Loading...
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