Loading...
HomeMy WebLinkAboutR-81-1045RESOLUTION No, ` $1 - 10 4 5 A RESOLUTION ACCEPTING THE BID OF JOE REINERTSON EQUIPMENT CO. IN THE PROPOSED AMOUNT OF $98,4o1.255 BID ""B" (DRAINAGE) OF THE PROPOSAL, FOR WYNDWOOD C.D. PAVING PROJECT PHASE VI; WITH MONIES THEREFOR ALLOCATED FROM THE "HIGHWAY G.O. BOND FUND"" IN THE AMOUNT OF $98,401.25 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $lo,824.75 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT OF $1,968.00 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORA- TORIES, AND POSTAGE; ALLOCATING FROM SAID FUND THE AMOUNT OF $4,080.00 TO COVER THE INDIRECT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS, sealed bids were received November 12, 1981 for WYNDWOOD C.D. PAVING PROJECT - PHASE VI; and WHEREAS, the City Manager reports that the bid of Joe Reinertson Equipment Co. for Bid "B" (drainage) of the proposal, 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 "Highway G.O. Bond Fund", as set forth under Section II, Item C-1, of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The November 12, 1981 bid of Joe Reinertson Equipment Co. in the proposed amount of $98,401.25 for the project entitled WYNDWOOD C.D. PAVING CITY COMMISSION MEETING OF DEC 101981 '�- -� fH.►tN..tNtpttNNtllt.l 45 PROJECT - PHASE VI, for Bid "B" (drainage) of the proposal, based on unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $98,401.25 is hereby allocated from the account entitled "Highway G.O. Bond Fund" to cover the cost of said contract. Section 3. The additional amount of $10,824.75 is hereby allocated from the aforesaid fund to cover the cost of project expense. Section 4. The additional amount of $1,968.00 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 $4,080.00 is hereby allocated from the aforesaid fund to cover the indirect cost. Section 6. The City Manager is hereby authorized to enter into a contract on behalf of The City of Miami r with Joe Reinertson Equipment Co. for WYNDWOOD C.D. PAVING PROJECT - PHASE VI, Bid "B" (drainage) of the proposal. PASSED AND ADOPTED this 10 day of DECEMBER , 1981. ATTEST: ity Clerk PREPARED AND APPROVED BY: A4.0t J} Deputy City Attorney MAURICE A. FERRE M A Y O R APPROVED AS City Attorn CORRECTNESS: a 2 r B D._AWA D.,FACT.�SHEET. Thd City f4hAffA' 4" I CITY OF ` IAMI. rL::) i10A 8r. INTV4-OFFIC5 M5MORANOUM Y� Howard V. Gary CAM: November 231 1981 8-4472� City Manager ?u l::cr WYNDWOOD C.D. PAVING PROJECT �- PHASE VI - BID 11$" (DRAINAGE) Resolution Awarding Contract rRon%_ Doe ta, ld WCath E�`R`'"`=� (For Commission Meeting Dg Q Works of December 10, 1981) E:JfLU �UAES La.s �y �r Q .�, The Department of Public Works recommends adoption of the resolution accepting the bid received November 12, 1981 of Joe «, Reinertson Equipment Co. in the amount of $98,401.25; and authorizing the City Manager to enter into a contract on behalf of the City of Miami for WYNDWOOD C.D. PAVING PROJECT - PHASE VI - BID "B" (DRAINAGE). Bids were received November 12, 1981 for constructing drainage for 0.7 mile of streets in the area bordered by N. W. 29 Street, N. W. 32 Street, N. Miami Avenue, and N. W. 2 Avenue. As reflected in the tabulation of bids, the $98,401.25 bid of Joe Reinertson Equipment Co. is the lowest respon- sible bid for Bid "B" (drainage) of the proposal. The attached tabulation of bids shows Russell, Inc. as the apparent low bidder. However, they submitted an incomplete proposal. Funds have been allocated under the "Highway G.O. Bond Fund" for the estimated amount of the contract, for project expense, for such items as advertising, testing laboratories, and postage, and for indirect cost. JAH:he Resolution attached 81.1045 tJ.0 At/ARD FACT SHEE`i' Ttie City manage PAO���Ty WYNbWbob C.b, PAVIN PE03EdT'P14A8E Vt 13-447� ' t1b 11811 MRAINAW P1k03tCT_ DOCATION Artb_. SCOPE Construct drainage for 0.7 mile of streets in the area bordered by N.W. 29 Street, N.W. 32 Street) N. Miami Avenue and N, W. 2 Avenue, ENGINEER ESTIMATED CONSTRUCTION COST .. $115) 000 DATE BIDS RECSIVED _ November 12, 1981 NUMBER OF BIDS RECEIVED _ Ten (10) NAME OF LOW BIDDER - JOE REINERTSON EQUIPMENT CO. AMOUNT OF L01.4 BID _ $ 98, 401.25 TOTAL FUNDS TO BE ALLOCATED Con`- : 98 401.25 - Project Expense: 10,824.75. Incidentals: 1,968.00 ' Subtata2. • _ till 1 4 00 =n:�_:��ct Cost. 4,0 0.00 Total $115, 274.00 LE'NOT-11 OF r"TNEE, ALL01.1ED FOR CONSTRUCTION - Sixty (60) Working Days SOURCE OF FUNDS - Highway 0: 0. Bond Fund Form P:J #389 1/81 • 1045 .41 WYNDWOOD C. D, PAVINO PHOJtECT = PHASE V! } DID 'tH" (DRAINAGE) s in No. D-4472($) s CONTRACTOW S FACT SHEET I. Joe Reinertson Equipment Company 2027 N.W. 7th Avenue Miami, Florida 33127 Phone: 324--5547 II. Principals: Bruce N. Reinertson - President III. Contractor is properly licensed and insured IV. Subcontractors: None V. Experience: 24 years Northern Drainage Project E-48 $162,000 City Wide Sanitary Sewer Extension Improvement 544,000 Convention Center - Phase II - Site Work 224,000 Convention Center - Phase II - Site Preparation 93,000 Convention Center - Phase I - Site Excavation 88,000 Buena Vista C.D. Sanitary Sewer Modifications 645%000 VI. Not a minority contractor VII. 40 advertisements mailed out by certified mail 44 advertisements mailed out by regular mail 25 contractors picked up plans and specifications 10 contractors submitted bids 11/20/81 ,. .i •le'' gam" ... . ; �i > �.�` Y."_✓�.r� . .wa ? . ... ., ... «' TABULATION OF BIDS FOR 1c10h 4,VA/I7"�/ O�VEG OPM` NT i,:j i//NC/ P.?O✓ C !" �YY"01VOOD City Manager. City Clerk ' �' Nt. i• f P. M. ^ �� the-cii' C�m7ni�zio?r, City Clerk, C;fy o! M;om;; Florida of Fe�eiocd by y.. �� /��•c, � - .J r-c� J �,�FivF,ersm; tV/LL/Ares Pl:�,'/�;.��,Pv��f UdderYam} Y= `rGs �lrs V=.5 '!E5 - „� S lUcensed JS insured - yi 100.00 ��> /� `'%:i . i Gy la s ? :a •S Of�1 ✓ c, e) Sid Z.d .Amaunty- 5 j ,Y • �frlQUl Orttfe� - _-- .;+. /�.�1Li3/D: TO%LI�Ot�.r'S/�Jr d �r�.CC II � � • O: i r •'�' -►;� /%dn7i TJ� � r . OQ .. G.7 � A �,a a .. � yV ..+ G •i a 3.3 2 .i?�:: v r... Z.! 3, . :•%/i :i'9 /vaas�oe.+;✓/rr,,o.!=!s1 °` a"'as G9.'v'' ;tTG�� So ' 3c 76r=. 5_ Y �.:. �t3ya.��!t'•�//Y;�11s1�'SiTaT.��oF'1rt:s�s / '` J ` � - o ����, w�'. �C- �Gr.'•.. %',�..'1.4/� } e�f.�'ll Z0, (�'30 1yJ(_'A'/�JC/ IuyS% 2243.:6. �G 2=r;? 07G. SD 2G0 552.00 25yG/9 • •%o �G�: /(� • O , P' ` ::_ ''-i AID ��'y,(L�//•/1iCr�: JToTdL 0:� lTFyIS ZI 1. -lo/. 4�S, ;'38•a o 9? S�/. a 0 98, S /QZ, 773.0 0 /0-, .31.E 7S / r 7W.L'v 46 IG O 1 vOP_.rC�i/✓�j L1� yS� z-<•���./t:yEt�,i�,t, C�AF?C;1�-�►eLFP/ t Made. L+censed b =insured , Bid Bond •Arn:.unt � ' Urregulori/res _ 7?7TQL L°ID TliT.11L OF /L75 ~LI "4e ! 90lynee'///4Z7Ay15,J 7-:d, -ld =.iS o4�1S1 30/ 4 '02¢1; 2,!� del T�rW 20 (�OaYOrp/�Nr, ' C�--�� ,st �Ip���.�L9Pd/i"�t��� fToTAL aF//•Es1S 2/ �" i%/�II'Ft���O�%Oi2k�iJVfr L�y_:j //% �-�fi•�� / % 0 t cr�v/R/XllTiow �'/d RF�UC'Ti0/J 17 t, ` \ 1 ,l ,JRREGJLA.RITIES LEGEND 1 IT IS RECOMMENDED THAT GON724CE arziIV.-120f_=U T!7 JA- opaarer•o?• Anorney !/oLOENFII4LFENI, eoNT-.MIC.W 771C- AV001tf%''O.�aZf.i;071�.�0 s) a — incomplete Proposal I iC��Correned E.fensro�s Pd,E' �:/U /tl ��/�'%l� <i�%/��NO T!7 ✓J��C'F/�/C:��.'�+': f54✓9c'. CO. apeoposal Unsigned Of improperly Signe? or No Corporcte Seat 71/15 11,10UN7- 0,c' , i 9?, 401. 4.: f'02 f _ Incomplete Bid Bond /✓,F?'VNd ~� . :No Certificate of Competency iG,-Ilmproper Bid Bond 14-Coreected Si CGbaA - T/OV. /3, /98/ iCllKo : /F_l_MF!?t 11 /G 6! RP'wsa: 'by: li/s`1 0 B 1 D u.LLF A Artu rHu r ,otiisbli, The City ManagLSF _..fitAi�t2 WYNDW00R C. b. PAVING ?1103ECT-PHASE VI 4472 Rib R MRAINAW 'ROd�CT .�,OCAi'lON �ND.._SCOPR y Construct drainage for 0.7 mile of streets in the area bordered by N.W. 29 Street, N.W. 32 Streets N. Miami Avenue and N.W. 2 Avenue. ENGIiiuER ESTIMATED CONSTRUCTION COST _ $115 y 000 DATE BIDS RECSIVED _ November 12, 1981 NUMBER OF BIDS RECEIVED Ten (10) NAME OF LOW BIDDER - JOE, REINERTSON EQUIPMENT CO. AVZOUNT OF LOW BID _ $ 98, 4ol. 25 TOTAL FUNDS TO BE ALLOCATED Cont —. act : $ 98, 4ol. 25 - Project Expense: 10,824.75. Incidentals: 1,968.00 Subtot-a1. $ i11,1�4 . oo nc�_�ct Cost. 4,0 0.00 Total $115, 274. o0 LENGTH OF TT_i 7-- ALLOWED FORt CONSTRUCTION - Sixty (60) Working Days SOURCE OF FUNDS - Highway G'. 0. Bond Fund - Form P:J #339 1/81 N v O • ` y ^v t7 � �• V U 1 1 V o s, t Bl-DS FOR ' TABULATION OF tit t E NT • City btonoger, City C c Miomi Floridaot_______P• M. the•C` {t Clerk. Cityol . - , r r./7/':.✓ if'//�i�f.�l. tt�� .Srf11,+7�1 b' .�,`�« �' {t- Gnirmi�sian{ City - — _ r%ectived by zviG rLa. 0=kE/i FP C1 I / L1�4✓ f�1::'! O. �'... CU. _r , e! e F.. /' .,COY `•a J T` 'r V LL/ ' • ,�:- r� '} bidder � y/«�-- � -- •' /t7 �- —• S % v a/o- i -�Es yam• , - 0/,----- iLicensed t insured ,0 1.00 � �% ;s /� `�/�r�• L_ !_� S -..-�- Z,d (3ond ✓�maunt ' ,Y '{ . �1f1e,gUtorA rlA i i OF /DSI:dIleIC� -•aS�64.0 1 I9atYoe V"v;;-,0AtVsl .� t '♦ "•r'r�YlS / 2::93:•6. 5,9G/9.50 j, 1� w2f7 - O Gi?s, —h`i' 2e- /,J00 Bin wit 05 0 p2Go,7.�s �.t/.C'tJ20d (80TYJl-'+lI �y 1 �?� -?"' ,//J J/7•✓V" Or-/TL�'t'%S 2/ i L/D ,( ,,e 1' /Nltg4 )ToTGL . iS /02.7513.00 /O:, �•�L/�a� z•Y'l�C �i �Tt/FIj� \ • 1Af..C;A yidder 'Licensed',& insured ' ,aOJ.0 CU ` ....T- — 11 d 0ond .Amount t Inegulorstfes - 1 OF 6/li5 7VrAL 6/�=7VM D.'J;l S % 7 y� J, 70 =. %✓�' c'`-�'( ` t \ 0TA4,6ffr.�s / a�¢ ' ' 7arpu 2D IfiO lUlJPiJ/VG Od �1Si 1RREGJLp•RITIES SEC -END ,� `�20=•d rC� 111 IT IS RECOMMENDED THAT GONT2LICT'S �- . a ' dl po«,er•o(• Attorney /O,GDEtt/E.'I �sL-F4rA, CONTi? f,%, C. /N T<1C 4,VWA D. 2�1 b 0lef.SO /P �✓ / A T> ✓'I.R'/C'F/,t1c.2T.�GL`: F_DJ. CD • /N t _ Incomplete Proposal fO.E'1. /O-'1 •///r:'l!j if%<iN +C corrected fatenstons 1/.lOG%NT" �,�- ,� 40; B t D ., proposal .Unsigned of improperly Signed or No c6rpofcte Seat Ti% � _ incomplete Bid Bond I i { • { t . i+10 Certificate of Competency t t .i G ,,Ampropef Did Bond A" S� Sib SECURITY Vitip— PrdA edt—MAde. Di't I &lot kketivib—MA-ig. "-A-64 A AMA tkAj,_—.w &some 8k-82-12 ME OF AECWTr VOTAL Ak"If Juelle Brotheraf Inc. Total $335,264.50 7805 Coral Way, Suite #102 A 2290526.50 $21,000 BB Miami, F! 33155 9 10%938,00 - Golden Eagle Engr6 Contr6,Inc* Total $347,637.50 13385 N.E. 2nd Avenue A 2480076.50 5% BB Miami, F1 33161 B 99,561.00 Joe Reinertson Equipment Co. Total $358,753.23 2027 N. W. 7th Avenue .Miamt, Florida A 260,352.00 B 98,401.24 5% - BB Williams Paving Co., Inc. 7001 N. W. 84th Avenue Total $362,412.50 A 259.619.50 5% 0OF BB 40//10 Miami, FLorida B 102,793.00 D.M.P. Corporation Total $372,478.75 10477 S. W. 186 Lane A 268,163.00 5% BB Miami, Fla 33157 B 104,315.75 FRE Construction Co,, Inc. Total $374,303.38 6767 N. W. 74th Avenue A 269,845.82 5% BB Miami, Florida B 104,457.56 P.R.M Corporation Total $374,842.25 3501 S. W. 8th Street A 266,740.00 5% BB Miami, Florida 33135 B 108,102.25 Russell, Inc. Total $375,089.75 13050 N. W. 30th Avenue A 276,797.50 5% BB Opa Locka, Florida 33054 B 98,292.25 Marks Brothers Co. Total $411,036.00 1313 N. W. 97th Avenue A 292,118.50 5% BB Miami, Florida 33172 B 118,917.50 Garcia Allen Const. Co., Inc. Total $420,706.15 P. 0. Box 876 Tamiami Sta. A 301,269.50 5% BB Miami, Fla 33144 B 119,436.65 Irwin-Greenwell, Inc. Total NO BID 356 S. W. 7th Avenue A $248,255.00 5% BB .Florida City, Florida 33034 B NO BID P�{ #''' -"i� �"i'j'�."����7 tel:' `•��,wP,,,« • i' ;. ,1r .e"y. Y��N '"•� + 1 t7 ,:,?: i-. h�Abil FR�,: •F - E•- ai ry�'V •� i r �. NT Works OAT n�a�i+��r4 ���o�o� �nt��x -xs� ACCOUNT CODE „ DATA d Al SID NJai Ha o. i"i� ii 011 pntPARM BY r c Z CODE I I 450302» 2S7 TOTAL ITEM OF SCRIPTION PRoJRCT CPHASE VINa ,.. B-4472 ESTIMATED COST: $ 340000 � oxp • T Fro.. 2 $ 7 s 8Q 0 INCIDENTAL: $ 4409700 TOTAL SOURCE OF FUlava: - To be filled in by EXPENDITURE CONTROL: UNIT AMT. QUANTITY PRICE LATE vA � c,tq` It AMOUNT AVOW ,-- - - t;, M.•rr. 7 TO BE SECUREb SIDS •-,:-,1�''4' WYNDWooD (;,Do PAO PROJECT PRASE VT FOR THE DEPARTMENT OF! p;.lblic Works ADVERTISE ON October 229, 1981 BIDS TO BE RECEIVED ON November, 12, 1991 (2s00 P.M.) APPROVED BY: a 1 DIRECTOR OF ISSUING DEPARTMENT Cormunity Development FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER AD CODE _ n....,i..ixxo xf —other Affected Department PROJECT C.Uvra •.enditure GOntrDl — """'s�•� GOLDENROD COPIES 7'0: Pwchasing (OFB.) _ City Marutge► — City Clerk —xp CANARY \ BLUE ` FORM NWHITE GREEN PINK O. 104I -REV. 74 ___�_.•---- i Bid No. 81-82-12 ADVERTISEMENT VOIq BIDS "s% Sealed bids for construction of W �P + �&IMUNITY DEVELOPMENT PAVINO PROJECT - PHASE VI Will be received by the City Manager and the City Clerk of the City of Miami, 0Qo�j a t :0QQ ,,pp.m► on the 12th day of November in the City Clerks 6PRcce, f tGf:146Sr of the Miami City Halle 3500 Pan American Drivej Dinner Eey, Miami, Florida 33133i at Which time and place they will ry9jeopened and read. Brieflyi the work required fore r h s85�ct will be the construction of 0.7 mile of street on: mj. Fla. N.W. 30 Street (Miami Ave.-N.W. 2 Ave.) N.W. 31 Street (Miami Ave.-N.W. 2 Ave.) N.W. 1 Avenue (N.W. 29-32 St. Improvements will include asphaltic pavement) concrete sidewalk, concrete curbs and/or gutters, a covered ditch drainage system and landscaping. For any technical questions, call 579-6865, William A. Mackey, P.E., Highway Engineer. 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 (4th 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., 5800 N. W. 7 Avenue, Suite 212, telephone (305) 754-4903, if they require assistance in preparing their bid packages. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. In addition to these measures, contractors and subcontractors will be required to comply with the provisions of Section 3 (federal regulation) which require all developers, contractors, and subcontractors create feasible opportunities to employ and train residents in the area of the project; and give preference in subcontracting and purchasing of materials to businesses located in or owned in substantial part by persons residing in the area of the project. Nobidder may withdraw his bid within 30 days after actual date of the opening thereof, unless modified in Division 2 - Special Conditions of the specifications. The estimated construction cost of this project is $390,000. Howard V. Gary City Manager