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