HomeMy WebLinkAboutR-87-0767I
V a
J-8T=T61
6/24/8T
RESOLUTION NO,
A RESOLUTION ACCEPTING THE BID OF M. VIL-A AND
ASSOCIATES IN THE PROPOSED AMOUNT OF
$1,406,624.40, ALTERNATE TOTAL RID OF THE
PROPOSAL, FOR SE OVERTOWN/PARK WEST PAVING
PROJECT -PHASE I; WITH MONIES THEREFOR
ALLOCATED FROM THE CAPITAL- IMPROVEMENTS
ORDINANCE NO. 10187, PROJECT NO, 3220291 IN
THE AMOUNT OF $1,406,624.40 TO COVER THE
CONTRACT COST; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM]
DIRECTING THE CITY CLERK TO PUBLISH A
NOTICE OF PUBLIC HEARING FOR OBJECTIONS TO
THE ACCEPTANCE BY THE CITY COMMISSION OF THE
COMPLETED CONSTRUCTION BY M. VILA AND
ASSOCIATES OF SE OVERTOWN/PARK WEST PAVING
PROJECT -PHASE I UPON SATISFACTORY COMPLETION
OF SAID CONSTRUCTION.
WHEREAS, sealed bids were received July 23, 1987, for SE
Overtown/Park West Paving Project -Phase I B-4512; and
WHEREAS, the City Manager and the Director of Public Works
recommend that the bid received from M. Vila and Associates be
accepted as the lowest responsible and responsive bid; and
WHEREAS, the Capital Improvements Ordinance No. 10187, was
adopted on December 11, 1986, and monies are available for the
proposed amount of the contract, project expense, and
incidentals under Project #322029 of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The July 23, 1987, bid of M. Vila and
Associates in the proposed amount of $1,406,624.40, for the
project entitled SE Overtown/Park West Paving Project -Phase I
B-4512, for the alternate total bid of the proposal, based on
unit prices, is hereby accepted at the price stated therein.
Section 2. The amount of $1,406,624.40 is hereby
allocated from the Capital Improvements Ordinance *10187,
Project No. 3220291to cover the cost of said contract,
CITY COMMISSION
MEETING OF
SEP 8 1987
rtiL_• r�
RESOLUTION No. V �fQe+y f [.D i
REMARKS:
SeCtIon 3. the City N AM&ger It hereby auth0r12ed to
ehter into a Eohtraet on beha I f of the City of M i am i with M.
Viia and Assooiates, for SE Overtown/Park West Paving Prbject=
Phase 1 R=4512, alternate total bid of the Propbsal.
Section 4. Subject to a report by the City Manager
stating that M. Viia and Associates has satisfactorily
completed the construction of improvements designated as SE
Overtown/Park West Paving Project -Phase I in SE Overtown/Park
West Paving Project -Phase I District 8-4512, the City Clerk is
hereby directed to publish a notice in a newspaper published
In the City of Miami, Florida, stating that at a meeting of
the City Commission to be held at a certain day and hour to be
determined by the City Clerk, the Commission will hold a
public hearing to any objections by persons interested in or
affected by City Commission acceptance of the completed
construction of SE Overtown/Park West Paving Project -Phase I
In SE Overtown/Park West Paving Project -Phase I District B-
4512.
PASSED AND ADOPTED this 8th day of Sept!C?mber ,�, 1987.
ATTEST'l-
MFATTY HIRAI. CITY CLERK
PREPARED AND APPROVED BY:
leo44a
ROBERT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROV S TO
7 FORM AND CORRECTNESS:
DMIA A. DOUGVERTY
ITY ATTORNEY
XAVIER L. SU Z, MAYOR
- 2 -
8 7-76 9
#41
L-1
BID SICURITY
ttitan /-ta rk--West- Pay ing, roi ec t &Lftj &jbj §Etti t6 Ju Y21, -- 1987 206 P.fh-
0 'er - -- MMOMMUMMUM
"Th—a—si—I
86-87-110
SIM&
Alfred Lloyd & sons
Garcia Allen Construction
'MAL
lilt -
4D 310
5:5
I
b/6
M. Vila & Associates. Inc.
44 0 6)
,� %f�'�,J
Stone Paving Company
41 (e //
C#
Williams Paving Co., Inc.
7.21 663
P.J. Constructors, Inc.
/24
S13
n
ryr-ji oop D, rnair �or-,,_p
01, C.- ING IV./PUBLIC WORKS envelopes.
SIGN E
DA
TE
410 to Iwo
�V-w�&I�Iweks
qPww 0901�lbqd chocks thl M JOY 61
Olt A
f
Bid No, 86-87-110
ADVERTISEMENT FOR BIDS
Sealed bids for construction of SE OVERTOWN/PARK WEST PAVING P - T z PHASE I
B-4512 will be received U i. e ail t�.i�labay ..atirlrihe lty o issio of the
City of Miami, Florida at 2:30 p.m, on the 23rd day of July, 19 to the City
Commission Chambers, first 'Cy' , Pan American
Drive, Dinner Key, Miami, Florida, 33133, at which time they will be publicly
opened and read.
The work will include the construction of approximately 1.6 miles of streets
in an area bounded by NW 5 Street, NW 10 Street, N Miami Avenue and NW 3
Avenue. Construction will include clearing and grading, asphaltic pavement,
concrete curb, gutters and sidewalks, storm sewer facilities and landscaping.
The engineer's estimate for the project is betwee: $1,500,000 and $10750,000.
City regulations will allow bidders to furnish a )erformance bond and a bid
bond in accordance with Resolution No. 86-983.
For technical questions regarding the plans and specifications please contact
Daniel C. Brenner, P.E., Assistant Highway Design Engineer, at (305)579-6865.
All bids shall be submitted in accordance with the Instructions to Bidders and
Specifications. Plans and specifications may be obtained from the office of
the Director, Department of Public Works, 275 N.W. 2 Street (4th Floor),
Miami, Florida, on or after July 2, 1987. There will be a $20 deposit
required for each set. Deposits will be refunded only upon return of plans
and specifications to the Department of Public Works, unmarked and in good
condition within two (2) weeks after opening of the bids.
Prospective bidders are alerted to the provisions of Ordinance No. 10062
regarding 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 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-4512, Req.
3684) .
Cesar H. Odio
City Manager
87-'76
4P n
mF r-01 mum
REQUISITION FOR ADVERTISEMENT This nuF iber' -mAti appear
in the advertisement.
OEPT'bIV •, , , ,-,
ACCOUNT CODE
DAfiE - PHONE - . - - APPROVED BY:
PAr=PAREb By
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement times.
{number of Umes)
Type of advertisement: legal classified display
(Check One)
Size: Starting date
First four words of advertisement:
Remarks:
fc,e
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 MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13
1 11718
25.34
39
42 45
50,51
56
57 62
63 65
66 71
0
1
2
4
1
V
P12101212
g
7
1
2
3
4 7
8 V P 1213
14
15 DESCRIPTION
36
64 DISCOUNT69
72 AMOUNT 80
5
2
0
0
2
0
1
White — Purchasing Yellow - Finance Pink — Department
Approved for Payment
8 7— 76 7
ts
Bid No. 86=87=110
ADVERTISEMENT FOR BIDS
Sealed
bids for construction of SE OVERTOWN/PARK WEST PAVING
T =
PHASE I
B-4512
will be received i1+y..Md Idyl t at)��. -
issi_o
of the
City of
Miami, Florida at 2,30 p.m. on the 23rd day of July,
198 in
the City
Commission
Chambers, first f
Pan
American
Drive,
Dinner Key, Miami, Florida, 331331 at which time they
will be
publicly
opened
and read.
The work will include the construction of approximately 1.6 miles of streets
in an area bounded by NW 5 Street, NW 10 Street, N Miami Avenue and NW 3
Avenue. Construction will include clearing and grading, asphaltic pavement,
concrete curb, gutters and sidewalks, storm sewer facilities and landscaping.
The engineer's estimate for the project is betwee: $1,500,000 and $1,750,000.
City regulations will allow bidders to furnish a )erformance bond and a bid
bond in accordance with Resolution No. 66-983.
For technical questions regarding the plans and specifications please contact
Daniel C. Brenner, P.E., Assistant Highway Design Engineer, at (305)579=-6865.
All bids shall be submitted in accordance with the Instructions to Bidders and
Specifications. Plans and specifications may be obtained from the office of
the Director, Department of Public Works, 275 N.W. 2 Street (4th Floor),
Miami, Florida, on or after July 2, 1987. There will be a $20 deposit
required for each set. Deposits will be refunded only upon return of plans
and specifications to the Department of Public Works, unmarked and in good
condition within two (2) weeks after opening of the bids.
Prospective bidders are alerted to the provisions of Ordinance No. 10062
regarding 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 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-4512, Req.
3684).
Cesar H. Odio
City Manager
S7--'76
LICITACION NO. 86=87-110
AVIW DE LICITACIJN
Propuestas selladas para SE OVERIl)WN/PARK W60"T PAVING pHOJECT - PHASE I 6-
4512 seran recibidas por el Adrniriistrasor y is Cumision de La Cluaad de Miami,
F orida, a ma's tavd.ar a las 2330 p.ms el di a 23 de juiio de 1987, en i.a
OYicina del Secretario, primer piso, Ayuntwniento de M .dmi, 3500 Pan Anericsn
Drive, Dinner Key, Miani, Florida, 331331 a cuya Nora y en cuyo lugar seran
pubiicarnente abierta5 y leidas.
E1 trabaj u incluira la constnicelun de aproxt-nadanente 1.6 millas de Galles en
el area burdeada fir la NW 5 Street, NOW 10 atreet, N Miaani Avenue y NW 3
Avenue. La construction consistira de lbnpieaa y nivelaci6n, pavinento
asfaitico, eutitenes, cunetas y aceraz ae concreto, sistema de drenaje pluvial,
y jardineria ornamental. E1 estlrnado de i genieria esta entre $1,000,000 y
$19750,000. Requisitos municipales pe-mitiran a ios licitaaores presentar
bonds de canplimiento y licitacion de acuerdo a is resolution No. 86-983.
Para prebuntaz ttcnicas acerca ae los plans y especificaciones li ane a Daniel
C. Brenner, P.E., Ingeniero Asistente de Di3eho de Carreteras, al (305)579-
6865.
Toaas las licitaciones seran sometidas de acuerdo con las Instructions a los
Licitadores y las Especificaciones. Los juegos de plans y especificaciones
podran obtenerse en la of'icina del Director de Obras Pubiicas, 275 N.W. 2
Street �4to Piso), Miami, Florida, a partir del 2 de juiio de 1987. Se
requerira un deposito de $20 por caaa juego de plan::;; estos depositos seran
reemboisados al devolver los pianos y las especificact�ones al Departainento ae
Obras Pubiicas, sin marcas y en buen estaao, dentro ct,, un plazo de dos semanas
siguientes a la apertura de las licitaciones.
Se avisa a los interesados de las provisions de la Ordenanza No. 10062,
reference a la otorgacien de contratos a minorias. L3 Ciudad requerira a los
interesados que sanetan un Plan de Acci6n Afirmativa, definido en dicha
Ordenanza, y requerido en las Instructions a los Licitadores.
La Ciudad de Mianri ha acioptado la Ordenanza No. 10032, la cual implementa el
"First Source Hiring Agreement". Esta ordenanza tiene por objeto proveer
oportunidades para anpleo a residentes de la Ciudad de Miami en contratos que
resulten en la creation de nuevas plazas de trabajo. Los contratistas podran
ser elegibles para reembolsos de gastos de salarios bajo este prograna. Para
mayor information dirijase al Depto. de Obras Publicas, al (305)579-6856•
Las propuestas incluyen el tiempo de ejecucien, y las especificaciones
coritienen provisos para danos liquidados incurridos por f'alta de completar el
proyecto a tiempo. La Comisi6n de la Ciudad se reser✓a ei derecho a descartar
cualquier informalicaax en cualquier licitacion, y el Administrador de la
Ciudad puede rechazar cualquiera o todas las propuestas, y reanunciar (B-4512,
Req. 3684).
Cesar H. Odio
Administrador Municipal
8'7-'7G `r
(7)' `""?1 @0- M Il V
REQUISITION FOR ADVERTISEMENT Tb & nuiYtbef. in�s� appear
in the advertisement.
bE PT�DIv. . _
ACCOUNT CODE _ _ _ ,
DATE PHONE APPROVED BY:
PREPARED 13Y __ =
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: fe-4
Remarks:
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 MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
113 1 117
18 1 25,34
39,42
45 50
51 56
57 62
63 65
66 71
0
1
2
4
1
V
P
2
10121
2
8
7
1
2
314
7
8 V P 121314
15 DESCRIPTION 36
64DISCOUNT69
72 AMOUNT 80
5
10
0
2
0
1
White — Purchasing Yellow - Finance
Approved for Payment
Pink — Department
. 87--7f;`'r
SA
IMPORTANT QJENDUM
CITY of MIAMI, FLORIDA
Department of Public WorKs
ADDENDUM NO. 1
ISSUED
July 10, 1987
t0
BIDDING AND CONTRACT DOCUMENTS FOR
OVERTOWN/PARK WEST SANITARY SEWER REPLACEMENT PROJECT
B-5533
* * * * * * * * * * * * * * * * * * * k k k k * k k * * * * * * *
THE CONTRACTOR IS HEREBY NOTIFIED AS FOLLOWS:
CHANGE 1: (SPECIFICATIONS)
Please substitute the attached
revised pages
2 and 2k in
the bid
package. Add the fu11owiny
to paragraph
2.09 of the
Special
Provisions:
The Contractor is
also required
to submit a
bid for
the Alternate Bid
Item so that
the Alternate
Total
Bid may be awarded
at the City's
option.
CHANGE 2: (SPECIFICATIONS)
The folluwing pages containing
paragraph 2.57
"INVERSION
LINER"
shall he added to the Special Provisions.
CHANGE 3: (SPECIFICATIONS)
Substitute the last sentence of the first
paragraph on
S-2 i
2.44.10 "5-,-►T=:�,aIRS" with the
fol lowing Pj,.., Jr..,•��:
No point repairs reyuiriIj rizcavation of the sewer
have been identified duriny raview OF the pre -bid
video inspection.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT 00CUMENTS
AND SHALL BE MADE A PART THEREOF
Oo al d W. Cather
0i rector
8"7-'76
T
i
PROPOSAL
Paget
B=SSD
THE BIDDER STATES THAT THIS PROPOSAL IS BASED UPON THE CONTRACT
DOCUMENTS AND THAT HE ACKNOWLEDGES THE RECEIPT OF THE FOLLOWING
ADDENDUM (A)!
ADDENDUM NO, ADDENDUM NO. ADDENDUM NO.
TOTAL BASE DID: THE 'TOTAL OF BIDS "A"
AND "B" based on a one hundred (100)
working day completion time, the sum of
ALTERNATE TOTAL BASE BID: THE TOTAL OF
ALTERNATE BID "A" and BID "B" based on
one hundred (100) working day completion
time
TOTAL BID
ALTERNATE
TOTAL BID
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
BID "A": THE TOTAL OF ITEMS 1 THRU
39, the sum of
THRU
--BTD—"A"---
ALTERNATE
BID "A"
--B I D-7 B ---
87-76
BID
-.oW-9&
ITEM 40 280 lin, ft, of D-inth extra
heavy Gast iron soil pipe laterals,
at any foot cut, the unit price of
Dollars and
Cents�1L.f�Gr GYi�Gw Ii OYi ilt GG�lii►ii fYi�GiiZGiiY�Y�iiG
per linear foot
ITEM 41: 135 lin. ft. of 10=inch extra
heavy cast iron soil pipe laterals, at
any foot cut, the unit price of
Dollars and
--- ------ o_ot_____________ Cents ($-______- )
ALTERNATE BID
ITEM 42: 170 lin. ft. of inversion lining
for existing 24-inch concrete pipe sewer,
as described in Division 2, the unit price
of
Dollars and
Cents ($)
---------------------------
per linear foot
PROPOSAL
Page 2k
B=SS33
$....
ITEM.��:4__-0_
$
ITEM 41-
$
ITEM 42
87--76
SPECIAL PkOVYS10NS
Page 28
2.56 ORDINANCE NO. 10032 (Cbnt'd.)
The bidder will furnish the required information
identifying the number, job destription, hours and duties
of new positions which can be filled by City of Miami
training and employment programs. the successful bidder
Shall promptly negotiate, within ten (10) business days of
an award, a First Source Hiring Agreement with the South
Florida Employment and Training Consortium implementing
the First Source ordinance for the public work.
2.57 INVERSION LINES (ALTERNATE DID)
The Alternate Did
The liner shall be polyester fiber felt tubing lined on
one side with polyurethane or polyvinyl Chloride. The
liner shall be saturated with a thermosetting liquid resin
prior to insertion. Resin type and quantities shall be as
specified by the manufacturer to obtain a cured liner with
the following properties: tensile strength per ASTM D-
6380 3,000 psi; flexural strength per ASTM D-790, 4,500
psi; and modulus of elasticity per ASTM D-790, 300,000
psi. Minimum long term (50 Year) modulus of elasticity of
150,000 psi.
The lining manufacturer shall submit to the Engineer for
approval, complete design calculations for the liner. The
criteria for liner design shall be an E-80 live load and
the overburden as shown on the Plans, using a dry soil
weight of 120 pounds per cubic foot. Maximum water table
elevation is +4.0 feet and expected minimum lifetime is 50
years. Liner side support shall be provided by the soil
pressure against the existing pipe. The existing pipe
shall not be considered as providing any structural
support. Modulus of soil reaction for the existing pipe
shall be considered to be the same as that generated by
materials and4methods given in Division 4, Section 406.2.
Ovality shall be calculated using dimensions of the
existing pipe cross-section as shown on the Plans.
Approximate maximum length of flat will be considered as
6-inches for 24-inch nominal inside diameter, and add 10%
of thickness to compensate for resin migration. Minimum
inversion liner thickness shall be 0.56-inches for 24-inch
nominal I.D. sewers after installation.
8 i - 76 l
SPECIAL PROVISIONS
Page 29
2,57 INVERSION LINES (ALTERNATE 510) (Unt'd.)
Liner shall tie neither accepted nor installed until design
caitulations have been approved by the thgineer. Liner
shall be as manufactured by instituform of North America,
Inc., 3315 Democrat Road, P.O. Box 181071, Memphis, Tenn.
381154 or equal.
As part of the design calculation submittal, the liner
manufacturer shall submit tabulation of time vs.
temperature. This tabulation shall show the lengths of
time that exposed portions of the liner will endure
without self - initiated cure or other deterioration
beginning. This tabulation shall be at five degree
Fahrenheit increments ranging from 70 degrees F. to 100
degrees F. The manufacturer shall also submit his
analysis of the progressive effects of such •pre -cure' on
the insertion and cured properties of the liner. This
information shall be submitted in a timely fashion prior
to the preconstruction conference so that the Department
may set procedures for dealing with such an instance
caused by construction delays.
Cleaning and spot repair of the existing line shall result
in a line which is clear of all loose or intrusive
material and free of projections which might snag or
create stress concentration in the liner.
The Contractor shall present the Engineer, for approval, a
descriptionn of his methods for avoiding liner stoppage
due to a conflict and friction with such points as the
manhole entrance and the bend into the pipe entrances. He
shall also prsent plans for dealing with a liner stopped
by snagging within the pipe. This information shall be
rendered to the Engineer in a timely fashion prior to the
preconstruction conference.
The Contractor shall have on hand at all times, for use by
his personnel and the inspector, a digital thermometer or
other means of accurately and quickly checking the
temperature of exposed portions of the liner.
87-7Ei7
2.57 INVERSION LINES (ALTERNATE Drb)
SPECIAL PROVISIONS
Page 20
(Cont'd.)
The Contractor shall immediately notify tite Engineer of
any construction delays taking plate during the insertion
operation. Such delays shall possibly require sampling
and testing by an independent laboratory of portions of
the cured liner at the Engineer's discretion. The cost of
such tests shall be born by the Contractor and no extra
compensation will be allowed. Any failure of sample tests
or a lack of immediate notifications of delay shall be
automatic cause for rejection of that part of the work at
the engineer's discretion.
The water circulating and heating system used for curing
shall have the written approval of Instituform of North
America. The system together with Institufrom approval
shalt be submitted to the Department for approval prior to
lining operations.
Should the liner not make a tight seal at the inside
manhole wall, a seal shall be made by use of extra
polyesther fiber felt and epoxy resin. Pipe entries and
exists shall be smooth, free of irregularities, and water
tight.
Should the liner not make a tight seal at the inside
manhole wall, a seal shall be made by use of extra
polyester fiber felt and epoxy resin. Pipe entries and
exists shall be smooth, free of irregularities, and water
tight.
No pin holes, cracks, thin spots, or other defects in the
liner shalle permitted.
The Department reserves the right to check the liner with
its forces and detector equipment. The Contractor shall
not reactivate any section until he has received approval
form the Engineer to do so. If the Department exercises
its option, and any holidays, pinholes, or inferior
workmanship are found, they shall be corrected by the
Contractor to the satisfaction of the Engineer.
87-76
•
A
#'A
45
i
�,,EGIAL PROVISIONS
Page 31
M7 INVERSION LINES (ALTERNATE 8I6) (Cont'd.)
Curing and cool down procedures shall be as specified by
Instituform N.A. When draining water, care shall be
exerCised not to create a vacuum in the line.
Preparation of the interior surface shall be accomplished
by a thorough high pressure water -jet cleaning. The pipse
Shall be left free of all loose sand, rock or other
deleterious materials. Grouting shall be used where
necessary to smooth transition area. However, such
grouting shall be utilized only with the prior knowledge
and approval of the Engineer. With prior approval of the
Engineer, bonding agents of an approved type may be
utilized in the grout to improve adhesion.
The price per foot for inversion liner shall be full
compensation for providing and installing the inversion
liner, ready for service, and shall include, but not be
limited to, cleaning and preparation of the existing
seewr; spot repairs as specified in Section 2.44.10 "Spot
Repairs"; removal, transportation, and disposal of
material generated by cleaning, preparation and spot
repair activities; sealing, dewatering, and bypass
pumping; providing provisional sewers to maintain service;
resin mixing and application; inversion lining; curing;
unloading of materials and placing thein in position; if
concrete pipe sections are installed, performing all
applicable operations; making connections to existing
mains and structures; supporting and protecting existing
utilities as required; furnishing all materials and
equipment required to clean and test the main and
structures; cleaning and testing the main and structures;
and all other appurtenant and miscellaneous items and work
including final cleanup.
87-76
01
izi" 'OP MIAMI, PLOAlbA
INTI:r440P'PlCIt
M Iv ORANDUM
tc. Honorable Mayor and Members
�Ati
AUS 3 1 I7v(
of the city Cotilm i ss l i3n
�ubdi=ct
Resolution Awarding Ctafitratat
SE OVERTOWN/PARK WEST
PAVING PROJECT -PHASE
I
i•itoM_ Cesar H . Od i
RFEri=Ri:NCtt.
C i ty Manager
£NCIOSUR�S.
RECOMMENDATION
it is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of M. VILA AND
ASSOCIATES., for SE OVERTOWN/PARK WEST PAVING PROJECT -PHASE i,
received July 23, 1987 In the amount of $1,406,624.40, Alternate
Total Bid; authorizing the City Manager to enter Into a contract on
behalf of the City.
BACKGROUND
Amount of Bid: $1,406,624.40 % of Cost Estimate: 88%
Bid Cost Estimate/Total Appropriation: $1,600,000.00/$2,100,000.00
Source of Funds: C.I.P. Ord. 10187, as amended
Minority Representation: 335 Invitations mailed
18 contractors picked up plans & specs
(9 Hispanic, 1 Black, O Female)
7 contractors submitted bids
(3 Hispanic, 1 Black, 0 Female)
Public Hearings/Notices: No Public Hearing/Bid notice published.
Assessable Project: Yes
Discussion: The Department of Public Works has evaluated the bids
received on July 23, and determined that the lowest responsible and
responsive bid, in the amount of $1,406,624.40, is from M. Vila and
Associates, a hispanic -minority controlled corporation. Funds will
be available to cover the contract cost, and for such incidental
Items as postage, blueprinting, advertising, and reproduction costs.
Resolution attached
3 -/
87-7G7
w
so
SE OVtATOWN/PARK WEST PAV'I NO PAOACt-PHASE 1
JOB NO, S=4612
CONTAACTOA 4 g FACT SHttT
1. M. VILA ANO ASSOCIATES
4395 Palm Avenue
Hialeah, Florida 33012 Tel: (306) 821-1225
2. Prinolpals:
Martin Vila, President
Jose M. Sanohe2, VIce-President
Marla Sanchez, Secretary
3. Contractor Is properly licensed and Insured.
4. Subcontractors: None required at this time.
5. Experience: Corporation established In 1979
6. A hispanic -minority contractor.
7. Project and Scope:
SE Overtown/Park West Paving Project -Phase I
Located in an area bounded by N.W. 5 Street, N.W. 10 Street,
N. Miami Avenue and N.W. 3 Avenue.
The project will consist of the reconstruction of 1.6 miles of
street, Including clearing and grading, asphaltic pavement,
concrete curbs, gutters, and sidewalks, drainage facilities,
and landscaping.
Two hundred (200) working days construction time.
S. Funds allocated:
Contract: $1,406,624.40
Project Expense 196,927.60
Blueprint: 949.00
Advertising: 625.00
Testing: 4,800.00
Postage: 334.00
SUB -TOTAL $1,610,260.00
Indirect Cost 8,050.00
TOTAL $1,618,310.00
Prepared by: E.M. Pelaez
17 Aug 87
2
8776 i
f
•
rk
CITY' at MIAMI. f'L6'V1bA
tc �i le bAft Jude 25, 1987 kiLt B`4512
y
rr:clwl Doiv ather
.(, Di redtor/of Public Works
Attached is PW form #121R fully
"SE Overtown/Park West Paving
Ordinance No. 101870 as amended,
Request to Coordinate
su6�E�- Bids & Specifications
REFERENCES
ENCLOSURES
completed for the job entitled
Project - Phase I", C.I.P.
Protect No. 322029.
We have verified available funding with the Department of
Finance; indicated below are monies available to cover the cost
of t h i s contract based on the preliminary
engineer's/architect's estimate of $1,600,000, plus additional
amounts for project expense, incidentals, and indirect cost.
If additional funds are required, the CIP Ordinance will be
amended prior to awardL_of a contract.
Adrienne Macbeth
Minority Procurement
An appropriation of $ 7.5--n*11116-nS
is available to cover the cost of
this contract
Carlos Garcia
Director of Finance
EMP:emp
cc: Highways Design
Contract B-4512
.,
Budgeted Capital Proj.
f
Sergio Rodriguez
Director of Planning
Approved Expenditure
,_.
u
K
Manohar S: urana
Director of Management
& Budget
3
A
N
.PN
CITY OF MIAMI
DEPARTMENT DE PUBLIC WORKS
ASSESSMENTS,SPECIFICATIONS AND CONTRACTS SECTION
PROAECt. A QUEST
DATE: June 25, 1987 CIP Project: SE Overtown/Park
West Redevelopment - Phase I
C.I.P. PROJECT NO.: 322029 INDEX NO.: 559303
SOURCE OF FUNDS: C.I.P. Ordinance 10187, as amended
BIDS TO BE SECURED FOR: SE OVERTOWN/PARK WEST PAVING PROJECT - PHASE I
Located in an area bounded by NW 5 Street, NW 10
Street, N Miami Avenue and NW 3 Avenue.
The work consists of the reconstruction of 1.6
miles of street, including clearing & grading,
asphaltic pavement, concrete curbs, gutters, and
sidewalks, drainage facilities, and landscaping.
PLANS & SPECS PREPARED BY: Public Works
FOR THE DEPARTMENT/GFFIGE OF: Public Works
ADVERTISE ON: July 2 RECEIVE BIDS: July 23
ESTIMATED COST Total Bid $1,600,000
(Alt. Bid) $
NOTE: Plans & specs must accompany this form, together
with rough copy of advertisement, at least TWO weeks prior
to the proposed date of advertising. Minimum bidding time
is 15 days (Code Sec. 18-52.1(d)).
Form PW #121R
Rev 2/ 4/ 87
8 7-'76 9
.p.=.