HomeMy WebLinkAboutR-83-1098rw i
J-83-1055 # 6
RESOLUTION NO. 83-1098
A RESOLUTION] ACCEPTING THE BID OF
ROB -EL CONSTRUCTION CORP. IN THE
PROPOSED AMOUNT OF $118,903.44,
TOTAL BID OF THE PROPOSAL, FOR
LATIN QUARTER PAVING PROJECT -
PHASE III; WITH MONIES THEREFOR
ALLOCATED FROM A FEDERAL E.D.A.
GRANT IN THE AMOUNT OF $118,903.44
TO COVER THE CONTRACT COST;
ALLOCATING FROM SAID FUND THE
AMOUNT OF $15,457.56 TO COVER THE
COST OF PROJECT EXPENSE; ALLOCATING
FROM SAID FUND THE AMOUNT OF $2,378
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
WHEREAS, sealed bids were received November 15,
1983 for LATIN QUARTER PAVING PROJECT - PHASE III; and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid received
from Rob -El Construction Corp. be accepted as the lowest
responsible and responsive bid;
WHEREAS, monies are available for the proposed
amount of the contract, project expense, and incidentals
from a Federal E.D.A. Grant to project no. 04-01-18017;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION
OF THE CITY OF MIAMI, FLORIDA:
Section 1. The November 15, 1983 bid of Rob -El
Construction Corp., in the proposed amount of $118,903.44,
for the project entitled LATIN QUARTER PAVING PROJECT -PHASE
III, for the total bid of the proposal, based on unit
prices, is hereby accepted at the price stated therein..
Section 2. The amount of $118,903.44 is hereby
allocated from a Federal E.D.A. Grant to project
No. 04-01-18017 to cover the cost of said contract.
CITY COMMISSION
MEETING OF
D E C p8 1983
RESOLU110i,
REMARKS.
Section 3. The additional amount of $15,457.56 is
hereby allocated from the aforesaid fund to cover the cost
of project expense.
Section 4. The additional amount of $2,378 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
Rob -El Construction Corp. for LATIN QUARTER PAVING PROJECT -
PHASE III, total bid of the proposal.
PASSED AND ADOPTED this 8th day of December ,
1983•
ATTEST:
ALPH G. ONGIE, CITY CLEW
PREPARED AND APPROVED BY:
/Jto" 57. &01r'*e
OBERT F. CL RK
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
SE G RCI -PED ROSA
CCITY
ATTORNEY
Maurice A. Ferre
M U I E A. FERRE
MAYOR
-2-
83-1098
..... ...... .....n.w..+:=.m•.s-rra'AirWUT?`a#'etie?:"i.`a..'.ir "'�l' ...:a,:T �t�;� _ -
CITY OF MIAMI, PLORIDA
INTER-CFFICE MEMOPANDUM
To: Howard V. Gary DATE. November 22, 1983 Frtc. B-4455
City Manager
SUII.1E::: LATIN QUARTER PAVING
PROJECT - PHASE 11I -
Resolution Awarding
Contract
rRCM'{� REFERENCES:
(For Commission Meeting
�ather ENCLCSURES: of December 8, 1983 )
-Director of Public ;forks
The Department of Public Works recommends
adoption of the resolution accepting the
bid received November 15, 1983 of Rob -El
Construction Corp. in the amount of
$118,903.44; and authorizing the City
Manager :o enter into a contract on behalf
V +r �V7 i 4�
Bids were received November 15, 1983 for rebuilding four intersections
listed above. Construction will include asphaltic pavement, concrete
curb and gutter, decorative brick sidewalk, concrete header, decorative
street lighting, storm drainage modifications and landscaping, at S.W. 5
Street at 13, 149 15 and 16 Avenues.
As reflected in the tabulation of bids, the $118,903.44 bid of Rob -El
Construction Corp. is the lowest responsible bid for the total bid of
the proposal.
Funds have been allocated under the a Federal E.D.A. Grant for the
estimated amount of the contract, for project expense, and for such
items as advertising, testing laboratories, and postage. .
Twenty-one contractors picked up plans and specifications; 3 contractors
submitted bids; one of whi:h was a Hispanic minority contractor. The
engineer's estimate was $112,000.
r_MP,.az:
Resolution attached
83-1098
LATIN QUARTER PAVING PROJECT - PF-A-SE III
JOB NO. B-4455
CONTRACTOR'S FACT SHEET
Z. Rob -El Construction Corp.
5671 N.W. 78 Avenue
:Ziami, FL 33166 Phone: 592-6429
11. Principals: R. D. Hall - President
Elinor hall - Secretary
IV. Subcontractors: none required
V. Experience: 16 years
Dade Count; HUD 8300,000
Miami -Dade Water & Sewer Authority 500,000
ZLnor - Phase II 300,OCO
VZ. Not a minority contractor
V.I. 25 advertisements mailed out by certified mail
62 advertisements mailed out by regular ma-41
21 contractors picked up plans and speci-fications
4 contractors submittea bids
83-1098
BID AWARD FACT S
For Tne City Manager
PROJEC'+ NAME AND LOC TION - LATIN QUARTER PAVING PROJECT -PHASE III,-B4455
S.W. 5 Street at 13, 14, 15 and 16 Avenues.
PROJECT SCOPS - Rebuild four intersections listed above. Construction
will include asphaltic pavement, concrete curb and gutter,
decorative brick sidewalk, concrete header, decorative
street lighting, storm drainage modifications and land-
scaping.
ENGINEER ESTIMAT-- D CO:dSTRUCTION COST - $112 , 000
DATE BIDS RiCLIVED - NOVEMBER 15, 1983
NUMBER OF BIDS RECEI-i-ED - THREE 0)
�1T �:CNST3L'CI'I•C:1 :�Rpnp..T �__^i
AMOUNT OF LOFT BID - $118,903.44
TOTAL FUNDS TO BE ALLOCATED
118, 903.44
Project Expense: 15,457.56
Incidentals: 2,378.00
Total $ 136,739.00
LE:rG71 GF '_"�' AL C�r_7 FOR, CC.:STRUCTION - NINETY (90) CALENDAR DAYS
SOURCE OF FUNDS - FEDERAL E.D.A. GRANT
83-1098
TABULATION OF BIDS FOR
K PA V TrT,- B - 4,�. 5.5
4,
City Manager, City Clerk * -.0e) P.M.
- tj V
Received by the City Commission, City Cl k, City of miarni. Florida 01.
Bidd.r
Licensed & Insured as Per City Code S Metro Ord.
-BJ.—dBond Amount'
Roo -,E I- '�Z elV6 T v.5 1OEM`
Irregularities
7'07'AJ- 15/0
G, 44-6.-4"
1345
- -----------
..... .......... . .
0ox 040
IRREGULARITIES LEGEND
Power- of. Attorney
8 No Affidavit as to Capitol Surplus of Bonding� C.I.p'orwy,
C- Corrected Extensions
Proposal Unsigned or improperly Signed or No Corporate Seat
IT IS RECOMMENDED THAT -;-�246=71 Ze-
.04
7-0 r -4
X
Y
el-0 awd carrecl &,e,1,4
//,7e 4$44
BID e3-64-:il
E'
F�
�-_-`Improper Bid Band
7
Prop. Sys
Joe No.
fY 046-
0
0 4