Loading...
HomeMy WebLinkAboutR-97-0792J-97-777 1 1 /10/97 ;� 792 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF RESOL, INC., IN THE PROPOSED AMOUNT OF $196,729.50 TOTAL BID OF THE PROPOSAL, FOR THE PROJECT ENTITLED*- "WATSON ISLAND WATER MAIN PROJECT (SECOND BIDDING), H-1090"; ALLOCATING FUNDS THEREFOR FROM PROJECT NOS. 311808 AND 311806, AS APPROPRIATED BY THE FISCAL YEAR 1995-96 CAPITAL IMPROVEMENT ORDINANCE No. 11337, AS AMENDED, IN THE AMOUNT OF $196,729.50 TO COVER THE CONTRACT COST AND $57,640.50 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $254,370.00; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT; IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, sealed bids were received October 9, 1997, for "WATSON ISLAND WATER MAIN PROJECT (SECOND BIDDING), H-1090" and; WHEREAS, the City Manager and the Interim Director of the Department of Public Works recommend that the bid from RESOL, 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 Projects Nos. 311808 and 311806 of said Ordinance; NOW THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: cm cobmSSYoitfi NEETINC OF NOV 2 6 1997 Assolution No. �I. 97_ 7922 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 October 9, 1997, bid of RESOL, INC., in the proposed amount of $ 196,729.50, for the project entitled "WATSON ISLAND WATER MAIN PROJECT (SECOND BIDDING), H-1090" for the total bid of the proposal, based on lump sum and unit prices, is hereby accepted. Section 3. The total estimated project cost of $254,370.00 is hereby allocated from Project Nos. 311808 and 311806, as appropriated by the Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended. Said total project costs consist of the $196,729.50 contract cost and $ 57,640.50 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 RESOL, INC., for "WATSON ISLAND WATER.MAIN PROJECT (SECOND BIDDING), H-1090". Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 26tWay of November , 1997. XAVIER L. SUAREZ, MAYOR ATTEST: WALTER J. FOEMAN, CQ6@A9kewith Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place provided, said legislation nc i becomes effective with the elapse of ten (10) days from the date of Commission action regarding same, without the (Mayor exercising a veto. ' The herein authorization is further subject to compliance with all requirements that may be � posed by t City Attorney, including but not limited to those prescribed by applicable City ha C e rov ns. WALTER J. OE CITY CLERK 2 9 _ 792 C • SUBMITTED BY: AMES J. INTERIM DIRECT06 DEPARTMENT OF PUBLIC WORKS BUDGET REV W: w 0 . . Ee DIPAK PAR H, IRECTOR ' BUDGET & MANAGEMENT ANALYSIS PREPARED AND APPROVED BY: ASSIST NT IT ATTORNEY W1981:CSK:Y CAPITAL PROJECT REVIEW: GR T SHEEHAN P. COORDINATOR APPROVED AS TO FORM AND CORRECTNESS: A Q NJO E ,III CITY ORNEY 3 97- 79 TO: Honorable Mayor and Members of the City Commission i FROM dward Ma q z City Manage RECOMMENDATION: CITY OF MIAMI, FLORIDA CA=4 INTER -OFFICE MEMORANDUM DATE NOV I 4 11-99f FILE : H-1090 SUBIECT:Resolution Awarding Contract for Watson Island Water Main Project (Second Bidding), H-1090 REFERENCES: ENCLOSURES: Resolution It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Resol, Inc., a company located within Dade County and not within the City of Miami, whose principal is Esteban Soler, President, for "Watson Island Water Main Project (Second Bidding), H-1090" received October 9, 1997 in the amount of $ 196,729.50, Total Bid: authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND: No previous work with the City within the last.3 years. Amount of Total Bid: $ 196,729.50 Cost Estimate: $ 193,000.00 % of Cost Estimate: 102% Source of Funds: Projects Nos. 311808 and 311806, as appropriated by Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended. Minority Presentation: 260 invitations mailed 12 contractors picked up specs ( 4 Hispanic, 1 Black, 1 Female) 8 contractors submitted bid ( 4 Hispanic, 1 Black, 1 Female) Public Hearings/Notices: No Discussion: The Department of Public Works has evaluated the bids received on October 9, 1997 and determined that the lowest responsible and responsive bid, in the amount of $ 196,729.50 is from Resol, 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. Attachment Proposed Resolution �� 97- 702 • L' FACT SHEET PUBLIC WORKS DEPARTMENT DATE 10/16/1997 JOB No.: H-1090 C.I.P. Nos.: 311808 and 311806 PROJECT NAME: WATSON ISLAND WATER MAIN PROJECT SECOND BIDDING TYPE: LOCATION: WATSON ISLAND FEDERAL PARTICIPATION: PROJECT MANAGER: Leonard Helmers ASSESSABLE: r7 ASSOCIATED DEPARTMENT: PUBLIC WORKS EMERGENCY: RESOLUTION No.: BID REQUEST: FORMAL: INFORMAL: DESCRIPTION: This project consists of upgrading the water supply system on Watson Island with the installation of a new 12 inch ductile iron pipe with fire hydrants, water valves, water services, connection to existing main, and the replacement of solid sod and asphalt pavement. (IF NECESSARY,CONTINUE ON THE BACK) SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (%OF CONSTRUC. COST) SURVEYIPLAT Q $15,258.00 (Actual) SITE INVESTIGATION F-i (E) PLANING AND STUDY % DESIGN $19,670.00 10 % SPECS AND BID PROCESS ® $800.00 % BLUEPRINTING AND ADVERTISING ® $600.00 (Actual) CONSTRUCTION Q ® $196,729.50 (Actual) CONST. INSP. & MANAGEMENT ® $15,730.00 (E) 8 % OTHER Test and labs Q $2,000.00 (E) SUBTOTAL $250,787.50 % INDIRECT COSTS (1.43%) $3,582.50 (E) (ENG.FEE) CONTINGENCIES (E) PROJECT ESTIMATE = $ 193,000.00 TOTAL $254,370.00 CONTRACTOR'S INFORMATION: CLASS: OJ TYPE OF WORK: HIGHWAY YEARS OF ESTABLISHMENT: 7 NOW MINORITY: NAME: RESOL, INC. MINORITY: B F ADDRESS: 1350 S.W. 57 Avenue West Miami, FL 33144 LICENSE: E-1873 CONTACT PERSON: Esteban Soler TELEPHON (305) 822-9597 SUB -CONTRACTORS INFORMATION: NAMES: SELF CLASS: J4OINT P=PRIME S=SUB MINORITY., B=BLACK H-HISPANIC F=FEMALE — COPIES: ASSISTANT DIRECTORS, COST ANALYSIS. FILE, ASSOCIATED DEPT. fsh1090r.)ds Sheetl REV.7196 57= 7 00 2.0 TABULATION OF BIDS FOR WATSON ISLAND WATER MAIN PROJECT (SECOND BIDDING) Recelved by the City Clerk, City of Miami, Florida at 10:00 A.M. an October 9, 1997 B I D D B R RESOL, INC. PARAMOUNT ENGINEERING, INC. SIGMA CONSTRUCTION, INC. P.N.M. CORPORATION ADDRESS 1350 S.W. 57 AVENUE 2551 N.E. 184 TERR 4420 S.W. 97 AVE 3780 N.W. 22 AVE LOCATED IN THE CITY OF M I AM I NO YES NO YES NO YES YES YES LICENSED & INSURED AS PER CITY CODE a METRO ORD. BID BOND AMOUNT BB 5% $12.500.00 B.B. VOUCHER B.B. 5% IRREGULARITIES L L I I NOR I TY OWNED YES, H YES, H YES, H YES, H TOTAL BID: THE TOTAL OF ITEMS 1 THRU 23 BASED ON A SEVENTY FIVE (75) CALENDAR DAY COMPLETION TIME $ 196,729.50 $ 198,075.20 $ 198,944.00 $ 212,402.50 B I D D E R OCEAN BAY CONSTRUCTION, INC. FOSTER MARINE CONTRACTORS S& C CONSTRUCTION CO., INC. M.E.F. CONSTRUCTION, INC. ADDRESS 2200 N.W. 16 ST. POMPANO 3650 N. FED HWY. POMPANO 12515 N. KENDALL DR 5040 N.W. 7 ST. LOCATED IN THE CITY OF M I AM I L I CENSED & I N.SURF.O AS PER C I TY CODE $ METRO ORD. NO NO NO YES YES YES YES YES BID BOND AMOUNT B. B. 5% B. B. 5% B. B. 5% B. B. 5`Yr, IRREGULARITIES 11, L M i NOR I TY OWNED NO NO YES. B YES, F .OTAL BID: THE TOTAL OF ITEMS 1 THRU 23 BASED ON A SEVENTY FIVE (75) CALENDAR DAY COMPLETION TIME $ 225,676.75 $ 234,035.50 $ 249,222.00 $ 413,800.00 IRREGULARITIES LEGEND A -No Power -of -Attorney 1'HE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED B -No At as to Capital 8 surplus o1 Balding Company that the Lowest Responsible i b l e and Responsive Bidder is C -Corrected Extensions p -Corrected D -Proposal Unsigned or Improperly Signed or No Corporate $eal RESOL , INC. In The Amount of $ 1 9 6 , 7 2 9 . 50 lan E-Incwipl■tm Extive bi. ulvm for the TOTAL BID of the Proposal. _ F-Non-rmmpabid G- Improper Bid Bond v� H - [orrmctmd Bid I -No First Source Nlring Caipllance Statement p m J - No Minority Compliance Staterent BID 96-97-132 rn 4el - No Oupl icatm Bid Propo*ul L L- Incomplete proposal (MISSING COPY OF PROPER LICENSE) Orap. By:EE H - 1 0 9 0 —_ - . - .- CITY OF MIAMI OFFICE OF THE CIT*ERK BID SECURITY LIST BID ITEM: BID NO.: DATE BID(S) OPENED: WATSON ISLAND WATER MAIN PROJECT (Second Bidding) 96-97-132 OCTOBER 9, 1997 10:00 a.m. TIME BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK RESOL INC. $ 196,729.50 B.B. 5% PARAMOUNT ENGINEERING, INC. 198,075.20 B.B. $ 12,500.00 SIGMA CONSTRUCTION 198,944.00 B.B. VOUCHER P.N.ii. CORP. 212,402.50 B.B. 5% OCEAN BAY CONSTRUCTION 225,676.75 B.B. 5% S. & C. CONSTRUCTION 249,222.00 B.B. 5% FOSTER MARINE CONTRACTORS 234,035.50 B.B. 5% MEF CONSTRUCTION, INC. 236,303.75 B.B. 5% .j 1:#` fern recex - other �7.7 4 � L 5 +,P-vQ received ( o ) envelopes on behalf of Person receiving bid(s) G PUBLIC WORKS DEPARTMENT on OCA0 b. e_lr (City Department) (Date) SIGNED: Deputy City Clerk CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Walter J. Foeman DATE September 18, 1997 FILE City Clerk SUBJECT : WATSON ISLAND WATER MAIN PROJECT SECOND BIDDING) FROM REFERENC Toly Prat ENCLOSURES: (/ 7 Department of Public Works 1�xo Please note that contractors will submit bids for the following projects: "Watson Island Water Main Project, H-1090" on Thursday, October 91h , 1997, at 10:00 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, Len Helmers, 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 Encl. c: John Jackson Merilynn Renshaw -- Project Manager -33C FTI r- BID NO.96-97-132 ADVERTISEMENT FOR BIDS Sealed bids for "WATSON ISLAND WATER MAIN PROJECT (SECOND BIDDING), II-1090" will be received by the City Clerk of the City of Miami, Florida at 10:00 AM on the A day of October, 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 upgrading the water supply system around the island with the installation of a 12-inch ductile iron water main, fire hydrants, water valves, water services, connection to existing main at the Old Causeway, and the replacement of solid sod and asphalt pavement. 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 Leonard Helmers, P.E. 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.. 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 form the office of the Director of Public Works, 444 S.W. 2nd Avenue; 8th Floor, Miami, Florida 33130, on or after September 24, 1997. 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 $10. There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $20 per set and this is not refundable. Deposits will be refunded only upon 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. 10062, as amended regarding allocations of contracts to minority vendors, contractor and sub -contractor. All Bidders must submit an Affirmative Action Plan with the bid. (Ordinance is contained in bid specifications). 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, and readvertise. (H-1090, Req. 04904). Edward Marquez City Manager