HomeMy WebLinkAboutR-87-0391.26'
J-87-426
4/28/87
RESOLUTION NO. 87--391, of
A RESOLUTION ACCEPTING THE BID OF SOLO
CONSTRUCTION CORP. IN THE PROPOSED AMOUNT
OF $507,580.00, TOTAL BASE BID OF THE
PROPOSAL, FOR SHENANDOAH STORM SEWER
PROJECT; WITH MONIES THEREFOR ALLOCATED
FROM CAPITAL IMPROVEMENTS ORDINANCE NO.
10187, AS AMENDED, PROJECT NO. 352176 IN
THE AMOUNT OF $607,580.00 TO COVER THE
CONTRACT COST; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID
FIRM.
WHEREAS, sealed bids were received April 21, 1987, for
Shenandoah Storm Sewer Project; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid received from Solo
Construction Corp. 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 *352176 of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The April 21, 1987, bid of Solo Construction
Corp. In the proposed amount of $507,580.00, for the project
entitled Shenandoah Storm Sewer Project, for the total base bid
of the proposal based on unit prices, Is hereby accepted at the
price stated therein.
Section 2. The amount of $507,680.00 Is hereby allocated
from the Capital Improvements Ordinance *10187, as amended,
Project No. 352176 to cover the cost of said contract.
121a oW
APR Of I
Section 3. The City Manager Is hereby authorized to enter
into a contract on behalf of the City of Miami with Solo
Construction Corp., for Shenandoah Storm Sewer Project, total
base bid of the proposal.
PASSED AND ADOPTED this 30th day of April 1987.
XAVIER L. SUARe2, MAYOR
ATTEST:
HIRA1, CITY CLERK
PREPARED AND APPROVED BY:
ROBERT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROWD AS TO FORM AND CORRECTNESS:
�Ww.. ...
CITY AT1
e
BID SECURITY
pEjyi Shenandoah Storm Sewer Proi . oa?E siDW RECtwED April 21, 1987 11: 0 am
86-87-073
TYPE OF SECMUTY
BIDDER
TOUL
Solo Constr. Corp
$436,830.00
5%
BB
Delgado Paving , Inc.
$501,465.75
BB Voucher
Homestead Paving
$598,883.00
5%
BB
Miri Construction
$588,223.90
5%
BB
Williams Paving
$619,676.00
5%
BB
Alfred Lloyd & Sons
$633?946.05
BB Voucher
P.N.M. Corporation
$653,356.40
5%
BB
Ocean Bay Construction
$656,494.45
5%
BB
P.J. Constructors
$667,410.00
5%
BB
Galtech, Inc.
$799,271.50
5%
BB
Man -Cons -Inc
$9170276.00
5%BB
Q- 3
�-
RECEI D e a S DIV./PUBLIC W RKS envelopes.
SIGNE DATE: o?/
�sssi ems• . rswl`�� tlMeks Nils �sy �+! — ���
�oR �ctovNts«a a•naN �.
�• r X4
CoNr,P19cr
Bid No. 86-87-073
ADVERTISEMENT FOR BIDS
Sealed bids for construction of SHENANDOAH STORM SEWER PROJECT (B-5507) will
be received -Manager and the City Clerk -of the City of Miami,
Florida atICILOOO a.m. on the 21st day of Ag)ril.--1987,4 in the City Clerk's
Office, first oor a iami City Hall, 3500 Pan American Drive, Dinner
Key, Miami, Florida, 33133, at which time they will be publicly opened and
read.
The work will consist construction of 1,080 linear feet of 2411, 30" and 36"
French Drain; 2,780 linear feet of 3 foot wide and 5 foot wide ditch; 1,910
linear feet of 12" through 24" sewer pipe, manholes, catch basins, and
pavement replacement. The engineer's total estimated construction cost for
the project is between $500,000 - $1,000,000. City regulations will allow
bidders to furnish a performance bond and a bid bond in accordance with
Resolution No. 86-983.
For technical questions regarding the plans and specifications please contact
James J. Kay, P.E., Sewer 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 of Public Works, 275 N.W. 2 Street, 4th Floor, Miami, Florida,
33128, on or after April 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 Instruction 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-5507, Req.
3674).
Cesar H. Odio
City Manager
LICITACION NO. 66-87473.
AVISO DE LICITACION
Propuestas selladas para SHENANDOAH STORM SEWER PROJECT (B-5507), seran
recibidas por el Administrador y el secretario de la Ciudad de Miami, Florida,
a Aas, tardar a las 11:00 a.m. el dia 21 de abril de 1987, en la Oficina del
Secretario, primer piso, Ayuntamiento de Miami, 3500 Pan American Drive,
Dinner Key, Miami, Florida, 33133, a cuya hora seran publicamente abiertas y
leidas.
Este proyecto comprende la constructi6n de aproximadamente 1,080 pies lineales
de tuberia de drenaje de 24", 30" y 36"; 2,780 pies lineales de zanja cubierta
de 3 a 5 pies de anchor 1,910 pies lineales de tuberia de 12" a 2411, registros
(manholes), tragantes, y reemplazo de pavimento. E1 estimado de construction
esta entre $500,000 y $1,000,000. Regulations minicipales permitiran a los
licitadores presentar un bono de cumpilmiento y un bond de licitacion de
acuerdo a la Resoluc i6n No. 86-983.
Para preguntas %cnicas acerca de los plans y especificaciones llame a James
J. Kay, P.E., I%eniero de Diseno de Alcantarillados, al (305)579-6865.
Todas las licitaciones seran sometidas de acuerdo con las Instructions a los
Licitadores y las Especificaciones. Los juegos de planos y especificaciones
podran obtenerse en la oficina del Director de Obras Publicas, 275 N.W. 2
Street (4to Piso), Miami, Florida, a partir del 2 de abril de 1987. Se
requerira un dep6sito de $20 por calla juego. Estos dep6sitos se reembolsaran
unicamente si los plans y las especificaciones son devueltos sin marcas y en
buen estado, dentro de un plazo de dos (2) semanas siguientes a la apertura de
las licitaciones, al Departamento de Obras Publicas.
Se avisa a los interesados de las provisions de la Ordenanza No. 10062, la
cual se ref iere a la otorgacio'n de contratos a minorias. La Ciudad requerira
de los interesados un Plan de Acci6n Afirmativa, segue definido en dicha
Oraenanza, y 5e6-vn sea requerido en las Instructions a los Licitadores.
La Ciudad de Miami ha adoptado la Ordenanza No. 10032, la cual implenenta el
"bIrst Source Hiring Agreement". Esta ordenanza tiene por objeto proveer
oportunicdades para enpleo a residentes de la Ciudad de Miami en contratos que
resulten en la creacion de nuevas plazas de trabajo. Los contratistas podran
ser elegibles para reembolsos de gastos de salartos bajo este program. Para
mayor informaci6n dirijase al Depto. de Obras Publicas, al (305)579-6856.
Las propuestas incluyen el tiempo de ejecucl5n, y las especificaciones
contienen provisos para dartos liquidados incurridos por falta de completar el
proyecto a tiempo. La Comisi6n de la Ciudad se reserva el derecho a descartar
cualquier informalidad en cualquier licitaeio"n, y el Administrador de la
Ciudad puede rechazar cualquiera o todas las propuestas, y reanunciar (B-5507,
Req. 3674).
Cesar H. Odio
Administrador Municipal
`rIV3 v14Gti'4 t+fi r.{, 1.T'vi.' "^-Ji , :"gar, •::;: v. �
i
REOU1SIT10N FOR ADVERTISEMENT This number must appear
in the advertisement.
DgPT/DIV Public Works/Contracts 3674
AdCOUNTCODE $roject J352176 Index 1319201-287 Bid No. 86-87-073
D4TE Marck 26, 1987 PHONE 579-6856 APPROVED
PF EPARED BY_FUgQ-ne Pelae2
D ECTOR OF ISSUING DEPARTMENT
Once
P4blish the attached advertisement times.
(number of times)
Type of advertisement: legal X classified display
(Check One)
Size:
Starting date AF r i l 2, 1987
First four words of advertisement: G a1 rl hidc for oonRtructi-on
Remarks: SHENIANDOAH S'iORiA SLtJEI: PROJECT (3- 5507 )
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE,
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
t
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
iTRANS
VOUCHER
DUE DATE YY MM OD
Adv. Doc Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13 1 1718
1 25.34
39.42
145 50,51
56.57
62.63
65
66 71
0
1
2
4 1
V
P
I I
1
1
12101212181
7
72
314
7
8 V P 12
3114115
DESCRIPTION 361!4DISCOUNT69
72 AMOUNT 80
5
2
0
0
2
0
1
White — Purchasing
Ba
877391*,, A
1
f
CITY OF MIAMI, FLORIDA
y INTEROFFICE MEMORANDUM
To, Honorable Mayor and Members
of the City Commlaslon
t
i
FROM Cesar H. Odlo
City Manager
RECOMMENDATION
DATE: APR 3 01987 FILE: B-5507
SUBJECT: Resolution Awarding Contract
SHENANDOAH STORM SEWER PROJECT
8-5507
REFERENCES:
ENCLOSURES:
It Is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of Solo Construction
Corp., for SHENANDOAH STORM SEWER PROJECT 6-5507, received April
21, 1887 In the amount of $507,580.00, Total Base Bid; authorizing
the City Manager to enter Into a contract on behalf of the City.
BACKGROUND
Amount of Bid: $507,580.00 % of Cost Estimate: 68%
Cost Estimate/Budgeted Amount: $750,000/$708,000
Source of Funds: Ordinance 10187, as amended
Minority Representation: 142 Invitations mailed
25 contractors picked up plans 8 specs
(7 Hispanic, 2 Black, 0 Female)
11 contractors submitted bids
(4 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 received on April 21 and determined that the lowest
responsible and responsive bid, In the amount of $428,580.00, Is
from Solo Construction Corp., 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
'
SHENANDOAH STORM SEWER PROJECT
JOB NO. 8-5507
CONTRACTOR'S FACT SHEET
1.
Solo Construction Corp.
15751 N.E. 18 Avenue
North Miami Beach, Florida 33162 Tel: (305) 944-3922
2.
Principals:
Randy Pierson, Vlee-Presldent
Ruth Pierson, Secretary
3.
Contractor Is properly licensed and Insured.
4.
Subcontractors:
Weekly Asphalt - Paving
5.
Experience: Corporation established In 1976.
S.
A non-minorlty contractor.
7.
Project and Scope:
S.W. 12 Avenue to 19 Avenue from S.W. 8 Street to
S.W. 21 Street.
Construction of 1,080 linear feet of 2400 30" and 360 french
drain; 2,780 linear feet of 3 foot wide and 5 foot wide ditch;
1,910 linear feet of 12" through 240 sewer pipe, manholes,
catch basins, and pavement replacement.
One hundred twenty (120) working days construction time
e.
Funds allocated:
Contract: S 507,680.00
Project Expense 71,061.00
Blueprint: 610.00
Advertising: 380.00
Testing: 2,400.00
Postage: 140.00
SUB -TOTAL S 582,171.00
Indirect Cost 2,909.00
i
TOTAL $ 685,080.00
Prepared by: E.M. Pelaez
27 Apr 87
t.
1
To. File
F"°" Donald W. Cather
Director of Public Works
CITY OF MIAM1. FLORIDA
INTEROFFICE MEMORANDUM
oAtc. April 10, 1987 FILA8-5507
susize. Request to Coordinate
Bids i Specifications
RUCIRENCEs (REVISED)
EN:.Osu11Es
Attached is PW form 0121R fully completed for the job entitled
"Shenandoah Storm Sewer Project% as per C.I.P. Ordinance No.
101879 as amended, Project No. 352176.
We have verified available funding with the Department of
Finance; indicated below are funds available to cover the cost
of this contract based on the preliminary
engineer's/architect's estimate of $750,000, including amounts
for incidentals, and indirect cost. Additional appropriations
will be made available to an award of contract.
Minority Set -Aside (Y) Nj Budgeted Capital Pro
�I! f ih AAWPS y4� R�1�YtN
Adrienne Macbeth SeJJ4"
o Rodriguez
Minority Procurement ZiDirector of Planning
f are available ,
to cover the cost
oft , co tract. S •
�e,s�lrZ'
1
Carlos Garcia
Director of Finance
EMP:emp
cc: Sewers Design
Contract B-5507
Approved Expenditure
z. wwta..fto AWAy'. µw..
Xs -awed % AvAka.f'094W'Y-2t
0 %,
Manohar SY_.,Surana
Director Management
i Budget
8I0 NO. 86-87-073
CITY OF MIAMI
DEPARTMENT OF PUBLIC WORKS
ASSESSMENTS,SPECIFICATIONS AND CONTRACTS SECTION
PROJECT REQUEST
4
DATE: March 26, 1987 CIP Project: Shenandoah Storm
Sewers
C.I.P. PROJECT NO.: 352176 INDEX NO.: 319201
SOURCE OF FUNDS: C.I.P. Ordinance 10187, as amended
BIDS TO BE SECURED FOR: SHENANDOAH STORM SEWER PROJECT (8-5507)
The work is to be constructed in an area
generally bound by SW 12 Avenue to 19 Avenue,
from SW 8 Street to 21 Street.
The work co i
linear feet
2,780 linear
ditch; 1.910
pipe, manho
replacement.
isists of the construction of 1,080
of 24", 30" and 36" French Drain;
feet of 3 foot wide and 5 foot wide
linear feet of 12" through 24" sewer
les, catch basins, and pavement
PLANS i SPECS PREPARED BY: Public Works
FOR THE DEPARTMENT/GFFIGf OF: Public Works
ADVERTISE ON: April 2 RECEIVE BIDS: April 21
ESTIMATED COST Total Bid $750,000
(Alt. Bid) E
NOTE: Plans 3 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
i
TABULATION OF BIOS FOR
SHENANDOAH STORM SEWER PROJECT B-5507
�fW N
seen cow. cw. OELBAOO PAV.. INC. Mini
A —a 0-0 w a omml • wiAw of OWN
C — eawww awws.-
O-R,ptwmmwrwpwmfim-wwawms"u"
'E —
f
THAT THE LOWEST BIDDER FOR THE TOTAL BASE 010 AND
ADDITIVE BID: ITEMS 42 THRU 4. IS SOLO CONST.. COFP- TN
IOF3
r.
. I HOMESTEAD
I
I BID Be-W-073
0-M7
TABULATION OF BIDS FOR
SHENANDOAH STORM SEWER PROJECT 8-5507
uw
IMIMIMS-PAV-0 CO..INC.
AUM MOM 6 sm. INC.
P.M.M. CORP.
OCEAN BAY CONST..INC.
astr as& a &d
-0 momw w POP ame .
ON lwd Am=*
ax
N VOUCHER
as
A
52 1
__Imqgdw2uwH
C. N
No
T
MALJE-ITM I-TM-41
oaf&a76.40
sm "GAN
i6SB. 356.40
M4.45
--ADDV-M BID:
r"!m
nmg
.jL3w,oO
30, MCCO
21
M-00
418.22
- 24,700.00
20,500.00
In- M-00
12. §M.00
21-710.00
-20, 100,00
2L go-aR
1% 618,00
IT -Ell 44
im
--lK 100.00
40, RR
39.165.00
IL
-.-3%mg.00
10.
-
--54 605,00__...,..
.00
Im 48
�-�
RITIES LEGMA-*
0 -0 Atn"s ft " "aw a IT M BEEN DEMNIUM BY IM DEPT, W M&IC VOWS
C -*we"" saft"m THAT THE LONOT BIDDER FOR THE TOTAL BASE 810 AND
*some! ow"W21 urm w ft on pa so Ins ADDITIVE BID, ITEMS 42 THRU 46. IS SOLO CONST., CORP. IN
E -R
!-
-DE AHMW
it U-0
='a"'"'"'r'
2 tF 3
BID 96-67-073
TABULATION OF BIDS FOR
SHENANDOAH STORM SEWER PROJECT B-5507
P.J. CONST.
.l�
SAL
-A �
8 -Ir Mfltwlt N a clt@l • 493w M m"W snow
C —awraft / mamem r
WOW" THAT THE LONE —BIDDER FOR THE TOTAL BASE BID AND
_A ADDITIVE BID, ITEMS 42 THRU 45, IS 90L0 CONST.. CORP. IN
THE AMOUNT OF S807.500.00.
_ H
-a�wrar ssr
3 OF 3
INC.
BID es-w-on
B-M7