HomeMy WebLinkAboutR-85-0769RESOLUTION NOS -85-76-t?
A RESOLUTION ACCEPTING THE 810 OF JOE
REINERTSON EQUIPMENT CO. IN THE PROPOSED
AMOUNT OF Mo006-00o 9ASE BID OF THE
PROPOSAL, FOR CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - DOWNTOWN PHASE I WITH
MONIES THEREFORE ALLOCATED PROM THE '"CITYWIDE
SANITARY SEWER EXTENSIONS IMPROVEMENT"
ACCOUNT IN THE AMOUNT OF $23j000,00 TO COVER
THE CONTRACT COST; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM,
WHEREAS, sealed bids were received July 2, 1985 foe CITYWIDE
SANITARY SEWER REPLACEMENT PROJECT - DOWNTOWN PHASE 1: and
WHERLASi the City Manager and the Director of the Department
of Public Works recommend that the bid received from Joe
Reinertson Equipment Co. be accepted as the lowest responsible
and responsive bid', and
WHEREAS, the Capital Improvements Appropriations 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 SEWER EXTENSIONS IMPROVEMENT" as set
forth under Sec. 5.A. Sanitary Sewers .8 of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The July 2, 1985 bid of Joe Reinertson Equipment
Co. in the proposed amount of $23,000.00 for the project entitled
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT - DOWNTOWN PHASE I
base bid of the proposal, is hereby accepted at the price stated
therein.
Section 2. The amount of $23,000.00 is hereby allocated
from "Citywide Sanitary Sewer Extensions Improvement" account to
cover the cost of said contract.
Section 3, The City Manager is hereby authorized to enter
into a contract on behalf of The City of Miami with Joe
Reipert,son Equipment Co. for CITYWIDE SANITARY SEWER REPLACE14ENT
PROJECT DOWNTOWN ?,.HA$f I base bi4 of the propos,41-9 -Cltf-c MMISSION
14CUTINO OF
JUL is 1985
Rf$QWTJ
.7(j,
RESOLUTION NO. 115 4-t 0-)
A RESOLUTION ACCEPTING THE 810 OF JOE
REINERTSON EQUIPMENT CO. IN THE PROPOSED
AMOUNT OF $235000-00 ' BASE 910 OF THE
PROPOSAL, FOR CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - DOWNTOWN PHASE I WITH
MONIES THEREFORE ALLOCATED FROM THE "CITYWIDE
SANITARY SEWER EXTENSIONS IMPROVEMENT"
ACCOUNT IN THE AMOUNT OF $23,000.00 TO COVER
THE CONTRACT COSTS, AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received July 2, 1585 for CITYWIDE
SANITARY SEWER REPLACEMENT PROJECT - DOWNTOWN PHASE 1; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid received from Joe
Reinertson Equipment Co. be accepted as the lowest responsible
and responsive bid; and
WHEREAS, the Capital Improvements Appropriations 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 SEWER EXTENSIONS IMPROVEMENT" as set
forth under Sec. S.A. Sanitary Sewers .8 of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The July 2, 1985 bid of Joe Reinertson Equipment
Co. in the proposed amount of $23,000-00 for the project entitled
CITYWIDE SANITARY SEWER REPLACEMENT PROJECT - DOWNTOWN PHASE I
base bid of the proposal, is hereby accepted at the price stated
therein.
Section 2. The amount of $23,000.00 is hereby allocated
from ",Citywide Sanitary Sewer Extensions Improvement" account to
cover the cost of said contract,
Section 3. The City Manager is hereby authorized to enter
into a contract on behalf of The City of Miami with Joe
Reinertson Equipment Co. for CITYWIDE SANITARY SEWER REPtACEK'NT
PROJECT - DOWNT0,N FliASE I b4se bid of 00 proPos,41- CITY 135101f
NECTINC Of
JUL 18 1985
k
E
INtER- PPIdt MC3w dRANCUM ' 0
xd Hoiot —3h i f1 1 ayv a`Id CAT£ JQL `�E Offi 7 7
`1e�ibars �,� t"re Oi `y'
C1TY:IIDE SANITARY SEWER
REPLACEMENT PROJECT _ DOWNTOWN
PiCM orccPENlE3 Retol uti on Awarding Ccn LrAC t
Sergio Pere; ra ( oN :o m; ssi on Iieeti ng of
{ ih _
City "Innaear ..�-4CLu5igE5 July 1S, 198J
I
The OepAetment of Public 'Works has determined a
i
low- bidder for the CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - DOWNTOWN PHASE I. The
k
proposed attiched resolu+ion a�.rep}$ the bid
rsc9ived July 2, Y935 of Joe Reinertson
.
Equipment Co, in 4-he amOdnt of S23,000.00 and
authorizes_ the City `tanager to enter in*o a
3
contract on behalf of the City.
Bids were received July 2, 1935 for CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - DOWNTOWN PHASE`I
w°
As reflected in the tabulation of bids, the $23,000.00 bid of Joe
.'
Reinertson Equipment Co. is the lowest responsible bid for the
total bid of the proposal.
{
Funds have been allocated under the "Citywide Sanitary Sewer
Extensions Improvement" account, and moniesare available for the
estimated amount of the 'contract," for project expense, for such
'advertising,
items as testing laboratories, and postage.
Eight contractors picked
up plans and specifications (minority
fi
contractors: 2 hispanic,
1 black); 3 contractors
submitted bids
(minority contractors:
1 -hispanic, 0 black).
The engineer's
'
estimate was $20,000,00.
DWC : EMP: az
Resolution attached
r,
cc Alberto Ruder
RECOMMENDED Sy
,tf
rent
act
Assistant
to City Manaver
j
t
a
v
v'
tY
7
p
A
810 AWARD
FACT SHEET
PROJECT NAME AND LOCATION
CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT
DOWNTOWN - PHASE
Located within an area bounded
by rlagl4r Street, N. 4 Street
N.W. 1 Avenue and 3scayne
3oulevard.
PROJECT SCOPE
The excavation of test holes
and location of existing
Utilities by a'private
contractor undor contract to
f
the City of Miami.
a
ENGINEER ESTIMATED CONSTRUCTION COST
"
u ,
DATE BIDS RECEIVED
July 2, 1985
s,
NUMBER OF BIDS RECEIVED
3
a
NAME OF LOW BIDDER
Joe Reinertson Equipment Co.
"."
AMOUNT OF LOW BID
$23,000.00
,.
A.
`
TOTAL FUNDS TO BE ALLOCATED
Contract: $23,000
u
Project Expense: 3,200
Total $26,200
LENGTH OF TIME ALLOWED FOR CONSTRUCTION 20 worming days
SOURCE OF FUNDS
"CITYWIDE SANITARY SEWER
EXTENSIONS IMPROVEMENT"
4t
Ordinance No. 9939
Soo. S.A. Sanitary Sewers-8
T
Prepared by;
.
Gene Peiaez
r
..
T
�E
tw
i
CITYWIDE SANITARY SEWER REPLACEMENT PROJECTm DOWNTOWN PHASE I
{..
JOB NO, 0-65I9
CONTRACTOR'S FACT- SHEET
I,
Joe R4ihertson Equipment Co.
2027 N. W. 7 Avenue
III ami , PI on da 33127 Phone (305) 324-5547
II,
Principals: Bruce N. keinertson President
—
111.
Contractor it properly licensed and insured
r'
IV.
Subcontractor: None, required
V.
Experience: 27 years
VI.
Not a minority contractor
VII.
215 advertisements mailed out by regular mail
E
8 contractors picked up plans and specifications
(minority contractors: 2 Hispanic
1 61 ack)
is
3 contractor submitted bids
(minority contractors: 1 Hispanic
0 Black)
X.
f
July 2, 1985
4
e
kJ
845=7619,
w
,
TABULATION OF BIDS FOR
�'�' "� " �'��;/� ..���il ' �•1,�_' � ,`_a ' � l'I. �:' ,(f :I � f�.r'� :� �'. � �fi < ; • �,�cJ`.1`�:� f - C,%���/'T��•��� — � ` .
City IW1. C1ty C1w'It A.M.
Ids at/i av . /�. /za,
JC�E PCI'AICRTSoAl Co.
M. V11 L A el A66o ., l kin
aoov Y o, /iE
me #.r cit co" a "fire cord.
_ Ya
Ycs
5/cs
AIv
Yes
IA117-
ToT4L
U"/T
_ �� _
/� .. t a G
Z/"/T
_
I CrT� G
I' dN $ta-L."_ 7& r oil LE'S
le, UUO ='
G CRUD
,5�2nD =--
5 .!00 `-'
/d' 000 'Y
/lam, Ooc> =
PI00Vi%ra*6' "'V40k' ii'tG 2T6A45
-:.uo' .a
S oo,n .ry
I
I151EG"ITIES LEGEND
a �r1o*ON 014"amy THE DEPARTMENT OF PUBLIC WORKS HAS' DETERMINE
##iiwlt an to "olt.l a Wvlw of s. dum comany 7 fiA7. 7111" .tf1Dl )E_ ' /S -/O F ;e'frAl£,er-5C>A1
c —� .l . F0V1PAlL—V r- C0 IV T//L7 j h f. � t 1 Al T �
Mlou"s or 1t frly stye.o or ft R�w"mtb "a
.� . �--
—..
N —owtsous Aug DID 84- 35 "; '
j
„_.. �; .�. �x _-_ � `,-._' ,.: g;S a �w•.d't�� �s#q,.�,s,�t ,b.v}.; �fr�,� ,p' ... - - � ,�,,. , .... ,......
®11
�__ ����...,a..aa ;rlrfibll
'` 4
Jr' � r
f Did No. 8446-0
} ADVERTISEMENT FOR BIDS
Sealed bids for construction of CITYWIDE SANITARY SEWER
REPLACEMENT PROJECT - DOWNTOWN PHASE I - 8-5519 will be received =
by the City M :n ge_ _and the City Clerk_. of_- _the ty of Miami,
Florida, atUi O0 aim, 6A -tMe 2 n d -66y of July, 19DS, at the City
Clerk's Office;` fi-r t 100 off` 'tf�� _Miami -i-fy: a 1 3500 Pan s
American Drive, Dinner Key, Miami, Florida 331331 at which time-
and place they will be publicly opened and read
This work will consist of:
Four (4) Mayor Test Holes to locate multiple underground
utilities,
Two (2) Minor Test Holet to locate individual utilities.
The engineer's estimate for this project is $2O,000. New
} requirements will allow the successful low bidder to furnish a
performance bond in accordance with Resolution No. 84-423, and a
bid bond in accordance with Resolution No, 84-873.
;$ For technical questions regarding the plant and specifications
please contact James Ji. Kay, P.F., Sewer Design Engineer, at
(305) 579-6855.
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 June 13, 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
y (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 advised to contactContractors
Training & Development, Inc., 5800 N.W. 7 Avenue, Suite 212,
telephone (305) 754-4903, or Aliied Black Contractors
Association, Inc. 5535 N.W. 7 Avenue, telephone (305) 758-4554, '
if they require assistance in preparing their bid
Packages. �3
Proposal includes the time of performance, and specifications
contain provisions for 'liquidated damages for failure to 'complete
the work on time.
The City Commission reserves the r+i h�i3vh)i��e any informality :
in any bid, and the City Manager 1 .1.,*�1 .,%ny or all bids and .
readvertisa, (B-5519, Req. 0590),
t. .
- q-03";-Wr e i ra
+�y Manager
r,
a A.
as
t,
I'
i
CM
-
ADVERTISEMEN
This number must appear ;?
n the advertisement,
AF.OUISITION FOR
bEPfi'bIV.
_
t
ACCOUNT U OE
APPROVED SY:
DATE — ——""'---
PHONE
DIRECTOR OF ISSUING DEPARTMENT
PREPARED By
times.
Publish the attached advertisement
(number of timed
display.�--------�
classitted-------- display
Type of advertisement: le al ------
14
(Check one)
Starting date
I
1
Size:
First tour words 01 advertisement:
Remarks:
r,
t
a
LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DO NOT
TYPE BELOW THIS
DATE(S) OF INVOICE AMOUNT
ADVERTISEMENT —--------"
LINE PUBLICATION
A 1
B-2
C 3
D•q
F9
F10 F11 F12
"f
E•5
F4 F5
F7 F8
VENDOR
INDEX CODE OBJE PROJECT
F3
VOUCHER
DUE DATE Adv. Doc. Reference
YY MM DD
57 62' 63 65 66 71
LINE TRANS
39 42 45 50 51
2534
56
2 8 7
80
r
11 13 17 18
2 0 2
36 64 DISCOUN769 72 AMOUNT
0 1 2 4 1 V P
V P 121314
DESCRIPTION
15
1'2 34 7 8
5 2 0 0 2 0 1
ApPrpvaO for Payment
Green — Finance Pink - Department
s
;
Whiter Purchasing
_----
A
aid Nat 8449.4 < . ADVERTISEMENT FOR DID
Sealed bids for cnnstruction of CITYWIDE SANtTAPT SEWER
REPLACEMENT PROJECT - DOWNTOWN PHASE I - D=9919 will be received
by the City t�8age _and the City Clerk._ oil_. the ty of Miami,
for#da ali.'D a.m% o b_.r�d day -f July, 1g5#. at tyre pity
Clerk's Dffioe--�i_r_t. f1 of,--_e�_-the_t�;a � y a 1, DD Pan
Ameri can Drives Dinner Keyo Miami, Florida 3313L at which time
and place they will be publicly opened and read.
Eett This work will consist of:
Accc `our (4) Major Test Holes to locate multiple underground
i3Afi1 uti l i ti et.
eeF Two (2) Minor Test Holes to locate individual utilities.
The engineer's estimate for this pr6j4ect is $20000- New
requirements will allow the successful low bidder to furnish a
performance bond in accordance with Resolution No. 84.423, and a
Pubii bid bond in accordance with Resolution No. 84=873.
Type For technical questions regarding the plans and specifications
please contact James J, Kay, P.6.0 Sewer Design Engineer, at
t
-6866. (305) 579
5iv All bids shall be submitted in accordance with the Instructions
Fir: 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 June 13, 1985. There will be a $20 deposit required for
each set. Deposits will be refunded only upon return of plans
Re 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 advised to contact Contractors
LINE Training & Development, Inc., 5800 N.W. 7 Avenue, Suite 212,
-- telephone (305) 754-49030 or Allied Black Contractors
Association, Inc. 5535 N.W. 7 Avenue, telephone (305) 758-45549
if they require assistance in preparing their bid packages.
Proposal includes the time of performance, and specifications
contain provisions for liquidated damages for failure to complete
the work on time.
_ The City Commission reserves the ri b �44A de any informality
a in any bid, and the City Manager tgja , � #)d�,,j,ny or all bids and.
readverti se (B-5519, Req. 0690) . k, ; :;�� •a ,.:
]LIN
.�•,S 03Vrei ra
it Q y g Mane er
0 1 / ,
2
Green — Finance
Pink — oepartment
White = Perchaiin
NOON
i
r,^......[ O LIC ,it: iL`N � . 84 -35-57
AV180 bt LICIPAC CN
Propuegtag gelladas para CITYWIDE 8AN fiA l' SEw t# E �,AC l N`
PROJECT' - DOWNTOWN PHASE I - bs5519 seran recibidag Dior el
Adn,inistraddr y el 8edretcr16 de la Ciudad de Miatni, Florida) a
teas ttedar a las 11�00 !,M.. el dia 2 de Julio de 1985, eh la
Ofildibb del Secretariot printer piso, Ayuntamento de Miaffii, 3500
Pan Amorican brive, Dinner key, Miani, Florida 33133, a cuya hora
y en euyo lu8ar 6era'n publ.icamente abiertag y leidas.
Ste pr6yecto comprende:
Cuatro (4) peeforaoiones de Prue principales Para locali ar
lineas de servioio5 subterraneos.
Dos (2) per^forac OCles de prueba menoeeg Para localizar lineas
individualea,
El estin.ado de construccion Para este proyecto es de $20,000.
Nuevos requisitos permitiran a los lieitadores prese_ntar un bono
de cumplimiento de ocuerdo con la Resoluei6n No. 84-423, y un bono
de licitacion de'acuerdo a la kesolucion No. 84-873i
;
Para preguntas tecnicas acerca de los pianos y especificaciones
llarye a James J. Kay, P.E., Ingeniero de Diseno de
Alcantarill.ados, al (305) 579-6865.
iTodas las licitaciones seran sometidas de acuerdo conlas-
Instrucciones a los Licitadores y las Especificaciones. Los
-
pianos y especificaciones podran obtenerse en la oficina del
Director de Obras Publicas, 275 N.W. 2 Street, (cuarto piso)
Miami, Florida, a partir del 13 de junio de 1985. Se requeriraun
deposito` de $20 por' cada'juego. Estos dep6sitos seran devueltos
uni'camente si los pianos y las especificaciones son devueltos sin
u
narcas y on buen estado, dentro de un plazo de dos (2) semanas
v; --
siguientes a la apertura de las licitaciones.
Se avisa a los interesados de las provisiones de la Ordenanza No.
-
9775, la cual se refiere a la otorgac16n de contratos a minorias.
Aquellos contratistas/pequefios negociantes de minorias o de zonas
objetivas que est6n interesados en presentar sus propuestas pueden
comunicarse con el Contractors Training & Development, Inc. en el'_
-
5800 N.W._7 Avenue, Suite 212, telefono (305) 754-4903, o con
-
Allied Black Contractors Association Inc., 5535 N.W. 7 Avenue,
tel6fono 758-4554,' si requieren asistencia Para preparar sus
licitaciones.
-
Las propuestas incluyen el tiempo de ejecuc16n, y las
r:
..
especificaciones - contienen provisos Para daf1o3 liquidados
incurri.dos por falta de completar el proyecto a tiempo.
La Comisi6n de is Ciudad se, reserva el derecho a desoartar
'
cualqu er informal.idad en cualqui.er licitaci6n, y el Administrador
-`
.-
de is Ciudad puede rechazar 'cualquiere o todas las propuestas, y
reanunciar. (5-5519 Req. 0690).
A
.Sergio Pereira
.�
Administrador Municipal
t
s
°�E
;+s
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C-3
D-4
E-5
-F3
F4
F$
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
BJE
PROJECT
11
13 1 17
18 1 25
34 39
42 45
50
51 56
57 62
63 65
66 71
0
1
2
41
VP_
2 02
28'7
i
2
3
4 7
8 V P 12
314
15 DESCRIPTION
36
64 DISCOUNT 6M
72
AMOUNT 80
5
7,07
M
2
0
1'