Loading...
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: • .