HomeMy WebLinkAboutR-86-0013.286-21 0
A RESOLUTION ACCEPTING THE BID OF .C-MAN
INTERNATIONAL, INC. IN THE PROPOSED JUNT OF
$1,095,560.00, BASE BID OF THE PROPOSAL, FOR
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT -
DOWNTOWN PHASE II, WITH MONIES THEREFOR
ALLOCATED FROM THE CITYWIDE SANITARY SEWERS
EXTENSIONS IMPROVEMENTS ACCOUNT IN THE
AMOUNT OF $1,095,5601.00 TO COVER THE
CONTRACT COST; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received December 23, 1985 for
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT - DOWNTOWN PHASE II;
and
WHEREAS, the City Manager and the Director of Public Works
recommend that the bid received from Ric -Man International, Inc.
be accepted as the lowest responsible and responsive bid; and
WHEREAS, the Capital Improvements Appropriation Ordinance
s, ..
.;.
No. 9939, as amended, was adopted on December 20, 1984, and
monies are available for the proposed amount of the contract,
rx
project expense, incidentals and indirect cost from the account
y-
entitled "Citywide Sanitary Sewers Extensions Improvement", as
set forth under Sec. 5.A. Sanitary Sewers .8 of said ordinance;
Y,
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
1
OF MIAMI, FLORIDA:
Section 1. The December 23, 1985 bid of Ric -Man
k
International, Inc. in the proposed amount of $1,095,560.00 for
the project entitled CITYWIDE SANITARY SEWER REPLACEMENT
PROJECT - DOWNTOWN PHASE II, base bid of the proposal based on
F'
unit prices, is hereby accepted at the price stated therein.
Section 2. The amount of $1,095,560.00 is hereby allocated
Yf:
.
from the "Citywide Sanitary Sewers Extensions Improvements"
account to cover the cost of said contract.
l`
,f
/Y
CITY COMMISSION
MEETING OF
J AN 9 1988
RESOLUTION No."_y
REMARKS.
i'-
Section 3. The City Manager is hereby authorized to enter
into a contract on behalf of The City of Miami with Ric -Man
I t tional Inc for CITYWIDE SANITARY SEWER REPLACEMENT
n erna
PROJECT - DOWNTOWN PHASE II, base bid of the proposal.
PASSED AND ADOPTED this 9th _day of JANUARY _ 1986.
ATTEST:
PREPARED AND APPROVED BY:
DEPUTY CITY ATTORNEY
APPROVED A TO FORM AND CORRECTNESS:
CITY ATTORNEY
. ............ 4
- 2 -
86 n
VVr�I./r.Oh
BID SECURITY
jT
t•►
CITYWIDE SANITARY REPLACEMENT 11101 Nittivtb,
PROJECT - DOWNTOWN PHASE II B-5518
.......... ......
`14'FE Ot SECtm7y
u
REVISED rOPY
Bi d tlo. 85-86-26
ADVERTISEMENT FOR BIDS
Sealed bids for construction of CITYWIDE SANITARY REPLACEMENT
PROJECT - DOWNTOWN PHASE II B-5518 will be received by the City
Manager and the City Clerk of the City ato of
the City Florida t 1 chambers,
on the 23 d day ni QgGemb AS
first Moor of
Florida dalii a33133 tyata which 5001 ePan
and American p1 ace theyDrive,
wi 1Dinner
Key, Miami,1 be
publicly opened and read.
t f in -inch thru
Briefly, the
work will consist of 7,250 + linear fee
vitrified clayand-ductile iron
o
pipe sewer with
24-inch extra
the deepest
strength
cut being 8 feet;
3,200 + linearfeet
e es
from 4and to
8 feet
extra heavy cast iron soil pipe
replacement
laterals; + linear
of 1,100
feet of
12-inch
in depth; and
the
and 300
+ linear feet of 18-inch
ductile
iron
� u;,�;le ir,or�
writer main
storm sewer.
New requirements will allow the successful low bidder to furnish a
performance bond naccordanceaccordance
with Resolution Resolution
No. 84-8734-423, and a
performance bond in
on
For technical queKa ionPE e9aSewe r the Design Engineerspec at1 (305)i 579-6865se
contact James J . y, .
All bids shall be submitted in accordance with the Instructions to
Bidders and Specifications. The first set of plans and specifications
may be obtained free from the office of the Director, Department
Public Works, 275 N.W. 2 Street (4th Floor), Miami, Florida, on or
after December 5, 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 the 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 adNiWed7 and
Avenue contoSuiteo212, telsephonen754-4903
Development, Inc., 5800
sociation, Inc., 6118 N.W. 7 Avenue,
or Allied Black Contractors As
ire assistance in preparing their bid
telephone 758-4554, if they requ
packages.
Proposal includes the time
damages performance, forfa i 1 u en tospcompliete the work cations aon
in
provision for liquidated 9
time. The City Commission reserves the right to waive any informality
in any bid, and the City may reject any or all bids, and
readvertise. (B-5518, Req. 3616
Sergio Pereira
City Manager
W
86-14 , d
r�
LICITACION NO. 85-86-26
AVISO DE LICITACION •'i
Puestas selladas para CITYWIDE SANITARY SEWER'';Rfj i, ( 1 ME0
ro
p
PROJECT DOWNTOWN PHASE II B-5518 seran recibida"S`:,Ofl7_e1 'O
PROJAdmiECT
y el Secretario de la Ciudad de Miami, Fld'tf' s;'ia
mas tardar a las 11:00 a.m. el dia 23 de diciembre de iam985 i- 3500
Oficina del Secretario, primer piso, Ayuntamiento de Miami,
Pan American Drive, Dinner Key, Mia cuya
ami, Florida, 33133,
hora y el cuyo lugar seran p6blicamente abiertas y leidas.
Este proyecto comprende la construcc16n de 7,250 pies lineales de
tuberia de 10 a 24 pulgadas de diametro de arcilla vitrificada
extra fuerte y de hierro ductil, a una profundidad maxima de 8
pies; 3,200 pies de tuberia de 6 a 8 pulgadas de diametro para
laterales de hierro extra denso; 31 registros (manholes) de 4 a
ui,u��:au� cl ret+�,piazO u
D pica de pr Ofe i , 100 pie3 de iii�ea3 iic
ague de hierro ntarillado pluvialaded18 pulgadas+ de diametroi
es
lineales de alca de
hierro ductil.
Nuevos requisitos permitiran a los licitadores presenta$4 �n23bony
de cumplimiento de acuerdo con la Resoluci6n No.
proveer un bono de licitacion de acuerdo a la Resoluc16n No. 84-
873.
Para preguntas tecnicas acerca de Jos I lanos ro a de ciDi cac ones
llame a James J. Kay, P.E.,
Alcantarillados, al (305)579-6865.
Todas las licitaciones seran sometidas de acuerdo con las
Instrucciones a Jos Licitadores y las Especificaciones. Los
Juegos de planos y especificaciones podran obtenerse en la
Sreet
oficina del Director de Obras POblicas, 275
de diciembre2det1985.(4to
Se
Piso), Miami, Florida, a pa rtir del 5
requerira un dep6sito de $20 por cada Juego. Estos dep6sitos
es
seran devueltos unicamente si ton y est do dentro las sde can iplazon de
son devueltos sin marcas y en bus
dos (2) semanas siguientes a la apertura de las licitaciones.
s de la Odnanza No.
Se avisa a los interesados de las provisiaeecontratosraeminorias.
9775, la cual se refiere a la otorgac16n
Aquellos contratistas/pequeffos negociantes de minorias o de zonas
objectives que esten interesados en presenter sus propuestas
pueden comunicarse con el Contractors Training el6fong and Development,
5elopm nt,
Inc., 5800 N.W. 7 Avenue, Suite 212, t
con Allied Black Contractors As si irequierenon, Inc�asisteneia.Wpara
Avenue, telefono' (305)758-4554,
preparar sus licitaciones.
Las propuestas incluyen el tiempo de ejecuc16n, y Jas
eos
specificaciones contienen provisos para dacffos liquidadLa
incurridos por falta de completar el proyecto a tiempo.
Comisi6n de la Ciudad se reserva el,d, y e a dl Admi nistradoraler deila
informalidad en cualquier licitaciony e
Ciudad puede rechazar cualquiera o todas las propuestas, Y
reanunciar (B-5518, Req. 3616).
pr
86-JL I:
Bid No. 85-86-26
ADVERTISEMENT FOR BIDS
Sealed
bids for
construction of
CITYWIDE SANITARY REPtLrAeCECE T
be receivFdorida
PROJECT
- DOWNTOWN
PHASE II B-5518
Commi ssi orl of the
will
at 11:00
C1985of Mi athe�
Manager
and the City
the 23rd
day of December,
at City Commission
cDrive,
a.m. on
chambers,
Miami theywill
first floor of the 33133 City
1 dwha chi time 50 and place Pan
a
Dinner Key, Miami, F on
be publicly opened and read.
Briefly, the work will consist of 7,250 +
24-inch extra strength vitrified 3 clay and
-
the deepest cut being 8 feet; ,
extra heavy cast iron soil pipe laterals;
in depth; and the replacement of 1,100
ductile iron water main and 300 + linear
storm sewer.
New requirements
performance bond
performance bond
questions regarding the plans and specifications please
J. Kay, P.E., Sewer Design Engineer, at (305) 579-6865.
linear feet of 10-inch thru
ductile iron pipe sewer with
inear feet of 6 and 8-inch
31 manholes from 4 to 8 feet
+ linear feet of 12-inch
feet of 18-inch ductile iron
For technical
contact James
will allow the
in accordance
in accordance wi
successful low
with Resolution
th Resolution No.
bi dder to furni sh a
No. 84-423, and a
84-873.
h nstr
Al I bids shall be submitted in w plans and speci fi�cati ons
Bidders and Specifications. The first set of
may be obtained free from the office of oo a ,Di rea io, ,FDopada meon or
of
Public Works, 275 N.W. 2 Street
after December 59 1985. There will be a $20 deposit required for each
set. Deposits will be refunded only ndit°on within two return of (12) weeks
specifications, unmarked and in good co
after the opening of the bids.
alerted the
Prospective bidders are contracts provisions oOrdinance
ts to minority ty vendors Those
9775 regarding allocation of co businesses
minority or target area contra o contact Contractors' interested
d and
submitting bids are advised to Suite 212, telephone 754-4903
Development, Inc., 5800 N.W. 7 Avenue, tiong Inc. , to N.W. 7 Avenue,
or Allied Black Contractors requiAssre aassi stance i n preparing their bid
telephone 758-4554, if they
packages.
Proposal includes the time of perf orm failure to specifications
complete lthe work contain
provision for liquidated damages f
time. The City Commission reserves the
rightrejt o anywaive
a al inf
b ods al and
ity
in any bid, and the City Manager Y
readvertise. (B-5518, Req. 3616
Sergio Pereira
City Manager
86-1`.a
LICITACION NO. 85-86-26
AVISO DE LICITACION
NT
Propuestas selladas pa ra CIIYWBD5518ANseran recibidasITARY SEWER PLporMEel
PROJECT - DOWNTOWN PHASE I Florida, a
Administrador y el Secretario de la Ciudad de Miami, ea la
ma's tardar a las 11:00 a.m. el dia 23 de diciembre de 1iam 3500
Oficina del Secretario, primer piso, Ayuntamiento de Miami,
Pan American Drive, Dinner Key, Miami, Florida, 33133, a cuya
Nora y el cuyo lugar seran publicamente abiertas y leidas.
Este proyecto comprende la construcc16n de 7,250 pies lineales de
tuberia de 10 a 24 pulgada ctil d as una ode arcilla profundid d maxima id de de 8
extra fuerte y de hierro du ul adas de diametro Para
pies; 3,200 pies de tuberia de 6 1 segistros (manholes) de 4 a
laterales de hierro extra denso; 3
el reemplazo de 1,100 pies de lineas de
8 pies de profundidad;
aqua de hierro ductil 12 luvila de d18 pulgadase difimetro� de diametroide
lineales de alcantarillado p a
hierro ductil.
Nuevos requisitos permits rdo aeons laicResoluci6nreNont $4 g23bono
de cumplimiento de acue
proveer un bono de licitacio'n de acuerdo a la Resolution No. 8
873.
a de Jos pianos y especifiOciones
Para preguntas tecnicas acerc
llame a James J . Kay, P.E. Ingeniero de Di
, s,� 4:; dp;'
Alcantarillados, al (305)579-6865•
Todas las licitaciones seran sometidas de acuerdo-,.aPii "'Las �
Instrucciones a Jos Licitadores Y
las Especif icaco6es. �o9 •.
juegos de pianos y especificaciones podran obteiierse er_ 1�
oficina del Director de Obras Publicas, 275 N.W. 2 Stree/Gi o
it del 5 de diciembre de 19a5. (--,
Piso), Miami, Florida, a part Estos de�ostt'os
requerira un dep6sito de $20 por cada jUego. las especificaciones
sera devueltos unicamente si Jos pianos ydentro de un plazo de
son devueltos sin marcas y en buen estado,
dos (2) semanas siguientes a la apertura de las licitaciones.
Se avisa a los interesados de a las otorgaci6nideecontratosde la raeminorias.
anza No.
9775, la cual se refiere a 1
Aquellos contratistas/pequefios negociantes de minorias
ode zonas
objectivas st ierr sus propuestas
pueden comunisarecon el Contractors Trainingand Deelopment,
Suite 212, tel6fono (305)754-4903, 0
Inc., 5800 N.W. 7 Avenue, iInc., 5535 N.W. 7
con Allieoc
d
(305)758 4554, sirequieren asistencia Para
Avenue,
preparar sus licitaciones.
Las propuestas in el tiempo de ejecuc16n, y las
especificaciones contienen provisos Para da�ios liquidados
incurridos por faltseer sera el dere ho el ae descartare cualquier
etar
Comisibn de la Ciudadel Administrador de la
informalidad en cualquier licitaci6n, Y
Ciudad puede rechazar cu1quiera o todas las propuestas, Y
reanuneiar (B-5518, Req. 3G
Sergio Pereira
Administrador
F ncl)p
7 5-4 MN
REQUISITION FOR ADVERTISEMENT
DEPT'DIV.
ACCOUNT CODE
DATE
PHONE APPROVED BY.
This number must appear
in the advertisement.
PREPARED BY DIRECTOR OF ISSUING DEPARTMENT
times
Publish the attached advertisement (number of t1me5)
Type of advertisement' legal _---
classified display
(Check One)
Starting date
Size:
First four words of advertisement:
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATES) OF
ADVERTISEMENT INVOICE
LINE PUBLICATION
0
A-1
B-2
C-3
D-4
E-5
F3 F4 F5
LINE TRANS VOUCHER
11 13 17 18
0 1 2 4 1 V P
1 2 3 4 7 8 V P 1213
5 2 0 0 2 0 1
White — Purchasing
AMOUNT
F7 F8 F9 F10 F11 F12
DUE DATE Adv. Doc. Reference VENDOR INDEX CODE OBJE PROJECT
YY MM DD
?5 34 39 42 45
50 51 56 57 62 63 65 66 71
2
2 0 2 8 7
15 DESCRIPTION 36164 DISCOUNT 69 72 AMOUNT BO
Yellow - Finance Pink— Department
Approved for Payment
8G-1%1-:.a
101
SUBMIT ~PROPOSALS TO: CIT1(OF MIAMI, FLORIDA
Office of the City Clerk Request for Pro oral
3500 Pan American Drive TERM CONTRAC
P.O. Box 330708 Proposer AcknovAedgment
Miami, Florida 33133
TELEPHONE NUMBER
MAILING DATE (City)
RFP NO.
Page 1 of
pages
579-6380
December
2, 1985
85-86-22
Proposals will be opened:
RFP TITLE
Security
System for
the Police De artment
2:00 p.m. December 23, 1985
Reason for 'hno
proposal"
and may not be withdrawn within ninety days
after such date and time.
this RFghall conform to applicable
All awards made as a result of
sections of the charter and code of the City of Miami.
NAME OF VENDOR
A CORPORATION OF THE
I
AREA CODE
TELEPHONE NUMBER
I
VENDOR NO.
I
STATE OF'
wr fA
LING.
CITYSTATE•ZIP
VENDOR MAILING DATE:
CERTIFIED OR CASHIER'S CHECK IS ATl
WHEN REQUIRED, IN THE AMOUNT OF S
ED,
OTE: ALL REFERENCES TO THE TERMS "BID" OR "BIDDER" SHALL BE REDEFINED TO MEAN "PROPOSAL"
OR "PROPOSER" AS APPLICABLE.
I certify that this bid is mark without prior understanding, agreement. or
connection with any corporation, firm, or person submitting a bid for Me AUTHORIZED SIGNATURE IManuai)
same materials, supplies• or eampinent, and is in at/ respects fair and without
collusion or fraud. I agree to abide bV all conditions of this bid and certifV
that I am authorised to sign this bid for the bidder. AUTHORIZED SIGNATURE (Typed) TITLE
GENERAL. CONDITIONS
BIDDER: To insure acceptance of the bid, follow these Instructions.
SEALED BIDS: All bid sheets and this form must be executed structions pertaining to supplies and services. Failure to
dD will be at bidder's risk.
shall 50
contain, n addition to tthe above aadddressfaceof the date and time of the
bid opening and the bid number. Bids not submitted on attached e) CONDITION AND PACKAGING: It is understood and
offered or shipped a result of this
bid form may be rejected. All bids are subject to the conditions bid shall be newtem
(current productions model at the time of
spedfied hereon and on the attached sheep. this bid). All containers shall be suitable for storage or
1. EXECUTION OF BID: Bid must Contain a manual signature shipment, and all prices shall include standard com-
nwcial packaging.
of an authorized representative in the space provided above.
The company name must also appear on d)SAFETY STANDARDS: Unless otherwise stipulated in
each page of" bid as required, the bid, all manufactured items and fabricated assemblies
)
shall comply with applicable requirements of Oc•
evpational Safety and Health Act and any standards
2. NO BID: li not submitting a bid, respond by returning this thereunder.
form, it "NO BID", and explain the reason In the
marking
space provided dbove. Repeated failure to quote without a) INVOICING AND PAYMENT: The contractor shall be
ffi sucient justification shall be cause for removal of the
upon submission of properly certified invoices to the
paid
supplier's name from the bid mailing list. NOTE: To quality city of Mlaml at the prices stipulated on the purchase
as a respondent, bidder must submit a "NO BI D", and It must order, less deductions if any, as provided, All invoices
be received no later than the stated bid opening date and hour. shall bear the purchase order. Invoicing at variance with
BID OPENING: Shall be public on the data and at the time this provision may subject the contract to cancellation.
3.
specified On the bid form. It is the bidder's responsibility to
assure that his bid Is delivered at the proper fime end Place of
the bid opening. Bids which for any reason are not so S. MANUFACTURER'S NAMES AND APPROVED
Any manufacturers' names, trade names,
delivered, will be returned unopened. Offers by telegram -or EQUIVALENTS:
telephone are not acceptable. brand names, information or catalog numbers listed in a
specification are for Information, not to limit competition.
4. PRICES, TERMS and PAYMENT: Finer► prices shall be The bidder may offer any brand for which he is an authorized
typed or printed In Ink and Inclrepresentative, which meets or exceeds the specification for
ude all packing, in.
quoted; any item(s). If bids are based
handling, shipping charges and delivery to any point within on equivalent products,
Is requested to offer cash discount for dicate an the bid form the manufacturer's name and number
ounty. Bidder
bump' Invoice payment, piscount time will be computed and indicate any deviation from the specifications. YOUR
LACKING ANY INDICATIONNT
Doff (corre�ctyinvoice
fromIN ILL
romerreeceeipt attthe offilace ce specified, cified, TO QUOTE AN ALTERNRITTATE
RECEIVED AND CONSIDERED AS A QUOTATION IN
RECEIVEDwhichever
is later.
COMPLETE COMPLIANCE WITH THE SPECIFICATIONS
a) TAXES: Do'not Include State or Federal taxes not ap• AS LISTED ON THE BID FORM. The Division of Purchasing
is to be notified of any proposed changes in (a) materials
r
picable to municipalities. The applicable Tex Exemption
number is shown on the Purchase Order. o,rsed, (b) manufacturing process, or (c) a citt unless
However, changes shall not be binding upon the city unless
b) MISTAKES: Bidders are expected to examine the evidenced by a Change Notice issued and signed by the
Purchasing Agent.
specifications, delivery schedule, bid prices, and all In.
s6-111IL:aa
f_.
OR
E: ALL REFERENCES TO THE TERMS "BID"
"PROPOSER" AS APPLICABLE.
k INFORMATION AND DESCRIPTIVE LITERATURE:
Bidders must furnish all information requested in the spices
provided on the bid form Further. as may be specified
elsewhere, each bidder must submit w,th h,s proposal cuts,
sketches, and descrlpt,ve I.!,.rature and complete
specifications coverino the products ofrered Reference to
literature submitted with a previous bid w-n not satisfy this
provision. Bids which do not comply A-0h these requirements
are subject to rejection.
7. INTERPRETATIONS: Any questions concerning conditions
and specifications Should be directed in writing to the pur
chasing agent for receipt no later than three (3) days prior to
the bid opening. Inquiries must reference the date of bid
opening and bid number.
L CONFLICT OF INTEREST: The award hereunder is subject
to all conflict of interest Provisions of the City of Miami, Dade
County, and the State of Florida.
9. AWARDS: As the best interest of the city may require, the
right is reserved to make award(s) by individual item, group
of items, all or none, or a combination thereof, and on a city
wide basis with one or more suppliers: to reject any and all
bids or waive any minor informality or technicality in bids
received.
10. SERVICE AND WARRANTY: Unless otherwise specified,
the bidder shall define any warranty service and
replacements that will be provided during and subsequent to
this contract. Bidders must explain on an attached sheet to
what extent warranty and service facilities are provided.
11. SAMPLES- Samples of items, when called for, must be
furnished free of expense, and if not destroyed may, upon
request, be returned at the bidder's expense. Request for the
return of samples must be made within ten (10) days
following opening of bids. Each individual sample must be
labeled with bidder's name, manufacturer's brand name and
number, bid number and item reference. Samples of suc-
cessful bidder may remain on file with the Division of Pur-
chasing for the term of the contract.
12. NONCONFORMANCE TO CONTRACT CONDITIONS: Items
may be tested for compliance with specifications under the
direction of the Florida Department of Agriculture and
Consumer Services, or by other appropriate testing
laboratories. The data derived from any tests for compliance
with specifications are public records and open to
examination thereto in accordance with Chapter 119, Florida
Statutes, 1971. Items delivered not conforming to
specifications may be rejected and returned at vendor's
expense. These items and items not delivered as per delivery
date in bid or purchase order may result in bidder being found
in default in which event any and all reprocurement costs
may be charged against the defaulting contractor. Any
violation of these stipulations may also result in:
a) Supplier's name being removed from the City of Miami's
vendor mailing list.
13. INSPECTION, ACCEPTANCE AND TITLE: Inspection and
acceptance will be at destination unless otherwise provided.
Title and risk of loss or damage 7o all items shall be the
responsibility of the contract supplier until accepted by the
ordering agency, unless loss or damage results from
negligence by the ordering agency.
14. DISPUTES: In caseof any doubt or difference of opinion as to
the items to be furnished herunder, the decision of the city
manager shall be final and binding on both parties.
is. GOVERNMENTAL RESTRICTIONS: In the event any
governmental restrictions may be imposed which would
AND/OR "BIDDER" SHALL BE REDEFINED TO MEAN "PROPOS
nper--ate alteration of the material, qualify. workmanship
or performance of the items offered on this proposal prior to
thmr delivery, it shall be the responsibility of the successful
U-dder to notrfv the purchasing aaent at once. ,ndicat nq in his
Ittor the ;pee f c reoulatron which required an alteration
The city reserve% the right to accept any Such alteration,
includinu any pace adjustments occasioned thereby, or to
cancel thecontrdct itnoexpensetothec,ty
16. LEGAL REQUIREMENTS: Federal. State, county, and city
laws, ordinance, rules, and regulations that in any manner
affect the items covered herein apply. Lack of knowledge by
the bidder will in no way be a cause for relief from respon•
sibility
17. PATENTS AND ROYALTIES: The bidder, without exception,
Shall indemnify and save harmless the city of Miami its
employees from liability of any nature or kind, including cost
and expenses for or on account of any copyrighted, patented,
or unpatented invention, process, or article manufactured or
used in the performance of the contract, including its use by
the city of Miami the bidder uses any design, device. or
materials coverts by letters, patent or copyright, it is
mutually agreed and understood without exception that the
b-d prices shall include all royalties or cost arising from the
use of such des;an, device, or mater,als in ary way involved ,n
the work.
IS. PRICE ADJUSTMENTS: Any price decrease effectuated
during the contract period either by reason of market change
or on the part of the contractor to other customers shall be
passed on to the city of Miami.
19. CANCELLATION: All contract obligations shall prevail for at
least 180 days after effective date of the contract. For the
protection of both parties, this contract may be cancelled in
wholeor in part upon the mutual assent of the parties.
20. EXTENSION: The city of Miami reserves the option to extend
the period of this contract, or any portion thereof, for an
additional contract period. Extension of the contract period
shall be by mutual agreement in writing.
21. ABNORMAL QUANTITIES: While it is not anticipated,
should any unusual or abnormal quantity requirements arise,
the city reserves the right to call for separate proposals
thereon.
22. ADVERTISING: In submitting a proposal, bidder agrees not
to use the results therefrom as a part of any commercial
acivertisinq.
23. ASSIGNMENT: Any Purchase Order issued pursuant to this
bid invitation and the monies which may become due
hereunder are not assignable except with the prior written
approval of the authorized representative of the city of
Miami.
24. SUMMARY OF TOTAL SALES: The bidder agrees to furnish
the purchasing agent a summary of sales made under the
contract at the end of each quarter, or as stipulated in the
attachedspecial conditions. If this requirement cannot be met
written justification must be submitted with this bid.
2S. LIABILITY: The supplier shall hold and save the city, its
officers, agents, and employees harmless from liability of any
kind in the performance of this contract,
NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED
HERETO WHICH VARY FROM THESE GENERAL CON-
DITIONS SHALL HAVE PRECEDENCE.
NOTE: THIS SHEET AND THE ACCOMPANYING BID CONSTITUTE AN OFFER FROM THE BIDDER. IF ANY OR ALL
PARTS OF THE BID ARE ACCEPTED BY THE CITY OF MIAMI, AN AUTHORIZED REPRESENTATIVE OF THE CITY SHALL
AFFIX HIS SIGNATURE HERETO, AND THIS SHALL THEN CONSTITUTE THE WRITTEN AGREEMENT BETWEEN THE
PARTIES. THE CONDITIONS OF THIS FORM BECOME A PART OF THE WRITTEN AGREEMENT BETWEEN THE PARTIES,
AND THE CITY HEREBY RELIES UPON ANY REPRESENTATIONS BY THE BIDDER AS ARE CONTAINED HEREIN.
CITY OF MIAMI
CITY OF MIAMI, FLORIDA P.O. Box 330708
i PURCHASING DIVISION Miami, F1 33233-0708
RFP SHEET Telephone: 579-6380
RFP NO. 85-86-22
IMPORTANT: PROPOSAL SHEET AND PROPOSER ACKNOWLEDGEMENT MUST BE
RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY PROPOSAL
NUMBER, TIME AND DATE OF PROPOSAL OPENING.
Terms: (Include cash discount for prompt
payment, if any)
Additional discount of_% if awarded all items.
warranty and/or guarantee.
State any variances to specifications (use separate sheet if
necessary):
Delivery: calendar days required upon receipt of Purchase
Order.
Delivery and Installation Point(s): City of Miami Police Dept
275 N.W. 2nd Street
Miami, F1
Installation: calendar days required to complete proposed
work after start.
In accordance with the Invitation to Proposal, the
Specifications, General Conditions, Special Conditions and
General Information to Proposers, we agree to furnish the Items)
at prices indicated on the attached Proposal sheet(s).
MINORITY PROCUREMENT COMPLIANCE
The undersigned proposer acknowledges that it has received a copy
of Ordinance No. 9775, the Minority Procurement Ordinance of the
City of Miami, and agrees to comply with all applicable
substantive and procedural provisions therein, including any
amendments thereto.
Bidder:
company name
Signature:
Print Name:
Indicate if Minority Business: Date:
[ ] Black [ ] Hispanic
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY
THIS BID.
86-14 , a
CITY OF MIAMI, FLORIDA
�. PURCHASING DIVISION
RFP SHEET
RFP NO. 85-86-22
P.O. Box 330708
Miami, F1 33233-0708
Telephone: 579-6380
IMPORTANT: PROPOSAL SHEET AND PROPOSER ACKNOWLEDGEMENT MUST BE
RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY PROPOSAL
NUMBER, TIME AND DATE OF PROPOSAL OPENING.
Terms: (Inc lude cash discount for prompt
payment, if any)
Additional discount of % if awarded all items.
Warranty and/or guarantee:
State any variances to specifications (use separate sheet if
necessary):
Delivery: calendar days required upon receipt of Purchase
Order.
Delivery and Installation Point(s): City of Miami Police Dept.
275 N.W. 2nd Street
Miami, F1
Installation: calendar days required to complete proposed
work after start.
In accordance with the Invitation to Proposal, the
Specifications, General Conditions, Special Conditions and
General Information to Proposers, we agree to furnish the Items)
at prices indicated on the attached Proposal sheet(s).
MINORITY PROCUREMENT COMPLIANCE
The undersigned proposer acknowledges that it has received a copy
of Ordinance No. 9775, the Minority Procurement Ordinance of the
City of Miami, and agrees to comply with all applicable
substantive and procedural provisions therein, including any
amendments thereto.
Bidder: Signature:
company name
Print Name:
Indicate if Minority Business: Date:
[ ] Black [ ] Hispanic
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY
TnIa LViv.
86--i�, d
CITY OF MIAMI, FLORIDA
RFP NO. 85-B6-22: PROPOSAL SHEET
Failure to provide all information requested may be cause
for rejection of proposal. Attach separate sheet if
necessary.
SYSTEM AND SUB -SYSTEMS AND INSTALLATION AI4D
Base Cost: $
Warranty (detail terms and conditions)
ITEM 2: MAINTENANCE CONTRACT (to begin after warranty expires)
renewable annually at City's option up to three (3)
years.
Monthly Rate $
Annual Rate
Equipment Covered (list)
C. Parts & Labor Included (list)
D. # of Regular (Non -Emergency Preventative) Service Calls:
Response Time (Emergency/Repair Calls):
Other Detail:
PROPOSER:
company name
SIGNATURE:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY
THIS BID.
86-1 0 d
DEBARMENT AND SUSPENSI014
City of Miami Code Sec. 18-56.4
(a) Authotity and rc-quirenent tc debar and Eiia encl:
After reasonable notice to an actual or prospectivc contractual rarty,
arcs after reasonable opportunity to such party to be heard, the city
manager, after consultation with the chief procurerent officer ar.:l li:'2
city attorney, shall have the authority to debar a contractual [,arty
for the causes listed below from consideration for award of city
contracts. The debarment shall be for a period of not fewer than
three (3) years. The city manager shall also have the authority to
suspend a contractor from considerationu for award of city ontractseif
there is a probable cause for debarment, pending
the debardetermination, the authority to debar and suspend contractors shall be
exercised in accordance with regulations which shall be issued by the
chief procurement officer after approval by the city manager, the city
attorney, and the city commission.
(b) Causes for debarment or suspension include the following:
1. Conviction for commission of a criminal offense incident to
obtaining or attempting to obtain a public'or private contract or
subcontract, or incident to the performance of such contract or
subcontract;
2. Conviction under state or federal statutes of embezzlement, theft,
forgery, bribery, falsification or destruction of records,
receiving stolen property, or any other offense indicating a lack
of business integrity or business honesty;
3. Conviction under state or federal antitrust statutes arising Out
of the submission of bids or proposals;
4. Violation of contract provisions, which is regarded by the chief_
procurement officer to be indicative of nonresponsibility. Such
violation may include failure without good cause to perform in
accordance with the terms and conditions of a contract or to
perform within the time limits provided in a contract, provided
that failure to perform caused by acts beyond the control of
party shall not be considered a basis for debarment or suspension:
5. Debarment or suspension of the contractual Marty by any federal,
state or other governmental entity;
6. False certification pursuant to paragraph (c) belor:; or
7. Any other cause judged by the city manager to be so serious and
compelling as to affect the responsibility of the contractual
party conforming city contracts.
(c) Certification: All contracts for goods and services, and leases by
the —city shall contain a certification that neither the contractual
party nor any of its principal owners or personnel have been
convicted of any of the violations set forth above or debarred or
suspended as set forth in paragraph (b)(5).
The undersigned hereby certifies that neither the contractual party nor any
of its principal owners or personnel have been convicted of any of the
violations set forth above, or debarred or suspended as scat forth in
paragraph (b)5.
Company name:
Signature:
Date:
(RETURN WITH BID SHEET)
FAILURE TO COMPLE.Er SIGNE AND RETURN THIS FORM MAY DISQUALIFY THIS BID.
of
ss-1:.a
e
i
RFP NO. 85-86-22: INFORMATION SHEET
MINORITY CLASSIPICATION AND PARTICIPATION
1. Indicate MINORITY CLASSIFICATION of Business Enterprise
(BIDDER): LJ BLACK LJ HISPANIC L,J OTHER
2. If OTHER* detail MINORITY PARTICIPATION within your firm, or
as it may apply to this bid, if awarded:
A. JOINT VENTURE: Provide information regarding Minority
firm participating as such, and the extent
of participation
% of Dollar
Firm Name Business Address BID Amount
B. SUBCONTRACTORS: Provide information regarding Minority
firms that will be subcontractors for this
BID, and their extent of�the work
of Dollar
Firm Name Business Address BID Amount
C. SUPPLIERS: Provide detail regarding Minority Firms
that will Supply you with goods or
services, and the extent % of Dollar
Firm Name Business Address BID Amount
D. AFFIRMATIVE ACTION PROGRAM
if existing, Date Implemented:
If planned, Date of Proposed Implementation
B I DDER:
SIGNATURE:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID.
r2
es-i`.a
city of MIAM1. FLORIDA
0
INTER -OFFICE MEMORANDUM
Honorable Mayor
and
oATe: ,1 A N• 2 1666 RILE:
B- 5 518
To.
Members of the
City
CITYWIDE SANITARY SEWER
Commission
SUBJECT
REPLACEMENT PROJECT -
DOWNTOWN PHASE II
Resolution Awarding a Contract
FROM Cesar H. Odio
I
REFERENCES: (For Commission Meeting
1986)
of
City Manager
i1
January 9,
ENCLOSURES:
It is recommended a resolution be adopted
accepting the low bid of Ric -Man Inc. for the
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT -
DOWNTOWN PHASE II, received December 23, 1935,
in the amount of $1,095,560.00 and authorizing
the City Manager to enter into a contract on
behalf of the City.
Bids were received December 23, 1985 for CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - DOWNTOWN PHASE 11.
of
As reflected tabulation os the bids, the
responsible bid d
for
International,
the
Ric Man
total bid of 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.
Ten contractors picked up plans and specifications (minority
contractorscontractorshispanic, 00 ;
hispanic, c, 40 contractors subm
itted bids
bl ack jThe engineer' (minority s
estimate was $1,100,000.00-
4t
DWC:EMP:bf
Resolution attached
cc: Alberto Ruder
c
RECOMMENDED BY:
rienne ac e ,
Minority and Women Business
Affairs Procurement
Y
44
CITYMIDE SANITARY SEWER REPLACEMENT PROJECT - DONNTOMN - PHASE It
JOB NO. 8-5518
CONTRACTOR'S FACT SHEET
y' I. Ric -Man International, Inc.
P.O. Box 10229
Pompano Beach, Florida 33061 Phone: (305) 945-2938
II. Principals: David Mancini, President
Scott Wood, Secretary
II1. Contractor is properly licensed and insured
IV. Subcontractor: None required at this time
V. Experience:
Kinloch Sanitary Sewer Improvement $ 610,000
East Little Havana Highway Improvement 742,000
Phase I Bid F��
East Little Highway Improvement 394,000
Phase I Bid "B"
Edgewater Highway Improvement $1,940,473
Edgewater Sanitary Sewer Improvement 770,000
VI. Not a minority contractor
VII. 151 advertisements mailed out by regular mail
10 contractors picked up plans and specifications
(minority contractors: I Hispanic
0 Black)
4 contractors submitted bids
(minority contractors: 0 Hispanic
December 24, 1985
BID AWARD FACT SHEET
PROJECT NAME AND LOCATION
PROJECT SCOPE
CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - DOWNTOWN
PHASE II located in an area
bounded by Biscayne Blvd.,
N.W. 1 Ave., Flagler St., and
No. 4 St.
The complete replacement of
existing inadequate and
unsound 60-year-old sanitary
sewers in conjunction with a
City Highway project. This
project also contains partial
water main and storm sewer
replacement.
ENGINEER ESTIMATED CONSTRUCTION COST $1,100,000.00
nsTG RTnc RFCFTVED December 23, 1985
NUMBER OF BIDS RECEIVED
NAME OF LOW BIDDER
AMOUNT OF LOW BID
Project Expense:
Incidentals (Est.):
Postage
Advertising
Testing
Blue Print & Copy
Sub -Total
Indirect Cost
Total
4
Ric -Man International, Inc.
$1,095,560.00
153,378.00
100.00
700.00
2,000.00
2,000.00
$1,253,738.00
6,262.00
$1,254,000.00
LENGTH OF TIME ALLOWED FOR CONSTRUCTION 100 working days
SOURCE OF FUNDS C.I. Ord. 9939, as amended, Sec. 5-A.
Sanitary Sewers .8
"Citywide Sanitary Sewers Extensions
Improvements" Accounts
Prepared by:
Gene Pelaez
12/24/85
SG-13.A
udder
Licensed • Ine rN as Per city code a Metre Ord.
Did EMI Amount
U"sulorltln
TABULATION OF BIDS FOR
.Ir .�
City . Clt Clark ` I
� A.M.City Ef
K/e "Mat) 1-ni'l Inc. / o ' Trvc ire
J.�-G/' ;►�: .i` !' �.3 /r'.9`_
LTo-- PC1n,_ r, .SOr7
/ "I /7 - .-,fir
.4 / : Sf�n�.• / Thru 5b
/'09_'i SbO.i�'
/ /67 6 33 , `"
/ 423, ff; fk ea
2, /74, 45.E ,
.dULJ/ T/VE' pill): Tyr-.. , 59
s0 /o 01D'D '
'0 /o ar, 0.
ss � 4 =�• Q4
,� �v mac % ="
IRREGULARITIES LEGEND THE DEPARTMENT OF PUBLIC A — M. ftwr-.t-Att«r.r IC WORKS HAS
8 —Ma Affidavit me to capital a surplus of mandine company TNA T rNE LOWF_-1-T" f.�Dl�---- / £ �2
C — corrected tutenlone fie -A,14 4% )-,, � ' .riC/L .
0 —p ropeeai thalp/ or improperly mloned or Me corporate /aal AM(2 -' )1 T OF -Al, 62 A f e—Ci 0
E—
F—
I—
J—
J.TW.
DETERMINED
./`�
l" Nam_