Loading...
HomeMy WebLinkAboutR-87-0767I V a J-8T=T61 6/24/8T RESOLUTION NO, A RESOLUTION ACCEPTING THE BID OF M. VIL-A AND ASSOCIATES IN THE PROPOSED AMOUNT OF $1,406,624.40, ALTERNATE TOTAL RID OF THE PROPOSAL, FOR SE OVERTOWN/PARK WEST PAVING PROJECT -PHASE I; WITH MONIES THEREFOR ALLOCATED FROM THE CAPITAL- IMPROVEMENTS ORDINANCE NO. 10187, PROJECT NO, 3220291 IN THE AMOUNT OF $1,406,624.40 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM] DIRECTING THE CITY CLERK TO PUBLISH A NOTICE OF PUBLIC HEARING FOR OBJECTIONS TO THE ACCEPTANCE BY THE CITY COMMISSION OF THE COMPLETED CONSTRUCTION BY M. VILA AND ASSOCIATES OF SE OVERTOWN/PARK WEST PAVING PROJECT -PHASE I UPON SATISFACTORY COMPLETION OF SAID CONSTRUCTION. WHEREAS, sealed bids were received July 23, 1987, for SE Overtown/Park West Paving Project -Phase I B-4512; and WHEREAS, the City Manager and the Director of Public Works recommend that the bid received from M. Vila and Associates be accepted as the lowest responsible and responsive bid; and WHEREAS, the Capital Improvements Ordinance No. 10187, was adopted on December 11, 1986, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project #322029 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The July 23, 1987, bid of M. Vila and Associates in the proposed amount of $1,406,624.40, for the project entitled SE Overtown/Park West Paving Project -Phase I B-4512, for the alternate total bid of the proposal, based on unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $1,406,624.40 is hereby allocated from the Capital Improvements Ordinance *10187, Project No. 3220291to cover the cost of said contract, CITY COMMISSION MEETING OF SEP 8 1987 rtiL_• r� RESOLUTION No. V �fQe+y f [.D i REMARKS: SeCtIon 3. the City N AM&ger It hereby auth0r12ed to ehter into a Eohtraet on beha I f of the City of M i am i with M. Viia and Assooiates, for SE Overtown/Park West Paving Prbject= Phase 1 R=4512, alternate total bid of the Propbsal. Section 4. Subject to a report by the City Manager stating that M. Viia and Associates has satisfactorily completed the construction of improvements designated as SE Overtown/Park West Paving Project -Phase I in SE Overtown/Park West Paving Project -Phase I District 8-4512, the City Clerk is hereby directed to publish a notice in a newspaper published In the City of Miami, Florida, stating that at a meeting of the City Commission to be held at a certain day and hour to be determined by the City Clerk, the Commission will hold a public hearing to any objections by persons interested in or affected by City Commission acceptance of the completed construction of SE Overtown/Park West Paving Project -Phase I In SE Overtown/Park West Paving Project -Phase I District B- 4512. PASSED AND ADOPTED this 8th day of Sept!C?mber ,�, 1987. ATTEST'l- MFATTY HIRAI. CITY CLERK PREPARED AND APPROVED BY: leo44a ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROV S TO 7 FORM AND CORRECTNESS: DMIA A. DOUGVERTY ITY ATTORNEY XAVIER L. SU Z, MAYOR - 2 - 8 7-76 9 #41 L-1 BID SICURITY ttitan /-ta rk--West- Pay ing, roi ec t &Lftj &jbj §Etti t6 Ju Y21, -- 1987 206 P.fh- 0 'er - -- MMOMMUMMUM "Th—a—si—I 86-87-110 SIM& Alfred Lloyd & sons Garcia Allen Construction 'MAL lilt - 4D 310 5:5 I b/6 M. Vila & Associates. Inc. 44 0 6) ,� %f�'�,J Stone Paving Company 41 (e // C# Williams Paving Co., Inc. 7.21 663 P.J. Constructors, Inc. /24 S13 n ryr-ji oop D, rnair �or-,,_p 01, C.- ING IV./PUBLIC WORKS envelopes. SIGN E DA TE 410 to Iwo �V-w�&I�Iweks qPww 0901�lbqd chocks thl M JOY 61 Olt A f Bid No, 86-87-110 ADVERTISEMENT FOR BIDS Sealed bids for construction of SE OVERTOWN/PARK WEST PAVING P - T z PHASE I B-4512 will be received U i. e ail t�.i�labay ..atirlrihe lty o issio of the City of Miami, Florida at 2:30 p.m, on the 23rd day of July, 19 to the City Commission Chambers, first 'Cy' , Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time they will be publicly opened and read. The work will include the construction of approximately 1.6 miles of streets in an area bounded by NW 5 Street, NW 10 Street, N Miami Avenue and NW 3 Avenue. Construction will include clearing and grading, asphaltic pavement, concrete curb, gutters and sidewalks, storm sewer facilities and landscaping. The engineer's estimate for the project is betwee: $1,500,000 and $10750,000. City regulations will allow bidders to furnish a )erformance bond and a bid bond in accordance with Resolution No. 86-983. For technical questions regarding the plans and specifications please contact Daniel C. Brenner, P.E., Assistant Highway Design Engineer, at (305)579-6865. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and specifications may be obtained from the office of the Director, Department of Public Works, 275 N.W. 2 Street (4th Floor), Miami, Florida, on or after July 2, 1987. There will be a $20 deposit required for each set. Deposits will be refunded only upon return of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after opening of the bids. Prospective 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-4512, Req. 3684) . Cesar H. Odio City Manager 87-'76 4P n mF r-01 mum REQUISITION FOR ADVERTISEMENT This nuF iber' -mAti appear in the advertisement. OEPT'bIV •, , , ,-, ACCOUNT CODE DAfiE - PHONE - . - - APPROVED BY: PAr=PAREb By DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement times. {number of Umes) Type of advertisement: legal classified display (Check One) Size: Starting date First four words of advertisement: Remarks: fc,e 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 11718 25.34 39 42 45 50,51 56 57 62 63 65 66 71 0 1 2 4 1 V P12101212 g 7 1 2 3 4 7 8 V P 1213 14 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 White — Purchasing Yellow - Finance Pink — Department Approved for Payment 8 7— 76 7 ts Bid No. 86=87=110 ADVERTISEMENT FOR BIDS Sealed bids for construction of SE OVERTOWN/PARK WEST PAVING T = PHASE I B-4512 will be received i1+y..Md Idyl t at)��. - issi_o of the City of Miami, Florida at 2,30 p.m. on the 23rd day of July, 198 in the City Commission Chambers, first f Pan American Drive, Dinner Key, Miami, Florida, 331331 at which time they will be publicly opened and read. The work will include the construction of approximately 1.6 miles of streets in an area bounded by NW 5 Street, NW 10 Street, N Miami Avenue and NW 3 Avenue. Construction will include clearing and grading, asphaltic pavement, concrete curb, gutters and sidewalks, storm sewer facilities and landscaping. The engineer's estimate for the project is betwee: $1,500,000 and $1,750,000. City regulations will allow bidders to furnish a )erformance bond and a bid bond in accordance with Resolution No. 66-983. For technical questions regarding the plans and specifications please contact Daniel C. Brenner, P.E., Assistant Highway Design Engineer, at (305)579=-6865. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and specifications may be obtained from the office of the Director, Department of Public Works, 275 N.W. 2 Street (4th Floor), Miami, Florida, on or after July 2, 1987. There will be a $20 deposit required for each set. Deposits will be refunded only upon return of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after opening of the bids. Prospective 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-4512, Req. 3684). Cesar H. Odio City Manager S7--'76 LICITACION NO. 86=87-110 AVIW DE LICITACIJN Propuestas selladas para SE OVERIl)WN/PARK W60"T PAVING pHOJECT - PHASE I 6- 4512 seran recibidas por el Adrniriistrasor y is Cumision de La Cluaad de Miami, F orida, a ma's tavd.ar a las 2330 p.ms el di a 23 de juiio de 1987, en i.a OYicina del Secretario, primer piso, Ayuntwniento de M .dmi, 3500 Pan Anericsn Drive, Dinner Key, Miani, Florida, 331331 a cuya Nora y en cuyo lugar seran pubiicarnente abierta5 y leidas. E1 trabaj u incluira la constnicelun de aproxt-nadanente 1.6 millas de Galles en el area burdeada fir la NW 5 Street, NOW 10 atreet, N Miaani Avenue y NW 3 Avenue. La construction consistira de lbnpieaa y nivelaci6n, pavinento asfaitico, eutitenes, cunetas y aceraz ae concreto, sistema de drenaje pluvial, y jardineria ornamental. E1 estlrnado de i genieria esta entre $1,000,000 y $19750,000. Requisitos municipales pe-mitiran a ios licitaaores presentar bonds de canplimiento y licitacion de acuerdo a is resolution No. 86-983. Para prebuntaz ttcnicas acerca ae los plans y especificaciones li ane a Daniel C. Brenner, P.E., Ingeniero Asistente de Di3eho de Carreteras, al (305)579- 6865. Toaas las licitaciones seran sometidas de acuerdo con las Instructions a los Licitadores y las Especificaciones. Los juegos de plans y especificaciones podran obtenerse en la of'icina del Director de Obras Pubiicas, 275 N.W. 2 Street �4to Piso), Miami, Florida, a partir del 2 de juiio de 1987. Se requerira un deposito de $20 por caaa juego de plan::;; estos depositos seran reemboisados al devolver los pianos y las especificact�ones al Departainento ae Obras Pubiicas, sin marcas y en buen estaao, dentro ct,, un plazo de dos semanas siguientes a la apertura de las licitaciones. Se avisa a los interesados de las provisions de la Ordenanza No. 10062, reference a la otorgacien de contratos a minorias. L3 Ciudad requerira a los interesados que sanetan un Plan de Acci6n Afirmativa, definido en dicha Ordenanza, y requerido en las Instructions a los Licitadores. La Ciudad de Mianri ha acioptado la Ordenanza No. 10032, la cual implementa el "First Source Hiring Agreement". Esta ordenanza tiene por objeto proveer oportunidades para anpleo a residentes de la Ciudad de Miami en contratos que resulten en la creation de nuevas plazas de trabajo. Los contratistas podran ser elegibles para reembolsos de gastos de salarios bajo este prograna. Para mayor information dirijase al Depto. de Obras Publicas, al (305)579-6856• Las propuestas incluyen el tiempo de ejecucien, y las especificaciones coritienen provisos para danos liquidados incurridos por f'alta de completar el proyecto a tiempo. La Comisi6n de la Ciudad se reser✓a ei derecho a descartar cualquier informalicaax en cualquier licitacion, y el Administrador de la Ciudad puede rechazar cualquiera o todas las propuestas, y reanunciar (B-4512, Req. 3684). Cesar H. Odio Administrador Municipal 8'7-'7G `r (7)' `""?1 @0- M Il V REQUISITION FOR ADVERTISEMENT Tb & nuiYtbef. in�s� appear in the advertisement. bE PT�DIv. . _ ACCOUNT CODE _ _ _ , DATE PHONE APPROVED BY: PREPARED 13Y __ = DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement times. (number of times) Type of advertisement: legal classified display (Check One) Size: Starting date First four words of advertisement: fe-4 Remarks: 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 11 113 1 117 18 1 25,34 39,42 45 50 51 56 57 62 63 65 66 71 0 1 2 4 1 V P 2 10121 2 8 7 1 2 314 7 8 V P 121314 15 DESCRIPTION 36 64DISCOUNT69 72 AMOUNT 80 5 10 0 2 0 1 White — Purchasing Yellow - Finance Approved for Payment Pink — Department . 87--7f;`'r SA IMPORTANT QJENDUM CITY of MIAMI, FLORIDA Department of Public WorKs ADDENDUM NO. 1 ISSUED July 10, 1987 t0 BIDDING AND CONTRACT DOCUMENTS FOR OVERTOWN/PARK WEST SANITARY SEWER REPLACEMENT PROJECT B-5533 * * * * * * * * * * * * * * * * * * * k k k k * k k * * * * * * * THE CONTRACTOR IS HEREBY NOTIFIED AS FOLLOWS: CHANGE 1: (SPECIFICATIONS) Please substitute the attached revised pages 2 and 2k in the bid package. Add the fu11owiny to paragraph 2.09 of the Special Provisions: The Contractor is also required to submit a bid for the Alternate Bid Item so that the Alternate Total Bid may be awarded at the City's option. CHANGE 2: (SPECIFICATIONS) The folluwing pages containing paragraph 2.57 "INVERSION LINER" shall he added to the Special Provisions. CHANGE 3: (SPECIFICATIONS) Substitute the last sentence of the first paragraph on S-2 i 2.44.10 "5-,-►T=:�,aIRS" with the fol lowing Pj,.., Jr..,•��: No point repairs reyuiriIj rizcavation of the sewer have been identified duriny raview OF the pre -bid video inspection. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT 00CUMENTS AND SHALL BE MADE A PART THEREOF Oo al d W. Cather 0i rector 8"7-'76 T i PROPOSAL Paget B=SSD THE BIDDER STATES THAT THIS PROPOSAL IS BASED UPON THE CONTRACT DOCUMENTS AND THAT HE ACKNOWLEDGES THE RECEIPT OF THE FOLLOWING ADDENDUM (A)! ADDENDUM NO, ADDENDUM NO. ADDENDUM NO. TOTAL BASE DID: THE 'TOTAL OF BIDS "A" AND "B" based on a one hundred (100) working day completion time, the sum of ALTERNATE TOTAL BASE BID: THE TOTAL OF ALTERNATE BID "A" and BID "B" based on one hundred (100) working day completion time TOTAL BID ALTERNATE TOTAL BID * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * BID "A": THE TOTAL OF ITEMS 1 THRU 39, the sum of THRU --BTD—"A"--- ALTERNATE BID "A" --B I D-7 B --- 87-76 BID -.oW-9& ITEM 40 280 lin, ft, of D-inth extra heavy Gast iron soil pipe laterals, at any foot cut, the unit price of Dollars and Cents�1L.f�Gr GYi�Gw Ii OYi ilt GG�lii►ii fYi�GiiZGiiY�Y�iiG per linear foot ITEM 41: 135 lin. ft. of 10=inch extra heavy cast iron soil pipe laterals, at any foot cut, the unit price of Dollars and --- ------ o_ot_____________ Cents ($-______- ) ALTERNATE BID ITEM 42: 170 lin. ft. of inversion lining for existing 24-inch concrete pipe sewer, as described in Division 2, the unit price of Dollars and Cents ($) --------------------------- per linear foot PROPOSAL Page 2k B=SS33 $.... ITEM.��:4__-0_ $ ITEM 41- $ ITEM 42 87--76 SPECIAL PkOVYS10NS Page 28 2.56 ORDINANCE NO. 10032 (Cbnt'd.) The bidder will furnish the required information identifying the number, job destription, hours and duties of new positions which can be filled by City of Miami training and employment programs. the successful bidder Shall promptly negotiate, within ten (10) business days of an award, a First Source Hiring Agreement with the South Florida Employment and Training Consortium implementing the First Source ordinance for the public work. 2.57 INVERSION LINES (ALTERNATE DID) The Alternate Did The liner shall be polyester fiber felt tubing lined on one side with polyurethane or polyvinyl Chloride. The liner shall be saturated with a thermosetting liquid resin prior to insertion. Resin type and quantities shall be as specified by the manufacturer to obtain a cured liner with the following properties: tensile strength per ASTM D- 6380 3,000 psi; flexural strength per ASTM D-790, 4,500 psi; and modulus of elasticity per ASTM D-790, 300,000 psi. Minimum long term (50 Year) modulus of elasticity of 150,000 psi. The lining manufacturer shall submit to the Engineer for approval, complete design calculations for the liner. The criteria for liner design shall be an E-80 live load and the overburden as shown on the Plans, using a dry soil weight of 120 pounds per cubic foot. Maximum water table elevation is +4.0 feet and expected minimum lifetime is 50 years. Liner side support shall be provided by the soil pressure against the existing pipe. The existing pipe shall not be considered as providing any structural support. Modulus of soil reaction for the existing pipe shall be considered to be the same as that generated by materials and4methods given in Division 4, Section 406.2. Ovality shall be calculated using dimensions of the existing pipe cross-section as shown on the Plans. Approximate maximum length of flat will be considered as 6-inches for 24-inch nominal inside diameter, and add 10% of thickness to compensate for resin migration. Minimum inversion liner thickness shall be 0.56-inches for 24-inch nominal I.D. sewers after installation. 8 i - 76 l SPECIAL PROVISIONS Page 29 2,57 INVERSION LINES (ALTERNATE 510) (Unt'd.) Liner shall tie neither accepted nor installed until design caitulations have been approved by the thgineer. Liner shall be as manufactured by instituform of North America, Inc., 3315 Democrat Road, P.O. Box 181071, Memphis, Tenn. 381154 or equal. As part of the design calculation submittal, the liner manufacturer shall submit tabulation of time vs. temperature. This tabulation shall show the lengths of time that exposed portions of the liner will endure without self - initiated cure or other deterioration beginning. This tabulation shall be at five degree Fahrenheit increments ranging from 70 degrees F. to 100 degrees F. The manufacturer shall also submit his analysis of the progressive effects of such •pre -cure' on the insertion and cured properties of the liner. This information shall be submitted in a timely fashion prior to the preconstruction conference so that the Department may set procedures for dealing with such an instance caused by construction delays. Cleaning and spot repair of the existing line shall result in a line which is clear of all loose or intrusive material and free of projections which might snag or create stress concentration in the liner. The Contractor shall present the Engineer, for approval, a descriptionn of his methods for avoiding liner stoppage due to a conflict and friction with such points as the manhole entrance and the bend into the pipe entrances. He shall also prsent plans for dealing with a liner stopped by snagging within the pipe. This information shall be rendered to the Engineer in a timely fashion prior to the preconstruction conference. The Contractor shall have on hand at all times, for use by his personnel and the inspector, a digital thermometer or other means of accurately and quickly checking the temperature of exposed portions of the liner. 87-7Ei7 2.57 INVERSION LINES (ALTERNATE Drb) SPECIAL PROVISIONS Page 20 (Cont'd.) The Contractor shall immediately notify tite Engineer of any construction delays taking plate during the insertion operation. Such delays shall possibly require sampling and testing by an independent laboratory of portions of the cured liner at the Engineer's discretion. The cost of such tests shall be born by the Contractor and no extra compensation will be allowed. Any failure of sample tests or a lack of immediate notifications of delay shall be automatic cause for rejection of that part of the work at the engineer's discretion. The water circulating and heating system used for curing shall have the written approval of Instituform of North America. The system together with Institufrom approval shalt be submitted to the Department for approval prior to lining operations. Should the liner not make a tight seal at the inside manhole wall, a seal shall be made by use of extra polyesther fiber felt and epoxy resin. Pipe entries and exists shall be smooth, free of irregularities, and water tight. Should the liner not make a tight seal at the inside manhole wall, a seal shall be made by use of extra polyester fiber felt and epoxy resin. Pipe entries and exists shall be smooth, free of irregularities, and water tight. No pin holes, cracks, thin spots, or other defects in the liner shalle permitted. The Department reserves the right to check the liner with its forces and detector equipment. The Contractor shall not reactivate any section until he has received approval form the Engineer to do so. If the Department exercises its option, and any holidays, pinholes, or inferior workmanship are found, they shall be corrected by the Contractor to the satisfaction of the Engineer. 87-76 • A #'A 45 i �,,EGIAL PROVISIONS Page 31 M7 INVERSION LINES (ALTERNATE 8I6) (Cont'd.) Curing and cool down procedures shall be as specified by Instituform N.A. When draining water, care shall be exerCised not to create a vacuum in the line. Preparation of the interior surface shall be accomplished by a thorough high pressure water -jet cleaning. The pipse Shall be left free of all loose sand, rock or other deleterious materials. Grouting shall be used where necessary to smooth transition area. However, such grouting shall be utilized only with the prior knowledge and approval of the Engineer. With prior approval of the Engineer, bonding agents of an approved type may be utilized in the grout to improve adhesion. The price per foot for inversion liner shall be full compensation for providing and installing the inversion liner, ready for service, and shall include, but not be limited to, cleaning and preparation of the existing seewr; spot repairs as specified in Section 2.44.10 "Spot Repairs"; removal, transportation, and disposal of material generated by cleaning, preparation and spot repair activities; sealing, dewatering, and bypass pumping; providing provisional sewers to maintain service; resin mixing and application; inversion lining; curing; unloading of materials and placing thein in position; if concrete pipe sections are installed, performing all applicable operations; making connections to existing mains and structures; supporting and protecting existing utilities as required; furnishing all materials and equipment required to clean and test the main and structures; cleaning and testing the main and structures; and all other appurtenant and miscellaneous items and work including final cleanup. 87-76 01 izi" 'OP MIAMI, PLOAlbA INTI:r440P'PlCIt M Iv ORANDUM tc. Honorable Mayor and Members �Ati AUS 3 1 I7v( of the city Cotilm i ss l i3n �ubdi=ct Resolution Awarding Ctafitratat SE OVERTOWN/PARK WEST PAVING PROJECT -PHASE I i•itoM_ Cesar H . Od i RFEri=Ri:NCtt. C i ty Manager £NCIOSUR�S. RECOMMENDATION it is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of M. VILA AND ASSOCIATES., for SE OVERTOWN/PARK WEST PAVING PROJECT -PHASE i, received July 23, 1987 In the amount of $1,406,624.40, Alternate Total Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: $1,406,624.40 % of Cost Estimate: 88% Bid Cost Estimate/Total Appropriation: $1,600,000.00/$2,100,000.00 Source of Funds: C.I.P. Ord. 10187, as amended Minority Representation: 335 Invitations mailed 18 contractors picked up plans & specs (9 Hispanic, 1 Black, O Female) 7 contractors submitted bids (3 Hispanic, 1 Black, 0 Female) Public Hearings/Notices: No Public Hearing/Bid notice published. Assessable Project: Yes Discussion: The Department of Public Works has evaluated the bids received on July 23, and determined that the lowest responsible and responsive bid, in the amount of $1,406,624.40, is from M. Vila and Associates, a hispanic -minority controlled corporation. Funds will be available to cover the contract cost, and for such incidental Items as postage, blueprinting, advertising, and reproduction costs. Resolution attached 3 -/ 87-7G7 w so SE OVtATOWN/PARK WEST PAV'I NO PAOACt-PHASE 1 JOB NO, S=4612 CONTAACTOA 4 g FACT SHttT 1. M. VILA ANO ASSOCIATES 4395 Palm Avenue Hialeah, Florida 33012 Tel: (306) 821-1225 2. Prinolpals: Martin Vila, President Jose M. Sanohe2, VIce-President Marla Sanchez, Secretary 3. Contractor Is properly licensed and Insured. 4. Subcontractors: None required at this time. 5. Experience: Corporation established In 1979 6. A hispanic -minority contractor. 7. Project and Scope: SE Overtown/Park West Paving Project -Phase I Located in an area bounded by N.W. 5 Street, N.W. 10 Street, N. Miami Avenue and N.W. 3 Avenue. The project will consist of the reconstruction of 1.6 miles of street, Including clearing and grading, asphaltic pavement, concrete curbs, gutters, and sidewalks, drainage facilities, and landscaping. Two hundred (200) working days construction time. S. Funds allocated: Contract: $1,406,624.40 Project Expense 196,927.60 Blueprint: 949.00 Advertising: 625.00 Testing: 4,800.00 Postage: 334.00 SUB -TOTAL $1,610,260.00 Indirect Cost 8,050.00 TOTAL $1,618,310.00 Prepared by: E.M. Pelaez 17 Aug 87 2 8776 i f • rk CITY' at MIAMI. f'L6'V1bA tc �i le bAft Jude 25, 1987 kiLt B`4512 y rr:clwl Doiv ather .(, Di redtor/of Public Works Attached is PW form #121R fully "SE Overtown/Park West Paving Ordinance No. 101870 as amended, Request to Coordinate su6�E�- Bids & Specifications REFERENCES ENCLOSURES completed for the job entitled Project - Phase I", C.I.P. Protect No. 322029. We have verified available funding with the Department of Finance; indicated below are monies available to cover the cost of t h i s contract based on the preliminary engineer's/architect's estimate of $1,600,000, plus additional amounts for project expense, incidentals, and indirect cost. If additional funds are required, the CIP Ordinance will be amended prior to awardL_of a contract. Adrienne Macbeth Minority Procurement An appropriation of $ 7.5--n*11116-nS is available to cover the cost of this contract Carlos Garcia Director of Finance EMP:emp cc: Highways Design Contract B-4512 ., Budgeted Capital Proj. f Sergio Rodriguez Director of Planning Approved Expenditure ,_. u K Manohar S: urana Director of Management & Budget 3 A N .PN CITY OF MIAMI DEPARTMENT DE PUBLIC WORKS ASSESSMENTS,SPECIFICATIONS AND CONTRACTS SECTION PROAECt. A QUEST DATE: June 25, 1987 CIP Project: SE Overtown/Park West Redevelopment - Phase I C.I.P. PROJECT NO.: 322029 INDEX NO.: 559303 SOURCE OF FUNDS: C.I.P. Ordinance 10187, as amended BIDS TO BE SECURED FOR: SE OVERTOWN/PARK WEST PAVING PROJECT - PHASE I Located in an area bounded by NW 5 Street, NW 10 Street, N Miami Avenue and NW 3 Avenue. The work consists of the reconstruction of 1.6 miles of street, including clearing & grading, asphaltic pavement, concrete curbs, gutters, and sidewalks, drainage facilities, and landscaping. PLANS & SPECS PREPARED BY: Public Works FOR THE DEPARTMENT/GFFIGE OF: Public Works ADVERTISE ON: July 2 RECEIVE BIDS: July 23 ESTIMATED COST Total Bid $1,600,000 (Alt. Bid) $ 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 #121R Rev 2/ 4/ 87 8 7-'76 9 .p.=.