Loading...
HomeMy WebLinkAboutR-79-0281RESOLUTION NO. 79-281 A RESOLUTION ACCEPTING THE BID OF AFAR CON- STRUCTION CORP. IN THE PROPOSED AMOUNT OF $66,445 FOR ALLAPATTAIi MINI -PAR DEVELOPMENT; WITH FUNDS ALLOCATED FROM THE ;RI) YEAR FEDERAL. COMMUNITY DEVI',LOPMENT FLOC;': GRANT FUND IN THE AMOUNT OF '. 66,445 TO COVER THE CONTRACT COST; AL.,L,OCATING FROM SAID FUND THE AMOUNT OF $10, 105 TO COVER r;1;[1. COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE: AMOUNT OF n," 60 TO COVER THE COST "SUPPO 'j'� [' OF SUCH ITEMS AS ADVERTISING, TESTING 11 [[ LABORATORIES, AND POSTAGE AND AUTHORIZING C)0(31Jpti'f "\; 'Q THE CITY MANAGER TO EXECUTE A CONTRACT' WITH�� VV ;AID FIRM FOLLOW" WHEREAS, sealed bids were received April 4, 1979 for ALLAPATTAH i1IIJI-PARK DEVELOPMENT; and WHEREAS, the City I1ana^Ier reports that the $66 , 44 5.00 bid of Anar Construction Corp. is the lowest responsible bid and recommends that a contract be a :carded to said firm; and WHEREAS, tine proposed amount of the contract is to be allocated from the account entitled "3rd Year Federal Community Development Flock Grant Fund"; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MTAMI, FLORIDA: Section 1. Tne April 4, 1979 bid of Anar Construction Corp. in the proposed amount of :,66,445.00 for the project entitled ALLAPATTAH MINI -PARK DEVELOP11E:;T, namely base 'Did of the proposal plus additive items A and F, u1, i,�epl'��E 1' the price stated therein. Section 2. The ITEM NO._ amount of $66,445.00 be, and it rr hereby, allocated from the account entitled "3rd Year Federal Community Development Block Grant Fund" to cover the cost of said contract. Section 3. The amount of $10,105 is hereby allocated from the aforesaid fund to cover the cost of project expense. CITY COMMISSION MEETING OF APR 1 9 1979 Houma+ No7 9 - R Section 4. The amount of $1,260 is hereby allocated from the aforesaid fund to cover the cost of such 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 Anar Construction Corp. for ALLAPATTAH MINI -PART: DEVELOPMENT PASSED AND ADOPTED this 19 day of APRIL , 1979. MAURICE A. FERRE MAURICE A. FERRE, M A Y 0 R ATTEST: PREPARED AND A Y Rf VE) ''r" : //a4. ROBERT F. CLAR«: ASSISTANT CITY ATTORIJL" APPROVED AS TO POR:4 AND CORRECTNESS: GEOR 1 . ;::IOX, JR. , CITi ATTORI'JEY FOL LOW" BID SECURITY •YY s ITEM Allapattah Mini Park DATE BIDS RECEIVED April 4, 1979' BIDDER TYPE OF SECURITY AMOUNT FOR ACCOUNTING USE Anar Construction Co'p $51,600.00 1502 S.W. 85 Ave. Miami,Florida 33144 Miri Construction Inc. $64,925.00 7340 SW 121st St. Miami,Florida 33156 Roma Construction Ir c. Base. $78,965.00 1237 N.W. 119 th St. N.Miami,Florida 33168 `SUPPORTIVE DOCUMENTS FOLLOW". Rnc.ivsd the obave described checks this day of 19 FOR ACCOUNTING DIVISION '19 V\T`' CITY OF MIAMI, FLORIDA REQUISITION FOR lascoN4E0 ADVERTISEMENT FOR BIDS 1 J DEPTIDIV Gi , ACCOUNT CODE Q BID NO. DATE of Z PREPARED BY PHONE. COPE ITEM DESCRIPTION TOTAL ESTIMATED COST: CONTRACTUAL: INCIDENTAL : TOTAL `SOURCE OF FUNDS: $ $ OUANTITY UNIT PRICE QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS DATE DATE DATE ANI0UNT AMOUNT AMOUNT AMOUNT APPROVED BY: AMOUNT AMOUNT BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: ADVERTISE ON BIDS TO BE RECEIVED ON DIRECTOR OF ISSUING DEPARTMENT /:I/ /I rn 1,1 c/PENDITURE CONTROL: PHOJEC T CODE FUNDS AVAILABLE FOR PROJECT INVOLVED AD CODE EXPENDITURE CONTROLLER r uNlh 1 I r.: I'urrba+tng (Org.) — City Manager — (.ily Clerk—V..Yreudilurr Control — 1 Ssuiug Plant/tent — other Affected Department WHITE GREEN PINK. t.ANAr11 ULOE GOLDENROD { 1A4M NO 1(,43 REV 14 ij BID NO.78-79-65 ADVERTISEMENT FOR BIDS Sealed Bids for "&LLAPATTAH MINI PARK DEVELOPMENT" will be received by the City Manager and the City Clerk of the City of Miami, Florida no later than 2:00 . m. on the 4th da of Apri1,1979 in the City Clerk's office, Dinner Key, Miami, Flori a 33133, at which time and place they will be publicly opened and read. The project consists of : 1. The construction of a basketball court. 2. The construction of a tot lot with various types of play equipment. 3. The installation of an irrigation system. 4. The installation of landscaping. For technical questions, call 579-6900, C. A. Alden, Landscape Architect. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and Specifications may be obtained from the Director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and Specifications are to be returned in good order and unmarked within ten (10) days after bids have been received. Those minority or target area contractors/small business interested in submitting bids are advised to contact Contractors Training and Development, Inc. to be provided technical assistance in preparing bid packages. For further information call James D. Thomas, Administrative Assistant, at 579-6848. The City Commission reserves the right to waive any informality in any Bid, and the City Manager may reject any and 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 Regulations) which require all developers, contractors and subcontractors to 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. No Bidder may withdraw his bid within 60 days after actual date of the opening thereof, unless modified in Division 2, Special Conditions of the Specification. The cost of this project is to be funded by the Community Development Block Grant monies. Joseph R. Grassie City Manager ll 'l3 !;t - IMPORTANT ADDENDUM; - n CITY OF MIAMI, FLORIDA u Department of Public Works ADDENDUM NO. 1 ISSUED March 27, 1979 TO BIDDING AND CONTRACT DOCUMENTS FOR ALLAPATTAH MINI -PARK DEVELOPMENT JOB NO. B-2752 ALL BIDDERS ARE HER= 1CTIFIED AS FOLLOWS: Change 1 DIVISION 7 - EOUIPrIE1T - SECTION 7.10 - BASKETBALL BACKSTOPS of 2: Change of 2: Delete the para<*.raph hertaininr, to subsection 7.10.01 - MATERIAhS - and insert the follorrinr rararrarh : "Furnish and i n:tall : * ar;_lrtr_i: conrl ,te r ith cact aluminul;1 :Th ip';l ba';I:beard:, with bapI:ctc, as manu"actur ,d bv ual.i * Tnd is t;ri e: , Inc , Hillsdale, Michian 4)'112 (local re' resnnt,ative unkn.-)•wn), No. 711 basketball ,.:trn: '7' and IIo. 61177 fan shaped aluninlm bac';bnIrd; or a: 'cinu''actured by Srortsnlay Products a:inc n,11•r di:,trLbut.-'d b; Hubert H. Hansen & Associate::, [;ill !nrent, 003 Genoa, Coral ':rnblu. , ?,l.orida ;7l711 (39-)) Ike. 51J1-r>?7; or arrrn•. i enual ." 2 DT_VISI(11 10 - ILECT_R_ICAL - SECTION 10. 01 . - SCOPE OF WORK Delete subsection (B) in its entirety. THIS ADDENDUM IS AN ;S:,EN TAD PART cr' THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREO . "SUPPORTIVE DOCUMENTS Fat l n'ild W. Gather, Director 70: Joseph R. Grassie April 5, 1979 City Manager 1 e"/e iti, ti vim`------� „cm• Donald W. Cather r'er Director Department of Public Works (For April 19, 1979 Commission Meeting) ALLAPATTAH MI:'1I-PARK DEVELOPMENT - Resolution Awarding Contract B-2752 Bids were received April 4, 1979 to construct; an asphalt basketball court consisting; of fencing- and a painted surface, a tot lot, an irrigation system, landscaping, play structure and new sidewalk located on the west side of N.W. 16 Avenue between N.W. 15 and 16 ;_ltreets . As reflected in the tabulation of bids, the $b6,445.00 lid of Anar Construction Corp. is the lowest resronsible bid for the base bid of the proposal plus additive items A and F. Funds have been allocated under the "Community Develop77,nt Program" for the estimated amount of the contract , for project expenoe, and for ouch iterl., as advertising, testing laboratories, poota e. T 2 DEPARTMENT PU; r 1 C ...� } THE , p RT NT '�F PARKS 1. �.. IiL. '�.-�.._..:'1 ) ..;��.� •,�O%1�,._ A I�i III DEPARTMENT _ V� PECOMMENDL7 ADOPTION OF THE RESOLUTION ACCEPTING THE BID rt P T 1 97,2 n' STR TIO CORPTHE RECEIVED ,�. I'�L :, 1_ OF A:I�,n CONSTRUCTION .�. I:1 �,.�. AMOUNT OIL ;66,14.3.00; AND AURI THE CITY MANAGER TO ENTER INTO D A CONTRACT IN BEIIALF OF THE CITY OF MIAMI FOR THE ALLAPATTAH I•iI:1I-PART. DEVLLOPM•IE:1T. JAH:az 6i c% j r,'""N .' • FOLLQ vv' � 79-281 PROJECT NAME AND LOCATION PROJECT SCOPE BID AWARD FACT SHEET For The City Manager Allapattah Mini -Park Development West side of N.W. 16 Avenue between N.W. 15 and 16 Streets. The project consists of the construction of a basketball court, tot -lot with play equipment, irrigation system and landscaping. ESTIMATED CONSTRUCTION COST $ 51,300.00 DATE BIDS RECEIVED April 4, 1979 NUMBER OF BIDS RECEIVED 3 NAME OF LOW BIDDER ANAR Construction Corp. A2•MOUNT OF LOW BID $ 66,445.00 (Base Bid plus Additive Items A and F) TOTAL FUNDS TO BE ALLOCATED $ 77,810.00 LENGTH OF TINE ALLOWED FOR CONSTRUCTION 60 working days SOURCE OF FUNDS 3rd year Community Development Form PW #389 1/79 • •lV i r:. 79-281 ALLAPATTAH MINI - PARK DEVELOPMENT . JOB NO. B-2 75 2 CONTRACTOR'S FACT SHEET I. Anar Construction Corp. 1502 S.W. 85 Avenue Miami, Florida 33144 Phone: 264-6214 II. Principals: Arturo F. de Jongh - President Margarita de Jongh - Secretary III. Contractor is properly licensed and insured. IV. Subcontractors: Asphalt - T & N Construction Co. Fencing - Fence Master Landscaping; - Tamiami Plant System V. Experience: One year Central Mini - Park Community Development Project $27,400.00 VI. A minority contractor VII. 20 Advertisements mailed out by certified mail 41 Advertisements mailed out by rer~ular mail 13 Contractors picl:ed up plans and specifications 3 Contractors submitted, bids 79- 28 1 TABULATION OF .1144 A .r 7 047 - / /e.! I - 41 44, :-.- ,, . - • ,.. : .! • :.-.• City Monoger, -city CI erk• R•cai.ed by the C:,7 C:frr....i.:•ion, City Clerk, City of Miami, Florida at BIDS FOR I) 4-- i," .,:-.- / 0 ,-,- , , •......, , 7 .i ,1' .e.: - / i 7 , • _ ." / •7=7 •,/ ••F • ,., ., .• , . -4:--•••1- .0•7 , • — • 41-71 P. M. , Bidder tg/..1l / - ..)./ •i .,. .. -/if • ir . ,..i. ,, ). 1 '. !..• i:1/ ••.: I- , Licensed & Insured as Per City Code S Metro Ord. './ : : V-J r , - -' Bid Bond Amount git.i.",;•). --s-l• 2 It", Item 1 No. DESCRIPTION Unit Price Total Unit Total Price Unit Price Total Unit J Total Price Unit 1 Price .1 T°1°I Unit Total PrIC 4, :4'7: / tL*:. ''? : ', •i. 2-- 1 ' .' •-• icor 11,..,-,L-./ • .;•• •,: . r..-:, ii fiii_j•ftr" i'-i_ • ' I.; ,/,'•i ), . - ii.,-;,-1,' 1 , / , ' i 1-, ,7 -, / .5 Ie.!) Goi; s .4 r.,..., .-- ,4 ...i, I 1 .11, !,;..,...:,.-- • .r)i 1:? n ".... _-- _ , I') • - ..1. - ,ots,/..1 ,_ n r i ie.' `7 . '. ,/ i _e-• .;" ..; ,/)/ ..; 7*,...1e7 kir-- 'r /0.'177. — i 1,1.1.:,7-•;.... 1 /, • - , ,,,,. ' .‘ -, il/ ! ,ifif ' /•derr4.4:f . 1.1 . r. . --,•A 1 .. .., A f , a i .:; 7:, . .• „„),••• / LI.). • - -'' ' '•.e.' .1" • I fl•n--..- , , ,, 1 r• I' ./1 5 7::ii• : I .' , • • r . ' . • : • .1. ! / e•-: t • ' . .,,--7.-; . - ' - • ..., -- ; ..-- . I . f ,: i e . I ' • • : • • , i • • ' • • _; j f I.e. 40 . . ; A i .0 e '.! Z.. 1 • -.. .:- . ' 4.1.0. I ::.). , _. s. • , ire ''•/•••• • (*Lin: 4; im • 41.4.4.t `1•01.....; cOf /.11_1;1 ..7.• r.:- , krll 1c.,'1• .— " — 6--' ,,•.• - .0 1A I,i .- ?: 14.ivo,/7-,,ii•tL,/;77I,, 1 r,..i' .S.-. , 14.1.7AiAr /13ilim - •-I 1o(6, r;oO6. — 7 U/..... I 1 .:j-:• :0..:2Ii ._..:. nPJ 51,JP'..;/7-JI f.1): 1 1 A .. No B - C - Corrected D - Proposal F - G - Improper H - Corrected i - J- Prep. / I IRREGULARITIES LEGENO z.' -1. - IT IS RECOMMENDED , Ti-gAT fe CD.V-1.)! 4- q I • ,-1. 1 III) A et7,4,/ iie • 9 e / 6 e A to a t D szs DISTRIBUTION: Power -of - Attorney Extensions Unsigned or improperly Slirte•I or No Corporate Seal Bid Bond Bid By: aier• ic-0 71.4e a 4 s 7--0 e4A/14 Piri" x-re:ms A I i ' r 471 SID 4Dvt ?los AO 740 7109/ / r, f 4'64 .vvs. BID / k---# / I ‘'' •"" eti4n ie-* 4i5 JOB NO. . . , .. •