HomeMy WebLinkAboutR-86-0013.1RESOLUTION NO. 86--i']' I
A RESOLUTION ACCEPTING THE BID OF MAN -CON,
INC. IN THE PROPOSED AMOUNT OF $189,777.50,
TOTAL BASE BID OF THE PROPOSAL, FOR CITYWIDE
SANITARY SEWER REPLACEMENT PROJECT - NORTH
RIVER DRIVE; WITH MONIES THEREFOR ALLOCATED
FROM THE "CITYWIDE SANITARY SEWERS EXTENSIONS
IMPROVEMENT" ACCOUNT IN THE AMOUNT OF
$189,777.50 TO COVER THE CONTRACT COST; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received December 10, 1985 for
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT - NORTH RIVER DRIVE;
and
WHEREAS, the City Manager and the Director of Public Works
recommend that the bid received from Man -Con, Inc. be accepted as
the lowest responsible dnd responsive bid; and
WHEREAS, the Capital Improvements Appropriation Ordinance
No. 9939, as amended, was adopted on December 20, 1984, and
monies are available for the proposed amount of the contract,
project expense, incidentals and indirect cost from the account
entitled "Citywide Sanitary Sewers Extensions Improvement", as
set forth under Section 5.A. Sanitary Sewers .8 of said
ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section I. The December 10, 1985 bid of Man -Con, Inc. in
the proposed amount of $189,777.50 for the project entitled
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT - NORTH RIVER DRIVE
total base bid of the proposal, based on unit prices, is hereby
accepted at the price stated therein.
Section 2. The amount of $189,777.50 is hereby allocated
from the "Citywide Sanitary Sewers Extensions Improvement"
account to cover the cost of said contract.
CITY COMMISSION
MEETR-- Q OF
J AN p9.c1980
ION Nu. 86_1
Section 3.
The City Manager is hereby authorized to enter
into a contract
on behalf of The City of
Miami with Man -Con, Inc.
for CITYWIDE SANITARY SEWER REPLACE14ENT
PROJECT - NORTH RIVER
'
DRIVE, base bid
of the proposal.
PASSED AND
ADOPTED this 9th day
of JANUARY 1986.
M A Y O R
ATTEST:
PREPARED AND APPROVED BY:
C_
CHIEF DEPUTY CITY ATTORNEY
k
w APPROVED AS TO FORM AND CORRECTNESS:
,t
Ah CITY ATTORNEY
2 _ •
7
111D SECURITY
CitywideDecember 10, 1985
San. Sew. Replacement River DrivEbAtg sibs %Ittl'
85-86-19 "Tt OF SECMTY
aggelved
Bid No. 85-86-19
ADVERTISEMENT FOR BIDS
Sealed bids for construction of CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - NORTH RIVER DRIVE B-5522 will be received
by the Ci ty Manager aild- the Ci ty Cl er_k_ of the _Cj ty__. Qf Mi ami ,
Florida, .-a:00 a.m. on the IRKday of Decem�&er, 198� at the
City Clerk's t'tt'E;--- -Tirst M 1 a m 1 t-I-Ty--"1-1 3500 Pan
American Drive, Dinner Key, Miami, Florida 33133, at which time
and place they will be publicly opened and read.
The project consists of the construction 1,705 + linear feet of
8-inch and 10-inch extra strength vitrified clay and ductile iron
pipe sewer with the deepest cut being 8 feet; 1100 + feet of 6-
inch polyvinyl chloride pressure pipe laterals; 13 manholes from
4 to 8 feet in depth.
New requirements will allow bidders to furnish a performance bond
in accordance with Resolution No. 84-423, and a bid bond in
accordance with Resolution No. 84-873.
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, Department of Public
Works, 275 N.W. 2 Street, (4th floor), Miami, Florida, on or
after November 14, 1985. There will be a $20 deposit required
for each set. Deposits will be refunded only upon return of
plans and specifications, unmarked and in good condition, within
two (2) weeks after opening of the bids.
Prospective bidders are alerted to the provisions of Ordinance
No. 9775 regarding allocation of contracts to minority vendors.
Those minority or target area contractors/small businesses
interested in submitting bids are advised to contact Contractors
Training & Development, Inc., 5800 N.W. 7 Avenue, Suite 212,
telephone 754-4903 or Allied Black Contractors Association, Inc.,
6118 N.W. 7 Avenue, telephone 758-4554, if they require
assistance in preparing their bid packages.
Proposal includes the time of performance, and specifications
contain provision 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-5522, Req. 3612).
Sergio Pereira
City Manager
8(;—i.o . I
LICiTACIOE LOI.85-86-19
AVISO D
Para CITYWIDE SCION
ANITARY SEWER REPLACEMENT
Propuestas selladas P ami Florida, a
PROJECT NORTH
RIVER DRIVE B-5522 seran riibidas por el
Administrador Y
el Secretario de la Ciudad de � en la
s tardar a las 11:00 a.m. el dia 10 de diciembre de 1iami 3500
Of cretario, primer piso, ayuntamien313to 3e al�uya Nora
Oficina del Se Dinner Key, Miami, Florida 33
Pan American Drive, leidas.
y en cuyo lug seran p6blicamente abiertas Y Pies lineales
de 8 a 10
+
Este proyecto comprend?�itrificadae ycide hierro 6n de Oductil,
de tuberia de arcilla rofundidae maxima de 8 pies; ± 1,100
pulgadas de diametro, a una p ul adas de
pies lineales de tuberia P.V.C. Para lateriessdeeprofundidad.
P 1 registros (manholes) de 4 a 8 P
diametro; 3
prove
r un bono de
Nuevos req uisitos permitir6n a los lieibndores84-423eY un bono de
cumplimiento de acuerdo con la Reso uc
licitacibn de acuerdo a la Resolucibn No. 84-873• Janos ecificaciones
y esp
Ingeniero de Diseflo de
Para preguntas tecnicas ayP Ee•'los p
llame a James J . Kay, ,
Alcantarillados, al (305) 579-6865.
de acuerdo las
Todas las
licitaciones seran sometidasespecificaciones�n Los
as
Instrucciones a loespeeificacionesypodran obtenerse en la oficina
juegos de pianos Y 275 N.W. 2 Street, (cuarto piso)
del Director de obras Publicas,
1985, eon $20 de
Miami, Florida, a partir del 14 de n evuel re de icam
depbsito. Estos dep
Ssitos seran devueltos GniOrcasty n buen
pianos y las especificaciones son devueltos sin ma
estado, dentro de
un plazo de dos (2) semanas siguientes a la
otorgacibn del cont rato.
Se avila a
los interesados de las provisiones de la Ordenanza No.
ntratos
9775,
la cual se refiere a la otorgciantesaciedeominoriasaomde°zonan
Aquellos contratistas/pequer�os nego Inc. ue el
tivas que esten interesados enaiining n&aDevelopment, Inc pee Allied
obje 4-4903, o con All
_ comunicarse con el Contractors
o212, telefono 75 telefono
5800 N.W. 7 Avenue, Inc., 6118 N.W. 7 Avenue,
Black ContractorsierenAssocasistencia Para pre sus licitaciones.
758-4554, si requ las
el tiempo de ejecucibniiquidados
F� Las propuestas incluyen provisos Para daHos La
��n especificaciones
contienen P ro ecto a tiempo.
incurridos por falta de completar el P Y dor de la
se reserva el derecho a descas�Ca eualquier
Comisibn de la Ciudad el Admini
informal
en eualquier licitacibn, Codas las propuestas, Y
Ciudad puede rechazar cualquiera o
reanunciar. (B-5522, Req. 3612).
5 Sergio Pereira
City Manager
Sfi_1., .
DEPT'DIV. .i
ACCOUNT CODE
DATE _ _—
PREPARED BY
Publish the attached advertisement
Type of advertisement: legal _
(Check One)
Size:
First four words of advertisement: _
Remarks:
REQUISITION FOR ADVERTISEMENT This number must appear
in the advertisement.
_ PHONE APPROVED BY:
DIRECTOR OF ISSUING DEPARTMENT
times.
(number of times)
classified display
Starting date
DO NOT TYPE BELOW 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
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE
YY MM DIDAdv.
Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13 1 117
18 25,34
39
42 145 50151
56
57 62
63 65
66 71
0
1
2
4
1
V
P
1
210121
2
8
7
1
2
314
7
8 V P 1213
14
15 DESCRIPTION 36
64DISCOUNT 69
72 AMOUNT 80
5
2
0
0
2
0
1
Approved for Payment
White — Purchasing Yellow - Finance Pink — Department
r
"
c1tY OF MIAMI. FLORIDA
INTEIR-OFFICE MEMORANDUM
TO. Honorabl a Mayor and
DATE: � �AN 86
FILE:
B- 5 5 2 2
Members of the
City
CITYWIDE SANITARY
SEWER
Commission
SUBJECT
REPLACEMENT
PROJECT -
NORTH RIVER
DRIVE
Resolution
Awarding a Contract
FROM. Cesar H. Odio
r�
REFERENCES: (For Commission
Meeting
of
City Manager
��
January 9,
ENCLOSURES.
1986)
It is recommended a resolution be adopted
accepting the low bid of Man -Con, Inc. for the
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT -
NORTH RIVER DRIVE, received December 10, 1985
in the amount of $189,777.50 and authorizing
the City Manager to enter into a contract on
behalf of the City.
Bids were received December 10, 1985 for CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - NORTH RIVER DRIVE.
77.50 bid
As re i s the lowest responsible bids
bidthe for lthe 7o
total bid of i^
an -
Cony Inc. the
proposal.
Funds have been allocated under the "Citywide Sanitary Sewers
Extensions Improvement" account and monies are available for the
estimated amount of the contract, for project expense, for such
items as advertising, testing laboratories, and postage.
Twelve contractors picked up plans and specifications (minority
contractors: 3 hispanic, 0 blacks); 4 contractors submitted bids
(minority contractors: 1 hispanic, 0 black). The engineer's
estimate was $200,000.00.
A-.
DWC:EMP:bf
Resolution attached
cc: Alberto Ruder RECOMMENDED
' � v
BY
Ad—rienne ac e
Minority and Wom n Busi nes's
Affairs Procurement
SY-IL4 J
-L—A�
I__ �•
kft •�imr--
.. r-
�� } t
r :
L-
r-
Al4n► ' k f.. �
my � -
wr.•:r. � 4 .� ♦i♦ Ell
st
`\ r
--� ♦♦ att et rurI � r'
�\ ♦+♦♦, L.urrus PARK
� tiry �� •�♦♦ � 1 VZ—
, EL,.
of
_ r 1...�—
fa I 1 ft.
Ls i
11 1 rT
i.. t wt
i 10
1
fa 1 •*
Be
to
1� ~
a
0
•
as � • st - - — ' ( I
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT - B-5522
NORTH RIVER DRIVE
t
- ss--1 � •1
F
BID AWARD FACT SHEET
PROJECT NAME AND LOCATION REPLACEMENT SANITARECTEWER
NORTH RIVER DRIVE - B-5522
North River Drive
from SW 2 Ave. to NW 55 St.
PROJECT SCOPE Construction of 1,705' + of 8"
and 10" extra strength
vitrified clay and ductile
iron pipe sewers and 1100' of
6" sanitary sewer laterals.
,....*urrn rCTTU&Trn r_nwsTRUCTION COST $200,000.00
DATE BIDS RECEIVED
NUMBER OF BIDS RECEIVED
NAME OF LOW BIDDER
AMOUNT OF LOW BID
Project Expense (Est.):
Incidentals (Est.):
Postage
Advertising
Testing
Blue Print b Copy
Sub -Total
Indirect Cost
Total
December 10, 1985
4
MAN -CON, INC.
$ 189,777.50
26,568.50
35.00
500.00
200.00
400.00
$ 217,481.00
1,089.00
$ 218,570.00
LENGTH OF TIME ALLOWED FOR CONSTRUCTION 60 working days
SOURCE OF FUNDS "Citywide Sanitary ons
Improvement" Account;Sewers Ordinance i9939, 5.A.
Sanitary Sewers .8
Prepared by:
AFG
12/16/85
86-13.1
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT
JOB NO. B-5522
CONTRACTOR'S FACT SHEET
I. Man -Con, Inc.
P.O. Box 5266 Miami, Florida 33310 phone: (305) 426-1711
II. Principals: Guy Mancini - President
Jeffrey Mancini - Secretary
III. Contractor is properly licensed and insured
IV. Subcontractors: None required
V. Experience: 1 year
City of Ft. Lauderdale $ 90,000
City of Ft. Lauderdale $ 70,000
VI. Not a minority contractor
VII. 161 advertisements mailed out by regular mail
12 contractors picked up plans and specifications
(minority contractors: 3 glacknic
4 contractors submitted bids
(minority contractors: 1 Black)�c
t
i
December 18, 1985
86-13 01
y
Y _
_� ... ,-, _ a..w .-•c"m.-tfasi: �.al' .li� �i�2 ST
TABULATION OF BIDS FOR
REPLACEMENT PROJECT CITY WIDE SANITARY SEWER R CT-8-5522 NORTH RIVER DRIVE1i:00A.N. Dec. Ao, /99S
City Nonpar. citl Clark
MAN -CON INC. JOE REINERTSON EQUIP. CO. RIC-MAN INT. INC.
6ARMART PLUMBING
d a inured oo Nor city CsM • metro Ore. 2 1/2 X 2 1/2 x 2 i/2 X
2 1/2 x
IRREGULARITIES LEGENU
A — w powrf-nccarn.v
e —No Affidavit w to Covicol • 91"2uo of sanding Company
C - Corrootod r2twele O
0 —p"opol Unsigned Or 11P 9 Orl1 511n0d Or No CWW*to 9@91
r.1 E -
F-
G — awropor sill sond
H — corrected Did
I—
J-
000
000
THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED
THAT THE LOWEST BIDDER IS
1 AN -CON Inn IN 7HE4MOUNT OF =i69. 777.50
jc2ffislux!I3%«t
.524
200
5.00
BID 85-86-19
B-5522