HomeMy WebLinkAboutR-78-0597RESOLUTION NO :1„
..,
A RESOLUTION ACCEPTING THE BID OF RECTO
AND ASSOCIATES, INC. IN THE AMOUNT OF
:$44)587.00 FOR THE COCONUT GROVE BUSINESS
AREA HIGHWAY IMPROVEMENT B=4408 (2ND
BIDDING) = BID "D" AND ADDITIVE ITEMS
11, 12, AND 13; WITH FUNDS ALLOCATED FROM
THE ACCOUNT ENTITLED "HIGHWAY G.O. BOND
FUNDS" IN THE AMOUNT OF $44,587.00; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE
A CONTRACT WITH SAID FIRM
WHEREAS, sealed bids were received on September
for COCONUT GROVE BUSINESS AREA HIGHWAY IMPROVEMENT
4408 (2ND BIDDING) - BID "D"; and
WHEREAS, the City Manager reports that the $44,587.00
of Recio and Associates, Inc. is the lowest responsible
for Base Bid "D" and Additive Items 11, 12, and 13 of
the Proposal, and recommends that a Contract be awarded to
said firm; and
WHEREAS, the annual Capital Improvement Appropriation
Ordinance No. 8716 as amended, was adopted on October 26,
1977, establishing resources and anpropriations for the
implementation
Miami, Florida,
1978; and
WHEREAS,
amended Section
.;priatioris
of capital improvements in the City of
for the Fiscal year ending; September 30,
"DOCUMENT 1NDE.X
ITEM N `�`
aa`ted dl��;�mcer cfP, 1978
Ordinance No.
1 of the annual Capital Improvement Appro-
Ordinance No. 8716, as amended, by making adjustments
n the 1970 Highway General Obligation Bond Fund in the amount
$196,000.00; and
WHEREAS, the proposed amount of the Contract is to
allocated from the account entitled "Highway General
Obligation Bond Funds";
NOW, THEREFORE, BE IT RESOLV1P BY THE COMMISSION OF'
CITY OF MIAMI, FLORIDA:
CITY COMMISSION
MEETING OF
SEP3 3 1978
r,r .
111310wno. ra:
imm
Section 1r -That the September 143 1978 bid
cio and Associates3 Inc: in the proposed amount of
r$443587.00 for the project entitled COCONUT GROVE BUSINESS
AREA HIGHWAY IMPROVEMENT B: 4408 (2tJD BIDDT4G) for Base
%aid "D" and Additive Items 11, 12, and 13 of the Proposal
is hereby accepted at the price stated therein to cover
the cost of said Contract.
Section 2. That the amount of $44,587.00 be, and,
is hereby, allocated from the account entitled "Hig,hway
General Obligation Bond Funds".
Section 3. That the City Manager is hereby authorized
enter into a Contract on behalf of The City of Miami with
Recio and Associates, Inc. for COCONUT GROVE BUSINESS AREA
HIGHWAY IMPROVEMENT B-44408 (2ND BIDDING) - BID "D".
PASSED AND ADOPTED this 28 day of September
Maurice A. Ferre
1978.
MAURICE A. FERRE, M A Y 0 R
RAL1kI (; . 4NGIE, CITY CLERK
PREPARED AND APPROVED BY:
ROBERT F. CLARK, ASSISTANT CI^" ATTORNEY
'T D A:. TO FORT' "'(TRRECTNESS
ORIJEY
SL1 j P O i 1 i 1. 4_.
1..i 4� L; it 1 l.« 1
FOLLOW"
7 ",- 59'7
IIIIIIIuIIIIIIIII IlIlIlIlIlIlIllU IiIIIIIIIIIIIII III ■■iii■mmormffin
TO:
si
Joseph R. Grassie
City Manager
!w
William E. Parkes, Director
Department of Public Works
t;1T? <.,' f.11,0/!1, rLORICA
[Nt.F1-Ci: C112..-ilEi4OPA1N:DUM
;!
Septembet 19, 1.908 -ti B=4408
StAJEcr, COCONUT GROVE BUSINESS AREA
HiIGHWAY IMPROVEMENT B-44o8
(2ND BIDDING) - BID "D" AND
r:ri-E,tENcEs.ADDITIVE ITEMS 11, 12 & 13
Resolution Awarding Contract
!:-CL6SURCS.
(for September 28, 1978
Commission Meeting)
Bids were received September 14, 1978 for construction
consisting of brick sidewalk, concrete curb and gutter,
landscaped planter areas, trees in sidewalk, pavement
adjustment, and modification of drainage system. The
location will be on Main Highway between McFarland Road
and Franklin Avenue; Grand Avenue between Mary Street and
McDonald Street; Commodore Plaza between Grand Avenue and
Main Highway; and Fuller Street between Grand Avenue and
Main Highway.
As reflected in the Tabulation of the Bids, the $44,587.00
bid of Recio & Assoc., Inc. is the lowest responsible bid
for Base Bid "D" of the Proposal and Additive Items 11, 12
& 13.
THE DEPARTMENT OF PUBLIC WORKS AND THE CITY MANAGER RECOMMEND
ADOPTION OF THE RESCLUTION AWARDING THE BID RECEIVED SEPTEMBER
14, 1978 OF RECIO & ASSCC., INC. IN THE AMOUNT OF $44,587.00
FROM THE ACCOUNT ENTITLED "HIGHWAY GENERAL OBLIGATION BOND
FUNDS"; AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A
CONTRACT IN BEHALF OF THE CITY OF MIAMI FOR COCONUT GROVE
BUSINESS AREA HIGHWAY IMPROVEMENT B-4408 (2ND BIDDING) - EID
"D" AND ADDITIVE ITEMS 11, 12, AND 13.
L.. I I 1
FOi LQ
7g-597
rmLinft
j
PROMT_NAM
?AOJ1CT SCOPt
ESTIMATED
CONSTRUCTION
COST
DATE BIDS
RECEIVED
NUMBER OF
BIDS RECEIVED
NAME OF LOW
BIDDER
AMOUNT OF
LOW BID
TOTAL FUNDS TO
BE ALLOCATED
LENGTH OF TIME
ALLOWED FOR
CONSTRUCTION
SOURCE OF FUNDS
Form PW #389 6/76
T) .AWARD, FACT SHEET
For The City Manager
COCONUT GROVE BUSINESS AREA HIGHWAY
IMPROVEMENT B-4408 (2nd BIDDING)
Construction consist of: Brick Sidewalk, Concrete
Curb and Gutter, Landscaped Planter Areas, Trees
in Sidewalk, Pavement Adjustment and Modification
of Drainage System.
$122,160.00
September
7
1ecio & Assoc. Inc, For Base Bid "D`
Additive Items 11, 12 & 13
$44,587.00
30 Working Days.
Highway G.O. Bond Funds
# VE
6t UT GROVE EU'SINESS AREA 1I6EWAY IMPROVEMENT
T
($Ib t t" LANDSCAPING) (2ND BIDDIt )
JOB NO.B-4408
CONTRACTOR'S FACT SHEET
Recio & Associates, Inc.
9620 S. W. 79 Street
Miami, Florida 33173
Phone: 279-S6
II. Principals:
Ricardo Recio, President
II. Contractor is properly licensed and insured
I , Sub -Contractors: None
Experience: 7 years
Dinner Key Recreational Center $130,000
Coral Reef Park $130,000
VI. A minority Contractor
VII. 30 Advertisements mailed out by Certified Mail
29 Advertisements mailed out by Regular Mail
16 Contractor's picked up Plans & Specifications
4 Contractor's submitted bids.
PO C NUT ,,,GROVE .BUSINESS, AREA HIGHWAY_ ..IMPROVEMENT
B-4408 (2ND BIDDING)
The Following changes were made to the proposal for the second bidding:
1. The original proposal was set up to have a total bid
by one contractor. In the new proposal, the bid was
split to allow more competitive bidding and to enable
smaller contractors to participate in the bidding.
The total bid was split into Base Bid "A" (Highways),
Base Bid "B" (Sidewalk), Base Bid "C" (Drainage) and
Base Bid "D" (Landscaping).
Special provisions were separated as follows:
Cash allowance for Bid
Cash allowance for Bid
Cash allowance for Bid
Cash allowance for Bid
"A"
"B"
„D„
is $15,000
is $ 5,000
is $ 8,000
is $ 2,000
3. Paint striping items were changed from thermoplastic
pavement marking to traffic paint.
4. Additive items 3 & 4 for storm shutter bolts were
deleted.
Landscaping items for Black Olives, Mahogany and Gold
trees were changed to additive items, due to high cost
and availability problem.
. New additive items for live Oak trees to replace Black
Olive, Mahogany and Gold trees.
• Landscaping items for tree grates were changed to
additive items due to high cost.
TABULATION OF BIDS FOR
(20001-14-1 i (-_-_,,fa 0 \l'.: e:),,..1-":j1/./CL-_-,:. -_), 1.---:.:-.--/ i 11. Y /Mr"/E.ML:: /-i-i- ?") --44(05
Received by the City Commission, City Clerk, City of M.anii. Florida at . ri' i P. M. . '? "i -! , , :' ) ,/.. ,
Bidder
,‘• ,i,'.i I. . i [ : ;_'.. Ci.). i.', : .'.
;-) / J :---., ,'' -;‘;-::).
I : .: .:...-; .1/-1 ") ii. it_.:'
13/%1 1 '. i'/_ i''.' / . I CCAJ,r; I.
Licensed I Insured as Per City Cod. S Metro Ord.
't -:L.. '
• '
Bid Bond Amount
: :".",
. ., -
Irregularities
//
—
--
DESCRIPTION
TOTAL
TOTAL
TOTAL
TOTAL
"7:-_771 \-:- : - ' • i ' - :. '::- "L": ..:-:)"
't ' n ..-..-, 1- :..-; ,2:.\.-1-...).
)
- '',..,L_- : :.- "L , • (Yi2:1_...,, -K.- )
2:.iL.'_-- ) / iCD-5--L
--.:5_= a- $'2 1-) ----
-e-,---) - ' - - - ' ' --- 1
/3-...--;,6.-,/-..)•-•
U.---4- . -.'. / /;.:;.:
c... --, - rm , ,, ,.,.. Jo, .._•N., j,-....!,..,)
,.. -f
..:-'(---, , "-..f f.,(7.: ' .
;..,., • .--; :
— . , • _,. , , .
z_1111. ':/-1 \/L: /-T- :::,"--1 .i, i i ):: .t 1:,-5
, - ,•-: -I- -:".1__)- 1
-- ; --`
, ..- .•
_ _ s ,
.. _, .. . . ..-
IRREGULARITIES LEGEND
IT IS RECOMMENDED THAT
-, ,,
\ l' '•-'2! 11 : ' . ' : 1 . . ,::'.'.'...: ". 1 : .',..)
BID 77-
7,5 -/Z(,
A - No Power- cif • Attorney
B -
C- Corrected Eirtenswons
D - Proposal Unsigned or improperly Signed. or No Corporate Seal
F -
G - Improper Bid Bond
H - Corrected Bid
,
J
. ... i", ;I:' . ,‘..*--:-":: !.: ri•-•
:1., -/4fr--„ ...-•.-..__.: :. - i-i-,..: ,.--(i ? ,..,.; i . !T) ',.- ,- . i--;.' „J . t---; L2.::::; :1--,.
A-.! -1"1-1C_ ''.:',1,-'t ;,.- I I' .'_ ; 'i; . ,:',:- /: -:- 1.:- ' *, ' fr':13 '' 0:1 ,
IC) r,i• ./..' ,. :-. ,'...1 . I.' I 1.111.1 r „A.:, -.' ''' ' .'.' : i (-7- - - '
' ,' 4.4 , -."-_ .:-:•,1=--,. r .-- . • 1 ')! i.•, ' r.)q ,',' :' .' 7' i )r)ji!,./.• ;!....--,•-!,
--.427 / / , / a' ,,t• i :..ii . ......, , .•.'". ,-.'''''- ,/^ ,....7... f .;
-':"%!7">;. / 6 C4 •
/Cu' '''•er;".. .."- c:...:.'-c-i: 1. .'• ' . . 1 '''
.1 0 13 .. 0
Form PW #308A 1/77
r
t••••• -"•••• -• •