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