Loading...
HomeMy WebLinkAboutM-91-0210err ..r Airr r��rr i_ —T H U i C 156 L A W I1 M l' -r J-01434 03/04/91 RESOLUTION N O . ',�,,,, _ RESOLUTION ACCEPTING THE 810 OF P.N.M. C PORATION, IN AN AMOUNT NOT TO EXCEED $1 80 8,581.55, BASE BID•OF THE PROPOSAL, FO SEVENTH A NINTH STREET PEDESTRIAN MAL1. PROJECT B-4546; WITH MONIES THER FOR ALLOCATED FROM THE FISCAL YEAR 1990- 1 CAPITAL IMPROVEMENT ORDINANCE NO. 0782 AS AMENDEb, PROJECT NO. ' 341176 IN THE AMOUNT :OF $1,808,581AN50 TO CO ER THE CONTRACT COST; $449,9l 08 TO COVER THE ENGINEERING, ARCHITEC RAL, SURVEYING, INSPECTIONS AND PROJ T EXPENSES, FOR AN ESTIMATED TOTAL OF ,258,560.63; AUTHORIZING THE CITY MANAG TO EXECUTE A CONTRACT WITH SAID FIRM; . D DIRECTING THE DEVELOPMENT AND HOUSING CONSERVATION DEPARTMENT TO PROVIDE THE NUAL FUNDING NECESSARY TO PERFORM THE 0 RATION AND MAINTENANCE OF ALL NON-STANDA DECORATIVE FEATURES AND STRUCTURES INS LLED AND/OR CONSTRUCTED AS PART OF THE SEVENTH 6 NINTH STREET PEDESTRIAN MALLS ROJECT B-4545. WHEREAS, sealed bids w re received February 14, 1991. for SEVENTH A NINTH STREET PEOESTR AN MALLS PROJECT 8-4545; and WHEREAS, the City Manage and the Director of the Department of Public Works recommen CORPORATION, be accepted as the lowest bid; and that the bid from P.N.M. responsible and responsive WHEREAS, the Fiscal Year 1990-NI Ordinance No. 10782 as amended, wd5 1990 ; and WHEREAS, Ordinance No. 10789, Capital improvement adodted on September 27. was 6)onded by ordinance NO• and monies are available for th) of the contract, project expense and incidents No, 341176; proposed amount NOW, THEREFORE, BE IT RESOLVED BY THE COMI under Project SION Of THE ■ Sectl0n 1. The February 14, 19911 bid of P.N.M. CORPORATION, in an amount not to exceed $1.8013.581.650 for the project entitled SEVENTH A NINTH STREET PEDESTRIAN MALLS PROJECT B•4545 for the base bid of, the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 2. The total 'estimated project cost of -- $2,256,560.63 is hereby allocated from Capital Improvement Ordinance No. 10782 , Project No. 341176, Said total project cost consists of the $1,808,581.55 contract cost and $449.979.08 to cover the Engineering, Architectural. Surveying, Inspections and incidental expenses incurred by the City. Section 3. The City Manager is hereby authorized to enter Into a contractl/ on behalf of the City of Miami with P.N.M. CORPORATION, for SEVENTH A NINTH STREET PEDESTRIAN MALLS PROJECT B•4545, base bid of the proposal. Section 4. The Ddvelopment and Housing Conservation Department is hereby directed to provide the annual funding necessary to perform the operation and maintenance of all non- standard decorative features and structures installed and/or z constructed as part of the SEVENTH b NINTH STREET PEDESTRIAN MALLS PROJECT B-4545 including, but not limited to, multiple ><' tight fixtures, custom benches, custom vine trellises, dry fountain,- tog fountain, drinking fountains, gazebo and obelisk. i The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limit4d to those prescribed by applicable City Charter and Code provisions. • yf: h���r-l- 16. 02 bftPt 'rHu i g esA LAW Section 5. Thus ;Resolution shall become effective i immediately Upon its adoptipn. PARSED AND ADOPTED, this day of 1991. ATTEST: CAPITAL PROJECT: RATTY ' CIP PROJECT MANAGER LEGAL REVIEW BY: SUBM TED BY: j ,'nl.' A. .D., P.E. CHIEF ASSISTANT CITY ATTORNEY DIRECTOR OF PUBLIC WORKS APPROVED AS TO FORM AND CORRECTNESS: k ATTORNEY. K_ J ' J gc }ggam _ • t '.. s co'!f t r ' TO Honorable Mayor and Members DATE : rr FILE : B-4545 of the City Commission AR 1991 SUBJECT: Resolution Awarding t Contract for SEVENTH & NINTH STREET PEDESTRIAN MALLS PROJECT FROM C e s a r H. Od i 0 REFERENCES: City Manager ENCLOSURES: L i RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of P.N.M. Corporation, a j company located within Dade County and in the City of Miami , for SEVENTH & NINTH STREET PEDESTRIAN MALLS PROJECT B-4545, received February 14, 1991 in the amount of $1,808,581.55, Base Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $1,808,581.55 % of Cost Estimate: 102% Cost Estimate: $1,780.000.00 Source of Funds: Fiscal Year 1990-91 CIP Ordinance No. 10782, as amended Minority"Representation: 133 invitations mailed 38 contractors picked up plans & specs I (10 H-i spani c, 1 Black, 0 Female) 3 contractors submitted bids (1 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No public hearing/Bid notice published. Assessabl a Project: No I Discussion: The Department of Public Works has evaluated the bids received on February 14, 1991, determined that the lowest responsible and responsive bid, in the amount of $1,808,581.55 is from P.N.M. Corporation, a hispanic -minority controlled i corporation. Funds are available to cover the contract cost, and for such .incidental items as postage, blueprinting, advertising, and reproductioncosts. The Department of Development and Housing Conservation will provide the "annual funding necessary to perform the operation and maintenance of all non-standard decorative features including, but not limited to, multiple light fixtures, custom benches, custom vine trellises, dry fountain, fog fountain, drinking fountains, i - gazebo- and obelisk � u � r c ' SEVENTH A NINTH STRCET PEDESTRIAN MALLS PROJECT JOB NO. 9-4545 CONTRACTOR'S FACT SHEET 1. P.W.M. CORPORATION 3780 N.W. 22 Avenue Miami, Florida 33142 Tel: (305) 634-3135 2. Principals: Pedro Naranjo, President 3. Contractor is properly licensed and insured. 4. Subcontractors: None listed in proposal 5. -Experience: Corporation established in 1975 6. A hispanic -minority contractor. 7. Project and Scope: The project consist of the construction of asphaltic pavement, curbs gutters, brick pavers, storm sewer facilities, landscaping, multiple light fixtures, Custom benches, custom vine trellises, dry fountain, fog fountain, drinking fountains, gazebo and obelisk. :The project is located on N.W. 7 Street between N.W. 1 Count and N.W. 3 1 Avenue also on N.W. 9 Street between N. Miami Avenue and N.W. 1 Avenue. One ;hundred eighty (180) work.i.ng days . construction time. 8. Funds allocated: Contr.ac.t Bid Price: $1,808.581.55 (Co.ntractor) Estimated Project Expenses (;C>i ty of ` Mi am i ) -`; Eng'ineer.in`g, Architectural, Surveying, Inspections, etc.: 410,161:00 01 uepr'i nt: 2,''151.00 ,a Advertising -and Postage: 825.00 Te tri ng:- 5000.00 z SUB -TOTAL, 2,226,718.55 Indirect Cost Allocation 31,842,08" (City of Miami) .TOTAL :ESTIMATEU PROJECT COST $2,258,560.63 Prepaned':by: ` ,George Picard and Richard Blount i 3 ' v ' 1 It • tt ,; � 4 6 � 1 i ?r •{ln"'-35}N' b` { i f A1 Ste .J.:v •-7• � A ''ii ! A • R'S'. jT r f }..fit tT4 vT `' AN B-4545 IrO�IN Va UtyOMMulen st the aty of NlMLn. at MOO MI on F0.1 1M. P.M.". COW. MARKS BMTHERL INC CENTRAL FLA EQUIP. CO. SM NM 22 AVENUE 1313 NK 97 AVENUIE 9030 NN 97 TERRACE MIAMI As.Mw 0 ,ram aft -will., a sw as ft pw alty ar a a*" vd. mat YES YES C NO YES 5X C NO YES 5S F YES MO NO Oft elm TOTAL $2, 039.151.00 INCOMPLETE BID 91 17th S OM AND ITEMS 'B2 7M 127 h AND ITEMS °120 MW 141 (9th SWEET OPENING) 210 MOW MAYS PLUS 60 M W DAYS. IRMEBUI.ARITIES LEBEPO THE DEPARTHOff OF PUBLIC NORKS HAS DETERMINED A -�r. a -a 0- at a mm ft"w that the lowat RAsoonsib'm MA OOWMiys bidder for ;C — mftwl� the Total Sid is P N M 0 - vmMw sp sl"Wu lip""' a ftppm4m am in the amount St. BOL INI.Nv F - am Impose s we -�www iir BID 90-91-033 Is so m mm" anal== se.wma .��- ► Ow Ia s•amm us not Pape i of 2.