Loading...
HomeMy WebLinkAboutR-93-0501J-93-412 05/25/93 RESOLUTION NO. 93- 501 A RESOLUTION ACCEPTING THE BID OF ROYAL ENGINEERING CONSTRUCTION, INC., IN THE PROPOSED AMOUNT OF $461,750100 , TOTAL BID OF THE PROPOSAL, FOR CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE IV B-4556; WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1991-92 CAPITAL IMPROVEMENT ORDINANCE NO. 10938, PROJECT NO. 341178, IN THE AMOUNT OF $461,750.00 TO COVER THE CONTRACT COST AND $73,697.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $535,447.00; 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 May 21, 1993, for CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE IV B-4556; 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 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, project expense, and incidentals under Project No. 341178 of said Ordinance; CITY COIMMIISSION MEETING OF JVL2.21993 Resolution No, 93- 501 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 May 21, 1993, bid of Royal Engineerging Construction, Inc., in the proposed amount of $461,750.00 , for the project entitled CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE IV B-4556 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 $535,447.00 is hereby allocated from the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, Project No. 341178. Said total project cost consists of the $461,750.00 contract cost and $73,697.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contractV , 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 IV B-4556, 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- 93- 501 PASSED AND ADOPTED this 22nd day of July 1993. i V I ER L. SU .Z , MAYOR ATTEST: 40e MATTY HIRAI, CITY CLERK LEGAL REVIEW BY: I I MAE HIEF ASSISTA T CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: -3- CAPITAL PROJECT: � 93 r-DUA 0 RO R UEZ CIP ECT MANAGER SUBMITTED BY: WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS 93- 501 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Hunorable Mayor and Members of the City Commission FROM : C e s d i o Cit - nager RECOMMENDATION DATE :JUN 6 t993 FJLE B- 4 5 5 6 Resolution Awarding Contract SUBJECT: for CITYWIDE SIDEWALK' REPLACEMENT PROJECT -' PHASE I V REFERENCES : ENCLOSURES: It is respectfully recommended that the City Commission. adopt a resolution accepting the low bid of Royal Engineering Construction, Inc., a company located within Dade County and not within the City of Miami, for the CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE IV B-4556, received on May 21, 1993 in the amount of $461,750.00, Total Bid, authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $461,750.00 % of Cost Estimate: 92% Cost Estimate: $500,000.00 Source of Funds: Fiscal Year 1991-92 CIP Ordinance No. 10938, as amended, Project No. 341178 Minority Representation: 246 invitations mailed 18 contractors picked up plans &•specs (12 Hispanic, 3 Black, 0 Female) 5 contractors submitted bids (3 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No public hearing. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on May 21, 1993, and determined that the lowest responsible and responsive bid, in the amount of $461,750,00 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. Attachment: Proposed Resolution 93- 501- FACT SHEET PUBLIC WORKS DEPARTMENT DATE 0 5124 1Bs 3 JoeN: B-4556 • aROJECTNAME: CITYWIDE SIDEWALK REPL. PROD.—PH.IV CIP *: BTU— LD CATM, C TYPE: PROJECT MANAOER: "MERALPARTICIPATKMi: C� ASSOCIATED DEPARTMENT: PUBLIC WORKS ASeESSAIILE: 0 EMERGENCY: Q RESOLUTION N: BID REQUEST: FORMAL ® OOORMAL O DESCRIPTION: This project will include clearing and grading, pruning and removing tree roots and limbs if necessary, constructing new 4" and 6" concrete sidewalk, and incidental surface restoration aF— Icications thrQughout the City that are not a direct result of damage caused by Hurricane Andrew. (IF NECESSMY, CONTINUE ON THE BACK SCOPE OF SERVICES: CrN OUTSIDE AMOUNT (S OF CONSf. COST) SURVEY IPLAT O $ SITE INVESTIGATION O U $ PLANNING AND STUDY O Q i „% OF (EC) DESIGN ® 0 27,705.00 6 % OF SPECS AND dID PROCESS ( [� t 500.00 ��— % OF (EC) 6LUEPRINTINO AND ADVERTISWO Q = 620.00 (E) CONSTRUCTION O _ .750. 00 (&p) CONST. OW. i MANAGEMENT ® t� : 32,323.00 7 % OF BID OTHER Testing 0 t 5, 000. (1-) SUBTOTAL : 527,89A.00 13 % INDIRECT COSTS (1. 4 3 % : �7,549.00 ~q (E) (ENQ. FEEL CONTINGENCIES (8%) f (EC) ESTIMATE COMET. Cost : 500, 000.00 TOTAL s 535,447.00 (E) ESTIMATE ' CONTRACTOR'S INFORMATION: CI A - ® ®TYPE OF WORK: Engineering COAStr1IC-MINORITY Q rV� O YEARS OF ESTABLI MpgENT: 2 t ion LICENSE 2632009 NAME:_&Zyal Engj,neerina Construction, Inc. TELEPHONE( 305 596-9147 ADmm; 6900 S.W. 94 Avenue CONTACT PERSON: F . J . Miranda SUBCONTRACTORS NAMES: CLAN: r. JOWT ►. PRW B. sue N#M Y: r• SLACK N• NWANX f. FEMALE COMET: ASSMAW enwr uMI Kft ma Q .... u -K A"QQ ecu mpl., uW MAMC" REV. Hsi 93- 50, NO TABULATION OF BIDS FOR CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE IV Iraoiwd by tNo cit orrd the city ciw46 city of mmi, rlartom n sm ma A.m. a. m■ • COMPLEX CONST COR FLA BLACKTOP I -- - - ROYAL ENOR.CONST. FGL CONST. INC REOLAND CONST -- 8900 S.M. 94 AVE. 4846 SW 75 AVE 799 SW 107 AVE7353 NW 8 ST 280 S.POWERLINE R w wo dltr of ruoafi - -- - - NO NO NO NO No -_ I VWXj d as POP CltV DWO ra MatrO OM. YES 88 VOUCHER YES 5% YES 5% $30,000.00 YES 5% l aritiM - --- - ty owled BID: THE TOTAL GEMS i THRU 7 ON ONE HUNDRED TWENTY (120), YES H $46t.750.00 YES H 1465. 000.00 NO $551.025.00 $594.250.00 NO $543 900.00 ING DAYS IRREGULARITIES LEGEND rower-cf-Attawnr = Affidavit aM to 4ita1 6 "WO of OWWUM CUM" THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED thnt the lowest and Flwwneneiye bidder is ,� �Ib-�ECORITT_L2S? 1 CITYWIDE SIDEWALX REPLACEMENT PROJECT -PHASE IV B-4556 SID*T'F.Mi �______M---+— --'r—-•..!__!M_r___r!! 92-93-095 DIDgQ. s �r«..-...1.._.r..r..a._...r..--..�_.......rr�.Nllr.......l.�l...... SATs =rD(S) 0"W"' MAY 21, 1993 10:30 a.m. a.--.�.lr-�r�...._!r�lra----�r-� rNrrr NlrNs+�—�� I IOTAL �iDDER MD AMOUNT CASBI=R' 3 C=EC1C ROYAL ENG. CONST. INC. $ 461,750.00, B.B. & B.B. VOUCHER & L CONSTRUCTION INC. $ 465,000.00 B.B. 5% REMAND CONSTRUCTION CO. INC. $ 551,025.00 B.B. 5% OMPLEX•CONST. CORP. $ 594,250.00 B.B.•$ 30,000.00 FLORIDA BLACKTOP, INC. $ 643,900.00 B.B. 5% !—�rM_rrrr _r_rarr—r rr—rl—lr---_r'!r —r_rrM--ri— ilrr—_.��►r.�r r_M—r ----_--rrr O—r'—r --------------- ---M--- ----NMMir!—rN9M— W r. .421:22 --r—YN—N rO--w —i.r—rrr--i•Y— NIM--rr--M—r --r-----rM--- r Mw------NM r--r�—M-1�—NMMr-- ---l----r -------- --- --- _ received ( envelopes on behalf of trorson receiving bids) i p cj:t Dep : seat) Y �IGNIDs 7�putj Eiji 1 RECEIVED '93 MAY 21 A10.30 MAT"` HPAI CITY C(_?:^K CITY OF Mr�MI, FI_A. CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To: Matty Hirai DATE: April 26, 1993 FILE: City Clerk CITYWIDE SIDEWALK REPLACEMENT SUBJECT: PROJECT - PHASE IV B-4556 BID #92-93-098 FROM: Jacqueline Crooks REFERENCES: Typist Clerk II Department of Public Works ENCLOSURES: Contractors will submit bids for the above referenced project to be opened on: May 21, 1993 Time: 10:30 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. ' �l BID. NO. 92-93-098 ADVERTISEMENT FOR BIDS Sealed bids for "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE IV, B-4556", will be received by the City Clerk of the City of Miami, Florida at 10:30 AM on the 21st day of May, 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 removal and replacement of approximately 125,000 square feet of concrete sidewalk at locations throughout the City that are not a direct result of damage caused by Hurricane Andrew. Construction includes the following: clearing and grading, pruning and removing tree roots and limbs if necessary, constructing new 4" and 6" concrete sidewalk, and incidental surface restoration if necessary. 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 Richard Blount, Project Manager, 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 May 4, 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 J�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 $$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 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 any bid, and the City Manager may reject any or all bids, and readvertise (B-4556, Req. 5706). Cesar H. Odio City Manager Np� BID. NO. 92-93-098 ADVERTISEMENT FOR BIDS Sealed bids for "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE IV, B-4556", will be received by the City Clerk of the City of Miami, Florida at 10:30 AM on the 21st day of May, 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 removal and replacement of approximately 125,000 square feet of concrete sidewalk at locations throughout the City that are not a direct result of damage caused by Hurricane Andrew. Construction includes the following: clearing and grading, pruning and removing tree roots and limbs if necessary, constructing new 4" and 6" concrete sidewalk, and incidental surface restoration if necessary. 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 Richard Blount, Project Manager, 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 May 4, 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 $88. There will be a L20 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. 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 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-4556, Req. 5706). Cesar H. Odio City Manager 4 BID. NO. 92-93-098 ADVERTISEMENT FOR BIDS Sealed bids for "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE IV, B-4556:", will be received by the City Clerk of the City of Miami, Florida at 1000 AM on the 21st day of May, 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 removal and replacement of approximately 125,000 square feet of concrete sidewalk at locations throughout the City that are not a direct result of damage caused by Hurricane Andrew. Construction includes the following: clearing and grading, pruning and removing tree roots and limbs if necessary, constructing new 4" and 6" concrete sidewalk, and incidental surface restoration if necessary. 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 Richard Blount, Project Manager, 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 May 4, 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 320 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. 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 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-4556, Req. 5706). Cesar H. Odio City Manager i f y R l � ' i � I�JU U u �ISLI [I IYJ r t n in REQUISITION FOR ADVERTISEMENT This number must appear t DEPT/DIV. Public Works/Administration In the advertisement. ACCOUNTCODE Account #341178, Index 319201-287, Bid #92-93-098 PATE 04/28/93 PHONE 579-6865 APPROVED BY: PREPARED BY Jacqueline . Crooks r1 a - k ' DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement once times. (number of times) type of advertisement: legal X. classified display (Check One) Size: Starting date May 4, 1993 i Sealed bids for "CITYWIDE First four words of advertisement: Remarks: "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE IV, B-4556" ( DU NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT -j ;—ONVOICEs, ITJ%MOUNT }. A-1 # B-2 C-3 i D-4 i E-5 F3 r f F4 F5 F7 F8 F9 F10 F11 F12 LINE '' 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 2 4 1 VIPVIPI I I I I 1 1 12101212 8 7 1 2 fi 4 7 8 V P 121314 15 DESCRIPTION 36 64DISCOUNT 69 72 AMOUNT 80 5 2 0 0 2 0 1 Approved for Payment White — Purchasing Yellow - Finance Pink —Department