Loading...
HomeMy WebLinkAboutR-87-0768J=87=7'62 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF MIRI CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF $1 ,1338j 720. 50, TOTAL- B I D OF THE PROPOSAL, FOR MANOR HIGHWAY IMPROVEMENT -PHASE IV, WITH MONIES THEREFOR ALLOCATED FROM THE CAPITAL IMPROVEMENTS ORDINANCE NO. 10187, PROJECT NO. 341113, IN THE AMOUNT OF $1.938,720,50 TO COVER THE CONTRACT COST; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM; AND 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 MIRI CONSTRUCTION, INC. OF MANOR HIGHWAY IMPROVEMENT -PHASE IV UPON SATISFACTORY COMPLETION OF SAID CONSTRUCTION. WHEREAS, sealed bids were received July 9, 1987, for Manor Highway Improvement -Phase IV B-4519; and WHEREAS, the City Manager and the Director of Public Works recommend that the bid received from Mlri Construction, Inc. 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 *341119 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The July 9, 1987, bid of Miri Construction, Inc. in the proposed amount of $1,938,720.50, for the project entitled Manor Highway Improvement -Phase IV B-4519, for the total bid of the proposal, based on unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $1,938,720.50 is hereby allocated from the Capital Improvements Ordinance #10187, Project No. 341119)to cover the cost of said contract. CITY COMMISSION MEETING OF SEP 8 1987 LU11UN No. 87- `u ARKS: 0 Section 3. the City Mahager IS hereby auth0r12ed to ehter Ihto A obhtract Oh behalf of the City Of Miami with Mir1 Cohttructloh, 111G., for Manor Highway lmprovemeht=Phase IV 5-4619, total bid Of the proposal. Section 4. Subject to a report by the City Manager stating that Miri COnstructloh, Inc. has "satisfactorily completed the construction of Improvements designated as Manor Highway Improvement -Phase IV in Manor Highway Improvement - Phase IV District 8=4519, the City Clerk Is hereby directed to publish a notice in a newspaper published In the City of Miami, Florida, stating that at a meeting of the City Commission to be held at a certain day and hour to be determined by the City Clerk, the Commission will hold a public hearing to any objections by persons Interested in or affected by City Commission acceptance of the completed construction of Manor Highway Improvement -Phase IV in Manor Highway Improvement -Phase IV District B-4519. PASSED AND ADOPTED this 8th day of September 1987 XAVIER L. SU EZ, MAYOR ATTEST: MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: VV0, ROBERT F. CLARK CHIEF DEPUTY ITY ATTORNEY APPROVFb A$ -TO FORM AND CORRECTNESS: L A 4. DOUGHER Y CI Y ATTORNEY - 2 - 87-'76 S' BID SICURITY zi Mitt or SLMWTY RECEIVE d onDIY./PUBLIC WO KS e5 envelopes. SIGNED; DATE; ) �7/ , *oc-q1v64 fho *hove at'(w1bod Oocka thl ti,rr 01. pop "COVO4TINO Divislow Sealed bids for will be received by Miami, Florida at t-, Commission Chambers, Drive, Dinner e , Miami, opened and read. aid No. 86=$M 03 ADVERTISEMENT FOR S10S construction of MANOR HIGHWAY IMPROVEMENT y- PHASE IV 8=4519 f the 'City of 3 its the City D Pan American will be publicly The work will include the Construction of approximately 3.4 miles of streets in the area bordered by N.W. 50 Street, N.W. S4 Street, N.W. 12 Avenue and N.W. 17 Avenue. Construction will include the following: clearing and grading, construction of asphaltic pavement, concrete curbs and/or gutters, concrete sidewalk, storm sewer facilities and landscaping. The engineer's estimate for the project is $24300,000. City regulations will allow bidders to furnish a performance bond and a bid bond in accordance with Resolutions No. 84-423 and No. 84-873. For technical questions regarding the plans and specifications please contact Daniel C. Brenner, P.E., Assistant Highway 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 June 11, 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-4519, Req. 3681). Matty Hirai City Clerk 8 "-' G 8 K LiC1TA( ION W, 8b-87=103 AVISO DE, LIMACION Prupuestas seiladas para MMOR HIGHWM LAPROVEMaG = PRASE IV µ71'j seran recibidas pot, el Administrador y la Cumisiori dfa 1a Ciudad :fie Miami, Florida, a nraa tardar a ias 11:00 a.m. el dia 9 de Julio de 1987, en la Camara de la Wtnision, primer p so, Ayunt-amiento de Miami, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, a cuya hora y en cuyo lugar seran publiclnente abiertas y leiaas. Ei trabauu inciuira la construccion de aproximadamente 3.4 minas de ea les en el urea bordeada por is NW 50 Street, ;JAI 54 Street, NW 12 Avenue y is NW 17 Avenue. La conatrucci5n consistira de limpieza y nivelacion, pavimento :aI3atico, cwiet-as, contenes y aceras de curicveto, f'iicilidade6 pat -a el CA, rena,,e pluvial, ,y jardineria ornamental. El estimado de ingenieria esta entry $2,000,000 y $2,500,000. Requisitos municipales permitiran a los licitadores presenter buns de curnplimientu y licitaci6n de acuerdo a la resoiucion No. 66-983. Para pre6untas tecnicas acerca de los pianos y especificaciones flame a Daniel C. Brenner, P.E., In6eniero Asistente de Di6eiio de Carreteras, al (305)579- b865. Todas las licitaciones seran sumetidas de acuerdo con las Instructions a los Licitadores y las Especificaciones. Lus juegos de pianos y especificaciones podran ootenerse un la oficina ael Director de Obr"is Pubiicas, 275 N.W. 2 Street k4to Pico), Miami, Rorida, a partir del 1. ae junio de 1987. Se requerira un aeposito de $20 por caaa juego. Estos depositos son reenbolsables unicsrnente si los pianos y las espectfi...ciones se devuelven sin marcas y en buen estadu, aentro de uri plazo de dos (2i senams siguientes a la ��p-rtura de las licitaciones. Se avisa a los interesados de las provisioner de la Ordenanza No. 10062,..--, referente a la utor�,;aciorr de contratos a minorias. La Ciudad requerira a los interesados que ;(xnetan un Plan de Accion Afirmativa, definido en dieha Oraerianza, y requerido en las Instructions a los Licitadores. La Ciudad de Miami ha adoptado la Ordenanza No. 10032, la cual implementa el "First Source hiring Agreement". Esta ordenanza tiene por objeto proveer oportunidades para empleo a residentes de la Ciudad de Miami en contratos que resuiten en la creation de nuevas plazas de trabajo. Los contratistas podran- ser elegibles para reembolsos de gastos de salarios bajo este programa. Para`' mayor information dirijase al Depto. de Obras Publicas, al (305)579-6856. Las propuestas incluyen el tiempo de ejecuci6n, y las especificaciones contierien provisos para Banos liquidados incurridos por falta de completar el proyecto a tierapo. La Comision de la Ciudad se reserva el derecho a descartar cualquier informalidad en cualquier licitacion, y el Aaninistrador de la Ciudad puede rechazar cuaLquiera o todas las propuestas, y reanunciar (B4519, Req. 3681). Matty Hirai Secretaria Municipal 87"7V6 r1 �� r REQUISITION FOR ADVERTISEMENT birPT'bIV. ACCOUNT CODE WE - PHONE - APPROVED BY: This number must appear in the advertisement. PREPAREb $Y 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: -- 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 11718 1 25 34 39 42 45 50 51 56 57 62 63 65 66 71 0 1 2 4 1 1210121 2 8 7 1 2 314 7 —VP 8 V P 121314 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 _ 768 IMPORTANT ADDENDUM CITY OF MIAMIj FLORIDA Department of Public Works ADDENDUM NO, 1 ISSUED July 5, 1987 to BIDDING AND CONTRACT DOCUMENTS FOR MANOR HIGHWAY IMPROVEMENT = PHASE IV B-4519 k * * * * * * * * * * * * * * * * * * * * * * * * * k * * * * * * THE CONTRACTOR IS HEREBY NOTIFIED AS FOLLOWS: CHANGE 1: (SPECIFICATIONS) Bids submitted for this improvement shall not reflect a sales tax on services. In the event that the City is informed at some later date that this sales tax does apply to highway construction, the successful bidder will be reimbursed for said t ax. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREOF 91��- Donald W. Cather Director 87-768 (I"F1' 01P MIAMI. PLOV4113A INT1044PPICIt MR14l0144ANCi" M to Honorable mayor and Meiiibera �+i� � � ���I nth: 9��151 J 6f the City COMM 1 8a 10n U SUBACT Resorut i 6h Awarding C O nttAtt MANOR HIGHWAY IMPROVEMENT PHASE IV �I►a�+: Cesar H . Od I o06 kE�f_pr Ncis City Manager SNGLOSUR55: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of MIRI CONSTRUCTION, INC., for MANOR HIGHWAY IMPROVEMENT -PHASE IV, received July 9, 1987 In the amount of $1,938,720.50, Total Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: $1,938,720.50 % of Cost Estimate: 84% Bid Cost Estimate/Total Appropriation: $2,300,000.00/$2,700,000.00 Source of Funds: C.I.P. Ord. 10187, as amended Minority Representation: 227 Invitations mailed 18 contractors picked up plans & specs (8 Hispanic, 1 Black, 0 Female) 8 contractors submitted bids (5 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 9, and determined that the lowest responsible and responsive bid, In the amount of $1,938.72 .50, is from Miri Construction, Inc., 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 y -1 87-76 8 i t MANOR HIGHWAY IMPROVEM€NT-PHASS IV JOB NO, 0-4610 CONTAACT6R' S FACT SHEET i. M I R I CONSTRUCTION, I NC . 7340 S.W. 121 Street Miami, Florida 33166 2. Principals: Olonlslo Suarez, President Olon Suarez, viceY-President Fernando Suarez, Vice -President Miriam Suarez, Secretary Tel: (305) 233-6266 3. Contractor is properly licensed and Insured. 4. Subcontractors: Pan American - Paving U.S. Precast - Manholes & Catch Basins Vila & Son - Landscaping 5. Experience: Corporation established in 1978 6. A hispanic -minority contractor. 7. Project and Scope: Manor Highway Improvement -Phase IV Located in an area bounded by N.W. 50-54 Streets, between N.W. 12-17 Avenues. The project will consist of reconstruction of 3.4 miles of streets, Including clearing and grading, asphaltic concrete pavement, concrete curbs, gutters, and sidewalks, drainage facilities, and landscaping. Two hundred twenty (220) working days construction time. 8. Funds allocated: Contract: $1,938,720.50 Project Expense 271,420.50 Blueprint: 904.00 Advertising: 3,375.00 Testing: 3,595.00 Postage: 355.00 SUB -TOTAL $2,218,370.00 Indirect Cost 11,092.00 TOTAL $2,229,482.00 Prepared by: E.M. Peiaez 13 Aug 87 N C&T &P WAMI. PLokibA 1WT1tft4 'ftidt MilaMORANOUM to Pi 1 e bAtt June 2, 1987 flit B-4519 ;s SUBAcT Request to Coordinate Bids & Specifications AtPeAENC65 ENCLOSLAtS Attached is PW form #121R fully completed for the job entitled "Manor Highway Improvement - Phase IV" as per G.I.P. Ordinance No. 10187, as amended, Project No, 341119. We have verified available funding with the Department of Finance; indicated below are monies available to cover the cost of this contract based on the preliminary engineer's/architect's estimate of $2,300,000, plus additional amounts for project expense, incidentals, and indirect cost. If additional funds are required, the CIP Ordinance will be amended prior to award of a contract. Minority Set -Aside (Y) (N) Budgeted Capital Proj. Adrienne Macbeth Rodriguez Minority Procurement /O-)rector of Planning An appropriation ation of $ Approved Expenditure is available to cover tec6so G3 th's contract Carlos Garcia Manohar .' Surana Director of Finance Di rector of Management & Budget EMP:emp cc: Highways Design Contract B-4519 3 I kt!Y OF MIAMI DEPARTMENT OF PUBLIC WORKS ASSESSMIENTS,SPECIEICATIONS AND CONTRACTS SECTION PROJECT REQUEST DATE: JUNE 2, 1987 CIP Project: Manor Highway Imp. a Phase I V C.I.P. PROJECT NO.: 341119 INDEX NO.: 319201 SOURCE OF FUNDS: C.I.P. Ordinance 10187, as amended BIDS TO BE SECURED FOR: MANOR HIWAY IMPROVEMENT - PHASE IV Located in an area bounded by '1W 50-54 Streets, between NW 12-17 Avenues The work consists of the reconstruction of 3.4 miles of streets, including clearing and grading, asphaltic concrete pavement, concrete curbs, gutters, and sidewalks, drainage facilities, and landscaping. PLANS & SPECS PREPARED BY: Public Works FOR THE DEPARTMENT/GFF!Gi OF: Public Works ADVERTISE ON: June 11 RECEIVE BIDS: July 9 ESTIMATED COST Total Bid $2,300,000 (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 y TABULATION OF BIDS FOR MANOR HIGHWAY IMPROVEMENT -PHASE IV B-4519 8—lb Attiporlt 1p to ibpitol • •rplu■ of ioMinp Company 'c—groat #■tonolono D—Mp000l emir" or i■praporiy ftV" or No Corporate M■I E— ?-2WOW Wd ion: �1 H—OWPW r »u •1: J- 0? 32 THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT THE LOWFST BIDDER IS MTRI CONSTRUCTION IN • AMOUNTOF ` : t 1 FOR THE TOTAL1 `( at 40