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