Loading...
HomeMy WebLinkAboutR-91-01033-91-94 1/10/91 RESOLUTION NO. y1 _ A RESOLUTION ACCEPTING THE BID OF J. LARRAURI, G.C., IN AN AMOUNT NOT TO EXCEED $29,000.00, BASE BID OF THE PROPOSAL, FOR MODIFICATIONS TO FIRE TRAINING CENTER PROJECT B-2974-D; WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1990-91 CAPITAL IMPROVEMENT ORDINANCE NO. 10782, PROJECT NO. 313018, IN THE AMOUNT OF $29,000.00 TO COVER THE CONTRACT COST; AND $7,140.00 TO COVER THE ESTIMATED EXPENSES, FOR A TOTAL OF $36,140.00; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. f WHEREAS, sealed bids were received January 8, 1991, for MODIFICATIONS TO FIRE TRAINING CENTER PROJECT B-2974-D; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from J. LARRAURI, G.C., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1990-91 Capital Improvement r r Ordinance No. 10782, was adopted on September 27, 1990, and y monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 313018 of said =a Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE 1 CITY OF MIAM'I, FLORIDA: i # Section 1. The January 8, 1991, bid of J. LARRAURI, E G.C,, in an amount not to exceed $29,000.00, for the project 3 entitled MODIFICATIONS TO FIRE TRAINING CENTER PROJECT B-2974-D 3 for the base bid of the proposal, based on lump sum and unit prices` i s hereby - accepted at the price stated therein.. -� r c y commmmox I F 0 14 1991.'' sQ ry.y 77 1*L" 4- i gpctinn 7. Thp tntal nrn.iPtt cnst of 536.14[1.�1(1 i� sib ITINt Modifications to Fire Training Center Fire Department —.V---a. arrfair.—i--------.uric--i------ -------rY.r�irtWJWir SID Ito. t 90-91-036 ' ili(IirrY►i-i�--r--.rw--rlYiilY.-+W.r--riiWi�iiWi- .iYYiiYY iiYi ATB; Ib (5 ) Op$NBO : J nuaa-8 -1991..E 11 30 mad" ...,..----.---I-_---+..-----��., M, of �i TOTALbIONb 56=� �lI�D�R ]!Ib A!lOVNT CASHI$it' S GHBCR N-N-+DIY------------w--- J. Larrauri G.C. .--------- -r--------- $29,000.00 r-------------- ------ii-riliYiii�i� - BB Voucher —r—ar--.r—w�—r.irrarwrrrrar---rii.w. — - D.E. Gidi & Assoc., Corp. $33,750,00b.A, ,.,.1,IBB Voucher JCI International, Inc. ------------- $36,800.00 -------------- 5% BB_i;:., --_---------------------�- G.L.G. Const. $38,367.00 to. 134317 shier1s Ck. Pino-Fonticiella•& Assoc. ---------------- $41,255.00 BB Voucher Bichachi Construction, Inca.. ---------------- ------------ $44,900.00 ------------------------ 5% BB A & C Constractors, Inc. ------------- - $48,701.00• ------- -------- BB Voucher-.- Imbur is Construction Serv. Inc. $49,500.00 5% BB Frank J. Moran, Inc. $49,740.00 5% BB Apex Constr ction::Enter rises, Inc. $60,000.00 ---------------------- BB Voucher ---------------------------- ----------------------- ---------------L-------------- ------------------------ ------------------------------------------------- --------r -_--N-------- ---------N- -_-N-_-_- ---- -NN --------------- --------------- -------------- ------------- ---- -� --N- -- -T=.3 _ - -------------&-------------- ----------------- ------------ --------------------- 4 Bid No, 90-91-036 ADVERTISEMENT FOR BIDS Sealed bids for " MIFICATIONS TO FIRE TRAININGCEWMI, the 1V Mama the CiV Clerk of the Ciiy of Miami, Florida a :30 a.m. on the th at the City Cleric's office, first floor of the Miami an can Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. The project consists of major modifications and renovation work to two bathrooms at the Fire Training Center, 3425 Jefferson Street, Miami, Flornda. Bidders will furnish pei Paw and bid bonds in a000rftee with Resolutions No. 86-M and No. 87-915. For clarification of technical issues as presented in the documents and specifications, please contact Fernando Paiva at (305)579-M. Prospective bidders will be required to sjbdt, with tWr bid, a oopy of the appr"atue Certificate of CWetM, as issued by Dade County, witch authorizes the bidder to perf+ot the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regalartions will require each bidder to &t oit proposals in duplicate originals. Plans and specifications imy be obtained from the office of the Director of MIX Works, 27 N.W. 2 Street, 3rd floor, Miami, Florida, 33128, on or after December 20, 1990. If bidders wish, a set of plans and specifications will be mailed to them by writing to the Department of Public Works and including a sepann a check for $8. There will be a $20 deposit required for the first set of plans and specifications Add!tiona`Tsets may be purctum-1-a for a fee of » per set-RUItIff s is not refundable. Deposits will be refunded only upon the return of are set of plans and specifications to the DeparmL4 t of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance No. 10538 regarding allocation of contracts to minority vendors. The CITY will expect prospective bidders to submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instructions to Bidders. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reinbursenment under this program. For further information contact the Department of Public Works, City of Miami, at (305)579- M. Proposal includes the time of perfomuance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The CiTy Cammssion reserves the right to waive arty informality in arW bid, and the CiV Manager may reject any or all bids, and readvertise (B-2974-D Req. 5612). Cesar H. Odio City Manager M r� -< crt M :-- co ;. ,r :, i }} � },: �' R` ft Q' � .ti _ J.LARRAXM G.C.. , :. D.E.GKN & ASSOC..CORP JCt KMRNATK)NALINC_ QLQCONST- g's+""# C17Y,f: METRO'. YES YES YES YES ,.. eB VOUCHER BB VOUCHER 596 BB i1.S18�35 CIICEMER'S CK I< _... MEW .IPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL: t "# iIAL, OF HWS., I SAND 3: <2 ' 000:00 33,750.00 36.800.00 38,367.E n`f ` -corAi o c kas to f*6 Trab*m Cemer 24 000.00 28.750.00 31.800.OQ 33.367:Ot '_. for !Special items 5,000.00 5.000.00 5.000.00 5.000.00 x IfEGULARITIES LEGEND THE DEPARTMENT OF PUBLIC M MS HAS DETERMINED THAT ;��- �No;r.�s�-got �►!'latney i— �Mo,;ti►.dwlt �s.lo�ts� a;�1us;.oteonetnp;coop�ny THE BID "OF J. LARRAURI GC. APPEARS TO BE IN ORDER AND IS _ -� :tc xtons�ans ;RESPONSIVE. -- aa1 un S"d I. Ap.r]y s1ot+.e or Ito Corpot•str Seel U- / - _ .fond ti0 JOB NO.. �' =HId NO . aQ 91-M 0-2974-D :SEET 1 OF 3 4P) two*, PN04'ONTMLIA &ASSOC. 8KH40* CONSTJNC. A & C CONTRACTORS.M. AtWft it WO&OWE 03 00 CITY C00E t METRO VAD. YES YES YES low 8B VOUCHER 5% BB BB VOUCHER L82974-D *A3URG3K CCNST. YES 5% w UNIT TOTAL MIT TOTAL UNIT TOTAL UNIT TOTAL PRICE PRICE PRICE PRICE - 1=4L F ITWS I AND 2: 4 IJ2 55.00 44.900.00 48,701.00. 49.500.00. 39,900-00 43.701.00 44.500.00 I t"r vno&ftmtion* to fim Trakft CW*Or 36.298Z 00 1 �Jcejl � �11 a I I - I I - I L 0REG(ILAAITIES LEGEND THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT - lft:v*wv0-�Dv-J%ttor"ey THE BID OF J.-LARRAURI G.C. APPEARS TO BE IN ORDER AND IS j%rfj4wvjt es to capits'i a swous -of sondina company RESPONSIVE. Aftigh@4 orleptWerly Sip wd or No Corporits Seal ;W�z& qT�jt P­ 40*040080d lond I JOB NO. BID NO. 90-91-M 0-29T4-1Y 4`0 SHEET -2:0F3 k] ko .._ -. V ` TABULATION OF BIDS FOR MODIFICATIONS TO FIRE TRANING CENTER eiv by � city.ss Coission.City ibnsger..City Clerk. City of '141mi. Florida at , 11:30. A.M.- :a: JANUARY 8.1991 Bp FRANK J.MORANAC. APEX CONST. ENTERPRISES.INC. !OPft=iO AS 1R:R CITY COOE t tgrT�gp;Olio:, YES YES ' 59L BB BB VOUCHM *ONO" TUS �tiM11diY'1'y' IBo� _: 'f DESCRIPTION UNIT TOTAL' UNIT TOTAL UNIT PRICE PRICE PRICE DAM 8W. TOTAL OF IT M8 1 AM 2: 49.740.00 60.000.00 4 i sx s+odMicsllons 10 Firr Tnkk*q Center 44.740.00 55.000.00 eons !or hems 6.000.00 5.000.00 B2974_D TOTAL PRICE TOTAL fMC"ITIES LEGEND THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT "` NbViwer-o�f�Attor�ary THE BID OF J. LARRAURI S.C. APPEARS TO BE IN ORDER AND IS ��- gyp, liii'lflsvit 7s to :Capital s surplus of Bonding Company RESPONSIVE: Ca aet Extensions - x evi Attaiv�,6 or Improperly Signed or No Corporate Seal .14 'w ' NEI. .144 SHEET 3 OF 3 BID N0 . 90-91-036 B 29T4--0 W1 ka ;.gip