Loading...
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