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