Loading...
HomeMy WebLinkAboutM-89-1053Sealed bids for "SOUTH FLAGLER SANITARY SEWER IMPROVEMENT B -5540" will be received by the City Manager and the City Commission of the City of Miami, Florida at 11:00 a.m. on the 16th day of November, 1989, at the City Clerks office Ffirst af or o f the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, at which time and place they will be publicly opened and read. The project is located in the area bordered by W. Flagler Street, S.W. 8th Street, S.W. 47th Avenue and S.W. 57th Avenue. The construction will include: Approximately 62,000 l et. pi 8-inch t ch to 12- inch vitrified clay or polyvinyl chloride and cast o r ductile the deepest cut being 16+ feet; Approximately 37,500 linear feet of 6 -inch extra heavy cast iron or C -900' P.V.C. soil pipe laterals; Approximately 232 manholes from 4 to 16 feet'in depth; Sidewalk and pavement replacement in construction area. City regulations will all bidders to furnish performance and bid bonds in accordance with Resolutions No. 86 -963 and No. 87-915. For technical questions regarding the plans and specifications please contact Daniel C. Brenner, P.E., Sewer Design Engineer, at (305)579 -6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, work. as issued by Dade County, which authorizes the bidder to perform the proposed 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 of the uirector OT ruolic Works, 275 N.W. 2 Street, 3rd floor, Florida, 33128, on or after October 12, 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 $8. There will be a $20 deposit required for the first set of plans and specificatTons. Additional sets nay be purchased for a fee of l u . per set and this is not refundable. Deposits will be . refunded only upon ' return of one set of plans ondition within specifications (2) weeks after the opening of Works, unmarked and in good bids. Bidders are alerted to the provisions of Ordinance No. 10062 regarding allocation of contr c ffi to Affirmative Action vendors. Plan, ashdef City d will n sai expect rdinance,, and bidders d requi r"e submit an d n A 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 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 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 any bid, and the City Manager may reject•any or all bids, and readvertise (B -5540 Req. 5553). Bid No. 89 -90 -009 ADVERTISEMENT FOR BIDS Cesar H. Odio City Manager 3 . I. .0a. caws. • • SW • ST meovrcr iDCArmi • ▪ NW 1• ST t • • ! w • s P0NICIANA AYE NARDEE AVE N MW Ss SW Is ST CORAL WAY t TIRO AYE! DRANO AYE • w It t Z MW t1 !T • n r • * MM t0 $T s g y w • r f w = rl i i + O M X w i t • _ a • M Nom• •r ow • w • M M ;its ft Ft • --_ N! TI ST . � it 1 NN !t ST • I MW 44 1Tl • 1 1 NW 48 ' ST RICAENIACKEN CAUSEWAY 0 I I / ..! ,.. / CITY LiOITS TUTTLE i CAUSEWAY d� I I I VENETIAN CAUSEWAY WORTH SAY CAV8IWAY FLA6I6P P�,P,y STO,QtiJ 5�7�1�E2 /NSPECT /O.1/ 13-5564. i •00 VIRGINIA co co W V 0 � 1100 10.0 1000 'MIS /tut • 111 1 1 ut wits • / •.Pra7ac T EiCAM4d N• 11 POINCIANA Alt NANOtt AYb 1T /NANO AYt ZWIw 7 1T M R 71 effi■ a or wrIllt.PI..., I 1 S S • 0 RICNIN /ALIEN cAU /trAT 1 .1.a.i.�. = S I T. .111111.au.r.4•.0•a.M , ••■.• • I • i 3 0 r _• YtNITIAN CAS {16rA7 • Tee VONINIA ter FLA6716P MP�f' S7001i SEiYE2 �NSoECT/DA/ B -5566 • W 4' V I i • 1 1 IL 1111, 1161 WWrYWW 106 ,•• MINN MY o 11N I WM • ,n T- I ws Nets 8 i ... -)Cr-\ . ,...:- _ ;IF -1 Li " 11, • 1 !I "11 :I _1 " it 6f . Y• ir l l �D � � .vY. r;4) 7 �L �' it 11 / I 1 o l ,. lc ' a. II^ r _ r 1!'• � - 1 ll w.w. � ` rr � wvr. '� r r I Y r i l .vt. 1II I il rr. �! � ai •` M � I I IHLII l 7 1 J •r.. J I • I l rr + w. Y. • � r � 1 1:11 I 7 11 " w Fil. .Y L • � / ;1 i { � � 111 r r r 1 J I I Igo avg. ! \ . • r. r 7■ .: ' r 1 • ! • owl or I r ya. 0 1 I /1 ow div .. .) I 1 • w ~ w.w. V Yi.. J1 ! 1 i 1 ` •r 1 � �-r- w. �■ ,1d1 ff 1 L... . % w y y r • - ,-- 4 w n l , � f\ fl fl i N. a.. (I 1 1 (1 ' 4+"'". • .NTEM•CFFICE MEMORANDUM Honorable Mayor and Members of the City Commission Cesar H. Odic: City Manager BACKGROUND Amount of Bid: S34,lnf.0O October 31, 1989 B =6666 Resolution Awarding ontract' for FLAGLER PARK STORM SEWER INSPECTION PROJECT xoe Caaoo6+ru m*. RECOMMENDATION I t is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Shenandoah General Construction for Flagler Park Storm Sewer Inspection Project received October 24, 1989 in the amount of S34,100.00 Base Bid; authorizing the City Manager to enter into a contract.on behalf of the City. t of Cost Estimate: Cost Estimate /Budgeted Amount: 356,000.00 / 555,000,000 Source of Funds: 1990 C.I.P. Ordinance No. 10642 as amended Minority Representation: 110 invitations mailed 3 contractors picked up plans t specs (1 Hispanic, 0 Black, 1 Female) 3 contractors submitted bids (1 Hispanic, 0 Black, 0 Feriae Public Hearings /Notices: No public hearing /Bid notice published Assessable Project: No Discussion: The Department of Public Works has evaluated the Dias received on October 24 and determined that the Lowest responsible and responsive bid, I n the amount of 334,100.00, is from Shenandoah General Construction, 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 FLAGLER PARK STORM SEWER INSPECTION PROJECT JOB NO. 85566 CONTRACTOR'S FACT SHEET 1. Shenandoah General Construction 1888 N.W. 21 Street Pompano Beach, Florida 33069 Tel: 305/975 -0098 2. Principals: William F. Jackson, Jr., Vice President 3. Contractor is properly licensed and insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established in 1976 6. A non - minority contractor. 7. Project and Scope: The project consists of cleaning and inspecting (by closed circuit television) an existing storm sewer system. The project is bounded on the north by the Tamiami Canal, east, by N.W. 58 Avenue, south, N.W. 3 Street and west, N.W. 62 Court. Fifty (50) working days construction time 8. Funds allocated: Contract: Project Expense Blueprint Advertising: Testing: Postage: SUB -TOTAL Indirect Cost Prepared by: .G. E. Picard TOTAL $ 40,658.00 S 34,100.00 5,115.00 200.00 600.00 1,000.00 85.00 $ 40,200.00 458.00 TABULATION OF BIOS FOR FLAGLER PARK STORM SEWER INSPECTION PROJECT B -5566 aw. WWII I I Wand w far Oita Say a irrr. Ora. aid awl imam AlIKEIJMIN TOTAL BID : THE TOTAL OF ITEM I THRU 3 1501 WORKING DAYS IRREGULARITIES LEGEND A — Nt w.ral- .et..•► B , N o .atria w to omits' a ants N arillm OMNI C — oara0 M at.nw. O —ha/r t a.twa or rw.I..IT 81044 ! w ..arat s art E —swnmt to bbwtww f — s.-++q...zw w 9 ... r Qs'Swl H— aw+.tar ow I —Nt nook Sway WIMP SSIUta. aaalet I J —ir 1a•.raa a+ttr aor..ret K anitww as WNW Ds 34.100.0o . CONST. US PIPELINE SERV. INC. f ROENCA CORP. C.H NO 5* 46. 031.00 92. 300.00 THE DEPARTMENT OF PUBLIC NORMS HAS DETERBNINED tht the lowest Responsible and Resoonsivs bidder le VENANDOAH GENERAL CONST. in the amount of S34.200.00 BIB . REV. 10/31/89 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF SHENANDOAH GENERAL CONSTRUCTION IN THE PROPOSED AMOUNT OF !34,100,.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. 352190 IN THE AMOUNT OF 534,100.00 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 MIAMI, FLORIDA: Section 1. The October 24, 198, bid of Shenandoah General Construction in the proposed amount of 534,100.00, for the project entitled Flagier 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. Section 2. The amount of 534,100.00 is hereby allocated from the 1990 Capital Improvement Ordinance No. 10642, Project No. 352190 to cover the cost of said contract. Section 3. the City Manager is hereby authortted tb enter into a contract on behalf of the City of Miami with Shenandoah General Construction, for Fiagter Park Storm Sewer Inspection Project, base bid of the proposal. Section 4. This resolution shall became effective immediately upon its adoption pursuant to taw. 1989. PASSED AND ADOPTED this day of ATTEST: CAPITAL PROJECT '11111 MIKA1, 6111 .LLKA SUBMITTED BY LUIS A. YKILIU■VUKIAK, rn.u., P.E. DIRECTOR OF PUBLIC WORKS APPROVED AS TO FORM AND CORRECTNESS: JUKbt L. htKNANULL CITY ATTORNEY AAVItK 1. bUAKLL, MAYUK tUUAKU CIP MA KUUK1aUtL GER TO : FROM File CITY OF MIAMI, FLORIDA SEP 2 9 1989 INTER-OFFICE MEMORANDUM REFERENCES Luis k. Prieto•Portar, Ph.D., P.E. Director of Public Works ENCLOSURES: Attached is PW form #121R for the job entitled FLAGLER PARK STORM SEWER INSPECTION PROJECT, as per Project No. 352190. We have verified that funding will be available for this project; indicated below are monies required to cover the cost of this contract based on the preliminary engineer's /architect's estimate of $55,000.00 plus additional amounts for project expense, incidentals, and indirect cost. Minority Set Aside (N'f t..•va; Capital Pro3. zl.Ci,/1Kae4 /" /V4/ is d ri enne MaCbet n s � Minority Procurement GEP:mh cc: Construction Contract 8 -5566 DATE : SUBJECT • September 20, 190 8 -5566 Request to Coordinate Bids & Specifications tauarao Koariguez CapitaN4mprovement Mgr. * DEPARTMENT OF PUBLIC WORKS ASSESSMENTS, SPECIFICATIONS AND CONTRACTS SECTION DATE: September 28, 1989 PROJECT NO.: 352190 BID NO. 89-90-013 CITY OF MIAMI PROJECT REQUEST SOURCE OF FUNDS: CIP Ordinance No. 10521 as amended BIDS TO BE SECURED FOR: FLAGLER PARK STORM SEWER INSPECTION PROJECT PLANS & SPECS PREPARED BY: Public Works FOR THE DEPARTMENT/OFFICE OF: Public Works ADVERTISE ON: October 5, 1989 Form PW #121R Rev 7/13/87 INDEX NO.: 319201 ESTIMATED COST Total Bid $55,000.00 CIP Project: Flagler Park Storm Sewer Inspection Project ■*7 Located in the area bounded by the Tamiami Canal, N.W. 58 Avenue, N.W. 3 Street and N.W. 62 Court. The project consists of cleaning and inspecting an existing storm sewer system and repairing, if necessary. RECEIVE BIDS: October 24, 1989 NOTE: Plans & specs must accompany this form, together. with rough copy of advertisement, at least TWO weeks prior to the proposed date of advertising. Minimnibidding time is 15 days (Code Sec. 18-52.1(d)).