HomeMy WebLinkAboutR-77-0576ktt tt?' iN
A.ktSOLuTtoN AUTHORIttNC THE c1TY MANAdtk To
tNTtk Mc A CONTRACT WITH, JtNN1NGS
TIi nmd sgmytCE E0k THE RETRIEVAL of Oft (1) 196t
tNTtkNATIONAL 10-YARb BUMP TRUCK ANb bNE (1)
197/ CAT b7 BULLDOZER PRESENTLY sU MDRGEb IN
st bGt; LACOoN AT VIRCINIA KEY DISPOSAL PIT,
EXPENDITURE IS NOT TO EXCEED $10,500.00 WITH
?UNDs ALLOCATEb fROM MOTOR EQUIPMENT REPLACE-
MENT POND
WHEREAS, the City of Miami ih its operation of the Virginia
Key Disposal Facility, also known
as the Virginia KeY Disposal.
Pit,did lose aforementioned equipment ih an attempt to control'a
-fire .i
a section of the' disposal area: formerly used
sludge disposal lagoon; and-'y
WHEREAS, this equipment became mire T aiidENT
, Q
as a sewage
1�r'[\rV
Pi
ight
to the bottom of the sludge lagoon, some 20 feet in depth; and
WHEREAS, an attempt has been put forth by a contractor employed
by the City under an expired agreement to retrieve the equipment
on the basis of -retrieval and payment and/orno retrieval and no
payment; and:
' WHEREAS,
the contractor, did not .etr:i.eve, the City sought bids,
for retrieval from other qualified contractors, receiving three (3)
such bids on June 27, 1977; and
WHEREAS, having further use for this valuable equipment whose
replacement cost would exceed $100,000,,,,it'is incumbent upon the.
City to put forth a planned effort at retrieval.
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY 0
MIAMI , FLORIDA, AS FOLLOWS
Section 1. The City Manager i;s "hereby ;authorizedto execute
a contract with Jennings Towing Service for the retrieval
of sunken City equipment, pursuant to bid and specification
documents #76-77 -8in a sumnot to exceed $10, 500,00 if retrieval
t
CITY COMMISSION
MEETING OF
JUL. l 4 t977
*wow 1A.7, 7 IP 5'V 6
•M
its- tidCd tti b fu o t' etef0 f" 00' the Hator c Ui iehit ;
ttepiace terit-Nude
8eeteri _ to the eVettt-ettieva. is ttet cet ftii, -�
fieiit i tb be tt,ade to $aid dt ntradton
15A881b A AbOp'E tlii5.... ,day bf
MAURIC Ai Fes'..::
MAURICE A. FERRE
MAY ail
ATTEST:'.
LPH . .OCL
PREPARED AND APPROVED" BY
0( ROBERT F. CLARK
Assistant City Attorney
APPROVED AS TO FORM AND CORRECTNESS:
GEORGE F. KNOX,.JR.
CITY ATTORNEY
DOCUMENTS,
QLLO
tS CitY Oi+ MlA41is Yr3L: it5A
iNiC§.15P ' 1dti MtMo ANbuM
`o:
{`ttejil
Mr3 Joseph At Graseie
City Manager
7-47;rE--
' 'ram l I GAZe-1ge--&-et,
'rank Medera, bisector
bepartment of Sahitatioh
I:, ATE duly 7, 1977
1': t L t:
bide = 24uipMeht itetriev61
at Virginia Itey
r';f7 Odic Es
0.4CLC_ UF2t5:
On June 27, 1977, the City pursuant to advertising
three bids for subject work, as follows:
}UPPOR !vE
OCUf TENTS*
FOLLOW
1.
Biscayne Construction Company = $13,000
plus equipment ownership
received.
. Jennings Towing = $11,500
less $1,500 for prompt payment And City equipment iise
3. RCS Salvers = $ 9,800
Due to the uniqueness of this task, it is necessary that I
make some comments on the proposed methods to be used in this
retrieval. Firstly, however, no consideration should be given
to bidder rl above since (a) costs are excessive and (b) no
viable plan stated. Hence, it becomes a matter of choosing
either bidder 42 or bidder #3 since there appears to be only a $200
difference in charges.
Analysis of Bidder #2 Plan:
This bidder states that he will pump water (assumable from the bay)
into the "sink hole" for four (4) days in an effort to break up the
solids and allow a diver easy entry into the water to hook up pull
cables. The problem I foresee with this method is an overfilling
of the existing pond area thereby enlarging it, softening the
ground around the pond and thereby creating an inability of the
surrounding ground to support other heavy equipment required for
the retrieval. Assuming the surrounding ground and sub strata have
the absorption capabilities to prevent present pond overflow, the
introduction of thousands of gallons of water over a four -day
period will have a tendency to undermine the surrounding ground area,
thereby creating an unstable condition on the surface which will
also not support needed heavy pieces of equipment for retrieval.
(NOTE: Without a soils study there is no way to know if speculative
conditions will occur.) It is also note worthy that the original
contractor attempted to introduce pumped bay water and abandoned
that program for reasons unknown.
*dote: $500 for prompt payment and $1,000 for use of City
equipment,
This bidder also iftdioates that he wishes to use the eity+s
bulldozers as "anchors" during the actual pulling phase, i would
point out that we are on out '`last legs" bulldozer wise and are
presently renting a bulldozer to suppleMeht our own equipttient
Which constantly breaks down We May be tisking severe damage to
our equipment if we subject it to unnecessary stress. (NOTE: The
practice of using such equipment as an "anchor" is an acceptable
one, however, when no other readily available fixed object can be
found.)
Analysis of Bidder *3Plan:
This bidder incorporates two plans, noting that if his Plan 1 fails,
his Plan 2 will be used as an alternative. To reduce the Viscosity
of the sludge, this bidder proposes to introduce air into the pit
and break up the sludge. The sludge would then be pumped into an
adjacent area. NOTE: The original contractor attempted to pump
this sludge; but due to much foreign debris in the pit, his pump
became clogged. The aeration process nay float this debris to the
surface where it can be cleared away from suction hoses, and there-
fore not clog the pump. When the liquid sludge is cleared, lines
will be attached to the equipment and it will be pulled out by
mobile power winches.
Their Plan 2 indicates that in the event pumps cannot reduce the
water level, the pit area will be filled with sand/gravel and then
this mixture removed by backhoe. This area which was formerly
known as Duck Lake has been filled over the years with rubbish and
fill; and apparently, the water has either "pocketed" elsewhere or
been absorbed.
In essence, both bidders have the same basic thought; i.e., reduce
the viscosity of the sludge, so that either a man can enter the
water and hook cables or lower the water level and then hook cables.
In evaluating the methods described, several other factors should be
considered. Will the methods:
1. Endanger human life?
2. Damage the equipment beyond retrieval
value?
Make conditions worse and therefore preclude,
any further attempts at retrieval?
—
th' a: previous MeMorandUM to you which oovered in part this
retrieval. 1 ekpressed my desire to oversee this pro5eet sides
I.believe the work requires a City employee with some expertise
in this area to superVise a Althottgh I aft hOt an expert in suoh
salvage operations► 1 do believe that soytle significant ekperiehces
I'Ve had in such matters can be of benefit in assuring that methods
Used and work approach are of a professional level. t will endeavor
to work closely with the contractor and as stated personally super -
Vise the activity.
Accordingly; and in View of the fact that Jennings Towing Service
has had some experience with retrievals of this nature and despite
the speculative drawbacks of his plan as I've noted, I recommend
that the award for this work be given to them. Jennings as indi-
cated to me that the $500 discount offered in his bid applies
if
he receives payment for retrieval within 15 days after completion.
He has also indicated that 14 calendar days is what he requires to
perform the task.
BID SECURITY
FEM `et ieVe...SUbMet ed._ BUi1ddzer and Truck ai-.
Vir ihia key -= bid No. 76=77=82
birchasing bent. = Ext., 6380
bAtt 6Ib& f3tOEIVtb....4 fl(J
BIDDER
tYPE OF tbCUftItY
AMOUNt
FOR
ACCOUNTING
R.C.S. Salvers
7600 Red Road
Miami, Florida
Grand Total =_= $9r800.00
Jennin js Towincj_,__._... ..
1098 N.W. 1st Avenue
`.Boca Raton, Florida 33432/
Grand Total $11,500.00
Biscayne CQnst.. Inc.
355 N. W. 54th St.,
Miami, Florida 33127
.Grand,Total _=- $13,000.00_
(5) NO BIDStI1
st
Received the above 4cs rib?d checks this
do> of _�19
FQR AccOUN'f4NO QI Y I5.IQN
11, CITY OF MIAMI, FLORIDA la
REQUISITION FOR
ADVERTISEMENT FORrBID$: n
QuANTtffir RMP€ tilaN?a DL.PAli?MaN?
RtOUIdEMtNT PO - - MON?He
R L
/44_ 64.E 62/S4
� 6�'l-;t bATt 6 3I77
< BID N0. - .._ .�_..... __ _ PHONEGay;:_
PREPARED.BY
OObE
QUANTITY,
rr M bESCimPTION
ubkzter,pd Bulldozer
ck at Vit iitie
UNIt
PRICE ,
M
L
IMATED COST:
ONTRACTUAL: $ 1"triT -��'
JCIDENTAL : S 131.iin
DTAL S ' Ir1;, ._10
'RCE OF FUNDS:
APPROVED BY
BIDS TO • BE SECURED FOR
I iitrievu Isubmorgbd Bulldozer
dnd truck tt Virginia Key ea
per Memorandum attached
ADVERTISE ON
BIDS TO BE RECEIVED ON
DIRECTOROFISSUING DEPARTMENT
fined in by
:NDITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INVOLVED
ECT CODE
AID CODE
.OIMtiS TO: Purchasing (Qrg.) City Manager -- City Clerk Expenditure Control
‘o43- REV, 74 WHITE GREEN PINK CANARY
EXPENOITUd1 CONTROLLER
O'a?�O') ttepartrn-"elt1)-4
- sluing Department-Otber Affected
BLUE GOLDENROD
A(tiotti1 int+tirti°t11
'."rt+tiJtl I1i(I!t .will hti vot'oi lod lty
t`ity l`It rl( I1r lho t ily tit 1 Int'i11t1 1111 16It.01' ttmti
10:6O AJ 4 rinck June 27 497T
ftli' the ti:t.rietttil of il, t3utlmt:tyc:tl bulliit:l-tt:r,t t�cl tirticlt
16 ,1v( UIti;ilitr will► 1I0;0'4 `!;{ttTil it=ttt itlilil �1Vtliltlil..it1
tlltt111, 1't4llit'!il ilt' 1 11t` 11t 1 1 ('t`'' tlf t ll(' I�tn'r•llit!11Ial Atit,Itt
'llt'1'llti!i6I I 1)1V1!#ion IIt'I'a11 Ahil't'i('7111 hi. 1Uf*�,Itiillfll
1 (' 1 t'1111111It' ') %9-iiWI.
-ily. 11f t•litun' I It►t'ittf
.l It, t; r l l!#!; i r,