HomeMy WebLinkAboutR-91-0286i
RESOLUTION NO.
C
A RESOLUTION ACCEPTING THE BID OF
CENTRAL FLORIDA EQUIPMENT RENTAL OF DADE
COUNTY, INC., IN AN AMOUNT NOT TO EXCEED
$573,565.00, TOTAL SID OF THE PROPOSAL,
FOR HEAVY EQUIPMENT FACILITY STORM SEWER
RETROFITTING PROJECT B-5557; WITH MONIES
THEREFOR ALLOCATED FROM THE FISCAL YEAR
1990-91 CAPITAL IMPROVEMENT ORDINANCE
NO. 10782, PROJECT NO. 352274, IN THE
AMOUNT OF $5739565.00 TO COVER THE
CONTRACT COST AND $1199209.00 TO COVER
THE ESTIMATED EXPENSES, FOR AN ESTIMATED
TOTAL OF $6929774.00; AND AUTHORIZING
THE CITY MANAGER TO EXECUTE A CONTRACT
WITH SAID FIRM.
y
WHEREAS, sealed bids were received March 5, 1991, for
HEAVY EQUIPMENT FACILITY STORM SEWER RETROFITTING PROJECT B-5557;
and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid from CENTRAL
FLORIDA EQUIPMENT RENTAL OF DADE COUNTY, INC., be accepted as the
lowest responsible and responsive bid; and
WHEREAS, the Fiscal Year 1990-91 Capital Improvement
T,
Ordinance No. 107822 was adopted on September 27, 1990, and
monies. are available for the proposed amount of the contract,
project expense, and incidentals under Project No. 352274 of said
—`
Ordinance;...
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
Y`
CITY OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference'
-
thereto and 'incorporated herein as if fully set forth in this
Y
Heav�,_Equipment Paci_lity Storm
,0JP- r+olegt A ---------------------------------
Itswa - t y rZi. �0 Tr..-------i----+r..-------,—ir+..arw.iir
' �IATil�iD\�� �11=�ni$D!,..`.�.�--.�fWvdi.T(...•wr—_—.i..rrr.r_ar---.--+��+.�.iarrwriiwr. .
SIDDRR
FP.LiTt.
ral.11oric�a Equipment Rental
Constructors, Inc.
Galtech, Inc.
TOTAL
1iDD-412UNT
$573,565.00
$588,861.00
1 $640,147.00
SID sORbAW .
CASHIER 8`CHBCR_M
.r------------- ..--
5% BB
5% BB
$50,000.00 BB
Imburgia Construction Services $674,970.12 5% BB
Man Cori, Inc $715,436.85 5% BB
Kivik Enterprises, Inc. $741,286_00_ - 5% BB
r—
Marks Brothers, Inc. $795,273_00 5% BB
rr—r—r—r—r—r..r--r ---r-- —i--- —
i
a
11�
RECE
IVV Bid No. 90-91-061
ADVERTISEMENT FOR BIDS
1991 JAN 2 2 AM 9: 4
Seam f YY EQUIPMENT FACILITY SI M R WITTING PRWECT B- 557" will be
ne�ce Manager and the City Cleric of the City of Miami, Florida at
h 1991 at the City Cleric's office first floor of the Miami C ty Hall,
--Pan RMrntcdn U Key, Mi ammi , Florida, 33133, at which time and place they will be
publicly opened and read.
The project consists of construction of drainage facilities at the. City of Miami's Heavy
Equipment Facility located at N.W. 20th Street and N.W. 14th Avenue. It will include Perforated
Aluminum Pipe french Drain (35" Diameter); miscellaneous P.V.C. and cLcti 1 e iron pipe in various
sizes; catch basins, manholes & pollution control structures; prefabricated steel buildings; and
pavement restoration in construction areas. City reWlattons will allot bidders do furnish bid
bands in amwdenoe with resolutions No. 86-W and No. 8f-915. For technical questions
regarding plans and specifications, please contact Daniel C. Brenner, P.E., Envirmnental
Engineer, at (305)579-6865. Prospective bidders will be re"red to subset,,with their bid, a
copy of tine appropriate Certificate of Corp ayry, as issued by bade Way, which authorizes the
bidder to perform an proposed watt.
All bids shall be submitted in accordance with the Instructions to Bidders and Specifications.
New Cilly regulatials will require each bidder to %Wt proposals in dipltcate originals. Plans
and specifications may be obtained from the office of the Director of Public Worts, 275 N.W. 2
Street, 3rd floor, Miami,, Florida, 33128, on or after February 7, 1991. If bidders wish, a set
of plans and specifications will be mailed to them by writing to the Deparamnent of Public Works
and including a separate check for $8. There will be a $2D deposit required for the first set of
plans and specs scat ors. Addition-a7sets may be purchaseI for a flee of $20 per set and is
not refundable. Deposits will be refunded only upon the return of one set of plans and
specifications to the Department of Public Works, unwrxed 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
mi rani Ty 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 CIV of Miami has adopted Ordinance No. 10032, which inplements the "First Source Hiring
Agneanent." 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 reinibuursement under this program. For further information contact the
Department of Public Works, City ofMiami , 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 Comrlssion reserves the right to
waive arty informal IV in arty bid, and the City Manager my reject arty or all bids, and
readvertise (B-5%7 Req. 5626).
Cesar H. Odio
City Manager
21''
CITY OF MIAMI, FLORIDA
INTEROFFICE MEMOAANDUM
MAR L 3 1991 FILE-
to: Honorable Mayor and Members
DATE :
:: of the City Commi ssion
Resolution Awarding Contract
SUWECT :
for HEAVY EQUIPMENT
FACILITY STORM SEWER
RETROFITTING PROJECT
KRbM : Od l
Cesar H.
REFERENCES:
City .Manager
i'
ENCLOSURES
i
RECOMMENDATION
f
5 It is respectfully recommended
that the City Commission adopt the
bid Central Florida
attached resolution accepting the low of
Rental of Dade County, Inc., a company located within
Equipment
' Dade County and not in the City of Miami, for HEAVY EQUIPMENT
B-5557, received
FACILITY STORM SEWER RETROFITTING PROJECT
1991 in the amount of $573,565.00, Total Bid; authorizing
March 5,
the City Manager to enter into
a contract on behalf of the City.
BACKGROUND
Amountof Bid :
$573,565.00
% of Cost Estimate: 92%
Cost Estimate:. $625,000.00
Source of Funds: Fiscal Year 1990-91 CIP Ordinance No. 10782,
as .amended
Minority Representation: 204 invitations mailed
&
30 contractors picked up plans specs
(9 Hispanic, 1 Black. 1 Female)
7 contractors submitted bids
(0 Hispanic, 0 Black, 0 Female)
Public Hearings/Notices: No public:hearing/Bid notice published.
Assessable Project: No
x
Discussion: The Department of Public Works has evaluated the bids
received on March 5, 1991, determined that the lowest responsible
and respoh0ve;.'bid, in the amount of $573,565.00, is from Central
Florida Equipment =Rental- of Dade' County, Inc., a non -minority
controlled corporation. Funds are available to cover the contract
cost, and: for such incidental items as postage, blueprinting,
"adVerti sing; a.nd' reproduction costs`.
1=
h10
Proposed�Resolution
n.:
a
L {,
t
r
r
Y
t�
TABULATION OF BIDS FOR
N'Y FQU I P MENT FACILITY STORM SR.
RETROFITTING �
aefty of
CENTRAL FL EQUIP: RENTAL
p.J. CONSTRUCTORS INC
GALTECK INC.
IMBUR6IA CONS. SERVtICE
}? u
'9390 N.W. 97 TERR
NO
4 S W 7 CT.-8001
NO
N.W. 64 ST.
NO
33i3 W IXI
N
YES
5%
YESYES
5%
50 000.00 BB
YES
5%
_
,a r.
NO
5573. 565.00
NO
$588. 86 i . 00
NO
$640. 147.00
NO
$674. 970.12
.,� Al
313 N.W. 97 A
NO
YES
NO
of
DETERMINED
isive bidder is
BID 90-9I-061