Loading...
HomeMy WebLinkAboutR-78-0514RESOLUTION No, ' 3 5 _1 4 A RESOLUTION ACCEPTING THE BID OF GARCIA ALLEN CONSTRUCTION CO., INC. IN THE PROPOSED AMOUNT OF $547,774 FOR THE MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS PHASE V (2ND BIDDING), BID "A" (HIGHWAY); ALLOCATING THE AMOUNT OF $383,755 FROM THE ACCOUNT ENTITLED "3RD AND 4TH YEAR FEDERAL COMMUNITY DEVELOPMENT BLOCK GRANT FUND" AND USING $164,019 ALLOCATED FROM THE "HIGHWAY 1.0. BOND FUND" TO COVER THE CONTRACT COST; ALLOCATING FROM THE "3RD AND 4TH YEAR FEDERAL COMMUNITY DEVELOPMENT BLOCK GRANT FUND" THE AMOUNT OF $60,255 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM THE "3RD AND 4TH YEAR FEDERAL COMMUNITY DEVELOPMENT BLOCK GRANT FUND" THE AMOUNT OF $10,955 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES AND POSTAGE; AND AUT1i0RIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS, sealed bids were received July 18, 1978 for MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS - PHASE V (2ND BIDDING), BID "A" (HIGHWAY); and WHEREAS, the City Manager reports that the $547,774 bid of Garcia Allen Construction Co., Inc. is the lowest responsible bid for Bid IIAII (Highway) of the Proposal, and recommends that a Contract be awarded to said firm; and WHEREAS, funds for this project are available from the 3rd and 4th Year Federal Community Development Block Grant Fund and the Highway G.O. Bond Fund; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF DOCU i.IE f !;; Drx THE CITY OF MIAMI, FLORIDA: ITEM NO. ';2' Section 1. The July 18, 1978 bid of Garcia Allen Construction Co., Inc. in the proposed amount of $547,774 for the project entitled MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS - PHASE V (2ND BIDDING), namely I3id "A" (HIGHWAY) of Proposal, is hereby accepted at the price stated therein. Section 2. The amount of $383,755 be, and it is hereby, allocated from the account entitled "3rd and 4th Year Federal. Community Development Block Grant Fund" and the remaining amount of $164,019 be, and it is hereby, allocated From the CITY COMMISSION MEETING OF J U L 2 l 1978 Rf. UJT ON No7 g -51 ammo._ account entitled "Highway G.04 Bond Fund" to cover the cost of said contract. Section 3. The amount or $601255 is hereby allocated from the 3rd and 4th Year Federal Community Development Block Grant Fund to cover the cost of Project Expense. Section U. The amount of $10,955 is hereby allocated from the 3rd and t}th Year Federal Community Development Block Grant Fund to cover the cost of such items as advertising, testing; laboratories, and oostar;e. Section 5. The City TIana(er is hereby authorized to enter into a contract on behalf of the City of Miami with Garcia Allen Construction Co., Inc. for MODEL CITIES COI2MUNITY DEVIELOPI.IENT STREET IMPROVEMENTS - PRASE V (2ND BIDDING) , BID "A" (HIGHWAY) . PASSED AND ADOPTED THIS 27th day of July 1978. Maurice A. Ferre MAURICE A. FERRE, M A Y 0 R ATTEST: i. / =1 RAL -i G. NGIE, CIT`� CLERK 7 PREPARED AND APPROVED BY: (X04/4/(:R_ 0ERT T.;'. CLERK ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS K1 , JR, , CI c78—iI4 BID SECURITY Model Cities Comm. Dev. St. Improvement y Public Works BIDDER Marks Brothers Co. Not Inc. 1313 N.W. 97th Ave Miami,Florida 33126 Garcia Allen Const. Co. Inc. Box 876 Tamiami Station iami, ori•a Russell Inc. 13050 N.W. 30 Ave. 0pa locka,Florida Tamiami Consultants, Inc. 14211 SW 97th Ave. Miami,Florida 33176 ---te...dwse 11. DATE BIDS RECEIVED 7�18/78 TYPE OF SECURITY AMOUNT 560,313.50 300,867.00 Total 913,332.10 C $45,480.00 $44,490.00 Cashier's Ck 46574 Southeast Bank of Dadeland Miami,Florida Received the Qbove desc ibsd checks this . 4H 1 < L A. day of $2,224.50 FOR ACCOUNTING DIVISION FOR ACCOUNTING USE M, Nig WM Mm MEP Mk ..P CITY OF MIAMI, jiPRIP.A,-1 REQUISITION FOR ADVERTISEMENT FOR BIDS RECEIVE '78 JU16 PM 4 28 L DEPTIDIV ACCOUNT CODE • < BID NO. 77-7 n o PREPARED BY '1 (/ Nttph P. 0 Ft gill CitCtcrl: 0444444,Fia. DATE 71uns' 1 )7 PHONE QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS; FOR DATE DATE AMOUNT AMOUNT MONTHS COrE ITEM DESCRIPTION QUANTITY pURIllgE AMT. BIDS TO BE SECURED FOR • •---.7-,-.1,.,:-• 7.7 . --,,,•,:ns- -..,, ( ,:. .,!.-,,,-.;.',,7) .... 7-)..7 -r:071' :::1:7 ::::'77-7" 7",7-''''').,-.'.T. :',T7',1'.1,(; TV7: 0 ('''-'(11,(:'717' n 1—.7 FOR THE DEPARTMENT OF: 1 .,:-,. ADVERTISE ON ') BIOS TO BE RECEIVED ON 1:7)7 TOTAL ESTIMATED COST : CONTRACTUAL: $ INCIDENTAL : $ TOTAL SOURCE OF FUNDS: -', •i! r '1 171 - DIRECTOR OF ISSUING DEPARTMENT I 0 tu Illicit in by EXPENDITURE CONTROL: PROJECT CODE FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER AD CODE i.oPilis"ro: Purchasing (Org.) - City Manager - City Clerk -VApetiiture Control - issuing Department - Other RINK AII GOLDENRODecte d Department ()NM NO IG43 - REV 74 WHITE GREEN CANARY SLUE Bid No, 7748-109 ADVERTISEMENT FOR BIDS Sealed bids for construction of "MODEL CITIES COMMUNITY DEVELOPMENT„ STREET IMFPROVEMENTS - PHASE V SECOND BIDDING)" will be received by the City Manager and the City Clerk 'C"he"t,ity of Miami, Florida at ,2:00 p.m. on the 18th day of Ju the City Clerk's office, first floor of the Nia l icy 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 will include the construction of 2.4 miles of streets on: N. W. 56 Street from N. W. 12 Avenue to N. W. 7 Avenue; N. W. 57 Street from N. W. 12 Avenue to N. W. 7 Court; N. W. 58 Street from N. W. 12 Avenue to N. W. 7 Avenue; N. W. 59 Street from N. W. 8 Avenue to N. W. 7 Avenue; N. W. 11, 10, and 9 Avenues from N. W. 56 Street to N. W. 58 Terrace; N. W. 8 Avenue from N. W. 56 Street to N. W. 60 Street; N. W. 7 Place from M. W. 58 Street to N. W. 60 Street; N. W. 7 Court from N. W. 56 Street to N. W. 60 Street. Construction will include asphaltic pavement, concrete curbs and gutters, concrete sidewalk, a covered ditch drainage system and landscaping. Bids may be offered on any one or all of the following categories: Highways, Drainage, and Landscaping. However, in order to offer a TOTAL BID, bids must be offered on all 3 categories. For any technical questions, call 579-6865, Gerorge V. Campbell, Highway Engineer. 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 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. to be provided technical assistance in putting; together bid packages. For further information pertaining to the above, call Mr. James D. Thomas, Administrative Assistant, at 579-6848. • Bid No. 77=78.-109 ADVERTISEMENT FOR DIDS Sealed bids for construction of '!MODEL CITIES OIDEMIINITY.DEVELOPMENT STREET IMiiPROVEMENTS PHASE V _SSEC_QND BIDDING,)" will be received by the City Manager andtheCityCler7ity of Miami, Florida at ,2 t 00 zm. on the 18th day of July, .8.--min the City Clerk's office, first floor of theJ7flami 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 will include the construction of 2.4 miles of streets on: N. W. 56 Street from N. W. 12 Avenue to N. W. 7 Avenue; N. W. 57 Street from N. W. 12 Avenue to N. W. 7 Court; N, W. 58 Street from N. W. 12 Avenue to N. W. 7 Avenue; N. W. 59 Street from N. W. 8 Avenue to N. W. 7 Avenue; N. W. 11, 10, and 9 Avenues from N. W, 56 Street to N. W. 58 Terrace; N. W. 9 Avenue from N. W. 56 Street to N. W. 60 Street; N. W. 7 Place from N. W. 58 Street to N. W. 60 Street; N. W. 7 Court from N. W. 56 Street to N. W. 60 Street. Construction will include asphaltic pavement, concrete curbs and gutters, concrete sidewalk, a covered ditch drainage system and landscaping. Bids may be offered on any one or all or the following categories: Highways, Drainage, and Landscaping. However, in order to offer a TOTAL BID, bids must be offered on all 3 categories. For any technical questions, call 579-6865, Gerorge V. Campbell, Highway Engineer. 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 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. to be provided technical assistance in putting together bid packages. For further information pertaining to the above, call Mr. James D. Thomas, Administrative Assistant, at 579-6848. MMW MGM OiE mmw MEL The City Commission reserves the right to waive any inf'ormality in any Bid, and the City Manager may rejedt any ot 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 treasures, Contractors and Subcontractors will be required to comply with the provisions of Section 3 (Federal Regulations) which require all developers, contractors andsubcontractors create feasible opportunitties 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 with 30 days after acutal date of the opening thereof, unless modified in Division 2 Special Conditions of the Specifications. The estimated cost of this project is $830,000. Joseph R. Grassie City Manager 111411111111.1111II!01!1111,191I111111111111! �� CItY OF MIAMI. FLORIDA INtt.n.Or: P tcc MErviOr2f tiUtIr+. TO: Joseph R. Crassie Clty Manager Fno': William E. Parkes Director Department of Public Works cAtE. July 275 1978 :•vAJECS• ntFEnKNCEA: c. 4CL fight 3. PILE: MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS = PHASE V (2ND BIDDING) (BID "Att _ HIGHWA Bids were received July 183 1978 for the construction of 2.4 miles of streets, which will include asphaltic pavement, concrete curbs and gutters, concrete sidewalk, a covered ditch drainage system, and landscaping. Locations are: N. W. 56 Street from N. W. 12 Avenue to N. W. 7 Avenue; N. W. 57 Street from N. W. 12 Avenue to N. W. 7 Court; N. W. 58 Street from N. W. 12 Avenue to N. W. 7 Avenue; N. W. 59 Street from N. W. 8 Avenue to N. W. 7 Avenue; N. W. 11, 10, and 9 Avenues from N. W. 56 Street to N. W. 58 Terrace; N. W. 8 Avenue from N. W. 56 Street to N. W. 60 Street; N. W. 7 Place from N. W. 58 Street to N. W. 60 Street; N. W. 7 Court from N. W. 56 Street to N. W. 60 Street. As reflected in the Tabulation of Bids, the $547,774 bid of Garcia Allen Construction Co., Inc. is the lowest responsible bid for Bid "A" (Highway) of the Proposal. Funds have been allocated from the "3rd and 4th Year Federal Community Development Block Grant Fund" and "Highway G.O. Bond Fund" for the estimated amount of the Contract, for Project Expense, and for such items as Advertising, Testing Laboratories Postage. THE DEPARTMENT OF PUBLIC WORKS RECOMI.IENDS ADOPTION OF THE RESOLUTION ACCEPTING THE BID RECEIVED JUNE 18, 1978 OF GARCIA ALLEN CONSTRUCTION CO., INC. IN THE AMOUNT OF $54 7, 7 7 4 ; AND AUTHORIZING THE CITY MANAGER TO ENTER IINT0 A CONTRACT I11 BEHALF OF THE CITY OF MIAMI FOR THE MODEL CITIES COI'll1UNITY DEVELOPMENT STREET IMPROVEMENTS - PHASE V (2ND BIDDING) (BID "A" - HIGHWAY). JAH:az r7'8-514 TO: CItY OF MIAMI. FLORIDA 4tt -OFFIC MEMO; 4.CbtArt Joseph R. Grassie Clty Manager rct°M: William E .' Parkes Director Department of Public Works REFEOENGE-.3: C.!4CL�SURCS. July 27, 1978 FILE' MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS PHASE V (2ND BIDDING) (BID ''A!' = HIGHWA Bids were received July 18, 1978 for the construction of 2.4 miles of streets, which will include asphaltic pavement, concrete curbs and gutters, concrete sidewalk, a covered ditch drainage system, and landscaping. Locations are: N. W. 56 Street from N. W. 12 Avenue to N. W. 7 Avenue; N. W. 57 Street from N. W. 12 Avenue to N. W. 7 Court; N. W. 58 Street from N. W. 12 Avenue to N. W. 7 Avenue; N. W. 59 Street from N. W. 8 Avenue to N. W. 7 Avenue; N. W. 11, 10, and 9 Avenues from N. W. 56 Street to N. W. 58 Terrace; N. W. 8 Avenue from 11. W. 56 Street to N. W. 60 Street; N. W. 7 Place from N. W. 58 Street to N. W. 60 Street; N. W. 7 Court from N. W. 56 Street to N. W. 60 Street. As reflected in the Tabulation of Bids, the $547,774 bid of Garcia Allen Construction Co., Inc. is the lowest responsible bid for Bid "A" (Highway) of the Proposal. Funds have been allocated from the "3rd and 4th Year Federal Community Development Block Grant Fund" and "Highway 0.0. Bond Fund" for the estimated amount of the Contract, for Project Expense, and for such items as Advertising, Testing Laboratories Postage. THE DEPARTMENT OF PUBLIC WORKS RECOMMENDS ADOPTION OF THE RESOLUTION ACCEPTING THE BID RECEIVED JUNE 18, 1978 OF GARCIA ALLEN CONSTRUCTION CO., INC. IN THE AMOUNT OF $547,7714; AND AUTHORIZING THE CITY MANAGER TO ENTER IINT0 A CONTRACT IN BEHALF OF THE CITY OF MIAI4I FOR THE MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS - PHASE V (2ND BIDDING) (BID "A" HIGIIWAY) . JAH:az MEW 11111.11111.111111111111111 AWAPO. $9al, FOP The City manager PROMP NAME MODEL CITIES C.D, STREET IMPROVEMENTS PHASE V (SECOND tint%) tID "A" RICHWAY • mo.,7,-nT___acon Rebuild 2,4 miles of streets in the area between N.W. 56 to 60 Streets from N.W. 12 to 7 Avenues, ESTIMATED CONSTRUCTION $490 000,00 COST DATE BIDS RECEIVED July 18, 1978 NUMBER OF BIDS RECEIVED 2 NAME OF LOW BIDDER AMOUNT OF LOW BID Garcia Allen Construction Company, Inc. $547,774.00 TOTAL FUNDS TO BE ALLOCATED $618,984 LENGTH OF TIME ALLOWED FOR CONSTRUCTION 160 Working Days SOURCE OF FUNDS Highway Bonds and Third & Fourth Year C.D. Funds Form PW #389 6/76 ==&.- !MEW mom MMW MEMILft MODEL CITIES C.D, STREET IMPROVEMENTS PHASE V (2ND BIDDING) (B-4426) (BID "Art HIGHWAY) CONTRACTOR'S FACT SHEET I. Garcia Allen Construction Co., Inc. P. O. Box 876, Tamiami Station Miami, Florida 33144 Phone: 223=5571 II. Principals: Eduardo A. Garcia -Allen- President Karin Garcia -Allen = Secretary III. Contractor is properly licensed and insured. IV. Sub -Contractors: Pan American (Paving) V. Experience: 8 years Model Cities C.D. Street Cleanup Phase II $569)900,00 OMNI Paving Project (Landscaping) $ 42,840.00 VI. A minority contractor VII. 52 Advertisements mailed out 13 Contractors picked up Plans & Specifications 2 Contractors submitted bids MODEL CMTUES 0. D, STREET IMPROVEMENTS a, PHASE V 11-4426 (SECOND EIDDING) The following changes were made to the proposal for Second Bidding of Model Cities C,D, Street Improve meats - Phase V: ITEM 16: Reduced Cash Allowance for Bid "A" from $20,000 to $15,000. ITEM 17. Reduced quantity of proposed 3' Covered Ditch from 4223 linear feet to 3950 linear feet. ITEM 18: Reduced the quantity of French Drain from 500 linear feet to 200 linear feet and eliminated the requirement for a concrete protective slab over the proposed French Drain. ITEM 20: Increased quantity of 15-inch reinforced concrete pipe (0/6 ft. cut) from 425 linear feet to 525 linear feet. ITEM 21: Reduced quantity of 15-inch reinforced concrete pipe (6/8 ft. cut) from 1325 linear feet to 1300 linear feet. ITEM 23: Reduced quantity of 18-inch reinforced concrete pipe (0/6 ft. cut) from 50 linear feet to 24 linear feet. ITEM 32: Increased quantity of Type "D" Catchbasins (0/6 ft. cut) from 16 to 17. ITEM 39: Reduced quantity of Type "A" Slab Manholes from 21 to 19. ITEM 40: Reduced quantity of Type "D" Slab Catchbasins from 21 to 20. ITEM 52: Reduced Cash Allowance for Bid "B" from $20,000 to $15,000. - 514 maw mmm MIR Ewa MEM MEW MMW • TABULATION MODEL C'/ T / FS CO.. HUJUITT Dfl/fLO,F1-1f._-AI - 31grf City Manager, City Clerk 3-44P-L5 Received by the' --`- �'�- - , City Clerk, City o/ Miami, OF BIDS FOH 1- ///f OVS/EIUTS-Pf/ASF _L (`'ECOAID 3l21.?,! t./G' /8, /9%B �TOLY Florida at �:n0 P. M.0 s CO.'t lliil:-rA(J ✓:�C: JS - LV fi n .r 11'rrlr'- //�' �/f. -:;f,'! Lri:{Ir ✓, �ifr r\ J..�.3 E LL R/C. i�!%.�L lP !�:_-t!'- �' [n.f-a! �(7 /��. Bidder Licensed & lnsrrred as Per City Code & Metro Ord. YFS Y,-f, YES Y Bid 'Bond Amount r ,-? { Irregal - r. — .✓ _ T L .1i. .-.. orates t ESCR iPTJO!U TOTAL TOTAL TOTAL TOTAL TrTi lA t 8I D F !G A"(HIGHWAY) 547, 774 22 56O.3/3 S"- I Li -f.'. 'A/IlJA(.7,E} JO9, 6/3 'g 300. ?6 7 -- P1L) '(:: ' (r A/JD`':;r;;J(;) C5. 1_5-e2 41.7W3 '- aS. 4sL) . • IRREGULARITIES LEGEND IT I5 RECOMMENDED THAT TO cj.(11<121/1 r?LLEAJ c-otuTRACTS BE AWARDED BIB 77 78 1. 07 A - No Rev.,. of. AttorneyE - C-Correctt4Extension$ D - Fropottll Unsigned or improperly Stgned or No Corporate Seal E _ F.. Bond HG -improper Biel H _Cone Corrected Otd .. / -ndilr"11/1 rOA./..ST- CO- /:VC. FOR _%i r3 A." /it/ 7/I%/lHOU,IT OF-547.7742'11; TO //i1!?,41.9 B4-0S. `0. ;=Q.=.' jD 'et .. J 7;-•: , ;/.r:J;/,1T OP . -3OQ..; ;7 9-2 P,/JD ro Tfi///Alt/ PL.47,u; s vs TEHS' Fa ' ! -!D c. -. lt� �� / / i