Loading...
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 !