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