Loading...
HomeMy WebLinkAboutR-90-0011J--90-10 12/29/89 RESOLUTION NO. 90--0011 A RESOLUTION ACCEPTING THE BID OF MIRI CONSTRUCTION INC., IN THE PROPOSED AMOUNT OF $160,842.00, BID "B" OF THE PROPOSAL, FOR THE LOCAL DRAINAGE PROJECT E-60; WITH MONIES THEREFOR ALLOCATED FROM THE 1990 CAPITAL IMPROVEMENT ORDINANCE NO. 10642, PROJECT NO. 352267 IN THE AMOUNT OF $160,842.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received December 5, 1989 for LOCAL DRAINAGE PROJECT E-60; and WHEREAS, the City Manager and the Director of Public Works recommend that the bid received from Miri Construction, 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 expenses, 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 December 5, 1989, bid of MIRI CONSTRUCTION, INC., in the proposed amount of $160,842.00, for the project entitled Local Drainage Project E-60, for the bid "B" of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $160,842.00 is hereby allocated from the Storm Sewer General Obligation Bond Fund. appropriated by 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-1/ on behalf of the City of Miami with Miri Section 4. Th is Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this CITY CLERK llth day of ,iJanuary , 1990. XAVIER L. SUAV , MAYOR CAPITAL IMPROVEMENT PROJECT REVIEW: EDUARDO,,rr "RODRIC�UEZ CIP MANAGER SUBMITTED BY: IS A. RIETO-PORTARr PH.D.,P.E. LEGAL REVIEW BY: . MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS nTO FORM AND CORRECTNESS: JOftGE L. FE CITY ATTORN GMM:ra:M1316 Z DID SECURITY LIST WD ITEft Local Drains a Project E-60 - WD NO: 89-90 028_ I) ATE WS RECEIVED: Deco 5, 1989 10 a.m. DIOOER INTOTAL D AMOUNT WD CASHIEER'S�Ci-ECK P.J. Constructors, Inc..' $349,150.,00 5$ BB -$171,200.00 -$177,950.0.0 Miri Construction, Inc, $323,104.00 5% BB -$162,262..00 -$1601842.00 Site Tech Engineering Corp. $341,190.00 BB Voucher and Official Ck: go.383229843 -$153,975.00 B-$187,215.00 Ric --Man International, Inc. $389,875.00 5% BB -$180,337.50 B-$209,537.50 Man Con, Inc. $322,232.40 2h% BB A-$152,010.80 B-$170,221.60 M. Vila & Assoc. $318,310.00 5% BB A-$152,355.00 B-$165 955.00 CITY OF MAW FLORIDA INTER -OFFICE MEMORANDUM CAml' TO. Honorable Mayor and Members of the City Commission FROM A�C� Cesar H. Odi o City Manager RECOMMENDATION DATE December 6, 1999 FILE 8-5562 SURUECT Resolution Awarding Contratt for LOCAL DRAINAGE PROJECT E-60, BID "B" REFERENCES ENCLOSURES It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Miri Construction, Inc., for Local Drainage Project E-60 received December 5, 1989 In the amount of $160,842.00 Bid "B"; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $160,842.00 Cost Estimate/Budgeted Amount: % of Cost Estimate: 94.6%, $170,000/$170,000 Source of Funds: 1990 C.I.P. Ordinance No. 10642 as amended Minority Representation: Public Hearings/Notices: Assessable Project: No 194 invitations mailed 18 contractors picked up plans 6 specs (8 Hispanic, 2 Black, 0 Female) 6 contractors submitted bids (2 Hispanic, 0 Black, 0 Female) No public hearing/Bid notice published Discussion: The Department of Public Works has evaluated the 'beds` received on December 5 and determined that the lowest responsible and responsive bid, in the amount of $160,842.00, is from Miri Construction, Inc. 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 rA &L. LOCAL DRAINAGE PROJECT E-60 (BID "8") JOB NO. B-5562 CONTRACTOR'S FACT SHEET 1. Miri Construction, Inc. 7340 S.W. 121 Street Miami, Florida 33156 Tel: 305J233-5266 2. Principals: Dionisio Suarez, President Dion Suarez, Vice President 3. Contractor is properly licensed and insured. 4. Subcontractors: None required at this time S. Experience: Corporation established in 1978 6. A hispanic minority contractor. 7. Project and Scope: Installing 5 drainage structures along with sidewalk, curb and gutter, and pavement replacement. The project is located at various City wide locations. Sixty (60) working days construction time. 8. Funds allocated: Contract: S 160,R42.00 Project Expense 240126.00 Blueprint 100.00 Advertising: 600.00 Testing: 1,000.00 Postage: 50.00 SUB -TOTAL $ 186,718.00 Indirect Cost 20129.00 TOTAL S 188,847.00 Prepared by: G. E. Picard h,1111dil 1.11111 .IL1. 1111. I'll 1.1 hill I it I, Ili, I� r1.11 1Ill. li , dl _h, Ill.,' TABULATION OF BIOS FOR OCAL DRAINAGE PROJECT E-60 B-5562 Immm - - - w --- 4� MAN CON INC. NIRI CAST. INC. N. VILLA 9 ASSOC. 2.5% 5X 5X O NO YES 322.232.40 323 104.00 3i8 310.00 152.010.80 i62 262.00 152,355.00 170.221.60 160 842.00 165,955,20 SITE TECH. EMM. CORP P. J. CONST.. INC. RIC-NAN INTL. INC. M.tre ors. CHECK/B.B. VOUCHER 5X 5 C. H YES NO NO 341. 190.00 349. 200.00 389. 875.00 153 975.00 17i 225.00 180 337.50 7 209 537.50 ,EBEND � THE DEPARTMENT OF PUBLIC NORKS HAS DETERMINED Im of M"°ug that the lowest Responsible and Responsive bidders are ; MlAN CON. INC. in the moount of $152. 010.80 for Bid 'A' and _ �''"' °vf'°"''�' ""� NIRI CONSTRUCTION INC. in the amount of160,842.00 far Bid 'B'.' f rt V BID m-90-028