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