HomeMy WebLinkAboutR-90-0791:......... .
J4690W727
10/11/90
RESOLUTION NO.9, 0,- 9-1
.7
kry
A RESOLUTION ACCEPTING THE BID OF HOMESTEAD
'
PAVING, CO., IN AN AMOUNT NOT TO EXCEED
$1,2949777.00 BASE BID OF THE PROPOSAL, FOR
TAMIAMI STORM SEWER PROJECT PHASE I, WITH
MONIES THEREFOR ALLOCATED FROM THE 1991
CAPITAL IMPROVEMENT ORDINANCE NO. 107829
PROJECT NO. 352190, IN THE AMOUNT OF-
$1>294,777.00 TO COVER THE CONTRACT COST;
AND AUTHORIZING THE CITY MANAGER TO EXECUTE`
A CONTRACT WITH SAID FIRM.
f
WHEREAS, sealed bids were received August 9,
19909 for
TAMIAMI STORM SEWER PROJECT, PHASE I; and
WHEREAS, the City Manager and the Director of the
Department
of Public Works recommend that the bid of HOMESTEAD
PAVING CO.,
be accepted a
WHEREAS,
s
the lowest responsible and responsive bid; and
the 1991 Capital Improvement Ordinance No. 10782,
was adopted on September 27,
,the- proposed amount of the
incidentals under Project No.
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
'
4
f
i
'A
k
.
Section
Section 3.
The
City Manager
is hereby
authorized to enter
7j
into a contract � on
behalf of the
City of
Miami with HCMgS M
s,
pA'VINO CO., for
Tamiami
Storm Seger
project,
phase I, base bid of
t
the proposal.
Section 4.
This
Resolution
shall
become effective
immediately upon
its
adoption.
1
-
'Rid No. A9-90452
E D ADVERTISEMENT FOR BIDS
It JUL 17
Sealed bids for "TAMIAMI STORM SEWER PROJECT -PHASE II B-5565" will be received
b `ii ' na e l erk of the City of Miami, El ori'da at
a o August,, 1 at the City Clerk's office first floor or
g
eri can Drive, Di nner Key, Miami, Florida,
�3 133, at which time and place they will be publicly opened and read.
The project will consist of construction of drainage structures in the area
-
bordered' by West Flagler Street, N.W. 7 Street, N.W. 57 Avenue and N.W. 62
Avenue. It will include Perforated Aluminum Pipe French Drains (15" to 24"
Diameter); miscellaneous aluminum, concrete and ductile iron pipe in various
sizes; sidewalk, curbs, gutters and pavement replacement in conntruction area;
catch basins and manholes. City regulations will allow bidder to furnish
performance and bid bonds in accordance with Resolutions No. 86-963 and No.
87-915. For technical questions regarding plans and specifications, please
contact Daniel C. Brenner, P.E., Environmental 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 o the Director of Public Works, 275 N.W. 2 Street, 3rd floor,,
Miami ,. F1 on da, 33128, on or after July 24, 1990. If bidders wish, a set of
plans and specifications will be mailed to them by writing to_the Department
of Public Works and including a separate check for t8. There` wi 11 be a $20
deposit required for the first self plans and specs-fications. Addition'aT
f
sets may be purchased for a tee o $20 per set and this is not refundable.
Deposits will be refunded only upon the return of one set of plans and`
itasC
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. 10538 regarding
allocation of contracts to minority vendors. The City will expect prospective
bidders to submit an Affirmative Action Plan, as defined i n said Ordinance,«
and as required in the Instructions to Bidders.
The. City of Miami ,has adopted Ordinance No. 10032, which implements tfie "First
Source Hiring Agreement." The object of this ordinance is to , provi de
employment opportunities to City of Miami residents on contracts resulting
the creation of new permanent jobs. Contractors may be eligible;' for :.wage
g For further information co
reimbursement under this program, ntact;.; y
Department of Public Works, City of Miami, at (305) 579-6856.
`}
f
Proposal includes- the time of performance, and specifications c0 taint
,;-
vi ions for liquidated damages: for failure to complete the work:. on ;time.A�
pro, q 9
The City Commission reserves the right to waive any, Informalixy." in any bid,
and' the City 'Manager may reject any or all bids, and readvertise (0.656a
5596)
'
}
Cesar H. Odio
City Manager
= -
M ��`Y
9 Ct
}
( Y
.. _ I. '. _ _ .. I II■I I III I.I I. III III IYIIYIIfI�YI .Y��YYYYrIY rrrrrrwr.ir: r. ..
kki�tt Wp` 'try. t a� � ,: wk Xa,. }=> �l }q' „sr::�... r�+t ,-�•;._ '--•�. ,•, __'•,. - ...__ __...._ �.—.—__.. �..__... .._._I:-....._.... _...w ._.•_
I
- .. _ _ _ _ _. _ _ .
,
TABULATION OF BIDS FOR
AMIAMI -STORM SEWER PROJECT -PHASE II
B-5565
IL VEW
Y
y
Y
Y
Y
Y
ex
IR
N
Y
M
N
N
�I
2W:
�s spa 000.oa
t1. W& soo.00
iVIC �wi r tt s;krsl � m_�sno COMMy . It has been deteroined by the Department of Public Works
A f
that'the`loNest bidder"is.Homestead Pa4ln Company
r� pwp.riy ss No oorpor•t� s..i Inca in the amount., -of $1. 294.777.00
�... S q
u � A
777 my
Qp� �I�
�� pTw—s5
*
r.
a
' .jl�: ut y �•'' FJ'�-+t-�., `r•�" a� :'T F -r. �xx� �" is , t 7y �j '. I .. '.
�` .
-
�F "?' , .;..) <.. .,I'...w 34 :a .•�zm: .W..::. ., •.. 1. .;:-... .. ,,;. o..: .:%. -.:..
we `I'�..: