HomeMy WebLinkAboutR-88-0744I
J-88-745
7/20/88
RESOLUTION NO. tam—�7,4A
A RESOLUTION ACCEPTING THE BID OF MIRI
CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF
$57,100.00, BASE BID OF THE PROPOSAL, FOR LOCAL
DRAINAGE PROJECT-FLAGLEP. STREET REPAIRS, E-58
(SECOND BIDDING), WITH MONIES THEREFOR
ALLOCATED FROM THE 198P CAPITAL IMPROVEMENT
ORDINANCE NO. 10347, PROJECT NO. 1522321IN THE
AMOUNT OF $57,100.00 TO COVER THE CONTRACT
COST; AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received July 12, 1988 for Local
Drainage Project-Flagler Street Repairs, E-58 (Second Bidding);
and
WHEREAS, there exists an emergency need to effect repairs at
seven different locations to a failed storm sewer culvert on
Flagler Street between Miami Avenue and E. 1st Avenue; and
WHEREAS, said repairs will result in the correction of a
hazardous condition that exists on the public right of way due to
said failure of the storm sewer culvert; 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 1988 Capital Improvement Ordinance No. 10347,
was adopted on November 19, 1987, and monies are available for
the proposed amount of the contract, project expense, and
incidentals under Project # 352232 of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
SECTION 1. The July 12, 1989 bid of Miri Construction, Inc.
in the proposed amount of $57,100.00, for the project entitled
Local Drainage Project-Flagler Street Repairs, E-58 (Second
Bidding), for the base bid of the proposal, based on lump sum
prices, is hereby accepted at the price stated therein.
CITY COMMISSION
MEETING OF
JUL 21 1988 1
UTION No.
HKS
1
Section 2. The amount of $57,100.00 is hereby allocated
from the 1988 Capital Improvement Ordinance No. 10347, project
No. 352232,to cover the cost of said contract.
Section 3. The City Manager is hereby authorized to enter
into a contract on behalf of the City of Miami with Miri
Construction, Inc., for Local Drainage Project-Flagler Street
Repairs E-58, (Second Bidding) base bid of the proposal.
PASSED AND ADOPTED this 21st day of July , 1988.
i
kHIKAL, uTTY—CLERK
PREPARED AND APPROVED BY:
CHIEF DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
CITI ATTORN Y
- 2 -
iS-744
BID: 87-88-114 BID SECURITY Jt'I,Y 12 , 1988
FLAGLER STREET REI'AIR 1I:00 A.M.
KtM O&It 0l01 RECIl'itO
TYPE OF SECURITY
BIDDER
TOTAL
"DUNT
r
F.C.E. CONTRACTING INC
BROKEN DOWN IN ITEMS
f'
MIRI CONSTRUCTION CO.
RECEIVEDG n behalf f I�CF�AS G DIV./PUBLIC W RK �"— envelopes.
SIGNED: �DATE: 7 /Z
R�cctc� �c skcwu de(utkcd checks M r�r s►1 1�,.
Jolt .rcovp(taMc avtsAN
Ar
Bid No. 87-88-114
ADVERTISEMENT FOR BIDS
A.
Sealed bids for "LOCAL DRAINAGE PROJECT - FLAGLER STREET REPAIR, E-58" (SECOND
BIDDING) will be receiygd_,.by_.the._.-City_Manager_and the Cif Clerk of the City
of Miami, Florida at<�I:00 a.m. onthe 12th day -6T—JuTy, 1988�at the City
Clerk's Office, first f1o`or of the-_ Miami- C-Ity Hall,"3500 _hdn American Drive,
Dinner Key, Miami, Florida, 33133, at which time and place they will be
publicly opened and read.
The work will consist of installing protective slab over existing box culvert
and replacing concrete pavement and asphalt pavement. City regulations will
allow bidders to furnish a performance and a bid bond in accordance with
Resolutions No. 86-963 and No. 87-915. For technical questions regarding the
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 the Director of Public Works, 275 N.W. 2 Street, 4th floor,
Miami, Florida, 33128, on or after June 23, 1988. There will be a $20 deposit
required for the first set of plans and specifications. Additional 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. The City will expect prospective
bidders to submit an 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-5552, Req.
5511) .
Matty Hirai
City Clerk
DEPT DIV.
ACCOUNT CODE
DATE _--- - -
PREPARED BY
Publish the attached advertisement
Type of advertisement: legal _
(Check One)
Si7P'
First four words of advertisement: _
Remarks:
ninp oqcommu.
REOUISITION FOR ADVERTISEMENT
PHONE
(number of umesl
classified display
Starting date
APPROVED BY:
This number must appear
in the advertisement.
DIRECTOR OF ISSUING DEPARTMENT
times.
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13
1 117
18 1 12534
39
42 145
50
51 56
57 62
63 65
66 71
1
2
4
1
V
P
2
10121
21817
1
T0
2
3
4 7
8 V P 12
d14
15 DESCRIPTION
36
64 DISCOUNT69
72 AMOUNT 80
5
2
0
0
2
0
1
Approved for Payment
White - Purchasing Yellow - Finance Pink - Department
AIA
.NTP C f'ou�N,of�vyou^^
`-`
M0tty Hirai ' `m�
`�Ust 24^ 1988 -,,B~555Q
City Clerk -
Fl88ler Street Storm Sewer
Emergency Repair .
~~... ~^"^"=. -
`- tor Y Public Works
^`
At the Commission meeting of July 21, 1980" Resolution No.
88~744 was passed accepting the bid of Miri Construction Co.,
Inc., for the above referenced project. Due to a scrivener's
error, the wrong project number was included in 5ai d
resolution~
mm
Please replace the incorrect project number that apperars on
the resolution (no. 333083) with the correct project number
as provided in the Capital Improvements Program (no. 352232),
Thank you very much for your attention to this request. ^�
EMP:emp
cc: Sergio Rodriguez, Asst. City Manager
Robert F. Clark, Chief Deputy City Attorney
IN
Hona,rahle Memhers,�'f. the
City 'Commission
IWWXavier L. SUAre I
Mayor 0
A
try (II t1)h►+1, t 1 tItIfnt�
ttJf111.PNt P-I( t tvrJA()t?At1171iM
7-20-88 ,,,18-3201
Emergency Award of Contract
Local Drainage project E-58
Please he advised that 1 intend to bring up, as a pocket item
Ai, the July 21st, 1988, Commission Meeting, the emergency
Award of a contract to Miri Construction Co., Inc., for the
construction of Local Drainage project E-58.
Bids for this project were originally to be received on May
26th, but no bids were submitted. The item for award of thi s
second bidding was originally scheduled for award at the
Commission Meeting of July 28th.
The project contemplates repairs to a collapsed storm sewer
culvert, which presents a hazardous condition within the
public right of way. Award of a contract at the July 21st
meeting will allow the City to carry out these repairs quickly
in order to correct the hazard.
88-744
e
:1
G
File
ItY OF MIAMI. rl ORIOA
!NflER-OC=PICE MEMOPANOUM
I
r
Donald W. Cather
Director of Public Works
�rrtnF N•'F ;
April 26, 1988 "I.F 8-5552
Request to Coordinate
Bids b Specifications
Attached is PW form #121R fully completed for the job entitled
"LOCAL DRAINAGE PROJECT - FLAGLER STREET REPAIR, E-5811, B-5552,
as per Project No. 352251.
We have verified with the Department of Finance that funding
will be available for this project; indicated below are monies
required to cover the cost of this contract based on the
preliminary engineer's/architect's estimate of $85,000, plus
additional amounts for project expense, incidentals, and
indirect cost.
Min rity S t-Aside (Y) (N) Budgeted Capital Proj.
----- '----------
Adrienne Macbeth- Ser— odriguez
Minority Procurement D1 a or of Planning
Approved Expenditure
Manohar Q.urtana—
Director of Management
R Budget
REW:au
cc: E P b R
Contract B-5552
$_ af___ will be
available to_cover the
cost of this contract
C—arlo Garci��- -----a ----------
Director of Finance
88--744
I
810 NO. 87-88-089
CITY _OF_MIAMI
DEPARTMENT OF PUBLIC WORKS
ASSESSMENTS,SPECIFICATIONS AND CONTRACTS SECTION
PROJECT_ REQUEST
DATE: April 26, 1988 CIP Project: Local Drainage
Project - Fr' 8a
GvIvP. PROJECT NO.: 352251 INDEX NO.: 3i9.to/
SOURCE OF FUNDS: CIP Ordinance No. 10347
BIDS TO BE SECURED FOR: LOCAL DRAINAGE PROJECT - FLAGLER STREET REPAIR,
E-58
Located at East Flagler Street between Miami
Avenue and N.E. 1 Avenue.
The project consists of street restoration and
storm sewer repairs.
PLANS & SPECS PREPARED BY: Public Works
FOR THE DEPARTMENT/QFF1r6E OF: Public Works
ADVERTISE ON: May 5 RECEIVE BIDS: May 26
ESTIMATED COST Total Bid $85,000
NOTE: Plans & specs must accompany this form, together
with rough copy of advertisement, at least TWO weeks prior
to the proposed date of advertising. Minimum —bidding time
is 15 days (Code Sec. 18-52.1(d)).
Form PW N121R
Rev 214187
88-'744
IMI-t7fit tIt-F MrNit lhAtlIII t1A
Honorable Mayor and Members
of the City Commission
" Cesar H. Odin
City Manager
RECOMMENDATION
1-11 7-20-98
B-5552
Resolution Awarding Contract
LOCAL DRAINAGE PROJECT FLAGLER
STREET REPAIR, E-58 (SECOND
(BIDDING)
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of Miri Construction, Inc.
for LOCAL DRAINAGE PROJECT FLAGLER STREET REPAIR, E-58 (SECOND
BIDDING), received July 12, 19BB in the amount of $57,100.00, Total
Base Bid; authorizing the City Manager to enter into a contract on
behalf of the City.
nArkr.nniiun
Amount of Bid: $ 57,100.00
Cost Estimate/Budgeted Amount:
Source of Funds: 1988 C.I.P.
7 of Cost Estimate: 81.67,
$70,000/E70,000
Ordinance No. 10347 as amended
Minority Representation: 392 invitations mailed
4 contractors picked up plans R specs
(1 Hispanic, 1 Black, 0 Female)
2 contractors submitted bids
(1 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
received on July 12 and determined that the lowest responsible and
responsive bid, in the amount of $57,100.00, is from Miri
Construction, Inc., a hispanic minority controlled corporation.
Funds arP available to cover the contract cost, and for such
incidental items as postage, blueprinting, advertising, and
reproduction costs.
A6-'744
I M
Honorable Mayor and Members
of the City Commission
Page 2_
An existing box culvert storm sewer on Flagler Street has failed and
is in need of immediate repair at seven different locations between
Miami Avenue and F. 1st Avenue. These repairs are covered under
this contract. The project was first advertised on May Sth and bids
were to be received by the city Clerk on May 26th, but no bids were
submitted.
Because of the collapse of the storm sewer, the existing pavement is
in a hazardous condition and must he repaired at all seven
locations. As a courtesy, Miami -Dade Water R Sewer Authority has
loaned the City steel plates to temporarily bridge the areas in need
of repair. Continued use of the steel plates will cause additional
damage to the pavement and could cause damage to automobiles that
must traverse the plates.
The proposed award of contract now will enable the City to correct
this hazardous situation 6 weeks sooner than if such award took
place in September.
Resolution attached
88744
10"N
LOC111_ MIME PROJECT NLAGLER STREET REPAIR* E-bB
(SECOND BIDDING)
JOR NO. B-5552
CONTRACTOR'S VACT SHEET
1. MINI CONS NO('tION, INC.
13411 S.14. 171 ,t. rggt
°liami, Florida 3315(i
Tel; (301)) y33-5266
2.
Principals:
I)ionisio Suarez, President
1l1ort SiiArez, Vice - President
Fernando Suarez, Vice- President
tiiriam T. Suarez, Secretary
3.
Contr.i( fair- i s pro,)erly l icensed
anti Itisured
4.
SW) :oll1.r,i1.1.1)v%
None regi0 red (it. I.1t i ` Limit
r
S.
Expr!ri►itct-,; Corporation establishes!
in 1918.
h.
A hi spani c III n o r i ty rrrrt1.reiI.toI,
7.
Project and Scope:
Local i)rAinaye Project FIayier
Street Repair, E-58
(Second Bidding)
The project cnrtsist s nF constructing a protective ~flit
I.. I + •.Ill v-1 1. ,rlift rel,l aci
ny concrete anti •isIih,tl l:
'IAVO Wilt.
Teri (10) workiny clays construction
time
�.
rwids allocated:
r;nrrt r�tr.i:: $
57,100.00
Project. F'xpense
7,994.00
Blueprint:
100.00
Advertising:
500.00
Testing:
400.00
Postage:
150.00
SUR-TOTAL $
66,244.00
Imlir•pr.t. Cost.
735.00
TOTAL $
66,979.00
t�,•,�;,,t r• „I f,y . r;. V. Pi c a r d
July 13, 1988 819-744
LOCAL DRAINAGE
TABULATION OF BIDS FOR
PROJECT - FLAGLER STREET REPAIRS E-58
City Manager. City Clerk 1i:00 A.N.
,
2nd BIDDING
I
Bidder
IRI CON3T. INC.
FCE CONTRACTINGYNC
Licensed a Insured as Per City Code a Matra Ord.
YES
YES
,
Bid Bond Amount
Irregularities
Minority Owed
YES
YESI
i
i
RTD- THE TOTAL OF ITEMS I THRU
4
TOTAL RASP
10 WORKING DAYS
�
I
,
,
I
I
IRREGULARITIES LEGEND
A — No Powr-of-Attorney
B —No Affidavit as to Capital a surplus of Bonding Company IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS
C—Corrected Extensions THAT THE LOWEST RESPONSIBLE BIDDER IS MIRI CONSTRUCTION INC.
D —Proposal Unsigned or improperly Signed or No Corporate Seel IN THE AMOUNT OF $57,100.00
F-
G — Improper Bid Bond �J f
H — Corrected Bid
I-
J-
I
BID 87—88-114
B-5552