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