Loading...
HomeMy WebLinkAboutR-97-0531J-97-441 07/1Of97 RESOLUTION NO. q 7 — 3 1 A RESOLUTION ACCEPTING THE BID OF RIC- MAN INTERNATIONAL, INC. IN THE PROPOSED AMOUNT OF $ 2,279,543.50 TOTAL BID OF THE PROPOSAL, FOR THE PROJECT ENTITLED: "WATSON ISLAND SANITARY SEWERS, 2-5590"; ALLOCATING FUNDS THEREFOR FROM PROJECT No. 351283, AS APPROPRIATED BY THE FISCAL YEAR 1995-96 CAPITAL IMPROVEMENT ORDINANCE No. 11337, AS AMENDED, IN THE AMOUNT OF $ 2,279,543.50 TO COVER THE CONTRACT COST AND $613,601.50 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST $2,893,145.00; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, sealed bids were received June 3, 1997, for "WATSON ISLAND SANITARY SEWERS, B-5590"; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Ric -Man International, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended, appropriated monies for the proposed amount of the contract, project expense, and incidentals under Project No. 351283 of said Ordinance; NOW THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: an COMUSSION EETING OF JUL ? 4 1997 Resolution No. 9'7- � 3 1 �s Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The June 3, 1997, bid of Ric -Man International, Inc., in the proposed amount of $ 2,279,543.50, for the project entitled "WATSON ISLAND SANITARY SEWERS, B-5590" for the Total Bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 3. The total estimated project cost of $2,893,145.00 is hereby allocated from Project No. 351283, as appropriated by the Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended. Said total project cost consists of the $2,279,543.50 contract cost and $ 613,601.50 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contract', in a form acceptable to the City Attorney, on behalf of the City of Miami with Ric -Man International, Inc., for "WATSON ISLAND SANITARY SEWERS, B-559011, total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. -2- (� Vf 531 The herein authorization is further subject to compliance with all requirements that may be Ap6sed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. PASSED AND ADOPTED this 24th day of July , 1997. JOE CAROLLO / MAYOR ATT IMA MAN CITY C CAPITAL PROJECT REVIEW: GRAN SHEEHAN C./. COORDINATOR SUBMITTED Y: AMEN J. KAY INTERIM DIRECTOR OF PUBLIC WORKS LEGAL REVI BY: wJZ/ d0 L MAXWELL D UTY CITY ATTO NEY APPROVED AS TO AND CORRECTNESS: -3- 97- 531 TO Honorable Mayor and Members of the City Commission FROM : Edward Marq ez City Manager RECOMMENDATION: CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Ii,IL 1 r - DATE FILE B-5590 Resolution Awarding Contract Su111ECT for Watson Island Sanitary Sewers, B-5590 REFERENCES: ENCLOSURES Resolution It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Ric -Man International, Inc., a company located not within Dade County and not within the City of Miami, for "Watson Island Sanitary Sewers, B-5590", received June 3, 1997, in the amount of $ 2,279,543.50. Total Bid. authorizing the City Manager to enter into a contract on behalf 'of the City. Three City of Miami projects were previously awarded to Ric -Man International. Inc. in 1986: 1. Edgewater Highway Improvements, B-4496 for $1,839,693.75. 2. Edgewater.Citywide Sanitary Sewer Replacement. B-5517 for $686,772.14. 3. Citywide Sanitary Sewer Replacement Project Downtown Phase I, B-5518 for $1,117,546.48. BACKGROUND: Amount of Total Bid: $ 2,279,543.50 % of Cost Estimate: 69.1% Cost Estimate: $ 3,300,000.00 Source of Funds: Project No. 351283 , as appropriated by Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended Minority Presentation: 260 invitations mailed 38 contractors picked up plans & specs ( 2 Hispanic, 1 Black, 2 Female) 10 contractors submitted bids ( 1 Hispanic, 1 Black, 1 Female) Public Hearings/Notices: No Discussion: The Department of Public Works has evaluated the bids received on June 3, 1997. and determined that the lowest responsible and responsive bid. in the amount of $ 2,279,543.50 is from Ric -Man International, Inc. Funds are available to cover the contract cost, and for such incidental items as postage. blueprinting, ac'vertising, and reproduction costs. 1 ��)� Attachment: Proposed Resolution 9 7- 531 FACT SHEET PUBLIC WORKS DEPARTMENT DATE 6W1997 JOB No.: B-5590 CIP No.: 351283 PROJECT NAME: WATSON ISLAND SANITARY SEWERS, B-5590 TYPE: LOCATION: WATSON ISLAND FEDERAL PARTICIPATION: Q PROJECT MANAGER: Leonard Helmets ASSESSABLE: a ASSOCIATED DEPARTMENT: Public Works/ Asset. Mgt./ Development EMERGENCY: RESOLUTION No.: BID REQUEST: FORMAL: INFORMAL: DESCRIPTION: Provide sanitary sewer service to Watson Island to enable the City to develop the island in accordance with plans on file with the Department of Development. The project will consist of pump station, a subaqueous force main across Biscayne Bay and a gravity sewer through city propertyand under Biscayne Bay to the North Ba shore Dr. Interceptor. MDWSD has tentatively agreed to partially reimburse the City fora porfion of the Force Main cost. (IF NECESSARY,CONTINUE ON THE BACK) SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (%OF CONSTRUC. COST) SURVEY/PLAT $40,000.00 (Actual) SITE INVESTIGATION (E) PLANING AND STUDY % DESIGN ® $250,000.00 (Actual) % SPECS AND BID PROCESS ® $500.00 (Actual) % BLUEPRINTING AND ADVERTISING ® $1,001.50 (Actual) CONSTRUCTION ® $2,279,543.50 (E) CONTT. INSP. & MANAGEMENT ® $160,000.00 (E) 7 % OTHER: Testing and Enviro. Pemutting Q ® $121,100.00 (E) SUBTOTAL $2,852,145.00 INDIRECT COSTS (1.43%) $41.000.00 (E) CONTINGENCIES (E) (E) ESTIMATE = $3.300,000.00 TOTAL $2,893,145.00 CONTRACTOR'S INFORMATION: CLASS: 0 TYPE OF WORK ENGINEERING CONST. YEARS OF ESTABLISHMENT: 14 Years NON- MINORITY: a NAME: Ric -Man International, Inc. MINORITY: I B H F ADDRESS: 2601 N.W. 48 Street Pompano Beach, FI 33073 LICENSE: CUC 044220 CONTACT PERSON: David A. Mancini TELEPHON (954) 426-1042 SUB -CONTRACTORS INFORMATION: NAMES: ACUTEC (Electrical) Utility Directional Drilling (Drilling Contractor) Kerr Construction (Bore & Jack) CLASS: J JOINr P•PRIME S•Sus MINORITY* B-SLACK HMHSPANIC F�FEMALE COPIES: ASSISTANT DIRECTORS, COST ANALYSIS. FILE. ASSOCIATED DEPT. REV.7/% 97- 531 TABULATION OF BIDS FOR WATSON ISLAND SANITARY SEWERS, B-5590 Recelved by the City Clerk, City of Mimi, Florida of 10,30 A.M. on June 3. IM. Bidder Ric -Ilan Internatlonal. Inc. SSC CONSTRUCTION, INC. MAN -CON, INC. LANZO CONSTRUCTION CO. BAN ORGANIZATION, INC. SIGMA CONSTRUCTION Aed►w 2601 N.M. 46 Street 12515 N. KENDALL OR *220 3460 S.W. 11 Street 4649 Ponce deLean Blvd. 3800 N.W. 22 Avenue 1281 N.E. 83 Street Pampaw Beach, FL 33073 MIAMI . FL 33186 Deerfield Beach, FL 33"2 Carol Gables. FL 33146 Miami, l. 33142 aalFL 33138 Located in the city at mat NO NO NO NO NO NO uveaa a I.mre1. hr City Cob a Afire Ord. CUC 044220 CGC 008194 E-1320 CGC 036262 E942100 E-1935 Did Bond Amount B.B. 5% B.B. 5% B.B. 5% B.Bond B.B. 5% $75,000.00 Irr larlflee H H H H, L Mlnorliy Owwd NO YES. F NO NO YES, B YES, H BASE B M THE TOTAL OF ITEMS 1 THROUGH 42 BASED ON ONE HUM MD AND EIGHTY (180) CONSECUTIVE CALENDAR DAY COMPLETION TIME, THE SUM OF 2, 279, 543. 50 2 , 298 , 244 : 00 $ 2.385.688.78 . 2', 475 , 000.00 2 , 581 ,134.00 $ 2 , 596 , 745.00 Bidder' CMl/iat L Too, INC. DOIJGW N. HIGGINS, INC FOSTER MARINE COMTRACTORS GICKTTI CONTRACTING Adarw 3155 N.W. 77 Avenue 3390 Travis Pointe Rd Sidle A 3650 N. Febrol Miry Roos 215 4371 N.M. 19 Avenue Miami. FL 33122 Ann Arbor, MI 48108 Ponpano Beach, FL YA64 PoB{fano Beatfi, FL 33064 teeeted In the city of Mimi NO NO NO NO Lionel a Im ram. Far City Cab a wtre OrtJ. CGC 032785 E-452 E-637 E-740 Bld Bond Amount B.B. 5% B.B. 5% B.B. 5% B.B. 5%. I rrepillar i t les H H Mlfwr I ty aw wd NO NO NO NO BASE 81D:THE TOTAL OF ITEMS 1 THitO M 42 BASSO ON ONE !HUNDRED AND EIGHTY (180) CONSECUTIVE CALENDAR DAY COMPLETION TIME, THE SUM OF $ 2.699,173. 98 $ 2,969,565.00 $ 2, 971,119. 00 $ 31085.582.50 IRREGULARITIES LEGEND A — No Power -of -Attorney B — No Affldavif no to Capital I6 Surplus of Bonding Company C - corrected EKfwwlone THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED D — Proposal Unelprted or Improperly Slgned or No Corporate seal that the l-owest responsible and responsive bidder Is E —Incomplete Fxtenelone F- Mon-responelvebid Ric -Man International, Inc. in the amount of $ 2,279,543.50 G— Improper Bid Bond for the Total Bid. H — Corrected Bid I — No First Source Hit Inc Camp)lame Statement c No Minority CoWllonce statement 1�%/%� B I D 9497-091 61 K — No Dupl Icote Bid Pr B-5590 a L - Residential Address (Not tar Commercial usei Prep. By: Eetevez OCITY OF MIAMI OFFICE OF THE CITERK BID SECURITY LIST ** BID ITEM: BID NO.: DATE BID(S) OPENED: WATSON ISLAND SANITARY SEWEjL!57, PROJECT B-5590 96-97-091 JUNE 3, 1997 TIME 10:30 a.m. I ti BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK RIC-MAN INTERNATIONAL $ 2,279,543.50 B.B. 5% S. & C. CONSTRUCTION CO., INC. 2,298,244.00 B.B. 5% NAN-CON, INC. 2,346,485.33 B.B. 5% LANZO CONSTRUCTION CO. 2,475,000.00 B. BOND SIGMA CONSTRUCTION & ENGENEERING 2,554,496.00 B:B. 5% & Check #1003 75,000.0 URBAN ORGANIZATION, INC. V 2,588,140.00 B.B. 5% $ 180,00C CHURCH & TOWER, INC.-- 2,699,177.0 B.B. 5% DOUGLAS N. HIGGINS, INC. 2,969,565.0 B.B. 5% FOSTER MARINE CONTRACTORS 2,970,744.0 B.B. 5% GIONETTI CONTRACTING 3,085,582.bC B.B. 5% ** We receibed only one copy of the bi( which was seni to P.W.Dept. received tinnely as of the rrk)cx.*e cipe ': ' zan#�• cc d t nee. ly of: s 'a ax:10 12:i are hereby reected as late." SA, "ct of Z4nl, —1=alyi 47 -__6 3 received ('O ) envelopes on behalf of 64'e'rson receivin id(s) PUBLIC WORKS DEPARTMENT on June 3, (�q7 (City Department) (Date) SIG NE Deputy City Cleric CASH CHECKS TOTAL 75 0 o U, oy DATE 6 3 9 CITY OF MIAMI DEPARTMENT OF FINANCE CASH RECEIPTS FORM RECEIVED FROM: Deparfm ndDivision Prepared by. Page l of / "M DESCRIPTION/SOURCE DOCUMENT REF. # SUBSIDIARY # ACCOUNT CODE WON@ 'a- I -, -, WON: ism I WOMEN 11111��111111111ull ■ 111111111 111111�lA ■ tIIIIIIIIIIIIIII � 1111111111111111� IIIIIIIIIIINIIII �I�A�� IIIIINIIIIIIIIII � 11111111111111111 ■ � jefonn.xis Ll r'] I� ,LUIS MSOREJON P.E. 1003 4420,SW. 97TH AVE. 83 843/870 June MIAMI, FL 33165 , 2 78 97 00673 FAYTOTH ORDEROF* City, of .Miami B64rd of City Commisioners **75,000.OQ** ***Sev tv4sfive 'thousand dollars******************'you aRs 'WFUn4on NBUDMl Bonk ',•4 F �•rMlaml/Il�d/eorlda 24' Noun Information Sarvlce !) 1 $ 7 6-1012 FOR SB,d. ?Ound: 1:06 70064 3 2�: L0900088$0 20 211' 0 3 r CITY OF MIAMI, FLORIDA -- INTER-OF� � 6&"DUM 7/nAi _4 •rn114 10 Walter J. Foeman Hp r, y May 1,1997 TO : City Clerk DEPT. O Post$G WORKS FILE 1NE CITY OF MIAMI, FLQ SUBJECT Watson Island Sanitary Sewers, Project No. B-5590 FROM d Reg REFERENCES: Depart ent of P blic Works zzd . ENCLOSURES: Please note that contractors will submit bids for the following project: "Watson Island Sanitary Sewers, B-5590," on Tuesday, 3'd of June,1997, at 10:30 a.m. Any bid submitted after the time listed above, will not be accepted by the City Clerk. Please make necessary provisions for this bid opening. The Project Manager, Mr. Len Helmers and/or 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 416-1244. /HR Encl. ko M - cc: Maria Abijalil, Procurement - -< John Jackson Merilynn Renshaw . YTl c '•ya Len Helmers - • y4' 0 > 0 BID NO.96-97-091 ADVERTISEMENT FOR BIDS Sealed bids for "Watson Island Sanitary Sewers, B-5590" will be received by the City Clerk of the City of Miami, Florida at 10:30 A.M. on the 3rd of June, 1997, 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 a gravity sanitary sewer collection system on Watson Island including approximately 4,000 linear feet of ductile iron pipe and 6,500 linear feet of PVC SDR 35 and structures, a 960 g.p.m. pump station and appurtenances, a force main system including approximately 2,400 linear feet of ductile iron pipe and 3,200 linear feet of HDPE pipe and fittings, 3,200 linear feet of horizontal directional drilling under Biscayne Bay between Watson Island, Biscayne Island and the mainland, connection to an existing interceptor and surface restoration. Bidders are alerted that a MANDATORY PRE -BID CONFERENCE will be held on MAY 16, 1997 at 10:00 a.m. at the Venetia Causeway Toll Plaza located on Biscayne Island, Miami, Florida. The Certificate of Attendance included in the Bid Proposal is required to be considered a responsive bidder. 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. Specifications and plans may be obtained from the Office of the Director of Public Works, 444 N.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after May 6, 1997. If bidders wish, a set of specifications and plans will be mailed to them by writing to the Department of Public Works and including a separate check for$8.00. There will be a $20.00 deposit required for the first set of specifications and plans. Additional sets may be purchased for a fee of $20.60 per set and this is not refundable. Deposits will be refunded only upon their return of one set of specifications and plans to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87- 915. For technical questions contact Mr. Len Helmers at (305) 416-1221. 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. Bidders are alerted to the provisions of Ordinance 10062, as amended, regarding allocation of contracts to minority vendors. The City requires prospective bidders to submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instruction to Bidders. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements." 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, and re -advertise. (B-5590, Req. 0642) Edward Marquez City Manager p (1{\ City of :Miami 0G4-2 This number must f',(7vol REQUISITION .FOR. ADVERTISEMENT appear in the advertisement. INSTRUCTIONS: Please type and attach a copy of the advert' m nt with thi r i ition. '.1 1. Department: Public 19orks . 2. Division: . Design 3. Account Code number: 319201-28.7/.351283 4. Is this a confirmation: ® Yes ❑ No., 5. Prepared by: Daydee $egueyra 6. Size of advertisement: 96-97-091 7. Starting date: May 6fl 1997 8. 'Telephone number: 416-1244 9. Number of times this .advertisement is to be published:. Once 10..Type of advertisement: ❑� Legal . ❑ Classified '❑ Display 11. Remarks: "WATSON ISLAND SANITARY SEMS, B-55908° 12. Publication ' 'G:S A: a''P► '.urn ' i M n ...i Af .11 .a a N Y $ Date(s) of Advertisement . Invoice No. Amount V - - i. 13. ® Approved ❑ Disapproved . Department Dir etor/Designee Date Approved for Payment I Date C IGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. uFa i nlov i wn: vnnC - u.O.M., %'angry - veparunenc