Loading...
HomeMy WebLinkAboutR-77-0802• RESOLUTION NO, 77-802 RESOLUTION ACCEPTING THE BID OF THE ALIAB coMPAW <INC, IN THE PROPOSED AMOUNT OF $26,450,00 FOR THE PARK - RESTROOM (2ND BIDDING); ALLOCATING THE AMOUNT OF $1,850,00 FROM THE ACCOUNT ENTITLED ."SANITARY SEWER BOND FUNDS" AND USING $20,000,00 PROGRAMMED THROUGH THE THIRD YEAR COMMUNITY DEVELOPMENT PROGRAM AND THE BALANCE OF $4,600,00 TAKEN FROM THE SECOND YEAR COMMUNITY DEVELOPMENT CONTINGENCY FUNDS TO COVER THE CONTRACT COST; ALLOCATING $203,00 FR011 THE ACCOUNT ENTITLED ••.' "SANITARY SEWER BOND FUNDS" AND USING $2,281,00 FROM.. THE SECOND YEAR AND $h25.00 FROM THE THIRD YEAR COMMUNITY DEVELOPMENT CONTINGENCY FUNDS TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING $37,00 FROM THE ACCOUNT ENTITLED "SANITARY SEWER BOND FUNDS" -AND USING $492,00 FROM THE THIRD YEAR COMMUNITY DEVELOPMENT CONTINGENCY FUNDS TO COVER THE COSTS :OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES AND POSTAGE; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS, sealed bids were received SepteMber:16, 1917 for the DOMINO PARK - RESTROOM (2ND BIDDING); and WHEREAS, the City Manager reports that the :$26,500' bid of the Alf7ab Company, Inc. is the second lowest responsibleH bid, and recommends that a contract be awarded to said firm; WHEREAS, funds are available for allocation from the. account entitled 'Sanitary Sewer Bond Funds" and the balance 61-:: the funds for this contract have been programmed and budgeted under the "Community Development Program"; WHEREAS, the low bidder, H. J. Jefferson 'Pe Bros., dld not submit a Bid Bond, and upon investigation it was determined that-yhe apparently would be unable to obtain a Performance Bond; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE: CITY OF TITAMI, FLORIDA: Section 1 The September 16, 1977 bid of the Algab Company', Inc. in the amount of $26,450.00 for the project entitled DOMINO PARK 7 RESTROOM (2ND BIDDIN(), namely Base BICI of Proposal, based on lump sum bid, is hereby accepted at the price stated thereln "DOCUMEMT U'DEX Qct19/1 2 The amount of $1,850.00 !rem account entitled ,"Sanitary Sewer Bond Funds" and using V0,000.00 programmed through the Third Year Community Development Program and the balance of $4,600.00 taken from the Second Year Community Development Contingency Funds to cover the cost ef said contract CITY COMMISSION MEETING OF OCT 1 3 1977 ( INSILUTION k0.7 7 . woo -== :Section 31 The amount of $203,00 is hereby allocated from the account entitled "Sanitary Sewer Bond Funds" and using $2,281,00 programmed through the Second Year and $425,00 from the Third Year Community Development Contingency Funds to cover the cost of project expense. Section 4, The amount of $37,00 is hereby allocated from the account entitled "Sanitary Sewer Bond Funds" and using $492.00 programmed through the Third Year Community Development Contingency Finds to cover the cost of such items as advertising, testing laboratories, and postage is also hereby authorized. Section 5. The City Manager is hereby authorized to enter into a contract on behalf of the City of Miami with the Algab Company, Inc. for DOMINO PARK - RESTROOM (2ND BIDDING) . 1977 : PASSED AND ADOPTED this 13th City Clerk 1 AND APPROV rBY : F I ,U1 i stsnt City Attorney Lir day of October Maurice A. FerrP MAYOR APB; 'D AS TO FORM AND CORRECTNESS: 7-4- City Attorne, 77-802 42 SEP 21 PM 2 : ! Joseph Grassie City Manager William E. Parkes Director Department of Public Works 6 September 23, 1977 ' 2676A DOMINO PARK RES _ ROO 4 (2nd BIDDING) _ Resolution Awarding Contract • 4._L: _U111_, Bids were received September 16, 1977 to construct a CBS restroom structure and a sewer extension at Domino Parks located at S. W. 8 Street and 15 Avenue. As reflected in the Tabulation of Bids, the $20,010. 80 Base bid of H. Jefferson & Bros. is the lowest bid submitted based on a lump sum bid. Funds have been prorrammed and bud-,eted under the ''Community Development Program and allocations from the account en- titled "Sanitary Sewer Pond Funds". THE DEFARTMENT OF 7 ' 7 C 'FORKS RECr1.7l: ND" ADOrT IOM OF THE RESOLUTION ACOEDTING _._E BIB` OF H. . JEF ER SOW & BR0S. IN THE ?ROt'C ED AMOUNT OF 1;',2O,010. i0, AND AUTHFORIZING THE CITE' MANAGER TO ENTER INTO A CONTRACT IN BEHALF OF THE CITY OF MIA:•II FOR THE DOMINO 'DARK - RESTROO:•I (2ND BIDDING), ? inn ..NAME BID., ; AWARD, FACT ..SHEET Flit The City Manager DOMINO PARK RESTROOM (2UID 1;IDDI PROJECT SCOPE The project consist oconstructing C88 restroom structure and a sewer extensions ESTIMATED CONSTRUCTION $25,000100 ' 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 FUNDS September 16s H. $20,010.'.$0 $17,696.00 - Community Developmef 4,916.00 - Sanitary Sewer $22,612.00 40 working days Form PW #389 6/76 Community Development Funds Sanitary Sewer Bond Funds TABULATION OF BIOS FOR to oM/A/ - S T7 ootfl 6 rCOA1O B/PD/ V ) geLf t G�j ,3, , .fir Unit City Manager, City Clerk • ..‘r-Mre Received by the City of Miami, Florida of 2• O P. M. Bidder Licensed S. Insured es Per City Cade & Metro Ora. Bid Bond Amount Irregularities Item No. 5 yes 4:322 43—r Unit Price GESCRIPT;ON Unit I Total Price Total Unit Price Ye al/ 6Qc °= 3 Total Total Price Unit Price TotaI Unit Price Total -2 /-he hhi .424)'° r 141r,,'sJ,✓r, f a 1I � G nS s,k14— • Is 71o tern s /he res,Lr--i» 2 Lk? r --r»is17,,,j a // /a6a r- .4irS rr� �a / ter/ a is T4 75A. 3 'SQL ! 23,511 4 h e Z3"" S % rl i lu r l� C��.f /o /1 1/9--ow..von r' JpeC/al !�rmS V,/co l OG0 l 664 dad`= > I f I IOOQ° . i G oo IRREGULARITIES LEGEND A _ No Power -of- Attorney 3 — No Affidavit as to Capitol 3• Surplus of Bonding Company C — Corrected Extensions D — Proposal Unsigned or improperly Signed or No Corporate Seal E - /r»t'r#/Q .3 id _ /*,/e / Derr, Go.. F —c6..1f-Xr4, •%oxs �.—tlar;. Ccct• rr.:/Aks5,s: G _ Lerie4er Bid Bond H —Corrected Bid f''�• w f I — r�G P•r•c hBy: Cam• /"�_ t., at. r'i4 • • • IT IS RECOMMENDED THAT Cat/7 e 'c-r 8t AwAg D Fr, re) he z. -7 �, 7 ,47e. _,s _ 8,ee , RASE /3/0, DISTRIBUTION. B I G 76-77- /1/ 7 8-_7676-4 R ., WtIO:'i AC; 1, DT .,IG THE ''I . '`) 144 . J? F rcS ;,1 BROSII T}I tROri rEt) A0W,1 O, v1.010 PO ;OR ' ,,- HE botq ifl PAR - !,..: ?ROOD (2nD 3TDDI:i =WALLOCATI Mx.katOUT OF :7h,?50,00 FROM TEE ACCOUNT ENTITLED tISANITARY SEWER I'?._FUNDS" AND USING 15,'Y 0, 80 PROG`3 M It..? THROUGH `�'itr COMMUNITY '.)EVELOP's<�,' PROGRAM, r r ,�t� _ .TO c40l ER TEE CONTI ",, r)IT' ,Lj ir;ATI (1 '.' 7')..00 tq,',04 •THE ACCOUNT EiJTITL ,D "SANITARY t SEWER ROtiv FUNDS" ( .. •i': �,�v <w '1 '1PROGRAMMED THROUGH it:. COMMUNITY D}'D1 `1,;. (� , ,;;,�.r, PROGRAM T r..T COST (fir,, R0,1EC`i. L ti :., IJ V T � I: I l�. 1�� COVER 1 t J 1 �..� 1 './ 1 � i 1 1 EXPENSE' ALLOCATING '. 77 .00 FROM T ? i ACCOUNT ENTITLED 1,tSANITARY SEWER BOND I'UNDS" AND USING $313400 PROGRAMMED ^H THE COMMUNITY DEVELOPMENT PROGRAM TO COVER THE THROtJ�= . u COST OF SUCH ITEMS AS \ADVERTISING, TESTING LABORATORIES, ACID POSTAGE; AND AUTHORIZING THE CITY MANAGER TO EXECUTE -ACONTPACT WITH SAID F'1'\RM ,II'iEREA3, sealed bins orb received September 16, 1977 for 0 i ii0) , and ��t�.�3r� 1� r;�,; =� Romr,;^R � � i (^.In �;1)f` pp ilaiEREA , the ity '1� niag r ' ': rt that the $20 01080 . bid. Jefferson & BPOs. is the •1 :^-est responsible -bid: and recot;Imends that- a conti"ict be a a1'de'tj to said fii'ri;. • --WHEREAS, 4 #'undo are available f r allocation °ro.r; tSa li,Sf-,wer Bond Funds" the account and the balance of the finds contract Have beenprogrammed nid budgeted under the "Communi Ny Development ProZrar," ; NOW , THEREr ORE, BE IT RESOLVED r, COMMISSION OF THE CITY Section 1. The September 16, 1977 bi4� of H. J. Je`'ferson the amount of $20,010.80 for the pro;Qect entitled .PAR.. - . RESTR (2ND BIDDING), ntiiTt4l,i 2: :%.ld• DOMINO Pronosa' , based on sum bid, is hereby accepted at the price stated therein. Section 2. The amount of $4,350.00 is hereby allocated from' theaccount entitled "Sanitary Sewer Bond Funds" plus $15,660.80 .rcm acco_nn:, �.it_tl�:d �;. to lump Cover the t h �� pros°ramnmed through the Community Development Program to cost of said contract. tion 3. The amount of $479.00 is hereby allocated from a coUn'- entitled- "Sanitary Sewer Bond Funds" plus $1, 722.20 to be prOgramnmod through the Community Development Program to cover the •ar toil ''Th0 4f6ein fterebt alledated ttem th66).int entitledInitary SeWer liorld-Vondsls Piu 01A.0rj tej be PrOf.tratliM,,,d throur,h the rlorn!'llinity Development !'roam to covet' the tio8t or ott,lh'itorti.; as ,eiih 1ab,7)ratorlea and nostaFteL also hereby authorized. Section 5 The City Manaer is hereby authOritea .tO enter int() A contract on behalf of the City of Miati With Hi J. Jefferson ' 8rose for DOMINO PARK - RESTROOM (2NO BIDDING), PASSED AND ADOPTED this day 1977. PRT:FARF,D AD A1DPROVED BV: rele.vt pi( Aosi8tant Attorney APPROVED AS TO FORM AND CORRECT ITEM BID SECURITY DOMIN3O PARK - RESTROOM- 1977 (2ND BIDDING) DATE BIDS RE Public Works Dept. - Ext. 6856 BIDDER TYPE OF SECURITY AMOUNT H.J. JEFFERSON & BROS. CONST_,TNI' 1886 N.W. 34th Street Miami, Fla. 33142 THE AT1;AS CQMPANV TNC 2266 S.W. 24th St. Miami, Fla. 33145 W.R. COOPER,INC. Base Bid-- $20, 010_80 FOR ACCOUNTING USE C C Intercontinental $ank 3651 S.W. 8th St.,Miami,33135 Base Bid _ _.$2 50---DO-- 10570 S.W. 184 Terr. Miami, Fla. 33157 Base Bid -- $28,591.00 $1,322.00 HUERTA CORPORATION 3915 S.W. 62nd Court Miami, Fla. 33155 Base Bid -- $35,740.00 WINRIDGE CORPORATION 5875 S.W. 69th St. Miami, Fla. 33143 'Base Bid -- $39,201.00 Received th above 1 eScribed checks this day of FOR ACCOUNTING DIVISION NOT VALID AFTER SIX MONTHS FROM ISSUANCE IMMINEMIS ..- 1NTEREONTINENTAL BANK Pay '0 the order of 3651 S W 8ih STREET MIAMI, FLORIDA 33135 **CITY OF MIAMI** ri :su of. 1,32 2 a '' O CASHIER'S CHECK THE ALGAB CO., INC. Remitter SEP. 16, 000073211' 1:067010106061: 1'L289 0 19 77. 63.606 670 0732 $ **1,322.00** Dollars el DEPT/DIV CITY OF MIAMI, FLORIDA REQUISITION FOR ADVERTISEMENT FOR BIDS QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS tt i L 7•'��•n,.,s ACCOUNT CODE ; BID NO. 7I7-77-117 C I PREPARED BY To: n.1 .-1•... , DATE '/31/77 PHONE `7 CODE ITEM DESCRIPTION QUANTITY DATE DATE DATE DATE DATE DATE AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT UNIT AMT. PRICE TOTAL BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: T'ub1; �_ D 1 ADVERTISE ON BIDS TO BE RECEIVED ON `.TIMATED COST: APPROVED BY CONTRACTUAL: $ n•'2^ INCIDENTAL : - $ j DIRECTOR OF ISSUING DEPARTMENT TOTAL `.SOURCE OF FUNDS _ •t1 c. v.., 0,r,,:,r- ' 1;1 r' (., he !Mod in by E.xPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED 47,t tioC•4441'44f444 EXPENDITURE CONTROLLER PROJECT CODE - C aS-41 / AD CODE .2 // //3 I i1'It:.S TO: Purchasing (Org.) — City Manager — City Clerk —Expenditure Control —1 ssuing Department — Other Allected Department WHITE GREEN PINK CANARY BLUE GOLDENROD F OPM NO. IG43 - REV. 74 d. flo t 7b., 77m.1 1.'i 0A-it rM ;Niir lt'OH t11. n5.. Sealed bids for "D'.tif11t1O PARtr r?TliOOM 1077 (2t11) ?3it't)1"tJ(3 i Ir will be received the C i t-v tt.anaf er ,nnri the (itV Clerk or "`he ('i t:y n c` r1i 3mi. , ir'1 on tin , not later than '' : flO P t'1. can the 16th clay n° Sent 0mhr't' § 1977, in the City Clerk's office, Dinner ttev, Minmi., w1n"idn ''i ,, nt; which time and Place they w.1.i be Publicly (irr`rlr' 1 ;tttri jr,;lri. mhn pt'n,jer.t: r'nnsist;, n° the r'.onfttructi.2n o' 3 Cr4S reSt room structure, and ,sewerr extension, n, nt a City Park at 84`4.• ''th "t;reet. nn'l 1r,t.h Avenue. ('nnt:rac't". focni nt:s, inc'ludinr drnwincts and technical spec- if'icationt , 9t1' onor1 t,n ruhl ir itnsnect; inn and ma7 be obtained from the f)r'r'il'''.ment O t)uh11f 'Work`_;, '1 :J r Dan American lrivP, qiami, t''lnridi ,?] ?=. c'1.tns ant Specifications a:'e to he returners in good orrlr'r and unmarked =•rit.hin thirty (".1r)) day, after. bids hnve been received. mhe ('i t'.',t ('emmi ssinr reserves the right to waive any 1n-' formnlit;" in nny ".''1, ani ma:7 rc')eet; T1n'; or all n,,ris, and readv+'rt. te, T' r, includes 1, . r' r e ' r �t n:nrtl the time to performance ;tnc3 'r-.r.i t'1ct'lu tinrls eentnt n rrovi.,ien:; for liquidated damages for failure to . eomnlcrt;4' the work on time. Un n,-1,11 t r n ` , these mensuro:; font•ractrr.'s and Subcontractors will be t'e•ru i t-.,d t o comply y with the t'rovisio,ns o° Section ( Poder,il T`,•trul •1* i,. ns) which requires ill developers, contractors, rltnd lyr'r 1 1 ""i`:'t et• ; create ensihle r,nnc'rrtttn ities to erni.oy and 1.rain t'r:i'1• nt',:; in 4.11e nr.rn or the nrr,.in't.; ;and rive preference in ;:ilh-rnmt t'Nr't.'nt" "in`i purchasing o'' materials to businesses located In or owned ' n suh:.t ant i a1 part bV person: residing i n the ;area o° the t1r'-` l ('rt, . . No l'ridriel' tn•ry withdraw his bid with':! ;t1 days af't.Pr actual rate of the onr'ninr° thereof, unless mndi''ied in Division - :.r?er,i;.11 r'otiditions r)+' the Specifications. 'T'hP estimated construc- tion cost (Y' this pro.iec't is "''ri,r)(t() and is to he funded by t;he Community l?r've1nrrtc>nt Til,oel•: grant; Monies. Those Minority or target area contractor s/ iitTl$11 hUS i ne.sse :t_nter°eSte(i in rltbmi t,t. .nr bids, are advised that The City o'' Miami U','t`ice of Community 11evelohmenf. has an agreement with MlnoritY Contractors Ar soc t ati on of fair Caunty j Inc ► to nrovi.de technical asfistancr_ in rltttinr, torpther bid packnces, Vor i n''ormnt.i en pertai n i.nr' to the above, call Mr, dames n, rT Iloi71'l:-; y t'ro,ir(t; Aiii1yst". s .lt 17o-5ti4, ttliSe 5h 8, riras i :City Ma.nar,rr CITY OF MIAMI, FLORIDA REQUISITION FOR QUANTITY REPRESENTS DEPARTMENT ADVERTISEMENT FOR tC - 0/QUIREMENTS FOR MONTHS T• L. DEPT/DIV Public Wbrka ACCOUNT CODE Protect #0025412 Index #211813 BID NO. 76a 77..106 DATE__a/1/77 Z PREPARED BY Joe Harris PHONE 6856 CODL- ITEM DESCRIPTION 11813 DOMINO PARK - R1 STROON 1977 r-2676-A TOTAL QUANTITY ESTIMATED COST: CONTRACTUAL: $ 25, 000 Prof .:xp. 11% 2,750 INCIDENTAL :2 % $ 500 TOTAL $ 6,25 r) UNIT PRICE AMT. APPR9V•aD BY t"�'' ' i BIDS TO BE SECURED FOR DOMINO PARK - RESTROOH -- 1977 FOR THE DEPARTMENT OF: Public Works ADVERTISE ON August 18, 1977 BIDS TO BE RECEIVED ON August 29, 1977 • ,- Wier SOURCE OF FUNDS: Comriunitd -1.1trs v'ODptnprt u1:i DIRECTOR OF ISSUING DEPARTMENT T.. 1,( filled in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED 23/ FRO_ ECT CODE L2 D .ZS-01 / EXPENDITURE CONTROLLER AD CODE .Z1/k/3 t.uP11:5 '1'O: Purchasing (Org.) — City Manager — City Clerk —Expenditure Control — Issuing Department — Other Affected Department WHITE GREEN PINK CANARY BLUE GOLDENROD 1 GHM Nu 1043 - REV. 74 ■ • Bid Nos 76 77=4.06 AbV1RTT SEMI,IJT FOR i311)S Sealed bids for "D01iINO PARK = RESTROOM 1977" will be received by the City Manager and the City Clerk of The City of Miami, Florida, not later than i,'. of Au 'ust 1971 in the City Clerk's office, Dinner Key, Miam' on a�3'i"3' 3, at which time and place they will be publicly opened and read. The project consists of the construction of a CBS rest*' room structure, and a sewer extension, at a City park at S. W. 8th Street and l5th Avenue. Contract; Documents, including drawings and technical specifications, are open to public inspection and may be ob- tained from the Department of Public Works, 3332 Pan American Drive, Miami, P for ida 33133. Plans and Specifications are to be returned in good order and unmarked within thirty (30) days after bids have been received. The City Commission reserves the right to waive any informality in any Bid, and may reject any or all Bids, and re - advertise. Proposal includes the time of performance, and Specifica- tions 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 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 o1' the project.. ' Ho 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 con- struction cost of this project is $25,000 and is to be funded by the Community Development Block Grant Monies. . MEM Those Minority or target area contractors/small businesses interested in submitting bids) are advised that The City of M1atni Office of Community llevelopment has an agreement with Minority Contractors Association of Dade County, Inc. to provide technical assistance in putt i nr toget hc.r bid packages, For further information pertaining to the above) call Mr. James D. Thomas) Project Analyst) at 579-6848, Joseph R. Crassie City Manager