Loading...
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,