Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-92-0590
I J-92-618 9/16/92 92-- 59Q RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF METRO EQUIPMENT SERVICE, INC., IN THE PROPOSED AMOUNT OF $2660590.00, TOTAL BID OF THE PROPOSAL, FOR ENGLEWOOD STORM SEWER PROJECT PHASE II, B-5601; ALLOCATING FUNDS THEREFOR FROM THE FISCAL YEAR 1991-92 CAPITAL IMPROVEMENT ORDINANCE NO. 10938, PROJECT NO. 352195; IN THE AMOUNT OF $266,590.00 TO COVER THE CONTRACT COST AND $54,755.00 TO COVER THE ESTIMATED EXPENSES FOR AN ESTIMATED TOTAL COST OF $321,345.00; 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 July 28, 1992 for ENGLEWOOD STORM SEWER PROJECT PHASE II, B-5601; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from METRO EQUIPMENT SERVICE, 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. 352106 of said Ordinance; 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 CITY COMMISSION MEETING OF SEP 2 4 1992 Resolution No. 92- 590 thereto and incorporated herein as if fully set forth in this Section. Section 2. The July 28, 1992 bid of Metro Equipment Service, Inc. in the proposed amount of $266,590.00, for the project entitled ENGLEWOOD STORM SEWER PROJECT PHASE II, B-5601 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 $321,345.00 is hereby allocated from the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, Project No. 352195, said total project cost consists of the $266,590.00 contract cost and $54,755.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contract,V in form acceptable to the City Attorney, on behalf of the City of Miami with Metro Equipment Service, Inc. for ENGLEWOOD STORM SEWER PROJECT PHASE II, B-5601, total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 24th ATTES , 1992. MATTY HIRAI, CITY CLERK 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 prescribed by applicable City Charter and Code provisions. -2- 92- 590 'A CITY OF MIAMI, FLORIDA 24 INTER-OFFICE MEMORANDUM TO: Honorable Mayor and Members DATE: of the City Commission SUBJECT FROM : �`'i 1 ; REFERENCES Cesar H. Odi City Manager ENCLOSURES Hr--' FILE : B-5601 �..ii v Resolution Awarding Contract for ENGLEWOOD STORM SEWER PROJECT - PHASE II It is respectfully recommended that the City Commission adopt a resolution accepting the low bid of METRO EQUIPMENT SERVICE, INC., a company located within Dade County and not within the City of Miami, for ENGLEWOOD STORM SEWER PROJECT - PHASE II, received July 28, 1992 in the amount of $266,590.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. Amount of Bid: $266,590.00 Cost Estimate: $321,345.00 % of Cost Estimate: 78% Source_of Funds: Fiscal Year 1991-92 CIP Ordinance No. 10938 as amended. Minority Representation: 250 invitations mailed 21 contractors picked up plans & specs (10 Hispanic, 1 Black, 0 Female) 12 contractors submitted bids (7 Hispanic, 0 Black, 0 Female) Public Hearings.lNotices: No public hearing/Bid notice published. D'egus 'on: The Department of Public Works has evaluated the bids received on July 28, 1992, and determined that the lowest responsible and responsive bid, in the amount of $266,590.00 is from METRO EQUIPMENT SERVICE, INC., a non -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 92- 590 FACT SHEET PUBLIC WORM DEPARTMENT DATE 8 4 / m H--5601 Pawact NAME: ENGLEWOM STORM SEWIEt PF03ECT PHA.9E II CIP M: 352195 LOCATION: BOUNDED BY S.W. ., TYPE: PROJECT MANAGER: FEDERAL PARTICIPATION: ASSOCIATED DEPARTMENT: wom ASSESSABLE: Q EMERGENCY: Q RESOLUTION N: BID REGUEBT: FORMAL ® INFORMAL DESCRIPTION: ON OF FAH DRAIN WITH C RM-DRAIM AND RELATED 5TRiIC'IiJRFS IN VARIOUS I)OCA ONSS WITHIN THE BOUNDARIES INDICATED ABOVE M ELIMINATE SISTER EWMING PROBLEMS. (IF NECESSARY, CONTINUE ON THE HACK) SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONST. COST) SURVEY / PLAT O $ SITE INVESTIGATION O Q s --- PLANNING AND STUDY Q O s �— % OF (EC) DESIGN ® [� s 20, 394.00 6 % OF (EC) SPECS AND BID PROCESS O O s 838.00 �w % OF (EC) CONSTRUCTION Q s 266, 590.00 (&D) CONST. INSP. & MANAGEMENT ® Q s 23, 993. 00 9 % OF BID OTHER TESTZNG 0 ® s 5, 000.00 (E) susToTAL s 316, 815. 00 5 % INDIRECT COBTS (1. 43%) s . 4,530.00 (E) (ENQ. FEE) CONTINGENCIES (5%) s -" (EC) ErflMAMCOW COrr. S 339, 900.00 TOTAL s 321, 345.00 (E) EI MATE CONTRACTOR'S INFORMATION: CLASS: = © ® TYPE OF WORK: Engineering Constructim MINORITY Q OH 0' YEARS OF ESTABLISHMENT: 6 ucENSE No. 274083-6 NAME: METRO_ EQUIPMWr SERVICE, INC. TEUPHONE (305) 279-0071 ADDRESS: 10101 S.W. 35 TERR. CONTACTPERSON: Jorge L. Godoy 10411 S.W. 50 ST. SUB -CONTRACTORS NAMES: CLAW d- .%W F- MIME S. SUB MNORM., S- SLA01 N- NMAANIC F- FEMALE C.C.: ASSISTANT DIRECTORS, ASSOCIATED DEPT., COST ANALYSIS, CIP MANAGER, FILE 92- 5903 3.W.32 AV I AtSUL.H i -Lul I --- WER PROJECT PHA II B-560 WOOD STORM S E NST. AESOL INC. ', E N G L E YANES EQUIP.. INC CO 1ETRD EAs flUIP. SEa MIRI CONST.. INC. PEaEZ-NAa ENG. 7340 S.N. 121 S i015 SW 67 AYl2040 SW 161 ST 7422 SM 48 ST 6090 BIaD a0. Ter 10101 SM 35 T� . N N N N N Y y y I RESS Y SM ATED IN CITY_OF MIAMI y y 5S 51 5it S 34,000.00 *need C Insured as Per City Code 0 Metro Ord. 1 14.000,00 M Y, Ft Y. H 1 Bond Amount Y. Y. H H .e ularities Minority Owned THE TOTAL OF 279.00 l 305.996.50 SUM OF: M. YILA C ASSOC. AN BAY CONST. qBROS..(S B'• NILLIAMS IMC- PAVING A.P. PAVING P.J. CONST.. INC 2200 NN is ST, F 1313 NN 97 AV. 9090 SW 124 ST. 4100 Sit70 CT. 4395 PALM AV. N Bidder 7001 MN 64 AV. N N N N Y ApOpESS N y 5 Y Y i4 Y Y 5S LOCATED IN CITY OF MIAMI 5% 5x Licensed C Insured as Par CStY Cods C Metro Ord. 5% : 20,550.00 N V. H Irre ularities N Minorit owned . TOTAL BID: THE TOTAL OF ITEMS i THRU 1T 483.633.00 464.535.00 CpMpIET ON TI T40g,200.00 425. a92.50 465. 425.00 Ili MOiiC Na DAYS 360,380.00 BAggp oN !00 IRREGULARITIES LEGEND the Department of Public Works A -No Power -of -Attorney It has been determined by Affidavit as to Cspital C Surplus of Bonding GompsnY that the lowest responsible and responassiive biddy .gg0.d0. B n the C —Corrected Extensions metro Equipment Service. Inc. i D — Proposal Unsigned or improperlY Signed or No Corporate Seal GD F_ G — Improper Bid Bond i H — Corrected Bid BID 91--92-093 8-560 No Duplicate Bid Proposal ___.. .prep. BY: L.B 6 O.a.