Loading...
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