Loading...
HomeMy WebLinkAboutR-90-0255J-90-237 3/2.1/90 RESOLUTION NO. 9. 0 2 55 A RESOLUTION ACCEPTING THE BID OF WILLIAMS PAVING COMPANY INC., IN THE PROPOSED AMOUNT OF $234,350.00, BASE BID OF THE PROPOSAL, FOR LOCAL DRAINAGE PROJECT E-62, WITH MONIES THEREFOR ALLOCATED FROM THE 1990 CAPITAL IMPROVEMENTS ORDINANCE NO. 10642, PROJECT NO. 352267, IN THE AMOUNT OF $234,350.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE. CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received February 20, 1990, for LOCAL DRAINAGE PROJECT E-62; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid of WILLIAMS PAVING COMPANY INC., be accepted as the lowest responsible and responsive bid; and WHEREAS, the 1990 Capital Improvement Ordinance No. 10642, was adopted on September 28, 1989, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 352267 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The February 20, 1990, bid of WILLIAMS PAVING COMPANY INC., in the proposed amount. of $234,350.00, for the project entitled Local Drainage Project E-62, for the base bid of the proposal, based on lump sum of unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $234,350.00 is hereby allocated from the 1990 Capital Improvement Ordinance No. 10642, Project No. 352267, to cover the cost of said contract. Section 3. The City Manager is hereby authorized to CITY COMMISSION MEETING OF APR 12 199D k(SJI.UIIDO A t� tv 5 11 enter into contract �-/ on behalf r)f the Ci ty of M.i am . 141t.h WILLIAMS PAVING COMPANY INC., for Local Drainage Project - E-62, base bid of the proposal. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 12th ATTES MATTVfRIRAI, CITY CLEKR SUBMITTED BY: LUI A.IETO-PORTAR, PhD, PE DIRECTOR OF PUBLIC WORKS CAPITAL PROJECT: day of. April 1990. XKA IER L. , UARE , MAY EDUARDO RODRIG Z CIP PROJECT MA44AGER LEGISLATIVE REVIEW: -&wA V 'l aiA -G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JOR E . FER ANDEZ CITY ATTORNEYt GMM/ra/M1420 1/ The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. 0-025 i 1 SECURITY LIST DID ITEM: 1,0ca1 DY l inag e Pl-O ' ect E--62 B-5568 i NO: •1 1.. VATE BIDS RECEIVED: February 20„, 1990 11:00 a.m. BIDDER Williams Paving Co., Inc. TOTAL DID AMOUNT $234,350.00 DID BOND (gar) . >` CASHIER'S CHECK M 5% BB Mantell Engineering Contract. $246,019.00 5% BB M. Vila & Associates, Inc. $248,330.00 5% BB Site Tech Engr. Corp. $250,075.00 $13,750.00 BB Solo Construction $263,550.00 5% BB Ocean Bay Const., Inc. $268,989.00 5% BB MIRI Construction, Inc. $284,462.00 5% BB Sewer Pump Station, Inc. $290,193.00 5% BB Man Con, Inc. $292,900.00 5% BB Southeastern Engrng. Constr. $302,516.00 5% BB F & L Const., Inc. $355,880.00 5% BB 5 companies were PresentL%�_. C .ce son receiving ty Department ;"eceived( i / ) envelopes on behalf of on (date) Received the her einabove described checks this y of 1 19 in connection with the herinabove cited bids, which were sent to Treasury Management by the C ity Clerk for appropriate posting. SIGNED: (Treasury Management) DATE.: A 0 Bid No. 99-9D-nrn ADVFRTTSFMENT FnR BTDS Sealed bids for "LOCAL DRAINAG " `} E PROJECT E-6?_ B-5.�6R will he �1 _ d� Vhe Ci t Manager and the City Clerk of the C i ty of Miami Florida at 1:0 -a.. • `0 e ruar at the City Clerks office first floor of t r., .e Ha 1, :.. t n me7,Fan rive, Dinner Key, Miami, Florida, 33133, at: whi ff ���; 4'I.lpa ace they will be publicly opened and read. I' �'' -`i The project will consist 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 sizes; sidewalk, curbs, gutters and pavement replacement in construction area; catch basins and manholes. City regulations will allow bidders to furnish performance and bid bonds in accordance with Resolutions No. 86-963 and No. 87-915. For technical questions regarding plans and specifications, please contact Daniel C. Brenner, P.E. Sewer Design Engineer, at (305)579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, which authorizes the bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate originals. Plans and specifications may be obtained from the office of the- i recf of �•`of-Pub 1 c Works, 275 N.W. 2 Street, 3rd floor, Miami, Florida, 33128, on or after February 1, 1990. If bidders wish, a set of plans and specifications will be mailed to them by writing to the Department of Public Works and including a separate check for $8. There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee o per set and this is not refundable. Deposits will be refunded only upon the return of one set of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance No. 10538 regarding allocatiin of contracts to minority 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 City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement." 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 reimbursement under this program. For further information contact the Department of Public Works, City of Miami, 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 Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise (B-5568 Req. 5573). Cesar H. Odio City Manager .. _.:fi},> �n si t t s x r - t r + . ° P s �a,-,.y, "�"'". ,.... a., .r tt.ry?-akr�7e3�` ', ca4T i R r (� t-1 � r � f `• 4 REQUISITION FOR ADVERTISEMEt T'qi 1 23 r nthe� ertis merit pear DEPTIDIV. F ` J., 1 ACCOUNTCODE DATE PHONE APPROVE�d��':t�, PREPARED BY . DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement _ times. (number of tirnes) Type of advertisement: legal classified display (Check One) Size: Starting date First four words of advertisement: Remarks: h ` i- r i _ C DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUN'r 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DIDAdv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 1 125,34 39 42 45 50 51 56 57 62 53 65 66 71 0 1 2 4 1 V P I I2 0 2 2 8 7 1 2 3 4 7 8 V P 12 13 14115 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 Approved for Payment White - Purchasing Yellow - Finance Pink - Department '' 3¢P. :?`q CITY OF MIAMI. FLORIDA — INTER -OFFICE MEMORANDUN CAm13 TO Honorable Mayor and Members DATE APR `? 19940 FILE B-556P of the City Commission SUBJECT Resolution Awarding Contract for LOCAL DRAINAGE PROJECT - . E-62 =- FROM + REFERENCES Cesar H. O d i o ENCLOSURES City Manager RECOMMENDATION It is respectfully recommended that. the City Commission adopt the attached resolution accepting the low bid of Williams Paving Company, Inc., a company not located within the City of Miami, for LOCAL DRAINAGE PROJECT E - 6 2 , received February 20, 1990 in the amount of $234,<50.00, Base Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: S234,350.00 9, of Cost Estimate: 26.4� Cost Estimate/Budgeted Amount: $270,000.00/S35n,000.00 Source of Funds: 1990 CIP Ordinance No. 10642, as amended Minority Representation: 193 invitations mailed 22 contractors picked up plans A specs (9 Hispanic, 1 slack, 2 Female) 11 contractors submitted bids (5 Hispanic, I Black, 0 Female) Public Hearings/Notices: No public hearing/2-id notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids receives on February 20, and determined that the lowest responsible and responsive bid, in the amount of S214,'5n.Qn is from Williams Paving Company Inc., a non -minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. Resolution attached 90-012 r IN LOCAL DRAINAGE PROJECT' - E-62 JOB NO. B-5568 CONTRACTOR'S FACT SHEET 1. WILLIAMS PAVING COMPANY, INC. 7001 N. W. 84 Avenue Miami, Florida 3316E Tel: (305) 5012-5650 2. Principals: S.C. Williams, president Michael C. Tomlinson, Vice President 3. Contractor is properly licensed and insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established in 1980 5. A non -minority contractor. 7. Project and Scope: The project consists of the construction of drainage structures including French Drains along with sidewalk, curb and gutter, and pavement replacement in the construction areas. The project is located City wide at seven locations. One hundred (100) working days construction time. 8. Funds allocated: Contract: 5 234,35n.On Project Expense 42,183.00 Blueprint: 400.00 Advertising: 700.00 Testing: 3,500.00 Postage: 50.00 S1-19-TOTAL $ 221,133.00 Indirect Cost 4,021.00 TOTAL , 205,Pn4.0o Prepared by: G.E. Picard 1� J 111"0:1�. III���IIIillllldllllll)Ii11�IIIIIIIB�hll�111l11,I�IIIIII�IIII%,III�IIIIIIII�IVIIIIiIII1II111sJIIIIIlilIl6r�lll�l.11�I,11�II�IIIII��IIIV�IIIII�f,ICI`l��lli,ll�il�11!IIIY�I�Id�I'�lalll�dl�lil�+� ll��lld II�III 11.E � fl. VI TABULATION OF BIDS FOR LOCAL DRAINAGE PROJECT E-62 B-5568 Bidder TOTAL BASE BID: THE TOT OF ITEMS I THRU 22 (100) WORKING DAYS Bidder Licell ed A Insured ae Per City Cods a Metro ad. Bid I" A~t Irregularities Minority 0 mod TOTAL BASE BID: THE TOTAL OF ITEMS i THRU 22 (100) WORKING DAYS WILLIAMS PAVING CO. INC. IRREGULARITIES LEGEND A — ao Power-ot-Attorney B — Ma Atf1611 as to Capitol a aurpiw at monding company C — Corrected Extansiona D -proposal Unianad or improperly 81ped or Mo Corporate Seel E — Incomplete Extwwlw e F — Mon -responsive aid G — Improper Bid Bond H - Corrected Bid M9 First Source Hiring CoaP11wtile Ststesiont �1. r j — No Mirwity Compliance statement K —"a owlicate Bid Proposal m Prep . By: K . C . T . _ 5% 4 SOLO CONST. CO. INC. 5% YES 263, 550.00 am im 018 OCEAN BAY CONST. INC. ;.• 11 M. VILLA 6 ASSOC. INC !SITE TECH ENGNR CWP. 5% 330.00 SEWER PUMP STATION INC. 5% C. H NO 282, 693.00 THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED T14AT THE LOWE )AVING C0_ INC, IN 1 : Y THE AMOUNT i 11 IM YES 250. 075.00 ?AIM CONST. INC. to 284.462. PAW i of a 1 B-5568 Ij � �� �1� 1 � 1 11 I� I 1' i I I I II III ,I 1 i � i ICI II I � al1 1�I I I (IIIIIII 111'�I I I 'IIII l' 'I � II' II AI III � I I I I I I IIIIIII I I I III I IIII I �I p I� I � IIII I IIII III 11 II (IIII ilMemman►._ .. -- _-- Ill I II IIII I II,I I I ,I , ill I'� II I Il l q I � ! , llj hq I l s ! ' li I l ul !I1 I ul III IIII �14 II IIII (IIII I ' �,I i I I I IIIIIII 4 IIII PSI II I II IP 1� 1 I ll it ,� I I III 1 j h I I 11 I p ii u�ul�� 1IIIMI II 11�IIII�!11 hIIIII dll 11�11i� IlIIII III (IIII IIIIIII 11 II 'dl�!I I� ,IIII IIII I� !III Il '1,1 �'1''�.I IIII I�1 III TABULATION OF BIDS FOR LOCAL DRAINAGE PROJECT E-62 B-5568 MAN CON, INC. SOUTHEASTERN ENGA. CONT. F & L CONST. INC. slow Licensed 4 Insured so Per Cit Cady A Matra Md. 5% 5% Mid 00" A~t C. H Irrepu2svitles NO YES YES minority Owned TOTAL BASE BID: THE TOTAL 292 900-00 302,291.00 355,880.00 OF ITEMS I THRU 22 (100) WORKING DAYS Bidder Licensed i Insured se, per city code a metro Ord. Old Bond AWOWt Lrrepulwitlas minority owned TOTAL BASE BID: THE TOTAL OF ITEMS I THRU 22 (100) WORKING DAYS IRREGULARITIES LEGEND A — No Po"ar-of-Attorney 0 —W Afflosylt me to Cepitel a &"]US Of bonding COMOnY C —corrected utwwiww D —Proposal Vmirwd or isprOperly Signed or No Corps ste 8062 E — incowiste Extensions F —mor,-remponsive bid G — Improper Bid Bond BID ag—go-068 H — Corrected Old — W First source Hiring c4svitance Statement — No minority compisonco Statement K —No Duplicate Bid Provassl PAOe 2 OF V t B-5568 0 M Prep. By: K.C.T.