Loading...
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----------------------------------------------------------------