Loading...
HomeMy WebLinkAboutR-82-01381 T i RESOLUTION NO . 8 2 " 8 A RESOLUTION ACCEPTI14G THE BID OF WILLIAMS PAVING CO., INC. IN THE PROPOSED AMOUNT OF $94o,691.33, TOTAL BID OF THE PROPOSAL LESS 2% DISCOUNT OFFERED ON ALL BID ITEMS EXCLUDING ITEMS FOR SPECIAL PROVISIONS, FOR LATIN QUARTER PAVING PROJECT - H-4454 - PHASE II; WITH MONIES THEREFOR ALLOCATED FROM THE "CAPITAL IMPROVEME14T FUND" II1 THE AMOUNT OF $94o,691.33 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $103,467.67 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT OF $18,814.00 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABO- RATORIES, AND POSTAGE; ALLOCATING FROM SAID FUND THE AMOUNT OF $39,011.00 TO COVER THE INDIRECT COST; AND AUTHORIZING 3 THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM I' I� WHEREAS, sealed bids were received February 1, 1982 for LATIN QUARTER PAVING PROJECT - PHASE II; and WHEREAS, the City Manager reports that the bid of Williams Paving Co., Inc. for $940,691.33, total bid of the proposal less 2% discount offered on all bid items exclud- ing items for Special Provisions, is the lowest responsible bid and recommends that a contract be awarded to said firm; and WHEREAS, the Capital Improvements Appropriation Ordinance No. 9353 was adopted on November 19, 1981, and monies are available for the proposed amount of the contract, project expense, incidentals, and indirect cost from the account entitled "Capital Improvement Fund", as set forth under Section IX, Item B(ii)3, of said ordinance; and WHEREAS, the LATIN QUARTER PAVING PROJECT - PHASE II is an element of the work the City agreed to accomplish under the U. S. Department of Commerce Economic Development matching "Latin Quarter" Grant accepted under authorization of Resolution No. 79-673• CITY COMMISSION MEETING OF F E B 1 1 1982 —1� motutaN No. �......�,,.. ...............»........... A 14 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The February 1, 1982 bid of Williams Paving Co., Inc. in the proposed amount of $940,691.33 for the project entitled LATING QUARTER PAVING PROJECT - PHASE II, for the total bid of the proposal less 2% discount offered on all bid items excluding items for Special Provisions, based on unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $940,691.33 is hereby allo- cated from the account entitled "Capital Improvement Fund" to cover the cost of said contract. Section 3. The additional amount of $103,476.67 is hereby allocated from the aforesaid fund to cover the cost of project expense. Section 4. The additional amount of $18,814.00 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 $39,011.00 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 Williams Paving Co., Inc. for LATIN QUARTER PAVING PROJECT - PHASE II, total bid of the proposal. PASSED AND ADOPTED this 11 day of FEBRUARY, 1982• MAURICE A. FERRE ATTEST: M A Y O R 'ty Clerk PREPARED AND APPROVED BY: 7A9yr� S TO FORM'-A� CORRECTNESS: 6t'yCity Attorney ty Attorne - 2 - 82-138 7 Howard V. Gary City Manager February 3, 1982 B-4454 LATIN QUARTER PAVING PROJECT - PHASE II Resolution Awarding Contract Donald W. Cather Director of blic Works (For Commission Meeting K* ,� of February 11, 1982) c� The Department of Public Works recomiends adoption of the resolution accepting the w bid received February 1, 1982 of Williams ►J Paving Co., Inc. in the amount of N $940,691.33; and authorizing the City Manager to enter into a contract on behalf of the City of Miami for LATIN QUARTER PAVING PROJECT - PHASE II Bids were received February 1, 1982 for necessary clearing and grading, construction of asphaltic pavement, concrete curb and gutter, concrete sidewalk, decorative brick sidewalk, storm sewer facilities, landscaping and a decorative street lighting system on 5.1%. 6 Street (S.W. 12 Avenue to S.W. 17 Avenue); S.W. 13, 14, 15 and 16 Avenues (S.W. 5 Street to S.'v). 8 Street). As reflected in the tabulation of bids, the $958,460.54 bid is the lowest responsible bid for the total bid of the proposal. A total of 11 bids was received. In addition, the contractor has offered a 2,0 discount on the total bid price (excluding Special Provisions items) to make a reduced total bid price of $940,691.33. Total of funds to be appropriated by the attached resolution is $1,101,993.00. This project is an element of the Maori•: the City agreed to accomplish under the U. S. Department of Commerce Economic Development matching "Latin Quarter" Grant accepted under Authorization of Resolution ido. 79-673. Funds have been allocated from the "Capital Improvement Fund" for the estimated amount of the contract, for project expense, for such items as advertising, testing laboratories, postage, and for indirect cost. EYIP:brm Resolution attached 82-138 .AID AWARD FACT SHEET For The City Manager PROJECT itA14E - LATIN QUARTER PAVING PROJECT - PHASE; II B-4454 E.D.A. GRANT PROJECT #04-01-18017 PROJECT LC'^A^I` A'1n Srnn� - Construct 1.3 miles of streets on S.t'1. 13, 14, 15 '� 16 Avenues (5-8 St.) and S.W. 6 Street (12-17 Avenues). Construction will include asphaltic pavement, concrete curbs and gutters, decorative brick sidewalk, street lighting, storm drainage and landscaping. ENGl:;EEMR ESTIMATED CONSTRUCTIOTJ COST - $1,285,000 DATE RIDS RECEIVED - February 1, 1902 NUMDER OF BIDS RECE'IVED - Eleven (11) NAME OF LO':1 BIDDER - WTLLIAMS PAVING CO., INC. A1i0U11T OF LO':1 BID - $940, 691. 33 (Includes a 20' reduction in bid items) TCTyL FUL JuS TO BE ALLOCATED C-;.,I-_ Project Expense: Incidentals: Total $ 940,691.�3 103,U76.67 18,814.00 �'l, OF2, 982. 00 39,011.00 $1,101,9g3.00 L!7113 OF SOU",(-'.'- OF FU':12.; - FEDERAL P.D. A. GRA1d`?' Form P1:1 #3F9 1/31 - 210 CALEINDAR DAYS 2/3/82 82-138 "41 LATIN QUARTER PAVING PROJECT - PHASE II JOB NO. B-4454 CONTRACTOR'S FACT SHEET I. Williams Paving Company, Inc. 7001 N. W. 84 Avenue Miami, Florida 33166 Phone: (305) 592-5650 II. Principals: S. L. Williams - President Richard Still - Vice -President Clara B. Williams - Secretary III. Contractor is properly licensed and insured. IV. Subcontractors: None V. Experience: 29 years Jefferson Street Paving Project $ 36,061.00 S.W. 22 Street Highway Improvement - Phase III $571,418.00 Grand Ave. Park - C.D. - Courts & Parking Lot (2nd Bidding) $166,175.00 Buena Vista C.D. Paving (Bid "B") $187,623.00 Drainage N. E. 80 Terr. C.D. Paving Project Phase II (Bid "A) Highway $ 56,802.00 VI. Not a minority contractor VII. 84 Advertisements mailed out by regular mail 37 Contractors picked up plans and specifications 11 Contractors submitted a bid 2/3/82 TABULATION OF BIDS FOR LAT!'I'j. ' j0,4� A C:� ,- City Monager, City Clerk Receivrd by the City of Miami, Florida of Bidder Licensed S. Inswed tFd -. Bond -A-r, 1 " v n I —C I 11 wroul ow, r-, t.0. 1 7- 'Yr) Y) f 01,1 2 95,3.4- 9 i n- P),) Vl 7-OT-4 L 4'L-t 7574NJ - F!0: 1,92�5 56/ to, 0 F? r. ("55 To 1 09, 590 ko9.o L 158-9(W ill-G. /�09 1Q,5, 12'r " (:5T L I Te): 7,-gT,3/ r,11-4,ems - 905 4.2,4 10 0 7. 2-0 107 8+22 2 go"'D �:l -99 .101 0. 0 bS 4r 67 �"/5L V "(Wv',,l iLJ I o (,e-4Z 775?2 5 7 5-" 721, 92 8'a-0 07E� tE 740- 9 0 41- 9- 7, r ,-ns /P 8 fhnj 9 7 (is c) (:al. 03 IRREGULARITIES LEGEND A - No Power -of. Attorney IT IS RECOMMENDED THAT A C 0,' ,/ TPA C T 9 B - No Aff-doW as to Capitol 9, SurDlus of Banding Company AVV4 r:-"A9r-C) TO /7,00AIC, Cc- C - Correctej E,tens,ons, 7-44e 707;L- 610 D - Proposal Unsigned or improperly S,gne4 or No Corporate Seal E - r r n�;,/ B2-41 BID G - Improper Bid Bond H _Corrected Bid / A t C9 1.0. Preo. 5'. gelmers rpjf. ez: Lope=1;-= [3-4454 11, i i IIiddet iLicensed 6 Ins- ed I Bid L'ond /.rnavnt 1 Incg.Jont.cs TABULATION OF F31D5 FOR I JU . U4 e TES p!1 VI kIG PiQ,)OJEC T Cit Monayer, City Clerk ? 00 P. M. Z--- - Y City of Aliami, Florida at _ Y Rcce—rJ by the 1 ! / rI Os H —, ir7 I 71.�---�- larder ,ALT. AI n: TcTdl o D ''!O a %ter ••< ^h�F., BUJ;:) 41., Io-O 6, Tyr?:, I IRNEG'JLARITIES LEGEND IT IS RECO.M.M.ENDED THAT A _ No Power -of- A"orney B _ f+o Alf-do•'t as to Cop.tel L Saralvs of Bonding Ccrr•pcnY iC _ Corrected F.rens a^s i p .. Proposol Unsigned or improperly Signe4 or No Corporete Seal — F— r I fr �. Improper Bid Bond H Corrected B,d BID 81-32-41 BID SECURITY BID-81-82-41-LATIN QUARTER PAVING PROJECT STEM PHASE II-EDA PROJECT 4t04-01-18017 DATE BIOS RECEIVED - FF RUARY 1 - 19 TYPE OF SECURITY BIDDER TOTAL. AMOUN T Total Bid GOLDEN EAGLE ENGINEERING CONTRACTORS 13385 NORTHEAST SECOND AVENUE 33161 G FRE CONSTRUCTION CO.INC. $1,159,374.50 1.5% 6767 B,W, 74 AVE WILLIAMS PAVING CO.INC. 958,460.54 2% 7001 N.W. 84TH AVENUE MIAMI,FLORIDA 33166 6 SUNSET ENTERPRISE INC. No bid 7200 SUNSET DRIVE MIAMI,FLORIDA 33143 / D.M.P. CORPORATION $1,033,696.90 10477 S.W. 186 LANE MIAMI, FLORIDA 33157 O RUSSELL INC. 978,999.40 - 13050 N.W. 30 AVE OPALOCKA FL. 33o54 Q GARCIA ALLEN CONSTRUCTION CO.INC. 1,085,157.44 1% / P.O. BOX 876 TAMIAMI STATION MIAMI,FLORIDA 33144 MARKS BROTHERS CO.NOT INC. 1313 N.W. 97TH AVENUE 1,354,418.10 1% ' MIAMI,FLORIDA 33172 . 6 MIRI CONSTRUCTION INC. -•- - 7340 S.W. 121 ST. �� MIAMI,FLORIDA 33156 P.N.M. CORPORATION 1,119,192.14 1% 3501 S.W. 8 ST. (201) 7 MIAMI,FLORIDA 33135 JOE REINERTSON EQUIPMENT CO.'— P.O.BOX 1104 G BUENA VISTA STATION,MIAMI,FL. 3313 A g�--,3a 116 Mlorsr cleivlkcd checks this day •i �o FOR ACCOUNTING DIVIS"3N STATE OF FLORIDA ) COUNTY OF DADE ) CITY OF MIAMI ) I, RALPH G. ONGIE, City Clerk of the City of ' Miami, Florida, do hereby certify that Bids in connection with: LATIN QUARTER PAVING PROJECT - PHASE II Project: Code: 313501-287 i Bid No.: 81-82-41 Job No.: B-4454 were received and properly held in a locked safe until lthe st,1982 prescribed date and time of opening, namely, February at 2:00 P.M. names, addresses and A Bid security List was prepared containing List is specific bids in connection thereu'C1erkSuch Bid Security on file in the Office of the City WITNESS MY HAND and the Official Seal of the City of Miami. SIGNED this 3rd day of February 1982. PH G . 'N / Ci Cl r By: Deputy City Cle (S EAL) Ralph Ongie City Clerk (,rry n, r•116MI, ft_;'3RIiJA December 37_ , 1981 r,t.E B-4454 Receipt of Bids, EDA Requirements Latin Quarter Gran Donald W. Cather P•2y Memorandum of 12-30-81 Director of PublLo ks f1 In my memorandum to you on this same subject, dated December 30, 1981, I indicated you would be receiving these bids on January 29, 1982. Please make note that the date has been changed to February 1, 1982. All other requirements and conditions remain as indicated in my previous memorandum. JHO : rj C? ' /j �J C r Q i-..� C 1—N jd"% Bid No. 81-82-41 ADVERTISEMENT FOR BIDS Sealed bids for the construction of LATIN QUARTER PAVING PROJECT - PHASE It', EDA Project No. 04-01-18017, Miami, Florida, will be received by the City ManagerIand the City Clerk of the City of Miami, Florida no later than 2:00 p.m. on the lst day of February, 1982 in the City Clerk's office, first floor of the Miami City. Hall, 3500 Pan American Drive, Dinner Key, Miami,_ZF orida 33133, at which time and place they will be publicly opened and read. Briefly, the work will include construction of 1.3 miles of streets on: S. W. 13, 14, 15 & 16 Avenues (S. W. 5-8 Streets) S. W. 6 Street (S. W. 12-17 Avenues) Construction will include asphaltic pavement, concrete curbs and gutters, concrete sidewalk, decorative brick sidewalk including concrete header, street li7-htin�7, storm drainage and landscaping. CD All 4ork will be subject to the prevailing, wage rates established by the U. S. Department of Labor and to the Equal Opportunity requirements. 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, fourth floor, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc._ for i)rovidin'; technical assistance in put -tins; together bid packages. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The bidder is alerted, as basis of awarding a contract, that he must agree to make a good faith effort to meet specific goals for minority and female work force participation in each trade on all construction work. In addition be required regulations) contractors residents in contracting or owned in the project. to these measures, contractors and subcontractors will to comply with the provisions of Section 3 (federal which require all developers, contractors, and sub - to create feasible opportunities to employ and train the area of the project, and give preference in sub - and purchasing; of materials to businesses located in substantial part by persons residing in the area of 0 Ralph Ongie City Clerk CITY OF- MIAMI, Fl_c?t IPA 'LATER-0FS-1(1:E MEMC)FtACkIPUM Donald W. Cather D'r 'ctor of is orks le� i December 30, 1981 rrT-E B-4454 Receipt of Bids, EDA Requirements Latin Quarter Grant At 2:00 p.m,, January 29, 1982, you will receive bids (No. 81-82-41) for Latin Quarter Paving Project - phase II. This is for work to be accomplished under a Federal E.D.A. grant project #04.-01-18017. Under the terms of the grant it will be necessary to furnish the following to E.D.A.: 1. A statement signed by you certifying that all bids were received sealed and that they were opened and publicly read in your presence. 2. A copy of official minutes of the bid opening. I request your cooperation in furnishing to my office the above so that we may furnish same to E.D.A. as a condition of their approval for the award for this project. If you have any questions on the above, please contact Joseph H. Owsiak, at extension 6865. JHO : r j -- ys CITY OF MIAM I, FLO10I01A REQUISITION FOR 1..,._ ADVERTISEMENT FOR BIDS N r�. L I DEPTIDIV Public Wor;cr ACCOUNT CODE- Q BID NO. t— .r:— 7 DATE Z PREPARED BY PHONE _i''i51'fs CODE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT. TOTAL ESTIMATED COST: n,`1 , CONTRACTUAL: $ INCIDENTAL �` $ ! TOTAL $ APPROVED BY: 7- QUANTITY REPRESENT$ OEPARTMENT REQUIREMENTS FOR MONTHS BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: ADVERTISE ON BIDS TO BE RECEIVED ON 2 --------------- SOURCE OF FUNDS: 'A G')`'N='! (�r'ctril EXPENDITURE CONTROL: , S i . DIRECTOR OF ISSUING DEPARTMENT FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER I PROJECT CODE_ AD CODE (.0111f:S TO: Purr-hasing (Org.) — City Manager — City Clerk—►:4enditure Control — Issuing Department — Other Affected Department FORM NO IC43 - REV 74 WHITE GREEN PINK CANARY BLUE GOLDENROD Bid No. 81-ERELUE1',' E 7 ADVERTISEMENT FOR BIDS Sealed bids for the construction of LATIN QUARTER PAVING PROJECT - PHASE It, EDA Project No. 04-01-18017, Miami, Florida, will be received by the City Manager and the fity.Clerk.6'f the City of Miami, Florida no later than 2:00 p.m. on the 29t)i;�'" of January, 1982 in the City Clerk's o�T"i°ic;`�'i'irst flgj� r�mi"*. 3500 Pan American Drive, Dinner Key, Miami,, Florida 33133, at which time and place they will be publicly opened and read. Briefly, the work will include construction of 1.3 miles of streets on: S. W. 13, 14, 15 & 16 Avenues (S. W. 5-8 Streets) S. W. 6 Street (S. W. 12-17 Avenues) Construction will include asphaltic uavement, concrete curbs and nutters, concrete sidewalk, decorative brick sidewalk including concrete header, street lir_htin�,,, storm drainage and landscaping. All work will be subject to the prevailing wage rates established by the U. S. Department of Labor and to the Equal Opportunity requirements. 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, fourth floor, •Iiami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc._for providing technical assistance in putting together bid packages. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The bidder is alerted, as basis of awarding a contract, that he must agree to make a good faith effort to meet specific goals for minority and female wort: force participation in each trade on all construction work. In addition to these measures, contractors and subcontractors will be required to comply with the provisions of Section 3 (federal regulations) which require all developers, contractors, and sub- contractors to create feasible opportunities to employ and train residents in the area of the project, and give preference in sub- contracting and purchasing of materials to businesses located in or owned in substantial part by persons residing in the area of the project. Bid No. 81-82-41 ADVERTISEMENT FOR BIDS Sealed bids for the construction of LATIN QUARTER PAVI14G PROJECT - PHASE It, EDA Project No. 04-01-18017, Miami, Florida, will be received by the City Manager and the City Clerk of the City of Miami, Florida no later than 2:00 p.m. on the 29th day of January, 1982 in the City Clerk's office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami,, Florida 33133, at which time and place they will be publicly opened and read. Briefly, the work will include construction of 1.3 miles of streets on: S. W. 13j 14, 15 & 16 Avenues (S. W. 5-8 Streets) S. W. 6 Street (S. W. 12-17 Avenues) Construction will include asnhaltic pavement, concrete curbs and gutters, concrete sidewalk, decorative brick sidewalk including concrete header, street lic-�htinp;, storm drainage and landscaping. All -;cork will be subject to the prevailing wage rates established by the U. S. Department of Labor and to the Equal Opportunity requirements. 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, fourth floor, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. `chose minority or target area contractors/small businesses interested in submitting, bids are advised to contact Contractors Training; and Development, lnc._for providing; technical assistance in putting together bid packages. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the t-,,ork on time. The bidder is alerted, as basis of awarding a contract, that he must agree to make a good faith effort to meet specific goals for minority and female work force participation in each trade on all construction work. In addition to these measures, contractors and subcontractors will be required to comply with the provisions of Section 3 (federal regulations) which require all developers, contractors, and sub- contractors to create feasible opportunities to employ and train residents in the area of the project, and give preference in sub- contracting and purchasing; of materials to businesses located in or o:•rned in substantial part by persons residing in the area of the project.