HomeMy WebLinkAboutR-85-0378J-85-365^
RESULUTIUN NO.85-378.
r> A RESULUTIUN ACCEPTING THE BID OF JUE
REINER'TS014 EQUIPMENT CU. IN THE PRUPUSEU
AMUUNT OF $164,229.U0, OF THE PRUPUSAL, FUR
CiTYW1DL SANITARY SEWER IMPROVEMENT -
ALLAPATTAH INDUSTRIAL AREA PHASE II WITH
MONIES THEREFUN ALLOCATED FRUM THE GENERAL
OBLIGATION BONDS TO BE REIMBURSED BY MIAMI-
DADE WATER AND SEWER AUTHORITY 114 THE AMOUNT
OF $164,229.00 TO COVER THE CONTRACT COST;
ALLOCATING FROM SAID FUND THE AMOUNT OF
$251000.0 TO COVER THE COST OF PROJECT
EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT
OF $3, 281 .00 TO COVER THE COST OF SUCH ITEMS
AS ADVERTISING, TESTING LABORATUHIES, AND
POSTAGE; ALLOCATING FROM SAID FUND THE AMOUNT
OF $952.00 TO COVER THE INDIRECT COST; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT WITH SAID FIRM; AND DIRECTING THE
CITY CLERK TO PUBLISH A NOTICE OF PUBLIC
HEARING FUR OBJECTIONS TU THE ACCEPTANCE BY
THE CITY COMMISSION OF THE CUMPLETED
CONSTRUCTION BY, JUE HEINERTSUN EQUIPMENT CU.
OF CITYWIDE SANITARY SEWER IMPROVEMENT -
ALLAPATTAH INDUSTRIAL AREA PHASE lI UPON
SATISFACTORY COMPLETION OF SAID CONSTRUCTION;
SAID NOTICE SHALL BE PUBLISHED IN COMPLIANCE
WITH THE PROVISIONS OF RESOLUTION NO. 84-45,
ADOPTED JANUARY 19, 1964, CONCERNING THE
PUBLICATION OF CITY
WHEREAS, sealed bids were received February 26, 1965 for
CITYWIDE SANITARY SEWER IMPROVEMENT - ALLAPATTAH INDUSTRIAL
AREA - PHASE II; and
§ k WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid received from Joe
Heinertson Equipment Co. be accepted as the lowest responsible
and responsive bid; and
x .4
'j WHEREAS, Lhe Capital Improvements Appropriation Ordinance
No. 9939, as amended, was adopted on December 20, 1964, and
monies are available for the proposed amount of the contract,
project expense, incidentals and indirect cost from General
aL "Y
Obligation Bonds to be reimbursed by Miami -Dade Water and Sewer
Ef `'
Authority; and
CITY COIVIMI pSS II N
MEETING OF
APR IY 1985
RESOLUIluiq IV,;. 8�3'78
WHEREAS, the City Charter requires the publication of a
-:
notice of public hearing for objections b
p B j y persons interested in
r`
or affected by said improvement as to the acceptance thereof by
the Commission upon satisfactory completion of said improvement;
NOW, THEREFORE, BE IT HESULVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The February 26, 19b5 bid of Joe Heinertson
Equipment Co. in the proposed amount of $1640229.00 for the
project entitled CITYWIDE SANITARY SEWER IMPROVEMENT - ALLAPATTAH
INDUSTRIAL AREA PHASE II base bid of the proposal, is hereby
accepted at the price stated therein.
y
Section 2. The amount of $164,229.OU is hereby allocated
from General Obligation Bonds to be reimbursed by Miami -Dade
Water and Sewer Authority to cover the cost of said contract.
41
Section J. The additional amount of $2j,000.0U is hereby
allocated from the aforesaid fund to cover the cost of project
expense.
Section 4. The additional amount of $3,281.00 is hereby
t
allocated from the aforesaid fund to cover the cost of such
J'
incidental items as advertising, testing laboratories, and
1
=
postage
Section 5. The additional amount of $952.00 is hereby
allocated from the aforesaid fund to cover the indirect cost.
Section 6. 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
IMPROVEMENT - ALLAPATTAH 1NDUSTRIAL AREA PHASE II base bid of the
proposal.
2 85-378,
Section 7. Subject to a report by the City Manager stating
that Joe Reinertson Equipment has satisfactorily completed the
construction of improvements designated as CITYWIDE SANITARY
SEWER IMPROVEMENT - ALLAPATTAH INDUSTRIAL AREA PHASE II, the City
Clerk is hereby directed to publish a notice in a newspaper
published in the City of Miami, Florida, stating that at a
meeting of the City Commission to be held at a certain day and
hour to be determined by the City Clerk, the Commission will hold
a public hearing to any objections by persons interested in or
affected by City Commission acceptance of the completed
construction of CITYWIDE SANITARY SEWER IMPROVEMENT - ALLAPATTAH
INDUSTRIAL AREA PHASE II.
Section B. The notice directed
to be published in Section 7
of this resolution shall be
published
in compliance with the
,y
provisions of Resolution No.
84-45,
adopted January 19, 1984,
concerning the publication of
City notices.
Hh
PASSED AND ADOPTED this
llth
day of April 1985.
1
S
v
MAURICE A. FERRE
M A Y 0 R
ATTEST:
'=: s
%ALPH G. UNGIE, CITY CLE
PREPARED AND APPROVED BY:
l
ROBERT F. CLARK
DEPUTY CITY ATTORNEY
APPROV
CITY ATTORNEY
FORM AND CORRECTNESS:
- 3 -
85-3'78.
BID SECURITY
,__
tail _qity-Wi Sanitary Sewer improv.OATI 6101 %tell !ebruary 26, 1985
Allapattah Industrial area Ph. 11 11*00 am
T"E OF SECURITY
DIDDIR
MAL
"Wr
5%
141(
BB
Joe Reinertson Equipment Co.
2027 N. W. 7 Ave.
F1 - 33127
$164,299
,.N.M. Corporation
780 N. W. 22 Avenue
linmi F1
$202,722
5%
BB
,
liami Engineering Constractors
.4400 S. W. 110 St.
14=mi. V1 33186
$208,426
$10,450
BB
tic -Man Intl, Inc
). 0 . Box 10229
1=2pann nnarh_ ri 33061
$311,085
5%
BB
A) 1- 15--5 / j
R000k" 46 abovo. Afffulbod shoth Ab toy 914mm�
q
Bid Nu. 84-85-45
ADVERTISEMENT FOR BIDS
Sealed bids for construction
IMPROVEMENT ALLAPATTAH INDUSTRIAL
received by the City_Manager and
Miami, Florida, at :00 a. on
at the City Clerk's Of ice, first
3500 Pan American Drive, Dinner
which time and place they will be
of CITY=WIDE SANITARY SEWER
AREA PHASE II B-5513 will be
Key, Miami, Florida 33133,
publicly opened and read.
a ,
at
Briefly, the work will consist of 39000 + linear feet of 8-inch
to 10-inch extra strength vitrified clay or ductile iron pipe
sewer with the deepest out being 12 feet; 500 + linear feet of 6-
inch extra heavy cast iron soil pipe laterals; 7 manholes from 4
to 8 feet in depth.
The Engineer's estimate for this project is $115,600. New
requirements will allow the successful low bidder to furnish a
performance bond in accordance with Resolution No. 84-423, and to
supply 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
i obtained from the office of the Director, Department of Public
Works, 275 N.W. 2 Street, (4th floor), Miami, Florida, on or
after February 79 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
z (2) weeks after the opening of the bids.
Prospective bidders are alerted to the provisions of Ordinance
F 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 (305) 754-4903 or Allied Black Contractors Association,
Inc., 5535 N.W. 7 Avenue, telephone (305) 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-5513, Req. 0680).
andolph B. Rosencrantz
�S :I Wd OE NVC S8 ity Manager
..; a3A13038
j
4 Q
r V
LICITACION 110. 84=85-45
AVISO DE LICITACION
Propuestas selladas para CITY-WIDE SANITARY SEWER IMPROVEMENT
j ALLAPATTAH INDUSTRIAL AREA PHASE II B-5513 seran recibidas por el
j Administrador y el Seeretario de la Ciudad de Miami, Florida, a
1 mas tardar a las 11:00 a.m. el dia 26 de febrero de 1985, en la
Oficina del Seeretario, primer piso, Ayuntamiento de Miami, 3500
Pan American Drive, Dinner Key, Miami, Florida 331339 a cuya hora
y en cuyo lugar seran publicamente abiertas y leidas.
E1 proyecto consiste de la construcei6n de + 3,000 p.ies lineales
de tuberia de arcilla vitrificada o de hierro ductil, de 8 a 10
pulgadas de diametro, a una profundidad maxima de 12 pies; + 500
pies lineales de tuberia extra densa de hierro para laterales de 6
pulgadas de diametro; 7 registros (manholes) de 4 a 8 pies de
profundidad. ,
E1 estimado de construcc16n para este proyecto es de $115,000.
Nuevos requisitos permitiran a los licitadores presentar un bono
de cumplimiento de acuerdo con la Resoluc16n 84-423 y proveer un
bono de licitaci6n de acuerdo a la Resoluc16n No. 84-873.
Para preguntas t6cnicas acerca de los planos y especificaciones
llame a James J. Kay, P.E., Ingeniero de Diseno de
Aleantarillados, al (305) 579-6865.
Todas las licitaciones seran sometidas de acuerdo con las
Instrucciones a los Licitadores y las Especificaciones. Los
juegos de planos y especificacions podran obtenerse en la ofieina
del Director de Obras POblicas, 275 N.W. 2 Street, (cuarto piso)
Miami, Florida, a partir del 7 de febrero de 1985. Se requerira
un dep6sito de $20 por cada juego. Estos dep6sitos seran
devueltos Onicamente si los planos y las especificaciones son
devueltos sin marcas y en buen estado, dentro de un plazo de dos
(2) sem anas 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 cont rat istas/pequeflos 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, tel6fono 754-4903, o con Allied
Black Contractors Association, Inc., 5535 N.W. 7 Avenue, tel6fono
758-4554, si requieren asistencia pars preparar sus licitaciones.
Las propuestas incluyen el tiempo de ejecuci6n, y las
especificaciones contienen provisos para danos liquidados
incurridos por falta de conpletar el proyecto a tiempo. La
Comisi6n de la Ciudad se reserva el derecho a descartar cualquier
informalidad en cualquier licitaci6n, y el Administrador de la
Ciudad puede rechazar cualquiera o todas las propuestas, y
reanunciar. (B-5513, Req. 0680).
Randolph B. Rosencrantz
Administrador
White — Purchasing Green — Finance Pink — Department
S5''378.
1
e
i
I
LJU !1 U "1�5151J ll l�J
i
REiN FOR ADVERTISEMENT
DEPT'DIV.
ACCOUNT CODE
This number must appear
in the advertisement.
DATE PHONE APPROVED BY:
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement times.
t (number of times)
Type of advertisement: legal classified display
(Check One)
I
Size; Starting date
First four words of advertisement:
Remarks: ---
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 DD
Adv. Doc. Reference
VENDOR..
INDEX CODE
OBJECT
PROJECT
11
113 17
18 1 25134
3942
45 50
51 56
57 62
63 65
66 71
0
1
1214111V
P
210121
2
8
7
1
2
13
14 7
8 V P 12
3114115
DESCRIPTION 36
64 DISCOUNT 69
72 AMOUNT 80
5
21010121011.
Approved for Payment
White — Purchasing Green — Finance Pink — Department
85.378-
L.ni
X.
Cl"OF MIAMI. FLORIDA
10 INtER-OFFICE MEMIDIVANDUM
TO. Randolph B. Rosencrantz WE! March 18, 1985 Fac. B-551J
City Manager
suIIIJECT CITYWIDE SANITARY SEWER
IMPROVEMENT - ALLAPATTAH
INDUSTRIAL AREA PHASE It
IRON
REFERENCES: Resolution Awarding Contract
% t
Donald -W Cather ENCLOSURES: (For Commission Meeting of
Director of Public Works April 11, 1985)
The Department of Public Works has determined a
low bidder for the CITYWIDE SANITARY SEWER
IMPROVEMENT - ALLAPATTAH INDUSTRIAL AREA PHASE
It. The proposed attached resolution accepts
the bid received February 26, 1985 of Joe
Reinertson Equipment Co. in the amount of
$164,229.UO and authorizes the City Manager to
enter into a contract on behalf of the City.
Bids were received February 26, 1985 for CITYWIDE SANITARY SEWER
IMPROVEMENT - ALLAPATTAH INDUSTRIAL AREA PHASE II.
As reflected in the tabulation of bids, the $164,229.00 bid of Joe
Reinertson Equipment Co. is the lowest responsible bid for the
total bid of the proposal.
Funds have been allocated under the General Obligation Bonds to be
reimbursed by Miami -Dade Water and Sewer Authority and monies are
available for the estimated amount of the contract, for project
expense, for such items as advertising, testing laboratories, and
postage.
Thirteen contractors picked up plans and specifications (minority
contractors: 5 hispanic, 0 blacks); 4 contractors submitted bids
(minority contractors: 2 hispanic, 0 blacks). The engineer's
estimate was $115,000.00.
EMP:az 1
I 1 c
RECOMMENDED BY:(
Adrienne M. MacBeth
Assistant to City
City Manager
Resolution attached
cc: Alberto Ruder
r.
f
CITYWIDE SANITARY SEVER IMPROVEMENT ALLAPATTAH INDUSTRIAL AREA
PHASE II
JOB NO. B-5513
CONTRACTOR'S FACT SHEET
I. Joe Reinertson Equipment Co.
2027 N. W. 7 Avenue
Miami, Florida 33127 Phone: (S05) 324-5547
II. Principals: Bruce N. Reinertson President
III. Contractor is properly licensed and insured
IV.
Subcontractor: None required
V.
Experience: 27 years
VI.
Not a minority contractor
VII.
215 advertisements mailed out
by regular mail
13 contractors picked up plans
and specifications
(minority contractors: 5
Hispanic
0
Black)
4 contractor submitted bids
(minority contractors: '.3
Hispanic
0
Black)
w
March 18, 1965
85-378.
BID AWARD FACT SHEEN'
For the City Manager
PROJECT NAME AND LOCATION:
CITY-WIDE SANITARY SEWER IMPROVEM r, ALLAPA7TAH INDUSTRIAL AREA PHASE II, B-5513
PROJECT SCOPE: Construction of new 8-inch and 10-inch sanitary sewers to replace
existing sewers constructed in 1927 and 1928. 'This project is to be done in
conjunction with our Highway Section and will be on the following streets:
N.W. 22 Street from N.W. 13 Ave to 350' East of N.W. 13 Ave.
N.W. 22 Street from N.W. 15 Ave to 270' East of N.W. 15 Ave.
N.W. 22 Street from N.W. 15 Ave to 200' West of N.W. 15 Ave.
N.W. 11 Court from N.W. 21 St. tb 332' North of N.W. 21 St.
N.W. 10 Court from N.W. 21 St. to 324' North of N.W. 21 St.
N.W. 10 Ave. from N.W. 20 St. to N.W. 22 Street
ENGINEER ESTIMATED CONSTRUCTION COST: $115,000.00
DATE BIDS RECEIVED: February 26, 1985
NUMBER OF BIDS RECEIVED: 4 (Four)
NAME OF LOW BIDDER: Joe Reinertson Equipment Co.
AMOUNT OF IOW BID: $164, 229. 00
TOTAL FUNDS TO BE ALLOCATED:
Contract: $ 164,229.00
Project Expense: 23,000.00
Incidentals: 3,281.00
Subtotal: $ 1902510.00
Indirect Cost: 952.00
Total: $ 191,462.00
LENGTH OF TIME ALLOWED FOR CONSTRUCTION: 50 (Fifty) Working days.
G.O. Bonds to be reimburs d by
SOURCE OF FUNDS: Miami -Dade Water & Sewer Departmen $ i 91, 4 6 2.0 0
Form PW #389 1/81
85-3'78,
u
CITY—WIDE SANITARY SEWER IMPROVEMENT ALLAPATTAH INDUSTRIAL AREA•PHASE II, B-5513
• 1
• j•.
ff � •
Nr s
r
CITtl OI' YgYI Yw
L (fAttf/lC}
■w. tf1 \ fT1101YY
AM �� • r
M/1 1 M
N.w. 1 >f _ •
w N �►
1 r
0
.'
�
�
�
A —m Pont t-Attwmv THE DEPARTMENT.OF PUBLIC WORKS HAS DETERMINED
rE —
6 —swow mid Mond
BID 84-84-45
PM, or