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RESCINDED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Rescinded by R-92-805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Rescinded by R-92-805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Rescinded by R-92-805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