HomeMy WebLinkAboutR-91-0104A RESOLUTION ACCEPTING THE BID OF J.
LARRAURI, G.C., IN AN AMOUNT NOT TO
EXCEED $70,800.00, BASE BID PLUS
ADDITIVE ITEM OF THE PROPOSAL, FOR
MODIFICATIONS TO FIRE STATION NO. 9
PROJECT B-2974-C; WITH MONIES THEREFOR
ALLOCATED FROM THE FISCAL YEAR 1990-91
CAPITAL IMPROVEMENT ORDINANCE NO. 10782,
PROJECT NO. 313018, IN THE AMOUNT OF
$70,800.00 TO COVER THE CONTRACT COST;
AND $16,257.00 TO COVER THE ESTIMATED
EXPENSES, FOR A TOTAL OF $87,057.00; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE
A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received January 8, 1991, for
MODIFICATIONS TO FIRE STATION NO. 9 PROJECT B-2974-C; and
{
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid from J.
i
LARRAURI, G.C., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, the Fiscal Year 1990-91 Capital Improvement
Ordinance No. 10782, was adopted on September 27, 1990, and
monies are available for the proposed amount of the contract,
.�
project expense, and incidentals under Project No. 313018 of said
Ordinance;
i
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The January 8, 1991;. bid of J. LARRAURI,
j-
G.C., in an amount not to exceed $70,800.00, for the project
ii
STATION NO. 9 PROJECT B-2974-C.for
_A
entitled MODIFICATIONS TO FIRE
the.: base bid Plus additive item of the proposal, based on lump
sum and unit prices, is hereby accepted at the price stated
therein.
CITY COMWSSION::'�
'ING 4F
#r
}2
FEB 14 1'!1 -'
4F^
L
*low�
4
r
�'
i
=1
�9
ALN
Section 2. The total project cost of $87,057.00
hereby allocated from the Fiscal Year 1990-91 Capital Improvement
Ordinance No. 10782,
Project No. 313018. Said total project -cost
consists of the $70,800.00
contract cost and $16,257.00 estimated
expenses incurred by
the City.
Section 3.
The City Manager is hereby authorized to
enter into a contract
l� on behalf of the City of Miami with J.
LARRAURI, G.C., for
MODIFICATIONS TO FIRE STATION NO. 9 PROJECT
B-2974-C, base bid plus
additive item of the proposal.
Section 4.
This Resolution shall become effective
immediately upon its
adoption pursuant to law.
PASSED AND ADOPTED this 14th day of February 1991.
fig--�✓
-ATTESTV
A IER L. SU R Z, M R
CAPITAL PROJECT:
91
A HIR A I, CITY CLERK
TDUARDO R RIG EZ
CIP JE T MANAGER
- LEGAL REVIEW BY:
SUBMITTED BY:
t,
G. IRIAM MAER
S PRI -P RTAR, Ph.D.,
P.E.
CHIEF ASSISTANT CITY
ATTORNEY DIR TOR OF PUBLIC WORKS
APPROVED AS TO FORM
AND CORRECTNESS:
N Ez`}
CI Y ATTOR EY
i
{ 1� The herein authorization is further subject to compliance with
all requirements
that may be imposed by the City- Attorney,
including but not
limited to those prescribed by applicable
City Charter and
Code provisions.
•.4
- 2-
F
91,
iii
-'<i att
Y
�r
Oak
41
SBCb�tiT LIST ''w }
S ID ITM Modifications to Flre Station No. 9
rrrrrai.o.—rar----.nwr-----
Fire Department
rrw..r_.r.--.rw...�ar..u.r rrr�rrrrwr—_rrr_r___rrr—r+.—r_rr.rr_rr.r—rrrrrrr —
220 NO. t 90-91-035
--.Yr-- Yriirr.Iw—_r---iY—rr.r iY. iiiir
bAT$ B tD (Sf) OPINED., _ January, 8,_ 199111: OOia.m.
...... .rw.rW.rwir�l:ir.i.rr
TOTAL AID sOND,.,SorZ
DYDDBR DID AMOUNT CASH2W8 CHECK
-r..—_�•—---------- -------
J. Larrauri G.C.
--r-----_-----
$66,000.00
r—_—r—r_----rrrr�r.—.w.rrr..w.
BB Voucher
D.E. Gidi & Assoc., Corp
$68,800.00
BB Voucher
—------�----------_--
--------------
G.L.G. Const.
------------
—$76,690.00
---
20
No.8234518C0ashier's Ck.
JCI Intern., Inc.
$78,000.00'
5% BB
—----------
Bichachi Construction, Inc.
--------------
$84,900.00
-------------------------
5% BB
Pino-Fonticiella & Associates, Inc.
$87,572.00
BB Voucher
Apex Con. Enterprises
$101,612.00±
BB Voucher
Frank J. Moran, Inc.
$107,400.00
5% BB
------------------------------
..,--------- -------
--------
---------------------
--------------
----------L•-------------
------------- ---
------------
-------------
---------------------
---------------
---------------- -------
--------------
--------------
-----------
---------------I
----%^ — — ---
---------— —
----------------------
s
Bid No. 90-91-035
ADVERTISEMENT FOR BIDS
W i vpd Izi r1la N tv MAIIAR01-
Sealed bids for "MODIFICATIONS TO FIRE STATION "
the City Clerk of the City of Miami, Florida a A. on the anus at
the City Clerk's office, first floor of the Miami ,u1nner 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 are bathroom three
dormitories, and adjacent areas at Fire Station No. 9, 69 N.E. 62 Street, Miami, Florida.
Bidders will furnish perform and bid bads in accordance with Resolutians ND. 86-583 and No.
$1-%S. For clarification of technical issues as presented in the documents and specifications,
please contact Fernando Paiva at (305)579-6865. Prospective bidders will be repired to a twit,
with their bid, a coW of tin apprtpriaW Certificate of ConpetM, as issued by Dade CmM,
which author m the bidder to perfone the pr+nposed worts.
All bids shrill be submitted in accordance with the Instructions to Bidders and Specifications.
New CiV regulations will require each bidder too suborn proposals in diplicaee originals. Plans
and specifications may be obtained from the office of the Director of Public Works, 27 N.W. 2
Street, 3rd floor, Miami, Florida, 33128, on or after Decanber 20, 1990. If bidders wish, a set
of plans and specifications will be mailed to than by writing to the Department of Public Works
and including a separate check for $8. There will be a $2D deposit required for the first set of
plans and specs cafitiit "ons. Adds tion-al sets may be purctila for a fee of $20 per set and fffl ss 1 s
not refundable. Deposits will be refunded only upon the return of awe set of plans and
specs ft cati ons to the Department of Publ t c Works, unmarked and i n good condi tiara wi thi n 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 Ciiy 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 etployment opportunities to City of Miami
residents on contracts resulting in the creation of new permanent jobs. Contractors may be
eligible for wage reintiurseieent under this program. For further information contact the
Department of Public Works, City of Miami, at (305)579-6856.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for failure to cmplete the work on time. The Civ Commission reserves the right to
waive any informality+ in and bid, and the City Manager may reject only or all bids, and
readvertise (B-2974-C Req. 5611).
Cesar H. Odio
City Manager
za
"'
C=
7
in
r
"'" 104
W" I
• i.
CITY OF MIAMI, FLOAIDA
-INTER-OFFICE MEMOAANDUM ..'.CAm7
TO: Honorable Mayor and Members DATE: JAN 2 91991 FILEB-2974-C
of the City Commission
SUBJECT: Resolution Awarding
Contract for MODIFICATIONS
TO FIRE STATION NO. 9
PROJECT
FROM :Cesar H. O d 1 O REFERENCES:
City Manager
ENCLOSURES:
RECOMMENDATION
r It is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of J. Larrauri, G.C., a
company located within Dade County and not within the City of
Miami,. for MODIFICATIONS TO FIRE STATION NO. 9 PROJECT B-2974-C,
received January 8, 1991 in the amount of $70,800.00, Base Bid
plus additive item; autho"ri zi ng the City Manager to enter into a
contract on behalf of the City.
BACKGROUND
Amount of Bid: $70,800.00 % of Cost Estimate: 101%
"Cost Estimate: $70,000.00
Source of Funds: Fiscal Year 1990-91 CIP Ordinance No. 10782,
as amended
Minority Representation: 242 invitations mailed
11 contractors picked up plans & specs
(7 Hispanic, 1 Black, 0 Female)
8 contractors submitted bids
(6 Hispanic, 1 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 January 8, 1991, determined that the lowest
responsible and responsive bid, in the amount of- $70,800.00 is
from J. Larrauri G.C.,a hispanic -minority controlled company.
Funds are available to Cover the contract cost, and for such
incidental items'` as postage, blueprinting, advertising, and
reproduction costs.
Attachment:
�# Proposed Resolution
71
� h
0ll 10
,_ __ _ __ _
A- t � � ..
'� � . ' � _-
.,
TABULATION OF'BIDS FOR
MODIFICATIONS -TO FIRE STATION NO. 9 B-2974-O
ablesived by the tity omission. City Manager. City Clerk. City of Miami. Florida at 11:00 A.M. -Pv* JANUARY 8,1991
b
J.LARRAURI G.C:
D.E.G" A ASSOC..CORP
QLMCONST.
JCI KFERNAMML.MIC.
4 1 i t lAANCE e5 PER CITY CODE 6 METRO ORD.
YES
YES
YES
YES
Alt mom ACCOWT
8B VOUCHER
BB VOLO-ER
$3.835.20 CASHEWS CK
5% BB
�i4iEOt�l.►ftiYlfS ..
AbOUTY VANED
I
00.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
OAW gD: TO L OF ITEMS 1 .AND 2:
66.000.00
68,800.00
76,690.00
718.000.00
i
For aKdOcations to Fire Station No.9
61.000.00
63.800.00
71.690.00
73.000.w
0
pmvision fcrr Sal items
5,000.00
5.000.00
5,000.00
5:000.00x
Anovitof rm: TmE sum o.
4.800.00
5.000.00
3.155-00
3,120 00
Bethroom Trailer for male and female Fkefighters for the
Arratim of the bethroonm constnrction.
XSPIILITIES LEGEND _ THE DEPARTMENT OF PU9LIC WORKS HAS DETERMINED THAT
A- j1qio fewer-of-i►ttorney THE BID OF J. LARRAURI G.C. APPEARS TO BE IN ORDER AND IS
,IB7!! ,Affidavit as to Capital 9 Surplus of Bonding Company
- LoprRctid Extensions RFSPQ S1VF
Al Unsigned or Improperly Signed or No Corporate Seal
Ct�
old Bono Q'
"` . acted old I ��
ZI-,A �// JOB N0..
e ! BID NO. 90-91-M 0-2W4 C
SHEET 1; OF 2
PINO-FONTK*LLA & ASSOC.
BICHACK CONSTJNC.
APEX coWT. ENTERPRlSES.lNC.
YES
YES
-St'epWE a JNSLqW4CE AS PER CITY CODE G METRO Ow-
VIES
5% BB
88 VOUCHER
1010 9011111) AMOUNT
BB VOUCHER
6"M
UNIT
PRICE
TOTAL
W
PRICEIT
TOTAL
1"N amwiPTIaN
UNIT
PRICE
TOTAL
89,900 .00
1
101,612.00
BASE jWD.- TOTAL OF ITEMS I AND 2:'
87,572.00
84,900-00
96.612.00
lam to Fwe Station "0.9
82,572.00
Pmvision for Special Item
ADDITIVE ITEM: THE 'SUM OR
Us"woom Trailer for male and female I
4uration of the be"woom constnpctkn
the
I
B-2974-C
FRANK IMORAN-M
YES
5% BB
UNIT TOTAL
PRICE
40
102.400-00
5.000-FO
9,750.00
11