Loading...
HomeMy WebLinkAboutR-78-0493RESOLUTION NO. 7 8 "' 4 9 3 A RESOLUTION ACCEPTING THE BID OF D.M.P. CORPORATION IN THE AMOUNT OF $264,354 FOR BID ttAtt OF THE PROPOSAL FOR SOUTHERN DRAINAGE PROJECT E-43 (2ND BIDDING);WITH FUNDS ALLOCATED FROM THE ACCOUNT ENTITLED `' "STORM SEWER G.O. BOND FUNDS" IN THE AMOUNT "SUPPORTIVE I IV OF TO EXECUTEl4AAND CONTRACTRWITHCtSAID FIRM THE CITY MANAGERDOCUMENTS FOLLOW" WHEREAS, sealed bids were received July 12, 1978 for SOUTHERN DRAINAGE PROJECT E-'4 3 (2ND BIDDING) ; and WHEREAS, the City Manager reports that the $2614,354 bid of D.P.P. Corporation for Bid "A" off' 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. 8716, as amended, was adopted on October 26, 1977, and the proposed amount of the Contract is to be allocated "rom the account entitled "Storm Sewer G.O. Bond Funds"; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. That the July 12, 1978 bid of D.M.P. Cornoration in the pronosed amount of fk264,354 for the project entitled SOUTHERN DRAINAGE PROJECT E-43 (2ND BIDDING) for Bid "A" of the Proposal, based on a lump sum, is hereby accepted at the price stated therein to cover the cost of said Contract. "DOCUMEN 'NDEXITEM N0. Section 2. That the amount of $264,354 be, an it is hereby, allocated from the account entitled "Storm Sewer G.O. Bond Funds", with funds available in the Capital Improvement Appropriation Ordinance No. 8716, as amended. Section 3. That the City Manager is hereby authorized to enter into a Contract on behalf of the City of Miami with D.M.P. Corporation l'or SOUTHERN DRAINAGE PROJECT E-43 (2ND RIDDING), Bid "A" of the Proposal, CITY COMMISSION MEETING OF JUL2 71978 7 8 - 0' RESOtU11ON NO. ..._ REMARKS:.. PASSED AND ADOPTED this 27th day of "1Y 1978, ATTEST: PREPARED AND APPROVED BY: ASSISTANT CITY ATTORNEY - ? - MatitiCe A. Vette MAYOR APPROVED AS TO FORM AND CORRECTNESS: 1.1= CIT EY "SUDIDI RTIvE Doc• : -. „ • o•-•,t I • I LLif V V 7 8 - 193 BID SECURITY Southern Drainage Ptoj 1ted_ _ _.. 1__43.--_(Second. hidding) Public Works July 12, 1978 DATE BIDS RECEIVED._ BIDDER TYPE OF SECURITY POR AMOUNT' AttOUNTIND UST: $323,204.00 D M P Corporation 10477 SW 186 Lane BB 5% Miami,Florida 33157 Garcia Allen Construction Co Inc. $358,049.50 Box 876 Tamiami Station BB 5% Miami,Florida 33144 l� "SL1 , ORTIVE DOCUMENTS FOLLOW" Received the °bane described checks this day of FOR ACCOUNTING DIVISION 19 L DEPT I DIV ACCOUNT CODE Q BID NO. ;�•.. , i_ E'. z PREPARED BY CITY OF MIAMI, FLORIDA f-.. REQUISITION FOR''' QUANTITY REPRESENTS DEPAR?MOAT ADVERTISEMENT FOR BIDS REQUIREMENTS roR MONTHS Rec E_IVEO '78 Juu 27 AM 8 City I; i i» DATE PHONE CODE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT. BIDS TO BE SECURED FOR t_. i" ,T t --''- FOR THE DEPARTMENT OF: i ADVERTISE ON ' *., BIDS TO BE RECEIVED ON "SUPPORTIVE • DOCUMENTS FOLLOW" TOTAL ESTIMATED COST: CONTRACTUAL: INCIDENTAL: TOTAL $ $ SOURCE OF FUNDS: I , hr filled in by EXPENDITURE CONTROL: APPROVED BY DIRECTOR OF ISSUING DEPARTMENT FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER PROJECT CODE - AD CODE MOW mow MEM (,0hltis TO: Purchasing (Org.) — City Manager — City Clerk —Expenditure Couhol — Issuing Ihpartrnerit — Other Affected Department WHITE GREEN PINK CANARY BLUE GOLDENROD 1 ORM NO IC43 - REV 74 Bid No. 7748.,114 ADVERTISEMENT FOR BIDS Sealed bids for the construction of 'thern_DrainaFert_o._ (S.econduBidding).._. Miami, Florida) will be received by the City Manager and the City Clerk of The City of Miami) iolorida, no later than„2.t00_4.m, on the 12th dayy of July 19ZIA in the City Clerk's office) first Boor of the Maims 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 required for this project will bet STORM SEWERS Construction of approximately 29 drainage structures in the area bounded by S.P.'8 St.N. Prospect Drive, Biscayne Bay and Westerly City Limits, with two (2) additional structures outside this area. These structures consist of approx- imately. 500 linear feet of French Drain 2400 linear feet of 2 foot wide Covered Ditch 325 linear feet of 15 inch Concrete or Aluminum Pipe 325 linear feet of 12 inch Class 150 Cast Iron Pipe 14 Auger Holes PUMP STATION The installation of a 15,000 gpm pump and 24" discharge pipe along with electrical modifications and installation of new gratin„ at pump station 931 located on City of Miami property at S.W. 4 Street and S. W. 7 Avenue . Bids may be offered on any one or both of the categories of Storm Sewers and Pump Station. However, in order to offfer a TOTAL BID, bids must be offered on both categories. For any technical questions, call 579-6865, James J. Kay, Sewer 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, 3332 Pan American Drive, Miami, Florida. Plans and Specifi- cations are to be returned in good order and unmarked within 10 days after bids have been received. DOCUMEI\-,-t. '\ F C-LLOW„I J Those minority br target area contractors/small businesses interested in Submitting; bids are advised to contact Contractors Training and Development, Inc. for providing technical assistance in putting to.. gether bid packages. For further information pertaining to the above, call Mr. James D. Thomas, Administrative Assistant, at 579-6848. Proposal includes the time of performance and speci'ications contain provisions for liquidated damages for failure to complete the work on time. • The City Commission reserves the right to waiv'e any informality in any bid, and the City Manager may reject any or all bids, and readvertise. Joseph R. Grassie City Manager foi— CITY Or MIAMI. FLORIDA lNtER•Q VICE MEMORANDUM TO: 211004 Joseph R. Grassie City Manager ;// William E. Parkes Director Department of Public Works DATE: su2JtCT: ntFcnENCE'9: July 27, 1978 FILE: B.5447-A SOUTHERN DRAINAGE PROJECT E=43 (2ND BIDDING) Bids were received July 12, 1978 for the construction of 29 drainage structures in the area bounded by S. W. 8 Street, N. Prospect Drive, Biscayne Bay, and westerly City limits. As reflected in the Tabulation of Bids, the $264,354 bid of D.M.P. Corporation is the lowest responsible bid for the Bid "A" of the Proposal. THE DEPARTMENT OF PUBLIC W0RKS AND THE CITY MANAGER RECOMMEND ADOPTION OF THE RESOLUTION AWARDING THE BID RECEIVED JULY 12, 1978 OF D.M.P. CORPORATION IN THE AMOUNT OF $264,354 FROM THE ACCOUNT ENTITLED "STORM SEWER G.O. BOND FUNDS"; AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT IN BEHALF OF THE CITY OF MIAMI FOR SOUTHERN DRAINAGE PROJECT E-43 (2ND BIDDING), BID "A". JAH:hc "SUPPORTIVE DOCUMENTS FOLLOW" r78 4 iF PROaCT __NA fi PROJECT SCOPE ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED NUMBER OF BIDS RECEIVED NAME OF LOW BIDDER AMOUNT OF LOW BID $0WOO rATWW. •Fo1' The City Mahager SOUTHERN DRAINAGE PROJECT E43 835447 (2nd Bidding) Bid "A" Construction of 29 drainage structures in area bounded by S.W. 8 St., N. Prospect Dr., Biscayne Bay and westerly city limits. Bid ttB" Modifications to storm sewer pump station #931 located at S.W. 4 St. and S.W. 7 Ave. Bid "A" - $280,000 Bid "B" - 42,000 July 12, 1978 (2nd Bidding) Two (2) Bid "A" - D.M.P. Corp. Bid "B" - Garcia Allen Const., Inc. Bid "A" - $264,354.00 Bid "B" - $ 60,000.00 (Bids Rejected) TOTAL FUNDS TO BE ALLOCATED $0 LENGTH OF TIME ALLOWED FOR CONSTRUCTION Bid Bid "A", "B" - 100 working days 30 working days beginning one day after delivery of pump and appurtenances to the project site. SOURCE OF FUNDS G.O.B. (Storm) Form PW #389 6/76 "SUPPORTIVE DOCU P;I ENTS FOLLOW" SOUTHERN DRAINAGE PROJECT E�43 (2ND BIDDING) JOB NO, B=5447 CONTRACTOR1S FACT SHEET I.• D.M.P. Corporation 10477 S. W. 186 Lane Miami, Florida 33157 Phone: 233-7223 II. Principals: D. M. Papy, Jr. - President Virginia W. Papy- Sec. /Trea. III. Contractor is properly licensed and insured IV. Sub -Contractors: None V. Experience: 9 years Manor Sanitary Sewer Improvement Central Drainage Project E-41 Little River C.D. Paving Project Wyndwood Paving Project - Phase II & Sanitary Sewer Modification VI. Not a Minority Contractor - $618,580.50 - $155,178.00 - $ 40,739.50 - $448,198.40 VII. 62 Advertisements mailed out 6 Contractors picked up Plans & Specifications 2 Contractors submitted bids MMEic- MEE- SOUTHERN DRAINACR PROJECT E�43 B. 544 7.... C 8ECO.,BIbbING)_ _�.. The following changes were made to the Proposal for the Second flidding of the above project; The following Items were ELIMINATED Auger Holes on S.W. 10 St. @ 12 Ct. Covered Ditch on S.W. 21 Terr. @ 12 Ave. Covered Ditch on S.W. 19 Terr. @ 12 Ave. Covered Ditch on S.W. 23 Terr. @ 16 Ave. Options for substitution of materials in French Drains and Cross -drains. The following Items were ADDED: French Drain on Bird Road @ S.W. 36 Ave. Provision for Special Items (Pump Station) in the amount of $2,000. The following Items were changed to ADDITIVE ITEMS: Covered Ditch on S.W. 27 St. @ 24 Ave. French Drain on S.W. 28 Lane @ 29 Ave. French Drain & Auger Hole on S.W. 28 Lane @ 30 Ave. Covered Ditch on S.W. 31 Ct. @ 21 Terr. French Drain on S.W. 32 Ct. @ 18 St. The Total of the two Items relating to the Pump Station Modification is titled BID "B" and the Total of all other Items is designated BID "A". "SUPPORTIVE D 1 11 IVV' 1111 rllllil�.11Ili, tl Bidder L+censed :3 insured as Per City Code S Metro Ord. IBA Bond Amount TABULATION OF BIDS FOR ,1 UC./ jf/c%lv ///G'-///''J ci: ` fk ./C c 1 City Manager, City Clerk G ' QU *M.Received by the G:!;*G.Mnrr:z:7rr.,-'Cif C° rrk, City of Miami, Florida at P. M. /i Ad;- .)///. _ }% r g- 4y 00/A16) /.1/. irregularities DESCRIPTION TOTAL :1) ftyc4 TOTAL TOTAL TOTAL, /t? ' L'" 5r477.ti/ ) T 0 '/ t'=- 5E)o 2 IRREGULARITIES LEGEND A — No Power- of- Attorney B — C — Corrected E,rtensions 0 D — Proposal Unsigned or improperly Sugned or No Corporate Seal ta0 E _ 1 F — 4 G _'Improper Bid Bond Cii 'h — Corrected 'Bid Prep. By: 704lr;%7rr IT IS RECOMMENDED THAT A t.. <?' `i %l ler /A/ Tlrt 1/ti-/l l F .1; `(Dei) 3'47,4/ =� j of /,//) '^tn F f : ,,'1,.c /. f .V/Jr• J.} 7-0 /, A-/. /L 0/7). 1 .r /1.) %T" i /- ' K il..' a i " /fits h /�. /Fc (f i i ;?„. , ,� ` / 14'/7 c BID —s-tc 7 sOfF [►i4 Form PW #308A 1/77 ! 111111110101!111IIIpII11,11111111111111lpll1 Ili I'IIP ll111111l010l, I I I �I II I, I 1 PI1 II II 117 111,1111,. III ,1191141111 111 1111' i 77777711"l I. !li I I