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