HomeMy WebLinkAboutR-91-0285J-91283
4/1/91
RESOLUTION NO. 91 285
A RESOLUTION ACCEPTING THE BID OF P. J.
CONSTRUCTORS, INC., IN AN AMOUNT NOT TO
EXCEED $912,644.00, TOTAL BID OF THE
PROPOSAL, FOR LOCAL DRAINAGE PROJECT
E-67 B-5581; WITH MONIES THEREFOR
ALLOCATED FROM THE FISCAL YEAR 1990-91
CAPITAL IMPROVEMENT ORDINANCE NO. 10782,
PROJECT NO. 3522759 IN THE AMOUNT OF
$9129644.00 TO COVER THE CONTRACT COST
AND $158,194.00 TO COVER THE ESTIMATED
EXPENSES, FOR AN ESTIMATED TOTAL OF
$10709838.00; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID
FIRM.
WHEREAS, sealed bids were received March 7, 1991, for
LOCAL DRAINAGE PROJECT - E-67 B-5581; and {
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid from P. J.
IID_81M RITj.LIST
DID rMt
If�lRia t1�7►/.sW1�i.Ci���fYYaiY�lf.+i►w►OiLriilYl►�IY1711Yi1►�Y�.Y11Y11Y1it
r
' iii►�ai.�f.�.lalr rYiiY-iifb�.liu.iillYirif�Yiii.il�ilYi lfiYlli�i'r�1iYYtr1YI�YbY.iir MYiYlYl UliWiiYil�iYYir'ifY �t.�iitiii�.
r t bYi �`rW�iZ.ry.r ira+rr. Yrr..r.+YNWi1M�Ifii�iiiiiiYrGtil�ir3biY►rl�Fi.� .....
I
DATI RI(S) O SNBD: ..: Marab-7,...19�t...1.t:0.[]...-
AP i
TO2AI. AID �02tb S�+rZ ,
�tab$B SIb L!!RMT CASHIER'S CHSCK
rurrrrrYrr--ir—�—.—w—r
P.J. Constructors, Inc.
. ...i'�r�-YYr�M.—r'riiii.�w—f�1�r"-r.�-"
. r�.r.r—rrrr
$912,644.00
!.ilY—ri�r�.—l--�.
.►.rrr.rr.--rr—ara—r.�r.rrrwrfrr.r
5% BB
—..rlr►r—r..►.rar—l�..r—rMw�irir!—ra.
Man Con, Inc.
rr-_----r-----
$934,900.00
---------------- -------------
5% BB
-----------r—NY---N!
.Williams Paving 0., Inc.
l.M------------ N
$941,532.50
—N—rl------ --
5% BB
--rrr--------Yrrrrl--
Yanes Equipment, Inc.
. r------.r r--N—
$948,136.34
---------------
5% BB
------------rNlr—r--�
Site Tech Engineering, Corp.
$976,500.00
5% BB
Associates Construction, Corp.
$994,800.00
5% BB
MIRI Construction, Inc.
$999,977.00
5% BB
Galtech, Inc.
$1,171,300.00
5� BB
------- - ------
--------------
---------------- -----
-------------- -i
-------------�--------------
-------------
f
---------------- ----
-- -----------------
------------
L------- - --
----------------------
-
-�----------
-----------------------
—
----
.-----------
----- —
--------
--------------
----------------------
-
-- -- ----
------- ----
----------------
-----------------------
---- ------
.--�►--r
----------------------
--
—YM NN--N
—�►—Y}Ir—r—N—N1!!
. 1-I��r�NYY--
—Y—I�rrNM—M
N-- —!Nl--
—YYY—N—Y--l—
—�.rYr—rl--Y—�i
—Y—YN--I—MYY—rN--Y.
Y---i--.Yrr—N—YI►---..
YI!—�Y�.�— �. -r
—Y---l----II—rY—./--ll�►�►
_—�F�—�-1-�-r#Y���—M—�r�►l�Yr—Y—YY--il—
---�--.-IMY.I►--Yr1�rYN
REGC IVI- D
1-059
1591 JOIN I G A,"" 11: 3S ADVERTISEMENT-
DVERT I SEM NTHo. FOR BIDS
MATTY
Sealed b 4Y"Cd KKORAINAGE PROJECT E-67, B-5581" will be received by the City and
the City! &CW-1WIChr5of Miami, Florida at 11: at the
City Clerics office first floor of the Miami , 35oo pan Ammean Drive, Dinner Key,
Muni, Florida, 33133, at which time and place they will be publicly opened and read.
The project consists of construction of drainage structures at designated locations citywide. It
will include Perforated Aluminum Pipe French Drains (24" to 36" Diameter); miscellaneous
aluminum, concrete and ductile iron pipe in various sites; si dewalK, curbs, graters and pavement
r+eplaoement in construction area; catch basins and manholes. City regulagons will allow bidders
to furnish perform and bid bands in a000rdanoe with Resolutions No. 86-963 and No. 87-NS.
For clarification of technical issues as presented in the documents and specifications, please
contact Daniel C. Brenner, P.E., Environmental Engineer, at (305)579-M. Pnoepecnvie bidders
wiil be required to a Mt, with their bid, a copy of the app oprJate Certificate of Carp Tory,
as issued by Dade CaurW, Wch a rMom es the bidder to pet rain the Keposed Mork.
All bids shall be submitted in accordance with the Instructions to Bidders and Specifications.
No Cily regulations, will require each bidder- to 9AWt proposals in diplicate originals. Plans
and specifications may be obtained fron the office of the Director ot PUb1IC works, 25 N.W. 2
Street, 3rd floor, Miami, Florida, 33128, on or after February 14, 1991. If bidders wish, a set
of plans and specifications will be mailed to then by writing to the Departrment of Public Worts
and including a separate cheat for $L There will be a SM deposit required for the first set of
plans and speci f%aiiicm. Addi ti onal-sets may be purcias�e for a fee of $2D per set' ar 1ii s is
not refundable. Deposits will be refunded only upon the return of Nb set of plans and
specifications to the Depararent of Public Worts, unmarxed 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
minorliry vendors. The City wi11 expect prospective bidders to submit an Affirmative Action Plan,
as defined in said Ordinace, and as required in the Instructions to Bidders.
The City of Mann has adopted Ordinance No. 10032, which inpl ements the "First Source Hiring
Agreements" The object of this ordinance is to provide employment opportunities to City of Mtaim
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 Worts, City of Miami, at (305)579-6.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for failure to complete the watt on time. The CiV Cannission reserves the right to
waive ary informality in arty bid, and the Civy Manager may reject any or all bids, and
readwertise (B-5581 Reg. 5624).
F
n 1 hills�
t .
y� '"t
Aas
i
w +
1
I
+20
CITY OF MIAMI, FLORIDA
INTEROFFICE MEMORANDUM
'
Honorable Mayor and Members
TO ; Y
DATE :
MAR 231991
FILE B=5581
of the City Commission
sua,Ecr: Resolution Awarding
Contract
for LOCAL DRAINAGE
PROJECT
E-67
I
FROM: Cesar H • Od
REFERENCES
City Manage
ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that
the City Commission adopt
the
attached resolution accepting the
low bid of P. J. Constructors,
Inc. , a company located within Dade
County and not in the City
of
'
Miami, for LOCAL DRAINAGE PROJECT
- E-67 B-5581, received March
7,
1991 in the amount of $912,644.00,
Total Bid; authorizing the City
Manager to enter into a contract on behalf of the City.
BACKGROUND
it �����������I��Y�iI11�ii11i11r�1I10�r�l�rirrrrnurrnrrru�..orruunnn
I
_ ._. _ . _
,r,
TABULATION OF BIDS FOR
rF
FOCAL
DRAB INAGE
PROJECT E-67
5 -
ids at
P:J."CONSTRUCTORS. INC.
MAN CON INC.
YA
OIL,
4100`Sw 70 CT.
1132 HE 48 ST POWANO BEACH
NO
�Lo+>rs�sd In The cityof Miami
YES
YES
:aid lmd t
5% 8B
5% 86
;:-
Malt 3arltss
NO
NO
OF ITEMS i THRU 41
TOTAL glik THE TOTAL
OASEO ON ONE-HUNDREO
EITHTY 80
912 644.00
$934,900.00
WORKING DAYS
ITE TECH ENGINEERING. CORP
ASSOCIATES CONST . CORP
MIi
Bidder
4747 NW 103 AO AVE7422
SW 48 ST
Address
NO
NO
Located In The Cityof
Nisei
YES
YES
d 6 s
d
d
5% 8 8
5% 88
S1d Bond Amount
i qwmwowl
__ O.,.�_ed � YES. H YES. H
11inwit Owed
TOTAL .BID: THE TOTAL OF ITEMS i THRU 41
BIASED ON A ONE —QED EIGHTY (180) $976.500.00
WORKING 'DAYS
IRREGULARITIES LEGEND
ai► �a. +w.M.r-.t-�arn.�r
B-pf Affidffit s. t. WPM 6 9"2w of sonelrt 00"mr
C —fteg utwrion. P U Constructor
0 — .l unipnw «iopr�pM`ly sitnN ar No Carparot. sni
�-ioneMlhw DctwMian.
f: ywo"Opmi'm Dig
800.
B-5581
7001 NW 84 AVE 12040 5W 11
NO NO
YES YES
air ace 5Z 813
NO I YES,"
116.34 f $951.432.50
7340 SW 121 Si 8001 NM 54 ST
NO No
YES YES
51 68 5x BO
H I NO
977.00 f _ $1. 171. 300.00
THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED
That the lowest Responsible and Responsive bidder is
,r ■
�► G — �p�h.o.r ss+ eene _
I
BID 90-91-059
B-5581