE
CONTRACTOR'S INFORMATION:
CLASS: QJ M 0 TYPE OF WORK: Irrigation Contrador MINORITY 0 0 Q
YEARS OF ESTABLISHMENT: 50 Years LICENSE 59-283-1360
NAME: JAFFER ASSOCIATES, LTD. TELEPHONE ( 305 ) 576-7363
ADDRESS: 2801 NW 8th Ave. Miami, FI 33127a837
CONTACT PERSON: Eugene C. Friedlander. President
SUB -CONTRACTORS
CLASS: in jowr P- PANE III -SUB
IMINOR/TY: A- /LACK N- NISPANK: F- FEMALE -
GUMS: ASSISTANT OIKEGTOK3, GUST ANALYSIS, PILE, GIP NIAMAUICK, ASSOvw MIJ uer I., GIr MAMAUCK
INFORMAL BIDS BY ITEM
Project Naves Project Numbers 33F CIP Number
Project Managers •NUa�Z '�-'� •at��' Date- 9 4G__/��
Person who received the bids p-I1P�Ny eZ- F'ZoJ*�T Received at- ICI--5V2..S 5—fSC,Q
Construction Estivate = $ (2g000 (0—o's— � e -io) Tides Mi Public Works Department
BIDDER
cam
LOCATED IN THE CITY OF MIAMI
`�>✓5
BID BOND AMOUNT
N o,
N 1A►
IRREGULARITIES
MINORITY
OWNED
NO
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
V Ic-fAT09 %10o
L mS.
L,e.
2
CCt7"
2
OIS 5
S
6
co In VALV8
CA
11
0 cN
+09
L t?B IN 91C. IT
L& ,
L.F.
2.50
8
3 " Al I.INrc FVG f7iW
L-
'' WT*P,04I. LI C G PIPt:F
12,24
L •
. �
o
I' "L,& Rtt N
1.61
1L.
,so
1
3 " L UN� G I
,
.L, a�
- i<a.v W i 5Wi i NJ
CA .
.
�A •
.92
J G10 GIAL S
L.5,
em
a V Its Irem i 5- 23S-E
0 ab
V. az�
1. RFC 1 2-1
2
■ IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC W R THAT
THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS OM
A - No Power-oF-Attorney SSoel,a FORLT�E TOTAL AMOUNT
B - No AfFidnvit as to Capitol L Surplus of Bonding Company f
t - Corrected Extension: 'if t*evcontract r is notthe lowest bidder ex lalni
D - Proposal Unsigned or improperly Signed or no Corporate SealPE - Incomplete Extensions :.---__.F -Non-responsive b1d-1JZ ------------------------------------------
G - Improper Did Dond
H- Corrected Bid ----4---------------------------------------------------
I - No First Source Hering Compliance Statement --- ____________________________-___
J - No FN►grlty Compliance Statement -----_-----r-----------------
K- No Dino, iote Hid once Proposal----------------------------------------------------------------