Loading...
HomeMy WebLinkAboutR-78-0407RESOLUTION NO. 78w, 407 A RESOLUTION ACCEPTING THE BID OF F & P CONSTRUC= TION CO., INC. IN THE AMOUNT 0' ')137, 855 FOR WYNDWOOD COMMUNITY DEVELOPMENT PAVING PROJECT PHASE III BID "A" (HIGHWAY); WITH FUNDS ALLOCATED FROM THE ACCOUNT ENTITLED "3RD YEAR FEDERAL COM- MUNITY DEVELOPMENT BLOCK GRANT FUND" IN THE AMOUNT OF $137,855; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH ,SAID FIRM WHEREAS, sealed bids were received May 24, 1978 for WYNDWOOD COMMUNITY DEVELOPMENT PAVING PROJECT PHASE III - BID "A" (HIGHWAY); and WHEREAS, the City Manager reports that the $137,855 bid of F & F Construction Co., Inc. is the lowest responsible bid and recommends that a Contract be awarded to said firm; and WHEREAS, the funds for this project are available from the 3rd Year Federal Community Development Block Grant Fund; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: "DOCUMENT iNnFX Section 1. The May 24, 1978 bid b F & F Const'ruon Co., Inc. in the proposed amount of $137,855 for the project entitled WYNDWOOD COMMUNITY DEVELOPMENT PAVING PROJECT PHASE III - BID "A" (HIGHWAY), for Bid "A" of lump sum bid, is hereby accepted at the price stated therein to cover the cost of said Contract. Section 2. The amount of $137,855 be, and it is hereby, allocated from the account entitled "3rd Year Federal Community Development Block Grant Fund". Section 3. The City Manager is hereby authorized to enter into a Contract on behalf of The City of Miami with F & F Construction Co., Inc. for WYNDWOOD COMMUNITY DEVELOPMENT PAVING PROJECT PHASE III - BID "A" (HIGHWAY). CITY COMMISSION MEETING OF JUN 13 1978 RF,9MMON NO ` $ - 4 EMUS: PASSED AND ADOPTED this 1.3th 1978• ATTEST: PREPARED AND APPROVED BY: Assistant City Attorney APPROVED AS TO FORM AND CORRECTNESS: C day of JiifiG Maurice A. Perre MAYO R 2 _ 7 8. 407 BID SECURITY ITEM WYNDWOOD COMMUNITY DEV. PAVING PROJECT PHASE DATE BIDS RECEIVE6______5 24=7.8,____.... III & SANITARY SEWER MODIFICATIONS PHASE III BIDDER TYPE OF SECURITY Garcia Alien Const. Co. Bid Bond 5% $2/3009.31 AMIUN T DMP. CORP. Bid Bond 5% "B" 73,567.31 "C""1;,323 POR ACCOUNTING USE WILLIAMS PAVING CO., INC. Bid Bond 5% "A"163,215.50 "B't97,519.76 JOE REINERTSON EQUIPMENT CO. Bid Bond 5% C?' $11,995.00 F & F CONSTRUCTION CO. Bid Bond 5% $91 R,614 nn "A"137,855 "B" 68,493 "C" 12,271 P.N.M. CORP. Bid Bond 5% "A"143,675 "B" 64,095.31 "C" 11,000 Received the above described checks this _ day of 19 FOR ACCOUNTING DIVISION L DEPTIDIV ACCOUNT CODE Q BID NO. PREPARED BY eNTY OF MIAMI, FLORIDA f} Cc rs rt -G.�. G•r - .. ` u, , 1 IUN rut QUANTITY REPRESENT DEPARTMENTt,/ ADVERTISEMENT FOR BIDS REQUIREMENTS (`OR AiONTH!!t COCE BATE i i'i PHONE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT. DATE DATE DATE DATE DATE DATE AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT TOTAL ESTIMATED COST: CONTRACTUAL: INCIDENTAL : TOTAL $ �OIJRCE OF FUNDS: APPROVED BY BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: ADVERTISE ON BIDS TO BE RECEIVED ON PS DIRECTOR OF ISSUING DEPARTMENT fillc-d in by EXPENDITURE CONTROL: PkOJECT CODE FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER AD CODE MIME Pu►rhasing (Org.) - City Manager - City clerk -Expenditure Control - l ssuing Department - Other A//ected Department .M NO tr,�3 Rkv. 7A WHITE GREEN PINK CANARY BLUE GOLDENROD wins Bid No. 7748Aa77 ADVERTISEMENT FOR BIDS Sealed bids s for construction of tfma... M T' DEVEDOP' �AS V`/NDWOOD .SAKI EWER MODIFICATIONS PHAS Twill be received by the ty anager and the City. Clerk of The City of Miami, Florida at 2.19XLIL.m. on the 24th da of Ma 19 in the City Clerkis office, first floor dr the iaam ° ti y Ha , 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they will be publicly opened and read. Briefly, the work required for this project will be: HIGHWAYS & DRAINAGE The construction of approximately one-half mile of street within rights of way. New construction will include rebuilding asphaltic pavement, new curbs and/or gutters, valley gutter, sidewalk, covered ditch drainage systems and landscaping. SANITARY SEWERS The construction of 300 linear Feet of 8-inch extra strength vitrified clay pipe, 50 linear feet of 6- inch extra heavy cast iron soil pipe, 50 linear feet of 4-inch.extra heavy cast iron soil pipe with the deepest cut being 6 feet. Bids may be offered on any one or all of the following categories: Highways, Drainage, and Sanitary Sewers. However, in order to offer a TOTAL BID, bids must be offered on all 3 categories. If any questions, call 579-6865, George V. Campbell, Jr., Highway Engineer (Highway, Drainage), or James J. Kay, Sewer Design Engineer (Sanitary Sewers). Contract Documents, including drawings and technical specifications, are open to public inspection and may be obtained from the Depart- ment of Public Works, 3332 Pan American Drive, Miami, Florida 33133. Plans and Specifications are to be returned in good order and unmarked within ten (10) days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised that The City of Miami Office of Community Development has an agreement with Contractors Training and Development, Inc. to provide technical assistance in putting together bid packages. For further information pertaining to the above, call Mr. James D. Thomas, Administrative Assistant, at 579-6848. A-1 MEIRE EffiNa ✓ ▪ ae MEW Bid No. 778.,77 ADVERTISEMENT FOR BuBS Sealed bids for construction of " Yrd Ty =EB'MF,` ,.V ., $,0„rF.,,P.. i&. ,4,,. 4'NDWOOD SANI SEWER MODIFICATIONS p,,JII!j HAS will be received by the ty a lter and the City Clerk of The City of Miami, Florida at 2100 ..m. on the 24th_ day of Mal in the City Clerk's officerst floor oche Miami"T ty a 1,. 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they will be publicly opened and read. Briefly, the work required for this project will be: HIGHWAYS & DRAINAGE The construction of approximately one-half mile of street within rights of way. New construction will • include rebuilding asphaltic pavement, new curbs and/or gutters, valley gutter, sidewalk, covered ditch drainage systems and landscaping. SANITARY SEWERS The construction of 300 linear feet of 8-inch extra strength vitrified clay pipe, 50 linear feet of 6- inch extra heavy cast iron soil pipe, 50 linear feet of 4-inch extra heavy cast iron soil pipe with the deepest cut being 6 feet. Bids may be offered on any one or all of the following categories: Highways, Drainage, and Sanitary Sewers. However, in order to offer a TOTAL BID, bids must be offered on all 3 categories. If any questions, call 579-6865, George V. Campbell, Jr., Highway Engineer (Highway, Drainage), or James J. Kay, Sewer Design Engineer (Sanitary Sewers). Contract Documents, including drawings and technical specifications, are open to public inspection and may be obtained from the Depart- ment of Public Works, 3332 Pan American Drive, Miami, Florida 33133. Plans and Specifications are to be returned in good order and unmarked within ten (10) days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised that The City of Miami Office of Community Development has an agreement with Contractors Training and Development, Inc. to provide technical assistance in putting together bid packages. For further information pertaining to the above, call Mr. James D. Thomas, Administrative Assistant, at 579-6848. A-1 MEW mwes NEW pirt WPM MEW MMF The City dommission reserves the right to waive any informality in any Bid, and the City Manager may reject any or all Bids, and readvertisee Proposal includes the time Of performance, and Specifications contain provisions for liquidated datnages 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 requires 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 30 days after actual date of the opening thereof, unless modified in Division 2 - Special Conditions of the Specifications. The estimated construction cost of this project is $210,000, and is to be funded by the Community Development Block Grant Monies. A-2 Joseph R. Grassie City Manager CITY OF MIAMI, :7LOR1riA INTER-OFF10E MEMORANDUM Joseph R. Grassie City Manager 1 William E. Parkes Director Department of Public Works C.ATE: June 13, 1978 r t:; B-44 32 WYNDWOOD COMMUNITY DEVELOPMENT PAVINNG PROJECT PHASE III - BID "A" (HIGHWAY) Bids were received May 24, 1978 for rebuilding, to include new asphaltic concrete surface and limerock base, new curb and gutter, landscaping and replacement of damaged sidewalk. As reflected in the Tabulation of Bids, the $137,855 bid of F & F Construction Co., Inc. is the lowest responsible bid for Bid "A" of lump sum bid. Funds have been allocated from the account entitled "3rd Year Federal Community Development Block Grant Fund". THE DEPARTMENT OF PUBLIC WORKS RECOMMENDS ADOPTION OF THE RESOLUTION ACCEPTING THE BID RECEIVED MAY 24, 1978 OF F & F CONSTRUCTION CO., INC. IN THE AMOUNT OF $137,855; AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT IN BEHALF OF THE CITY OF MIAMI FOR WYNDWOOD COMMUNIT;' DEVELOPMENT PAVING PROJECT PHASE III - BID "A" (HIGHWAY) . JAH:hc MEM MIER MUM mmm BID AWARD FACT SHEET For The City Manager PROJECT NAME & LOCATION WYNDWOOD COMMUNITY DEVELOPMENT PAVING PROJECT PHASE 1II - BID "A" (HIGHWAY) B-4432 PROJECT SCOPE ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED NUMBER OF BIDS RECEIVED Rebuilding shall include new asphaltic concrete surface and limerock base, new curb and cutter, landscaping and replace- ment of damaged sidewalk. Location: N.W. 31 St. between N.W. 2 Ave. & N.W. 5 Ave.: II.W. 32 St. between N.W. 2 Ave. & N.W. 5 Ave. $136,000 May 24, 1978 4 NAME OF LOW BIDDER F & F Construction Co., Inca AMOUNT OF LOW BID TOTAL FUNDS TO BE ALLOCATED LENGTH OF TIME ALLOWED FOR CONSTRUCTION SOURCE OF FUNDS Form rW #389 6/76 $137,855 $118,419.00 90 working day (Bid "A") 3rd Ytsar Foder'31 Community Development Block (-11 '3t11; Pun WYNDWOOD COMMUNITY DEVFLOPIMENT PAVING PROJECT - PHASE III (BID "A") (JOB B-4432) CONTRACTOR'S FACT SHEET I. F & F Construction Co., Inc. 1850 S. W. 8 Street, Suite 303 ;Miami, Florida 33135 II. Principals: Phone: 642-8319 Orlando M. Ferrer - President Wilfredo A. Ferrer - Secretary Francisco J. Terrer — Treasurer III. Contractor is properly licensed and insured. IV. Subcontractors: NONE V. Experience: 2 years HUD Project - $135,000 Southern Holding Corp. $ 50,000 Central Miami Park - Seating Gallery & Walkway Staining - $ 25,855 VI. A minority contractor VII. 99 Advertisements mailed out 13 Contractors picked up Plans & Specifications 4 Contractors submitted bids Mit II TABULATION OF BIDS FOR wyNDW000 COMMIJN/rY DEVELOPMEAir PAV/NC, PI 'OJ. P/-/ /7/ AA/D WVA/DWOOD 5 iiT4eK SEWER MODS.. Pal City Manager, City Clerk 1 �agno- /�/jj� y Z4 r9 7�3 Received by the 00 City of Miami, Florida at Z, P. M. _ M1B►dder i P." Co/1s/: C.o.1, ec. PN.A/l. Corp. Go r-c i R — l LE.1Cons.(... Wiliam g Pr?,,Lc9, me Licensed &'Insured as Pon City Code S Metro Ord. /es yes 1/eS )/e5 'Bid Bend Amount 5 6,4 5 °A . sob D 5O Irregulotities 1 1-1.1-1 DESCRIPTION TOTAL TOTAL TOTAL TOTAL- To71C1 /?,c>I • �o/a/ >< '11,�3'n4ol "C" o aids 2I8) (ol! oo 2lh*77o =� 77'r8O9 �1 — C c) , A" ; O-/I.5 4 El cm / 117 {U / 6 / 3718SS ° ° 14 3, 675 -°- I A 9, 9 95 �' I C ?.)/ 215 c a 7) P1 J „F„ • (0,0,,i. 4e) k-en, /77111K010 Co c3, 485 = 6 4, o9S 1 5 -21, 304- 3' 57 1 519 - el'°, 1.C. • 5:-) ,, Sr, ) 4 i1liv 49 12, 27/ e� 1 LtoOo °" 2q, O/O °--1)- ' - - .1-roll (0,1,1 hi i� r7 i' i.). • /7/ a! CIL) Z 7i a/, l 04 O O(� 5 0/ _s l IRREGULARITIES LEGEND /� IT IS RECOMMENDED THAT ? C C,) --/-t'3C 7 %>E c`7(ciafelec(/ A _ No Powr-of- Attorney B _ ?"D F.- ? f. CC) il,571; (',, . .2T ic. ;;1 7` A F' c /i 1 (�v.1 %' C —'Corrected Extensions ('T 74 / 3 7, I . .5 OO ;t' k�,d 'A r„ U _'Proposal Unsigned or improperly Signal or No Corporate SealCO' /'r. 1 i 75,9 15 12 7/ r - �.� fd, f E��71 nv/1 r a� ! > 0 /�.J t�% p /j'p�/]'� F- i?tC1 i1 f?„ ,i J ere rr �,. 1 BID 7 8— N N / G Improper Bed Bond �� 4et " '/ - -- ifr L� _ H — Corrected Bid � / ‘"/ 1 _ 701, 4o8WO. • PreC. By: lielry,S,,rf (5/'25/78 8-4 ;-32- 1, Ii�IRillll'N'"III111Edpllp Form PW N?OR A 1 /77 111119P!11;I,111,du11Iu'11111�IpiI�1lli�I�Illlh'lilul±'p'IyIIIsII!iAl11119�11111111111111 I,41 Ili II I' l' I 11' 11111 11 N'1'11!II '1 II11111 I Ili II 11111I1! II 11111111' q 1 II 11 flu 1111 1l111 I1111111111 b III iIi r