HomeMy WebLinkAboutR-87-0317J-87-332
3/26/87
RESOLUTION NO. 87-3171
A RESOLUTION ACCEPTING THE BID OF MADSEN-
BARR CORPORATION IN THE PROPOSED AMOUNT OF
$4939560.70, TOTAL BASE BID OF THE
PROPOSAL, FOR CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - N.W. 8 STREET ROAD;
WITH MONIES THEREFOR ALLOCATED FROM
"CITYWIDE SANITARY SEWER EXTENSION
IMPROVEMENTS - FY 186" ACCOUNT, CAPITAL
IMPROVEMENTS ORDINANCE NO. 101879 PROJECT
NO. 351178 IN THE AMOUNT OF $493,560.70 TO
COVER THE CONTRACT COST; AND AUTHORIZING
THE CITY MANAGER TO EXECUTE A CONTRACT
WITH SAID FIRM.
WHEREAS, sealed bids were received March 10, 1987, for
Citywide Sanitary Sewer Replacement Project - N.W. 8 Street Road;
and
WHEREAS, the City Manager and the Director of the Department
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 #351178 of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The March 10, 19879 bid of Madsen -Barr
Corporation in the proposed amount of $493,560.70, for the
project entitled Citywide Sanitary Sewer Replacement Project -
N.W. 8 Street Road, 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 $493,560.70 is hereby allocated
from the account entitled "Citywide Sanitary Sewer Extension
Improvements - FY 186" to cover the cost of said contract.
Accrim OF
APR �9 1987
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 Citywide Sanitary Sewer Replacement Project -
N.W. 8 Street Road, total base bid of the proposal.
PASSED AND ADOPTED this 9th day of April 1987.
XAVIER L. SUARV, MAYOR
ATTEST:
1
MA HIRAI, CITY CLERK
. PREPARED AND APPROVED BY:
B RT —.0 LARK
CHIEF DEPUTY CITY ATTORNEY
APPROVE)0rJAS TO FORM AND CORRECTNESS:
L.VV+I1• VVVV
CITY n ATTORNEY
- 2 -
CITY OF MIA Mt, Fr_ORIDA
INTER -OFFICE MEMORANDUM
ro. Honorable Mayor and Members
of the c;ty Commission
�p� .�
FROM' Cesar H. Odi o 9 ��� '
City Manager �,f
RECOt4MENUATIO�V
�C�
�` � � ^ � FILE: B - 5 5 37
LATE: .� r k • isg
sue�ECT: Resolution A�iardi ng Contract
CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - N.W. 8
STREET RUAO
REFERENCES:
ENCLOSUPES:
It is respectfully requested that the City Commission adopt the
attached resolution accepting the low bid of Madsen -Barr Corp., for
CITYWIDE SANITARY SE41ER REPLACEMENT PROJECT - NW 8 STREET ROAD,
received March 10, 1987 in the amount of 5493,560.70, Total Base
Bid; authoriz;ng the City Manager to enter into a contract on behalf
of the City.
BACKGROUND
Amount of Bid: 5493,560.10 � of Cost Estimate: 99�,
Bid Cost Estimate/Total Appropriation: 5500,000/3858,000
Source of Funds: C.I. Ord. 10187, as amended
Minority Representation: 141 invitations mailed
10 contractors picked up plans R specs
(1 Hispanic, 1 Black, 0 Female)
2 contractors submitted bids
(O Hispanic, 0 Black, U Female)
Public Hearings/Notices: No public hearing/Bid notice published
Assessable Project: No
Discussion: The Department of Public Works has evaluated the bids
received March 13, and determined that the lowest responsible and
responsive bid, in the amount of $493,560.70, for Total Base Bid, is
from Madsen -Barr Corporation, a non-ninority controlled corporation.
Funds are available to cover the contract cost, and for such
incidental items as postage, blueprinting, advertising, and
reproduction costs. This expenditure is reimbursable to the City
under an ayreement with Dade County W & S Auth city.
Resolution attached
Recommended by:
rienne ac et erector
Minority & Women Business
Affairs Procurement
,� /y— �
=` I
. .� � Y..Z.. - �., �� _
_ i.. _
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT - NW 8 STREET ROAD
JOB NO. B-5537
CONTRACTOR'S FACT SHEET
1. MADSEN-BARR CORPORATION
1117 N.W. 55 Street
Ft. Lauderdale, Florida 33309
2. Principals:
Robert Madsen, Presid-�rt
John Barr, Secretary/Treasurer
Tel: (305) 754-3909
3. Contractor is properly licensed and insured.
4. Subcontractors:
Paving - General Asphalt
5. Experience: Corporation established in 1980
6. A non -minority contractor.
7. Project and Scope:
N.W. 8 Street Road Sanitary Sewer Replacement Project
Located on NW 8 Street Road between 7 and 10 Avenues
The work will consist of the replacement of portions of an
existing sanitary sewage system using 8-inch and 10-inch extra
strength vitrified clay pipe together with all necessary
appurtenances. All work shall be as specified and/or shown on
the plans.
Seventy (70) working days allowed for completion of work
8. Funds allocated:
Contract: S 493,560.70
Project Expense 60,089.30
Postage 100.00
Advertisement 400.00
Blueprint 350.00
Testing 1,500.00
Sub -Total $ 556,000.00
Indirect Cost 2.750.00
TOTAL $ 558,750.00
Prepared by: E.M. Pelaez
16 Mar 87
;11
rJ,
TABULATION OF BIDS FOR
TABULATION OF ams FOR
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT N.W. 8 STREET ROAD B-5537
City wneoer. 11' OO A'M' MARCH 10 1987
o ids at
aidder
MA03EN/9AAR CORP.
MAN -CON INC.
Licensed s In.wd N Per Citycode a Metre ad.
Y
Y
Bid Mond Amount
5%
5X
Irre Isrities
-
M nor t d
N
N
TOTAL BASE BID: THE TOTAL OF ITEMS i (HRU 39. (70I NOWIN9 DAYS
$493.560.70
$74E.514.50
IRREGULARITIES LEGEND
A — No ftwe"t-Attorney
B—Me Affidavit so to Capitol s surplus of 9onding oo.penr It has been determined by the Department of Public
C —arrested Extensions works that the lowest bidder is Madsen -Barr in the amount
0 —P mWol unsigned or IMPO IV Signed or No Corporate Mel of $493 560.70
E—
F /2
G — zwprep.r rid good 7 BID 86-87-0 58
H — arrested Bid
� SR-5537
CITY OF W %Ml. FLORIOA
INTER -OFFICE MEMORANOUM
To Fi 1 e DATE March 2, 1987 8-5537
SL9JECT Request to Coordinate
Bids & Specifications
' Om Don i
;�--9-rrector d,�• Cather�EFERE4CE5
of Publ is Works -
ENCLOSURES
Attached is PW form #121R fully completed for the project
entitled "Citywide Sanitary Sewer Replacement Project -
N.W. 8 Street Road", as per Ordinance No. 10187, as
amended, Project No. 351275.
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 $400,000, including
amounts for incidentals, and indirect cost.
Budgeted Capital Project
3/3 41
X4p
Rodriguez
Director of Planning
Approved expenditure
�-% 6' 9' 0 40 6 are available
to coter the cost of this
contract
Carlos Garcli-I
Director of Finance
60 Manohar S..S rana
Director of Management & Budget
EMP:emp
cc: Sewers
Contract B-5537
s
810 NO. 86-87-058
CITY OF MIAMI
DEPARTMENT OF PUBLIC WORKS
ASSESSMENTS,SPECIFICATIONS AND CONTRACTS SECTION
PROJECT REQUEST
DATE: February 10, 1987 CIP Project: Citywide Sanitary
Sewer Replacement - FY '87
C.I.P. PROJECT NO.: 351275 INDEX NO.: 319301
SOURCE OF FUNDS: Ord. 10187, as amended
BIDS TO BE SECURED FOR: CITYWIDE SANITARY SEWER REPLACEMENT PROJECT -
N.W. 8 STREET ROAD
Located between N.W. 7 and 10 Avenues.
Replacing certain sanitary sewer components in the
area. Funds for thi s project wi 11 be reimbursed
by Miami -Dade Water & Sewer Authority under an
agreement with the City of Miami.
PLANS & SPECS PREPARED BY: Public Works
FOR THE DEPARTMENT/OFFICE OF: Public Works
ADVERTISE ON: February 19 RECEIVE BIDS: March 10
ESTIMATED COST Total Bid
(Alt. Bid)
$400,000
S
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
S