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)).