Loading...
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