Loading...
HomeMy WebLinkAboutR-80-0356"SUPP^MTNE DOU F V RESOLUTION NO. 8 0- 3 5 6 A RESOLUTION ACCEPTING THE BID OF ASSOCIATES CONSTRUCTION CORPORATION IN THE PROPOSED AMOUNT OF $243,300, BASE BID OF THE PROPOSAL, PLUS ADDITIVE ITEMS B, C, D, AND F, FOR LEMON CITY PARK; ALLOCATIiG THE AMOUIY� OF $62,600 FROM THE "PARK. FOR P01741) FUND" AND THE A14OU1117' OF $1�U,'T0(� FR014 THE "lST, �_'NI:�, AND ?HD YEARN FEDERAL COMMUNITY DEVELOPI•IEI1T RAI,IT FUNDS" TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND `i'Eii': AI•IOUNT OF $19,464 TO COVER THE COST OIL' PROJECT EXPENSE; ALLOCATING FROM E;AIh FUND THE AMOUNT OF $3,650 'TO COVER THE COST OF SUCH ITEMS AS ADVERTI-S1111G, TESTING LABORATORIES, AND POSTAGE; AND AUTHORIZING THE CITY IIAIIAGER `IO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS, sealed bids were received April 229 1980 for LEMON CITY PARK; and WHEREAS, the City Manager reports that the $2439300 bid of Associates Construction Corporation for the base bid of the proposal, plus additive items B, C, D, and F, is the lowest responsible bid and recommends that a contract be awarded to said firm; and WHEREAS, the proposed amount of the contract is to be allocated from the accounts entitled "1st, 2nd, and 3rd Years Federal Community Development Block Grant Funds" and from the "Parks for People Bond Fund"; and WHEREAS, the Capital Improvements Appropriation Ordinance No. 9019, as amended, was adopted on November 8, 1979, and monies are available to partially cover the proposed amount of the contract, from the account entitled "Parks for People Bond Fund" as set forth under Section VI, Item B-10,of said ordinance; VIPs rl T L "i CITY COMMISSION MEETING OF MAY 3 1930 ............ REUMM............................ NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The April 22, 1980 bid of Associates Construction Corporation in the proposed amount of $2439300 for the project entitled LEMON CITY PARK, for the base bid of the proposal, plus additive items B, C, D, and F, based on lump sum prices, is hereby accepted at the prices stated therein. Section 2. The amount of $62,600 be, and it is hereby, allocated from the account entitled "Parks for People Bond Fund" to partially cover the cost of said contract. Section 3. The amount of $180,700 be, and it is hereby, allocated from the accounts entitled "1st, 2nd, and 3rd Years Federal Development Community Development Block Grant Funds" to partially cover the cost of said contract. Section 4. The additional amount of $19,464 is hereby allocated from the aforesaid funds to cover the cost of project expense. Section 5. The additional amount of $3,650 is hereby allocated from the aforesaid funds to cover the cost of such items as advertising, testing laboratories, and postage. Section 6. The City Manager is hereby authorized to enter into a contract on behalf of the City of Miami with Associates Construction Corporation for LEMON CITY PARK, base bid of the proposal, plus additive items B. C, D, and F. tt DOCUPOENTO FOLLOWIF — 2 — 80-356 i PASSED AND ADOPTED this 8-_ day of MAY 1980. MAURICE A. FERRE MAURICE A. FERRE, M A Y O R ATTEST: FRALPTi G. ONGIE, CITY CLE ' PREPARED AND APPROVED BY: OSERT F . CLARK ASSISTAHT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: 4G-,;0RG,-aFF. �!:',110X, J , C_ ATTORNEY " SUPPORTbl v E DOCURITNTS FOLLOWly 3 80-356 BID SECURITY ITEM LEMON CITY PARK DATE 5106 RECEIVED APRIL 22, 1980 Public Works- 9- 0-62 BIDDER TYPE OF SECURITY AMOUNT FOR ACCOUNTING USE Associates Construction $182,700.00 5% BB 1800 S W. 1st Street Miami. Fla 33135 r tion $226,500.00 5% BB 3501 S.W. 8 Street (201) Miami, Fla Bama Construction, Co. $254,738.00 5% BB B 1% Vv 3� 651 N. W. 106 Street Miami. Fla 33150 n t�' Doc I I p.,q FO L p V„ Received 1ho gbovo deivib*d checks this -dey of FOR ACCOUNTING DIVISION 7 CITY OF MIr1MI, FLORIDA REQUISITION FOR QUANTITY REPRESENTS DEPARTMENT ADVERTISEMENT FOR BIDS REQUIREMENTS FOR MONTHS r L DEPTIDIV I .I`_ it' L;••; ACCOUNT CODE ' "' i c x Q BID NO. DATE Z PREPARED BY _ PHONE--- COCE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT. « u P PDR'TI E Gcuft'9 E,! S TOTAL FVL ESTIMATED COST: CONTRACTUAL: $ INCIDENTAL: $ TOTAL $ LI APPROVED.BY: DIRE BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: ADVERTISE ON A ,rii 1 BIDS TO BE RECEIVED ON .+ : ` � 1 ., x � L L.ti� OF ISSUING DEPARTMENT t - SOURCE OF FUNDS: _'. L /v bf Jillf d in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER PROJECT CODE AD CODE r.ol'ttis 7o: i'urrhasieg (Org.) —City Manager — City Clerk—IIi.xpenditure Cwitml — lsswng Department — Otber A//ected Departwew WHITE GREEN PINK CANARY BLUE GOLDENROD FONM NO 1(,43 REV 74 Bid No. 79-80-62 ADVERTISEMENT FOR BIDS Sealed bids for LEMON CITY PARK will be received by the City Manager and the City Clerk of the City. of_Miami,,_ Florida no later than :00_p.m. on the.,'�2nd.day of April, 1980, in the_, City Clerk's office, first floor of the ;Miami City hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they will be publicly opened and read. The project in general consists of the development of LEI1014 CITY PARK on City of Miami owned property, locate;i at 36 NE 59th Street, Miami, Florida; the Park is bounded by NE 59th Street on the north, NE Miami Place on the east;, NE 53th Street on the souh and private residential property on the west. The work consists of the renovation on an existing, 3400 sq. ft. duplex buildinl(,; construction of a basketball court,, construction of a tot lot; construction of walkways, construction of an off street parking area; construction of a new landscape irrigation system; outdoor lighting; and landscaping. If any technical (.,uiestions arise, call O'Leary-Shafer-Cosio, a Professional Association, Project Consultants, at telephone number 661-6096. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and Specifications may be obtained from the office of the Director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and Specifications are to be returned in F-ood condition and unmarked .-ii-Uhin -�0 days after bids have been received. Those minority or, target area contractors/small businesses interested in Submittinrr bids are advised to contact Contractors Trainin; and Development, Inc. to be provided technical assistance in rrenari.ng bid packages. LU Cn The 71t,y Commission reserves the right to waive any informality in any Pid, and the City Manager may reject any or all Bids '..... z7:2. and readvertise. r - Proposal includes the time of performance, and Specifications _.J contain provisions for liquidated damages for failure to complete the work on time. C) l.L. U In ad:Ution to these measures, Contractors and Subcontractors Q will be re-.;uired to comply with the provisions of Section 3 (Fed(-,ral Regulations) which require all developers, contractors, and subcontractors create feasible opportunities to employ and train residents in the area of the project; and i✓c preference in subcontracting; and purci:asing of materials to businesses located in or o.vned in substantial part by persons residing in the area of the project. .y No Bidder may withdraw his bid within 30 days after actual date of the openin thereof, unless modified in Division lA - Special Provisions of the Specifications. The cost of this project is to be funded by the Community Development Block Grant Monies and Public Parks and Recreational Facilities Bond Funds. Joseph R. Grassie City Manager 27 el Joseph R. Grassie City Manager Donald W. Cather IN7r^-c�'rc�C� ;�gRArjour�1 rpO••l Director rtmen of Public Works April 24, 1980 B-3189 LEM014 CITY PARK. Resolution Awarding Contract (For Commission Meeting of May 8, 1.980) The Department of Public Works, Department of Parks, and the Department of Comriunity Development recommend adoption of the resolution acceptinc-- the bid received April 22, 1930 of Associates Construction Corp. in the amount of $243,300, and authori nfr the Cit ✓ Iiai,af;er to enter into a contract in behalf of the City of Miami for the CI71 PARK. Bids were received April ?;?, 1930 for the remodeling; of a duplex buildinC, construction of 6 off --street parking spaces, entr;; walkways and ramp,-,, new sidewalks, landscape irrigation stem, basketball court, tot lot, site li�,hting and concrete walks and asphaltic concrete bicycle paths. The Par}: is bounde:i b;; I�.i 5'�tli street on tiie north, 'I.E. Miami Place nn the ea.zt, t1.E. 5nth 'Street on the south and a private residents 1.l rropert.,y on the west. As reflected in the tabulation of bids, the $243,;00 bid of Associate:; Construction Corp. is the lowest responsible bid for the base bi,1 of tiie })ropor;al and additive Item "B", "C,►, "D►►, and "F". Funds hav- been allocated from the "1st, 2nd, and 3rd Year Federal Community Development Program" and from the "Parks for Pec;)le Bot1c; Fun,," for the estimated amount of the contract, for 1;2-c"!�="ct exnen:;_�, and for such item: as advertising, testin:t; labor.atorios, postage. JAH:az Resolution attached "SUPPORTIVE DOCuMENT5 FuLLOW„ 80-356 LEMON CITY PARK JOB NO. B-3189 CONTRACTOR'S FACT SHEET I. Associates Construction Corp. 1800 S.W. 1st Street Miami, Florida 33135 Phone: 643-2759 11. Principals: Ramon J. Barcia, President Nelson Diaz, Secretary 111. Contractor is properly licensed and insured. IV. Subcontractors: Plumbing: Inter Plumbing Corp. Electrical: E1.A1. Electrical Misc .Metals : Trope-X Landscapi.n-': Recio Landscaping Irrigation: Kuznick Well Drilling V. Experience: 2 years Curtis & Morningside Parks Pool Modifications $94,000 MDCC - South Campus Bldg. I -Basement $69,000 VI. A minority contractor VII. 60 Advertisements mailed out by Regular Mail 12 Contractors picked up Plans and Specifications 3 Contractors submitted bid DOCUM ;- 80-356 I. fir•... PROJECT NAME AND LOCATION PROJECT SCOPE ESTILMATED CONSTRUCTION COST DATE BIDS NUMBER OF BIDS RECEIVED BID AWARD FACT SHEET For The City Manager Lemon City Park - bounded by N.E. 59th Street on the north, N.E. Miami Place on the east, N.E. 58th Street on the south and a private residential property on the west. Remodelin7, of a duplex buildinET, construction of 6 off-street parkin spaces, entry walkways and ramps, new sidewalks, landscape irriE;ation system, basketball court, tot lot, site li�rhtin; and concrete walks and asphaltic concrete bicycle paths. $218,000 April 22, 1980 Three (3) NAME OF LOW BIDDER Associates Construction Corp. AI•:OUNT OF LOW BID $243,300 (Base Bid plus Additive Items "B", "C", nDn and 'IF".) TOTAL FUNDS TO BE ALLOCA'rrD $266,414 LENGTH OF TINE "SUPPORTIVE ALLOCONSrTRUCTED 0ION 120 working days DOCR. K I v 1 1— SOURCE Or FUNDS 1st, 2nd and 3rd year Community Development and Parks for People Bond Fund. Form PW #389 1/79 W , r- ,> W r � TABULATION OF BIDS FOR City Manager, Ciry Clerk �q Received by rhe-C�ryri...c....i�w..; :.; y�Lierl:, City of t-li—, Florida at �n'� P. M. Licensed S Insured as Per City Code S Aletrc Ord. B-d Bond Amo,nt Ir.egul orihes - -- Am,/ Irem No. DESCRIPTION Unr Pnce Total Un.r Price Total Unit Pnce Total Unit Pnce Total Uni* Pnce Total Und Pnce Teral RA<c P/D - /c7TAL 1T�/!'.� '-' A 7/, s e-no /ten- bCr Alan A/ 7.QOl) 9.13` n 9.91 �. c�J�'• /SJoESc:fr'.. ,� ;/'`S. 2J. 300 T-".-Q,-0_ IJ fir. g' ;.aii: /%_�.hs/ <'!un 5/ ,>•�j, ;,��� :�,..�; �:? j?sir.5 F C -= s�oIA., z,/r n 7 IRREGULARITIES LEGEND A _ No Po -et. of. Attorney .B - C _ Corrected E■rens,ons 0 _ Proposal Unsigned or improperly Signed or No Corporate Seal E- F- G - Improper Bid Band H _ Corrected Bid 1_ J— Preo. By: IT IS RECOMMENDED THAT /Q GGA14,-AC / 6� 1 1,!> As-oe /i9 a -P 'r% &/J-SB/d T -�- i T . DISTRIBUTION: BID --- / l09 MO. - - -- w