Loading...
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