Loading...
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