HomeMy WebLinkAboutR-85-0015J-85-13
RESOLUTION NO. 85-15
A RESOLUTION ACCEPTING THE BID OF P.N.M.
CORPORATION IN THE PROPOSED AMOUNT OF
$389,649.94 TOTAL BID OF THE PROPOSAL, FOR
CITY WIDE HIGHWAY IMPROVEMENT -PHASE I, WITH
MONIES THEREFOR ALLOCATED FROM THE "CITYWIDE
PAVING IMPROVEMENTS" ACCOUNT IN THE AMOUNT OF
$389,649.94 TO COVER THE CONTRACT COST;
ALLOCATING FROM SAID FUND THE AMOUNT OF
$54,550.06 TO COVER THE COST OF PROJECT
EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT
OF $79793.00 TO COVER THE COST OF SUCH ITEMS
AS ADVERTISING, TESTING LABORATORIES, AND
POSTAGE; ALLOCATING FROM SAID FUND THE AMOUNT
OF $2,260.00 TO COVER INDIRECT COST; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT WITH SAID FIRM; AND DIRECTING THE
CITY CLERK TO PUBLISH A NOTICE OF PUBLIC
HEARING FOR OBJECTIONS TO THE ACCEPTANCE BY
THE CITY COMMISSION OF THE COMPLETED
CONSTRUCTION BY P.N.M. CORPORATION OF CITY
WIDE HIGHWAY IMPROVEMENT -PHASE I, B-4497 AT
N.W. 26 STREET (14-17 AVENUES) AND S.W. 10
STREET (12-14 AVENUES) UPON SATISFACTORY
COMPLETION OF SAID CONSTRUCTION; SAID NOTICE
TO BE PUBLISHED IN COMPLIANCE WITH THE
PROVISIONS OF RESOLUTION NO. 84-45, ADOPTED
JANUARY 19, 1984, CONCERNING THE PUBLICATION
OF CITY NOTICES.
WHEREAS, sealed bids were received December 13, 1984 for
CITY WIDE HIGHWAY IMPROVEMENT -PHASE I; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid received from P.N.M.
CORPORATION be accepted as the lowest responsible and responsive
bid; and
WHEREAS, monies are available for the proposed amount of the
contract, project expense, incidentals and indirect cost from the
account entitled "CITYWIDE PAVING IMPROVEMENTS" account, as set
forth under Section 4.A Street Improvements .21 of the 84-85 C.I.
ordinance; and
WHEREAS, the City Charter requires the publication of a
notice of public hearing for objections by persons interested in
or affected by said improvement as to the acceptance thereof by
the Commission upon satisfactory completion of said improvement;
CITY COMMISSI( .�j
MEETING OF
JAN 10 Imo$
ON No. V5w15
-_ �Uk1AAlG�1.
4
U
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The December 13, 1984 bid of P.N.M. Corporation
in the proposed amount of $389,649.94 for the project entitled
CITY WIDE HIGHWAY IMPROVEMENT -PHASE I for the total bid of the
proposal, based on unit sum prices, is hereby accepted at the
price stated therein.
Section 2. The amount of $389,649.94 is hereby allocated
from the account entitled "Citywide Paving Improvements" to cover
the cost of said contract.
Section 3. The additional amount of $54,550.06 is hereby
allocated from the aforesaid fund to cover the cost of project
expense.
Section 4. The additional amount of $7,793.00 is hereby
allocated from the aforesaid fund to cover the cost of such
incidental items as advertising, testing laboratories, and
postage.
Section 5. The additional amount of of $2,260.00 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 P.N.M.
Corporation for CITY WIDE HIGHWAY IMPROVEMENT -PHASE I, total bid
of the proposal.
Section 7. Subject to a report by the City Manager stating
that P.N.M. Corporation has satisfactorily completed the
construction of improvements designated as CITY WIDE HIGHWAY
IMPROVEMENT -PHASE I, at N.W. 26 Street (14-17 Avenues) and S. W.
10 Street (12-14 Avenues), 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 hear any
- 2 -
85-w15
A
objections by persons interested in or affected by City
Commission acceptance of the completed construction of CITY WIDE
HIGHWAY IMPROVEMENT -PHASE I, at N. W. 26 Street (14-17 Avenues)
and S. W. 10 Street (12-14 Avenues).
Section 8. The notice directed to be published in Section 7
of this resolution shall be published in compliance with the
provisions of Resolution No. 84-45, adopted January 19, 1984,
concerning the publication of City notices.
PASSED AND ADOPTED this loth day of January 1985.
ATTEST:
4RRA01H
G. ONGIE, CITY C K
PREPARED AND APPROVED BY:
ROBERT F. CLARK
DEPUTY CITY ATTORNEY
APPROVED
L V V i n M. YV V Y
CITY ATTORNEY
D CORRECTNESS:
- 3 -
Maurice A. Ferre
M A Y 0 R
85-15
/ 4f: �_•
% L
t
BID SECURITY f
y Highway P 0et 0101 RECIM December 13, 1984 11:00PM
City Wide Hi hwa Improvement Ph. I(B-449.7)
TYPE OF l;EC=Tr
aloof
TOTAL
"Owl
� r
P.N.M. Corporation
3780 N. W. 22 Avenue
Miami, Fl 33142
$391,449.94
5%
BB
P.J. Construction,Inc.
4100 S. W. 70th Court
Miami, Fl 33155
$415,546.94
5%
BB
Marks Brothers Co
1.313 N. W. 97th Avenue
Miami, Fl 33172
$421,040.40
5%
BB
MIRI Construction
7340 S. W. 121 Street
Miami, F1 33156
$427,244.44
5%
BB
Garcia Allen Const. Co., Inc
P. 0. Box 876
Miami, F1 33144
$478,766.75
5%
BB
South Florida Paving Contractors,I
8181 N. W. 91 Terr. Unit #10
Miami, Fl 33166
.
$485,646.00
Bid Bond
Voucher
j)- pr-1j,
0,4
Rss�i !�� si���r rswl��� sl»ek• fbi� rsr sf I&=�
10R ACCOUNTING 01VOWN
BID SECURITY
City Wide Highway Improvement Ph. I(B-4497) (PATE mot " CE1VEb.December 13, 1984 1woo
1:00PM
TYPE OF SECMUT'r
DINER
TOTAL
"DWI
P.N.M. Corporation
3780 N. W. 22 Avenue
Miami, F1 33142
$391,449.94
5%
BB
P.J. Construction,Inc.
4100 S. W. 70th Court
Miami, F1 33155
$415,546.94
.
5%
BB
Marks Brothers Co
1313 N. W. 97th Avenue
Miami, F1 33172
$421,040.40
5%
BB
MIRI Construction
7340 S. W. 121 Street
Miami, F1 33156
$427,244.44
5%
BB
Garcia Allen Const. Co., Inc
P. 0. Box 876
Miami, Fl 33144
$478,766.75
5%
BB
South Florida Paving Contractors,I
8181 N. W. 91 Terr. Unit #10
Miami, F1 33166
.
$485,646.00
Bid Bond
Voucher
J/)- � .-�.j-",*
�ss•t�i �� �s�r rsw11�� sMsk� Nits rsy � _ ��i�■�
00m
10R &CCOYNTINO DIMON
v�—
• Bid No. 84-85-28
ADVERTISEMENT FOR BADS
Sealed bids for construction of CITY WID9;'Ei HiWAY IMPROVEMENT -
PHASE I, B-4497 will be received by the City Maha'a hand the City
Commission of _ the City_ of Miami, Floridap .at �1.0 a.m. on the-
1
31vh day of December, 19$`) at the �'.�.tya ,�mtnis�ifln chamb,,
first floor of the—MIA5 ?ity Hall, 3500 Pan American Drive,
Dinner Key, Miami, Floridan 33133, at which tifne and place they
will be publicly opened and read.
Briefly, the project will include the construction of
approximately 0.5 mile of street at N.W. 26 Street (14-17 Avenue)
and S.W. 10 Street (12-14 Avenue).
Construction will include the following: clearing and grading,
construction of asphaltic pavement, concrete curbs and/or
gutters, concrete sidewalk, storm sewer facilities and
landscaping. The engineer's estimate for this project is
$400,000. The project will be divided into two phases, estimated
as follows: Bid "A" - $180,0009 Bid "B" $220v00O- New
requirements will allow bidders to furnish a performance bond in
accordance with Resolution No. 84-423 and a bid bond in
accordance with Resolution No. 84-873.
For technical questions regarding the plans and specifications
please contact William A. Mackey, P.E., Highway 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
obtained from the office of the Director, Department of Public
Works, 275 N.W. 2 Street, (4th floor), Miami, Florida, on or
after November 15, 1984. There will be a $20 refundable deposit
required for each set. Deposits will be refunded only upon
return of plans and specifications, unmarked and in good
condition, within two (2) weeks after opening of the bids.
Prospective bidders are alerted to the provisions of Ordinance
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 754-4903 or Allied Black Contractors Association, Inc:,
6118 N.W. 7 Avenue, telephone 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-4497, Req. o673)-
Ralph G. Ongie
City Clerk
•`" Bid No. 84-85-28
ADVERTISEMENT FOR BIDS
Sealed bids for construction of CITY WfA",,Irahior74and
HWAYyIMPROVEMENT -
PHASE I, B-4497 will be received by the City the City
Commission of the of Miami, Floridat at,<11:� a.m. on tF�e
T3t1i day _ of December, 19 �; at the i',�.t t.�.. mmiss;s�ti Ch ma_h......�a-t
first floor of t17Ly --y-I-cl- ii -City Hall, 3500 'Pan American Drive,
Dinner Key, Miami, Floridan 33133t at which tibe and place they
will be publicly opened and read.
Briefly, the project will include the construction of
approximately 0.5 mile of street at N.W. 26 Street (14-17 Avenue)
and S.W. 10 Street (12-14 Avenue).
Construction will include the following: clearing and grading,
construction of asphaltic pavement, concrete curbs and/or
gutters, concrete sidewalk, storm sewer facilities and
landscaping. The engineer's estimate for this project is
$400,000. The project will be divided into two phases, estimated
as follows: Bid "A" - $180000, Bid "B" $220,000. New
requirements will allow bidders to furnish a performance bond in
accordance with Resolution No. 84-423 and a bid bond in
accordance with Resolution No. 84-873-
For technical questions regarding the plans and specifications
please contact William A. Mackey, P.E., Highway 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
obtained from the office of the Director, Department of Public
Works, 275 N.W. 2 Street, (4th floor), Miami, Florida, on or
after November 15, 1984. There will be a $20 refundable deposit
required for each set. Deposits will be refunded only upon
return of plans and specifications, unmarked and in good
condition, within two (2) weeks after opening of the bids.
Prospective bidders are alerted to the provisions of Ordinance
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 754-4903 or Allied Black Contractors Association, Inc:,
6118 N.W. 7 Avenue, telephone 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-4497, Req. 0673).
Ralph G. Ongie
City Clerk
85-15
t
ham.
nnip
REOUISITION FOR ADVERTISEMENT This number must appear
_. in the advertisement.
` DEPTIDIV. ^ '
µ. ACCOUNT CODE - i L' `I
DATE L PHONE APPROVED BY:
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement times.
(number of times) '
E
f
Type of advertisement: legal classified display
(Check One)
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
13
1 11718
1 125134
39142
45
50
51 56
57 62
63 65
66 71
0
1
2
1411
V
P
2
101212
8171
1
2
314
7
8 V P 12
3114115
DESCRIPTION
36
64 DISCOUNT69
72
AMOUNT 80
5
2
0
0
2
0
1
White — Purchasing
Approved for Payment
Green — Finance Pink — Department
S 45 , p
t
85-15
ip
I
16
TO:
FROM:
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
Randolph B. Rosencrantz
City Manager
Donald W. Cather
Director
o,,-�yi11� Works
OATS: December 20, 1984 FiLC B-4497
SUBJECT: CITY WIDE HIGHWAY IMPROVEMENT -
PHASE I
REFERENCES: (For Commission Meeting of
January 10, 1984)
ENCLOSURES:
The Department of Public Works has determined a
low bidder for the CITY WIDE HIGHWAY
IMPROVEMENT -PHASE I. The proposed attached
resolution accepts the bid received December
13, 1984 of P.N.M. Corporation in the amount of
$389,649.94 and authorizes the City Manager to
enter into a contract on behalf of the City.
Bids were received December 13, 1984 for CITY WIDE HIGHWAY
IMPROVEMENT -PHASE I.
As reflected in the
tabulation of bids, the $389,649.94 bid of
P.N.M. Corporation is
the lowest responsible bid for
the total bid
of the proposal.
E;
Funds have been allocated under the "Citywide Paving
Improvements"
account, and monies are
available for the estimated
amount of the
contract,for project
expense, for such items as
advertising,
=r
testing laboratories,
and postage.
Fourteen contractors picked up plans and specifications (minority
contractors: 7 hispanic, 2 black); 6 contractors submitted bids
(minority contractors: 4 hispanic, 0 blacks). The engineers
1 stimate was $400, 000.
` EMP•mw
V
RECOMMENDED BY.
r enne M. MacBeth
T Assistant to City
City Manager
Resolution attached
cc: Agenda Office
CITY WIDE PAVING PROJECT -PHASE I
JOB NO. B-4497
CONTRACTOR'S FACT SHEET
P.N.M. Corporation
3780 N.W. 22 Avenue
Miami, FL 33142
( 305 ) 634 -3135
Principals: Pedro Narango-Muller - President
Tere31ta Naranjo - Vice President
Contractor is properly licensed and insured
Subcontractors:
Experience: 8 years
Little Havana C.D. Street Improvement-Ph.I
$107,292
Edison -Little River Commercial Center C.D.
Beautification - Phase II
143,709
Edison -Little River Commercial Center C.D.
Beautification - Phase I
95,400
Allapattah C.D. Paving Project
282,955
Lummus Park Area C.D. Paving Project
11,385
Buena Vista Highway Improvement
1,1501000
Allapattah Mini Park
63,000
UPARR - Handicapped Access Improvements -
Package "C"
299300
Hadley Park - Tennis Courts
125,000
A minority contractor (Hispanic)
315 advertisements mailed out by regular mail
14 contractors picked up plans and specifications
(minorities: 7 Hispanic
2 Black)
6 contractors submitted bids
(minorities: 4 Hispanic
0 Black)
Dec 20, 1984
r..
BID AWARD FACT SHEET
FOR THE CITY MANAGER
PROJECT NAME AND LOCATION-- CITY WIDE HIGHWAY IMPROVEMENT -PHASE I, B-4497
N. W. 26 Street (14-17 Avenues) and S. W. 10
Street (12-14 Avenues)
PROJECT SCOPE - Rebuild approximately 0.5 mile of residential street.
Improvements will include asphaltic pavement, concrete
sidewalk, concrete curbs and/or gutters, storm sewer
facilities and landscaping.
ENGINEER ESTIMATED CONSTRUCTION COST - $400,000
DATE BIDS RECEIVED - December 13, 1984
NUMBER OF BIDS RECEIVED - Six (6)
NAME OF LOW BIDDER - P.N.M. Corporation
AMOUNT OF LOW BID - $3899649.94
TOTAL FUNDS TO BE ALLOCATED
Contract:
$3899649.94
Project Expense:
54,550.06
Incidentals:
79793.00
Subtotal:
451093.00
Indirect Cost:
20260.00
Total $454 , 25 3.00
LENGTH OF TIME ALLOWED FOR CONSTRUCTION - EIGHTY (80) WORKING DAYS
SOURCE OF FONDS - HIGHWAY AND STORM SEWER GENERAL OBLIGATION BOND FUNDS
CAPITAL APPROPRIATIONS ORDINANCE, SECTION 4.A.21
Prepared By:
D. C. Brenner
12/17/84
ss-15