HomeMy WebLinkAboutR-89-1071-'J,"971140
1O/�1/99
RESOLUTION NO. 9 �71
A RESOLUTION ACCEPTING THE BID OF
SHENANDOAH GENERAL CONSTRUCTION IN THE
PROPOSED AMOUNT OF $34,1009.00, BASE BID OF
THE PROPOSAL, FOR FLAGLER PARK STORM SEWER
INSPECTION PROJECT; WITH MONIES THEREFOR
ALLOCATED FROM THE 1990 CAPITAL IMPROVEMENT
ORDINANCE NO. 10642, PROJECT NO. 362190, IN
THE AMOUNT OF $34,100.00 TO COVER THE
CONTRACT COST; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID
FIRM.
WHEREAS, sealed bids were received October 24, 1989 for
FLAGLER PARK STORM SEWER INSPECTION PROJECT; and
WHEREAS, the City Manager and the Director of Public Works
recommend that the bid received from Shenandoah General —
Construction be accepted as the lowest responsible and responsive
bid; and
WHEREAS, the 1990 Capital Improvement Ordinance No. 10642,
was adopted on September 14, 1989, and monies are available for the
proposed amount of the contract, project expense, and incidentals
under Project No. 352190 of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAM19- FLORIDA:
Section 1. The October 249 19899 bid of Shenandoah General
Y+
Construction in the proposed amount of $34,1009001, for<the protect
x
= r
entitled Flagler Park Storm Sewer Inspection Project, for the base
bid of the proposal, based on lump sum and unit prices, is hereby"--
accepted at the price stated therein. i�
Section 2. The amount of $34,100.00 is hereby allocated;
therefor
y
i
/ from the 1990 Capital Improvement Ordinance No. 10642, Project Mo.
(A 352190,.to cover the cost of said contract. _
_j
;itirr, r. 4�.rt2 rP
E
rr k f i
Section 3. The City Manager is hereby authorized to enter
into a contraction' behalf of the City of Miami with Shenandoah
General Construction, for Flagler Park Storm Sewer Inspection
Project, bate bid of the proposal.
Section 4. This resolution shall become effective
immediately upon its adoption pursuant to law. -
PASSED AND ADOPTED this 30t day o November
1989.
YAM
ATT ESACAPITAL PROJECT
EITUA RODRIGUEZ
' CIP MA GER
SUBMITTED-�Y!
CI Y ATTORNE
1� authorization is further subject to compliance with all requirements
Theherein J
_ .
that may be imposed by the City Attorney, including but not.limited to -those
prescribed by applicable City Charter and Code provisions. yy
01
Nr�
Kim H
r
..�s r Y •w;y i :M� � ��
i
3
i
1,
Fla ler Park Storm Sewer inspection Project
so NO:
t)ATF. BIDS RECEIVEi?; p� tuber _24th, 1989 11: 00 a.m.
BIDDER
Shenandoah General Const.
U.S. Pipeline Service Inc.
Roenca Cor
0
TOTAL
BID AMOUNT
$ 34,100.00
46.000.00
$ 92,300.00
'4
i
BID DOW fog')
CASHIER'S COCK
B.B. 5$
Cashier's Ck/ # 107676
B,B. 5%
Mn r i np 1 j nA
S
'3
t
f
x
10
3
Ly-
1<
i
#. A
4
ill
4
MCEIVED — 0) envelopes On behalf Of public Works y ,
DATE .t
teceived the hereinabnve elescribed checks this &V of
T
Bid No. 89-90-013
ACf EATI SEMENT FOR BIDS RECEIVED
Sealed bids for construction of "FLAWA PARK SY M S RM N CiY01t ftECT
8-5566" will be rec hd the C City of
Miami, Florida at a 24t 'Kt the City
Clerks office, first floor o e can Drive,
Pinner Key, Miami, Florida, 33133, at which time •will be
publicly opened and read.
The work will consist of cleaning and inspecting, (by closed circuit TV), an
existing storm sewer system in the area of N.H. 3 Street, the Tamiami Canal,
N.W. 58 Avenue and N.W. 62 Court. The existing sewers rain" in size from 15-
inch diameter to 42-inch diameter at the outfall to Tamiaui Canal. Most of
the sewer is at or below groundwater. City Regulations will allow bidders to
furnish performance and bid bonds in accordance with hbes®iertions No. W963
and No. 87•-915. For technical questions regarding plane and
specifications, please contact Daniel C. Brenner, P.E., Sewer Design Engineer,
at (305)579-6865. Prospective bidders will be required to twbmit. with their
bid, a copy of the appropriate Certificate of Caapeteecy„ 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 nepartment of 1,011c Rorks, 275 N.W. 2 Street. 3rd floor, Miami,
Florida, 33128, on or after October 5, 1989. 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 $s: There wiII be a t20
deposit required for the first se o"f" plans and sp�'i f ications. Addi tionaT
sets may be purchased for a 'tee`oi $20 per set and this is not refundable.
Deposits will be refunded only upon the return of on 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 regardinq
allocation of contracts to minority vendors. The City will expect prospective
bidders to submit an Affirmative Action Plan, as defined in said Ordinance,
and as required 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 may be eligible forwage
reimbursement under this program. For further Information contact the
Department of Public Works, City of Miami, at (305)579-6856.
Proposal includes the time of performance, and specifications contain
provisions for liquidated damages for failure to complete the work on time.
The City Commission reserves the right to waive any Informality in astir bid,
and the City Manager may reject any or all bids, and readvertise (B-5566, Req'
Cesar N. Qdio
City Manager ;r'
00.
ADVERTISEMEN ' F°OR BUDS RECEIVED
j�
Sealed bids for construction of "FLAGLER PARK STORM SEWER It�Si�C�01t �ECt -
8-5566" will he red nd the C the City of
Miami, Florida atui,nQ aira tat �9t the City
Clerk's office, first floor of the MINW—UlTy Hall n Drive,
Dinner Key, Miami, Florida, 331331 at which time NOW. will be
publicly opened and read.
The work will consist of cleaning and inspecting, (by closed circuit TV), an
existing storm sewer system in the area of N.W. 3 Street, the Tamiamli Canal,
N.W. 58 Avenue and N.W. 62 Court. The existing sewers range in size from IS -
inch diameter to 42-inch diameter at the outfall to Tamiami Canal. Most of
the sewer is at or below groundwater. City Regulations will 811W bidders to
furnish performance and bid bonds in accordance with RmIstioint No. W963
and No. 87-915. For technical questions regarding plans and
specifications, please contact Daniel C. Brenner,, P.E., Sewer Design Engineer,
at (305)579-6865. Prospective bidders will be rapirad to sebmit, with their
bid, a copy of the appropriate Certificate of Cdial home as ismed kW Dade
County, which authorizes the bidder to perform the proposed wort.
All bids shall be submitted in accordance with the Instructions to Bidders and
Specifications. New City regulations will regaire each bidder to submit
proposals in duplicate -originals. Plans and specifications may be obtained
from the Department or Public Works, 275 N.W. 2 Street, 3rd floor, Miami,
Florida, 3:1128, on or after October 5, 1989. 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 18; There Kill be a $20
deposit required for the first-s'et of plans and spe"%fications. AdditionaT
sets may be purchased for a ree of $20 per set and this is not refundable.
Deposits will be refunded only upon —the return of ow 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 Wo. 10062 regarding
allocation of contracts to minority vendors. The City will expect prospective
hidders to submit an Affirmative Action Plan, as defined in said Ordinance,
and as required in the Instructions to Bidders.
The City of 14iami 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 may be eligible for wage
reimbursement under this program. For further information contact the
Department of Public Works, City of Miami, at (305)579-6856.
Proposal includes the time of performdance, and specifications contain
provisions for liquidated damages for failure to complete the Mork on time.
The City Commission reserves the right to waive any informality in aqy bid, _x
and the City tlanager may reject any or all bids, and readvertise (B-5%6, Reg.
Cesar H. Odio
City Manager
rz
a
S
wt
CITY OF MIAMI, FLORIDA
{ f�-NTSROFICE MEMORANDUM
('=ir
TO: Cesar OJDATE : October 31 1980 ,�� j l 71
City Manager
SUBJECt
Schedule of Item for
C
R@FERENCEBommission Meeting
_i FROM: : 11 / 16 / 8 9 -
Victor H. De Yurre ENCLOSURES:
(� Vice mayor
Please schedule the Homeowner's Association from the area of N.W.
59th Avenue and SOth Avenue (from 3rd Street•through 5th Street) to
be heard at the November Ar 1989 City Commission meeting.
The topic of their discussion is regarding the numerous storm sever
problems that they have been experiencing.
Please schedule this item after 5:00 p..m.
Y
Thank you. --
cc: Honorable Mayor and Commissioners
Aurelio Perez Lugones, Legislative Administrator `r
a
Al
s
— sy�
y _
-s
d
1