HomeMy WebLinkAboutR-90-0184irk Altlk
-- 9-0- i /I rot.
2/02/00
RESOLUTION NO. 0--0184
A RESOLUTION ACCEPTING THE BID OF BOYS
ENGINEERING, INC., IN THE PROPOSED
AMOUNT OF $191,898,00, BASE BID OF THE
PROPOSAL, FOR SOUTH FLAGLER SANITARY
SEWER PUMP STATION B-5569, WITH MONIES
THEREFOR ALLOCATED FROM THE 1990 CAPITAL
IMPROVEMENT ORDINANCE NO. 10642, PROJECT
NO. 351168 IN THE AMOUNT OF $191,898.00
TO COVER THE CONTRACT COST; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE
A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received February 1, 1990, for
SOUTH FLAGLER SANITARY SEWER PUMP STATION; and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid received from
BOYS ENGINEERING, INC., be accepted as the lowest responsible and
responsive bid; and
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 incidentals under Project No. 351168 of said
ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section I.The February 1, 1990, bid of BOYS ENGINEERING,
INC. in the proposed amount of $191,898.00, for the project
entitled South F1 agl er Sanitary Sewer Pump Station, for the base
bid of the proposal, based on lump sum and unit prices, is hereby
accepted at the price stated therein.
CITY COMMISSION
MEETING OF
i
Section 2.The amount of $191,R98.00 is hereby allocated
from the 1990 Capital Improvement Ordinance No. 10642, Project
No. 351168 to cover the cost of said contract.
Section 3.The City Manager is hereby authorized to enter
1/
into a contract" on behalf of the City of Miami with BOYS
ENGINEERING, INC., for South Flagler Sanitary Sewer Pump .Station,
base bid of the proposal.
Section 4.This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 8th day of
1990.
ATTES .
NKTTY W4"W���
CITY CLERK
LEGAL REVIEW BY:
t—. -
CHIEF ASSISTANT CITY ATTORNEY
March
CAPITAL PROJECT:
��Z
CIP PROJECT MANAGER
SUBMITTED BY:
.D., P.E.
''DIRECTOR OF PUBLIC WORKS
APPROVED AS TO FORM AND CORRECTNESS:
V VfiVL L • 1 L.
CITY ATTuRN
1 I .-.A,
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.
_. 2 -
I D SECURITY LIST
011th F1 3CIlel- ,S,3nitary gi£±�Wt J-- Pllrllp Stat.inn P-ri5it�
DID NO: 09--90-058
DATE 13IDS RECEIVED: February 1 1990 11 : 00 a .m.
BIDDER
TOTAL
DID AMOUNT
DID BOND (w)
CASHIER'S COCK
Boys Engineering, Inc.
$1.91,898.00
5% BB
Sewer Pump Station, Inc.
$249,500..00
5% BB
Al Hill Enterprise Corp.
$256,342.70
BB Voucher
Southeastern Engineering Cont
$319,200.00
5% BB
U
tY
J
received ('a- ) envelopes on behalf of
on .2 y cJ
(date)
Received the hereinabove described checks this
in connection with the herinabove cited bids' which were sent to Treasury
for appropriate posting.
C Managen1ent by the c9Y Cterk
SIGNED:
t I reasury Managernent DATE: -
Bid No, 89-90-0s8r� r
ADVERTISEMENT FOR RIDS
Sealed bids for "S0llTl•i FLAG -ER SANITARY SEM PIM STATION B-S,%9
City Clerk of the Ciiy of Miami, Florida a 11:� h:, '� ist d,�y of
�brua7,,1_9.9.6 t the City Clerics office first floor of the Mi 1 an
Uiixr ey, Miami, Florida, 33113, at which time and place they will be publicly cad
and read.
The project consists of furnishing all materials, labor and equipment for constructing an
underground reinforced concrete punping station at S.W. 4th Street betaveen S.W. 44th and SOth
Avenues. The work shall include furnishing and installing all punps, piping, fittings,
electrical and mechanical equipmmit and other related item and work as shown an tfie Plans and/or
stated in the Specifications.
City regulations will allow bidders to furnish perfmwnce and bid bmds in a000rdam with
ilesolutions Rio. W)-90 and No. SPAS. For clarification of technical issues as presented in the
documents and specifications, please contact Daniel C. Brerner, P.E., Sewer Design Engineer, at
(305)579`-6ffi5. Prspectiae bidkrs will be req#ired to s"t, with their bids a copy of the
appropriate Certificate of Cmperbenry, as issued by Aide CcxmV, which amutho Um the bidder to
perform the proposed work.
All bids shall be submitted in accordance with the Instructions to Bidders and Specifications.
New City regulatlarms will require each bidder to submiit proposals in dupiicatae arigcnals. Plans
and specifications may be obtained frtim the office of the Director of Ulic o s; 775 N.W. 2
Street, 3rd floor, Miami, Florida, 3.1I26, on or after January 11, 1990. If bidders wish, a set
of plans and specifications will be mailed to then by writing to the Department of Public Works
and including a separate check for $8. There will be a SW deposit required for the first set of
plans and specific. AdditionaTsets rey be p for a fee of $20 per seta i s is
not refundable. Deposits will be refunded only upon the return of one set of plans and
specifications to tine 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 bid(trs to submit an AffirTmative Action Plan,
as defined in said Ordirace, and as required in the Instrwtions to Bidders.
The CiV of Miami has adopted Ordinance No. 10032, which inpleawits the "First Source Hiring
Agreement." The object of this ordinance is to provide epl cyment opportunities to City of Mi anmi
residents on contracts resulting in the creation of nEw pernemrent jobs. Contractors my be
eligible for wage reimbursement under this progra+n. For further information contact the
Department of Public Works, City of Miami, at (305)579-68-Z.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for failure to complete the work on time. The City Car msi ssi on reserve the right to
waive arty informality in arty bid, and the City Manager my reject &rw or all bids, and
readvertise (B ;.%% Req. 5569).
Cesar H. Odic
City Manager
r-
Colnu
$n
RE UISITION FOR ADVERTISEi4P",' I - It Sri � �7l s number must appear
c i •n the advertisement.
DEr P?/Dli/. _.._. _ � ,
ACCOUNT CODE
DAl'E _� PHONE _ _ APPROD BY:
PREPARED BY
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: ��`� - ��' 1 �` 11,, i i
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 MUI DD
Adv. Doc. Reference
VENDOR
R
INDEX CODE
OBJECT
PROJECT
11
13
17
18 1 j25,34
39
'112
42 45
50
_
51 56
57 62
63 65
66 71
0
1
2
4
1
V
P
0
2
211317
1
2
314
7
8 V P 12
314
15 DESCRIPTION
35
OISCOUNT6
72 AMOUNT 80
5
2
0
0
2
0
1
Approved for Payment
White — Purchasing Yellow - Finance Pink— Department
i
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Honorable Mayor and Members DATE . W iJ � IJ�U FILE 3-5569
of the City Commission
SUBJECT Resolution Awarding Contract
for SOUTH FLAGLER SANITARY
SEWER PUMP STATION
FRO REFERENCES:
e s r H. O d i o ENCLOSURES
City Manager
RECOMMENDATION
I-t is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of Boys Engineering, Inc.,
for SOUTH FLAGL£R SANITARY SEWER PUMP STATION, received February 1,
1990 in the amount of $191,898.00, Base Bid; authorizing the City
Manager to enter into a contract on behalf of the City.
BACKGROUND
Amount of Bid: $191,898.00
Cost Estimate/Budgeted Amount:
'S Of Cost Estimate: 95.1%
$200,000.00/$250,000.00
Source of Funds: 1990 CIP Ordinance No. 10642, as anended
Minority Representation: 117 invitations mailed
"'— ---- 1.5 contractors picked up plans & specs
(1 Hispanic, 1 Black, 0 Female)
4 contractors submitted bids
(0 Hispanic, 1 Black, 0 Female)
Public Hearings/Notices: No public hearing/Bid notice published.
Assessable Project: No
Discussion: The Department of Public Works has evaluated the bids
recel ved an February 1, and determined that the lowest responsible
and responsive bid, in the amount of S111,898.00 is from Boys
Engineering, Inc., a non -minority controlled corporation. Funds are
available to cover the contract cost, and for such incidental items
as postage, blueprinting, advertising, and reproduction costs.
Resolution attached
SOUTH FLAGLER SANITARY SEWER
PUMP STATION
JOB NO. B-5569
CONTRACTOR'S FACT SHEET
1. BOYS ENGINEERING, INC
9171 N.W. 91 TERRACE, NO. I-C
Medley, Florida 33166 Tel: (305) 888-5583
2. Principals:
Arthur M. Schroeder, President
Paul W. Weber, Secretary/Treasurer
3. Contractor is properly licensed and insured.
4. Subcontractors:
None required at this time
S. Experience: Corporation established in 1981
6. A non -minority contractor.
7. Project and Scope:
The project consists of constructing an underground
reinforced concrete sewer pumping station along with all
necessary equipment.
The project is located on S.14. 4 Street between S.W. 49 and
S.W. 50 Avenues.
One hundred and forty (140) working days construction time.
8. Funds allocated:
Contract:
$191,898.00
Project Expense
38,380.00
Blueprint:
40Q.00
Advertising:
600.00
Testing:
2,5UO.on
Postage:
39.00
SUB -TOTAL
$233,808.00
Indirect Cost
2,665.00
TOTAL $236,473.00
Prepared by: G.E. Picard
r._
SOUTH FLAGLER SANITARY SEWER
PUMP STATION
JOB NO. B-5569
CONTRACTOR'S FACT SHEET
1. BOYS ENGINEERING, INC.
9171 N.W. 91 TERRACE, NO. 1-C
Medley, Florida 33166 Tel: (305) 888-5583
2. Principals:
Arthur M. Schroeder, President
Paul W. Weber, Secretary/Treasurer
3. Contractor is properly licensed and insured.
4. Subcontractors:
None required at this time
S. Experience: Corporation established in 1981
6. A non -minority contractor.
7. Project and Scope:
The project consists of constructing an underground
reinforced concrete sewer pumping station along with all
necessary equipment.
The project is located on S.14. 4 Street between S.W. 49 and
S.W. 50 Avenues.
One hundred and forty (140) working days construction time.
8. Funds allocated:
Contract:
$191,898.00
Project Expense
38,380.00
Blueprint:
40Q.00
Advertising:
600.00
Testing:
2,5c30.On
Postage:
39.00
r
SUB -TOTAL
$233,808.00
Indirect Cost
2,665.00
TOTAL $236,473.00
Prepared by: G.E. Picard
0 9 0
.
TABULATION OF BIDS FOR
SOUTH ELAGLER SANITARY SEWER PUMP STATION 5--5559
City Menaw. It:00 A.M.
8CV6 Eti6ii. INC.
SEWEA PUmP
jMC.S A
A CORD
Livorosd S Inowed as Pow CSC Cads S MMtec Ord.
YES
YES
YE$
YES
Sid Dond Aewmt
bX
OS
NY
}Sig
M1w- sty 00*6
NO
NO
YES
Y
TOTAL OAK DID U71" 1 Ti#itR 8)
9191. 899.00
$249. 500.00
$256, 342.70
$319. 200.00
ITEM 1: ALL LARK V@WPm1W AM MAT01"
$171. on.00
300.00
sm 142.70
82M ON.00
7TEN 2: PAMSION FOR EMYAFION PERMIT FEE
Mo.00
sm.00
sm.00
ITEM 8: PROYISIGN FOR SP£CIAI ITEM
ON.00
4m 000.04
$20. 000.04
sm 000.00
IRREGULARITIES LEGEND
A — Mo Pam` -1st -At' amwy
8 —Me Attld"It a@ to Coital S aurpllu of UMdin0 00000ny THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT THE
E — Gorr ned utonasers LOWEST BIDDER IS BOYS ENGINEERING INC. IN THE AMOUNT OF
D—Pramai awip is or swrorib Si"d or ft Corwate e+Ai $191, 898.00
F i I
6—i11p/•aiser ead 0oeed H — BID 89"96i"058
prrsatse as
J — 90—OJL64