Loading...
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