HomeMy WebLinkAboutR-93-0078t ..
RESOLUTION NO.93- $
A RESOLUTION ACCEPTING THE BID OF FRANK J.
MORAN,. INC., IN THE PROPOSED AMOUNT NOT TO
EXCEED $8,990.00, TOTAL BID OF THE PROPOSAL,
FOR DORSEY PARK REHABILITATION - SPORT
LIGHTING - PHASE I, B-6201-C; WITH MONIES
THEREFOR ALLOCATED FROM THE FISCAL YEAR 1991-
92 CAPITAL IMPROVEMENT ORDINANCE NO. 10938,
PROJECT NO. 331357, IN THE AMOUNT OF
$8,990.00 TO COVER THE CONTRACT COST AND
$2,109.50 TO COVER THE ESTIMATED EXPENSES,
FOR AN ESTIMATED TOTAL COST OF $11,099.50;
AND AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received September 17, 1992,
for DORSEY PARK REHABILITATION - SPORT LIGHTING - PHASE I,
B-6201-C; and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid from Frank J.
Moran, Inc., be accepted as the lowest responsible and responsive
bid; and
WHEREAS,` Fi scat Year 1991-92 Capital Improvement
Ordinance No. 10938, as amended, was adopted on January 23,
1992, and monies are available for the proposed amount of the
contract, project expense, and incidentals under Project No.
3.1357 of said Ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
<Sff COI+ WSSION
DKEEMG Cr
FEB 0 9 1993
93- 78
Section i. 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 17, 1992 bid of Frank J. Moran,
Inc., in the proposed amount $8,990.00, for the project entitled
DORSEY PARK REHABILITATION - SPORT LIGHTING - PHASE 1, B-6201-C
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 $11,099.50
is hereby allocated from Fiscal Year 1991-92 Capital
Improvement Ordinance No. 10938, Project No. 331357. Said total
project cost consists of the $8,990.00 contract cost and
$2,109.50 estimated expenses incurred by the City.
Section 4. The City Manager is hereby authorized to enter
into a contractY on behalf of the City of Miami with Frank J.
Moran, Inc., for UORSEY PARK REHABILITATION - SPORT LIGHTING -
PHASE I, B-5201-C, total bid of the proposal.
Section 5. This Resolution shall become effective
immediately upon its adoption.
1� 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 -
93- 78
AW
-}r
PASSED AND ADOPTED this 9th day of February 19D.
i ER .N—YDR
A
ATTEST: CAPITAL PROJECT:
NA'j'"j' Y CT.K
CIP OJECI WANAGER
LEGAL REVIEW BY:
SUBMITTED BY:
RM N LEUN RR � E. LEE
ASSISTANT CITY ATTORNEY ACTING DIRECTOR OF PUBLIC WORKS
APPROVED AS TO FORM AND CORRECTNESS:
oCITY ATTOR
CITY OF MIAMI, FLORIDACAmw13
INTER.,OFFICE MEMORANDUM -
TO : Honorable Mayor and Members DATE: F�' .. 8-6201-C
of the City Commission frLE:
SUBJECT: Resolution Awarding Contract
for DORSEY PARK REHASILITATIO
SPORT LIGHTING - PHASE I W_
FROM ' Cesar H. Od i o REFERENCES: -
City Manager
ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the -
attached resolution accepting the low bid of Frank J. Moran, Inc.,
a company located within Dade County and within the City of Miami,
for the DORSEY PARK REHABILITATION - SPORT LIGHTING - PHASE I, o.
B-620.1-C, received September 17, 1992 in the amount of $8,990.00,
Total Bid; authorizing the City Manager to enter into a contract —
on behalf of the City.
BACKGROUND
Amount of Bid: $8, 990.00
Cost Estimate:
Source of Funds:
$8.00U.00
% of Cost Estimate: 112%
Fiscal Year 1991-92 CIP Ordinance No. 10938
Minority Representation: 242 invitations mailed
1 contractors picked up plans & specs
(0 Hispanic, 0 Black, 0 Female)
1 contractors submitted bids
(0 Hispanic, 0 Black, 0 Female)
Public Hearings/Notices: Bid Notice published
Assessable Project: No
Discussion. The Department of Public Works has evaluated the bids
received on September 8. 1992, and determined that the lowest
responsible and responsive bid, in the amount of $8.990.00 is from
Frank J. Moran, 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
FACT SHEET
PUBLIC WORKS
DEPARTMENT
DATE 12 / 03/iff 2
XWO-. B-fia&-C
ommamum 22EM Pk.
Reh.
rt,Lighting-Ph-1
COP f- " 331352
I
UVATM,
701 N-If- I
AMMM
1"t.
P"CA=MAH"W.
PROWAAL PARnMATM: r-j
#
Hec.
f.
I woomoum. POFMAL
grOMIAL=
DESCRIPTTON- The Project QMSiSta of
installiM one (1)
new high voltage
transformr and electrical distribution equ4mmt at
the Park.
M WCUSARY. COMM ON TW BACK)
SCOPE OF SMtV[CES: Crff
OUTSIDE
AMOUNT (% Of CONST. COST)
SURM / PLAT
GftWMT1QAT10N
PLANNM AM STUDY r 1
OF (CC)
on" (R-0
Q
s
609-90 10 % OF (EQ
GPM AND MPROCM pm
6
160.00 2 % OF (Eq
KUSPRWrM AM AWNWOM
s
700-00 (E)
COMMUCTION
$
8,990.00 (av)
COW. OW. & 1AAMA08MM
s
449.59 5 % of SO
C""m
5
(E)
SUBTOTAL
S
11,099.50 17 'A
Ms CT COtTf
s WA (EAn Fff)
(spy
s
WA
(wiggymeme"I Cwt s 8,000.00
TOTAL
I L ncm - qn
MGM=
CONTRACTOR'S INFORMATION:
cum r-71 rIVI (M rrmcwwcgK Electrical
wmxm =6 0r T I
V1AMCW2'fAWAH1AWff. 23
Wow Yes
NAM- Frank J. bkoran, Inc.
305) 633-4948
ADOPM: 1501 N.W. 29 Street, Suite
200
CWTACT PLIAMW Rick Sorrels
SU54VNTRACTORS
NAWS: SELF
CLAW 0w%owff Poftm oftsw
9 3 -- 78
MOMMY: #- SLAW 0" WMAW Ps MAW
bo4w. , %,W
ILI I,III ill i lli� , �I�i�li�llld !I L�1�� h III Ills Il d � .I Id II! !I �I
0
FORMAL BID
DOR:SEY PARK REHABILITATION — SPORT LIGHTING — PHASE I
Project Number: B-6201--C CIP Number: 331357
Project Manager: _ JOSE BRIZ Date: 09 17 / 9-
Person who received the bids: _ JOSE BRIZ Received at: CITY CLERK'S OFFICE
Construction Estimate = $ 8 000.00 Time: 11:00 A.M.
BIDDER
FRANK J. MORAN INC.
ADDRESS
MIAMI
BID BOND AMOUNT
CHECK # 486160
500.00
IRREGULARITIES
MINORITY OWNED
NO
ITEM No
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
_
1
FURNISHING OF LABOR do MATERIAL
5990.00
2
PROVISION FOR SPECIAL ITEM
13.000.00
--- WJ
—
TOTAL BID:
1$6,99000
1
1
1
* 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 FRANK J. _
B - No Affidavit as to Capital k Surplus of Bonding Company MORAN INC. __FOR THE TOTAL AMOUNT OF $8,990.00
C - Corrected Extensions
B - Proposal Unsigned or improperly Signed or no Corporate Seal
E - Incomplete Extensions If the above contractor is not the lowest bidder explain:
F - Non -responsive bid _ __--------------
G -Improper Bid Bond O.C�,.- /
----- -- -----------
A - Corrected Bid --- ---- - ---- -`---
I - No First Source Hiring Compliance Statement -. c���_--- ----��c�c•%--------------------•---------------_
J - No Minority Compliance Statement
Ii No Duplicate Bid Proposal - --------------------------------------------------------
91,II�I . 1 l
!