Loading...
HomeMy WebLinkAboutR-90-0346n 4 J-•90-316 5/11 190 RESOLUTION NO. 9 0— 346 A RESOLUTION ACCEPTING THE BID OF PINO FONTICIELLA AND ASSOCIATES, INC., IN AN AMOUNT NOT TO EXCEED $138,000.00, BASE BID PLUS ADDITIVE ITEM "A" OF THE PROPOSAL, FOR REVEREND CANON THEODORE R. GIBS0N ADULT CENTER, COCONUT GROVE NEIGHBORHOOD CENTER RENOVATIONS (VIRRICK PARK BUILDING RENOVATIONS); WITH MONIES THEREFOR ALLOCATED FROM THE 1990 CAPITAL IMPROVEMENT ORDINANCE NO. 10642, PROJECT NO. 331316, IN THE AMOUNT OF $138,000.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received March 29, 1990, for REVEREND CANON THEODORE R. GIBSON ADULT CENTER, COCONUT GROVE NEIGHBORHOOD CENTER RENOVATIONS (VIRRICK PARK BUILDING RENOVATIONS); and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid of PINO-FONTICIELLA AND ASSOCIATES, INC., be accepted as the lowest responsible and responsive bid; and WHEREAS, the 1990 Capital Improvement Ordinance No. 10642, was adopted on September 28, 1989, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 331316 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The March 29, 1990 bid of PINO-FONTICIELLA AND ASSOCIATES, INC., in an amount not to exceed $1,38,000.00, for the project entitled Reverend Canon Theodore R. Gibson Adult Center, Coconut Grove Neighborhood Center Renovations (Virrick Park Building Renovations), for the base bid plus Additive Item "A" of the proposal, based on lump sum and until prices, is hereby accepted at the price stated therein. Section 2. The amount of $138,000.00 is hereby allocated from the 1990 Capital Improvement Ordinance No. 10642, Project No. 331316 to cover the cost of said contract. F'lyl',)F MI�7ISSI0N -- - 'IItiG 4F 0- 346 Section 3. The City Manager is hereby auth,)r_ i.zed to entFr into a contract 1/ on behalf of the City of Miami with PINO- FONTICIELLA AND ASSOCIATES, INC., for Reverend Canon Theodore R. Gibson Adult Center, Coconut Grove Neighborhood Center Renovations (Virrick Park Building Renovations), base bid plus Additive Item "A" of the proposal. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 24th ATT T MAT Y HIRAI, CITY CLERK SUBMITTED BY: r L ,v . PRIETO-PORTAR, Ph.D., PE DIRECTOR OF PUBLIC WORKS LEGISLATIVE REVIEW: 40k-- MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JO GE L. FER EZ CITY ATTORN GMM/ra/M1499 day of May_ 1990. l {AVIER L. �AR Z, MAYO CAPITAL PROJECT: EDUARDO RUDdtI UEZ CIP PROJECT MANAGER z/ 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. _2_ 90 0 I SECURITY LIST 0 M so iTEW Reverend_ Canon Theodore ribson Adult Center Coconut Grove N-ighborhood Center Renovation IND NO: 89-90-074 PATE BIDS RECEIVED: Uar ch 22, 12,90 11: 0 0 a.m. I NDDER [:Pinco-Fonticiella TOTAL DID AMOUNT DID OOND W ! CASHIER'S C31ECK & Assoc.Inc $134,000.00 BB Voucher Intrepid Three Co. $149,999.00 BB Voucher JR Builders $159,400.00 BB Voucher Apex Con. Enterprises $162,930.00 BB Voucher Orestes R. Rodriguez $171,000.00 BB Voucher D.E. GIDi FAssoc. Corp. $172,800.00 BB Voucher M.L. Pons $179,000.00 BB Voucher Isaac Behar General Contract $193,512.00 BB Voucher D.L. Kirby, Inc. $197,043.00 BB Voucher son receivi g ids; ty Department received (-2-) envelopes on behalf of on _ - 31-21 �JU (date) Received the hereinabove described checks this day of in connection with the herinabove cited bids, which were sent to Treasury Management by the City-E-14--rk for appropriate posting. SIGNED: _ (treasuryDATE: Management - IMPORTANT ADDENDUM-- �''`` CITY OF MIAMI, FLORIDA Department of Public Works -IT -- �ii PIT �� !:' ,',;i;, ( L ADDENDUM NO. I ISSUED March 19, 1990 to — BIDDING AND CONTRACT DOCUMENTS FOR REVEREND CANON THEODORE R. GIBSON ADULT CENTER COCONUT GROVE NEIGHBORHOOD CENTER RENOVATION B-3229 THE CONTRACTOR IS HEREBY NOTIFIED AS FOLLOWS: =- Change 1 of 4: The da anged to the h •O .m., at the y er s of ce, first floor the Miami City Hall , 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time they will be publicly opened and read. - > Change s of 4: Revised plans attached: A-1, A-2, A-3, A-4, E-1 (Note: Major changes at Electrical Room and Service). �- Change 3 of 4: Delete "Termite Fumigation" included in Section 5.1 of the Technical Specifications. Change 4 of 4: Add the following attached pages to the Technical Specifications (Painting and Mechanical). THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREOF r Luis, ri e,.o- or ar, . , P.E. Director DIVISION 5 - TECHNICAL SPECIFICATIONS 5.01 Painting 5.n2 Mechanical DIVISION 5 - TECHNICAL. SPECIFICATIONS 5.01 PAINTING GENERAL In general, all exposed surfaces throughout the building shall be painted unless specifically exempted, or having a finished surface such as plastic laminate, tile or exposed wood. A11 paints shall be applied in accordance with manufacturer's specifications and instructions, regarding preparation of surfaces, drying time between coats, touching up, etc. All materials shall be delivered to site in original sealed containers and bear the manufacturer's analysis or formula label. All materials shall be as manufactured by Benjamin Moore. Comparable products of Pratt & Lambert, Devoe, Sherwin Williams, Dutch Boy, DuPont, Pittsburg and Glidden are acceptable as selected by the engineer. A. EXTERIOR 1. Previously painted surfaces STUCCO Repair surface with high pressure spray equipment. If mildew is present, remove with a commercial mildewcide. All structural cracks and crevices are to be filled with appropriate patching compounds. Prime with Moo re's Alkyd Masonry Seale^ ( 077 ) and finish with two coats of Flat Moore's Exterior Latex House Paint (105). 2. NEW CONSTRUCTION STUCCO A11 surfaces must be thoroughly brushed with a stiff fibre brush to remove lose particles. Surfaces are to be dry, free of greasy residue, mortar and asphalt spatters. Form release agents shal 1 be removed wi th appropriate solvents, and laitance deposits must be removed by hand or power wire brushing or other appropriate means. 0 11 5.01 PAINTING (Continued) 3. WOOD TRIM AT ROOF EAVE TECHNICAL SPECIFICATIONS Page 2 Remove loose or scaling paint by scraping and sanding. Repair holes, cracks and crevices with appropriate patching compound. Finish with high gloss Moore's Porch and Floor Enamel (2 coats). B. INTERIOR (includes all rooms in the Adult Center) Remove all peeling and scaling paint by scraping -sand areas thoroughly to feather edges smooth with adjacent surface. Cracks, holes and blemished areas are to be filled and sanded flush with adjacent surfaces, then spot primed with finish coating. All surfaces that have been defaced with marking pens crayons or lipsticks are to be solvent washed then spot primed with Moore's SPS or QD30 to control residual "bleeding". Prime Coat: Latex quick dry prime seal (201). Finish: 2 coats of Regall Wall Satin (215). Exposed Wood Ceiling (Ceramic rooms (2) and Senior Citizen room). Remove all flaking and scaling paint by scraping and sanding with #00 sandpaper. If the surface has been treated with wax or oil, it rust be cleaned with appropriate solvents. Apply Moore's Interior wood finishes penetrating stain as needed. Finish with two coats of Bentwood Satin finish varnish (404) (sand lightly between coats). 5.02 MECHANICAL GENERAL NOTES TECHNICAL SPECIFICATIONS Page 3 4 All plumbing materials, installation and workmanship shall 4 comply with the South Florida Building Code, Chapter 46 as =_ amended to date. Comply with all ordinances of the City of - Miami. Permits and inspections are required. Make sewer and water connections. Check plot plans for = existing conditions. Furnish and install all fixtures as called for on fixture plan. Check to verify spaces in — which work will be installed. If necessary, make = modifications in layout to prevent conflicts and submit to engineer for approval before starting actual construction. Refer to Sheet No. A-3 of plans for handicap requirements. Refer to Sheet No. E-1 for location of 1 existing and 4 new air conditioning units. (Submit model and manufacturer for approval) accepted manufacturer, Rh.eem; Sears. As part of roofing contract, roof -top A/C equipment shall be removed and reinstalled on new galvanized steel structure with a clearance of 12" minimum to 18" maximum. Extend ducts, piping etc. as required. New pitch pans are necessary. Note that the security screens over the air conditioners on the roof are to be repaired, sanded, acid cleaned, primed and painted with enamel (2 coats). During the time that the contractor is working on the A/C equipment, he shall be responsible for supplying a temporary service with portable A/C equipment or other air conditioned. _ i 1 P Rid NO. 10_90-074 hDVE:RIISEME�1i FOR RIOS ;--sled bids for "REVEREND CANON THEODfJFtE R. GIRSOP! AD(V Ci FtTEP,, GOCOPAIf r#20VE FJEIC t54 3! }# lr? CWTER RMVATIa"_will be received by the City. manager and the City Cl ek _of the Ci ty.'df Miami, Florida at ,11:00 a.m, on the 6t3, day of T4arch, 199Q� at the Ci Clerks offiad ir'st'f oor of the i �i asrri City Haft" , Pan rneri can rive, Dinner Key, Miami Florida " � 3`31:13 at 'a Mi,c h l time and place they will be publicly opened and read.' The project consists of the renovation and be done at 3230 Hibiscus Street, Eliza" pe-10nenoe and bid bonds in accordance clarification of technical issues as pre contact Elena Moragas, at (305)579-6%5. their bid, a copy of the appropriate Ce artivri Des the bidder to perform t$e prq additi s to I neighbortrood center. The work will Vi r ' i�li ami , Florida. Ri driers will furnish wi 'ans No. 86-%3 and No. 87-915. For ;en the docurmnts and specifications, please ve bidders will be reo ►red t o submit, with of Catt�btsrncy, as issued by Darin County, %ihich All bids shall subrm d c nce with the Instrvcti "i3idders and Specifications. New City lati wi bidder to stW t s in duplicate originals. Plans and specificati ned from the office f irector o u is orci—s`,--TM N.W. 2 Street, 3rd floo , da, 33128 on or ary 15, 1�. If bidders wish, a set of plans and s ific ti 11 be mai ed by ting to the Department of Public Worms and including a tre for 11 be a $20 deposit required for the first set of plans and speci i ons Additi0 _ my be purcN&a for a fee of $2l per set and its is not refundable. is will furcicd only upon the return of one set of plans and specifications to art-iernt o ubl i c Works, urmariked and in gr)od 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. This has been designated a minority sett -aside canstruction erect. Bidding will be restricted to City of Miami certified ngjord ty (51%) hispanic, black, or tin -owned corporations and joint ventures. This certification process must be carpieted prior to the bidder vibmi tti ng an Aff i muti ve 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 Agreemnt." The object of this ordinance is to provide employment opportuniti^s to Civ of Kiami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further informtion contact the Department of Public Worics, City of Miami, at (305)579-66856. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise (B-3229 Req. 5574). Cesar H. Odio City Manager nn REQUISITION FOR ADVERTISEMEtff This number must appear DEPT.'DIV. "i irr,the advertisement. i . ACCOUNT CODE { 7 DATE r ... ' PHONE APPROVEd HY PREPARED BY :J DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement ` ' , .. times. (number of times) Type of advertisement: legal classified display (Check One) Size: Starting date First four words of advertisement: Remarks: f� i �� Jt� ;, 1.1Is,. t . DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM OD Adv, Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 1 2534 39 42 45 50 51 56 57 62 63 65 66 71 0 1 2 4 1 VIP 012 2 8 7 1 -]11 2 3 4 7 8 V P 12131415 _ DESCRIPTION 3664DISCOUNT6972 AMOUNT 8J 5 2160 ?. 0 1 _ Approved for Payment White — Purchasing Yellow - Finance Pink — Department CITY OF MIAMI, FWRIDA INTER -OFFICE MEMORANDUM TOW TO: Honorable Mayor and Members DATE �, FILE 8-327.4 of the City Commission HAY 16 1990 SUBJECT Resolution Awarding Contract for REVEREND CANON THEODORE R GIBSON ADULT CENTER, COCONUT_- FF,Obi //./G `� REFERENCES GROVE NEIGHBORHOOD CENTER (� RENOVATIONS(VIRRICK PARK Cesar H. Odio BUILDING RENOVATIONS) City Manager ENCLOSURES RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Pino-Fonticiella and Associates, Inc., a company located in Dade County, but not within the City of Miami, for REVEREND CANON THEODORE R. GIBSON ADULT CENTER, COCONUT GROVE NEIGHBORHOOD CENTER RENOVATIONS (VIRRICK PARK BUILDING RENOVATIONS), received March 29, 1990 in the amount of $138,000.00, Base Bid, plus Additive Item 'A'; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: Cost Estimate: Source of Funds: $138,000.00 $156,000.00 % of Cost Estimate: 88.5% 1990 CIP Ordinance No. 10642, as amended Minority Representation: 230 invitations mailed 29 contractors picked up plans & specs (17 Hispanic, 11 Black, 1 Female) 9 contractors submitted bids (6 Hispanic, 3 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 re— ceI ve n March 29, and determined that the lowest responsible and responsive bid, in the amount of $138,000.00 is fron Pino- Fonticiella and Associates, Inc., a hispanic -minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. Resolution attached C/4ai -1 90 - 346 REVEREND CANON THEODORE R. GIBSON ADULT CENTER, COCONUT GROVE NEIGHBORHOOD CENTER RENOVATIONS (VIRRICK PARK BUILDING RENOVATIONS) JOB NO. B-3229 CONTRACTOR'S FACT SHEET 1. PINO-FONTICIELLA AND ASSOCIATES, INC. 11400 W. Flagler Street, Suite #,205 Miami, Florida 33174 Tel: (305) 553-6562 2. Principals: - Armando J. Fonticiella, president Ernesto R. Pino, Secretary - 3. Contractor is properly licensed and insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established in 1986 6. A hispanic -minority contractor. 7. Project and Scope: The project consists of making renovations and additions to —_ the community building. The project is located at Elizabeth Virrick Park, 3230 Hibiscus Street. Ninety (90) working days construction time. 8. Funds allocated: Contract: $ 138,000.00 Project Expense 24,840.00 Blueprint: 200.nO Advertising: 600.00 Testing: 1,000.00 Postage: 60.00 SUB -TOTAL 164,700.00 Indirect Cost 29355.00 TOTAL $ 167,055.00 Prepared by- G.E. Picard Z 90- 346 Lill 11,11 IIIII 4 .I I161, i I I ,II„dill I1.1.0, 1 III 1 i I TABULATION OF BIDS FOR �VEi2�►-iC7 CAHpN' TNEop�•E: C�I��t-1 AV�1.-T CE.i--iT�tz G-.x�ot-iuT i= t�lG�•�P.x� ice+-f�'� K�No�aTlot-1 Received by the City Commission. City Manager. City Clerk. City of Miami. Florids at I I CR P.M. Ma¢L14 Zvi, I,Jqo BIDDER f'IHO-1 F7�1�S.tA 4 /IEf Ir iIG. It-117ZEPIt� 'Mir-E8 �' ?6Z.ILDELS LICENSE 6 INSURANCE AS PER CITY CODE C METRO ORD. BID BOND ACCOUNTP✓�-Q'�- Rio-o2� IRREGULARITIES MINORITY OWNED 1I I! nl I , .III LI •i �:.,a:. i ITEM DESCRIPTION UNIT TOTAL UNIT TOTAL UN-1I TOTAL NO PRICE PRICE PRICE . fs 61i� : TpT'AL �-T�N1S I *- -Z ` i , �oo 14-�t,gg9. 00 IF3e1, s},plc�•oo I 1 jzr--H VA-r1C;V i-n -tr? -rT4 - 0LAl.mi4ric- APFX CAr'H. Izp;7jS 5, Yks�. UNIT TOTAL PRICE 16 Z, 19sp. c1cv 1 IG, O::;� . ©o 144, 40,7.00 i �-"i � `�%� • rao v !' eP IAL YID iG�f-!r� 15Gra• co IGj,C.�—�.Gi� IGI, ai9.Gi� I ---- 1� ' • �� _ �__ it r r a r �.►'r r �:� /,� �r '' i IRREGULARITIES LEGEND A- No Power -of -Attorney B- No Affidavit as to Capital & Surplus of Bonding Company C- Corrected Extensions D- Proposal Unsigned or Improperly Signed or No Corporate Seal E- G- Improper Bid Bond H- Corrected Bid I- P �- Qj Prepared By:''p�^"� Checked By: .� .i3. o►2oc, THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT if-tl: Btif� �� �►t-10 For-1TtGtiF�tLA ASSOC--,ICjr- Ce CP 5:2it7 PLUS A�D�'R`J ITEM A 1 3 t,, C> .00) Q9Pe4YL5 lb 13E '�5pC�`:T�Uc �a�.i0 1nl 424c+Z 3/z57/ten BID NO. f3�-yo-c�q —t I OF- 3 r JOB NO. 0- z_7 1 1 El 111 , i. 111 1 1 1 1 1 1 1 1 " 11 it 11'11I 1 I' I 1'11l 111111'II'111111'gi 1111 ill .11-ijii1ll1j IIIII I Il I ill pI I I I I qi II I1II IIIII-, I I 1IIIIIIpI TABULATION OF BIDS FOR cc,.tY,�ri Ti F- ae5e,-" Ao.)ur C4:k�-T- 64z47Va C-r--HTIE�-a R-Vr 10H i Received by the City Commission, City Manager. City Clerk. City of Mlami.Florlds at j1:ak:7 <KR)P.M. H-0*ac4-4 2-1, 199(Z-1 BIDDER rl.L-92HS c41-1,&T9LX:r1:;H 601?-P. OVV`-� Iz. U?M16OW- roMXCHT t7 C1 4• AGGCr-IATI;S, ccf-P x544C Va-iAg C-VAL. :(-HT?-5 LICENSE & INSURANCE AS PER CITY CODE S METRO ORD. BID BOND ACCOUNT ee0go-ck7ep IRREGULARITIES 44 MINORITY OWNED I(M5 ymr-- YES Y8S ITEM NO. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL LIMIT PRICE TOTAL UNIT PRICE TOTAL 1-72, 1,9 i�, 12- OcTi TdP I"Hr-- F-Rj1LJ1;)1HC- 00 IT't-::M A cxp IRREGULARITIES LEGEND THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT A- No Power -of -Attorney B- No Affidavit as to Capital 9 Surplus of Bonding Company C- Corrected Extensions D- Proposal Unsigned or Improperly Signed or No Corporate Sea] - Etp F- G- Improper Bid Bond H- corrected Bid J- JOB NO. Prepared By:�.W,0S Checked By: BID NO. 0 0 i I ii III ! ! II i II III I, ^I I I I I I ai t.I 1 1 1! i :I ; 6 I I 1 " n i TABULATION OF BIDS FOR i�v��z.�-ir7 �.t^6pH '1`1-{�i2� C�li3��Of'i Ai�LT GlEH7�tZ G�'i� C�c-�1r Hf✓I��RF-I�X71� �-�t-i"1'�;� f2�-bVbTitaH Received by the City Commission. City Manager. C: "y Clerk. City of Miami. Florida at 11 aj�j) P.M. MAOC44 ?,-I, 1-190 BIDDER L. Ktt*Y, iHc. LICENSE & INSURANCE AS PER CITY CODE ✓s METRO ORD. BID BOND ACCOUNT t3t390 -' oo� IRREGULARITIES MINORITY OWNED Yr--G ITEM NO. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL mot= t310. TUt'AL �T'iS 1 $- 2 IGt'tc.ce� 1 F-1 OYA-nc,Hq TO TNt OU L421t-� 1 a2,043.00 2, rGtAL VVZVtstot� Ai?t J 1 T I 17�►�I A 4 IRREGULARITIES LEGEND THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT A— No Power -of -Attorney B- No Affidavit as to Capital s Surplus of Bonding Company C — Corrected Extensions D-- Proposal Unsigned or Improperly Signed or No Corporate Seal E- F- G— Improper Bid Bond H— Corrected Bid I- J- Cr3 JOB NO. t►�s Prepared By:, .Q) BI0 NO.1- Checked By.- @"il' uulump' I lily l'I Ilk III "I I II I'Pil 11 IIIII,f' ill I �i;l� h11I I lip, IllplIF 11I'Ijjl ill