Loading...
HomeMy WebLinkAboutR-78-0381RESOLUTION NO, 7 8 ' 3 8,1 A RESOLUTION ACCEPTING THE BID OF P,N,M, CORP, IN THE AMOUNT OF $59,296,72 FOR THE TOTAL BID FOR DIXIE PARK PAVING PROJECT; WITH FUNDS ALLOCATED FROM THE ACCOUNT ENTITLED 9t-tIGHWAY 0,0, BOND FUNDS" IN THE AMOUNT OF $59,296,72; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS, sealed bids were received May 10, 1978 for DIXIE PARK PAVING PROJECT; and WHEREAS, the City Manager reports that the $59,296.72 bid of P.N.N. Corp. `'or the Total Bid is the lowest responsible bid and recommends that a Contract be awarded to said firm; and WHEREAS, funds for this project are to be allocated from the account entitled "Ilir~hwa:' 1.n. Bond T'unds"; N0\,I, THEREFORE, BE IT RESOLVED BV THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. That the May 10, 1978 bid of P.N.M. Corp. in the proposed amount of $59,296.72 for the Project entitled DIXIE PARK PAVING PROJECT for the Total Bid of the Proposal, based on a lump sum, is hereby accented at the price stated therein to cover the cost of said Contract. Section 2. That the amount of $59,296.72 be, and it is hereby, allocated from the account entitled "fi 0ItExG.O.Bond ,� "DOCUMENT Funds". Section 3. That the City Manager 'is lnereb,y authorized to enter into a Contract on behalf of The City of Miami with P.N.M. Corp. for DIXIE PARK PAVING PROJECT. PASSED AND ADOPTED this 31 day of May ,1978. "SUPPORTiVE DOCUMENTS T; - Z:// (27r%. ty Clerk PREPARED) AIND APPROVED BY; ;�/eh4( sistant City Attorney Maurice A. Ferre M A v 0 R APPROVED AS TO FORM AND CORRECTNE2." : City Atto ney t 78--. 1 WIM MENNW IRE Ear - SE CITY OF MIAMI. FLORIDA INTEhic F1rt mEMC)RANbUM T : Joseph R. Grassie City Manager William Ea Parkes Director Department of Public Works ,ti It ttf37' tENCL May 313 1978 B-443o DIXIE PARK PAVING PROJECT Bids were received May 10, 1978 for the construction of 1300t± of roadway adjacent to Dixie Park on N. W. 14 Street from N. W. 3 Avenue to 550'± west and on N. W.3 Avenue from N. W. 12 to 14 Streets. As reflected in the Tabulation of Bids, the $59,296.72 bid of P.N.M. Corp. is the lowest responsible bid for the Total Bid of the proposal. THE DEPARTMENT OF PUBLIC WORKS AND THE CITY MANAGER RECOMMEND ADOPTION OF THE RESOLUTION AWARDING THE BID RECEIVED I -'IA`.% 10, 1978 OF P.N.M. CORP. IN THE AMOUNT OF $59,296.72 FROM THE ACCOUNT ENTITLED "III'"=HWA` G.O. BON:: ?FUNDS" AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT IN BEHALF OF THE CITE OF MIAMI FOR DIXIE PARK PAVING PROJECT. "141JAH "SUPPORTIVE DOCU M t-t' i . J FOLLOW" • NAME OF LOW BIDDER AMOUNT OF LOW BID OID AWARD PAOTAMT For The City Mahager PROJ_ECI_NAMq & IJOCATION PROJECT SCOFE DIXIE PARK PAVING PROJECT B- 4430 CONSTRUCTION OF 1300'± OF ROADWAY ADJACENT TO DIXIE PARK ON N.w. 14 STREET FROM N.W. 3 AVE, to 5501+ WEST AND ON N.W. 3 AVENUE FROM N.W. 12 to 14 STREETS. ESTIMATED CONSTRUCTION $ 57,000.00 COST DATE BIDS RECEIVED MAY 10,1978 NUMBER OF BIDS RECEIVED 6 P.N.M. CORP. $ 59,296.72 TOTAL FUNDS TO BE ALLOCATED $ 0 LENGTH OF TIME ALLOWED FOR CONSTRUCTION 60WORKING DAYS SOURCE OF FUNDS Fcrn W #339 6/76 HIGHAv n.o. BOND FUNDS "SUPPORTIVE I 01 AI r • 1�4c' DIXIE PARK PAVING PROJECT (B=4430) CONTRACTOR'S•FACT SHEET I. P.N.M. Corporation 3501 S.W. 8 St. ( Suite 201) Miami, Florida 33135 Phone; 446-.7790 II. Principals.: Pedro Naranjo-11uller,President Pedro Naranjo--Sr.,Vice-President III. Contractor is properly licensed and insured. IV. Sub -Contractors NONE V. Experience: 3 years Allapattah C.D. Paving Project Allapattah C.D. Drainage Project Buena Vista C.D. Drainage Project VI. Minority contractor $ 220,975.00 $ 72,754.00 $ 48,038.00 VII. 71 Advertisements mailed out 11 Contractors picked up Plans & Specifications 6 Contractors submitted bids D I XI +I'1UVa�I�r E PARK PAN City Manager. City Clerk .v.v t 111C, P City of Miami. Florida •�. --- — - o r C.T at 2=00 P. — - r 44-30 • M MAY j� • t"'?8 Received by t , ".` 1: P_ F. F. CQ JSr CO- m nI-'; i Evos_ co. D. j4, P. F? Id M. co!-'P. siaaer Insured Per Citp Code S Metro Ord. `I L.'., y L_S �Co `l E -, 5 % ut•nsea es S "/Q 5 % &d'Bond Amount— .::' j'o --- "- �' . 'Irregularities DESCRIPTION TOTAL TOTAL TOTAL t TOTAL AL r�►v..) F 59, Z'1(,. •1'L C;U, J 4_ (O `' 67., 08Z., %Z $64,,O47 OC3 To . ti `ORT1'1E t,...,,, vf� rim_ S ♦ l i. ,,..p.. 7 i i 4 � t IRREGULARITIES LEGEND THAT ' " IT 1S RECOMMENDED A _ *la Power -of- Attorney 1:, r . r v .. -- - ; AL 1 1.7 I t-•.1 �7► its .�' - �.�. ! c,•.' I I-(L-. 1 1 'C _ Corrected 'Eviensions ._.-_ �r �� O Proposal Unsigned or improperly S.9ned or Na Corporate Seal r✓t `r �'� l f : • . ,/ - - BID% `%�� - t / - F_ G - 1w wop.r Bid Bond H _Corrected Bid �/ • JOB: NO. ,_ —'al v: �jil�,_, ��IPra. � 11,911111 �I���I� 9111 I'1iPi'1 I'�U'llll 'i111141I1I1���'�� �I�II"I II 1 qiI I I 1 1. 1I.. III If I 11 q I 1 II I 11 1 I 1 I I I h f �1, PAVthG PROJECT PUBLIC WORKS BID SiCURITY DATE BIDS RECEIVED.. .Ma-s/ i0, _19.78 ., BIDDER TYPE OF SECUP)TY AMOUNT POR ACCOUNTiNO USE F & F. Construction Co, Inc. $64,047.00 1850 SW 8th Street BB 5% Miami,Florida 33135 Williams Paving Co. Inc. til 7001 N. W. 84th Ave. BB 5% Miami,Florida 33166 Webb General Contracting Inc. $72,105.00 c' 30 SW 5th Court BB / Pompano Beach,Florida 33060 P.N.M. Corporation $59,296.72 3446 SW 8th Street Suite 206 BB 5% Miami,Florida 33135 Marks Brothers Co. Not Inc. $60,724.00 1313 N.W. 97th Ave. BB 5% Miami,Florida 33126 P.M.P. Corporation $62,0R9_79 10477 SW 186 Lane BB 5% Miami, Florida 33157 V E J 2 .0-7 p Fri . DOCLVIFNTS.�_ FOLLOW" Received the above described checks this cloy of 19 FQR ACCOUNTING DIVISION ACCOUNT CODE, Q BID NO. �.,—.+ ,�, , r .1k7lie, 't1T'kc DEPTIDIV 4_ . ) CITY OF MIAMI, FLORIDA 1EQU'";iTIO!N! FOR ADVERTISEMENT FOR BIDS RD E►v, 8 OR 18 � cA i; `'`' ftptrli = ,�_._I;I•?���� �,� DATE DATE DATE DATE DATE DATE r • QUANTITY REPR/I'J(,qi IVT REQUIREMENt9 raft MON?H8 Z PREPARED BY '7 r' DATE PHONE I,/1n,.. s� - r, Ies 4 AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT CODE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT. BIDS TO BE SECURED FOR • FOR THE DEPARTMENT OF: ADVERTISE ON BIOS TO BE RECEIVED ON "SUPPORTIVE DOCUr,'.1ENTS FOLLOW" TOTAL a`r 1 7 ESTIMATED COST : CONTRACTUAL: • INCIDENTAL : TOTAL. SOURCE OF FUNDS: APPROVED BY DIRECTOR OF ISSUING DEPARTMENT I o bi• lined in by EXPENDITURE CONTROL: PROJECT CODE FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER AD CODE �.uPIh.S TO: Purchasing (Org.) — City Manager — City Clerk —Expenditure Control — issuing Department — Other Affected Department HM do IU�3 - HEV. 74 WHITE GREEN PINK CANARY BLUE GOLDENROD •�s Bid NO4 77.-78,71 ADVERTISEMENT FOR BIDS r Sealed bids for construction of rr DIXIE P JECT'r will be received by the City Manager and the ity Jerk o The ity of Miami, Florida at 2:00 .m, on the 10th day of Mayo 1Q .in the City Clerk's Cff�'ce, 'fi rsf ` floor o e�'Miami 'ity-all, 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 roadway on the south side of N. W. 14 Street from N. W. 3 Avenue to 550'± west and on the west side of N. W. 3 Avenue from N. W. 12 Street to N. W. 14 Street. Construction will include asphaltic pavement, concrete curbs and gutters, sidewalk, and modifications to existing; positive drainage. If any questions, call 579-6865, George 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 30 days after bids have been received. Proposal includes the time of performance, and Specifications contain provisions for liquidated damages for failure to complete work on time. The City Commission reserves the right to waive any informality in any bid, and may reject any or all bids, and readvertise. Joseph R. Grassie City Manager