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