Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-95-0203
J-95-181 02/03/95 RESOLUTION NO. 9 5 -- 203 A RESOLUTION ACCEPTING THE BID OF ROYAL ENGINEERING CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF $339,750.00, TOTAL BID OF THE PROPOSAL, FOR "CITYWIDE SIDEWALK REPLACEMENT PROJECT -PHASE 9 (SECOND BIDDING) B-4571"; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 341175 AS APPROPRIATED BY THE FISCAL YEAR 1994-95 CAPITAL IMPROVEMENT ORDINANCE NO. 11205, AS AMENDED)IN THE AMOUNT OF $339,750.00 TO COVER THE CONTRACT COST AND $39,424.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $379,174.00; 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 January 27, 1995, for "CITYWIDE SIDEWALK REPLACEMENT PROJECT -PHASE 9 (SECOND BIDDING) B-4571"; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Royal Engineering Construction, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1994-95 Capital Improvement Ordinance No. 11205, as amended, adopted on November 17, 1994, appropriated monies for the proposed amount of the contract, project expenses and Incidentals under Project Code No. 341175 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF MAP, 0 9 1995 Resolution No. 95- 203 6 w�� 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 January 27, 1195 bid of Royal Engineering Construction, Inc., in the proposed amount of $339,750.00, for the project entitled "CITYWIDE SIDEWALK REPLACEMENT PROJECT -PHASE 9 (SECOND BIDDING) B-4571" 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 $379,174.00 is hereby allocated from Project No. 341175, as appropriated by the Fiscal Year 1994-95 Capital Improvement Ordinance No. 11205, as amended. Said total project cost consists of the $339,750.00 contract cost and $39,424.00 estimated expenses Incurred by the City. Section 4. The City Manager is hereby authorized to enter Into a contractl' In a form acceptable to the City Attorney, on behalf of the City of Miami with Royal Engineering Construction, Inc., for "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE 9 (SECOND BIDDING) B-4571", total bid of the proposal. Section 5. This Resolution shall become effective immediately upon Its adoption. 1� The herein authorization Is 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. - 2 - 95- 203 PASSED AND ADOPTED this 9th ATTEST MA Y HIRAI CITY CLERK CAPITAL PROJECT REVIEW: day of March , 1995. k�ll ko , nt� ST LER HEN P. CK, MAYOR EZ, DIRECTOR SET MANAGEMENT AND CAPITAL IMPROVEMENTS SUBMITTED BY: WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS LEGAL REVIEW BY: �wabj/\ G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: a, - "// ,,, A. QUIN JON III CITY A TORN -3- 95- 203 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM ffi TO: Honorable Mayor and Members DATE FEB 24 1995 FILE : B-4571 of the City Commission SUBJECT: Resolution Awarding Contract for Citywide Sidewalk Replacement Project Phase 9 REFERENCEB`S, econd Bidding) FROM : Cesa Od 1 o City ger ENCLOSURES: Resolution U RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Royal Engineering Construction, Inc., a company located within Dade County and within the City of Miami, for Citywide Sidewalk Replacement Project -Phase 9 (Second Bidding) B-4571, received January 27, 1995 in the amount of $339,750.00, Total Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: $339,750.00 Cost Estimate: $375,000.00 % of Cost Estimate: 91% Source of Funds: Fiscal Year 1994-95, C.I.P. Ordinance No. 11205, as amended Minority Representation: 262 invitations mailed 10 contractors picked up plans & specs (6 Hispanic, 4 Black, 0 Female) 4 contractors submitted bids (4 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No public hearing/Bid Notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on January 27, 1995 and determined that the lowest responsible and responsive bid, In the amount of $339,750.00 is from Royal Engineering Construction, 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. Royal Engineering submitted a bid within 10% of the low bid received and had established certification of a primary office location within the City limits prior to submission of bid as required by City Code Section 18-52.1(h). Attachment: Proposed Resolution 9 5- 203 y 7-f 1 D` WALDEMAR E. LEES Director A February 3, 1995 Mr. Fernando Miranda Royal Engineering Construction, Inc. 715 S.W. 73rd Avenue Miami, Florida 33144 Dear Mr. Miranda: CESAR H. ODIO City Manager CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE IX (SECOND BIDDING) JOB NO. B-4571 BID NO. 94-95-060 Section 18-52.1 (h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. As a local vendor, your bid amount for the subject bid meets the above requirements. Please sign below to indicate your firm's acceptance of rejection of the bid at the low bid amount of $339,750.00 subject to the City Commission approval, and immediately return the original of this letter to the Public Works Department no later than February 5, 1995. Sincerely, Waldemar E. Lee Director [ v� Accept [ ] Name:1'�;�.y��Go a�1ev vdo9 . Signa Title: 47,Ss4,,V g Date: GAA:r1tc 95- 203 DEPARTMENT OF PUBLIC WORKS/275 N.W. 2nd Street/Miami, Florida 33128/(305) 5794856 9 04 FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 2102/1995 JOB 1: 84571 CIP A: 341175 TYPE: FEDERAL PARTICIPATION: PROJECT NAME: CITYWIDE SIDEWALK REPLACEMENT PROJECT • PHASE IX SECOND BIDDING LOCATION: SEE DESCRIPTION PROJECT MANAGER: GUILLERMO ACOSTA ASSOCIATED DEPARTMENT: PUBLIC WORKS ASSESSABLE: EMERGENCY: 0 RESOLUTION 1: BID REQUEST: FORMAL F—X-1 INFORMAL [] DESCRIPTION: THE PROJECT CONSISTS OF THE REMOVAL AND REPLACEMENT OF APPROXIMATELY 120,000 SQUARE FEET OF CONCRETE SIDEWALK IN THE AREA BORDERED BY N.W. 54 STREET N.W. 71 STREET INTERSTATE 95 AND THE WESTERN CITY LIMITS. IF NECESSARY CONTINUE ON THE BACK) SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF COSTT. COST) SURVEYIPLAT CJ 0 SITE INVESTIGATION [� PLANNING AND STUDY C� DESIGN [-X [� $6,795.00 2 %OF(BID) SPECS AND BID PROCESS rX $500.00 BLUEPRINTING AND ADVERTISING FX [] $500.00 CONSTRUCTION $339,750.00 (BID) CONST. INSP. S MANAGEMENT 5 0 $23,783.00 7 %OF BID OTHER TESTING ® $2,500.00 (E) SUBTOTAL $373,828.00 INDIRECT COSTS (1.43%) 15,346.00 (E) CONTIGENCIES (EC) ESnMATE CONST. COST. $ 375,000.00 TOTAL $379,174.00 (67 ESnRaTE CONTRACTOR'S INFORMATION: CLASS: = © = TYPE OF WORK SIDEWALK CONSTRUCTION NON MINORITY YEARS OF ESTABLISHMENT: 3 YEARS MINORITY © ® EF NAME: ROYAL ENGINEERING CONSTRUCTION, INC. LICENSE E•1823 ADDRESS: 715 SW 73 AVENUE, SUITE 4 MIAMI, FL CONTACT PERSON: FERNANDO J. MIRANDA TELEPHONE ( 305 ) 266.9911 SUB -CONTRACTORS NAMES: CLASS: .n JOINT P■ PMWE S• SUB MNORRY.• B• BLACK N■ NISPANIC Pw FEU4LE Y— —41M W=UIVAY� ALO4WAlWLMr1• WOIAML NIN urn uC14 mr. 4iPMMY 95- 203 S� , FORMAL BID I CITYWIDE SIDEWALK PROJECT PHASE Project Number: H — 4571 Project Manager: GUILLERMO ACOSTA Person who received the bids: GUILLERMO Construction Estimate = $ 375,000.00 ACOSTA BIDDER CMA CORPORATION ROYAL ENGINEERING CONST. ADDRESS I 7377 CORAL WAY MIAMI. FLIT. 33155 S.W. 73 AVE. 7MIAMI, FLA. 331444 CITY LIMITS No YES BID BOND AMOUNT B.B. 5% B.B. $21,250.00 IRREGULARITIES MINORITY OWNED YES,H YES,H - IX (SECOND BIDDING) B-4571 CIP Number: 341175 Date: O1� 27 95 Received at: CITY CLERK'S OFFICE. CITY HALL Timg: 10:30 A.M. F & L CONSTRUCTION HOMESTEAD CONCRETE SMITH HAMMOCK 6095 WEST 21 LANE P.O. BOX 1273 25225 S.V. 172 AVE. HIALEAH. FL. MOIL I HOMESTEAD, FL 33090 HOMESTEAD. FI._ 33030 NO NO B.B. 5% 1 B.B. = 20,000.00 M YES,H YES,H DESCRIPTION TOTAL TOTAL TOTAL BASE BID: THE TOTAL OF $339,750.00 $367.875.60 393 000.00 $308,250.00 NO BID ITEMS I THRU 7 BASED ON A ONE HUNDRED TWENTY (120) WORKING DAYS • IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power-ot-Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM ROYAL B - No Affidavitto Capital Ac Surplus of Banding Company C - CorrectedtedExtensions ENGINEERING CONST. FOR THE TOTAL AMOUNT OF 339,750.00 D - Proposal Unsignedor Improperly Signed or no Corporate Seal E - Incomplete bidlain: bid P F - Non -responsive . ive bid If the above contractor is not the lowestder ex G - Improper Bid Bond - --- --- - - --- -- - ------------- H - Corrected Hid _1ecoYdil28 to Sgetion 1®_ 52�1(h�_of the Cites► Codej_the lwest - No First Source Hiring Compliance statement responsive_ bidder is Real Engineering Const,. Inc. 1 - No Minority Compliance Statement - '"--------------- IK - No Duplicate Bid Proposal _ in the revised amount_ of �339.750.00 for the Base Hid_ - -- -- - L -Primary office Location Attldevit Incomplete _ _ _ _ _ _ _ _ _ _ _ _ _ _SHEET 1 OF 1 (D e se t o d tto — n— act ----------- ,N-------------------- ------ ------ 0. k-A AL-_