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