Loading...
HomeMy WebLinkAboutR-78-0382AZ AIM RESOLUTION NO 6 7$ - 3 8 2 A RESOLUTION ACCEPTING THE BID OF MARKS BROTHERS COMPANY IN THE PROPOSED AMOUNT OF $54,020 FOR THE DOWNTOWN COMMUNITY DEVELOPMENT HANDICAP RAMPS PROJECT (2ND BIDDING); ALLOCATING SAID AMOUNT FROM THE 2ND YEAR FEDERAL COMMUNITY DEVELOPMENT BLOCK GRANT FUND IN THE AMOUNT OF $54,020 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $4,100 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT OF $880 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, AND POSTAGE; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM "SUF J4 ;FIVE D(� vv(�` �'''� WHEREAS, sealed bids were received May 10, 1978 FOLLOW" for DOWNTOWN COMMUNITY DEVELOPMENT HANDICAP RAMPS PROJECT (2ND BIDDING) ; and WHEREAS, the City Manager reports that the $54,020 bid of Marks Brothers Company is the lowest responsible bid and recommends that a Contract be awarded to said firm; and WHEREAS, funds for this project are available from the 2nd Year Federal Community Development Block Grant Fund; !JOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF "DOCUMENT !"r"EX THE CITY OF MIAMI, FLORIDA: Section 1. The May 10, 1917TEtiici4u P--W s others Company in the proposed amount of $54,020 for the project entitled DOWNTOWN COMMUNITY DEVELOPMENT HANDICAP RAMPS PROJECT (2ND BIDDING), namely Total Bid of Proposal, based on lump sum bid, is hereby accepted at the price stated therein. Section 2. The amount of $54,020 be, and it is hereby, allocated from the account entitled 2nd Year Federal Community Development Block Grant Fund to cover the cost of said contract. Section 3. The amount of $4,100 is hereby allocated frorn the aforesaid Fund to cover the cost of Project Expense, CITY COMMISSION MEETING or MAY 3 1 197E r 7 8 RESOLUTION NO. »... .».. REMARKS: . Section 4. The amount of $880 is hereby allocated from the aforesaid Fund to cover the cost of such items as advertising,, testing laboratories, and postage, Section 5. The City Manager is hereby authorized to enter into a contract on behalf of the City of Miami with Marks Brothers Company for DOWNTOWN COMMUNITY DEVELOPMENT HANDICAP RAMPS PROJECT (2ND BIDDING). PASSED AND ADOPTED this 31 day of May 1978• Maurice A. Ferre MAURICE A. FERRE, M A Y O R ATTEST: 6:332j CLERKRA PHI G .pON.rIE , CITY PREPARED AND APPROVED BY: Gr���''V' 6;1,14 ROBERT F. CLARK ASSISTANT CITY ATTORNEY /2° APPROVED AS TO FORM AND CORRECTNESS: d66 n-�-t Gh ROE j'. KNOX, JR. , CITv ' 1T' RNEY t- tti, t� FOLLoVV», r 78. 382'4 Joseph R. Crassie City Manager William E. Parkes CITY OF !9IAMI. FLORIDA Ii�JTCR•t7f rt ME Mof2.ANDUN1 To: ..ova: Director Department of Public Works t) T E May 31.y 1978 -rr. B=.4404 DOWNTOWN C.D. HANDICAP RAMPS PROJECT (2ND BIDDING) Bicls were received May 10, 1978 to construct concrete sidewalk handicap ramps, including; pavement patching, in the Downtown Area. As reflected in the Tabulation of Bids, the $54,020 bid of Marks Brothers Company is the lowest responsible bid for Total Bid of the Proposal. Funds have been allocated From the 2nd Year Federal Community Development Block Grant 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 MAY 10, 1978 OF MARKS BROTHERS COMPANY IN THE AMOUNT OF 54,.020; AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT IN BEHALF OF THE CITY OF MIAMI FOR THE DOWNTOWN COMMUNITY DEVELOPMENT HANDICAP RAMPS PROJECT (2ND BIDDING) . J II:he ,7RTIVE FOLLOW" nOwWTo N C.D. HANDICAP RAMPS PROJECT (2ND BIDDING') CONTRACTOR'S FACT SHEET Marks Bros. Co., not Inc. 1313 N. W. 97 Ave. Miami, Florida 33172 Phone: 592-0721 . II. Principals: Herman Marks Paul Marks Eugene Marks Stanley Marks III. Contractor is properly licensed and insured. IV. Sub -Contractors: NONE V. Experience: 31 years Model Cities C.D. Street Imp. Ph. IV - $715,000 Culmer C.D. Pavin4- $392,600 N.E. 30 Terrace C.D. Pavi.ntr project - Phi. II - $ 26,400 VT. Not a minority contracto VTT 71 Advertisements mailed out r) Contractors njcked un Plans 'i ,`';Tloo.1f'Ic:ition 5 Contractors DOWNTOWN COMMUNITY DEVELOPMENT HAND/CAP RAMPS RAMPS PROJECT (21JD BIDDI11(1) B.,4404 Construction or concrete sidewalk handicap raMps, includinct, pavement patchin, in the Downtown Area. $44,000,00 May 10, 1978 5 Brot hers Company $59,0n0.00 c)0 wo2.1in;7 r_ 8,1b.AVAPO_PACT_EiUT For The City Manager P,ROJECT_NAME & LOCATION PROJECT SCOPE ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED NUMBER OF BIDS RECEIVED NAME OF LOW BIDDER AMOUNT OF LOW BID TOTAL FUNDS TO BE ALLOCATED LENGTH OF TIME ALLOWED FOR CONSTRUCTION SOURCE OF FUND:1 Form PW #389 6/76 ( aXIDAWARD_FAOTSKEET For The City Manager PROSECT NAME & LOCATION PROJECT SCOPE ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED NUMBER OF BIDS RECEIVED NAME OF LOW BIDDER AMOUNT OF LOW BID TOTAL FUNDS TO BE ALLOCATED LENGTH OF TIME ALLOWED FOR CONSTRUCTION SOURCE OF FUND2 Form PW #389 6/76 DOWNTOWN COMMUNITY DEVELOPMENT HANDICAP RAMPS RAMPS PROJECT (2N1) BIDDINC1) B-J1404 Construction of concrete sidewalk handicap ramps, fnc1udinp pavement patchinp4, in the Downtown Area, $44,000.00 Nay 10, 1978 r.larks Brothers Company .$94,020.00 '1"-n • ion on 99 wo!.il:1 5 J«, V 5555-• - I TABULATION OF BIDS FOR . DOWNTOUJi\1 C.D. HAt\IDICAP RA ,.kR;T.O_J i_ ---t (24149 BI DDIIl1G) City Manager. City Clerk •^'OJ " MAY -, City of Mii. Florida at -' P. M. �r A ,:) i `? e' �l Received by tM-Cit. C.J.— `.:- C1-::' . am 0-44o4 - ..,-cit, CA.DAVfS - -- . RAI At CORP. Bidder MARKS t3RC.)T IIE. f -I:I~ C i,i3 T KII i ION Licensed titivated es Per City Code B. iAstro Ord. 'r' i. =. Y C YES YES j Bid ;Bond Mount =:_- .4 r !'• of _.) �, S A .5 /o r Irregularities - ..— DESCRIPTION TOTAL TOTAL TOTAL TOTAL 1 i r)T,A L :, I D 4, . 5102 0 . o 0 .f? ..5 6. 0 -? 0 .3 D :N'74, .� 70. 0) s8, 6>.; . "' a . S SU� RTIVE , D DOCUMENTS i LOW77 u - IRREGULARITIES LEGEND IT IS RECOMMENDED THAT A CONTRACT BE AWARDE D •; A — No Power-- of • Attorney . TO MASKS 6RO5,. Co. FOR TILE TOTAL BID - ..- B— • \ .c lC_Corrected Extensions IN THE AMOU1,1T OF 4_54, 020. ot7�-t \ : o _ Proposal 'Unsigned or improperly Signed or No Corporate Seal ,, 4. . E — \''. , ice. 8� BID 77-7-7Z F_ ".•' ` l-' G — improper Bid 'Bond H — Corrected Bid Q V ,Os r.O. 1 — • t r r CAi/7,q t31401 rev.t- Form FW w.RORA 1 /77 BID SECURITY rrEm Downtoton C.D. Handicap Ramps Pro . 2nd dding) Public Works DATE BIDS RECEIVED MaY_I-0_, 1978 _ BIDDER TYPE OF sECURITY AMOUNT POR ACCOUNTING USE F & F. Construction Co. Inc. $56,090.00 , 1850 SW 8th St BB 5% Miami,Florida 33135 Webb General Contracting Inc. $111,350.00 ...„, . , 30 SW 5th Ct. BB 5% Pompano Beach,Florida 33060 Marks Brothers Co. Not Inc. $54 020.00 1313 N.W. 97th Ave. BB 5% Miami,Florida 33126 P.N.M. Corporation $88.625.00 . 3446 SW 8th St. Suite 206 BB 5% Miami,Florida 33135 C A Davis Inc no total bid 1399 SE 9th Ave. BB 5% Hialeah,Florida -1 V ..0 j Received the above desctibld checks this day of 19 ••••!11,91,, r FOR ACCOUNTING DIVISION r or CITY OF MIAMI, FLORIDA REQUISITION FOR ADVERTISEMENT FOR BIDS RECEIVED '18 AP 18 AM 8: Ralph r Orlglo DEpTIDIV P1-11-1'.?' 7'7(Iri:3 City Cie, - . Gni of Riatili,.C13: ACCOUNT CODE BID NO 77-7 -,-72 DATE `31 PREPARED BY 7 PHONE L QUANTITY REPRO 1" PARTM NT ReQUIREMENTS FOR MONTHS • e. \13 4 0 DATE DATE DATE DATE DATE AMOUNT AMOUNT AMOUNT AMOUNT AMOUN1 AMOUNT COCE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT. r BIDS TO BE SECURED FOR r1`7. T:", '. • • TA7) \ 7,1TCY4: n . 7,.. . 17..C.J.T: FOR THE DEPARTMENT OF: 710)171r.! '.,'171rii::::-; ADVERTISE ON 10:`I'l 2. -r.i 3 BIDS TO BE RECEIVED ON TOTAL MT 11), 1Q7 ESTIMATED COST : CONTRACTUAL: . ; . INCIDENTAL : $ TOTAL — !aouRCE OF FUNDS: APPROVED BY DIRECTOR OF ISSUING DEPARTMENT I ‘, bt• finial in by EXPENDITURE CONTROL: Pi-40J ECT CODE FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER AD CODE (.()I,11:h 'I 0 : Piorhabisg (Org.) — City Monaget — City (,hi-k —Expenditure Control -. issuing Departuretti — Other Affected Deportment WHITE SHEEN PINK CANARY BLUE aoi.DKNRoD wool 1044 fikv 14 Bid No, 770,78Aa72 ADVERTISEMENT FOR BIDS Sealed bids for construction or naWNTOWf1_ COMMt NIT?. DEVEDOPMENT.. HANDICAP RAMPS PROJEC1.(2ND BIDDING)" will be received by the City Manager and the City Clerk of The City of Miami, Florida at 2:0 it ,. on the lOti ay cif Maw 7 n the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and glace they will be publicly opened and read. Briefly, the work will include the construction of concrete sidewalk handicap ramps, including pavement patching in the downtown area. For any technical 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 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bid:: are advised that The City of Miami Office of Community Develorment has an agreement with Contractors Tra.in'nc, and, D--veorment, Inc. to orov 1e technical assistance in putting tr7et;i'3r bid p'ici:a es. For further information pertaining to the above, call Mr. James D. Thomas, Admi 1is`;L ati 1 ' As3istant, at 579-6848. The City Commission reserves the richt to waive any informality in any Bid, and may reject any or 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 measures Contractors and Subcontractors will be required to comply with the provisions of Section 3..(Federal Regulations) which require all developers, contractors and sub- contractors create feasible opportunities to employ and train residents in the area of the project; and give preference in sub- contracting 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 within 330 days after actual date of the opening thereof, unless modified in Division 2 - Special Con- ditions of the Specifications. The estimated cost of this project is $44,C00. Joseph f]rassie City Manager