Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-00-0983
3 J-00-1004 11/13/00 RESOLUTION No. CO- 983 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF HANDSEL ELECTRIC COMPANY OF FLORIDA, INC., FOR THE PROJECT ENTITLED "SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM, B-6361", IN THE AMOUNT OF $105,277; ALLOCATING FUNDS THEREFOR FROM FISCAL YEAR 2000 GENERAL FUND, PROJECT NO. 353018, AS APPROPRIATED BY THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, IN THE AMOUNT OF $105,277 FOR CONTRACT COSTS AND $17,191 FOR ESTIMATED EXPENSES, FOR A TOTAL ESTIMATED COST OF $122,468; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE. WHEREAS, the Department of Solid waste requires an emergency generator system to assure the Department's operational efficiency during potentially destructive natural occurrences; and WHEREAS, the Department of Public Works was requested to prepare the design for the generator system, soliciting,for bids and manage the installation work; and CITY COMMISSION MEETING 01° NOV 1 6 2000 Resolution No. 0 0 WHEREAS, sealed bids for the project entitled "Solid Waste Facility Emergency Generator System, B-6361" (the "Project") were received on October 10, 2000; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Handsel Electric Company of Florida, Inc. be accepted. as the lowest responsible and responsive bid; and WHEREAS, funds are available from the Fiscal Year 2000 General Fund, Project No. 353018, as appropriated by the Annual Appropriations and Capital Improvement Projects Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference and incorporated as if fully set forth in this Section. Section 2. The October 10, 2000 bid of Handsel Electric Company of Florida, Inc., in the proposed amount of $105,277, for Page 2 of 4 n o the Project for the total proposed bid based on lump sum prices, is hereby accepted at the price stated therein. Section 3. The total estimated project costs of $122,468 are hereby allocated from the Fiscal Year 2000 General Fund, Project No. 353018, as appropriated by the Annual Appropriations and Capital Improvement Projects Ordinance in the amount of $105,277 for contract costs and $17,191 for estimated expenses, for a total, estimated cost of $122,468. Section 4. The City Manager is hereby authorized'I to execute an agreement, in a form acceptable to the City Attorney, with Handsel Electric Company of Florida, Inc. for the Project. Section 6. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2/ 1� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. z/ If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 4 0- 9 0 PASSED AND ADOPTED this. 16th day of November 2000. JOE CAROLLO, MAYOR In accordance, with Miami Code Sec.. 2-36, sln-'e the kfisycr did not indcateappm,"fal of Us �a#skton by signing it in the designalled pl=,co provided, sa<d now becom,ese, efective with the elapse of ay room t, chat f Comm,! n action regarding same, without the 1"Viayor }.xc;r isjn$ et ATTEST: VV�fter j_,p6emaA, City Clerk WALTER J. FOEMAN CITY CLERK — ILARELLO CITE A 4845.:BSS:LB:BSS AND CORRECTNESS:/ Page 4 of 4 8 3 CITY OF MIAMI, FLORIDA CA=9 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: City anager DATE: NOV 2 - 7""00 FILE: SUBJECT: Resolution Awarding Contract for Solid Waste Facility Emergency Generator System, B-6361 REFERENCES: ENCLOSURES: Resolution RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Handsel Electric Company of Florida, Inc., whose principal is Lenard Handsel, president, a company located at 25 NW 57 Avenue, Miami, Florida, for the project entitled, SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM, B-6361, received on October 10, 2000, in the amount of $105,277.00 total bid, authorizing the City Manager to enter. into a contract on behalf of the City. BACKGROUND No history of involvement in City projects. Amount of Bid: $105,277.00 Cost Estimate: $150,000.00 % of Cost Estimate: 70.2% Source of Funds: Appropriations Ordinance 11705, as amended, and 11970, as amended, Project 353018. Minority Representation: 25 Invitations mailed 9 Contractors picked up plans and specs ( 3 Hispanic, 1 Black, 0 Female) 5 Contractors submitted bids ( 3 Hispanic, 1 Black, 0 Female) Public Hearings/Notices: No public hearing/Bid Notice published. Assessable Proiect: No Discussion: The Department of Public Works has evaluated the bids received on October 10, 2000, and determined that the lowest responsible and responsive bid, in the amount of $105,277.00, is from Handsel Electric Company of Florida, Inc., a non -minority controlled corporation, located within the City of Miami. Funds are available to cover the contract cost and for such incidental items as postage, blueprinting, advertising and reproduction costs. CAG/ FKR/ JHJ/ AB 0 0` 9 Q 3 C) C� Budgetary Impact Analysis 1. Department F3u c 001zk5 Division_ 2. Agenda Item # rf available) 3. Title and brief description of legislation or attach ordinance/resolution: OCT i9 W D CIP DIVISION Sc�' L-I ra c.yAsTe T5�,cILIT'( � s,2GE r�c-�-r�2A�2 S-r�r�►-t, Pam- �3� 4. Is this item related to revenue? NO: YES of yes,,skip,to item #7.) 5. Are there sufficient funds in Line Item? YES: Index Code '!z)L Minor Obi. Code Amount $ NO:. _ Complete the following questions. 6. Source of funds: Amount budgeted in the Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER IACCOUNTNAME TOTAL Index Minor Object/Project No. From $ To $ 7. Any additional comments? Approved by 8. 0 D �:�Q Department sianee (0 ►9 J 0 Date Verified by: Verified C.l. Department of Maaapin and Budget DirectorMesignee Budget Date /d�zD�p� lea 00--' 983 FORMAL BID P SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM Project Number: B-6361 CIP Number: 353018 Project Manager: Andre Bryan Date: 10 / 10 / 2000 Person who received the bids: Andre Bryan Received at: City Clerk's Office, Miami City Hall Construction Estimate = $ 150,000.00 Time:. 11:00 a.m. BIDDER BENSON ELECTRIC, INC. IIANDSEL ELECTRIC CO. GANCEDO TECIL, INC. 111AGESCO, INC. ADDRESS 10475 SW 186 STREET MIAMI, FLORIDA 33157 25 NW 57 AVENUE MIAMI, FLORIDA 33126 601 SW 57 AVENUE„ SUITE F MIAMI, FLORIDA 33144 7010 NE 4 COURT MIAMI, FLORIDA 33138 BID BOND AMOUNT 5% BID BOND 5% BID BOND M B. CERTIFICATION $10,000.00 BID 13OND IRREGULARITIES MINORITY OWNED NO No YES YES ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID: ITEMS 1 THRU 8 $105,277.00 $108,398.00 $119,738.00 $144,968.00 1 FOR THE REMOVAL OF SECTIONS OF THE CONCRETE SIDEWALK AND CURB. $7,825.00 $4,649.00 $4,800.00 $1,618.00 2 FOR NEW CONCRETE SIDEWALK, CURB AND TWO (2) CONCRETE FOUNDATIONS. $8,171.00 $15,028.00 $11,600.00 $2,877.00 3 FOR A NEW SERVICE ENCLOSURE, TRANSFER SWITCH AND UNDERGROUND CIRCUITS. $24,683.00 $26,697.00 $24,950.00 $16,967.00 4 FOR A NEW 1000 GALLON SUBBASE FUEL TANK AND RELATED MECHANICAL WORK. $6,453.00 $6,090.00 $9,188.00 $18,649.00 5 FOR A NEW 175 KW EMERGENCY STANDBY GENERATOR AND SOUND -SHIELD ENCLOSURE. $38,383.00 $45,320.00 $52,800.00 $58,043.00 6 FOR THE REPLACEMENT OF A LIGHT POLE WITH LIGHT FIXTURE AND CONCRETE BASE. $5,534.00 $4,135.00 $3,600.00 $4,692.00 7 FOR A REMOTE ANNUNCIATOR, RECEPTACLE, ABOVE GROUND CIRCUITS AND GROUNDING. $9,228.00 $1,479.00 $7,800.00 $37,122.00 8 PROVISION FOR SPECIAL ITEMS. $5,000.00 $5,000.00 $5,000.00 $5,000.00 • IRREGULARITIES LEGEND IT HAS BEEN DETERMINED 13Y TIIE DEPARTMENT OF PUBLIC WORKS TI IAT TI IE A -- No Power - of - Attorney LOWEST RESPONSIBLE AND RESPONSIVE, BID IS FROM HANDSEL ELECTRIC COMPANY B -- No Affidavit as to Capital & Surplus of Bonding Company OF FLORIDA, INC. FOR THE TOTAL AMOUNT OF $105,277.00 C -- Corrected Extensions D -- Proposal Unsigned or Improperly Signed or no Corporate Seal E -- Sub-contractor(s) not Idenlified If the above contractor is not the lowest bidder cxplw3in: P -- Non - responsive bid G -- Improper Bid Bond Handsel Electric Company (HES) primary office is located in the City of Miami. HES 11 -- No Certificate of Competency Number bid amount is within 110% of Benson Electric, Inc. bid and has accepted to preform I -- No First Source Hiring Compliance Statement the work at Benson Electric's bid. 3 -- No Minority Compliance Statement Reference: City Code, Section 18-52-1(h) K -- No Duplicate Bid Proposal ov' ,l, + L -- No City of Mian3i or County Occupational License SHEET I OF 2 r wily FORMAL BID I SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM Project Number: B-6361 CIP Number:' 353018 Project Manager: Andre Bryan Date: 10 / 10 / 2000 Person who received the bids: Andre Bryan Received at: City Clerk's Office, Miami City Hall Construction Estimate = $ 150,000.00 Time: 11:00 a.m. BIDDER EDFM CORPORATION REGOSA ENGINEERING ADDRESS 1022 NW 54 STREET 46 NW 36 STREET - WAMI, FLORIDA 33127 A11AMI, FLORIDA 33127 BID BOND AMOUNT BID RONDVOUCHER si BID BOND IRREGULARITIES MINORITY OWNED YES YES ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE "TOTAL BASE BID: ITEMS 1 THRU 8 $175,423.00 $187,130.00 1. FOR THE REMOVAL OF SECTIONS OF THE CONCRETE SIDEWALK AND CURB. $1,312.00 $4,940.00 2 FOR NEW CONCRETE SIDEWALK, CURB AND -TWO (2) CONCRETE FOUNDATIONS. $8,060.00 $7,540.00 3 FOR A NEW SERVICE ENCLOSURE; TRANSFER SWITCH AND UNDERGROUND CIRCUITS. $17,683.00 $59,150.00 4 FOR A NEW 1000 GALLON SUBBASE FUEL TANK AND RELATED MECHANICAL WORK. $14,231.00 $15,535.00 5 FOR A NEW 175 KW EMERGENCY STANDBY GENERATOR'AND SOUND SHIELD ENCLOSURE. $50,000.00 $50,1 15.00 6 FOR THE REPLACEMENT OF A LIGHT POLE WITH LIGHT FIXTURE AND CONCRETE BASE. $9,375.00 $8,450.00 7 FOR A REMOTE ANNUNCIATOR, RECEPTACLE, ABOVE GROUND CIRCUITS AND GROUNDING. $69,762.00 $36,400.00 8 PROVISION FOR SPECIAL ITEMS. $5,000,00 $5,000.00 • IRREGULARITIES LEG 'ND A -- No Power - of- Attorney IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS TI IAI' 771E LOWEST RESPONSIBLE AND RESPONSIVE 131D IS FROM B -- No Affidavit as to Capital & Surplus of Bonding Company HANDSEL ELECTRIC COMPANY OF FLORIDA, INC. FOR 771E TOTAL AMOUNT OI' $105,277.00 C -- Corrected Extensions D -- Proposal Unsigned or Improperly Signed or no Corporate Seal E •- Sub-contractor(s) not Identified If the above contractor is not the lowest bidder culain: F --. Non -responsive bid G -- Improper Bid Bond Handsel Electric Company (HES) primary office is located in the City of Miami. HES 11 -- No Certificate of Competency Number bid amount is within 110% of Benson Electric, Inc. bid and has accepted to preform I -• No First Source Hiring, Compliance Statement the work at Benson Electric's.bid. J -- No Minority Compliance Statement Reference: City Code, Section 18-52-1(h) K -- No Duplicate Bid Proposal r1 L -- No City of Miami or County Occupational License SI ITT 2 OF 2 • FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 10 / 10 / 2000 SOLID WASTE FACILITY JOB NUMBER: B-6361 PROJECT NAME: EMERGENCY GENERATOR SYSTEM CIP NUMBER: 353018 LOCATION: 1290 Northwest 20 Street, Miami, Florida PROJECT MANAGER / EXT. No.: Andre Bryan / 1211 OTHER TYPE: FEDERAL (C.D.B.G.): ASSOCIATED DEPARTMENT: Department of Solid Waste S.N.P.B. 0 ASSESSABLE: 0 EMERGENCY: 0 COMMISSIONER DISTRICT: 1 BID REQUEST: FORMAL 0 INFORMAL RESOLUTION No.: DESCRIPTION: The project consists of the furnishing of all labor, materials and. equipment for an emergency ,generator s stem at the Solid Waste building. The new generator system shall consist of the following: 1. A 175-kilowatt diesel generator. 2. A metal sound shield enclosure to protect the generator. 3. A 1,000 gallon subbase fuel tank that will be placed below the generator. 4.. A 600-amp, 120/208-volt service rated transfer switch, and a metal enclosure to protect the transfer switch. 5. The removal and replacement of sections of the concrete sidewalk and curb. 6. Two concrete foundations to support the generator and transfer switch enclosure. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING $ 600.00 (E) OUTSIDE DESIGN $ 800.00 TESTINGS / SURVEY / PLAT $ (E) $ (E) P.W. DESIGN & BID DOCUMENTS $ 8,422.00 8 % CONSTRUCTION $ 105,277.00 (BID) CONSTRUCTION ADMINISTRATION $ 7,369.00 7 % OTHER: $ (E) $ (E) 15 % (E) - ESTIMATE TOTAL $ 122,468.00 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 150,000.00 CONTRACTOR'S INFORMATION: CLASS: = EEE E7s NON - MINORITY TYPE OF WORK: Electrical MINORITY © 0 YEARS OF ESTABLISHMENT: 50 years LICENSE EC-0000122 NAME: Handsel Electric Company of Florida, Inc. TELEPHONE: (305) 261-2471 ADDRESS: 25 NW 57 Avenue CITY, STATE, ZIP: Miami, Florida 33126 CLASS: J = JOINT P = PRIME S = SUB CONTACT PERSON: Lenard H. Handsel, President MINORITY: 8 = BLACK H = HISPANIC F = FEMALE SUB -CONTRACTORS: NAMES: None COPIE5: A5515TANT DIRECTORS, COST ANALY515, FILE, ASSOCIATED DEPT, CIP MANAGER REV. 1 O/98 mm� CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BIDITEM: SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM, B-6361 BID NO: 00-01-001 DATE BID(S) OPENED: OCTOBER 10, 2000 -- TIME 11:00. a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK BENSON ELECTRIC, INC. $ 105,277.00 B.B. 5% HANDSEL ELECTRIC CO. OF FLA, INC. 108,398.00 B.B. 5% GANCEDO TECHNOLOGIES, INC. 119,738;?00 MAGESCO INC. 144,968.00 B.B. $ 10,000.00 EDFM CORP. 175,423.00 B.B. VOUCHER REGOSA ENGINEERING; INC. 187,130.00 B.B. 5% C„ -.ors !-.Wca aerein received tiltt�.a^'•�j CS t3a 0';:1 r,�'l.a,-n�r,:) O•,�az x7 are Mte ,Jon &to and 17 o.� e�{rs �r X' � o er otters stz , r � .,,'. 0 to th, are hereby re'eca sQ1i�iler�r ari, of any, .Ci DRY �2 ,dPJ received ( ) envelops on ,behalf of P rson eiving bid(s) (City Department) on lDlioOZ:) (Date) I . WA C7 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Walter J. Foeman DATE: October 4, 2000 FILE: B-6361 City Clerk SUBJECT: "Solid Waste Facility Emergency Generator System" FROM: Tony Prat REFERENCES: Depart nt of Public Works 1 ENCLOSURES: Please be advised, the receiving date of the bids for project "SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM, B-6361" has been changed to Tuesday, October 10`h, 2000 at 11:00 am. If you have any questions, please contact me at 416-2131._ /TP c: Contract File B-6361 Project Manager - rn -, c 7 „4. &MPORTANT ADDENDI40 CITY OF MIAMI, FLORIDA DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 1 October 4, 2000 TO BIDDING AND CONTRACT DOCUMENTS FOR c SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM B-6361 (C.I.P. NO. 353018) ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS: This Addendum is issued to modify the previously issued bidding and contractual documents, dated September 18, 2000, and is hereby made a part of the contract documents, to be taken into account in preparing your bid on the referenced project. All requirements of the documents not modified herein shall remain in full force and effect, as originally set forth. Please attach this Addendum to the specifications in your possession and acknowledge receipt thereof in the space provided on the bid form. Amend the contract documents as follows: DRAWINGS AND SPECIFICATIONS Change 1 of 3: DATE OF BIDDING. The bid opening date has been changed. The new opening date will be Tuesday, October 10, 2000, at 11:00 am at the City Clerk's Office, First Floor of the City Hall, 3500 pan American Drive. Change 2 of 3: The automatic transfer switch indicated in the plans and noted in the specifications shall be "Service Entrance Rated” and shall not have a "Bypass Isolation Switch". Change 3 of 3 The automatic transfer switch indicated in the plans and noted in the specifications shall be a "three pole" type switch. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREOF. e-tI4, - John H. Jack on, P.E. Director of Public Works Page 1 of 1 CITY OF MIAMI, FLORIDA •r INTER -OFFICE MEMORANDUM TO: Walter J. Foeman City Clerk FROM: ony Pra Department of Public Works DATE: September 14, 2000 FILE: B-6361 SUBJECT: "Solid Waste Facility Emergency Generator System" REFERENCES: ENCLOSURES: 1 Please note that contractors will submit bids for the following project: "SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM, B-6361" on Thursday, October 5"', 2000 at 10:30 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager, Andre Bryan a representative overseeing the project is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact me at 416-2131. TP/tp Encl._ c: Albert Dominguez Yvette Smith Project Manager Q File ® BID NO. 00-01-001 ADVERTISEMENT FOR BIDS t + b Y 02 Sealed bids for "SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM', B- 361" will be received by the City Clerk at 10:30 A.M. on the. 5th day of October, 2000;'at th`e^ ity Ierk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner -Key., Miarpi, Elorida, 33133, at which time and place they will be publicly opened and read. AnybiPd :submittec_',hfter the above -appointed time will not be accepted by the City Clerk. The project consists of. the furnishing of all labor, materials, equipment and supervision necessary for a new emergency standby generator system at the Solid Waste :Administration Building. The new generator system shall include, but is not limited to, a 175 KW standby generator, 1000-gallon subbase diesel fuel tank, 600-amp service rated transfer switch and related electrical and site work. The Solid Waste Administration Building is located at 1290 NW 20th Street, Miami, Florida. Bidders shall furnish a bid bond in accordance with Resolutions No. 86-893 and No. 87-915. Under Miami -Dade County Ordinances #98-106 and 99-1, there will be a "Cone of Silence" during the bid period and all questions and responses pertaining to the project shall be in writing. For clarification of technical issues as presented in the documents and specifications, please submit your request in writing to Mr. John H. Jackson, P.E., Director of the Department of Public Works, 444 SW 2nd Avenue, 8th Floor, Miami, Florida 33130. The written request may be faxed to (305) 416-2153, followed by either mailing or hand delivering the written copy. The City's, written response will be sent to all bidders. Prospective bidders must have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be performed, or the appropriate Certificate of Competency, or State Contractor's Certificate of Registration as issued by Miami -Dade County, in accordance with Chapter 10 of the Miami -Dade County Code, 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. Specifications and plans may be` obtained from,.the Office of the Director of Public Works, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after September 18, 2000. If bidders wish, a set of specifications and plans will be mailed to them by writing to the Department of Public Works and including a separate check for $8.00. There will be.a $20.00 deposit required for the first set of specifications and plans. Additional sets may be purchased for a fee of $20.00 per set and this is not refundable. Deposits will be refunded only upon their return of one set of specifications and plans to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. . The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements. 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) 416-1200. . 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 of all bids, and re - advertise. (B-6361, Req. 05478) Carlos A. Gimenez City Manager City of wmi 44 popfiwlment ap Public mr k.8 444 aSt 24° Avenue V Fkw 6Mlaml, Florida 53130 TO: Miriam Parra City cicrk'c Office PhR +l: 305) 250-5369 PAX Phone: (305) 858-1610 Septa ber 15, 2000 ludlnq„6®vaC Wharf:: (3) From: 'Tony Prat Design Division Shona: (305) 416-2131 UK 12h�6: (305) 416-2153 fiA' i KOMARKS ourgant or -or your Review ORaPly ASAP opiaase Comment In referee to11 y i.d Wa,�t-�.Frrrgency C�enratc�r SystFt, ;8-6361" Receiving Date & Time: Thursd!a U-tober 50 2000 at 10,30 am, Thank you. R it,�-r�r.:.t�-��s�10E 141�ti9�Ra�3bu�A Walter J. Foeman September 14, 2000 R-6161 City Clerk "Solid Waste; Facility Emergency Generator System" r ony Pr Department of Public Works 1 P.lcasc note that contractors will submit bids for the following project: "SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM, B-6361" on Thursday, Ortnhe r Yh, 7.001 at 10-30 A.M. Any bid submitted after the time listed above, will not be accepted. Please make n.ece"ary provisions for this bid opening. The Project Manager, Andre Bryan a representative overseeing the project is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prier to the opening date or the bids. If you have any questions, please contact me at 416-2131. TP/tp Encl. c: Albert Dominguez Yvcttc Smith Project Manager File ® BID NO. 00-01-001 ADVERTISEMENT FOR BIDS Sealed bids for "SOLID WASTE FACILITY EMERGENCY GENERATOR SYSTEM, B-6361" will be received by the City Clerk at 10:30 A.M. can the 51" day of October, 2000, at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after.. the above -appointed time will not be accepted by the City Clerk. The project consists of the furnishing of all labor, materials, equipment and supervision. necessary for a new emergency standby generator system at the Solid Waste Administration Building. The new generator system shall include, but is not limited to, a 175 KW standby generator, 1000-gallon subbase diesel fuel tank, 600-amp service rated transfer switch and related electrical and site work. The Solid Waste Administration Building is located. at 1290 NW 200*- Street, Miami, Florida. Bidders shall furnish a bid bond in accordance with Resulutiuna No. 86-893 and No. 87-915. Under Miami -Dade County Ordinances #98-106 and 99-1, there will be a "Cone of Silence" during the bid period and all questions and respa�%;ses pertaining to the project shall be in writing. For clarification of technical issues,as presented in the documents and specifications, please submit your request in writing to Mr. John H. Jackson, P.L., Director of the Department of Public Works, 444 SW god .Avenue, $« Floor, Miami, Florida 33130. The written request may be faxed to (305) 416-2153, followed by either mailing or hand delivering the written copy. The City'8 written response will be sent to all bidders. Prospective bidders roust have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be performed, or the appropriate Certificate of Competency, or State Contractor`s Certificate of Registration as issued by Miami -Dade County, in accordance with Chapter 10 of the Miami -Dade County Code, which authorizes the bidder to perform the proposed work. All bids shall be submitted in accordance: with the Instructions to Bidder's and Specifications. New City regulations will require each bidder to submit proposals in plicate originals. Specifications and plans may be obtained from the Office of the Director of Public Works, 444 S.W. 2^a Avenue, 80, floor, Miami, Florida 33130, on or after September 18, 2000. If bidders wish, a set of specifications and plans will be mailed to them by writing to the Department of Public Works and including a separate check for $8.00. There will be a $20.00 deposit required for the first set of specifications and plans. Additional sets may bo purchased for a fee of $20.00 per set and this is not refundable. Deposits will be refunded only upon their return of one set of specifications and plans to the Department of public Works, unmarked and in g()od condition within two (2) weeks after the opening of the bids. The City of Miami has adopted Ordinance. No. 10032, which implPmpnts the "Hirst Source Hiring, Agreements." The object of this ordinance is to provide employment opportunities to City of Miami re,tiidvntq (in r(intrarts resulting in the erAatinn Of new pP.Trnanent jobt;. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 416-1200. Proposal includes the lime 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 of all bids, and re - advertise. (8-6361, Req_ 05478) Carlus A. Giinenu,& City Manager