Loading...
HomeMy WebLinkAboutR-92-0102J-92-107 01/ 15/ 92 943— ��0 � RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF MIRI CONSTRUCTION, INC., IN THE PROPOSED AMOUNT NOT TO EXCEED $688,001.00, TOTAL BID OF THE PROPOSAL, FOR TAMIAMI STORM SEWER PROJECT PHASE III B-5582; WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1991-92 CAPITAL IMPROVEMENT ORDINANCE NO. 10938, PROJECT NO. 352190, IN THE AMOUNT OF $688,001.00 TO COVER THE CONTRACT COST AND $138,350.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $826,351.00; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received January 14, 1992, for TAMIAMI STORM SEWER PROJECT PHASE III B-5582; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Miri Construction, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, was adopted on December 5, 1991 and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 352190 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COM USSION MME I ING OF, r k B 13 1992 RESOLUTION No. 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 January 14, 1992, hid of Miri Construction, Inc., in the proposed amount $688,001.00, for the project entitled TAMIAMI STORM SEVER PROJECT PHASE III B-55,92 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 $826,351.00 is hereby allocated from the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, Project No. 352.190. Said total project cost consists of the $689,001.00 contract cost and $138,350.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contracty on behalf of the City of Miami with Miri Construction, Inc., for TAMIAMI STORM SEWER PROJECT PHASE III B-5582, 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 - -i PASSED AND ADOPTED thi513th day of February LEGAL REVIEW BY: ) m G. IAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: I N J0,9ES, I I CITY ATTO EY -3- CAPITAL PROJECT: A DU RO IGU Z IP MJEU MANAGER SUBMITTED BY: . 1992. b 0-,( f, 6 WALDEMAR LEE ACTING DIRECTOR OF PUBLIC WORKS i J-92-107 O1/ 15/92 �j RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF MIRI CONSTRUCTION, INC., IN THE PROPOSED AMOUNT NOT TO EXCEED $688,001.00, TOTAL BID OF THE PROPOSAL, FOR TAMIAMI STORM SEWER PROJECT PHASE III B-5582; WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1991-92 CAPITAL IMPROVEMENT ORDINANCE NO. 10938, PROJECT NO. 352190, IN THE AMOUNT OF $688,001.00 TO COVER THE CONTRACT COST AND $138,350.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $826,351.00; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received January 14, 1992, for TAMIAMI STORM SEWER PROJECT PHASE III B-5582; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Miri Construction, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, was adopted on December 5, 1991 , and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 352190 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: r 5 1 1 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 S e c t i on . Section 2. The January 14, 1992, bid of Miri Construction, Inc., in the proposed amount $688,001.00, for the project entitled TAMIAMI STORM SEWER PROJECT PHASE III B-5582 for the I 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 $826,351.00 is hereby allocated from the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, Project No. 352190. Said total project cost consists of the $6R8,001.00 contract cost and $138,350.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contractl/ on behalf of the City of Miami with Miri Construction, Inc., for TAMIAMI STORM SEWER PROJECT PHASE III B-5582, total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. IN 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 - -� 19 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Honorable Mayor and Members DATE JAN L V 1992 FILE B - 5 5 8 2 TO of the City Commission Resolution Awarding Contract SUBJECT for TAMIAMI STORM SEWER PROJECT PHASE III FROM: Cesar H. Od i 0 REFERENCES City Manager ENCLOSURES RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Miri Construction, Inc., a company located within Dade County and not within the City of Miami, for the TAMIAMI STORM SEWER PROJECT PHASE III B-5582, received January 14, 1992 in the amount of $688,001.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $688,001.00 Cost Estimate: $868,000.00 % of Cost Estimate: 79% Source of Funds: Fiscal Year 1991-92 CIP Ordinance No. 10938 Minority Representation: Public Hearings/Notices Assessable Project: No 239 invitations mailed 23 contractors picked up plans & specs (9 Hispanic, 1 Black, 0 Female) 12 contractors submitted bids (6 Hispanic, 1 Black, 0 Female) Bid Notice published Discussion: The Department of Public Works has evaluated the bids received on January 14, 1992, and determined that the lowest responsible and responsive bid, in the amount of $688,001.00 is from Miri 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 1q .-1 TAMIAMI STORM SEWER PROJECT PHASE III JOB NO. B-5582 CONTRACTOR'S FACT SHEET 1. MIRI CONSTRUCTION, INC. 7340 S.W. 121 Street Miami, FL 33156 Tel: (305) 233-5266 2. Principals: Dionisio Suarez, President Miriam T. Suarez, Vice -President 3. Contractor is properly licensed and insured. 4. Subcontractors: None listed in the proposal. 5. Experience: Corporation established in 1978. 6. A hispanic -minority contractor. 7. Project and Scope: The project consists of design and construction of an exfiItration drainage system in the area noted below. The project is located at West Flagler Street to S.W. 8 Street and from S.W. 57 Avenue to S.W. 62 Avenue. One hundred and eiyhty (180) working days construction time. 8. Funds allocated: Contract Bid Price: $688,001.00 (Contractor) Estimated Project Expenses (City of Miami) Design: Engineering, Architectural: 52,080.00 (6% of Cost Estimate) Construction: Surveying, Inspections: 61,920.00 (9% of Contract Bid Price) Blueprint: 1,000.00 Adverti sing and Postage: 700.00 Testing: 11,000.00 SUBTOTAL $814,701.00 Indirect Cost Allocation: 11,650.00 (City of Miami) TOTAL ESTIMATED PROJECT COST $826,351.00 Prepared by: Gilbert Chipenda/Leonard Helmers R, N TABULATION OF BIDS FOR TAMIAMI STORM SEWER PROJECT PHASE III (8-5582) siddsr MTYi2 COAST. cww• =—W cow-r. cow. xIL YL.A & A580C. C R. CQWINC_ ROM IN A 7340 S. 1t 121 ST. ; 7422 511 ST. 19Zi1 NE 18 AVE. 4395 PAIN AYE 7599N-A NM 7 ST. 6M am is LOCATED DO CITY OF MIANI N N N N N N LIC079ed t Insured as Per CitY Code t Not Ord. Y Y Y ! Y Y Y aid Bond Asouret — 5x SRC 59 i S ?x 5% irrepulritias Mkwrity fined Y Y Y Y Y Y TOTAL. alit THE TOTAL OF ITEMS 1 THM 31 t aLsm ON lill0) ilOwclN6 OAYs COMGLyiao TIME. THE FF 1 LOCATED IN CITY OF MIAMI Licensed t Insured ss Per City Code t Metro Ord. Irregularities Q7 minority awted N •, TOTAL SM T!E TOTAL OF ITEKS i Thal! 31 GK 001. 0o 7M 43Z 00 82a. 046. 00 aw. 4M 00 an. 90Z 50 866. 179- 90 LANZO CONS7. CO. 14ILLIAMS PAVING 6ROlP MOYA OCEAN BA Cow OCEAN "AN Cal INC. RIC-M N IW. Im $900 NM 44 Si POMPANO 8EACH i0u i NN 8< AMA i3i7 SW 74 AVE ; 7200 Nu 16 ST. 1132 ME se sr. 7M w ut -T. N N N N N K Y Y Y i y Y Y ! sx ax Z! ss N ppm 7M 877. 221. 32 SKX 351. 00 @W_',i & 46 W& 7M 20 96M 74& 00 W IRREGULARITIES LEGEND A — No P'owwl of—Attormy = —No Affidavit as to Capital C Surplus of Brndlnp Company C — Corrected atansions N 0 —Proposal lt+signed or improperly Signed or No Carparate Seal �. E— I F- 4 G — laprow aid Bone tV ` '' N — Corroc Old I = i Q J— 1 K — No O� iicate Bie Prcpossl It has been determined by the Department of Public Works that the lowest bidder is Miri Construction Inc. in the amount of S 688.001. 00 �� _. )711 1&L1_____ A T R t R E C F- I If' I--- D 1591 DEC I I All 10: 2 8 NATTY CITY C L E riTf ff BID _SECURITT_LIST BID ITEM: —_ TAMIAMI STORM SEWER PROJECT__PHASE_III—B_5582 — ___—__ C.I.P. PROJECT # 352190 DID NO.s —_ 91`92_028----------- ---------------------------- 7-- DATE BIDS) OPENED. JANUARY 14, 1992 11.00 a m_--_------_----_—__--_ 1� TOTAL BID DOND_Sorj BIDDER DID AMOUNT CASHIER!S_CHECK___ MIRI CONSTRUCTION ----- $ 688,001.00 B.B. 5% ASSOCIATES CONTRUCTION CORP. _ 726,432.00 — B_ B__ 5% --_ SOLO CONSTRUCTION CORP. _ 828,045.00 — B.B. ----------------- 5% & ASSOC. INC _ 853, 402 00 B.B.— 5% ---------------- MORLIC ENGINEERING CORP. 853,902.50 B.B. 5% RESOL INC. 856,179.90 B.B. ---------------------- 5% LA ZO CONSTRUCTION CO. FLA. 859,279__20 _ B.B. 5% WILLIAMS PAVING CO. INC. ----------------------------------------- 877,221.32 B.B. 5% THE DE MOYA GROUP INC.----L—_ -------------- 883,351 _00_ B.B. ------------------------ 5 OCEAN BAY CONSTRUCTION INC. ---------- -------------------- I 887,538.46 B.B. ------------------------ 5% MAN CON INC. --------------------------------- 926,796.20 B.B. ------------------------- 5% RIC—MAN INT. INC. -------------------- 993,746.00 L------------- — B.B. ------------------------- 5% ---------------- *------------------------ - -- - - - - - - - -- - - r - - - - - - - - - - - - -- - - - - - - - - - - - - - -- - - - -- - --- - - -- - -- - - - - - - - - - - -- -- - - - - - - - - - - - - 4- - - -- - - - - - - - - - - - - - - - - - - - - - -- - -- - - - - - - - - - - - - - - - - - ----------- -.-------- --- --- ----------- -----_--- ----- ----------------------- _-------------- --- ---------_----- i - - - - - - - - - - - - - - - - - - - - - ______-___-_-- r ------------_---.---------------------- ________________- t - - - - - - - - - - - - - - - 4 - - - - - - - - - - - - - - - - - - - - - - - - Person receiving bids) Public Works (City Department) ----------4------------------------ received Q]Z ) envelopes on behalf of ----------on----j/—a/9z---------------- SIGNED• puty City Clcrk) J-92-110 01 B I D NO. 91-92-028 ADVERTISEMENT FOR BIDS Sea I ed b I ds for "TAM I AM I STORM SEWER PROJECT - PHASE I I"i �! 13&V W, Y 11' fsi receIved by the City Manager and the CIty Clerk of the City of MIa►1l,.Fllorlda at 11:00 AM on the 14th day of January, 1992, at the City 4kar1c ''d'fhce, f I rst f i oor of the M i am I City Ha I I , 3500 Pan Amer I can Dr iw�," .Key, Miami, Florida, 33133, at which time and place .�`f�ir`' they wlII be �iubil�ly' hed and read. The project will consist of construction of drainage structures In the area bordered by S.W. 57 Avenue, S.W. 62 Avenue, West Flagler Street and S.W. 8 Street. It will include Perforated Aluminum Pipe French Drains (15" to 24" Diameter); miscellaneous aluminum, concrete and ductile iron pipe In various sizes; catch basins and manholes; sidewalk, curbs, gutters and pavement replacement in construction area. 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 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 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 December 19, 1991. if bidders wish, a set of plans and specifications, will be mailed to then by writing to the Department of Public Works and including a separate check for $8. There will be a $20.00 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $20.00 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. ;j The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements." The object of this ordinance is to provide . eM loyment 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. Foi 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 Carmission reserves the right to waive any Informality In any bid, and the City Manager may reject any or all bids, and readvertise (B-5582, Req. 5662). Cesar H. Odlo City Manager 1, I ---------------- -------------- -------_-- .------------� _ received QZ ) envelopes on behalf of Person receiving bids) - Public Works______ on 19Z (City Department----------------- ----1- - - - - - - - - - - - - - - - SIGNED: puty City Clerk) J-92-110 01/1n' � n() REQUISITION FOR ADVERTISEMENT This number must appear 6EPT/DIV. F'ttb 1 . C i'J c x' k . , / t �_ t ; :� t _ tt �; t u - t : in the advertisement. ACCOUNTCODE DATE �`� 3.0 �� PHONE �� / `t'" ` !; APPROVED BY: PREPARED BY DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement 0'' C j times. (number of times) Type of advertisement: legal classified display (Check One) Size: Starting date -- First four words of advertisement: �' ' �' U 1 �t ` V(j> , T r' f'' aj,, - - -- Remarks: ��`s'•r�ii:L.Aii:a- `'U .Ii SIJ�;'i.is. PftO<71 C`r' - I'Tih:jI DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. DATE(S) OF LINE PUBLICATION ADVERTISEMENT �' INVOICE AMOUNT 0 _ A1 tv '� B-2 = cll 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 OBJECT PROJEC' 11 113 1 117nVP 12534 42 45 50 51 56 57 62 63 65,66 0 1 2 4 1 FTT r39 2 0 2 218171 1 21314 71314 15 DESCRIPTION 36 64 DISCOUNT 69 72 AMOUNT 5 2 0 0 1210 1 Approved for Payment White - Purchasing Yellow - Finance Pink - Department CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Matty Hirai DATE December 10 1991 F"EB-558` Ci ty C1 erK FROM Mayra Herrera - Department of Public WorKs 9 r SUBJECT : TAMIAMI STORM SEWER PROJEC - PHASE III C.I.P. Project #352190 REFERENCES: ENCLOSURES: Contractors will submit bids for the above referenced project to be opened on: January 14, 1992 11:00 AM Please make the necessary provisions for this bid opening. A representative from our Department will be present. MH/ cc: Construction Contract ;rr; r `• - .. , T n� �:i ®r, BID NO. 91-92-028 J-92-110 ADVERTISEMENT FOR BIDS g1/,1 sealed bids for "TAMIAMI STORM SEWER PROJECT - PHASE III B-5582" will be received by the City Manager and the City Clerk of the City of Miami, Florida at 11:00 AM on the 14th day of January, 1992, 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. The project wlII consist of construction of drainage structures in the area bordered by S.W. 57 Avenue, S.W. 62 Avenue, West Flagler Street and S.W. 8 Street. It will include Perforated Aluminun Pipe French Drains (16" to 241' Diameter); miscellaneous aluminum, concrete and ductile Iron pipe in various sizes; catch basins and manholes; sidewalk, curbs, gutters and pavement replacement In construction area. City regulations will allow bidder- to furnish bid bonds In accordance with Resolutions No. 86-983 and No. 87-916. For technical questions regarding plans 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 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 December 19, 1991. If bidders wish, a set of plans and specifications, will be malted to then by writing to the Department of Public Works and including a separate check for $8. There will be a $20.00 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $20.00 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 Agreements. 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 Carmission reserves the right to waive any Informality In any bid, and the City Manager may reject any or all bids, and readvertise (B-5582, Req. 5662). Cesar H. Odlo City Manager