HomeMy WebLinkAboutR-76-0344RESOLUTION NO. 76"344
A RESOLUTION AWARDING THE BID OF IRPCO PAVING CO.,, INC.
IN THE AMOUNT OF $37,984.40 FOR THE CHOPIN PLAZA STORM
SEWER REPAIR - 1976; ALLOCATING THE AMOUNT OF $37,984,40
FROM THE ACCOUNT ENTITLED "STORM SEWER BOND FUND" TO
COVER THE ESTIMATED CONTRACT COST; ALLOCATING FROM
SAID ACCOUNT THE AMOUNT OF $4,178.28 TO COVER THE
COST OF PROJECT EXPENSE; ALLOCATING FROM SAID ACCOUNT
THE AMOUNT OF $759.32 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
WHEREAS, sealed bids were received on March 19,
1976.`ror the CHOPIN PLAZA STORM SEWER REPAIR - 1976; and
WHEREAS, the City Manager reports that the $37,984.40
bid o+: Irpco Paving Co., Inc., is the lowest responsible bid and
recommends that a Contract be awarded to said rim; and
WHEREAS, runes are available for allocation from the
account entitled "Storm Sewer Bond Funds" for the estimated amount
o{' the Contract, for Project Expense, and for such items as Advertis-
ing, Testing; Laboratories, Postage, etc.
NOW, THEREFORE, BE IT RESOJJNE BY THE CO''1I�1 S, ON OF
`DOcUMF'4T IN
THE CITE' OF MIAMI, PLORIDA: 2 t,
ITEM NO ._
Section 1. That the March 19, 1976 bi or Irpco
Paving Co., Inc. in the estimated amount of 'i37,9811.40 for the
project entitled CHOPIN PLAZA STORM SEWER REPAIR - 1976, namely
Base Bid or proposal, based on lump sum bid be, and the same is
hereby, accepted at the price stated therein.
Section 2. That the amount of $37,934.40 be, and it is
hereby, allocated from the account entitled "Storm Sewer Bond
Fund" to cover the estimated cost of the Contract.
Section 3. That the amount of $4,178.23 be, and it
Is hereby, allocated from the aroresaicl account to cover the cost
of Project: Expense which includes engineering, surveys and
ln:I ,ection work performed by City Forces.
:ection 11. That the amount of $759.32 be, and it
is hereb,v, allocated Prom the aroresaid account to cover the cost
CITY 'COMMISSI.ON
MEETING OF
MAR 25
cMI.Ui1UM n
51
or such items as Advertising, Testing Laboratories, Postaes etc.
Section 5. That the City Manager beg and he is hereby,
authori.zed to enter into a Contract on behalf of The City of
Miami with Irnco Paving Co., Inc. for the CuOT'IN PLAZA STORM
SEWER REPAIR 1976.
PA :•QED AND ADOPTED this 25 day of MARCH
PREPARED ANI) APPROVED Y:
URICE A FERRE
k.AYO ,,
y
ATTE'T: H, D, SOUTHERN
CITY CLERK
1976.
APPROVED AS TO FORM AND CORRECTNESS .
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEM6RANbU ,j
To P. W. Andrews
City Manager
DATE:
March 25, 1976
Contract
tne, 51119
suuJEcr. CHOPIN PLAZA STORM SEWER REPAIR
, 1976 - Resolution Allocating Funds
•' ;,/ & Awarding Contract
FNO!•1 � FiEr EIZENCE:S:
r' cent- E, / r^1r Jr, ir�ctor
lAgPils tkraerit�:- o f / I uli 1.T1_ c W0As
Bids wore received March 19, 1976 to rebuild the top
slab of an existing 14' by 7' storm :ewer outfall. from
Biscayne Boulevard east to the bulkhead on S. E. 2nd
Street (Chopin Plaza) .
As reflected in the tabulation of bids, the $ 37,9814.140 bid
of Irpeo PaUni; c , Trio. was the lowest
responsible bid for Base Bid of Proposal,
based on lump sum bid.
`I1HE DEPARTMENT OP PUBLIC WORKS RECOMMENDS THE ADOPTION
OF TIIE RESOLUTION AWARDING THE BID RECEIVED MARCH 19 ,
1976 OF IRPCO PAVING CO. , INC. TN THE AMOUNT OF
$ 37 9814.140 ALLOCATING FUNDS FROM THE ACCOUNT
ENTITLED-11STORMi SEWER BOND FUND" FOR THE AMOUNT OF THE
CONTRACT, FOR PROJECT EXPENSE: AND FOR INCIDENTAL, EXPENSE;
AND AUTIIORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT
IN BEHALF OF THE CITY OF MIAM:I: FOR CHOPIN PLAZA STORM
SEWER REPAIR - 1976. •
VEG : EAE : hh
ul�
,I
TABULATION OF BIDS FOR
,CHO,PI N PL.AZ A S TOR M
City Manager, City Clerk
Received by the City=Commis'slon;-City-Clerk, City of
SE V1/REPAIR
A. M. •
MARCH le 19
Miami, Florida at 2 : 017 P. M. � J 76
SHEET / OP 2
B ,T4/9
Bidder
Licensed . Insured =os Per .City Code S Metro Ord.
Bid :bond Amount
IRPCO PQ,V• 0n, Ct7tzt'.hi?i�r, O(mt,. 7 k
VES YES
OOO. c3 /559 mac' S io
Pt- -,sn• C
'ES
COD thiicto
Aft
Irregularities
C, 1-I, J.
Item
No.
:DESCRIPTION
Unit
Price
Total
Unit
Price
Total
Unit
Price
Total
Unit
Price
Total
Unit
Price
Total
Uni r
Price
I Total!
ilzt .1 I') , 7-., err / f7 n J /-
q r
I t.�!,, I"' , 'ei /'7 i� /f IS Y✓,tip.
, jefi IRO() sn.1s**5, nf' rrf7e4 l',r.P_ Lain -19, 4.00 3200,00 2.70 2160.00 L.0O 800,00
-i^rrr. c <pr?.1 Eit' Cnrc..:`Y.or .,,,/
3, T30 {;'nr.T-+-, of 1,rJ, 611cc,rc... CIJrb 9.00 270,00 '7,00 1 21or01i 10.00 300.00
4 ,`7'`..k- •rrs .,_?-- 19 i]. ; h• :� . 1-' '
4, Idd Fs -,-f---. of s+4,, '`t"colic., ?*00 000.0t'l 1,50 150,00 l:o0 100,00
c!'.e r fie=r1pc 0;:Ac>:r.r .
Pri^vtt ,nj -For s p•o,r-i c (1' er`Ac r1.4 4060,60 -5rr000,00 4007,0e:
r7R- r Div, 2, 1
3 / 994;g0
39/60oO
S6,00
44,5g 20714,40
42,00 32,r40,0C
sta. 5-n
I, SO
10.00
0.75
39,
34)140.&
1200, 00
300.00
43,43
:7 5 06 ! 37460,0
2.00 f 1600,c0
40,ocl1401, 00,C.L
4 00 ! 3224e1.
7,qO t 237,00 t`nnrCO I?CI',n
7.5.00 (,C5' 195,01
4000,00
2 ` ► 125,Gc
40o0,'�0 i 4000,00
1RREGULARITI S LEGEND
4 ...'No Power- of. Attorney
B _ No:Affidovit as to Capitol 5. Surplus'of Bonding Company
C.. Corrected Extensions
— Proposal ';Unsigned or -improperly S";ned or No Corporate Seal
E. -
F —,
Improper Bid Bond
H — Corrected Bid
I—.
5ukiC4r,irr-Or,i
or NuM or
Prey. 3,y: A. AUS"r1 N/ Ch Pc et .Liv : P .:t. CUFFS
IT IS RECOMMENDED THAT THIS CCNT1 ACT PE: AWARDD
TO THE i.OWF.-73T
RE.^FDN,5I jLi: BIDDER
1 RPCO PAVING
CO. INC.
1:0P A eA.3E
j r n
?ISTP.:3UT.:ON: CITY' Cv:.1:r.c7=1v2".../
DIRECTOR,.D.P.W — t'
ID 01—%7,984•40
// , (' , ,ems
�. I(...• / `t
r/!•
$E:N fZ +C . -3
P
s
C7: STRucrrtoNt V`ttf —7
BI'D
PI
II
l.`.d rJ..
1
C H O P N
TABULATION OF BIDS FOR
PLAZA STORM SE NET: REPAIR
City Manager, City Clerk A. M.
Received by $he ity-Commisslon -City-Clerk, City of Miami, Florida at 2:00 P. M. MARCH /S, 1976
SFr Et=. T car' ?;
Bidder
Licensed S 'Insured ,as Per City Code & Metro Ord.
Bid "Bond -Amount
W/S LIC.SIr"qrc cii
NO
Voisin
V:'.7.3 Geri/ Cor /,
NO
r?Iti!tt�1: C'o/-p
YES
bite*Peo!..tb ,.,Co'.r.
YES
.PPr-ter r'
•
YE:
?_500.oa
..S
lrregulorities
r
13
Item
DESCRIPT;ON
Unit
Price
Total
Unit 1
Price
Total
Unit
Price
Total
Unit
Price
I Total
Unit
Price
Total
Unit
Price
Total
Iota •oj item /-5
,114 . t\C11 rA I n
ront slo.' and slA)14.
$00 ti, yd . '�.tt)n,rv+.,'i��.-Hid sit
Lri'�'1C.t� aJ�C �\ Ce)r^. 01 , r.r..t!
=Pf*r
pa7 cf:r',;d',r.
Prow ;S )o ns -Fort ' e r/1 5 GI .S
fitot'e,) in I Iv, -
5S,o0
49,/✓09r
37,400.00
(4.00 , 7 200. 00
15,0o ,cc)
✓2 490: ,
1,0 1 1200.00
qi 06 '')::.Ot.i
7040
53 693.=
47‘c:Z,00
1.7.5 ? 14-00 s fY:
155,400. -
73,v2)14gc 4.O.rv.`
1. S0 11200,Oo
12.on I:3w,O,on
63,55i c
8t.90 4565)a-oo
4.50; 3 00
!'nn i
�� .,� /.to • asrt;
/.50. %0 /a. cc 300.!
_1,00 r100,00
4 Ooo,C';
Joo. r75,c') 2.04 i ?Cri3O')
,.i'.1,-1U , r';'ti
400O.c,,
l.OG /00.0
�r CCU J.O.
IRREGULARITIES LEGEND
A, — 'No Power- ,o -.Attorney
B —14o .Affidavit as eta Capitol II. Surplus of Bonding Company
'Corrected Extensions
D— Paoposol ".Unsigned or improperly Signed or' No Corporate Seal
rs .�
Improper Bid Bond
— Corrected `Bid
IT IS RECOMMENDED THAT 'Mrs CONTRACT BE AWARDED
TO THE LOWEST" 51DDE
IRPCO PAVING CO. INC. FOR A:BASE: 13!D Or437,984,40
DISTRIBUTION:
BID
- No Subcontr`!Ctor+LICence 11,1trn71 Cr
Prep. By: A-. 1;U5T .N C./i d.8y F.J CUFi��
BID SECURITY
Page 1 of 2
atm CHOPIH PLAZA 5TOR1 r;1 1tgPAIR =. 1976
�54
Public Works Joe Hattis
bATE BIOS RECEIVED.... afc> 19, 1976
BIObER
TYPE OF SECURITY
AMOUNT
RGR
ACCOUNTING
USE
IRPCO Paving Co.,Inc.
B.B. $2000,00
1009 Columbus Blvd.
Coral Gables, Fla. 33134
Total---= $37;992.40
Florida Concrete Contractors
B.B. - $1,958.00
389 Linwood Drive
Miami Springs, Fla. 33166
Total ---- $39,160.00
TOP RPinertcnn Egti4pmant Cn.
R_R. - 5%
$
P.O. Box 1104- Buena Vista Stat.
Miami, Florida 33137
Total ---- $39,200.00
D.M.P. Corporation
B.B. - 5%
10477 S.W. 186 Lane
Miami, Florida 33157
Total ---- $39,915.00
Holland Paving Company, Inc.
B.B. - 5%
P.O. Box 570102
Miami, Fla. 33157
Total ---- $43,432.00
P.J. Constructors, Inc.
B.B. - 5%
4300 S.W. 70 Court
Miami, Fla. 33155
Total ---- $48,305.00
W/S Underground Inc.
B.B. - $2,500.00
'\Jr
,�r'���
4117 N.W.�78th Lane
Coral Springs, Fla. 33065
Total ---- $49,150.00
Volunteer Corporation
B.B. - 5%
90 N.W. 137 Ave.
Miami., Fla. 33144
Total ---- $52,490.00
Webb General Contracting,Inc.
B.B. - 5%
30 S.W. 5th Court
Pompano Beach, Fla. 33060
Total ---- $53,693,00
Received the above described checks this cloy of 19
FOR ACCOUNTING DIVISION
BID SECURITY
IftM_ CHOPIN PLAZA ._STOF 4 agla REPAIR ,1976_
B=5419
Public, Works.= Joe Harris
bAT E BIDS RECE1VEb_Hatch 19 5 _19ff
1310bER
tYPE OE SECURITY
AMOUNT
FOR
ACCOl1N?INO
USE
P.N.M.•
Corp.
B.B. — 5%
3446 S.W. 8th St.
Miami, Fla.
Total ---$55,400.00
Intercounty Construction, Corp.
B.B. — 5%
2100 North Dixie Hwy.
Fort Lauderdale, Fla. 33305
Total ---- $63,561.00
James A. Porter Co.
B.B. - 5%
P.O. Box 5939
Lighthouse Ot., Fla. 33064
Total ---- $65,296.80
•
Received the above described checks this cloy of
19
FOR ACCOUNTING DIVISION
011TP OF MIAMI, FLORIDA
REQUISITION FOR
ADVERTISEMENT FOR BIDS
r
L
DEPTIDIV
'f, ACCOUNT CODE_.
4( BID NO, T.;-.7C.-'_-/;-.) DATE
PREPARED BY t PHONE
CluANtirt BEPARTIANt
RealitAgMtNTS FOR MON1118
CODE
ITEM DESCRIPTION
QUANTITY
UNIT
PRICE
AMT.
BIDS TO BE SECURED FOR
1.2 0
k.L..,.
Y.LAL,A ‘.i:.: _
PAIN - 3.)7 k.) __,
6-0;
-.,i.:,1Uri
. .
t
'
.L;::,PT1 :1,:i.„:::::. :.. 201:„, ,I.,:,,L,.1,;.
.ii,VIALI - 1976
FOR THE DEPARTMENT OF:
Puolie Wori —
_
ADVERTISE ON
i•lat'CiI Ii , 19 u _
BIDS TO BE RECEIVED ON
TOTAL
"../
('-If ,,j..1,....• r)7 • ,
.4, ..-..... _.- / ,
ESTIMATED COST :
CONTRACTUAL: $
..J;!1.
"
INCIDENTAL: $
TOTAL $ )04
SOURCE OF FUNDS:
APPROVED BY
DIRECTOR OF ISSUING DEPART,MEN7" •
To be filled in by
EXPENDITURE CONTROL :
FUNDS AVAILABLE FOR PROJECT INVOLVED
417%44141PPENDITURE CONTROLLER
PROJECT CODE AD CODE (411/5. • 42 .74)
COPIES To: Purchasing (Org.) — City Manager — City C1erf —Expenditure Control — Issuing Department — Other Affected Department
FORM NO. 1043 - REV.
WHITE GREEN PINK CANARY BLUE GOLDENROD
74
Bid No.75-76=70
ADVERTISEMENT_ FOE_ BIDS
Sealed bids for the construction of CHOPIN PLAZA STORM SEWER
tEPAIR- 1976, Miami, Florida, will be received by the City Manager
and the City Clerk of The City of Miami, Florida, not later than
2:00 P.M., on the 19th day of March, 1976, in the City Clerk's
office, First floor of the Miami City Hall, 3500 Pan American
Drive, Dinner Key, Miami, Florida 33133 at which time and place they
will be publicly opened and read.
The work, briefly described, includes:
Approximately 680 lineal feet of 8 foot width concrete slab
replacement over an existing storm sewer outfall located
on Chopin Plaza (S.E. 2 Street) between Biscayne Boulevard
and Biscayne Bay.
All bids shall be submitted in accordance with the Instructions
to Bidders and Specifications. Plans and Specifications may be
obtained from the Office of the Director, Department of Public
Works, 3332 Pan American Drive, Miami, Florida. Plans and spec-
- ifications are to be returned in good order and unmarked within
30 days after bids have been received.
Proposal includes the time of performance and specifications
contain provisions for liquidated damages for failure to complete
the work on time.
The City Commission reserves the right to waive any informality
in any bid, and the City Manager may reject any or all bids, and
readvertise.
P. W. Andrews
City Manager