HomeMy WebLinkAboutR-90-0651i '.
.. V 0-
RESOLUTION NO.
A RESOLUTION ACCEPTING THE Rio OF JOROE
LARRAURi G.C., IN AN AMOUNT NOT TO
EXCEED, .94,000.06', RASE 810 OF THE
PROPOS%-t FOR NORNINGSIDE PARK -
BIDDING). w
iRRIOAiI6N PROJECT (SECOND
;,.
WITH MONIES THEREFOR ALLOCATED FROM THE
,.
1000 CAPITAL IMPROVEMENT "ORDINANCE NO.
10642, PROJECT NO. 331338, IN THE AMOUNT
_T
OF`'#94,000 00 TO COVER THE CONTRACT
[
COST; AND AUTHORIZING THE CITY MANAGER
TO EXECUTE A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received Ju
MORNINGSIDE PARK - IRRIGATION PROJECT (SEC
WHEREAS, the City Manager the
Department of Public Works recom d t t
LARRAURI,. G.C., be accepted as th low
to'W the
d of JORGE
ponsible and
res'ponsivp bid; and
WHEREAS, the ital rovement Ordinance
No. 10642, was adopt n tem 28, 1989, and monies are
available for the roposed am t of the contract, project
expense, and inc ntals u r Project No. 331338 of said
Ordinance;.
ESOI'VED 8Y THE COMMISSiON-OF THE
, TH RE, IT R
MI ORI
cc
he July 10, 1990 bid of JORGE LARRAURI,
At
n' amount not to exceed $94,000.00, for the project
NO GSIDE PARK - IRRIGATION PROJECT (SECOND BIDDING),
tal bid of the proposal, based on unit prices, is
ccepted at the price stated therein.
CM C+O
MP,Ea1P1G CF .,�
SEP 7
. owl"1# 4�
R-95-319
Section S. the amount of $04,000.60 is hereby allocated
from the 1990 Capital Improvement ordinance No. 10642, Project �-
�-,; 331338, to cover the cost of said contract.
` Section 3. the City Manager is hereby authorized to-, �=
enter into a contra t j on behalf of the City of Miami Mith._dORGE,_,...
LARRAURI, G.C., for Morningside Park Irrigation Project (Second.
,n
Bidding), base bid of the proposal.
Section 4. This Resolution shall become eff
Immediatelyuponupon its adoption.
r
PASSED AND ADOPTED this 7th day o Sept er
1990.
AT TJA%
LEGAL REVIEW BY:
CHIEF ASS
APPJAD
min
a'
/The herein authorization is further Subject to eomplie.ade'tiit'"ik
all requirements that may be imposed by this City Attorna
including but not limited to those prescribed by ap lioee
City Charter and Code Provisions. Q" i
Rescinded by R-95-319.
Mortingside Park-t riga.i�tidit Project B-3239-8 (2nd Bi.ddiiilj)
iNlfiYifYiYYWI.��••�.�.iiiilYW+YtiiYwiWiiW��lrii�fY•iwYYiiiiiii�iliiitYYiir,w.i�➢fiiYi+WiiYYii•aiilSl��Y►il►ii{iiY/1�YibW�ii .
�••.,_..=.-ybY�srar.rai.i.Yi.Yrii.7lii'•�1{siY`�Yi�iYWLfirirwifra.rinYG�liii�UitiGf:YWiYwM.ii�Y�i�Y�iii�CiGL�Y� _';
...Y1•yyy►iyilYfli►iYiiWfi:��iY�Yi111iii•.fioidN1Y�YiYfY�D•1Y��iiiWil�wfiiLYifii�iiYiiYl•iL11411fe•.Iiiilliii_•..-. •,• _:
July 10.11990 11t00 a.m.
TOTAL sit 000-1
siR A av T CAl�HIER' 8 C
forge Larrauri,.C.
$94,000.00
BB Voucher ,-
Turf Irrigation Services, Inc.
$109,230.80
BB Voucher
�, - _--_______..,._,_,_�_
,..M•lNN..._.�_
N$5_-�Ml40-`_•Cash�e 's •
►827.
Action Irrigation, Inc.
.. �___N..l.
$126,547.95
NNW.-1—!..
376 -5 na a Sri k
a►—�...—lili�
BB Voucher
- - _ -;�" - - - - - — `..
D.E. Gidi.,&Assoc. Corp.
$136 ,000.00
M.L. Pons Const.
$155,000.00
BB Voucher
A11 Hill Enterprises Corp.
$166,593.00
BB Voucher
Newberg Irrigation
$170,980.00
5% BB
Jaffer Associates,`Ltd.
$191,249_00 --
5% BB
INNS•—•1.
—MNIMM—
!— �—M—
MI
NINl�
received (�) envelop** an bwii►a3# o fig
srson receiving bids)
DepartmentWorks-
of .�rti.7i�ii�ie .iw►wrw.ww—w.l—ww---On
i. wsw►w.w•.
city Dopast¢nnt)
j �YG�iRD:,�,
I ( uty cit7c srk
i Y `ytl cn y,
z
r , —
,A1� _
r E
Wk
Hid No. 8�9D�13
14DVirttTl SEMENT FOR . ��(��tiN {3 PM `� �$
r
Seed bids for 'i reNGSIDE PAW-
MIGA110N tMW B•: i n
t aill. _
the i and the City cl epic of the City of Miami
i9t at the City Clerk's Office, first floors
will to publicly.,
ttr�er'r;y, t3i alai , Fl opt da, 33133, at which time and place
they► Y 4
- yY_
opened aid read.
The project consists of the installation of one automtic irrigation wstem. The work will t* t
i de Park at 750 N.E. 55 Terrace, Miami , Florida. MOM Will
- dome at the City Of Miami Mornings
fin" I p� and bid bonds in accordance with Re9olutions No. 8fi-m and W. 81-me For,
clarification of technical issues as presented in the docdrWIU and specifications, please 3
contact Laura Llerena,R.L.A. at (305)279-1651. Prospective bidders will be re o0ed W SAWt,
- with ttaMr° bid, a cqb► of the
aft C4errtiflcW Of CoWeaM, as issued sly Dade Cerra►,
rich authorises the bidder to
propomed work.
All bids shall be submitted i n accordance with the Instructions it n Bel l s. tPl Plans
New -
New Cfty regulations will requite each bidder bD subacit proppsa _
and specifications the office of the Director' c s, N.W. 2
may be obtained fran
Street 3rd floor Miami, Florida, 33128, on or after June 21, 1990. If bidders wish, arose -
plans arrd specifications will be mailed to them by writing to the Dr�bnent of Pub is s
'there be $20 deposit required for the first set Of
including a spparsobe deck for $L will a
be for a fee ofi20 per seb V i s
pl ans and %*-ff cats ons. Addi 56nal sets rnary pvdRed
not refundabl e. Deposits will be refunded only _the return o chi ti a on within nplansand
9 ood
specifications to the Department of Public Works, urknma
weeks after the opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 10062 regarding allocation of contracts to
Bidding
TMs has been design oed a vd.rmlir set�ide aonsouccian pmJect. .
minority vendors. black, or women amed
will be restricted to CiV Of Miami certified majorita► (51Sc�
oonpleted prior
mpdons and joint . This certification process nu
defined in said Ordinance, and as required in the Instructions to
Affirmative Action Plan, as
Bidders.
7be City of Miami has adopted Ordinance No. 1OM2, which implements the "First Source Hiring
is to provide eMlgyment opportunities to City of Miami
Agreenent." The object of this ordinance
dents on contracts resin ti ng i n . the Creation of new pertnarcent jobs. contractors rV be
the
-
rest For furOw infornetion contact
eligible for wage reinhursm ent under this progr+an.
Department of Public Works, CiV of Miami, at (3D6)579-b
Proposal includes the time of perfortnanoe, and specifications contain provisions for 1 i qui datied_=
the right tO
i`.
damages for failure to oanplete the work on time. The City Caanission reserves
in bid, and the City Manager many reject any or all bids, and
waive ary infonmliiy ary
madvertise (84238-8 Req. 5687).
Cesar H. Odic
City Manager
t -
K`.
a
CITY OF MIAMI, FLOAIDA
INTER -OFFICE MEMORANDUM
f h ,.
I to: Honorable Nay'or and Members nAU : AUG $ 1000 F" BAR #
of, the City Commission
SUNECT : Resolution .Awarding Contract
for MORNINGSIOE PARK
IRRIGATION PROJ2CT (SECOND.
BIDDING)
} FROM :C s a r H. O d i REFERENCES
City Manager
EmxosuREs :
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached' -resolution accepting the low bid of Jorge La�rauri. G.C'r -a
company l ocated i n Dade County , but not within the.City _ of Miami `
for'NORMINGSIDE PARK - IRRIGATION PROJECT (SECOND BIDDING), received
July 109 1990 in the amount of $94,000.00, Total Bid; ,authoriz.ing
the City Manager to enter into a contract on behalf of the City,
BACKGROUND
Amount of Bid: $94,000.00 % of Cost Estimate:
Cost Estimate: $116,000000 h4
source of Funds: 1990 CIP Ordinance No 10642, as,amended
fi[x
Mi nori ty Representation:. 335 invitations mailed 4 L
it contractors picted•.up plans b sped
(T Hispanic, 2 Black, 1 female) xr
R contractors submittedted bids` -
(4 Hispanic, 2 Black, 1 Feealie) ; }
Public Hearings/Notices: No public hear.ing/Bid notice published.,
..,1._.,._._. ,..,.
Assessable Projects No
Discussion: The Department of Publ is Works has evoluated'
ra a e6"o'n July too,and determined x#►at the a>we t respite a
responsive bid, In n the 'Amount of $94,000,00 i s f rem Jorge : i,arril�ar�
f G.C. a hi spanl c-ai nori ty controlled cprpara�tlola. Funda ` ai* r Y {ram
available to Cover the contract Lost, and for :such i nci 0eni:a't i te+Ma
as postage, blueprinting, advertising, and.repr+aductioln costs. .
4f ,
Resolution attached a;
S x
. 0,
it
F
y ;;
r
MORNIMOSIDE PARK IRRIGATION
_}
PROJECT (SECOND BIDDING)
J05 NO. 8-3238-8
CONTRACTOR'S FACT SHEET
1.
'JORGE LARRAURIi C.C.
7931 S.M. 122 STREET
Ni ami ', Florida ` 33156 Tel:
(305) 232-4604 -
(305) '.232-3407
2.
Principals:
Jorge Larrauari, Sole Owner
3.
Contractor is properly licensed and insured.
4.
Subcontractors:
None required at this time
5.
Experience: Established in 1972
6.
A hispanic -minority contractor.
7.
Project and Scope:
„
Morningside Park - Irrigation Project: (Second
8ddi`gg�
The project consists'.of the instal _1atioh
'.:'Of"an autoeaatic . =
i.rri gati on, -system.
The project Is located within Morni ngsi de
Park at 750 to E,
.55 Terrace.
,.
,p
Forty-five (45) working days construction
time. f'
so
Fondsallocated:
-
Contram 6 94.000.W
Project Expense 10t340.00
u'}
Blueprint: 400,00
Advertising: 500.00
� �}
—
Testing • 19500, 00'`
Postage: :05.00.
SUB -TOTALS• 1Q5 8x5.00
``��'
*indirect. Co IsS 8 00
T' st � T�T��I*RAM
..
�
TOTAL
Propored by: E.M. Pe14e:
$ 1009363-00
4m. '
.a
w
±x 3
f
gg
t" .
1 _ d
at t =1
Ism
./
f_Irr
1 i
MUT M U TaM
u
muw
'r
OF PUBLIC WORKS HAS DETEE
IINEA
THAT
`
yyy��� �EI�
I I
THE pEpApTlAENT
�13
of 8dln0 Cosp�nY
8urP1� on
Owl
otftsi
Si�WA 1 uI. cww ito 80Yi
r
1
�.,.
yIII
' i
_
� I yw�t�'��"P..:.,�.+3SC'$•�h.�,'.- M.„ "§.
; . u... e.. ..
n _ :,
3,: �
I
_P�4 �
.. g� `�"'h '�,—r -M kP4k. �'i ;"",'fin ?wy{'� to ,Rp _ ...
I 3 a,
is
� I I � I I ! L I � . I . I I � I .. V.__!. _.I � _ �. I I� ! . � � I . I I ! I _ _. _ _ _ . _.. . _ _ . _-- -- -- -- -- .. _.._.. __ ... ,. ... __._ .__ ..-- -• -
TABULATION OF BIOS FOR
I
A.M. P.M.
L;b, tMCity Coris•ion.City M•neW.City Clwk.City Of
M1•mi. Florid• �t tt
4.EmiBE D VMNWICE As PER CITY COOS c METRO M.
�►CCOUMT
BRITIES
DESCRIPTION
PRICE I TOTAL
mop
PRI
ITS TOTAL PRICE.
,_ GA2 400
60
TOTAL
a
pMrjv1m,3--
1
THE DEPARTMENT OF PUBLIC WORKS HAS pETEFIYNE� THAT w
A�- � ,•fit-�tt-� �-r �.1� e� Tlyd � -
► Ir ►M f It to Capitalapit•l c surplus of SondUll* Cep•n y
I'oParly siDntd at' No„Corpor•t•:8••1
i
t d