HomeMy WebLinkAboutR-94-0025J-94-23
12/28/93
RESOLUTION NO.
94- 25
A RESOLUTION ACCEPTING THE BID OF MARTIN VILA
j AND ASSOCIATES, INC., IN A PROPOSED AMOUNT
NOT TO EXCEED $235,911.00, TOTAL BID OF THE
PROPOSAL, FOR MODEL CITIES C.D. STREET
IMPROVEMENT - PHASE VII, B-4554; ALLOCATING
FUNDS THEREFOR FROM THE FISCAL YEAR 1991-92
CAPITAL IMPROVEMENT ORDINANCE NO. 10938, AS
AMENDED, PROJECT NO. 341179, IN THE AMOUNT OF
$235,911.00 TO COVER THE CONTRACT COST AND
$44,582.00 TO COVER THE ESTIMATED EXPENSES,
FOR AN ESTIMATED TOTAL COST OF $280,493.00;
AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT WITH SAID FIRM, IN A FORM ACCEPTABLE
TO THE CITY ATTORNEY.
I
WHEREAS, sealed
bids were received
on December
7, 1993,
for
the MODEL CITIES C.D.
STREET IMPROVEMENT
- PHASE VII,
B-4554;
and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from MARTIN VILA AND
ASSOCIATES, INC., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, the Fiscal Year 1991-92 Capital Improvement
Ordinance No. 10938, as amended, was adopted on December 5, 1991,
and monies are available for the proposed amount of the contract,
under Project No. 341179 of said Ordinance;
cm COMMISSION
MEETING OF
JA N 1 3 1194
R"OluHon No.
94- 25
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
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 December 7, 1993 bid of MARTIN VILA AND
ASSOCIATES, INC., in the proposed amount of $235,911.00, for the
project entitled MODEL CITIES C.D. STREET IMPROVEMENT - PHASE
VII, B-4554, for the total bid of the proposal, based on lump sum
and unit prices, is hereby accepted at the price stated herein.
Section 3. The total estimated project cost of
$280,493.00 is hereby allocated from the Fiscal Year 1991-92
Capital Improvement Ordinance No. 10938, as amended, Project No.
341179. Said total project cost consists of the $235,911.00
contract cost and $44,582.00 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 MARTIN VILA AND ASSOCIATES,
INC., for MODEL CITIES C.D. STREET IMPROVEMENT - PHASE VII,
B-4554, for the total bid of the proposal.
Section 5. This Resolution shall become effective
immediately upon its adoption.
I/ The herein authorization is further subject to compliance with
all requirements that may be imposed by the City Attorney,
including but no limited to those prescribed by applicable City
Charter and Code provisions.
94- 25
-2-
PASSED AND ADOPTED this 13th day of January 1994.
SUtPHEN P. FL4tK, MAYOR
ATTES
MATTY HIR
CITY CLERK
SUBMITTED BY:
WALDEMAR E. LEE, DIRECTOR
j DEPARTMENT OF PUBLIC WORKS
PREPARED AND APPROVED BY:
G. MIRIAM MAER
CHIEF ASSISTANT CIT ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
CITY A
GMM:ask: M'4061
-3-
CAPITAL PROJECT REVIEW:
EDU 0 ROPtIGUtZ
CIP A MINI TRATOR
94- 25
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 27
TO : Flonorable Mayor and Members DATE : JAN 4 1994 FILE: B-4554
of the City Commission
SUBJECT : Resolution Awarding Contract
for MODEL CITIES C.D. STREET
IMPROVEMENT - PHASE VII
FROM Cesa O REFERENCES
City ger
ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of MARTIN VILA AND
ASSOCIATES, INC., a company located within Dade County and not
within the City of Miami, for the MODEL CITIES C.D. STREET
IMPROVEMENT - PHASE VII, B-4554, received December 7, 1993 in the
amount of $235,911.00, Total Bid; authorizing the City Manager to
enter into a contract on behalf of the City.
BACKGROUND
Amount of Bid: $235,911.00 % of Cost Estimate: 92%
Cost Estimate: $257,400.00
Source of Funds: Fiscal Year 1991-92 CIP Ordinance No. 10938, as
amended, Project Number 341179
Minority Representation: 260 invitations mailed
9 contractors picked up plans & specs
(5 Hispanic, 2 Black, 0 Female)
2 contractors submitted bids
(2 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 December 7, 1993, and determined that the lowest
responsible and responsive bid, in the amount of $235,911.00 is
i from MARTIN VILA AND ASSOCIATES, 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
��� • 9 4 - 2 5
TABULATION OF BIDS FOR
MODEL CITIES C.D. STREET IMPROVEMENT - PHASE VII
Mocelved by the WE Clark. C ty of 111mo1. ploride of 110e A.M. dM INIC110110t 7. Im.
l I drier
M . V I LA ASS .
HORIZON CONT . I NC .
wr...
6 P AVE,6157
N.M. 167 ST.
Iealed to *A Illy M Mai
NO
NO
Llewrad • Insured as Par City Code tt putt* Ord.
YES
$
lid ti m Amami
5%
5%
ltraffularilles
H
Mlles► I IV awned
YES. H
YES. H
LASE BID:THE TOTAL
$235.911.00
274576.10
1F ITEMS 1 THRU 33
ASED ON ONE HUNDRED (100 )
"ORKING DAYS
IRREGULARITIES LEGEND
A - its Fewer-sf-Afferney
B - No Alf ldevif On fo Capital 8 Surpluo of SadlnS CeapW
C - Corrected ®rionetsns
D-propsost unsigned or improperly ttlend or Me corporate Hest
E - incompiste wensions
F - Min-rooparrlw ►Id
G - Improper old land
H - corrected lid
I - Me pirel Source III rInd Compt lance Slafams f
J - Ma Mlnorlly Compt lance Statement
K -No owl itch Sid proposal
C�
I•la
I
THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED
that the -lowest Responsible and RojiWnlilwi b l ddor Is
3
B 1 D 93-94-015
B-4556
FACT
SHEET
PUBLIC WORKS DEPARTMENT
DATE: 12 / 8 / 1993
JOB #: B4664
PROJECT NAME: MODEL CITIES C.D. STREET IMPROVEMENT PH.VII
CIP #: 341179
LOCATION:
N.W.15th Court
N.W. 46th Street- N.W. 60th Street
TYPE:
PROJECT MANAGER: Richard
Blount
FEDERAL PARTICIPATION:
ASSOCIATED DEPARTMENT: PUBLIC WORKS
ASSESSABLE:
EMERGENCY:
RESOLUTION #:
BID REQUEST: FORMAL
<
INFORMAL=
DESCRIPTION: Construction of near sidewalk
new curb and
gutter and new asphalt pavement
Including new storm drainage and landscaping.
F NECESSARY, CONTINUE ON THE BACK)
SCOPE OF SERVICES:
CITY
OUTSIDE
AMOUNT (% OF CONST. COST)
SURVEY I PLAT
$
4,720.00 2% OF BID
SITE INVESTIGATION
O
PLANNING AND STUDY
% OF(EC)
DESIGN
#?``
$
15,450.00 6% % OF(EC)
SPECS AND BID PROCESS
:`:>'>.:;
O
$
162.00 % OF(EC)
BLUEPRINTING AND ADVERTISING
:;::%
t
685.00 (E)
CONSTRUCTION
;;:`.
9
235,911.00 (alp)
COSST. INSP. & MANAGEMENT
i
16,510.00 7% % OF BID
OTHER Testing
i
3,100.00
SUBTOTAL $
276,538.00 15%
INDIRECT COSTS (1.43%)
i
3,955.00 (ENO. FEE)
CONTINGENCIES (5%)
i
(EC) ESnMATE CONS% COST: $ 257,400.00
TOTAL
$
280,493.00
(E) EsnNATE
CONTRACTOR'S INFORMATION:
CLASS: = :# ;:' S7 TYPE OF WORK: Engineering Construction
MINORITY ® •;'.M•..`M.' F7
YEARS OF ESTABLISHMENT: 13
LICENSE 000443853
NAME: Martin Vila and Associates, Inc.
TELEPHONE( 305 ) 821 -1266
ADDRESS: 4395 Palm Ave. Hialeah, Florida 33012
CONTACT PERSON: Martin Vila
SUB -CONTRACTORS
Pan American Asphalt
Homestead Concrete
CLASS. J- JOINr P- PRIME S- SUB
UNORnY: 8- BLACK H■ HISPANIC F- FEMALE
%.vrlea: Amos* I AN 1 ummo I Oms, (;Oa i ANALrSIS, FILE, cIP MANAGER, ASSOCIATED DEPT., CIP MANAGER
94- 25
SID-SSCVRITT_LIST
11ODEL CITIES C.D. STREET IMPROVE14ENT- PHASE VII
SID ITEM t!_.-.,---------------------------------r—.,.----------- --
B-4554
------------------------------ -----------------------
93-94-015
SID =C.=
------ -------------- ----------- ------------
Ip`Tg SIb(S) OPBNED: DECEMBER 7, 1993 11:00 a.m.
----�..-�I- r!r!�-!!-. !_rl-------_--r!_-------r-rr--M
�r
TOTAL. DID SOND_jSrZ
BIDDER 2ID. elIOgNT CASHIER'S CRECR
- - 1-------------------
EtORILOLd CONTRACT ORS L lijC--____
--------r
227a 374 .. 00
r-------
B 0 5c,to
il. VILA & ASSOCIATES, INC.
$ 235,911.00
B.B. 5 io
_r------ r---- s------r_-
r
w
r---r,--- -------------------------------
-----r---r.--r
-----------l--r-r---_
-------------
----r-----r----r
--'-----------
----------------------
..-- - - ------------
- - - -- --- -- -- ---- -
---- ---------
- - - --- --- ----
--------------
.
f
--------------------
--------------
-------------
--------------
--------------
--------------- -- -----
------------------- ----
----------------�
----------------------
------------------
-----------------------
--------------------L
-------------------
--------
___!___ -..------------------
-----------------
------------------------------
-------------------------------
------------
---- e- --�=-�-5------
--- 13�1`'_
-�%-r---- r 3�-
----------------------
-------------
----r----N---!
--------------
------------
----- r--------------r
----------------------
----------------
-------------
---------
--___ �_.---,N,,recai+►ad (_O� ) envelopes on behalf of
(Person receiving bids
Pub1 is Kgrk _— _
---_____----
— _ oa 1i, ' 7 - 19. 3
---- -- -- ----------
(City Department)
SIGNED:
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Ma tty Hirai
City Clerk
9
FROM : To(7 Frat
Department of Public Works
Design/Administration
DATE : November 2, 1993 FILE :
SUBJECT: MODEL CITIES C.D. STREET
IMPROVEMENT -PHASE VII,B-4554
REFERENCES: BID N O • 9 3 - 9 4 - 015 �
ENCLOSURES:
Contractors will submit bids for the above referenced project to
be opened on.
December 7. 1993 Time: 11:00 AN.
Any bid submitted after the above appointed time will not be
accepted by the City Clerk. Please make the necessary provisions
for this bid opening. A representative from our Department will
be present. We will notify you in writing if there will be a
postponement or cancellation prior to the opening of bids.
/ tp
BID. NO. 93-94-015 c�
ADVERTISEMENT FOR BIDS �
Sealed bids for construction of "NWEL CITIES C.D. STREET IMPROVEMENT -PHASE VII,
will be received by the City Clerk of the City of Miami., Florida at 11:00 AM on
the 7th day of December, 1993, 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 approximately 0.50 mile of streets in
the area of N.W. 15 Court between N.W. 46 Street and N.W. 50 Street and N.W. 47
Street and 49 Street between N.W. 15 Avenue and N.W. 16 Avenue. Construction will
include the following: clearing & grading, construction of asphaltic pavement,
concrete curbs and gutters, concrete sidewalks, storms sewer facilities and
landscaping. Bidders will furnish a bid bond in accordance with Resolutions No.
86-963 and No. 87-915. For clarification of technical issues as presented in
documents and specifications, please contact Leonard Helmers, P.E., at (305)579-
6865. Prospective bidders will be required to submit, with their bid, a copy of
the appropriate Certificate of Competency, as issued by Dade County in accordance
with Chapter 10 of the Metropolitan Dade Canty Code, which authorizes the bidder
to perfonu the proposed work.
All bids shall be submitted in accordance with the Instructions to Bidders and
Specifications. New city regulations will require to submit pr-oposal.s in
duplicate original. Plans and specifications may be obtained from the Office of
the Director of Public Works, 275 N.W. 2 Street, 3rd Floor, Miami, Florida,
33128, on or after November 18, 1993. 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 $8. There will be a $20 deposit
required for the first set of 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 specifications to the Department of Public Works,
unmarked and in good condition within two (2) weeks after the opening of the
(*Mw
Bidders are alerted to the provisions of Ordinance No. 10538 regarding allocation
of contracts to minority vendors. The City will expect prospective bidders to
submit an Affirmative Action Plan, as defined in said Ordinance, and as required
in the Instructions to Bidders.
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) 579-6856.
Proposal includes the time of performance, and specifications contain prow ions
for liquidated damages for failure to complete the work on time. ThCity
Commission reserves the right to waive any informality in any bid, and thCity
Manager may reject any of all bids and readvertise (B-4554, Req.5736).
Cesar H. Odio
City Manager
V l
i S
f f r
i .
t{
REQUISITION FOR ADVERTISEMENT This number must appear
DEPT/DIV. Public Works /Admini atration in the advertisement.
573a
A'CCOUNTCODE C-1-P.#341.179,INDEX C:OI)E #319201-287,Bie1 Na.93-94-015
[SATE Novenibe r 2, 1993 PHONE 5 7 9— 6 8 G 5 APPROVED BY-'
PREPARED BY. 'Pony llri:it.
t1,6196TOR OF ISSUING"DEPARTMENT
i
Publish the attached advertisement once times.
(number of times)
Type of advertisement: legal classified display
(Check One)
Size: Starting date c,`c�yc mbr _c 18, 1.991 3
First four words of advertisement: t:?a1:=6 is a.ciS .:0 r rori s,c 1,.ct._.011
Remarks: "I�3Ulsi..:C: 4:? '� 1 C:. t� i.' 1::, , t� t >V.1:%tf. [ s F' ilkS1,* V:t. 4 554
4!4
I
I DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
f.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOIGfip,
AMOUNT
0
D s
A-1
B-2
'L1
C-3
.
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
i
TRANS
VOUCHER
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13
1 17
18 1 125.34
39
42 45
50
51 56
57 62
63 65
66 71
0
1
�`
4
1
1
V
P
I
I
2
0
2
2
8
7
1
2
3
4 7
8 V P 121314
15 DESCRIPTION
36
64DISCOUNT 69
72 AMOUNT 80
5
2
Q
0
2
0
1
Approved for Payment
White — Purchasing Yellow - Finance Pink — Department