Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-00-0216
J-00-161 2/15/00 RESOLUTION NO. 00-216 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF MASTER EXCAVATORS, INC., FOR THE PROJECT ENTITLED "CITYWIDE LOCAL DRAINAGE PROJECT E-75, B-5638," IN THE PROPOSED AMOUNT OF $731,350; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 352231, AS APPROPRIATED BY ORDINANCE NOS. 11705, AS AMENDED, AND 11839, THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, IN THE AMOUNT OF $731,350 THE CONTRACT COST AND $92,650 EXPENSES, FOR TOTAL ESTIMATED COSTS OF $824,000; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID CORPORATION. WHEREAS, pursuant to public notice, Invitations for Bids for the project "Citywide Local Drainage Project E-75, B-5638,," were mailed to 160 potential bidders; and WHEREAS, six bids were received January 25, 2000; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Master Excavators, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, funds in the amount of $824,000, are available for the proposed amount of the contract, project expenses, and incidentals under Project No. 352231, as appropriated by CITY COMMISSION MEETING OF MAR 0 9 2000 Assoludon No. 00- Ordinance Nos. 11705, as amended, and 11839, the Annual Appropriations and Capital Improvement Projects Ordinances; NOW, -THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference hereto and incorporated herein as if fully set forth in this Section. Section 2. The January 25, 2000, bid of Master Excavators, Inc., in the proposed amount of $731,350 for the project entitled "Citywide Local Drainage Project E-75, B-5638" the total proposed bid, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 3. Funds for the total estimated project cost of $824,000, are hereby allocated from Project No. 352231, as appropriated by Ordinance Nos. 11705; as amended, and 11839, the Annual Appropriations and Capital Improvement Projects Ordinances. Total project cost consists -of the $731,350, the contract cost and $92,650 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized" to enter into an agreement, in a form acceptable to the City Attorney, with Master Excavators, Inc., for the project "Citywide 1� The herein authorizationis 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. -- a Page 2 of 3 w s Local Drainage Project E -75," -in the amount of $741,3.50 total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor./ PASSED AND ADOPTED this 9th day of March , 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not Indiante aPr5rnval Of this legislation by signing it in the designated place proVi`:i2rd, 5,i: !m'g'itin scow becomes effective with the elapse of ten (10) d from the date of C!.,ri 3810il action regarding same, without the Mayor exer si et . ATTEST: an, City Clerk WALTWEDS EMAN CITY APPRFORM AND CORRECTNESS -e NDRU VIL. ATTORNEY 4164:RCL If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 • • CITY OF MIAMI, FLORIDA , 27 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members LB 2 / `y` B-5638 To : of the City Commission DATE: : FELE SUBJECT : Resolution Awarding Contract for Citywide Local Drainage Project E- 75, B-5638 p3nald R. Wars aw FROM :City Manager REFERENCES: ENCLOSURES: Resolution RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Master Excavators, Inc., a company located in Miami - Dade County and not within the City of Miami, whose principal is Bernard Feely, President, for "Citywide Local Drainage Project E-75, B-5638", received January 25, 2000 in the amount of $ 731,350.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. No work history with the City of Miami within the past three years. BACKGROUND: Amount of Total Bid: $ 731,350.00 % of Cost Estimate: 104 Cost Estimate: $ 700,000.00 Source of Funds: Project No. 352231, as appropriated by Fiscal Year 1999-200 Capital Improvement Ordinance No. 11839, as amended Minority Representation: 160 invitations mailed 10 contractors picked up specs (5 Hispanic, 0 Black, 1 Female) 6 contractors submitted bid ( 4 Hispanic, 0 Black, 1 Female) Public Hearings/Notices: No Discussion: The Department of Public Works has evaluated the bids received on January 25, 2000, and determined that the lowest responsible and responsive bid, in the amount of $ 731,350.00 is from Master Excavators, Inc., a Non - minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, reproduction costs, testing, etc. Q DHW/R JHJ C. 'oo � � Budgetary Impact Analysis 1. Department V L Division 2 S 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: AzLle—l�> bF0J'0;r-/t 43 . -#� 457 4.Is this item related to revenue? NO: YES (If yes, skip.to item #7.) 5. Are there sufficient funds in Line Item? YES: _ Index Code Minor Obj. Code Amount $ NO: ✓ Complete the following questions: 6. Source of funds: Amount budgeted in the Line Item $ 'l"7.5 S91 Amount needed in the Line Item $10'7,5-91 Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. Department of Management and Budget Dir ctor esignee Date From 'o'No-k SVCS- i\'-04\ $30400 To 519a01 -79.2 V 352D-3 i ;.I - `tet . 63 . $ 30cc) C) 7. Any additional comments? Q Approved . /•.. !. FOR DEPARTMENTPF MANAGEMENT AND BUDGET USE ONLY Verified by: Verified by: Department of Management and Budget Dir ctor esignee Date Budget Analyst Date 00—, 0 . 0 FACT SHEET PUBLIC WORKS DEPARTMENT DATE 2/3/2000 JOB No.: B-5638 CIP No.: 352231 PROJECT NAME: C' de Local drainage Project E-75 TYPE: LOCATION: C' de FEDERAL PARTICIPATION: PROJECT MANAGER: Leonard Helmers ASSESSABLE: ®" ASSOCIATED DEPARTMENT: PUBLIC WORKS EMERGENCY: RESOLUTION No.: BID REQUEST. FORMAL- INFORMAL: DESCRIPTION: This Project involves the construction of exfiltration drains with crossdrains, related. structures and pollution control devices in various locations cftyvAde to eliminate storm water flooding problems. and enhance water quality. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST AMOUNT (%OF CONSTRUCT. COST) SURVEY/PLAT $10,000.00 (E) SITE INVESTIGATION Q PLANING AND STUDY % DESIGN S $30,000.00 % SPECS AND BID PROCESS $1,455.00 % CONSTRUCTION ® $731,350.00 CONST. INSP. & MANAGEMENT $51,195.00 7 % OTHER: Testing/ Permitting SUBTOTAL $824,000.00 % (ENG.FEE) ESTIMATED CONSTRUCTION COST= $700,000.00 TOTAL $824,000.00 CONTRACTOR'S INFORMATION: CLASS: 0 ® QS TYPE OF WORK: General Eng. YEARS OF ESTABLISHMENT: 12 Years NON- MINORITY: NAME: MASTER EXCAVATORS, INC. MINORITY: I B H F ADDRESS: 9950 S.W. 168 TERRACE MIAMI, FLORIDA 33157 LICENSE: E-1309 CONTACT PERSON: BERNARD FEELY, PRESIDENT TELEPHONE: (305) 238- 0119 SUB -CONTRACTORS INFORMATION: NAMES: SELF CLASS: J -JOINT v -MIME S -Sue MINORITY: 8*ELACK H -HISPANIC F -FEMALE UVrICJ: AJJIJ I AIV I UIMM, I URJ, I.UJ I ANPLLTJW, rILr-, AJAUI IA I tU ULF I. 0 R IID TABULATI❑N OF BIDS FOR CITYWIDE LOCAL DRAINAGE PROJECT E-75 Received by the City Clerk, City of Miami, Florida at 10.30 A.M. on January 25, 2000 B-5638 Bidder MASTER EXCAVATORS, INC. METRO EQUIPMENT CORP. NKSTFAB CONCRETE NM MABW6E, K SOUTHEASTERN ENG. MARKS BROTHERS R.J.R. CONSTRUCTION Address 9950 S.W. 168 TERR 1840 W. 49 ST, STE. 603-2 '209 SW 4TH AVENUE 12054 N.W. 98 AVE 1313 N.W. 97 AVE 7025 S.W. 19 TE:RR MIAMI, FL 33157 HIALEAH, FL 33012 HOMESTEAD, FLORIDA 33030 HIALEAH GARDENS, FL 33018 MIAMI, FL 33172 MIAMI, FLORIDA 33155 Located In the City of Mom! NO NO NO Ucw*W t kwx*d e: Ptr City Co* L Metro o -n YES YES YES YES YES YES Bld Bond Amount B.B. 5% B.B. 57 B.B. 5% R.R. 97 B.B. 57 B.B. 5% Irregularities K H K Minority Owned NO YES, H YES, H YES H NO YES H TOTAL BIDiTHE TOTAL OF ITEMS 1 THROUGH 39 BASED ON A ONE HUNDRED AND FORTY (140) WORKING DAYS COMPLETION TIME, THE SUM OF 731,350.00 $ 798,015.00 $ 883,129.98 945,895.00 $ 975,197.00 $ 1,127,100,00 IRREGULARITIES LEGEND A — No Power -of -Attorney THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT B —No Affidavit as to Capital L Surplus of Bonding Company THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER IS C— Corrected Extensions MASTER EXCAVATORS, INC. IN THE AMOUNT OF $ 731,350.00 D —Proposal Unsigned or inproperly Signed or No Corporate Seal FOR THE TOTAL BID. E — Incomplete Extenslons (Missing Primary Office Location Form) F — Non-responsive bid (Missing copy of Certificate. of Competency) G — improper Bid Bond — Corrected Bud I 11 1A' No First source Nlrhg Compllnnce statement BID 99-00-060 `K J — No Minoru C Minority omptlance Statement InR NEL K—No&Olcate Bid Proposal w PAGE, 1 OF 1 B-5638 Prep. By, Estevez Check By. 7 0. I BID ITEM: BID NO: DATE BID(S) OPENED: CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST CITYWIDE LOCAL DRAINAGE PROJECT E-75 JANUARY 25, 2000 TIME 10:30 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK MASTER EXCAVATORS, INC. $: 731,350. B. B. 5% ETRO EQUIPMENT SERVICE, INC. 798,015. " HOMESTEAD CONCRETE & DRAINAGE, INC. 893,129.98 " SOUTHEASTERN ENGINEERING CONTRACTORS 945,895. " MARKS BROTHERS, INC. 975,197. " R.J.R. CONSTRUCTION, INC. 1,126,500. " are the only solicitation, if offers any, "Offers from the vendors lusted herein x other offers sa bm1- = d in r-csponse to this are hereby rejectedas a e. 0 -..n, zo C NWI1, Z received envelops on behalf of Person kceiving bid(s) PURCHASING DEPARTMENT on (City Department) (Date) SIGNED: Deputy City Terk ent k i - • TO: Walter J. Foeman City Clerk FROM: / Tony Prat Departm t of Public Works • CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: January 4; 2000 FILE: B-5638 SUBJECT: "CITYWIDE LOCAL DRAINAGE PROJECT, E-75" c f REFERENCES: ENCLOSURES: 1 Please note that contractors will submit bids for the following project: "CITYWIDE LOCAL DRAINAGE PROJECT, E-75, B-5638" on Tuesday, January 25, 2000 at 10:30 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager, Elyrosa Estevez, P.E. a representative overseeing the project is going to be present at the time of opening. Should there be cancellation, or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact me at 416-2131. TP/tp Encl. c: John Jackson Yvette Smith Project Manager File BID NO. 99-00-060 ADVERTISEMENT FOR BIDS Sealed bids for "CITYWIDE LOCAL DRAINAGE PROJECT, E-75, B-5638" will be received by the City Clerk of the City of Miami, Florida at 10:30 AM on the 25" day of January, 2000, at 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. Any bid submitted after the above appointed time will not be accepted by the City Clerk. The project consists of the construction of exfiltration drains with cross drains and related drainage structures in various locations. citywide to eliminate stormwater flooding problems. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions regarding plans and specifications, please contact Elyrosa Estevez, P.E. at (305) 416-1217. Prospective bidders must have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be performed, or the appropriate Certificate of Competency or the State Contractor's Certificate of Registration as issued by Miami- Dade County Code, 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 at the Department of Public Works, 444 S.W. 2" Avenue, 8' Floor, Miami, Florida 33130, on or after January 7, 2000. There will be a 20 deposit required for the first set of specifications. Specs can also be mailed to bidders upon written request to the Public Works Department including a separate check in the amount of $88. Additional sets may be purchased for a non-refundable fee of $20. Deposits will be refunded only upon return of one set of specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. 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) 416-1200. 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 of all bids, an4 ,readvertise. (B-5638, Req. 05450).CZ Donald H. Warshaw�rT� © _ 1,0 City Manager r �, tU