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