Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-94-0421
M J-94-438 05/23/94 RESOLUTION NO. 4 - 421 A RESOLUTION ACCEPTING THE BID OF HORIZON CONTRACTORS, INC., IN THE PROPOSED AMOUNT OF $430,626.00, TOTAL BID OF THE PROPOSAL, FOR LOCAL DRAINAGE PROJECT E-70 B-5609; WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1993-94 CAPITAL IMPROVEMENT ORDINANCE NO. 11139, AS AMENDED, PROJECT NO. 352285 IN THE AMOUNT OF $430,626.00 TO COVER THE CONTRACT COST AND $69,195.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $499,821.00; 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 March 15, 1994, for LOCAL DRAINAGE PROJECT E-70 B-5609; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Horizon Contractors, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal. Year 1993-94 Capital Improvement Ordinance No. 11139, as amended, adopted on April 14, 1994, appropriated monies for the proposed amount of the contract, project expense, and incidentals under Project No. 352285 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY C01ttmSSI01q VME;T711G OF JUN 0 0 In Resolution No. �4- 421 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 March 15, 1994, bid of Horizon Contractors, Inc., in the proposed amount of $430,626.00, for the project entitled LOCAL DRAINAGE PROJECT E-70 B-5609 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 $499,821.00 is hereby allocated from the Fiscal Year 1993-94 Capital Improvement Ordinance No. 11139, as amended, Project No. 352285. Said total project cost consists of the $430,626.00 contract cost and $69,195.00 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 Horizon Contractors, Inc., for LOCAL DRAINAGE PROJECT E-70 B-5609, total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. l� 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 J4 421 PASSED AND ADOPTED this 9th day of June , 1994. STEYPHEN P. CLARK, MAYOR ATTEST: JL-et"�- MATTY HIRAI CITY CLERK CAPITAL PROJECT REVIEW: �DUNC- ASSET MArAGEMENT AND CAPITAL IMRPROVEMENT SUBMITTED BY: &.&,- WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS LEGAL REVIEW BY: --- )� &_461M G. M"WCAM WAIER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: CITY ATTORN -3- 34- 421 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 49 _0 Honorable Mayor and Members DATE FILE B-5609 of the City Commission MAY 31 1994 SUBJECT Resolution Awarding Contract for Local Drainage Project E-70 BROW Cesa I o REFERENCES City ger. Resolution ' ENCLOSURES RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Horizon Contractors, Inc., a company located within Dade County and not within the City of Miami, for Local Drainage Project E-70 B-5609, received March 15, 1994 In the amount of $430,626, Total Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: $430,626 % of Cost Estimate: 102% Cost Estimate: $424,000 Source of Funds: Fiscal Year 1993-94 C.I.P. Orinance No. 11139, as amended Minority Representation: 58 Invitations mailed 18 contractors picked up plans & specs (7 Hispanic, O Black, 1 Female) 2 contractors submitted bids (1 Hispanic, 0 Black, 1 Female) Public Hearings/Notices: Pie publie hearlmg/Bld Notice published. I No Assessable Project: I_ i Discussion: The Department of Public Works has evaluated the bids received on March 15, 1994 and determined that the lowest responsible and responsive bid, In the amount of $430,626 is from Horizon Contractors, 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. } A lower bid was received by D.M. Construction of Florida, however, that contractor did not retain a license in the appropriate trade required for the work prior to the submission of the bid as required In the bidding documents. I Attachment: �� �„-, j Proposed Resolution :94- 421 r 1 FACT SHEET Pl, JC WORKS DEPARTMEINf own 3 15 ,M 4 rB -5 9 ppcjW au: Citywide Local Drainage E-70 dP a T5 2 R 5 I.ACATION: C' w l d Tom: � PMJICTMANACIA: Amlicar choguerivaRca Fgo&"L pAA?1CIWWorm C] ASSOC AM oSPARTMSNT: Public Works /10 AEAUtlT: tsoAl/AL INpOptYAL [� ASSO�UT1ON ►: DESCRJP'nON: Construction of exfiltration drains with crossdrains related structures and pollution control devices i 3 locatiQns citywide im' flogdinq 2roblem and enhance -to surface water quality. ()r WCOUff. CONMA ON Twr TACK) SCOPE of SERVICE& Cr" OUTSros AMOUNT or CONST. COST) SUAM r PLAT 0 (� : 49306 1% WTn WVnTl0ATIOM Q [� • PLANW40 AND STUDY ® Q • ,� A OF (EC) ors ® (� • 25,838 6 s OF (EC) MOM AM W PROCiM ® ® • 165 � % OF (EC1 §UXW WT" AND ADVW"ISM (�x ® • 695 M CONSTRUCT" [_] r"M • 430,626 (w) COW. NW. i MANA09+iialT ® • 30,144 �.. 7 . % OF •rO oTt� Testing • 1, 0 0 0 tQ SUVWAL s 492,774 r 15�s *0MpWT COSTS • 7,047 (q (INCL FEE) � (mow • r•ei tarrvur(t ca++n, • TOTAL • , 4 9 9 , 8 21 r•� tarrtru'• CONTRACTOR'S WORMATIONI aLAW. r-j7 © [M TymopwOOR Engineering "M - #ANOWITY Q YSAAS OP YTASLMOOMIR: eruMo M r T I M wAm. , Horizon Contractors, INC. NCWSG E-874 gyp; 6157 N.W. 167 St. F-24 Tsj"cMo4305 )828-2050 Miami, Fla 33015 CONTACT p/lr01C Jose M. Sanchez SUW CONTRACTORS wAR�: 94_ 421 3 CLAW JG J W Pr NMft is MA NWOWM. is @LWX Me IiMPON Is IaaMi .�. r-++rc=��a.a Lcs� ^w1�L�1�. rwi wm1YM�f/� .�w�.w.w w�. � •���-•� TABULATION OF RIDS FOR LOCAL DRAINAGE PROJECT,E-7 Ibootved by the City Manager and the CIt Clark. City of Miami. Florida at Its= R.M. ON HMM4 15. IM4 BIDDER .M. CONSTRUCTION OF FLA. HORIZON CONTRACTORS INC. ADDRESS 711O8 RED RD. •287. MIR9I 6157 N.M. 167 ST. F-24. Pf FM LOCATED IN THE CITY OF MIAMI NO NO LIED K INSURED FIS PER CITY CODE E WMD ORD. NO YES BID BOND AMOUNT $24 , 350. 00 5% _ IRREGULARITIES K,E L MINORITY OWNED YES F YES. H i TOTRL. BID: THE TOTAL $429,066.00 $430,626.00 OF ITEMS 1 THRU 11 BRSED ON ONE -HUNDRED (100) WORKING DRYS BIDDER ADDRESS LOCATED IN THE CITY OF MIAMI LICENSED R INSURED FIS PER CITY COS L HEM ORD. BID BOND AMOIriT IRREGULARITIES MINORITY OWNED _ TOTHL BID: THE TOTAL OF ITEMS I THRU 11 IRREGULARITIES LEGEND A —No Power -of -Attorney B-No Rrfldevit so to Capital L sarplua of Bonding Company THE DEPFRTMENT OF PUBLIC WORKS HAS DETERMINED C - Corrected rutenalona That the Lowest Responsible and Responsive Bidder is D -Proposal Uhalgned or improperly signed or No Corporate goal HORIZON CONTRRCTORS INC. in the Hmount of $430.626 _ 00 E — Incomplete Extension. F — Non -responsive bid G —improper Bid Bond H — Corrected Bid I —No rtrat source Hiring Compliance statsmant In J —No Minority Compliance Stetssent y K—No wpltcate Bid Proposal BID 93-94-080 0 1 - jmPro?rr Locens� B-5609 no_�., s...n f ----- --- --- --- -- --- - - Y C S I D_jj;V iITT_LIST LOCAL DRAINAGE PROJECT E-7U B-5609 ---------- SID ITEM: .._M _..-------------------------------------- ---- ------ ----------------------- ------------ ------ SID NO.: 93-94-080 ---------- _-_--___ MARCH 15, 1994 11:00 a.m. DATE SID (S ) OPENED: _,,. �,.___-..-------- ------------------------- � TOTAL DID -BOND (or) BIDDER ]IID lICIINT CASBI�R_S CRECIC_— ------------------------------ --Ae-receivecT on�yy'o-ne �ii D.M. CONSTRUCTION OF FLA. $ 429,066.00 B.B. $ 24,350.06 --------- _ ----------------- HORIZON CONTRACTORS INC. $ 430,626.00 B.B. 5% nn :� �.. _---_ ----------------------------------�i- ------------------------------------ - --- - ----- - -------------------------- : ---- ------------ ------- I. ---------------------------------- ----------- - -- --- ------------------------------------ - ------ -- ------------------------------ - - --------- -- - ---------- ------------- - --- --- ------- -----------------L------------- - - - --------------------------------------- -------------- - - --------------------------------------------------------- - - - -------------------------------- ------------------------ ------------------------------ ----------------------- -------------------------- -------------------------- ------------------------------------------...._-_�.. -------------------------- --------------------- - - ---------------------------- ----------------- ____�. ---------------------------- ------ ---------------- ---------------------------------------------------- - --------------- W-----------------__------------------- �L received (-_-� •nveiopes on behalf of (Person re eiving bids) — - Public Workt------------------------ a ------------------------ (City Department) SIGNED: _ ____ ( utj Cit Clesk) �� RE 0, F I vr-- n '94 MAR 15 All '00 Nita I CITY OF i CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Matty Hirai City Clerk FROM : Tony Prat Department of Public Works Design/Administration DATE : February 16, 1994 FILE :B-5609 SUBJECT : LOCAL DRAINAGE PROJECT E-70 B-5609 REFERENCES: BID NO. 93-94-080 ENCLOSURES: / Contractors will submit bids for the above reference project to be opened on. March 15, 1994 Time: 11:00 AM. 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 A rn _i7 z-� iJh `"�• BID NO. 93-94-080 AUVENTISE MENT FOR BIDS Sealed bids for construction of "LOCAL DRAINAGE PROJECT E-70, B-5609", will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 15th day of March, 1994, 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 drainage structures at designated locations Citywide. It will include approximately 2,300 lin. ft of slotted eliptical concrete (14" X 23") and 24" perforated aluminum French Drains, 2-24" disposals wells, aluminum, concrete and ductile iron pipe in various sizes; catch basins, manholes, weirs, baffle structures, pavement replacement and approximately 1,100 lin ft. of street reconstruction. Bidders will furnish a bid bond in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as presented in the documents and specifications, please contact Leonard Helmers, P.E., Chief Civil Engineer, at (305) 579-6865. Prospective bidders will be required to submit, with their bid, a copy of the Ip-a wiate Certificate of Conpetency, 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 subunit 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 February 23, 1994. 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 88. There will be a �20 deposit required for the first set of plans and specifications. Deposits will be .refunded only upon the return of one 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 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. 10062 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 provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in ally bid, "8nd the City Manager may reject any or all bids, and readvertise (B-5609,,Req,-:Z-2510)-. --27 Cesar H. Odio t71 City Manager '- : , {Nr � 44 « �« City of Miami 251.0 REQUISITION FOR ADVERTISEMENT This number. must appear in the advertisement, IN R..T10N% Pleagg 1. Department, Public Works 2. Division: Administration 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: 352285 Z Yes ❑ No Tony Prat 6. Size of advertisement: 7. Starting date: 8. Telephone number: 93-94-080 February- -.23, 1994 579-6865 9. Number of times this advertisement Is to be 10. Type of advertisement: published: once ® Legal ❑ Classified ❑ Display 11. Remarks: 90LOCAL DRAINAGE PROJECT E-70 , B--5609" . 12. Publication Dates) of Advertisement Invoice No. Amount c� i 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date i C iGS/PC 503 Rev. 12/89 i Routing Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department