Loading...
HomeMy WebLinkAboutR-90-0020J--90-11 12/li9/89 RESOLUTION NO. 90'"-W20 A RESOLUTION ACCEPTING THE BID OF A & C CONTRACTORS, INC., IN THE PROPOSED AMOUNT OF $133,155.00, BASE BID PLUS ADDITIVE ITEM "A" OF THE PROPOSAL, FOR MARINE STADIUM - STRUCTURAL REPAIRS - 1990; WITH MONIES —= THEREFOR ALLOCATED FROM THE 1990 CAPITAL IMPROVEMENT ORDINANCE NO, 10642, PROJECT NO. 402002) IN THE AMOUNT OF $133,1555.00 TO COVER THE CONTRACT COST; AND AUTHORIZING _ THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM, WHEREAS, sealed bids were received December 7, 1989 for MARINE STADIUM - STRUCTURAL REPAIRS - 1990; and WHEREAS, the City Manager and the Director of Public Works recommend that the bid received from A & C Contractors, 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. 402002 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY - OF MIAMI, FLORIDA: Section 1. The December 7, 1989, bid of A & C Contractors, Inc., in the proposed amount of $133,155.00, for the project entitled Marine Stadium - Structural Repairs - 1990, for the base bid plus additive item "A" of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $133,155.00 is hereby allocated from the 1990 Capital Improvement Ordinance No. 10642, Project No. 402002fto cover the cost of said contract. Section 3. The City Manager is hereby authorized to enter into a contract 1 on behalf of the City of Miami with A A C Contractors, Inc., for Marine Stadium - Structural Repairs - 1990, base bid plus additive item "A" of the proposal. Section 4. This Resolution shall immediately upon its adoption pursuant to law. PASSED AND ADOPTED this 11th day of 1990. LEGAL REVIEW BY: *VKJ CHIEF ASSISTANT CITY ATTORNEY LEGISLATION/SPECIAL PROJECTS become Janua CAPITAL PROJECT C I P {MANAGER SUBMITTED BY effective Ph.D., P.E. . IRECTOR OF PUBLIC WORKS APPROVED AS TO FORM AND CORRECTNESS: FERNANUtl 4CIYATTORN Y l/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. atu sEcuRin past go rMyA: Marine Stadium -Structural Repairs-- 1990 INp NO: 89-90-034 DATE 111 X RECEIAM: December 7th, 1989 11:00 a.m. - �617DER — TA1�8UNT \ CASHIERS ACK - A & C Contractors 4", 9,424.00 $5,971.20 Cashier's Ck.#91631 Capital Bank Bunnell Foundation, Inc. $130,300.00 $6,750.00 Cashier'sCk.#259662 County :National Bank RJR Construction Inc. $169,100.00 5% BB M.L. Pons Const, Corp. $182,000.00 BB Voucher — Ebsary Foundation Co. $192,500.00 5% BB J Walter L. Lista, Inc. $204,700.00 5% BB 4& .ram Bid No. 88-89-034 ADVERTISEMENT FOR BIDS W M RECEIVED 1989 NOY -r PA 2; 51 Sealed bids for "MARINE STADIUM STRUCTURAL REPAIRS - 1990" will *hena er andt lerk of the City of Miami, Florida}�=t� e er 9 at the City Clerks office first flo�eM an me ca Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. The project consists of repairs to the grandstand structure of the Marine Stadium.. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-963 and No. 87-916. For technical questions regarding plans and specifications, please contact Edmund Connor, at (305)579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, which authorizes the bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate originals. Plans and specifications may be obtained from the office of the Director of Public Works, 275 N.W. 2 Street, 3rd floor, Miami, Florida, 33128, on or after November 16, 1989. 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 $20 deposit required for the first set of plans ns and specifica"tons. Additional sets may be purchased for a fee of"szu per set and this is not refundable. Deposits will be refunded only upon the Return of one set of plans and specifications to the Department 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 reimbursement 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 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 (8-2970 Req. 5563). Cesar H. Odio City Manager is E i E l ubiish the attached advertisement once times. 1 (number of times) hype of advertisement: legal classified _ display . (Check One) E Size: Starting date Wiyen taer 16, 1989 First four words of advertisement:Sealed bids for "Min,ine . Remarks:"MARINE 6MDTUIl - STRUCTURAL FEPABS - 1990" (B-2970) DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. ' LIN- PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 i A-1 B-2 C-3 E-5 F3 F4 F5 F7 F8 F9 F10 F11 - F12 LINE TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE' OBJECTPROJEC 11 E �3 17 18 5 34 39 42 45 50 51 56 57 62 83 65 66 0 1 91411 V P12101212 8 7 1 2 8 4 718 V- P 12 4115 DESCRIPTION 36 64 DISCOUNT 69 72 AMOUNT 26101210111 i Approved for Payment White — Purchasing Yellow - Finance Pink — Department 1 TO CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM A DATE OEV " J isag FILEB-2970 SUBJECT Resolution Awarding Contract -= for MARINE STADIUM STRUCTURAL REPAIRS - 1990 PROMS GJ► REFERENCES C,aCesar H. Odio ENCLOSURES: City Manager Honorable Mayor and Members of the City Commission RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of A & C Contractors, Inc., for Marine Stadium - Structural Repairs - 1990 received December 7, 1989 in the amount of S133,155.00 Base Bid plus Additive Item "A"; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $133,155.00 t of Cost Estimate: 98.6% Cost Estimate/Budgeted Amount: $135,000.00/$354,000.00 Source of Funds: 1990 C.I.P. Ordinance No, 10542 as amended Minority Representation: 229 invitations mailed 18 contractors picked up plans A specs (8 Hispanic, 0 Black, 0 Female) 5 contractors submitted bids (4 Hispanic, 0 Black, 0 Female) Public He No public hearing/Bid notice published Assessable Project: No Discussion: The Department of Public Works has evaluated the 51 s received on December 7 and determined that the lowest responsible and responsive bid, in the amount of $133,155.00, is from A & C Contractors, 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 ,0- w Mrw- I MARINE STADIUM - STRUCTURAL REPAIRS - 1990 JOB NO. 8-2970 CONTRACTOR'S FACT SHEET 1. A A C Contractors, Inc. 2551 N. E. 184 Terr. N. Miami Beach, Florida 33160 Tel: 305/937-0470 2. Principals: Erick Hutton, President 3. Contractor is properly licensed and insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established in 1978 6. A hispanic minority contractor. 7. Project and Scope: The project consists of replacing a cantilevered slab, restoring deteriorated concrete piles and also driving new piles. The project is located at 3601 Rickenbacker Causeway. Start construction after February 19, 1990 and be completed by April 12, 1990. 8. Funds allocated: Contract: Project Expense Blueprint Advertising: Testing: Postage: SUB -TOTAL Indirect Cost TOTAL Prepared by: G. E. Picard 133,155.00 19,973.00 50.00 600.00 100.00 50.00 $ 153,928.00 19755.00 S 155,683.00 2 Ili +lli.1111 Mid .11.1 11110 16 1 1 TABULATION OF BIDS FOR r ��— � � � I � < - " I,�At STADIUM- STRUCTURAU agar. City Ciork. City of Miosi. norido at 11 :00 A.M. P:;W. 12' "1-15 1 A+d ron+fa Goof �s �.,� 8o�np11 FovAja�4,on Inc. RJR un�fiyu fi n 7ri� M•L.• PONS Gan,f• Caf ETRO OMO. $ yo 813 F3 B U t YO4 0 r htGk Gl,vtk 1, UNIT TOTAL PUNIT RICE TOTAL PRICE TOTAL UNIT CTOTAL E r PR �2i,2Z4 I31 Goo 1 ,loo0 144 bhb • ?� c �2�on 35 000 00 44. -000 53 ooa 3 ooa s ogor0(?o � 5oa 20.000 ;, 1053 224 35D S .:, goo 3 00 a o 7> (40o a, o a boo lie 000 ` Zoor 0 00 `n o00 , po o �- -1- l; a i mc- 14AWRAI 1 �• 4po 14 000 44 do n it 1 Q 3 / s of Bonding Cooll nod or No CorPcroto S881 THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT / d r _ • JOB NO. 810 NO 1, 4 1 Aou A l 3ulr Vr U.av%+ I of 0 S—v 1PUCT ger. City Clerk. City of Missi. Florids at 11 -00 A.M. PCIr be p07 CO �Gi 1 rr • LrE��'- �"G lm ORO. I q 9 0 PUNITRICE TOTAL PRICE TaTAI UNIT PRICE TOTALPRICE UNIT TOTAL a�0 •14 Sob I 8 r -f �3 j n0 a 00 q " �o,000 ' °Q $00 Co Ono �^ a00 �v 000 Tic 14At IPRA1L 'oNZ. iptGF5 -1 L;` 10 gpwo0 10 72,10 THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT of Bonding ConPsny ed or so Corporate Seel BID NO. JOB NO. 2