Loading...
HomeMy WebLinkAboutR-90-0256J-90-236 3/21/90 RESOLUTION NO.��� A RESOLUTION ACCEPTING THE BID OF THE POOLE AND KENT COMPANY, IN THE PROPOSED AMOUNT OF $155,200.00, BASE BID OF THE PROPOSAL, FOR LAWRENCE STORM SEWER PUMP STATION - MODIFICATIONS, PHASE I, WITH MONIES THEREFOR ALLOCATED FROM THE 1990 CAPITAL IMPROVEMENTS ORDINANCE NO. 10642, PROJECT NO. 352184, IN THE AMOUNT OF $155,200.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received March 13, 1990, for LAWRENCE STORM SEWER PUMP STATION - MODIFICATIONS, PHASE I; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from THE POOLE AND KENT COMPANY, be accepted as the lowest responsible and responsive bid; and i t WHEREAS, the 1990 Capital Improvement Ordinance No. 10642, was adopted on September 28, 1989, and monies are available for the proposed amount of the contract, project expense, and -z1 incidentals under Project No. 352184 of said ordinance; =� NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The March 13, 1990, bid of THE POOLE AND KENT COMPANY, in the proposed amount of $155,200.00, for the project entitled Lawrence Storm Sewer Pump Station - Modifications, Phase I, for the based bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $155,200.00 is hereby allocated from the 1990 Capital Improvement Ordinance No. 10642, Project No. 352184, to cover the cost of said contract. Section 3. The City Manager is hereby authorized to enter CITY COMMISSION MayETING OF APR 12 19:0 ti — ia"iwuIiuN RJ'L HD AkKS: N u into a contract l'/ on behalf of the City of Miami with TFir: 11001,F AND KENT COMPANY, for Lawrence Storm Sewer Pump Station - Modifications, Phase I, base bid of the proposal. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 12th ATT S MA Y HiRAI, CITY CLERK SUBMITTED BY: �L IS . PRIETO-PORTAR, PhD, PE DIRECTOR OF PUBLIC WORKS CAPITAL PROJECT: 17 A DUARD ODRIGUEZ t PROJECT MANAGER LEGISLATIVE REVIEW: R-1/(A G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JOF4GE L. FERN NDEZ CITY ATTORNE GMM/ra/M1417 day of April , 1990. XAVIER L. SUARV , MAYOR 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. "0 25 tjo SECURITY LIST El VIE) ITEM: LAWRENCE STORM SEt4FR PTI1 W STATTON A1ODTF1C:AT10N-PIIASE BID W. 89-90-076 (B-5548-A) LATE BIDSRECEII�M: March 13 1990 11:00 a.m. BIDDER The Poole and Kent Com an TOTALAMOUNTCASHIER'S BID 155 200 BID BOND (cc) CHECK Southgastern Engineering Co. $ 166 500.00 5o B B M P. received () envelopes on behalf of (Person receiving bids) on�ccf (City Department) (date} Received the hereinabove described checks this day of 19 in connection with the her inabove cited bids, which were sent to Tm reasury Manageent by the City Clerk for appropriate posting. SIGNED:w DATE: (Treasury Management) e t': at Ll M Bi d Ho. Pn--110.-076 ADVERTISEMENT FOP RIDS SE Sealed bids for "LNCE STOPM MT CR PJ)P STATION rMUICATION_S W-Rik by the City %nagerr and the City Cleric of the City of Miami, Florida (lay of March, 1990) at the City Cleric's office first floor of the 1$t"ififif L tom, Je; `i nner Key, Miami, Florida,, 33133, at which time and o;eelry-,d and read. R ,.1 [c: !7 t'; 54 I i3-55!i a 4 bc,—A4 d at ll: ti+.i;pr} e 13tti place tticy will be publicly The project consists of the repl acerr.ent of 2 gas engine stornwater MT drivers with new 200 hp. diesel engines and the installation of a new diesel fuel tank and system at the existing pump station at S.W. 7 Avenue and S.W. 4 Street. City regulations will allow bidders to furnish perfnrnnrroe and bid bands in ac wrdarm with ilesolutions No. %-W and No. 87-915. For technical questions regarding plans and specifications, please contact Daniel C. Brenner, P.E. Environmental Engineer, at (3M)579--6865. Prospective bidders Kill be required to submit, with their bid, a oopyy of the appropriate Certificate of Ccupetency, as issued by Dade County, which authorizes the bidder to perform the prgxwd wort. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will r Wd re each bidder to mftd t proposals in duel i cue originals. Plans and specifications may be obtained from the office of the Director o� is o s;-75 N.W. 2 Street, 3rd floor, Mi aimi , Florida, 33128, on or after February 22, 19%. If bidders wish, a set of plans and specifications will be mailed to them by wri ti ncg to the Department of Public Works and including a separate cheek for $8. Tix-re will be a $21 deposit required for the first set of plans and sped icf� s. Addition -al —sets may be purchased for a fee of $20 per set an its is not refundable. Deposits will he refunded only upon the return of ane set of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance No. 10062 regarding allocation of contracts to minority vendors. The City will expect prospective bidders to submit an Affirnwtive Action Plan, as defined in said Ordinance. and as rewired in the Instructions to Bidders. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors try be eligible for wage reimbursemnt under this program. For further information contact the Department of Public Works, City of Miami, at (3O5)5/9-6Q56. A In Performance Pond will be required for this project. -- Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to corlV ete ttre work on titre. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise (B-5548-A Req. 5575). Cesar H. Odio City t4anager GIN'A.�"�_ .a, sa 3_ #_'4'!�'af " 1 ,,.3,.J it d, t$Mro O �- O C'r)iC\rrl llJi�l I7 ti /rt REQUISITION FOR ADVERTISEM!�N�" ` � , n Stfdjs number must appear DEPT-DIV. ' ! -' in (he advertisement. ACCOUNT CODE DATE PHONE __ _ APPWC' 4ti PREPARED BY DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement times. (number of limes) 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. Reterence VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 1 125134 39 42 45 50 51 56 57 62 63 65 66 71 0 1.2 4 1 V P 2 0 2 2 8 7 f 2 3 4 7 8 V P 12 13 14 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 �L _ CITY OF MIAMI. FLORIDA CA=14 INTER -OFFICE MEMORANDUPA To Honorable Mayor and Members DATE FILE B-5548-A c of the City Commission SUBJECT Resolution Awarding Contract for LAWRENCE STORM SEWER PU14P STATION- MODIFICATIONS - PHASE I FROM , REFERENCES Cesar H. Odi o: city Manager - ENCLOSURES RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of The Poole and Kent Company, a company located within the City of Mi ami , for LAWRENCE STORM SEWER PUMP STATION - CODIFICATIONS , PHASE I, received March 13, 1990 in the amount of S155,?00.00, Base Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of 3id: $155,200.00 Cost Estimate: $150,000.00 a, Of Cost Estimate. 103,5� Source of Funds: 1990 CIP Ordinance Pao. 10642, as amended Minority Representation 192 invitations mailed 11 contractors pi eked up pi ans & specs (3 Hispanic, 2 Black, 0 Female) 2 contractors submitted bids (I Hispanic, n Flack, 0 Female) Public Hearings/Notices: No public hearing/Bid notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on March 13, and determined that the lowest responsible and responsive bid, in the amount of $155, 200.00 is from Tile Poole and Kent Company, a non -minority controlled joint venture. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. Resolution attached LI .{+�y " L.AWRENCE STORM SEWER PUMP STATION MODIFICATIONS, PHASE I JOB NO. 9-5541-A CONTRACTOR'S FACT SHEET I. THE POOLE AND KENT COMPANY 1.781 N.W. North River Drive Miami, Florida 33125 Tel: (305) 325-1930 2. Principals: William W. Thomas, President 3. Contractor is properly licensed and insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established in 1952 5. A non -minority contractor. 7. Project and Scope: The project consists of the installation of an underground diesel fuel tank and the replacement of two gas engines with two diesel engines. The project is located at S.W. 4 Street and S.W. 7 Avenue. Eighty (80) working days construction time. A. Funds allocated: Contract: S155,200.00 Project Expense 27,936.00 Blueprint: 300.00 Advertising: 600.00 Testing: 2,00n.00 Postage: 50.00 SUB -TOTAL $186,086.00 Indirect Cost 2,661.00 TOTAL S188,747.00 Prepared by: G.E. Picard 90-012*056 idil I ilil�i� uh�Id,IIIN111Li1,6.6111iIIIhLdd�I�iihihilli�Illpl��I�I,IVlulih.�Iil,��i��l hl�l�dl���,l.���i� .,1� .all lil,I�I i,hllu.�ullldVrlbll Ill�.i�, ��I� ��I�I iIII��J�I�����LII�II��II� . it i,li� I� �IiM. I�I I� TABULATION OF BIDS FOR LAWRENCE STORM! SEXIER PUMP STATION MO®IEACATIONS- PHASE I 5--5548---A Bidder THE POOLE & KENT CO. SOUTHEASTERN ENGR . Licensed A Inwrad as Per City cod. i Metro Ord. YES Y E S ®id fond AmoWt 5% --- 5% YES TOTAL BID : THE _TOTAL 155 200.00 166 500.00 OF ITEMS f THRU 4� (80) WORKING DAYS__-- IRREGULARITIES LEGEND A — No Power -of -Attorney 8 —Nc Affidavit as to Capital JI &Arplus of Rondifte Calwy C — corrected Extsnaimns O—prowiiiii Unsigned or laproperly Signed or No Corporate Deal .;� E—Incompisto utwaicna F — Mon-rsapansive bid G — In/irapar Bid SMA H — J w"vtsd Rift r — so nrat sawco Rhin, compliance statement U — ND minority Compliance statement V K Ho 001 Bate Rid "rapaasl THE DEPARTMENT OF !• DETERMINED BID 59-90-076 r] 0 8-5546—A III ,P, iilll I'!' � III it �I I li,ll Ili "'I ��'� �!1!II I'rrl I ii� lel' vii,, Iil�llllI !III �I 'Jill !III III1 Pi�i iiju I I III I � II li I iiiq� ill 1l 1� 11 i' j I � I Ill i f !Il! 11�I Ipi!!!��IIRI19!III!IhRPI�'I�aIIIP��,lp�i!�Ihl�p�i�Irl�sHl!PI61