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