Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-94-0279
J-94-20 12/28/93 RESOLUTION NO. 94- 279 A RESOLUTION ACCEPTING THE BID OF ZURQUI CONSTRUCTION SERVICE, INC., IN A PROPOSED AMOUNT NOT TO EXCEED $24,350.00, TOTAL BID OF THE PROPOSAL, FOR PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT (2ND BIDDING), B-2993-A; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT ORDINANCE NO. 10938, PROJECT NO. 415002, IN THE AMOUNT OF $24,350.00 TO COVER THE CONTRACT COST AND $4,052.93 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $28,402.93; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. WHEREAS, one sealed bid was received December 9, 1993, for PAN AMERICAN_-ibRIVE MEDIAN IMPROVEMENTS PROJECT (2ND BIDDING), B-2993-A; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from ZURQUI CONSTRUCTION SERVICE, INC., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Capital Improvement Ordinance No. 10938, as amended, was adopted on December 5, 1991, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 415002 of said Ordinance; CITY COMMISSION MEETING OF APR. 1 4 1994 Resolution Na 94- 279 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 9, 1993, bid of ZURQUI CONSTRUCTION SERVICE, INC., in the proposed amount of $24,350.00, for the project entitled PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT (2ND BIDDING), B-2993-A 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 $28,402.93 is hereby allocated from the Capital Improvement Ordinance No. 10938, Project No. 415002. Said total project cost consists of the $24,350.00 contract cost and $4,052.93 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 ZURQUI CONSTRUCTION SERVICE, INC., for PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT (2ND BIDDING), B-2993-A for the total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. 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- 94- 279 PASSED AND ADOPTED this 14th day of April 1994. STEPHEN P. CLARK, MAYOR ATTE MA TY HIRAI CITY CLERK SUBMITTED BY: WALDEMAR E. LEE, DIRECTOR DEPARTMENT OF PUBLIC WORKS PREPARED AND APPROVED BY: �G. MIRIAM A R CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: 11) A. Q7I1MJN S, III CITY ATTO GMM:CSk:M 063 -3- CAPITAL PROJECT REVIEW: 017�1113AI E6UAPy60 RO I EZ CIP A MIN STRATOR 94- 279 CITY OF . MIAMI, FLORIDA 49 INTER -OFFICE MEMORANDUM rn t :1 TO honorable Mayor and Member DATE : JAN d hoc FILE: B-2993-A of the City Commission SUBJECT FROM : Ces io REFERENCES: Cit ager ENCLOSURES: RECOMMENDATION Resolution Awarding Contract for PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT (2ND BIDDING). It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of ZURQUI CONSTRUCTION SERVICE, INC. , a company located within Dade County and not within the City of Miami, for the PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT (2ND BIDDING), B-2993-A, received December 9, 1993 in the amount of $24,350.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: Cost Estimate: $24,350.00 $25,000.00 % of Cost Estimate: 97.4% Source of Funds: CIP Ordinance No. 10938. Project Number 415002. Minority Representation: 260 invitations mailed 10 contractors picked up plans & specs. (4 Hispanic, 0 Black, 0 Female) 2 contractors submitted bids (1 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: Bid notice published. Assessable Project: No Discussion: The. Department of Public Works has evaluated the bids received on December 9, 1993, and determined that the lowest responsible and responsive bid, in the amount of $24,350.00 is from 7.URQUT. CONSTRUCTION SERVICE, 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 J 279 FORMAL BID PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT (SECOND BIDDING) Project Number: B-2993—A CIP Number: 415002 Project Manager: ENRIQUE NUNEZ Date: 12� 09 93 Person who received the bids: ENRIQUE NUNEZ Received at: CITY CLERK'S OFFICE, CITY HALL Construction Estimate = $ 25,000.00 Time: 11:00 A.M. BIDDER SERVICEu S ADDRESS 1721 N.R. 79 AVE. 8300 N.N. 53 ST. BID BOND AMOUNT B.B. VOUCHER IRREGULARITIES C NO BID MINORITY OWNED YES NO rEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID: TOTAL ITEMS 1 - 4 $24,350.00 1 DEMOLITION do EARTHWORK $4,000.00 2 STD_ a CONC. CURB k NEW PVMT. $16,000.00 —3t SODDING: 4,700 S.F. $0.50 $2,350.00 4 PROVISION FOR SPECIAL ITEMS $2,000.00 ADD. #11 ELECTRICAL RELATED WORK $13,700.00 ADD. /2 DECORATIVE LIGHT POLES #32,000.00 ADD. #31 LANDSCAPING AT ENTRY NODE $8,000.00 ADD. �4 , LANDSCAPING (_BALANCE OF MEDIAN) $24,800.00 ADD. O UNDERGROUND IRRIGATION SYSTEM $9,000.00 IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM ZURQUI B - No Affidavit na to Capital do surplus o1 Bonding Company CONSTRUCTION SERVICE, INC. FOR THE TOTAL AMOUNT OF $24,350.00 C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal E - Incomplete Extensions If the above contractor is not the lowest bidder explain: - Non -responsive bid _ _ _ G- Improper Bid Bond eSIZ, - ---- - - ---------------------------------- rG - Corrected Bid ----- --11jtl-�-�-- - - --- ---------------------------- i - No First source Hiring Compliance Statement � 1a�3____ J - No Minority Compliance Statement - --------------------------------- K - No Duplicate Bid Proposal ---------------""`-`-- --`-- --SHEET 1 OF 1 - A_— 1 FACT SHEET PUBLIC WORKS DEPARTMENT DATE 12 /0 9 / 1B9 3 JOB*: B-2993-A PROJECTNAME: PAN AMERICAN DRIVE MEDIAN IMPROV. CIP *: 41 5 n n? LOCATION: 3 5 R CAN DRIVE n TYPE: PROJECTMANAGER: Enrl ue Nunez FEDERAL PARTICIPATION: Q ASSOCIATED DEPARTMENT: PUBLIC WORKS ASSESSABLE: Q EMERGENCY: RESOLUTION N: BID REQUEST: FORMAL ® INFORMAL DESCRIPnON:For the demolition, earthwork construction concrete curbs new pavement and sodding. Additive items not currently funded in- clude electrical related work, installing decorative light poles, underground ' -landscapingand IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: CITY OUTSIDE AMOUNT I % OF CONSP. COST) SURVEY (PLAT Q : SITE INVESTIGATION s P® s 487.00 ? a% OF (EC) PLANNING AND STUDY DESIGN ® O i 1,704.50 _2_ % OF (EC) SPECS AND BID PROCESS © O i 487.00 2 % OF (EC) CONSTRUCTION ® s 24,350.00 (m) CONST. INSP. a MANAGEMENT ® Q s 974.00 4 % OF BID OTHER Q 0 s SUBTOTAL i 28,002.50 15 % INDIRECT COSTS 1. 4 3% s 400.43 (E) (ENG. FEE) CONTINGENCIES (S%) s (EC) ESTIMATE CONST. COST: s 2 5, 0 0 0.0 0 TOTAL s 28,402.93 (E)ESTIMATE CONTRACTORS INFORMATION: • 1. CLASS: = ® r_S7 TYPE OF WORK: General Contractor MINORITY YEARS OF ESTABLISHMENT: 4 LICENSE 250481-0 NAME: Zurqui Construction Service Inc. TELEPHONE?05 ) 597-8869 ADDRESS: 2 N.W. 79th Ave. Miami, Fl 33126 CONTACTPERSON: Eddy Gonza eZ, Jr. 2. CLASS: = I= 0 TYPE OF WORK: MINORITY Ca:] OH Q YEARS OF ESTABLISHMENT: LICENSE NAME: TELEPHONE ( ) ADDRESS: CONTACT PERSON: 3. CLASS: 0 © Q TYPE OF WORK: MINORITY © Q YEARS OF ESTABLISHMENT: LICENSE NAME: TELEPHONE ( ) ADDRESS: CONTACT PERSON: CLASS: J. JOIN' P. PRIME So SUB 0 ( _ 279 MINORRI': B- BLACK N- NISPANIC f- FEMALE C.C: A"=.t T DI4LR0U. &SSM M Dm, COLT ANALYt6. CI► MANAOpL NA 11 DID_SBCVRITT_LIST PAN AMERICAN DRIVE MEDIAN IIIPROVEME14TS PROJECT SID ITEM: -----------------------------r-----r--e ----------- SECO14D BIDDIIIG B-2993-A lr--N--r-r--rl--rrrar----rr-rrrr r --rrrara-a-r-srrrrr! SID wo-t 93-94-021 !-rarlN-- rri-fart-- rr--ii-ri-arirra--!!ii- DATZ DID(S) OPENED: DECEMBER 9, 1993 11:00 -----a.m. --- - --------------------------- r,- ?RILL RID 30KD,jorj P DIDDER SID AwiTU iT CASHIWI i CHECK -----------rr-----i ZURgUI CONSTRUCTIO14 SERVICE, Iid -------Or O . $ 34, 350.00 i-O MO- ----- ----- B.B. VOUCHER --r-N--------�.NriN-r ---------a------r ---i-----r--- • r------ ---- l-ll -.-i--..! ------r-.--------- l-a--------r --l----O�OOOON!! -------- 110 BID: N-Or--O--O-O --- ----------------------- -- ---- 11ODULAR CONTRACTORS, INC.- --------- ------------- --------------------- ------------ ----------------- ------------ ------------- i I t L------------------ ------------- ---------- -------------------------------------------- -- ------ ----- ------ -` - E --�-- ------------------ - ------------------------------------ ------------------ ---------------- ---------------�------- ------------- ---------------------- ----------------------- -----------a- --------a-a - ------------- ----- -------- -- ----r - -- O---- ----r --------r---- - O------------ --M- --- - --- --- ---- -- --- --- - ---- -- - ii-O-O-i-- - - -----r ----------------------- y--r--i-M---- -- -- - ------ -- ----- W-------------- - -------------- ---- ---- --- - - - ---� -- --- ---------------------- :1 - -- ---- ---------------- received (1.) envelopes on behalf of (Person eteivin- ds Publ is Wq-00----------------------- O°-2`--------- (City Department) --- -~" SIGNED: r-a-rr ir------'r-- (D -uty city Is ak) REr,FIV'7n '93 DEr -9 All :00 MA'! CIT CITY OF FL,'A. TO FROM CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Matty Hirai City Clerk Toy rat Department of Public Works Design/Administration DATE November 5, 1993 FILE SUBJECT: PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT (SECOND BIDDING)B-2993-A REFERENCES: BID NO. 9 3- 9 4- 0 21 r ENCLOSURES: Contractors will submit bids for the above referenced project to be opened on. December 9, 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. 93-94-021 ADVERTISIIMIr FOR BIDS Sealed bids for "PAN AMERICAN DRIVE MEDIAN IMPROVEMENTS PROJECT B-2993- A, (SECOND BIDDING)" will be received by the City Manager and the City Clerk of the City of Miami, Florida at 11:00 AM on the 9th 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 afters the above appointed time will not be accepted by the City Clerk. The project consists of the furnishing of all labor, equipment and materials for the demolition, earthwork, constructing concrete curbs, new pavement, installing electrical conduit, decorative light poles, irrigation, sodding and landscaping to the Pan American Drive median. City regulations will allow bidder to furnish bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions regarding plans and specifications, please contact Enrique D. Nunez, R.L.A. 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, 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 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 $ib. There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $220 per set and this is not refundable. Deposits will be refunded only upon the 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. 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 %ource Hiring Agreement." The object of this Ordinance is to provide mploymenti opportunities to City of Miami residents on contracts resulting in creation of new permanent jobs. Contractors may be eligible for wage 'ement under this program. For further information contact the D t of Public Works, City of Miami, at (305) 579-6856. trt0erested S PRQ ECT IS DESIGWUED AS A SET -ASIDE, I7.4i SIDE, IN AOMRnRNM WORDIl0iM NO. 62, AS AMENDED, AND IS OPEN ONLY TO QUALIFIED M/FEMMZ BIDD�S. contractors and/or subcontractors must be certified with the City's Minority/Women Business Enterprise (M/WBE) Program and/or have current certification status prior to bid opening. For further information contact M/WBE at (305) 575-5174. 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 or all bids, and readvertise (B-2993-A, Req. 5738). Cesar H. Odio City Manager o, jj. f REQUISITION FOR ADVERTISEMENT This number must appear R In the advertisement. QEPT/DIV. Public Works/Administration - fit $ ACCOUNT CODE L-•'•�5qp� Index Code #t3I�Z�J2-2fi7yHid Na.93-94-02i DATE November 5, .1993 PHONE 579-6865 VED BY: f REPARED BY ` oily Pi -at —01, DI C OR SSUING DEPARTMENT Publish the attached advertisement onCe times. (number of times) type of advertisement: legal classified display (Check One) Size: First four words of advertisement: _ Starting date_ Noveiaber)8, 1993 Sealed Bic-,s for "Ptan. 1 Remarks: "PAN 1i 17(s DRf.*VL i�2 i1lll3 �if� DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJE PROJECT 11 13 1 17 18 1 25.34 39142 45 50,51 56 57 62 63 65 66 71 0 1 2 14 11 V P1 - I -- I --- 1 1 1210121 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 218171 1 2 3 4 7 8 V P 12 13 14 15 DESCRIPTION 36 64DISCOUNT 69 72 AMOUNT 80 5 2 6101210 1 Approved for Payment White — Purchasing Yellow - Finance Pink —Department