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