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.