Loading...
HomeMy WebLinkAboutR-92-0568W ROBERT KIN RESOLUTION NO. 9 CN A RESOLUTION ACCEPTING THE BID OF AARY CONSTRUCTION & DESIGN, INC., IN THE PROPOSE AMOUNT OF $26,049.00, TOTAL BID OF TH PROPOSAL, FOR ROBERT KING HIGH PARK B G REPAIRS B-2950; WITH MONIES T FG ALLOCATED FROM THE FISCAL YEAR 91-9 CAPITAL IMPROVEMENT ORDINANCE N 109 PROJECT NO. 331315, IN THE $26,049.00 TO COVER THE CONTRACT C D $10,619.38 TO COVER THE ESTIMA990ftKXP S, FOR AN ESTIMATED TOTAL COS $ 68. AND AUTHORIZING THE CITY ER TO E UTE CONTRACT,/WITH SAID FIRM. IN A FORM ACCEPT TO CITY AT EY, HEREAS, sealed bi c d ugust 18, 1992, for -71 G HIGH PARK BR&F R RS B-2 ; and WHEREAS, t Department of Pu Construction responsib and the Director of the nd that the bid from AARYA ., be accepted as the lowest ; and Fiscal Year 1991-92 Capital Improvement was adopted as amended,bn January 23, 1992, and monies he proposed amount of the contract, project incidentals under Project No. 331315 of said , THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE F MIAMI, FLORIDA: RESCINDED Fa4F.4t"Sp 8Y. CITY COMMISSION MEETIXG OF SEP 2 4 1992 Rosolution No. 92-- 568 Rescinded by R-92-805 Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by refe ce thereto and incorporated herein as if fully set fort th Section. Section 2. The August 18, 1992, bid of AARY nstru n & Design, Inc., in the proposed amount $26,049. for pro entitled ROBERT KING HIGH PARK BRIDGE REPAIR 50 f the total bid of the proposal, based on lum un es, is hereby accepted at the price stated t in. Section 3. The total estima pr ct co of $36,668.38 is hereby allocated from the Fi 1991-92 Capital Improvement Ordinance No. 10 331315,# +§�id total project cost consists o the 6,049.00 contract cost and $10, 619.38 estiriate ' ses ur by the City. Section 4. ;tee City M ag is hereby authorized to enter into a contract Construct' REPAIRS 295M � FORM EPT LE TO THE CITY ATTORNEY, behal of the City of Miami with AARYA , for ROBERT KING HIGH PARK BRIDGE bid of the proposal. Us Resolution shall become effective adoption. herein authorization is further subject to compliance with al 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 - 2 - 92-- 568 Rescinded by R-92-805 Q PASSED AND ADOPTED this ZA14 day of 1992. —3- 92- 568 Rescinded by R-92-805 j .......... CITY OF MIAMI, PlORIDA INTER -OFFICE MEMORANDUM CAm2 TO: Honorable Mayor and Members DATE. C �^, FILE. B-2950 of the City Commission VL. o ' SUBJECT. Resolution Awarding Contract for ROBERT c KING HIGH PARK BRIDGE 3� REPAIRS FROM : Cesar H. Od i REFERENCES! City Manager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of AARYA Construction and Design, Inc., a company located within Dade County and not within the City of Miami, for ROBERT KING HIGH PARK BRIDGE REPAIRS B-2950 received August 18, 1992 in the amount of $26,049.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $26,049.00 Cost Estimate: $40,000.00 % of Cost Estimate: 65% Source of Funds: Fiscal Year 1991-92 CIP Ordinance No. 10938 as amended. Minority Representation: 240 invitations mailed 26 contractors picked up plans & specs (7 Hispanic, 4 Black, 0 Female) 11 contractors submitted bids (7 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No public hearing/Bid notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on August 18, 1992, and determined that the lowest responsible and responsive bid, in the amount of $26,049.00 is from AARYA Construction & Design, 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 �J 92- 568 FACT SHEET PUBLIC WORKS DEPARTMENT JOB N: B-2950 PROJECT NAME: ROBERT KING HIGH PARK &RIDGE REPAIRS CIP is 331315 LOCATION: 7025 W. FLAGLER ST., MIAMI FLORIDA TYPE: ARCH. ENO. PROJECT MANAGER: NANCY PANTOJA FEDERAL PARTICIPATION: ASSOCIATED DEPARTMENT: PARK & RECREATION ASSESSABLE: EMERGENCY: RESOLUTION 0: BID REQUEST: FORMAL INFORMAL DESCRIPTION: Fumishing all labor equipment and materials for conducting miscellaneous structural repalm and modifications to the existing &rid e. IF NECESSARY, COHMRX ON THE BACK) SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (96 OF CONST. COST) SURVEY / PLAT Q S 1,200.00 SITE INVESTIGATION Q S 1,097.00 PLANNING AND STUDY O Q S % OF (EC) DESIGN %^< ><.? O $ 3.200.00 a �% OF (EC) SPECS AND BID PROCESS Q S S00.00 2 % OF (EC) CONSTRUCTION ;:. $ 26,049.00 (810) CONST. INSP. i MANAGEMENT # `:Y.#E: Q S 2,083.92 S % OF BID OTHER O Q S (E) SUBTOTAL 3 34,429.92 1B % INDIRECT COSTS S 492.35 (E) (ENO. FEE) CONTINGENCIES (5%) S 1.746.11 (EC) ESTIMATE CONST. COST: S 40,000.00 TOTAL S 36.668.38 (E) ESTIMATE CONTRACTOR'S INFORMATION: CLASS: of [--S—1 TYPE OF WORK: STRUCTURAL MINORITY ® MH 0 YEARS OF ESTABLISHMENT: 2 UCENSE CGOM72 NAME: AARYA CONSTRUCTION A DESIGN, INC. TELEPHONE ( 305) 8884M ADDRESS: 960 ORIOLE AVE.. MIAMI SPRINGS, FLORIDA 33166 CONTACT PERSON: FARHAO SAMI SUB -CONTRACTORS NAMES: None listed in proposal. CLASS: J. JOINT P- PRIME S• SUB MINORITY: B- BLACK Hu HISPANIC F- FEMALE w w . .& ..w*A ur w.n— - - - -- - -. ------ -- -- ---- �...._._._1 --% - 9 2 - 568 FORMAL BID .��UNUM12KI Project Number: B-2950 Project Manager: x, N Y DANTOJA — Person who received the bids: ELENA MORAGAS Construction Estimate = $ 40,000.00 AARYA BIDDER 71 960 OF ADDRESS MIAMI BID BOND AMOUNT IRREGULARITIES MINORITY OWNED W 2 C-1 DESCRIPTION discellaneous structural steel repa'; and modifications. Replace the existing wood bracing Re lace a rox. 350 s . ft. of 4 x VF rough cut wood decking, Replace existing 6" x 6" wood curb Replace apprax 1000 s,f. of existing uavement with 6" limeroc and 1" asphalt Provision for special_ item B.B. 5% RE — BRIDGE REPAIRS CIP Number: 331315 Date:,ai--1A_1-2?, Received at: CITY CLERK'S OFFICE Time I1:OO A.M. )RELINE FOUNDATION D.E.GIDI & ASSOCIATES CMA CORPORATION rnvvnPATl ST 3221 W. HALI.ANDALE 255 UNIVERSITY DR. 3C21T S.W. 11 UNIT TOTAL UNIT PRICE PRICE $6,550.00 e� I * IRREGULARITIES LEGEND A - No Power -of -Attorney B - No Affidavit as to Capital & Surplus of Bonding Company $2.42 049. Km. . I. B.B. VOUCHER YES IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC THE LOWESTOCTION, .!NC. FOR THE ND RESPONSIVE TOTAL AMOUNTOROM F$26 M Im 975.00 THAT C - Corrected Extensions Qo D Proposal Unsigned or improperly Signed or no Corporate Seal - - - - -- E - Incomplete Extensions If the above-contractor---not-the Lowest bidder explain:----- - F - Non -responsive bid ------------------_----_- G - Improper Bid Bond '�•� • � - H Corrected Bid I - No First Source fairing Compliance Statement � � � J - No Minority Compliance Statement K - No IillniirA1P Rill Prnnncnl I FORMAL BID ROBERT KING HIGH PARK - BRIDGE REPAIRS Project Number: CIP Number: 331315 Project Manager: NANCY PAMJA Date: 08 92 Person who received the bids: ELENA MORAGAS Received at: CITY CLERK'S OFFICE Construction Estimate = $ 40.000.00 Time: 11:00 A.M. BIDDER C ENTERPRISES, CEM ENTERPRISES, INC. MADEX CORPORATION UCTURAL PRESEV, QV<IWPVUQ TkT NOXON CONSTRUCTION ADDRESS BID BOND AMOUNT 41-4 2475 CLARK ST, APOPKA, FIA. B.B. 13,750.00 42 N.W. AVE. MIAMI. B.13. VOUCfiER 4720 N.W. BOCA RATON Rt.Vn nArA Cashier's Check !13.000.00 NO UNIT TOTAL PRICE 4865 N.W. 4ST MIAMI. B.B VOUCHER IRREGULARITIES C. H MINORITY OWNED Tv Tnu TEM No. DESCRIPTION NO — UNIT TOTAL PRICE - YES UNIT TOTAL PRICE YES UNIT PRICE TOTAL I Miscellaneous structural steel re airs and modifications. $12.000.00 $16,836.00 $10,745.0 $19.150.00 2 3 Replace the existing wood bracin ci Re lace alDl:)rox-L 350 SQ. ft. of 4"x 12" rough cut wood decking. $4,077.00 $4.000.00 $3,453.00 $6,923.00 2.0 7942.00 .$4.727,00 $6,750.00 4 5 Replace existing 6!'x 6" wood curb Replace approx. 1000 s.f. of existing Pavement with 6" limerock $4.00 $2.500.00 $4,000.00 2.53 $2,538.00 $2.530.00 $7.70 $2.450,0 $3,67 3670.00 and I" asphalt. 6 Provision for special item $7,000.00 $7000.00 $7,000.00 $7.00000 TOTAL BASE BID $33.577.00 39,280.00 41 765.00 3 747.00 IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT WORKS OF PUBLIC WOR S THAT A - No Power -of -attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM AARYA B - No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION, INC. FOR THE TOTAL AMOUNT OF t2-6,049.00 C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal E - Incomplete Extensions F - Non -responsive bid It the above contractor is not the lowest bidder explain: G - Improper Did Bond H - Corrected Bid I - No First Source hiring Compliance Statement - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - J - No Minority Compliance Statement q /-,-I t I --------------------------------------------------------- K - No nit"li-1. 11i'l P—­1 _—ey I LN FORMAL BID ROBERT KING HIGH PARK - BRIDGE REPAIRS Project Number: . B-2950 CIP Number: 331315 Project Manager: NANCY PANTOJA_ Date: Person who received the bids: ELENA MORAGAS Received at: CITY CLERK'S OFFICE Construction Estimate 40,000.00 Time: 11:00 A.M. BIDDER I R.J.R. CONSTRUCTION, INC. ZURQUI CONSTRUCTION RVICE, INC. G.L.G. CONSTRUCTION ADDRESS 6850 CORAL WAY, MIAMI. 1721 N.W. 79 AVE. MIAMI. 8932 S.W. 40 ST. MIAMI. BID BOND AMOUNT B.B. 5% B.B.SI,500.00 Cashier's CE—ec-F— IRREGULARITIES C, H —C, H C. D, H MINORITY OWNED YES YES YES TEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 Miscellaneous structural steel re airs re a I $10.000.00 $8,800.00 $8,360.00 and modifications. 2 Replace theexisting wood bracing c1n $4,000.00 $5.500.00 $4.424.00 3 Replace approx. 350 sq. ft. of f 5000.00 $4.500.00 $6,324.00 4"x 12" rough cut wood deckin n 4 Replace existing 6"x 6" wood curb curb 2,000.00 $3.900.00 $2.016.00 5 Replace approx. 1000 s.f. of $20,00 $20.000.00 $2,000.00 2.000.000.0 $3,118.48 13.146,604-00 existing pavement with 6" limero.rock and I" asphalt. 6 Provision for special item $7,000.00 $7,000.00 $7,000.00 TOTAL BASE BID $48,000.00 92,029,700.00 13,146,604.0 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 AARYA B - No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION, INC. FOR THE TOTAL AMOUNT OF $26,049.00 C - Corrected Extensions D - 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 -A/-x0 ------------------------------------------------------- H - Corrected Did I - No First Source Hiring Compliance Statement J - No Minority Compliance Statement k?, "­Aq ­ 4, MA ".­­1