Loading...
HomeMy WebLinkAboutR-92-044406/119/92 RESOLUTION NO. 92` 444 A RESOLUTION ACCEPTING THE BID OF ALL CONSTRUCTION, INC., IN THE PROPOSED AMOUNT NOT TO EXCEED $32,450.00, TOTAL BID OF THE PROPOSAL, FOR PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT B-2993-A, WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1991- 92 CAPITAL IMPROVEMENT ORDINANCE NO. 10938, PROJECT NO. 415002, IN THE AMOUNT OF $32,450.00 TO COVER THE CONTRACT COST AND $8,304.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $40,754.00; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received June 9, 1992, for PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT B-2993-A; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from All Construction, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fi scai Year 1991-92 Capital Improvement Ordinance No. 10938, as amended, was adopted on December 5, 1991, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 415002 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COSSION MEETING OF J 111 n n 1992 Resolution No. 92- 444 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 June 9, 1992, bid of All Construction, Inc., in the proposed amount $32,450.00, for the project entitled PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT B-2993-A 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 $40,754.00 is hereby allocated from the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, Project No. 415002, said total project cost consists of the $32,450.00 contract cost and $8,304.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contractp on behalf of the City of Miami with All Construction, Inc., for PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT B-2993-A, total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. 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 - 92- 444 a PASSED AND ADOPTED this 9tt ATTEST: M TTY IRAI, CITY CLERK LEGAL REVIEW BY: G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: 0 CAPITAL PROJECT: Co VnAiRDO RODR GUE CIP ECT 'MANAGER SUBMITTED BY: - tf. �, WALDEMAR E. LEE, ACTING DIRECTOR DEPARTMENT OF PUBLIC WORKS .A,, 92-- 444 Z ] INTER -OFFICE MEMORANDUM Honorable Mayor and Members DATE L 231992 FILE B-2993-A of the City Commission ON n -i FROM Cesar H. Odi �� City Manager. RECOMMENDATION SUBJECT Resolution Awarding Contract for PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT REFERENCES ENCLOSURES. It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of All Construction, Inc., a company located within Dade County and not within the City of Miami, for the PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT B-2993-A, received June 9, 1992 in the amount of $32,450.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $32,450.00 of Cost Estimate: 100.77% Cost Estimate: $32,200.00 Source of Funds: Fiscal Year 1991-92 CIP Ordinance No. 10938 Minority Representation: 121 invitations mailed 15 contractors picked up plans & specs (4 Hispanic, 3 Black, 1 Female) 4 contractors submitted bids (2 Hispanic, 1 Black, 1 Female) Public Hearings/Notices: Bid notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids rece ve`F—on June 9, 1992, and determined that the lowest responsible and responsive bid, in the amount of $32,450.00 is from All Construction, Inc., a female -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 92- 444 . C'aro -1 KI FACT SHEET PUBLIC WORKS DEPARTMENT GATE 6 / 11, 1992 J0907 B-2993-A PROJECTNAM(E. PAN AMERICAN DRIVE MEDIAN IMPROVEME CIP .. 4 7� LOCATION: 3600 Pan American Drive PROJECY— TYPE: PROJECT MANAGER: Enrique Nunez FEDERAL PARTICIPATION: Q ASSOCIATED DEPARTMENT. Public Works ASSESSABLE. EMERGENCY: Q RESOLUTION E- 810 REQUEST. FORMAL ® INFORMAL DESClUrnom Pro'ect consists of demolition, constructing concrete curbs allin electrical conduit decorative light poles, irrigation, sodding and landscaping. R► NECESSARY. CONTINUE ON THE BACK; SCOPE OF SERVICES. Cr" OUTSIDE AMOUNT ( % COSST. COSiI SURVEY I PLAT 0 Q s SITE INVESTIGATION Q s PLANNING AND STUDY © Q s 644.00 .. 2 % OF (EC) DESIGN ® Q s 1,932.00 � i % OF (EC) SPECS AND 810 PROCESS ® s 644.00 2 % OF (EC) CONSTRUCTION ( s 32,450.00 (BID) COSST. INSP. i MANAGEMENT ® © s 2. 5 9 6. 0 0 `� % OTHER Q s m SUBTOTAL s 3 8.2 6 6_ 0 0� INDIRECT COSTS (1 _ 4 3 %) IS 547.00 (E) (ENG. FEE) CONTINGENCIES (TOE) $ 1,941.00 (EC) E97WATII COwsr. COST: Is 3 2, 2 0 0. 0 0 TOTAL s 40,754.00 (E) ESTIMATIf CON71ACTOR'S IWORMATIOFh T. CLASS: 0 ® ® TYPEoFVVORIC General Contractor MINORRY 0 Q YEARS OF ESTABLISHMENT. One LICENSE CGC0 51918 NAME: All Construction, Inc. MUPHONE(305) 253-0044 ADOREss: 7390 SW 116 Terrace, Miami, FL 33156 CONTACTPERSON: Deborah A. Bridges 2. CLASS: = ® r-S7 TYPE OF WORK: MINORITY I v Q rF , YEARS OF ESTABLISHMENT: LICENSE NAME TELEPHONE ( ) ADDRESS: CONTACT PERSON: a CLASS: rY I © ® TYPE OF WORK: Mt1N4 M 0 l�J Q YEARS OF ESTABLISHMENT: LICENSE NAME: TELEPHONE ( ) ADDRESS: CONTACT PERSON: CLAIII& j. JOKY P- pmw Sean 9 2 -- 4 4 A llgl0AI114 I� &M X M. NWAWC /. FERMI: Ts 3 R, I FORMAT, BID PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT Project Number: B-2993-A CIP Number- 415002 Project Manager: ENRIQUE NTJNEZ Date- 06 .109 /-9Z Person who received the bids: ENRIQUE NUNEZ Received at: Cm CLERICS OFECE Construction Estimate $ 32,200.00 Time,;. 10:00 A.M. BID NO.: 91-92-080 BIDDER ALL CONSTRUCTION INC. JESUS P. RODRIGUEZ CONSTRUCTION PARAGON CONSTRUCTION LEWIS GREEN CONST. ADDRESS 7390 S.X. 116 TERR. 2123 N.W. M ST. 10424 N.W. 6th Or. 18732 N.W. 42 CT. BID BOND AMOUNT B.B. VOUCHER CHECK31,600.00 — B.B. $1,036.00 B.B. VOUCHER IRREGULARITIES F F MINORITY OWNED YES YES IMC) YES TMEM No DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL It TOTAL UNIT PRICE TOTAL BASE BID: ITEMS I THRU 5 $31,974.38 $32,102-00 $54,060.00 I Demolition & Earthwork 15.847.60 $11,827.79 1) 1 $9,890.00 2 Std. Ir Concrete Curb & Now Pavement $7,095.25 $7.660.00 $8,000.00 $24,000-00 3 Electrical Related stork Sodding (4,700 3-0 $.28 $5.430.40 $1,316.00 $2,000.00 $.47 $9,063.30 $2.187.93 42.000.00 $As 000() $11,600.0o a $752.00 $2,000.00 $1.06 $5.000.00 sz,omoo 4 E, Provision for Special Items ADDITIVE ITEM 1: $6,950.00 $14.960.00 $17,200.00 318,000.00 (0)Decorative Light Poles ADDITIVE ITEM 2: $3,250.00 $a,204.40 $3,100.00 7000.00 Landscaping at Entry Node ADDITIVE rrEM 3- $11,350.00 03.60 $13,900.00 $18,000.00 Landscaping (Balir- �eof Entire Median) $3.385.48 $6,100.00 $12,000.00 ADDITIVE ITEM 4: $3,960.00 Underground Irrigation System TOTAL BID AMOUNT(BASE BID+ PIUR�REGULARITIES $32,460.00 $49.302.00 —$72.060.00 IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT * LEGEND THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM ALL CONM, ON A - No Power -of -Attorney INC. FOR THE TOTAL AMOUNT OF $32,450.00 B _ No Affidavit as to Capital & Surplus of Bonding Company B - WHICH INCLUDES THE BASE BID PLUS ADDITIVE ITEM ONE. C Corrected Extensions C D Proposal Unsigned or improperly Signed or no Corporate Seal If the above co tractor is not the lowest bidder explain: E Incomplete ExtfmciOns r- Not certified as minority owned ----- -- ---------------------------------- ------- - ----------------------------------------- G - Improper Bid Bond H - Corrected Did I - No First Source Hiring Compliance Statement --- 3 No Minority Compliance Statement K - No Dup;Iloate Bid Proposal -------------------- ------------------------------------------ r], r]