Loading...
HomeMy WebLinkAboutR-87-0391.5J-87-430 4/ 16/87 RESOLUTION NO. 87 '39:.1i A RESOLUTION ACCEPTING THE BID OF MADSEN/BARR CORPORATION IN THE PROPOSED AMOUNT OF $637,004.00, TOTAL BID OF THE PROPOSAL, FOR N.W. 8 STREET ROAD HIGHWAY IMPROVEMENT; WITH MONIES THEREFOR ALLOCATED FROM THE CAPITAL IMPROVEMENTS ORDINANCE NO. 10187, PROJECT NO. 341111 IN THE AMOUNT OF $637,004.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM'l AND 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 MADSEN/BARR CORPORATION OF N.W. 8 STREET ROAD HIGHWAY IMPROVEMENT UPON SATISFACTORY COMPLETION OF SAID CONSTRUCTION. WHEREAS, sealed bids were received April 9, 1987, for N.W. 8 Street Road Highway Improvement B-4520; and WHEREAS, the City Manager and the Director of Public Works recommend that the bid received from Madsen/Barr Corporation 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 *341111 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The April 9, 1987, bid of Madsen/Barr Corporation in the proposed amount of $637,004.00, for the project entitled N.W. 8 Street Road Highway Improvement B-4520, for the total bid of the proposal, based on unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $637,004.00 Is hereby allocated from the Capital Improvements Ordinance *10187, Project No. 341111 to cover the cost of said contract. CW APR 30 'IN? q Section 3. The City Manager Is hereby authorized to enter Into a contract on behalf of the City of Miami with Madsen/Barr Corporation, for N.W. 8 Street Road Highway Improvement B-4520, total bid of the proposal. Section 4. Subject to a report by the City Manager stating that Madsen/Barr Corporation has satisfactorily completed the construction of Improvements designated as N.W. 8 Street Road Highway Improvement In N.W. 8 Street Road Highway Improvement District B-4520, 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 N.W. 8 Street Road Highway Improvement In N.W. 8 Street Road Highway Improvement District B-4520. PASSED AND ADOPTED this 30th day of April 1987. XAVIER L. SU Z, MAYOR ATTEST: I0 MATTY HIRAI, CITY CLERK40- PREPARED AND APPROVED BY: ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY Ttlj, I l APPRO D S TO FORM AND CORRECTNESS: f LOCI A. DOU(3H TY CITY ATTORNEY + - 2 - Q J( a 8'7�-39iR50 I BID SECURITY waw NW 8 Street Road Highway Impr. OaT16101 "Ct111t0Anrii 9. 1987 11 j.nn_ am 86-87-063 7TPE OF SECURITY DINER TOTAL. mow? v Garcia ?Alen Construction C spa 360 • a y Ad p 63-) 0 0 oo Madsen/Barr Corporation William Paving Co., Inc. �p 7 �l 7 (p 3. O y 4e " 14;�,t,� 139 tu-w T� Q� ti ()..' V 47 / "r RECE D n e a ./PUBLIC • a- envelopes. SIGN DATE: = •7 Sssst�f Mss Slsivtkr� ehekr N�tr ray �/ 1� t _ .IctouNtulc aqua++ F ? Bid No. 86-87-063 ADVERTISEMENT FOR BIDS Sealed bids for construction of NW 8 STREET ROAD HIGHWAY IMPROVEMENT B-4520 will be received by the City Manager and the Cit Commis f the City of Miami, Florida at 11:00 a.m. on the 9th' da of 1987 in the City Commission Chambers, rs o e iami City Hall, 3500 Pan American Drive, Dinner` k—e ,'Miami, Florida, 33133, at which time they will be publicly opened and read. The work will include the constructton of approximately 0.5 mie of N.W. 8 Street Road between 7 and 10 Avenues, and of N.W. 10 Avenue between 8 Street Road and the E-W Expressway. 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 between $600,000 and $650,000. 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 William A. Mackey, P.E., 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 March 12, 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 withing 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-4520, Req. 3669). Matty Hirai City Clerk �s 8 w-39 +e s LICITACION NO. 86-87-063 AVISO DE LICITACION Propuestas selladas para N.W. 8 SB EET ROAD HIGHWAY IMPROVEMENT B-4520 seran recibidas por el Administrador y la Comisi6n de la Ciudad de Miami, Florida, a mis tardar a las 11:00 a.m. el dia 9 de abril de 1987, en la Camara de la Comisi6n, primer piso, Ayuntamiento de Miami, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, a cuya hora y el cuyo lugar seran publie mente abiertas y leidas. E1 trabajo incluira la construcci6n de aproximadamente 0.5 millas de la N.W. 8 Street Road entre la 7 y la 10 Avenidas, y de la N.W. 10 Avenida entre la N.W. 8 Street Road y el E-W Expressway. La construcci6n consistira de limpieza y nivelaci6n, pavimento asfaltico, cunetas, contenes y aceras de concreto, systems de drenaje, y jardineria ornamental. El estimado de ingenieria esta entre los $600,000 y los $650,000. Requisitos municipales permitiran a los licitadores presentar bonos de cumplimiento y licitaci6n de acuerdo a la resolution No. 86-983. Para preguntas tecnicas acerca de los plans y especificaciones llame a William A. Mackey, Ingeniero de Diseno de Carreteras, al (305)579-6865. Todas las licitaciones serin sometidas de acuerdo con las Instructions a los Ucitadores 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 12 de marzo de 1987. Se requerira un deposito de $20 por cada juego. Estos dep6sitos son reenbolsables Gnicamente si los planos y las especificaciones se devuelven sin mareas y en buen estado, dentro de un plazo de dos (2) senanas siguientes a la apertura de las licitaciones. Se avisa a los interesados de las provisions de la Ordenanza No. 10062, referente a la otorgaci6n de contratos a minorias. La Ciudad requerira a los interesados que sometan un Plan de Acci6n Afinnativa, definido en dicha Ordenanza, y requerido en las Instructions a los Licitadores. La Ciudad de Miami ha adoptado la Ordenanza No. 10032, la cual implements el "First Source Hiring Agreement". Esta ordenanza tiene por objeto proveer oportunidades pars enpleo a residentes de la Ciudad de Miami en contratos que resulten en la creaci6n de nuevas plazas de trabajo. Los contratistas podran ser elegibles para reembolsos de gastos de salarios bajo este programs. Para mayor informaci6n dirijase al Depto, de Obras Publicas, al (305)579-6856. Las propuestas incluyen el tiempo de ejecuci6n, y las especificaciones contienen provisos para daftos 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 licitacio'n, y el Administrador de la Ciudad puede rechazar cualquiera o todas las propuestas, y reanunciar (B-4520, Req. 3669). Matty Hirai Secretaria Municipal DSPT/DIV r REQUISITION FOR ADVERTISEMENT This number must appear Public Works/Contracts in the advertisement. ACCOUNT CODE Project #341111 Index #319201-287 DATE February ef, 1987PHONE 57u—F85E Y: PFIEPARED BY Eugene Pelaez . t_ -IV Bid No. 86-F7-063669 40 DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement Once times. V (number of times) Type of advertisement: legal classified display (Check One) Si;e: _ Starting date March 12 , 1987 First four words of advertisement: Sealed bids for con t r a c t i. or. f ?�•i�i• � �r�.t�-r•n; 1�;1r?i �-:T;,,11:�.�,^,V 7rfP.�J�*,:�R�,.rt Remarks: DO NOT TYPE BI:LOW 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 s F4 FS F7 F8 F9 F10 F11 F12 LINE !TRANS VOUCHER DUE DATE YY MM DD Adv• Doc• Reference VENDOR INDEX CODE ECF PROJECT 11 F 13i 1 j17_118 1 06_34 39 42 45 5051 5667 . 62 63 65 66 71 0 1 2 4 1 2 34 5 2 0 0 i 97-r391i. s INTER -OFFICE MEMORANDUM TO Honorable Mayor and Members APR 3 0 1987 8-4620 OATE: /ILE: of the City Comnlsslon Resolution Awarding Contract susJECT: N. W. 8 STREET ROAD H I GHWAY IMPROVEMENT FIIoM Cesar H. Od to REFEQENCES! City Manager ENCLOSURES. RECOMMENDATION It Is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of MADSEN/BARB CORPORATION. for N.W. 8 STREET ROAD HIGHWAY IMPROVEMENT. received April 9, 1987 In the amount of $637,004.00, Total Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Old: $637,004.00 % of Cost Estimate: Old Cost Estimate/Total Appropriation: $625.000/$600.000 Source of Funds: C.I.P. Ord. 10187, as amended 102% Minority Representation: 298 Invitations mailed 20 contractors picked up plans & specs (9 Hispanic. 1 Black, 2 Female) 4 contractors submitted bids 0 Hispanic, 1 Black, 0 Female) Public Hearings/Notices: No Public Hearing/Bid notice published. Assessable Protect: Yes Discussion: The Department of Public Works has evaluated the bids received on April 9, and determined that the lowest responsible and responsive bid. In the amount of $637,004.00, Is from Madsen/Barr Corporation, a non -minority controlled corporation. Funds will be available to cover the contract cost, and for such Incidental Items as postage, blueprinting, advertising, and reproduction costs. Additional appropriations will be made prior to the award of contract. Resolution attached Recommended by:00 AA rlenne Macbeth. Director Minority & Women Business Affairs Procurement 11 N.W. 8 STREET ROAD HIGHWAY IMPROVEMENT JOB NO. 8-4520 CONTRACTOR'S FACT SHEET 1. MADSEN/BARR CORPORATION 1117 N.W. 55 Street Ft. Lauderdale, Florida 33309 Tel: (305) 754-3909 2. Principals: Robert H. Madsen, President John Barr, Secretary/Treasurer 3. Contractor Is properly licensed and Insured. 4. Subcontractors: Homestead Paving - Concrete Tamlaml Landscaping - Landscaping Redland Constr. (WBE)- Rock Work Jaffer - Drainage Wells General Asphalt - Paving 5. Experience: Corporation established In 1980 S. A non-minorlty contractor. 7. Project and Scope: N.W. 8 Street Road Highway Improvement N.W. 8 Street Road (N.W. 7 Avenue to N.W. 10 Avenue) and N.W. 10 Avenue (N.W. 8 Street Road to East West Expressway). The project will consist of necessary clearing and grading, construction of asphaltic pavement, concrete curbs and/or gutters, concrete sidewalk, storm sewer facilities and landscaping. One hundred twenty (120) working days construction time. S. Funds allocated: Contract: S 637,004.00 Project Expense 89,180.00 Blueprint: 600.00 Advertising: 550.00 Testing: 2,000.00 Postage: 150.00 SUB -TOTAL s 729,484.00 Indirect Cost 3,816.00 TOTAL s 733,100.00 Prepared by: E.M. Pelaez ' 16 Apr 87 i `r U5 1- 4 CITY OF MIAMI, FLORIDA INTEROFFICE MEMORANDUM To. File Donal WfrCather D tor of Public Works DATE: February 271, 1987 MLE: 8-4520 SUBJECT: Request to Coordinate Bids 6 Specifications REFERENCES: ENCLOSURES: Attached is PW form 1121R fully completed for the project entitled "N.W. 8 Street Road Highway Improvement", as per Ordinance No. 101879 as amended, Project No. 341111. 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 $625,000, including amounts for incidentals, and indirect cost. Additional funds will be appropriated prior to award of a contract at the Commission meeting of April 9, 1987. Budgeted Capital Project • 3 3 i4 ;?r o Rodriguez Director of Planning $ 5'S5,040 are available to coved cost of ethis contract -V-" 0"A i r'.4 Carlos Garcia Director of Finance Approved expenditure 1iV4,-J1C4,! VC 1 •d Itiaa�.0 'Ill- Manohar S:- vrana Director of Management b Budget EMP:emp cc: Highways Contract B-4520 - - - BID NO. 86-87-063 CITY OF NIANI DEPARTNENT OF PUBLIC WORKS ASSESSNENTS,SPECIFICATIONS AND CONTRACTS SECTION PROJECT REQUEST DATE: February 27, 1987 CIP Project: N.W. 8 Street Road Highway Improvement C.I.P. PROJECT NO.: 341111 INDEX NO.: 319301 SOURCE OF FUNDS: Ord. 10187, as amended BIDS TO BE SECURED FOR: N.W. 8 STREET ROAD HIGHWAY IMPROVEMENT Located on N.W. 8 Street Road between 7 and 10 Avenues, and on N.W. 10 Avenue between N.W. 8 Street road and the E-W Expressway Clearing and grading, asphaltic pavement, concrete curbs, gutters, and sidewalks, storm drainage facilities and landscaping. PLANS 6 SPECS PREPARED BY: Public Works FOR THE DEPARTMENT/GFFIGE OF: Public Works ADVERTISE ON: March 12 RECEIVE BIDS: April 9 ESTIMATED COST Total Bid $625,000 (Alt. Bid) E NOTE: Plans b 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 0121R Rev 2/4/87 N.M. 8 STAEET TABULATION OF BIDS FOR ROAD HIGHWAY IMPROVEMENT Bm4520 mi , 0011 .a.�WILLIAMS A omm-mum unn" M pop cul ar. a "Am am, yF_q YES YES YFS ftM &own2-5 Mormitum few NO NO YES (HL IRREGULARITIES LEGEND A —w Pow of -Mtn my B -M AffUM& " a CWtU a MS= of @NOW C=pM _THE C ft mo THAT ad E _ ~ o �� jr"� IN F- G-2w M U M H-ONINUM M I _ OEPARTNENT OF PLI9LIC MOFocs HAS OETFANINE0 LOWEST RIMER TA MArLQ_FN/RAAA CORPDRATTM1 THE AMOUNT OF ASU4 004_00 FDR THE TOTAL 6I0_ , ¢ 2� y� BID es-e�-o� 8-4WO