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.