Loading...
HomeMy WebLinkAboutR-84-0435J-84-268 RESOLUTION NO. 84-435 A RESOLUTION ACCEPTING THE BID OF IRWIN- GREENWELL, INC. IN THE PROPOSED AMOUNT OF $265,080.67 FOR BID "C" OF THE PROPOSAL, FOR OVERTOWN HIGHWAY IMPROVEMENT - PHASE I IN OVERTOWN HIGIiWAY IMPROVEMENT - PHASE I DISTRICT H-4492; WITH MONIES THEREFOR ALLOCATED FROM THE "OVERTOWN STREET IMPROVEMENTS - PHASE I" ACCOUNT IN THE AMOUNT OF $265,080.67 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $37,111.33 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT OF $5,302.00 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 SUBJECT TO THE AVAILABILITY OF FUNDS WHEREAS, sealed bids were received March 8, 1984 for OVERTOWN HIGHWAY IMPROVEMENT - PHASE I in OVERTOWN HIGHWAY IMPROVEMENT - PHASE I DISTRICT H-4492; and 1%1HEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from Irwin-Greenwell, Inc. be accepted as the lowest responsible and responsive bid; WHEREAS, the Capital Improvements Appropriation Ordinance No. 9534, as amended, was adopted on December 9, 1982, and monies have been allocated for the proposed amount of the contract, project expense, and incidentals from the account entitled "Overtown Street Improvements - Phase I", as set forth under Section IX.C. (i) 13. (a) & (b) , of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The March 8, 1984 bid of Irwin-Greenwell, Inc. in the proposed amount of $265,080.67 for the project CITY COMMMISSION MEETli`dC^ OF APR 5 )984 S4-4351 REL1AkhS_ entitled OVERTOWN HIGHWAY IMPROVEMENT - PHASE I in OVERTOWN HIGHWAY IMPROVEMENT - PHASE I DISTRICT 11-4492, for Bid "C" of the proposal based on unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $265,080.67 is hereby allocated from the account entitled "Overtown Street Improvements - Phase I" to cover the cost of said contract. Section 3. The additional amount of $37,111.33 is hereby allocated from the aforesaid fund to cover the cost of project expense. Section 4. The additional amount of $5,302.00 is hereby allocated from the aforesaid fund to cover the cost of such incidental items as advertising, testing laboratories, and postage. Section 5. The City Manager is hereby authorized to enter into a contract on behalf of The City of Miami with Irwin-Greentaell, 1.11c. foz- OVI,RTOP;N HIGHWA5' IMPROVEMENT - PHASE I in OVERT01 N HTGIIPdAY TMPROVEMENT - PHASE T DISTRICT H-4492, Bid "C" of the proposal, subject to the availability of funds. PASSED AND ADOPTED this 5th day of April , 1984. Maurice A. Ferre M A Y O R ATTEST: Q C'ly erk PREPARED AND APPROVED BY: Deputy City Attorney APPROVED AS TO FOR1,1 AND CORRECTNESS: y Attorney 2 - 84-43" 1-7 BID SECURITY naM4Ne towr: Highway ay Tmpr. Ph. I & City Wide _S7nitarjAj K %IDS VjCEIv1,_--M----8, 1984 ewer pr.,vertourn 4-4 TUE OF SECIMITY 70TAL Aw "-I -io-n --P.N.M. Corporation TOTAL $748,315.45 3780 N. W. 22 Ave. "At' 190,631.19 5% BB Miami, Fla 33142 "B" 86,677.54 "D11 174,817.00 7. FRE Construction Co., Inc. TOTAL $7762765.00 6767 N. W. 77 Ave. "Alt 193,311.20 5% BB Miami, Florida 33166 ffBfl 93,093.20 11CII 3 -nqp.lo_ I'D" 170,270.00 TOTAL $1P049;173.00 H.J. Jefferson & Bros. Const.,Inc. ..A" 2357856.50 2910 N. W. 170th Street "B" 115,642.50 NONE Opa Locka, Florida 33056 ttC11 337,520.00 -H—ark-s'-Brothers Company "All $191�667,80 1313 N. W. 97th Avenue "B" 961784, 30 5% BB Miami, Florida 33172 ' IICIJ 307,821.40 "All $175561891,29 M. Vila & Assoc. Inc. ,004,64 100 W. 56 Street IICII 2660872.92 51". BB Hialeah, Florida 330.12 P.J. Constructors, Inc. "All $2341548.00 4100 S.W. 70 Court "B" 116,571.00 Miami, Florida 33155 IICII 371,187.00 Itwin-Greenwell, Inc. VICII $2651080.67 $151000.00 BB P. 0. Box 507 Jonestead, Florida 33090 Toe Reinertson Equipment Co, 'ID" $163,70.00 2027 N. W. 7th Avenue 5% BB Miami, Florida atup to (tjlL td t6fatkk tL day of J 84, �1 CITY OF MIAMI, FLORIDA , � .� INTER -OFFICE MEMORANDUM TO. Howard V . Gary City Manager DATE: March 15, 1984 F,,E:B-4492-C SUBJECT: OVERTOWN HIGHWAY IMPROVEMENT - PHASE I - H-4492 - Resolution Awarding Contract FROM: REFERENCES: Do -a (For Commission Meeting of Director of Public Works ENCLOSURES: April 5, 1984) The Department of Public Works has determined a low bidder for the OVERTOWN HIGHWAY IMPROVEMENT - PHASE I in OVERTOWN HIGHWAY IMPROVEMENT - PHASE I DISTRICT H-4492. The proposed attached resolution accepts the bid received March 8, 1984 of Irwin- Greenwell, Inc. in the amount of $265,080.67, and authorizes the City Manager to enter into a contract on behalf of the City. Bids were received March 8, 1984 for OVERTOWN HIGH11AY IMPROVE- MENT - PHASE I in OVERTOS;'N HI.GH1, AY IMPROVEMENT - PHASE I DISTRICT H-4492. As reflected in the tabulation of bids, the $265,080.67 bid of Irwin-Greenwell, Inc. is the lowest responsible bid for Bid "C" of the proposal. Funds have been allocated under the "Overtown Street Improve- ments - Phase I" account, and monies are available for the estimated amount of the contract, for project expense, for such items as advertising, testing laboratories, postage. Twenty-five contractors picked up plans and specifications; 8 contractors submitted bids, of which 3 were Hispanic and 1 Black minority contractors. The engineer's estimate was $273,000.00. , EMP : he Resolution attached cc: M. Alvarez RECOMMENDED BY: Adrienne M. MacBeth Assistant to City Managei 84-43�- H BID AWARD FACT SHEET For The City Manager PROJECT NAME AND LOC TION - OVERTOWN HIGHWAY I14PROVEMENT-PHASE I, B-4492 BID "C" (HIGHWAY) PROJ'C^ SCOPE - Rebuild approximately 0.3 mile of streets in Overtown area. Improvements will include asphalt pavement, concrete curb and gutter, concrete sidewalk, storm sewer facilities and landscaping. ENGI;itER E'STI:•IATED C0?IS7"LRUCTI0-1 COST - $273,000. DATE BIDS REC'EItTED - MARCH 8, 1984 NUMBER OF BIDS RECEIVED - SEVEN {7) NAr-F- OF LO'J BIDDER - IR14IN - GREENWELL, INC. A"10U1dT Or LOW BID - $265 , 080 . 67 TOTAL FUNDS TO BE ALLOCATED Ccntr _ -t : $265 , 080.67 Project Expense: 37,111.33 Incidentals: 5,302.00 Sub cta' S Total $307,494.00 i LENGTH OF TT'- �- ALL'W=-D F0-R CO:.STRUC'T'ION - EIGHTY (80) WORKING DAYS SOURCE OF FUtdDS - HIGHWAY AND STORM SEWER G.Q. BOND FUNDS Capital Appropriation Ordinance 9534, IX.C.(i)13(a)&(b) Form PW #389 1; 81 Prepared by: D. C. Brenner 3/14/84 84-43 AOL OVERTOWN HIGHWAY IMPROVEMENT - PHASE I (BID "C") JOB NO. B-4492 CONTRACTOR'S FACT SHEET I. Irwin - Greenwell, Inc. P.O. Box 507 Homestead, FL 33090 Phone: 248-1428 II. Principals: Sandy Greenwell, President Donald Sweeney, Secretary III. Contractor is properly licensed and insured IV. Subcontractors: None required at this time V. Experience: 10 years Dade County $247,500 Dade County 100,000 VI. Not a minority contractor VII. 17 advertisements mailed out by certified mail 114 advertisements mailed out by regular mail 25 contractors picked up plans and specifications (minorities: 9 Hispanic 4 Blacks) 8 contractors submitted bids (minorities: 3 Hispanic 1 Black) March 14, 1984 e 84-43v" lli i it li'lli, �iiiIVYY!YVYVVIYitldiitl6IViiVY'IlIIY�tlIiIIViVIY('��'illiii�liitldi�Vl�lll'Il�i�'I�yI��VI�iiVlf� ' � , S 1 �� t � � .l '. 4 � t + �•• t i' , . �� a 3f .41� . j �,•��f},, '. ;r' }r I �> �' }�`r , ,t :r. r �r � [.. a r�:ir1, ri 1.,..��r. �� , TABULATION OF 89QS FOR Ov �^''�? N l-1 Y� H,�,,.tiY�_ l i*_ i �e `�__ { ` � .-_- �' - •�' t �? — 51501 TCierk, mm,ssion, C-, F�certied by the C,ty C y CitY of 15iomir Flori�a a9 '— `'• l' --, /` Y•J:�—_ �/_._ —_ L,[rntru ii. lnsv•rd ,%,_-`-� ( / i F is JU . ✓ J �J` /'G / r•^ r /'G ��' "� r' /J" �t147 h/O 'q 0 ^. _ '.� r .IY.� l ../ r4 r •"✓• ^ •� •! ! _- -i''i n ^t -�1J 0 I IdJ T , >J„i .t ?...'� I // /%—r/G/�., E /✓' /,i-^, _ /,r_'' „r %' �.,;�/ %�', ✓.%'3 �v I ' �:/7 7 J+ ^r 1 IRREC JL��ITIES=EGEND cot.,+ol r, Svrolvt of Bondrnp Company �� C _ CLrrt[ff.� Grrfnt•On3 Froposol Unsrpned or improperly S+9ntl or NO CorpOfcte Seol kF_ Imprope, Brd Bond k Corrected B,d 1 _ ' &7 /r O/ri..a // Q= Y~J/c�v.; %;i,J i J r h/n ilZ B 1 D 93—B4 —il`T