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