Loading...
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