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