Loading...
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