HomeMy WebLinkAboutR-77-0451E8OLUTtoi1 ' No. .17
A tESOLI TIO1J A0 :. p:t11CMP,:AN
(;,:: IN T13E'11201Ii�IT S�`,AV 6 =t N.0 1 FOR MODEL C.IT, E GOMMIllf�tl:`';.
I�EVI✓L01 ME pSTRE1 T.; I IPROV', Eli, t: '.-:PHA SEl
ALLOCA 11 G THE AMOUNT OF' 1.1.18 226 RHOM THE ACiOtJW
ENTITLED "IIIOlWAY IM1ROVEMENT BOf1b FU1 t ' AND .USI11C
$2 80.84Y PROORAMMtb TRRbU0H T1IE "COMMUNITt btVELO?MENT
PROCxRA tt.. TO COVE1 THE CO3\1'T'I ACT COST,'' ALLOCATINO T11E
`'AMOUNT Off' $41.3405 1 ROM ttHIGtWA?- IMPROVEMENT $O13D FUNDS."
°TO COVER riti COST of PROJEcr LYi? t4SE; ALLodATI110 $7,528
FROM 't. IIOHWAY IMPROVEMENT $OND r UimS7,i TO COVEN THE, COST
Ot tic. i:.ITEtV1S ASADVERTISIW03 TESTINCI: LABORATORIES AND
POSTAGE s A4ND. AUTHORIZING- THE �CITi MANAGER , TO EXECUTE` A
CONTRACT t1ITH SAID .FIRM ..
tiiHEREAS sealed_ bids were rece :Ved Aril 27.3 ,197Z for
MOD L CITIES COt4I''IUtf1TTY DPE,VELO1'ML'NT:;`ST'REET :IP1PROVCML4TS PHASE III3
$ID A,� end
WHEREAS, the - City Manager reports that the $:376,410 bid of
Holland Pavia Company, Inc. is thee lowest 'responsible bid for
a contract be awarded
Bid "A" of the Proposal and recommends that
;o said r firm; and
WHEREAS, funds `are available fore a11ocation from the account
and the.. balance ,of the
entitled "Highway Improvement Bond Funds"
funds for' this •contract have beeng d budgeted under
p a rammed an
:.the "Community•Development Program" ,
NO1I, THEREFORE, BE IT :RESOLVED: BY THE COMMISSION OF , THE
CITY OF MIAMI, FLORIDA:
Section 1. The April;27, 1977.bid of Holland Paving Company,
Inc. in the amount of $ 376 , 410 for the project : entitled MODEL 'CITIES
COMIMUNITY DEVELOPMENT STREET IMPROVEMENTS PHASE III, namely .Bid '!A"
of the Proposal,, based on unit prices is hereby accepted at the price
statedtherein.
Section 2 The amount hereby allocated #'torn the'
"Highway Trnprovement ,Bond Funds" and the retnainin ;, amount of $2.28,2$4
from the U. ' S. Departmefl
s hereby programmed from Funds to be received
f lIousing ai1d Clrbaii UeveI opmont though its abli'gatipn
PPQRTIVE.
=OLLOW"
IIKM 0 ,IP 11
rlYOCUMENT INDEX
0 pay the CttY
oar( COMMISSION
MEETING OF
MAY/41977
g N,._..'...,, „, .,
r alai through the . City' (o n Deve 0ptnent Prograth to ca df
tie cost cif . the s.id Ct htract,
ectibt'i 3s The amount of #�id5 is: nereb�i a11oted frog.,'
Improvement i3ond Fund"sfi to c'o er iroj ct expense; Which
includes ehgineerinl;; , sur\teys ,and inspection vrork perf on od by
City forces.
Section 4 The amount of V ,528 i5 .hereby allocated frofn
'�Hi ht�jay'Improvetne.nt Bond Funds to 'cover. the coast of such items; as
advertising; testing laboratories and postage.
Section 5. The City ` Manager i hereby authprriZed to enter
into a contract on behalf of. The City of M athi with Holland
Paving Company, Inc. for MODEL CITIES COMI"IUNITDEVELOPMENT STREET
IMPROVEMENTS PHASE III, BID ''A"
PASSED AND ADOPTED this lqm day of MAY
PREPARED AND APPROVED BY :
Assistant_City Attorney
APPROVED ASTO FORM AND CORRECTNES
, City At me)/
tM
BID SECURITY
Model Cities Comm.bev. Street Impr,=Ph►III
t- 41( —Did No. 16.77-66
bAtE BIBS RECEIVED
April 27, 19.77
Public Works Dept. 6856
BINDER
TYPE OF SECURITY
AMOUNT'
FOR
ACCOUNTING
USE
Holland Paving Co.,Inc.
P.O. Box 5/0102
Miami, Flrodia 33157
Marks Bros. Co.,Not Inc.
1313 w.w. y ith Avenue
Miami, Florida 33126
The Brewer Co. o •-
9800 Northwest 106th Street
Miami, Florida 33178
Garcia Allen Construction Co.,INC.
�. nox 876 , Tamia= Station
Miami, Fla. 33144
Total Bid - $619,286.00
Bid "A"
Bid "B"
Bid "C"
$376,410.00
-== $196,896.00
---- $$ 45,980.00
Total Bid --- $661,130.00
Bid "A"-----$43-7 ,180. 00
Bid "B" --- $181,095.00
Bid "C" --- $ 42,855.00
Total Bid ---
- 11 ; 11
Bid "B"
Bid "C"
$694,798.00
2,115.00
$203,904.75
$ 48,77R 95
Total Bid --- $708,279.48
Bid --- $439,570.00
Bid "B" --- $219,931.23
Bid "C"
Williams Paving Co.,Inc.
7001 N.W. 84th Avenue
Miami, Florida 33166
Total Bid --- $734,113.55
Bid "A''
Bid "B"
Bid "C"
--- $464,370.00
--- $220,415.55
--- $ 49,328.00
"SUPPORTIVE
DOCUMENTS
FOLLOW"
Russell Inc.
P.O. Box 858
Opa Locka, Fla. 33054
Total Bid --- $ -n-
A, & B
Bid "C"
- -- $ -0-
- -- $37,392.50
Everglades Sod & Landscapinq,Inc.
18800 Krome Avenue
Miami, Florida 33187
Total Bid --- $ -0-
A, & B --- $ -0-
Bid "C" --- $38,745.00
Received the above desCribd checks this
day of 19
FOR AQGQUNTING QIVISIQN
CITY OP MIAMI, FLORIDA
REQUISITION .tOR
ADVERIISEMtNT TOR BIOS
pDEPT'DIV ,,._, P :''i .-.9}ry
iA UN` D
.; y.: i,i b L
'� BID NO. Ys
��r
PREPARED �Y
CODE
TOTAL
itEN1 btS Rl€ttioN_..
ESTIMATED COST :
CONTRACTUAL:
Dq. i! • •
INCIDENTAL
t
TOTAL •
SOURCE :OF ` FUNDS ;i!
To be Jilted in by
EXPENDITURE CONTROL
PROJECT CODE;'
COWS TO; Purchasing (Orgt) . Clty Manager — City Clerk
WHITE GREEN ' PINK'
FORM NO. 1043 REV. 91I
OLJANi I1'Y REp tt§ENtE Dt AR?M!N'I`
N itUtREMENta PaR MONTHS
C _
DATE TE DATE DATE DATE DATE
BIDS ;` O EE SECURED FOR
DIRECTOR OF ISSUING, DEPARTMENT
Y�I.r `f )(C a,rld COr3riunit;! evelopment Fuip
FUNDS AVAILABLE FOR PROJECT. INVOLVED
Ap CODE . 3 D'7'7 f
Expenditure Control - Issidng Department — Other Affected Department
GOLDENROD
CANARY :.
BLUE ::..
Bid No; 76�77ffi6G
AI) I4Ft ' SEt!tl;` I `; Fot.
Sealed bid$ .f or •eoth'8ttludt Nt
to 't'EloPMt N gv g" ': IMpk)vE $NT$' 1' A ili f w l be r vc
t;. the City .Ma a e 4hd the pity ] of Ttie pity df t4i ti
iorida .•at, 2t00 p1M- oh the: 27t`h day
City C1et�k.'s Of'fide3 1itst t+'iocr of the ,Miami City tta , 3500
Pah Atnericah Dri33133 ' at which
t itne and p1ade ` they will bd' pub1ll 1y otpen�d and : f ead.
cons'tt'u6tiori of .2. 8
briefly;; the work Will
tni1es of. streets oht
include .the
N.W. 55: street aid N.W; 56 Street from -tart . 17 Avenue;''to
W W 1 Aven'ite
t .W. 55 `Terrace from N.W. 17r Avenue t o 1 J. 1� Court
t' W. 57 Sheet 'from t4.W.` 17 A,venue to tJ.W 14 Avetiue and .
N.W. 13 Avenue to t4�J. 12 Avenuo'
'tt.W. 15 114 and .13 l�wr.hues from N.W.: Su Street to" N.tt. 58
Nztt. 12 •Cour•t from t .W.' Street toy t�.W.'•
56; Street.
Constructioh will include asphaltic pavement, 'concrete,
curbsand gutters,. concrete s dewalk, a',covered ditch drainage,
sy tetnand landscaping._
from
Street
13ids maybe offered `ion .any one or ail of : the following
categories �-- Bighways,'Drainage, ,and 1.andscaping'.H However, in
cjrder,to offer a TOTAL 'f3lll'bids must be offered on aall3- categories.
If any questions, call 579-6865 George 1i. Campbell, ,Jr. ,
Highway Engineer.
All bids $hall' be subrnitt'ed "in accordance witty the
Instruetions. to Bidders and Specifications Plans 'and. Specifiea-
tions may be obtained, from the'.:Office of the Director, ;Department .'
of Public Works, .3332..Pap American F`lorida', upon
deposit of $50. Ctl. , Deposit IS; refundable to ;only those
Contractors who submit'a bona :fide bid' and. who return the Plans
and Specifications _ in `good condition and unmarked within 30 days
after bids' lldve been received.
The; C9 ty Commission; reserves the right ' to waive any
informality in;: any;.Bid, ,and may reject any, or all Bids, and re
advertise.;
PP S \
CCU vU.t`'
'C LLOW":
Fropdt al : to ides `the `t 1tie of : tie141`o41na ee .. 'id
:bat 'otis •ctititai i.'prov signs for u'idated dattia° eaI for. `ai u
o ciplete thetorl oh tie.-
Fh•addition to' tt ese•,measures Gotitr .tors tid Siib .
.ecintraetors Will be ociUired:;to cotni1 Wlth' the provibYrs
o f Se t ion (1� edera1. he �t lat .ott ) which rec1 a 11e o � � : ,
developers contractors.:and oubeccottiactors cneate feasib.]c
,
-opportunities to employ and train residents in the & 'ea o f
the,:projeet . and'gi'v.e profe.t1efce:'.in aub contracting and:
purchasing of to .teri .1s to busih sses looated'in or owned. it
`substantial part ; by:pers•ons resi ditr " ti the area of ttie. prod ect
..' Igo t3idd• er' may withdraw his, bid• ' within .30 : days.. after
date of` --the :openinr; :.thereof, • utrless `modifi"ed in :pivision 2
Spec .al'`,Conditions of the: Speef iications.` The estimated
:construction(•cost:of:this'prctiect:is:$68C',000:andt.:is:to be
funded by the Community, beveloptn€mt Block•' Gratit Monies' and the.
`City of Miarni G.O.B.': Fufids.
Those minority. or' target :area contractors/small busine ses
interested i.n submitting• bids, aie advised that The City of fmi 4ia
Of.fice • of Community: Development :- has :an agreement ,with` Minority
ContractorsEAssoclationbf.Dade :County',',.Inc. to .provide teChnicai'
as•sistance ,.in: putting together : bid packages
For further information pertaining to`.the 'above, call
fir. James b'.. Thomas,`.,Prog;ran- Analyst, at:3T9_6848:.
Joseph R. Grassie
City Manager
11i
actual
IlfrP6-RtiCit
CUM:WS
of
IN t: 1.
i ,�.i}jr, r .otzruA
kit .1di&.
111
o h s 6M§-61
I ty 44hater
Wtfliatt ,:Par>zes
Adtin' Director.
bepartth tft of Publii✓:'
ks,;,.
r1 `_FL
FILE. ,
4410
MobEt 0111i✓S ' Cot [UNITY DEVELOPMBI4T
BET, tM AOVEtltOtt t A8F ,Itt
Reso.lutiohs: AtiJaf'dIY1 O6htract and -
Ailo-catih funds
c-;:
Bids dote.received.April 273 19.77 for theNne
.redevelont of streets
it the, are•a be'tWeen N W. 5 . ' and 5.8 Streets frcit . H►W 12 to `'17
A�tenue�$. Improem vents„ Will besimilar to those 'of Phase 1T Which ,
was awarded darivary 27 1977i 'and_ vti11. include aphaltsC';pavement
concrete curbs.. and . ;utter8' a c' inage. system and;
overed d�teh dra
"andscaFifil;.
As reflected in the Tabulation of Bids, the $3.76,410 bid of liolland
Paving Company Inc. is the-lowest;;responsible bid for. Bid 'A" of
the Proposal, the ;$181,095 bid of Marks Brothers Company (Not Inc.
is the lowest responsible bid for Bid 'I13" of the proposal, and the
$37.,392.50bid of Russell, Inc. is <the lowest responsible bid for
Bid 'C" of the Proposa1, based on unit prices.
Funds for ,this project are -available in, "Hi;hWay Improvement Bond
Funds" and "Storm Sewer Bond Funds" and the balance' is programmed
from funds to be received 'from„ the U. S. Department of Housing 'and
Urban,Developnent through its obligation, to pay: the City of 't4iami
through the City's Community Development Program..
THE DEPARTMENT OF PUBLIC WORKS -AND THE CITY MANAGER RECOMMENDS 'ADOPTION
0? THE RESOLUTIONS AWARDING THE BID RECEIVED APRIL "`27., 1977 OFHOLLAND
PAVING. COMPANY, inc . ; IN TIIE AI4OUNT .OF :$ 376 ,1410 FOR :BID"A" ; THE ::BID OF
MARES" BROTHERS COMPANY (NOT INC.) IN ',THE AT4OUiIT ° OF ,:'$181, 095 FOR BID ""Bit;'
AND THE BID 01+ RUSSELL, INC.. 'IN THE AMOUNTUNT OF �$37,39250 FOR BIDG
ALhOCATING FUNDS FR0I•1 "HIGHWAY IMPROVEMENT,: BOND FUNDS", AND "STORM SEWER
B0ND FUNDS", AND PROGRAI1MIN,G THE BALANCE, THROUGH THE "COMMUNITY, DEVELOPI1EN`
PROGRAM" FOR THE PROPOSED AMOUNT 01 :-THE CONTRACT, FOR PROJECT EXPENSE
AND FOR - INCIDENTAL EXPENSE; AND AUTHORIZING THE' CITY MANAGER TO ENTER
INTO A CONTRACT,IN , BEHALF OF;'THE CITY OF MIAMI'`:FOR 'MODEL CITIES ; COMMUNITY
DEVELOPMENT STREET, IMPROVEMENTS,PHASE'' III.
PlIOJECTNAME
''A `AID PA' ;
F iITh C t y M i i
M011E.L 8 it f3 8TR1I1 .IMPR0Vt Mi W 8 >* PNA$ t
R0jt0rr, 80013 obuild ' i. 'aot th the � d �m
NW 4 5t'tot to M,W1 58 treot t�tt4o�►�
W 41 1:Aquaa'cli,.W1:1 A gue
1STIMATED.
`.CONsrRUcTION•:.
COST
DATE:"EIDS'
1FCE_IVEb...
NUMBER OF
BYDS`. RECEIVED`
$45i000
April 27 1977
NAME OFLOW..
BIDDER : - `Holland Pavin
AMOUNT OF
LOW BID
TOTAL FUNDS TO
BE ALLOCATED
$376,410.00
$197 ,159 Highway G'. O. Bond Funds
$228, 184. C.D. Funds
LENGTH OF TIME
ALLOWED FOR
CONSTRUCTION 180 Working Days
SOURCE OF FUNDS
Form PW;'#389.6/76
Highway.. G.O. Bond Funds
G.D, Funds
MOD
Licensed & Insured os Per City Code S Metro Ord.
Bid Bond Amount
C/TI`S f1
attic
City Monoge►, City Received by the , Ctr Ci_., City of M,omi, Florida at
. r
IRREGULARITIES LEGEND
A — No Power -of- Attorney
B — No 111.0 ,dovit as to Capit01 & Surplus of Bonding Company
C — Corrected Errtensions
p — Propose! Unsigned or improperly S.gnei or No Corporate Seal
E—
f —
L —Improper Bid Bond
tt — Corrected Bid
I —
TABULAT101s,
T /'/: p,'Q ✓ c, 1 f /JT Pf
2 'P 'M A -.- 2.i i /.-77
Cc Oc
IT 1S RECOMMENDED THAT -41G ✓iAi ._
7,- 4'D
//,.1 Tf e A1/1OUIUT Or
BrD n-77-G/,
JCS40
n
Pres. By: •
.