Loading...
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