Loading...
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