HomeMy WebLinkAboutR-89-088410 t
J-89-842
9017/89
RESOLUTION NO. 89 884
A RESOLUTION ACCEPTING THE BID OF M. VILA
& ASSOCIATES, INC., IN A PROPOSED AMOUNT
NOT TO EXCEED $27,059.29, FOR "NE 14
STREET HIGHWAY PROJECT", B-4539, WITH
MONIES THEREFOR ALLOCATED FROM THE
"CITYWIDE STREET IMPROVEMENTS - FY 18911
ACCOUNT, CIP PROJECT NO. 341175, IN AN
AMOUNT NOT TO EXCEED $27,059.29 TO COVER
THE CONTRACT COST; AND AUTHORIZING THE
CITY MANAGER TO EXECUTE A CONTRACT WITH
SAID FIRM.
WHEREAS, sealed bids were received July 14, 1989, for NE 14
Street Highway Project; and .
WHEREAS, the bid amount of $38,651.24 was reduced by the
contractor at the request of the City; and
WHEREAS,
said
reduced bid amount is
based upon established
unit prices in
the
bid proposal submitted
by the contractor; and
WHEREAS,
the
City Manager and
the Director of the
Department of Public Works recommend that the bid of M. VILA &
Associates, Inc., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, the Capital Improvements Appropriation Ordinance
No. 10521, as amended, was adopted on November 17, 1988, and
monies are available for the proposed amount of the contract
from the account entitled "Citywide Street Improvements - FY
'89", CIP Project No. 341175 of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The July 14, 1989, bid of M. Vila & Associates,
Inc., in a proposed amount not to exceed $27,059.29, for the
project entitled NE 14 Street Highway Project, B-4539, for the
base bid of the proposal, based on unit prices, is hereby
accepted at the price stated herein.
CITY COMMISSION
MEETING OF
OCT 12 19899
SOLUTION No. 159-8 4,
Section 2. An amount not to exceed $27,059.29 is hereby
allocated from the account entitled "Citywide Street
Improvements - FY '89" to cover the cost of said contract.
Section 3. The City Manager is hereby authorized to enter
into a contract Un behalf of the City of Miami with M. Vila &
Associates, Inc., for NE 14 Street Highway Project, B-4539, base
bid of the proposal.
Section 4. This resolution shall become effective
immediately upon adoption pursuant to law.
PASSED AND ADOPTED this
1989.
ATTEST:
MATTY AI, CITY CLERK
SUBMITTED
",tUIS V. PRIETO-PORTAR, PhD, PE
DIRECTOR OF PUBLIC WORKS
I
1� The herein authorization is further
subject to compliance with all re-
quirements that may be imposed by
the City Attorney as prescribed by
applicable City Charter and Code
provisions.
-2-
CAPITAL PROJECT:
C±�'7
EDUAR'O RODRIGUEZ
CIP ANAGER
APPROVED AS TO FORM &
CORRECTNESS:
'epc
69"8 46
Section
2.
An amount not
to exceed
$27,059.29 is
hereby
allocated
from
the account
entitled
"Citywide
Street
Improvements - FY '89" to cover the cost of said contract.
Section 3. The City Manager is hereby authorized to enter
into a contract Un behalf of the City of Miami with M. Vila &
Associates, Inc., for NE 14 Street Highway Project, B-4539, base
bid of the proposal.
Section 4. This resolution shall become effective
immediately upon adoption pursuant to law.
PASSED AND ADOPTED this
1989.
ATTEST: 41
MATTY AI, CITY CLERK
SUBMITTED
IS PRIETO-PORTAR, PhD, PE
` DIRECTOR OF PUBLIC WORKS
1� The herein authorization is further
subject to compliance with all re-
quirements that may be imposed by
the City Attorney as prescribed by
applicable City Charter and Code
provisions.
W:
CAPITAL PROJECT:
C±�'7
EDUAR 0 RODRIGUEZ
CIP ANAGER
APPROVED AS TO FORM &
CORRECTNESS:
J GE L.PFERNAND_EZCITY ATTY
81D SECURITY LIST
BID ITEM: Northeast 14 Street Paving Project - B-4539
BID NO: 88-89-131
DATE BIDS RECEIVED: July 14, 1989 11: 00 p.m.
BIDDER
TOTAL
BID AMOUNT
BID BOND (or) y
CASHIER'S CHECK
M. Vila & Assoc., Inc.
$38,651.24
21�% BB
Sigma Const. & Engeneering
$43,752.35
BB Voucher
MIRI Construction, Inc.
$46,860.00
5% BB
FCE Contracting, Inc.
$50,565.00
5% BB
Delgado Paving, Inc.
$51,382.00
BB Voucher
P.N.M. Corporation
$54,606.50
5% BB
�,S & S Contracting, Inc.
Perez-Nar Inc.
$64,710.00
5% BB
$1�0,030.00
BB Voucher
*S & S Contracting filed only
one copy which.was
sent to the Department.
RECEIVED -iJ 1_ (T ) envelopes on behalf of p Iic Works
SIGNED: DATE: (City Department)
7 /
Received the hereinabove described checks this day of 119
in connection with the hereinabove cited bids, which were anded to the un rsigne on half oT—the
Accounting Division (or)
SIGNED: (City Department)
DATE:
s
.BID SECURITY LIST
BID ITEM: Northeast 14 Street Paving Project - B-4539
BID NO: 88-89-131
DATE BIDS RECEIVED: July 14, 1989 11:00 p.m.
BIDDER
TOTAL
BID AMOUNT
BID BOND (or) y �/
CASHIER'S CHECK
M. Vila & Assoc., Inc.
$38,651.24
22% BB
Sigma Const. & Engeneering
$43,752.35
BB Voucher
MIRI Construction, Inc.
$46,860.00
5% BB
FCE Contracting, Inc.
$50,565.00
5% BB
Delgado Paving, Inc.
$51,382.00
BB Voucher
P.N.M. Corporation
$54,606.50
5% BB
�S & S Contracting, Inc.
Perez-Nar Inc.
$64,710.00
5% BB
$1�0,030.00
BB Voucher
*S & S Contracting filed only
one copy which -was
sent to the Department.
I
f-
i
RECEIVED( t d ) envelopes on behalf of
lic orks
SIGNED:i5(City epartment
DATE: � /Ef
Received the here above described checks this day in connection with the hereinabove cited bids, which were anded tot he undersigned rsigne on half o�"t�h'e
19
;Accounting Division (or)
'.SIGNED: (City Department)
DATE:
f(
l�
R E 0 F-1 ''! E 1) Bid No. 88-89-131
ADVERTISEMENT FOR BIDS
13 JIJ1 191 1.11 'In. 0 4
Seale ',M' isi` f`or,,",bbnstructi on
wi 11 be;
F1 orl,4
office,
Key, Miami, Florida, 33133,
opened and read.
of "NORTHEAST 14 STREET PAVING PROJECT" - B-4539
the City of Miami,
at the City Clerks
rican Drive, Dinner
at which time and place they will be publicly
The project consists of the construction of approximately 300 feet of street
on N.E. 14 Street between N.E. 2 Avenue and N.E. 1 Court. Construction will
include the following: clearing & grading, construction of asphaltic
pavement, concrete curbs and gutters, concrete sidewalks and storm sewer
facilities. Bidders will furnish performance and bid bonds in accordance with
Resolutions No. 86-963 and No. 87-915. For clarification of technical issues
as presented in the documents and specifications, pelase contact Leonard
Helmers, P.E., 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 Department of Public Works, 275 N.W. 2 Street, 3rd floor, Miami,
Florida, 33128, on or after June 28, 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 s'eT oT plans and specifications. Addition67
sets may be purchased for a fee of $20 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. 10062 regarding
allocation of contracts to minority vendors. This has been designated a
minority set -aside construction project. Bidding will be restricted to City
of Miami certified majority (51%) hispanic, black, or worsen -owned corporation
and joint ventures. This certification process must be completed prior to the
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-4539, Req.
5541).
I- )
n? 0
REQUISITION FOR ADVERTISEMENT IC3 Jl►d 19� ifi�frr{abtf must appear
Public Works/Specifications in the advertisement.
bEPT/DIV.
ACCOUNT CODE Project No. 341175, Index No. 319201- $7, iHl►2�r 1.,_$ —8 131
June 15, 19$9 5,9—G874 riT►' 0` 111114;11. Fl_A.
[DATE PHONE APPROVED BY: }
OREPARED BY
George Picard
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement o'1 a times.
(number of limes)
Type of advertisement: legal it classified display
(Check One)
Size: Starting date
First four words of advertisement:
Sealed bids for construction
Remarks:
"Northeast 14 Street Paving Project" B-4539
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S)
OF
=
LINE
PUBLICATION
ADVERTISEMENT
INVOICE
AMOUNT
i
0
A-1
9
B-2
C-3
4
D-4t
E-5
F3
j
F4
F5
F7
F8
F9
F10
F11
F12_
LINE
TRANS
VOUCHER
DUE DATE
YY MM DO
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECTPROJECT
4
11
13
17
18 125134
39,42
45
50,51
56
57 62
63 65
66
7.1
0
1
2
4
1
V
P
2
10121
.
21
8
7
1
2
t3
4 7
8 V P 12
13
14
15 DESCRIPTION
36
64 DISCOUNT 6
72 AMOUNT.
8t'
5
2
0
2
0
1
ors
Approved for Payment
White — Purchasing Yellow - Finance Pink — Department
)
i"') n
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
To: Honorable Mayor and Members
of the ity Commission
Cesar H. Odio
= FROMCity Manager
.0%nn rnr B-4539
DATE --
SUBJECT: Resolution Awarding""Co-ntract
NE 14 STREET HIGHWAY PROJECT
REFERENCES
ENCLOSURES:
A
ix
RECOMMENDATION
adot the
It i s respectful ly recommended that the
bid of
f M.
Inc., for NE 14 Street Highway C0 Vi�las�& nAssoci ates,
attached resolution accepting e low Project, received July 14, 1989 in an
amount not to exceed $27,059.29, Base Bid of the proposal; and
authorizing the City Manager to enter into a contract on behalf of
the City.
BACKGROUND
Amount of Bid: $27,059.29 of Cost Estimate: 100%
Cost Estimate/Budgeted Amount: $28,800/$28,800 j
Source of Funds: CIP Ordinance No. 10521, as amended
sentation: 199 invitations mailed
Minority ReAre
17 contractors picked -up proposals
2 Black, 0 Women)
(6 Hispanic, t r�
8 contractors submitted bids
(6 Hispanic, 1 Black, 0 Women)
t+" t
Public Hearings/Notices: Bid notice published as required. x£
Assessable Project: No
Discussion:
cussion: The Department of Public Works has evaluated theoweSt. 3 {
received on July 14, 1989, and determined thai the K
responsible and responsive bid, in a reduced �Imaunt mi"nort to led
t�r R
$27,059.29 is from M. Vila & Associates, Inc.,hispanic
controlled corporation, Funding in the amount of $28+ �
available f"rom a contribution by the Dade County School Board•. A11
bids received were in excess of this funding, but a' rledution ir;lA
t ems;
the bid prices was arrived at based on established unit 'pri yes on
the bid proposal 00,
Resolution attached
31,
}
F -
CITY OF MIAMI, FLORIOA
INTER -OFFICE MEMORANDUM
FILE B- 4 5 3 9
Mayor and Members
DATE : Ci
Oi
ro:Honorable
of the ity Commission
antract
Resolution AWHIGHWAYCPROJECT
SUBJECT:
NE 14 STREET
`r C e s a r H. O d i o
REFERENCES:
FROWC.ity Manager
ENCLOSURES:
RECOMMENDATION
Commission adopt the
is respectfully recommended
that the City
bid of M. Vila & Ass9occiane ,
It
attached resolution accepting
the low an
Project, received July 14,
Inc., for NE 14 Street Highway
$27,059.29,
Base Bid of the proposal; and
behalf of
amount not to exceed
to ent it into a contract on
City Manager
authorizing the y
the City.
BACKGROUND
K
% of Cost -Estimate: 100%
=�
Amount of Bid: $27 ,059.29
Budgeted Amount:
$283,800/$2g,800 L�
Cost Estimate/
`Ordinance
ff Y}I.t Y
No. 1U521, as amended
ry
Source of Funds: CIP
4:42,
Representation: 199
k:0,
invitations mailed �o osa,
-up p P CIL
Minority
17 contractors picked
Black, 0 W4men)
(6 Hispanic, 2
;bi.ds
8 contractors submitted
1 .B1ac.k,;0 Wo-men)
(6 Hispanic, x
Sid notice pub1ished,as.requireo.
Public Hearin s/Notices:
Pi
f
yk'ot
Assessable protect:
ti
—
Department
Discussion: The P
of Public Works has .v.alu;at.tfietlow��
determined that
r e�ved on July 14, 19$�,ad
and
reduinc,maUhisanicti
responsible and re$onsive
b_id, in a ortst
es
$27,059,2y is fro M. Vila
Associ 8.
nt,
Funding in .th 2 '409U�
Bd*d �
controlled corporation, S� oil
by, the>_Dade Cok'nty
m 1W ii ►
r a contribution r+
av ai 1 ab i e f p M
this fundit�9, ut
bids received were in excess
of
;at 'based: on esL.abll.She ti�t17�*''tilt
the bid prices was a.rri ved
the bid proposal.N�
_
tached
Resol uti on at£Y`
--
i 6 0
i
NE 14 STREET HIGHWAY PROJECT
JOB NO. B-4539
CONTRACTOR'S FACT SHEET
1,
M. VILA ASSOCIATES, Inc.
4395 Palm Avenue Tel:
(305) 821-1226
Hialeah, Florida 33013
2.
Principals:
Martin Vila, President
Jose Sanchez, Vice -President
Contractor is properly licensed and insured.
3.
4.
Subcontractors:
None required at this time
5,
Experience: Corporation established in 1979
6.
A hi span c-mi nor'ity contractor.
r7
7.
Project 'and Scope:u"�
i
NE 14 Street H ghwa y Project
{
NE 14 'Street between NE 1 and NE 2 Avenues
NE 14
Street artd restori ng Y
The project consists of - realigning
include
sidewalk, curb
and;
the surfaces. The work will;
Y
gutter, new pavement, ,and some drainage.
'3
Twenty-five (25)' worki ng days construction,
time
3x
8.
Funds allocate`d.
.'$ 27,059.19
Contract...
$' 27,059..29
TOTAL
4 �L lit
Prepared
by: E.M. Pelaez
3ri,J�
r
SepV 9
t
��
M •T <
rt5 .
_
f
{
TABULATION OF BIDS FOR
STREET PAVING PROJECT B-4539
N.E. 14
pENEI-NAR INC
FCE CONiN DELBAOO PAY
Pf.t COAp
so CONTA
i Ag9pC. SI2NA CST NMI CONST
.YIIA
Dl00.1' S: Y
Y
2 112%
YES
YES YES
O!' Aremt YES
YES YES '�
Irrltt.+ YES
t o,r,ra
ial.�az.00
�, Moa.eo
!�. �so.00 5120. 090.00
�cr.oee.00
N 1lO.001.21 l42.752'—
TOTAL SM IlMi TOTAL OF IV" i " MI 2! 1A8ED ON IN �iy 680.00
fMBA7 f•:YE'MOP221M pAYf.
y
IRRE6tiLAFiITIES ESENO
8Y THE DEPARTMENT OF PUBLIC
,.yrP otttY IT HAS SEEM DETERMINED
V; tl avit-a to c act i o t++rol,a *+—so► Oonelrw MDRKS TNAI THE LOWEST BIDDER IS M. VILA
C iDplrr.ctb Exsw,.s.n.
+�` y VILA &ASSOCIATES INC.N
smompo ly Blood or No COraorst. S..I
Srai2..0di�
BID BB-89-534
�M rsa VILA
ATt`TtiE REQUEST OF THE CITY, M•
REDUCED THE AMOUNT
fB-4539
g ASSOCIATES r INC. HAS
TO
w_ THE CONTRACT
OF:
ti 0
..,
(qtw jorf 4aimul"
�tY O/�
W �
LUIS A PRIETO-PORTAR, PH.D., P.E. C SACity City H. ODIO
a •.••• ,•..,, a Manager
Director ' to
August 24, 1989
M. Vila and Associates, Inc.
4395 Palm Avenue
Hialeah, Florida 33012
Gentlemen:
N.E. 14 STREET PAVING PROJECT
Please find enclosed a document for
your signature by which you
agree to the reduced contract amount,
$27,059.•29, as requested by
the City of Miami for the N.E. 14 Street
Paving Project.'
On September 14, 1989 the City Commission
will award the contract..,
for -this project. Please expedite the signing and notarizing - of a
this document In order for the Public
Works Department to furnish,.'` '
a complete package to the Commission
by September 6, 1989.'
Sincerely,
. -
Lxy#
ames
r
.E.
Assistant 1 ector
.4r �.
RB.gc
5
�
_ yyP33
Enclosure : - 9 reement,
`
..A
4=r{
�
L
'2 ✓�
•
?i
'. f $-
DEPARTMENT Of PUKIC'1 QKK`V ►,i.iJV,;nd 51row 40'. 691*1 ,
Y
AGREEMENT
As requested by the City of Miami, based on unit prices
k:
submitted to the City Commission on July 14, 19$9, M. Vila and
Associates, Inc. agrees to reduce the contract amount from
$38,651.24 to $27,059.29 for the Public Works Department's
highway Improvement entitled N.E. 14 Street Paving Project
B-4539.
(Bid No. 88-89-131)
Signed, Sealed and Delivered
In the Presence of:
1st Witness to Signature jqSLV M. SANCHEZ
• VICE PRESIDENT
ova 1.11 A? -
Witness Pint Name Ad ress
City, State and Zip Code
2nd Witness to�R?Signature
-�1�U� I'�1aLLr1� f
CORPORATE SEAL r
Wltnesi0Print Nam & Address
City State and Zip Code,
STATE OF FLORIDA) ;
COUNTY OF DADE )
F
I HEREBY CERTIFY that on this day. personally appeared
me, an officer duly authorized to administer. oaths and'.:.' -.,take'
r
acknowledgments, JOSE M. SANCHEZ, VICE PRESIDENT, M. VILA
ASSOCIATES, INC., to me well known to be the person descrlbed In;
and who executed the foregoing Instrument and acknowledged ba ore s
- me that they executed the same freely and voluntarily
purpose therein expressed. s
_ WITNESS my hand and official sea I at M I am,I , County of Da+e h�
and State of Florida, the day and year Iast,_aforesafd'
NQtty►`P Statc of Raridax
V Comm:u:cn Ex*$ Dec. 27,1940
Aoeoa hru T::y fain • Insurance Mfr ~ 1 F
My Commission Expires:
AV
a
k iAAm