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