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