Loading...
HomeMy WebLinkAboutR-91-0288J-91-263 4/1/91 RESOLUTION NO. 91- 288 A RESOLUTION ACCEPTING THE BID OF i PINO-FONTICIELLA AND ASSOCIATES, INC., IN AN AMOUNT NOT TO EXCEED $1269625.10, TOTAL BID OF THE PROPOSAL, FOR CURTIS PARK REDEVELOPMENT - COURTS PROJECT Br-2983-A; WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1990-91 CAPITAL IMPROVEMENT ORDINANCE NO. 107829 PROJECT NO. 331353, IN THE AMOUNT OF $1269625.10 TO COVER THE CONTRACT COST; AND $249413.97 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL OF $151039.07; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, a response to the City's duly issued invitation _ for -sealed bids was made March 29, 1991, for CURTIS PARK REDEVELOPMENT - COURTS PROJECT B-2983-A; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Pino- Fonticiella and Associates, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1990-91 Capital Improvement Ordinance No. 10782 was adopted on September 27, 1990, and monies are available` for the proposed amount of the contract, project expense, -and incidentals under Project, No. 331353of said = Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: — Seetion 1. The, recitals and findings contained in the { Preamble, to this Resolution are hereby adopted by reference .r. thereto and incorporated herein as if fully set forth in this Vy .a i a 391 •r .APR'G r C 7., r_ .1.7.xF Section 2. The March 29, 1991 bid of pino-Ponticiella vEjo n _JL.: otriLs Pro ect 90-91-076 March 29, 1991 11t00 a.m. TOTAL AIDDIR j1D...&jj0VXT 61SHIRR #$-CHECK NM---------------- ---------------- Pino-Po'hticiella & Assoc., Inc. ----------------------- $119,842.50 - - - - - - - - - - - - - - --- BB Voucher Kivik Enterprises, Inc. --------- D.E. Gidi & Assoc., Corp. $128,025.00 ------- ------ $132,032.00 — -------- 5% BB ------------- BB Voucher ----- — ------ Leadex Corporation $136,476.00 BB Voucher Williams Paving -Co.,, Inc. $140,605.00 5% BB PNVI Corporation $149,900.00 5% BB --------- ----L------------------- --------------- ---------------------------------------- ----------------------- ------------- ------ --- - ------ ------- ----------------- ------------------- -------------- L -------------- ---- NO BID: 'Urban Constructors, Inc. ------------------------------------------------------- ------------------------- --------- -------------------- ---- -------------------- - ------- ---------------- ------------ ---------------------------- ------------------------- -- ----------------------- ------------ - - — ------------------------------------------- w 1 -- — — — — — — — — — — — — ------- — ----------- — — — — — — — — — received -7—) 4MV410pes on b0holf of 0 Sou rwywivLng bia;T PRA21 Jftrwkl�,,www, ---- on 49tty Department) Bid No. 90-91-076 ADVERTISEMENT FOR BIDS ��,�e• Sealed bids for "mS W LiPW w CMM PXXCT' will be ived by the City Manager and the City Clerk of the City of Miami, Florida at 1: .m. on t;tte th ' at the City Clerk's office, first floor of the Miami City a , an a Drive, rule ey, Miami, Florida, 33133, at which time and place they will be publicly opened and read. The project consists of construction of new courts and related amenities at Curtis Park, 1901 N.W. 21 Avenue, Miami, Florida. Bidders will furnish perreearroe and bid bonds in accordmm with Resolutions No. 85-9133 and No. 87-MS. For technical questions regarding plans and specifications, please contact Mangy Pantoja or Enrique Nunez, at (305)579-b665. Prospective bidders will be required m suWt, with their bid, a copy of the appropriate Certificsste of Ca gwtenc ►, as issued by Dade Cou W, which authorizes the bidder do perforia the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New Char regulations will require each bidder to submit proposals in diplicate originals. Plans and specifications many be obtained from the office of the Director of mic Woms, 275 N.W. 2 Street, 3rd floor, Miami, Florida, 33128, an or after March 12, 1991. 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 separate check for $8. There will be a $W deposit required for the first set of plans and spec�Mons. Additional sets may be purelFmd for a fee of >2D per set and this is rat refundable. Deposits will be refunded only upon the return of one set of plans and specs fi cati ons to the Department of Public Works, urmartced and in good Bondi ti on witm n two (2) weocs after the opening of the bids. Bidders are alerted to the previsions of Ordinance No. 105M 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 Agreenent." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new pemenent jobs. Contractors maiy be eligible for wage reimbursement under this program. For further information contact the i Department of Public Works, City of Miami, at (305)579-68%. Proposal includes the turn of perfamance, and specifications contain previsions for liquidated damages for failure to complete the worts on time. The City Cominssion reserves the right to waive arty i nformal i try in arty bid, and the Ci V Manager inky reject any or all bids, and readvertise (B-2963A Reg. 5634). CID '" Cesar H. Odic 2: City Manager m_ :' FJ co 91-- 288 /04 ''Ve� .,.. �y ? y• r» < .. .. >: .. . ..�.. ' .. y� nn . 1. 26 3• CURTIS PARK REDEVELOPMENT ` COURTS PROJECT J08 NO. 9-2983-A CONTRACTOR'S FACT SHEET PINO-FONTICIELLA & ASSOCIATES, INC. 6468 W. Plagler Street Miami, Florida 33144 Principals: Armando J. Fonticiella, President Ernesto R. Pino, Secretary Tel: (305) 553-6562 Contractor is properly licensed and insured. 4. Subcontractors: None listed in Proposal 5. Experience: Corporation established in 1986 6. A Hispanic -minority contractor. 7. Project and Scope: The project consists of construction for new courts and related amenities. The project is located at Curtis Park, 1901 N.W. 21st Avenue, Miami, FL Fifty (50) working days construction time. 8 Funds allocated: Contract Bid Price: $1269625.10 (Contractor) Estimated Project Expenses (Cityof Miami) Engineering, Architectural, Surveying, Inspections, etc.: 21,526.27 Blueprint: 100.00 Advertising and Postage: 658.29 Testing: -0- SUB -TOTAL 148,909.66 Indirect Cost Allocation 2,129.41 ie (City of Miami) TOTAL'ESTIMATED'PROJECT COST $153,039.07 Prepared bq:Nancy Pantoja A. a Y4 >r s d'+L w • �f+z'f� ,`��„el 3'' y- � i. r4 t 'd z Y i� f h �C� �..... ........ r , k ,ram z1 CURTIS PARK gy THE CITY TABULATION OF BIDS FOR REDEVELOPMENT - COURTS PROJECT - B-2983 MANAGER'_gECENED1 AND THE CITY CLERK CITY OF MIAMI FLORIDA AT 11:00 A.M. ON MARCH 29, A 1991 KIVIK ENTERPRISESD.E. YES 5% BID BOND 5 GIDI & ASSOC. UNIVE SITY DR. NO YES BB VOUCHER LEADEX CORP. 42 N.W•YES AVE. YFS BB VOUCHER Bidder Address LOCO a 1n e I o Miami cens Ins. as per Ch Code do Metro Urd Bid` Bond Amount PING-FONTICIELLA 646-a W FLAGER ST YES XES BB -VOUCHER Imegul ritiesNO Mmori OwnedYFSTOTAL YE YES 1 TOTAL BASEBID: THE (50) WORKING DAYS ADDITIVE t 128 025.OQ S 132 032.00 $136,476.02 8,000.00 S 14,200.00 $ 17 800.00 14 361.OG 30 6,800.00 7 8 0.00 $ •0 ADWIVE 2 S 1,354.00 S 2,000-00 1 412.00 s 1 980.00 IRREGULARITIES LEGEND A— No Power—of—Attomey IT HAS BEEN DETERMINED BY 7B — No Affidavit as to Capital do Surplus of Bonding Company C — Corrected Extensions D — Proposal Unsigned or Imporperly signed of No Corporate Seal AND RFSPONSIVF BIDDER IS E- Incomplete Extensions FOR THE TOTAL AMIDUNT BID F — Non —responsive Bid ,�,r� i �n��ir nnnlTl\/F� 1 AND G — Improper Bid Bond 4112/y/ I— Corrected Bid ddJJ — No first Source Hiring Compliance Statement J — No I�linority' Compliance Statement4K — No . Duplicate Bid' Proposal 0�;_/ THE DEPARTMENT PINQ—NTICIELLA OF 5126,625,10 2 90-91-075 JOB No. —2�$3 A PREP. BY: -d PEKZ 4 t �,x'%5�$"s tX ..- .. ..ry ..�. ._......__._.... _..__...._ ...._._.. ....... .�... ..... .........._..., .. -a.m it r..a n. r IM.�• i� f..d rYrr.,l .. i ni+hrt+. _..._... .... ... ti IIII,I �� Ill �i�l��llll�����iMl�lll�il� III ■ _ .. ..... Irlrlrw�I�I��II�illrillll�YWYrnrnrnYrY u... �� n f ,3 Y j, t_ 1` j f ! io CURTIS PARK CITY TABULATION REDEVELOPMENT - AND THE CITY CLERK, CITY OF BIDS FOR COURTS PROJECT - OF MIAM( FLORIDA AT 11:00 A.M. B-2983 A ON MARCH 29, 1991 -MANAGER Bidder Address Located,in-the MITE Miami— wILLIAMS PAvING Ca NO PMM CORPORATION NO Ins, as 12er Cfbf CodeMetro r Y ES Bid Bond Amount Irregularrit es 5% BID BOND T CBID 3O H N Minori Owned NO YES TOTAL BASE i• THE TOTAL (50) WORKING DAYS 14 6 .00 13 800.00 S 13 000.00 ADDITIVE t S 6,600.00 S 14 850.00 ADDITIVE 2 2, 0.0 .0 IRREGULARITIES LEGEND A — No Power —of -Attorney IT HAS BEEN DETERMINED BY THE $ — No Affidavit as to Capital & Surplus of Bonding Company C — Corrected Extensions D — Proposal Unsigned or imporperly signed of No Corporate Seal AND -RESPONSIVE BIDDER IS — E — Incomplete Extensions FOR THE TOTAL AMOUNT BID OF F — Non —responsive Bid. G — Improper Bid Bond INGI � Ir ING ADDITIVFS 1 AND H — Corrected Bid 41kO 41Z11 r - No First Source Hiring compliance Statement j, — No Mnority Compliance Statement I(— No Duplicate Bid Proposal PREP. BY: J. PEREZ DEPARTMENT 126,625.10 90-91-076 - ice Na. B-2983 A ..............,,................:.:e:..-�....��_�_._.�......-......... .. '4!!l YvYYri,YlY+BYM!'.Yi..M!�YY YYI .NY.Y YIi pI Y'tll.:iibiY YY ...erinw.e.,: