Loading...
HomeMy WebLinkAboutR-80-0165"SUPPORTIVE DOCUMENTS FOLLOW" RESOLUTION N0. 8 7" 1 6 5 ARESOLUTIONACCEPTING THE BID OF POLSTEIN CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF $568,000 - BID "B", ALTERNATE NO. 2 AND ADDITIVE ITEM NO. 57B OF THE PROPOSAL, FOR POINT VIEW HIGHWAY IMPROVEMENT (2ND BIDDING - BULKHEAD ONLY) IN POINT VIEW HIGHWAY IMPROVEMENT DISTRICT; WITH MONIES THEREFOR ALLOCATED FROM THE "HIGHWAY G.O. BOND EXPENDITURES" IN Tin AMOUNT OF $568,000 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $62,480 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT OF $11,360 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, AND POSTAGE; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS, sealed bids were received February 13, 1980 for POINT VIEW HIGHWAY IMPROVEMENT`` (2ND BIDDING - BULKHEAD ONLY),:' in POINT VIEW HIGHWAY. IMPROVEMENT DISTRICT; and' WHEREAS, the City Manager reports that the`$568,000 Polstein Construction, Inc'. for Bid "B",'Alternate bid No. 2 and Additive, Item No. 57B-of the proposal,`=:` -is , the. lowest responsible bid `'and `-recommends thContract at a ntrct be awarded to said firm; and WHEREAS, the Capital Improvements Appropriation' Ordinance No.<9019`was `adopted: on November 8,.:1979, an ,monies are available for the proposed amount of the contract,' project expense, and;incidentals,. ;from the account entitled "Highway G.C. Bond Fund" as set forth under Section II, Item B-8, of`said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: IDOCUMFNT !NDE. ITt«1 CITY COMMISSION MEETING OF FEB2 8 1980 RESOLUTION no.8 1 16 5 2• t. CD C.5 .l Fri Section 1. The February 13, 1980 bid of Polstein Construction, Inc. in the proposed amount of $568,000 for the project entitled POINT VIEW HIGHWAY IMPROVEMENT. (2ND BIDDING - BULKHEAD ONLY) in POINT VIEW HIGHWAY IMPROVEMENT DISTRICT, for Bid "B", Alternate No. 2 and Additive No. 57B of the proposal, based on unit prices, is hereby accepted at the price stated therein to cover the cost of said contract. Section 2. The amount of $568,000 hereby allocated from the account entitled "Highway G.O. Bond Fund" to cover the cot of said contract. Section 3 The aditional amount of $624180 is hereby allocated from the aforesaid fund to cover the; cost of project expense. Section 4. The additionalamount of $11.,360 is hereby allocated from the aforesaid fund t cover' the coat of such incidental items as advertising, laboratories, and postage. testing Section 5. The City Manager is hereby authorized into a contract on behalf of The City of Miami Polstein Construction, Inc for POINT VIEW HIGHWAY (2ND BIDDING BIDDING -:BULKHEAD `;ONLY) in to enter with IMPROVEMENT POINT VIEW HIGHWAY `IMPROVEMENT `DISTRICT, Bid "B" 2 and Additive Item No. 57B of the proposal. ADOPTED this 28th day o f . FEBRUARY, Alternate No. PASSED AND 1.980. 67- 4(.37-152. �. City `Clerk MAURICE A _ FF.RRE Q M AY OR` PREPARED AND APPROVED BY: APPR• D AS TO F ssistant City Attorney ity •" A M AND CORRECTNESS: torney. 80-165 BID SECURITY ITEM Point View Highway Improvement(2nd Bidding DATE SIDS RECEIVED Bulkhead only-H-4309 February 13. 1980 BIDDER TYPE OF;SECUmY Atlantic Foundation, Inc.' 2950 N.E. 188 St. $650,000'. Alt. 725,000 N. Miami Beach,;Fl Alt.2599.000 AMOUNT 2 1/2 FOR ACCOUNTING USE Polstein Const.-Inca 444 Brickell Ave. Suite 906 $589.000 Alt1 697,000 Miami, F1 33131 560,000 1/2 Heavy Cnnatrnrtnra Tnr' P. 0. Box 660496 Alt.1 692,350. Miami Springs, 33166 Alt.2 No Bid.. 2 :1'/ 2 Ebsary Foundation, Co. -$715,000` 2154 N. W. N. River Drive Alt. 890,000 Miami, Fla 33125 Alt. 818,000 !CLIP Pn77:!VE DC' P V it: c i,. - u/ `,I i Imo. Ir►,. r Y FOLI OW". BID SECURITY ITEM Point View Highway Improvement(2nd Bidding DATE SIDS RECEIVED February 13. 1980 Bulkhead only-H-4309 Atlantic Foundation' Inc. 650 000; 2950 N.E. 188 S N. Miami Beach, Fl Polstein Const. Inc. 444 Brickell Ave Suite 906 Miami, Fl 33131 Haavy Cnnatriii•tnrq . 0. Box 660496 $589.000 692,350 Ebsar Foundation,` Co. $715`000" Miami, Fla Received the J evs M0ictib*d checks this FOR ACCOUNTING USE 8d-/Kr 12:'% • doy of 19 ?OR ACCOUNTING DIVISION FORM NO. 1043 - REV. 74 er,, CITY OF MIAMI,' FLORIDA O'° REQUISITION FOR ADVERTISEMENT FOR BIDS DEPT/DIV Public Works ACCOUNT CODE Projact 11307071 index #310 ;0?--690 Q BID NO. 79-80_40 DATE 1/211 / ° Z Ot PREPARED BY Joe Harris ' PHONE �" QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS AMOUNT AMOUNT, AMOUNT AMOUNT AMOUNT AMOUNT CODE ITEM DESCRIPTION QUANTITY UNIT PRICE `. AMT. - POINT 1TrIT}''W I.: IT'•T`1ikY T '';'i()'+%EM.:Y (2N ) �• V tti CI r� rJ UJ 1 w E •Cr it l.) Lij 0 Y`J TOTAL `SUPPORTIVE DOCUMEN S FOLLOW" ESTIMATED COST CONTRACTUAL: $ •' • ' r (.) • 1.15 r• INCIDENTAL : 2 7 $ 1 , 0 TOTAL APPROVED 'BY BIDS TO BE SECURED FOR F4I0!ThTAY 1:'?.7l OVTI'.; fT'IT''i. (2M") BIDDING -- DEPARTMENT OF: ADVERTISE ON Jariu�.ry 29, 1980 BIDS -TO BE RECEIVED ON Febrilary 1?;, 1930 SOURCE OF FUNDSway. fond-Puild. DIRECTOR OF ISSUING DEPARTMENT I'ri be tiled in by EXPENDITURE CONTROL: PROJECT CODE FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE' CONTROLLER AD CODE r;UPIES• TO: Purchasing (Org.) — City Manager — City Clerk —Expenditure Control — Issuing Department Other Affected Deportment WHITE GREEN PINK CANARY BLUE GOLDENROD 1. Bid No. 79-80-40 ADVERTISEMENT FOR BIDS Sealed bids for construction of POINT VIEW HIGHWAY IMPROVEMENT (2ND BIDDING - BULKHEAD ONLY) H-4309 will be received by the City Manager and the City Clerk of the City of Miami, Florida at 2:00 p.m on the 13th day of February,1980, in the City Clerk's office, first floor, Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, at which time and place they will be publicly opened and read. Briefly, the work will include the construction of approximately 1,500 linear feet of bulkhead adjacent to South Bayshore Drive between S. E. 15 Road and S. E. 14 Street. For technical questions, call 579-6865, George V. Campbell, Highway Engineer. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and specifications may be obtained from the director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc. to be provided technical assistance in preparing 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 right to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise. Joseph R. Grassie City Manager • Bid No. 79-80-40 ADVERTISEMENT FOR BIDS Sealed bids for construction of POINT VIEW HIGHWAY IMPROVENT (2ND BIDDING - BULKHEAD ONLY) H-4309 will be received by e Cit Manager and the ciCity of Miami,'loyida b:It n the 13th daof P. - •'S in the City Clerk'' office, rs or, t' iami City Hall, 3500 Pan American Drive, iirrer Kay, M` : mi, Florida, at which time and place they will be pullrY-cly op&?ied $d read. 573. l";; Briefly, the work will include the construction o-" ap�proxiratej 1,500 linear feet of bulkhead adjacent to South 4.yshore give between S. E. 15 Road and S. E. 14 Street. r•.; 4r. For technical questions, call 579-6865, George V. Campbell, Highway Engineer. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and specifications may be obtained from the director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc. to be provided technical assistance in preparing 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 right to waive.any informality';;:. in any bid, and the City Manager may reject any or all bids,. and readvertise. Joseph R. Grassier City Manager Bid No. 79-80-40 ADVERTISEMENT FOR BIDS Sealed bids for construction of POINT VIEW HIGHWAY IMPROV 'IENT (2ND BIDDING - BULKHEAD ONLY) H-4309 will be received by t`'e Cit Manager and t - City of Miami, Florida art n he 13th day of Febr in the City Cle'k's` office, rs 1"tt5o ;"'Miami City Hall, 3500 Pan American Drive, finer Key, M _mi, Florida, at which time and place they will be putt711.1y op'eled id read. _s -` Briefly, the work will include the construction O ' bsproxigiatey 1,500 linear feet of bulkhead adjacent to South 4ayshore (Drive between S. E. 15 Road and S. E. 14 Street. r.: For technical questions, call 579-6865, George V. Campbell, Highway Engineer. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and specifications may be obtained from the director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inca to be provided technical assistance in preparing bid packages. Proposal includes the time of performance contain provisions for liquidated damages 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 bidsand readvertise. Bid No. 79-80-40 ADVERTISEMENT FOR BIDS Sealed bids for construction`of POINT VIEW HIGHWAY IMPROVEMENT (2ND BIDDING - BULKHEAD ONLY) H-4309 will be received by the City Manager and the City Clerk of the City of Miami, Florida at 2:00 p.m. on the 13th day of February,1980, in the City Clerk's office, first floor, Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, at which time and place they will be publicly opened and read. Briefly, the work will include the construction of approximately 1,500 linear feet of bulkhead adjacent to South Bayshore Drive between S. E. 15 Road and S. E. 14 Street. For technical questions, call Highway Engineer. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and specifications may be obtained from the director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after : bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc. to be provided technical assistance in preparing 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 right to waive any informality in any bid, and the City Manager may reject any or all bids and readvertise. S•A Joseph R. Grassie City Manager Donald W. Cather Director of Public Works KI:)./,,1 _Cx..-1)15,-- February 13, 1980 B-4309-B POINT VIEW HIGHWAY IMPROVEMENT (2ND BIDDING - BULKHEAD ONLY) - Resolution Awarding Contract (For Commission Meeting of February 28, 1980) The Department of Public Works recommends adoption of the resolution accepting the bid received February 13, 1980 of Polstein Construction, Inc. in the amount of $568,000, and authorizing the City Manager to enter into a contract in behalf of the City of Miami for POINT VIEW HIGHWAY IMPROVEMENT (2ND BIDDING - BULKHEAD ONLY) in POINT VIE.J HIGHWAY IMPROVEMENT DISTRICT. Bids were received February 13, 1980 for construucting 1500t linear feet of bulkhead adjacent to South Bayshore Drive between S. E. 14 Street and S. E.15 Road. As reflected in the tabulation of bids, the;$568,000 bid of Polstein Construction, Inc, is the lowestresponsible bid for Bid "B" - Alternate #2 and Additive Item #57B - of the proposal. _Funds have been allocated under ,the "Highway G.O. Bond Fund" for the estimated amount of the contract, for project expense, and for such items as advertising, testing laboratories, postage. JAM : he ;1 6 5 1 BID AWARD FACT SHEET For. The City Manager PROJECT NAME. :POINT -VIEW HIGHWAY IMPROVEMENT AND LOCATIOPI (Secong Bidding - Bulkhead only) PROJECT ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED'i: NUMBER'- OF BIDS RECEIVED NAME" OF BIDDER' LOW AMOUNT :'OF LOW BID TOTAL: FUNDS TO BE ALLOCATED LENGTH OF TIM4E ALLOWED FOR CONSTRUCTION SOURCE OF FUNDS Form <P;V: #389 1/79 'Construct 1500±linear feet of Bulkhead adjacent to S. Bayshore Drive between S.E.`14th Street and S.E. 15th Road. $625: 000 $560,000 (Bid "B" - Alternate#2 8,000 (Additive Item rl57B) $568,000 $64►1,840 rill; ',/TEN.... n Lt � gig' ff9 �...�' r 2/14: 80 80-165 1 POINT VIEW HIGHWAY IMPROVEMENT - (Second Bidding - Bulkhead Only) B-4309,-:B CONTRACTOR'S: FACT SHEET Polstein Construction, Inc. 444 Brickell""Avenue, Suite ,906 Miami, Florida 33131 Phone: 371-2369: I. Principals: Jack Polstein President Patricia Bowlin - Secretary III. Contractor is properly licensed and insured. IV. Subcontractors:`: None required at this time. Experience 20 years Bay Crossing (Miami -Dade Water & Sewers) $2,060,000 Rickenbacker Causeway (Miami -Dade Water & Sewers) $ 260,000 VI Not a minority contractor VII. 42 advertisements mailed out 7 contractors picked up plans 11 contractors submitted bids and specifications "SUPPORTIVE. { a 6 v i h FOLLOW" L W" 80-165 2/144/80 POINT VIEW HIGHWAY IMPROVEMENT (SECOND BIDDING -BULKHEAD ONLY) B-4309-B The following changes were made for the secondbidding of Point. View Highway Improvement: BID "B" 1. PILE & SLAB BULKHEAD) Increased . the spacing and reduced the length of the tie -backs. BID "B" ALTERNATE #1 (STEEL SHEET PILE BULKHEAD) 1. Reduced the reinforcing in the bulkhead cap. 2. Eliminated the tie -back system. 3. Specified a different steel pile. 4. Increased the length of the pile. BID "B" ALTERNATE #2 (FULL CONCRETE CAP BULKHEAD) 1. Increased the spacing and reduced the length o 2. Increased the width of the cap. In addition, the steel pipe handrail waseliminated from the project. Prepared by: D. Brenner`. /13/80 d 6 +f rpr% "jam ! �,..� f 1j I i \/ ,471-0 _ L. L � it the n i tie -backs. s entirety. 0 - 1 6 5 i Nst— yl 1. • LLI tit Lsj !f O Ofet 0 0 0 a 0 ai c' •0' J u7 c 3 0 E 0 to Irregutaiities 0 0 3 0 z' O. u c • Q0 N 0 co m C I. '.. Wig • r • M O •'1��,, C rta �a o at: > w i.. a CUL u u C 0 z 0 0 V. 0 co 4 co O. N a n 0 I; z u a E • a 1 I 1 1 1 1 1 1 1 < In U O W 1L 0 Z — •�' 80-165