Loading...
HomeMy WebLinkAboutR-76-0227SAS/ts 2/23/76 RESOLUTION NO, .76 227. _.. A RESOLUTION AWARDING THE BID OF HOLLANI) PAVING CO. INC., IN THE AMOUNT OF $55,762,75 FOR THE S.W. 8 STREET CHANNELIZATION - (BEAUTIFICATION) PHASE II; ALLOCATING THE AMOUNT OF $55,762.75 FROM THE ACCOUNT ENTITLED "HIGHWAY BOND FUNDS" TO COVER THE ESTIMATED CONTRACT COST; ALLOCAT- ING FROM SAID ACCOUNT THE AMOUNT OF $5,576,25 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID ACCOUNT THE AMOUNT OF $1,115.00 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, POSTAGE, ETC.; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. ."SUPPORTIVE DOCUMENTS •FOLLOW" WHEREAS, sealed bids were received on February 9, 1976 for the S. W. 8 STREET CHANNELIZATION (BEAUTIFICATION) PHASE II, and WHEREAS, the City Manager reports that the $55,762.75 bid of Holland Paving Co., Inc. is the lowest responsible bid and recommends that a contract be awarded to said firm, and WHEREAS, funds are available for allocation from the account entitled "Highway Bond Funds" for the amount of the contract, for project expense, and for such items as advertis- ing, testing,laboratories, postage, etc., NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION^COF THE CITY OF MIAMI, FLORIDA: "DOCUMENT It' D IT M'�� Section 1. The February 9, 1976 bi o Holland Paving Co., Inc. in the amount of $55,762.75 for the project entitled S. W. 8 STREET CHANNELIZATION (BEAUTIFICATION) PHASE II, namely, Items 1 through 31 of Proposal, based on unit prices be, and the same is hereby, accepted at the price stated therein. Section 2. The amount of $55,762.75 be, and it is hereby, allocated from the account entitled "Highway Bond Funds" to cover the cost of the dontradt. Section 3. The amount of $5,576.25 be, and it is hereby, allocated from the aforesaid account to cover the cost of project eMpense which includes engineering, surveys and inspec- tion work performed by City forces. Section 4. The amount of $1,115.00 be, and it is hereby, allocated from the aforesaid account to cover the cost of such items as advertising, testing laboratories, postage, etc. Section 5. The City Manager be, and he is hereby, author- ized to enter into a contract on behalf of the City of Miami with Holland Paving Co., Inc. for the S. W. 8 STREET CHANNEL- IZATION (BEAUTIFICATION) PHASE II. PASSED AND ADOPTED this 26 day of FEBRUARY 1976. Attest: H. D. OUTHERN City Clerk PREPARED AND APPROVED BY: S. R. Sterbenz Assistant City Attorney 1AURICE A. FERRE O R tfs 10Rrnli, oct I '! APPROVED AS TO FORM AND CORRECTNESS: hn S. Lloyd ity Attorney CITY OF FEH3 26 IS?C CITY Off' MIAMI, FLORIDA INFER.brF'ICE NIENIbRANbUN1 to FROM W, Andrews ''i.ty Manav ir `lirl ent. i' /-Tje aartmerrt r , , 1)1. ro E1 t; W'[ic Works DATE: February 2 • 1976 Contract FILE: 4 396 Sut9JEcT ;; W, ,; ;,ril)tl';E'l' ('(iANNE LI7A'1'1 ON ( I',l''AtJ'I' Fig T('A'I'T_ON) PHASE1t Resolution Award i nrr Contract & REFERENCES Ailocat i.nr; Funds ENCLOSURES Bids wer, received February 9, 1 )76 for the construction of intersection improvements along the south side of W. 8 Street, at S.W. 12 Court, 1? Avenue, 13 Court, 114 Avenue, 15 Avenue and 16 AvenuFe. Construction will also Inc1uit- asphaltic pavement, concrete curbs and p'uttcrs, r:concrete sidewalk, drainai e and landscaping. r.Lected in the tabulation o;' b 1(1'7;, th( $55, 762. / 5 bit t' Holland Paving Co., Inc. is the lowest rf:=;.ponsive L:1 for Items 1 thru 31 of the Proposal, based on unit Ices. THE DEPARTMENT OF PUBLIC WORKS RECOMMENDS ADGi'1'1UiI OF A RE?SOLUTlON AWARDING THE BID RECEIVED FEBRUARY 9, 1976 W LLAND PAVING CO., INC. IN THE ESTIMATED AMOUNT OF 5,76%.75; ALLOCATING FUNDS FROM THE ACCOUNT ENTITLED "HIGiiWAY BOND FUNDS" FOR THE ESTIMATED AMOUNT OF THE CONTRACT, FOR PROJECT EXPENSE; AND FOR INCIDENTAL EXPENSE; AND AUTHORIZ— ING THE CITY MANAGER TO ENTER INTO A CONTRACT IN BEHALF OF THE CITY OP MIAMI FOR THE S.W. 8 STREET CHANNELIZATION — (i3EAUTIF (BEAUTIFICATION) PHASE II. VEG : E AI: hh "SUPPORTIVE C DOCUMENTS FOLLOW" BID SECURITY itEM S 4f• 8 Street Channelitatioi (Beautification) Phase tI Sid Mo.754657 Thi tc .csf-jj bit.= _J�P 3� DALE BIDS kEttivtb,. Pebtuar 9y 1976.-...,,. ...,., Bib6EP ?YPE OF SECU itY AMOUNt POP ADCOUNtING USE C.A. bavis, Inc. B. B. :: 5% 1399 S.E. 9th Ave. Hialeah, Fla. Total ---- $54,762.00 _Holland Paving Co.. Inc. B. B. - 5% P.0. Box 570102 Miami, Florida 33157 Total ---- $55,762.75 Marks Brothers Co.(Not Inc.) B. B. - 5% (� 1313 N.W. 97th Ave. Miami, Fla. Total ---- $57,136.75 D.M.P. Corporation B. B. - 5% r 10477 S.W. 186 Lane Miami, Florida 33157 Total ---- $57,416.00 Clifton Lightsey, Inc. B. B. - 5% 3051 N. W. 129 St. Opa Locka, Fla. Total ---- $59,648.00 "S U PPOR `1vE i./ ii`ti�,..ii. Q rl iTs FOLLO Received the above described checks this cloy of 19, FOR ACCOUNTING DIVISION FORM NO. 1043- REV, 74 15 (te L DEPTIDIV Public iork r) ACCOUNT CODE < BID NO. ze" PREPARED BY .7(..n.44 trr:“,1 PHONE CITY OF MIAMI, FLORIDA REOUISITION MR ADVERTISEMENT FOR BIDS 6.123, c,11.23.20 71.76-52 DATE 1/15/7; QUANtt1 ktriPtEittNte bkOAMMENT rikQuittEMENti; Pon-- - MON1149 DATE DATE MOUNT • AMOUNT de, AMOUNT 1.1 t. tf4 AMOUNT AMOUNT AMOUNT 1 1 I 1 i CODE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT. BUDS TO BE SECURED FOR 2120 S.W. 31‘•,- ' ' il',:;.',i,:11'4fi.- fil.CM i-ili'lIPI:..-:ATIO.0 P1 , . 3.W. :.:; .i'lit.Li..,f.: ,::iii.4;i:...,.,..i.L.hii0k4 (BLX6-11.210.1W10...;) ..... i'ALa, II FOR THE DEPARTMENT OF: 1-"Lil.; -Lie *i 01'kt; ADVERTISE ON jalitii.i.:y L , BIDS TO BE RECEIVED ON • , -• 00#° • .,- - 1-.-jok,i . ' 2. , IASF., TOTAL 7" ESTIMATED COST : CONTRACTUAL: . INCIDENTALT„ TOTAL SOURCE OF FUNDS : $ (7L Ca'17" To be filled in by EXPENDITURE CONTROL: PROJECT CODE • !), "SUPP APPROVED BY OC I I. •"• ' I • - FGL!- 6•1.' g DIRECTOR OF ISSUING DEPARTMENT FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER AD CODE COPIES TO: Purchasing (Org.) — City Manager — City Clerk — Expenditure Control — Issuing Department — Other Affected Department WHITE GREEN PINK CANARY BLUE GOLDENROD Bid No.75-76-57 ADVEETISEMEHT FOR I311fl Sealed bids for construction of S.W. 8TH STREET C1TANNELIZATTON (13EAUTTFTCATJOi;) - PHASE II will be, received by the City Manager and the City Clerk of The City of IM:iarni, Florida at 2 i00 P.M. E.S.T. on the 9th day of February, 1976) in the City Clerk's Office, First Floor of the Miami City Hal]., 3500 Pan American Drive, Dinner Key, r41arn:i, Florida 33133 at which time and place they twillbe publicly opened and read. Briefly, the work will include the construction of intersection improvements a1onE the south side of S.W. 8th Street at S.W. 12 Court, 13 Avenue, 13 Court, ].1I Avenue; 15 Avenue and 16 Avenue. *Construction will include asphaltic pavement, concrete curbs and gutters, concrete sidewalk, drainage and landscaping. If any questions, call 579-6865 - George V. Campbell, Highway Engineer. Allbids shallbe submitted in accordance with the Instructions to Bidder.; and Specifications . Plans and Spec- ifications may he obtained from the Director, Department of Public Works, 3332 Pan American Drive, IJia.mi, Florida. Plans and Specifications are to be returned in good order and unmarked within 30 days after bids have been received. Proposal includes the time of performance and specifi- cations contain provisions for liquidated damages for failure to complete work on time. The City Commission reserves the right to waive any* informality in any bid, and may reject any or all bids, and readvertise. P . W . Andrews City Manager