Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-90-0066
J-90--60 1�8/9U RESOLUTION NO. OM 66 A RESOLUTION ACCEPTING THE BID OF DADE PAVING CORPORATION, IN THE PROPOSED —� AMOUNT OF $533,525.00, TOTAL BID OF THE PROPOSAL, FOR LOCAL DRAINAGE PROJECT E- 61; WITH MONIES THEREFOR ALLOCATED FROM —i THE 1990 CAPITAL IMPROVEMENT ORDINANCE =1 NO. 10642, PROJECT NO. 352267 IN THE -_! AMOUNT OF $533,525.00 TO COVER THE —' CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received January 4, 1990, for LOCAL DRAINAGE PROJECT E-61; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid of DADE PAVING CORPORATION, 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 January 4, 1990, bid of DADE PAVING CORPORATION, in the proposed amount of $533,525.00, for the project entitled Local Drainage Project E-61, for the total bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. CITY COMMISSION MEETING 4F JA N. -5 1990 DN POW66 Section 2.The amount of $531, 525.00 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 enter into a contract -lion behalf of the City of Miami with DADE PAVING CORPORATION, for Local Drainage Project - E-61, total bid of the proposal. Section 4.This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 25�h day of January 1990. LEGAL REVIEW BY: X# VyAM" %� CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: CAPITAL PROJECT: (::ffF CIP PRN44J MANAGER SUBMITTED BY: .D., P.E. DIR TOR OF PUBLIC WORKS CI Y ATTOR EY YThe 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. -2- -() 1 4 v *`DID SECURITY LIST WD ITEM: Local Drainage Project E-61 B-5567 PATE DIDS dtECEIM: ,7�.._._4:._.12 90.,.._..,,�... 81�90ER TOTAL 60 AMOUNT BID BOND tor) CASHIER'S CHECK Dade Paving Corp. $533,525...00 A-$182 750.00 5% BB B-$1860575..00 C-$164 200.00 Ocean Bay Const., Inc, $578,982.,00 5% BBA-$202,098..00 B-$2037,189..00 C-$173 695.00 1A4213fJ270..50 Delgado Paving Inc. $607,475..50 BB Voucher & 5% BB r C-$176; 367. 50 M. Vila & Assoc., Inc.. $607,367._00 A-$198.,355.00 5% BB _ , . CR$193,466.00 Man Con, Inc. $643,515.00 A-$222, 815.00 23-%BB 4 B-$230,850.00 C-$189,850.00 Miri Construction, Inc. $685,800.00 A-$240,646.0.0 5% BB B4214,767.00 C-$230,387.00 Ric -Man International, Inc. $749,247.50 A-$241,722.50 5% BB B-$255,417.50 C-$252,097.50 E CE I vED t�) enve Iopos an behalf of —,SICKED DATE: t it rtrr►ent E: p �,tQcefved the herelnabove described shacks this n t,.:nnlCtion *,th the day of ►�ereinsbove cited19 bids, w ?Accounting Division (ow) othudrslgne nn bChelf c3"he `SIGNED; (CitY Uepmirtment) DATE: W AID SECURITY LIST WD ITEM: Local Drainage Project E-61 B-5567 WD NO: 89-90-043 DATE ISIDS RECEIVW: jianuary A. 1920 TOTAL. IND AMOUNT IND BOND tsar•) A / 'elBIDDER CASHIER'S CHECK / Dade Paving Corp. $533,525 00 A-$182 750,00 5% BB B-$186,575.00 C-$164 200.00 Ocean Bay Const., Inc.. $578e982,00 A-$ 202, 0.98 ._00 5% BB B4203,.189,00 C-$173 695.00 Delgado Paving Inc. $607,475,50 A-$213 270,,50 BB Voucher & 5% BB C-$176,367.50 M. Vila & Assoc., Inc. $607,367..0.0. A-$198 ;355..00 5% BB _ .. C4193, 466.00 Man Con, Inc. $643,5l5.00 A-$2220 815.00 24%BB B-$230,850.00 C-$189,850.00 Miri Construction, Inc, $655,80.0..00 A4240, 646.00 5% BB B-$214, 767.00 C-$230f387.00 Ric -Man International, Inc. $749,247.50 A-$241,722.50 5% BB B-$255,417.50 C-$252,097.50 =-;RECEIVED v4_e_-- l ) Onveiopes on behalf of peel �aIGNED f it rtn►ent DATE:-�- U .Racywed the here,nabowe described checks this day of -= ,n cnnect son with the herelnabove cited bids, wFi c were nded to they undersigned on half oT —the Accounting Division (or) $ICNE,D: (City apartment) _ = DATE: a Bid No. 89-90-043 ADVERTISEMENT FOR BIDS Sealed bids for "LOCAL DRAINAGE PROJECT E-61 B-5567" will be rwived by tvh, p City — Manager and the Cit Clerk of the City of Miami, Florida a :00 a.m. on the 4th ay o 0��;1� 0, at the City Clerk's office, first floor American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. The work will consist of construction of drainage structures at designated locations citywide. "It will include Perforated Aluminum Pipe French Drains (18" 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 "M—Uirector of Public Works, 275 N.W. 2 Street, 3rd floor, Miami, Florida, 33128, on or after December 14, 1989. 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 oT—f20 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 Ordinanc _ of contracts to minority vendors. The City will submit an Affirmative Action Plan, as defined in in the Instructions to Bidders. e No. 10538 regarding allocation expect prospective bidders to said Ordinance, and as required 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 o for liquidated damages for _ Commission reserves the right Manager may reject any or all f performance, and specifications contain provisions failure to complete the work on time. The City to waive any informality in any bid, and the City bids, and readvertise (B-5567 Req. 5567). Cesar H. Odio City Manager cvrpv acrvn,__a--nJa-p*-nTu_minurl-cy conZrot lea _c.orpo-ratlor. - (tM_ s -a1,e available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. Resolution attached UTI -1 j' i. ["ECE'V ED REQUIS610N FOR ADVERTISE IffC -7 PH 2' In -the ad��t. , s number mtast appt EPTlDIV Public Marks ! Construction ACCOUNT CODE_ Project td©. 3�2267, Index rya. 319201-2r37, ;>i�iIIAT5Tfit' HIRj43 , 5567 — 1 i - OATE_ Nov. 27, IM9 PHONE ',79--6874 AP494ALI 1QNlI.FLA.. F REPARED BY - , .y ` tl� .,• DIRECTOR OF ISSUING DEPARTMENT ' l" Publish the attached advertisement -AIL times. it (nwyt f of firm) type of advertisement: legal { classified display t (Chock One) -j i gize: - Starting date (.)�'CE'i'i Bert 14, 198 I P'Irst four words of advertisement: Sealed bids for "L UC%L .......... "LOCAL DRAINAG}_ PROJECT, '-61 - gemark$• " (8-5567 ) DO NOT TYPE BELOW/ THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. ' LIFE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT .. 0 A-1 C-3 D.,a 'E-5 F3 F4 F5 F7 F8 F9 Flo F11 F12 LINE I TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OFAJECIpR� . 11 13 1 117.18 125,34 39 42 45 50,51 56 57 82 53 65 86' 0 1 2 4 1 V P 2 0 2 7 1 2 4 7 8 V P 12 314 15 DESCRIPTION 36 64 DISCOUNT 69 .0 72 AMOUNT $� 6'2 02Qt + Approved ftlr Payrni" White - Purchasing Yellow - Finance Pink - Department CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To: Honorable Mayor and Members of the City Commission CA-1 DATE : j �j f /f IS90 FILE B- 5 5 6 7 SUBJECT: RJesio�luptilon Awarding Contract for LOCAL DRAINAGE PROJECT - E-61 FROM REFERENCES: (tip°)Cesar H. Odi City Manager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Dade Paving Corporation, for LOCAL DRAINAGE PROJECT E-61, received January 4, 1990 in the amount of $533,525.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $533,525.00 q of Cost Estimate: 88.9% Cost Estimate/Budgeted Amount: $600,000.00/$600,000.00 Source of Funds: 1990 CIP Ordinance No. 10642, as amended Minority Representation: 195 invitations mailed 14 contractors picked up plans & specs (7 Hispanic, 2 Black, 0 Female) 7 contractors submitted bids (4 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No public hearing/Bid notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids recelve�ic on January 4, and determined that the lowest responsible and responsive bid, in the amount of $533,515.00 is fron Dade Paving Corporation, a hispanic 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 LOCAL DRAINAGE PROJECT - E-61 JOB NO. B-5567 CONTRACTOR'S FACT SHEET 1. DADE PAYING CORPORATION 7401 N. W. 7 Street Miami, Florida 33126 Tel: (305) 262-1025 2. Principals: Carlos C. Lopez-Cantera, President Rolando J. Encinosa, Jr., Secretary 3. Contractor is properly licensed and insured. 4. Subcontractors: None required at this time S. Experience: Corporation established in 1982 6. A hispanic minority contractor. 7. Project and Scope: The project consists of the construction of french drains and storm sewer additions with necessary catch basins, etc., also paving and grading in conjunction with constructs on. The project is located throughout the City. One hundred and eighty (180) working days construction time. R. Funds allocated: Contract: $ 533,525.00 Project Expense 80,029.00 Blueprint: 250.00 Advertising: 600.00 Testing: 1,000.00 Postage: 75.00 SUB -TOTAL $ 615,479.00 Indirect Cost 7,016.00 TOTAL S 622,495.no Prepared by: G.E. Picard 0I II__i l _�_i;1.11II I 11. 1, il,.I l I 11 w LOCAL TABULATION OF BIDS FOR DRAINAGE ,PROJECT E-61 B-5567 aidder DAOE PAV. CORP. OCEAN BAY CONST. INC M. VILLA & ASSOC. DELGADO PAV. INC. t weed I IrAuvO ea Per City cow ! batro Ord. YE 5 YES YE -3 YES 810 saw A90Mt 5% 5% 5% 88 VOUCHER & R Irrigul0*11168 C H ginori Own" YES NO YES YES TOTAL BASE BTO: $533.525.00 $579 232.00 $607,367.00 $607,475.50 TOTAL BID 'A": $182.750.00 $202.098.00 $198,355,00 1213,270.50 TOTAL BID '8": $186.575.00 $203.189.00 $215,546.00 1217,127.50 TOTAL BID 'C': $164.200.00 $173,945.00 $193 466.00 $176.367.50 aieear_ Licenesd a Insured as Par city Coda a Petra pro_ T MAN CON . INC. �— YE 5 --�-- µIRI CONST .. INC . RIC--MAN INTL . INC. - - YES - YE 5 aid sons mount 2.25% 5% 5% ZrropulerMas C. H MinwIty Ouned NO YES NO TOTAL 8�SE BID: $643.515.00 $685.800.00 $749.237.50 TOTAL BID "A": $222.8�5.00 $240.646.00 $241,722.50 TOTAL 8TO 'B": V30. 850 00 Jg14.767.00 $255 417.50 TOTAL 9TO 'C': _189 850.00 _ 230 387.00 5 97 0 IRREGULARITI_ES LEGEND A —ts► Parer-of-sttor sy THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED B-NO Affidavit so to Capital c surplus of sonaiw company that the lowest Responsible and Resaonsive_ bidder is C `corrected Extensions DARE PAVING CORP. in the amount of $i553. 525.00 1)—Nvpaaal unaisned or 1apww2V siswd or rfa Corporate seml for the TOTAL BID. E — wospiete Extensions F - non-reeponalva bid i WMW Bid &ono H — I:wMtsd Dip -- — I - m first source we —,is compliance statument s3 — Mo Ielnarity Compliance statuwnt K — w Ouplicate Bid Proposal Prop. Sr. F.J.L. B I 0 89-90-043 8-5567