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