Loading...
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