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