Loading...
HomeMy WebLinkAboutR-76-0466R 'C/tb 5/12/16 DOCU ., t E 4ti j�;.,. FOLLOW" RESOLUTION NO. /6=466 A RESOLUTION ACCEPTING THE BID OF HOLLAND PAVING CO,, INC, IN THE AMOUNT OF $417,295,25 FOR BID "A" (HIGHWAYS) AND BID "B" (DRAINAGE) OF WYNDWOOD PAVING PROJECT 8-4398 AND WYNDWOOD SANITARY SEWER MODIFICATIONS SR-5418; ALLOCAT- ING THE AMOUNT OF $183,521,50 FROM THE ACCOUNT ENTITLLED "HIGHWAY IMPROVEMENT BOND FUNDS" FOR A PORTION OF THE CONTRACT COST FOR BID "A" (HIGHWAYS); ALLOCATING FROM SAID ACCOUNT THE AMOUNT OF $31,636.28 TO COVER PROJECT EXPENSE; ALLOCATING FROM SAID ACCOUNT THE AMOUNT OF $5,752.22 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING TESTING LABORATORIES AND POSTAGE, AND PROGRAMMING THE REMAINING AMOUNT OF THE CONTRACT COST FOR BID "A" (HIGHWAYS), $104,081.00, FROM COMMUNITY DEVELOPMENT PROGRAM FUNDS DUE THE CITY OF MIAMI FROM THE U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT; FURTHER ALLOCATING FROM THE ACCOUNT ENTITLED "STORM SEWER IMPROVEMENT BOND FUNDS" THE AMOUNT OF $129,692.75 TO COVER THE CONTRACT COST FOR BID "B" (DRAINAGE); ALLOCAT- ING FROM SAID ACCOUNT THE AMOUNT OF $14,266.20 TO COVER PROJECT EXPENSE; ALLOCATING FROM SAID ACCOUNT THE AMOUNT OF $2,593.05 TO COVER THE COST 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 April 26, 1976 for WYNDWOOD PAVING PROJECT B-4398 AND WYNDWOOD SEWER MODIFICATIONS - SR-5418; and WHEREAS, the City Manager reports that SANITARY "DOCUMENT VEX the ITEM NO. 1 $417,295.25 bid of Holland Paving Co., Inc. is the lowest responsible bid for BID "A" (HIGHWAYS) AND BID "B" (DRAINAGE) of Proposal and recommends that a contract be awarded to said firm; and WHEREAS, funds are available for allocation from the account entitled "Highway Improvement Bond Funds" and the account entitled "Storm Sewer Improvement Bond Funds", and the balance of the funds for this contract have been pro- grammed and budgeted under the "Community Development Program"; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: MITT COMMISSION MEETING OF MAY 1 31976 icsownoti A/6. Section 1► The April 26, 1976 bid of Holland Pav= ing Co,, Inc► in the amount of $417,295,25 for the projedt entitled "WYNDWOOD PAVING PROJRCT D-4398 AND WYNDWOOD SANITARY SRWRR MODIFICATIONS SR-5418", namely BID "A" (HIGHWAYS) and BID "B" (DRAINAGE) of Proposal, based on unit prices, is hereby accepted at the price stated therein. Section 2.a. The amount of $183,521.50 is hereby allocated from the account entitled "Highway Improvement Bond Funds" to cover a portion of the contract cost for BID "A" (HIGHWAYS). b. The amount of $31,636.28 is hereby allocated from the aforesaid account to cover BID "A" project expense, which includes engineering, surveys, and inspection work performed by City Forces. .c. The amount of $5,752.22 is hereby allocated from the aforesaid account to cover BID "A" cost items such as advertising, testing laboratories and postage. d. The amount of $104,081 is hereby programmed from Community Development Program funds due the City of Miami from the U.S. Department of Housing and Urban Development to cover the remainder of the contract cost for BID "A" (HIGHWAYS) . (`''` ..•3 .� ` �0 '~1,��S':i�Ti Section 3.a. The amount of $129,692.75 is hereb L allocated from the account entitled "Storm Sewer Improvement Bond Funds" to cover the contract cost for BID "B" (DRAINAGE) b. The amount of $14,266.20 is hereby allocated from the aforesaid account to cover BID "B" (DRAINAGE) project expense, which includes engineering, surveys, and inspection work performed by City Forces. c. The amount of $2,593.05 is hereby allocated from the aforesaid account to cover BID "B" (DRAINAGE) cost items such as advertising, testing labora- tories. and postage. -2- Section 4. The City Manager is hereby authorized to enter into a contract on behalf of the City of Miami With Holland Paving Co., Inc. for WYNDWOOD PAVING PROJECT B-4398 AND WYNDWOOD SANITARY SEWER MODIFICATIONS = SR-5418, BID "A" (HIGHWAY) and BID "B" (DRAINAGE). PASSED AND ADOPTED this 13 day of MAY 1976. MAURICE A. FERRE H. D. SOUTHERN CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK Assistant City Attorney APPROVED AS TO FORM AND CORRECTNESS: _ )--k ;IL Ick)LJs OHN S. LLOYD City Attorney MAYOR DO ii L Cric' CY,'" MIA!411, r:t.OPrin • TO: P. W6 Andrews City Manager FPC)N1 Ui It...:R-ONCE MEMO PA MD LI M. E. trimm, Jr.) Dinec7;or /7)4nart;rvilt:/jf--1-trt.:5A. DAT,. May 13, :1976 ntx.13,J4398 & SR5418 !;tf WYNDWOOD PAVING PROJECT B.-4398 and WYNDWOOD SANITARY SEWER MODIFICA- TIONS SR-5418 - Resolution AWarding,:, Contract iNCL 6 Bids received Aril 26, 1976 to construct asphaltic cont pl,verent, curb and gutters valley gutters, side- walks, Local cia.ina system, anl landscaping in the area betwee NW 2 Av::::nue and NW 5 Avenue from NW 33 Street to NW 35 Strr2ot. Also :.ncluded is the replacement of a sanitary sower main. As reflected in the t73b•Ilat1o11 of bids, the *40,637 bid of D.M.P. Corporation is the lowest responsible bid for BID "C" (Sanitary sewers); and the *417,295.25 bid of Hollanl PavinE Co., Inc.. Is the :lowest responsible bid for BID "A" (Highways) an3 "TTD "B" (Drainage) of the Proposal, based on unit prices. A portion of the fund necessary to construct this project comi.iT; frem a "Cemnnity D2velopment Grant" and from General nbliF,atAon YTfl. Funds. THE DEPART= OF PU3LIC WORKS RECOMMENDS ADOPTION OF THE RES0LUT7_ONS AWARDING TiE BID RECEIVED APRTL 26, 1976 OF CORPORATON THE AMOUNT OF *40,637 FOR BID "C" (Sanita:-y sewers) AND THE BID 0 HOLLAND PAVING CO., INC. I.T. THE !)UT OP *1117,295.25 FOR BID "A" (11:14,1iways) AND BID "B" (Draina.i.,;e); AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT IN IlEHALY OF THE CITY OF MIAMI FOR WyNDTDOD PAVINC1 PROROT B-4398 AND WYNDWOOD SANITARY SEWER MODIFICATION:-.; - SR-5q18. VEG:EAE,:hh "SUPPQRTIVE DOC! tsi.„. 71 FOL 5/ rt L. BID SECURITY itekLifrildvicod.PavitiA Project & .Wyndwood Sanitary bATE BIDS RECEIVED__ w... Sewer Modifications B-4398 Public Works s Joe Mattis -6856 BIDDER TYPE OF SECURITY AMOUNT PO ACCOUNTING USE Intercounty Constr►_Corp. _ No Total Bid Bid B -- $185,369..00 2100 N. Dixie Hwy. Ft. Lauderdale, Fla. 33305 Bid - C -_ $ 75,425.00 D.M.P. Corp. Total---- $484.023.66 10477 S.W. 186 Lane Miami, Florida 33157 Rig — __ i34+,R§7aI6 R; rl - c -- $ 40,617.00 Marks Brothers Co.,Not Inc. Total ---- $498,950.75 Bid - A - $313,090.00 . 1313 N.W. 97th Avenue Miami, Florida 33126 Bid - B - .$140,912.00 Bid - C - $ 44,948.75 Rob -El Construction Corp. No Total Bid Bid - A - $314,180.00 • 5671 N.W. 78 Avenue Miami, Florida 33166 Bid - B - $166,070.50 Bid - C - - 0 - Joe Reinertson Equipment Co. P.O. Box 1104 Buena Vista Station Miami, Florida 33137 Bid - C - $61,925.00 (Only) Holland Paving Co.,Inc. Total ---- $458,415.25 Bid - A $287,602.50 ,may ah `" rTPt/ DOcwip. (' 17-r-PrYS P. 0. Box 570102 Miami, Florida 33157 Bid - B - $129,642.75 Bid - C - $ 41.170.00 • Received the above described checks this day of FOR ACCOUNTING DIVISION 19 •CITY OF MIAMI, FLORIDA REOUISMON FOR ADVERTISEMENT FOR BIDS r 1 DEPTIDIV Put lie Works n ACCOUNT CODE 6-851.40 12120 BID No, 7 DATE 11/1/7 PREPARED BY Jou iiarris CODE ITEM DESCRIPTION PHONE QUANTITY UNIT PRICE AMT. ClUANTift nerintillekte ritPAMIARNt ftbIlUirtEMtNit POR M6N1118 tJ DATE DATE AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT 2120 WY EAOJL4Z., WY NDW 00I) 4OIPICATIO8 -2-43q BIDS TO BE sEcURE.b FOR WYNDWOOD PAVINO Ph0j1GT WY NDWOO D SA TA'AY YIODIFICATIONS FOR THE DEPARTMENT OF: "SU P P r7!'''ur VP' , i -, v , „.... D OC Li l'il El tit.. t S FOLLOW ' TOTAL ESTIMATED COST : CONTRACTUAL: $ '•:"7 Cs 000 ro,-)."::xr .7, 73,7 J0 INCIDENTAL : 2r, $ 3-7), i.o.)0 TOTAL $ 7,17 4100 APPROVED BY ,..ct • DIRECTOR OF ISSUING DEPARTMENT Publi c llork* ADVERTISE ON April Li 1976 BIDS TO BE RECEIVED ON April 29, 197 SOURCE OF FUNDS: adU Uoununity Development Funds To be filled in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED PROJECT CODE AD CODE EXPENDITURE CONTROLLER (- -S5/ Vo. COPIES TO: Purchasing (Org.) FORM NO. 1043- REV. 74 WHITE — City Manager — City Clerk — Expenditure Control — lssuing Department — Other Affected Department GREEN PINK CANARY SLUE GOLDENROD Bid No 75-76- 8$ ADVE i' I.SE'.h E'fJT I'OR BIDS Sealed bids for construction of WYNDWOOD SANITARY SEWER MODIFICATIONS" Manager and the City Clerk_ of The City on the 29th day of April, 1976, :in the Floor of the Miami City Hall, 3500 Pan Miami, Florida. 33133 at which time and opened and read. "WYNDWOOD PAVING PROJECT and Will be received by the City of Miami, Florida at 2:00 P.I. City Clerk's Office, First American Drive, Dinner Key, place they will be publicly Briefly, the wore: required for this project Will be HIGHWAYS & DRAINAGE.; The construction of approximately 1. 3 miles of streets within rights of way. fie;; construction will include rebuilding asphaltic pavement, new curbs and/or gutters, valley gutter, sidewalk, French drain and covered ditch drainage systems and landscaping. SANITARY S W!';H3 The construction of 2,700 linear feet of 8 inch to 10 inch extrastrength vit_'ified clay pipe sewer with the deepest cut being 10 feet. 60 manholes from 4 to 10 feet in depth. Bids may be nff c'red on any one or all of the following categories -- Highways, Drainage, and Sanitary Sewers. However, in order to offer a TOTAL BCD, bids must bc offered on all 3 categories. If any question_,, call 579-6865 - George V. Campbell, Jr., Highway Engineer, (Highway, Drainage, Landscaping) or Walter K. Brown, Sewer Design Engineer (Sanitary sewers). Contract Documents, including drawings and technical specifica- tions, are open to public: inspection and may be obtained from the Department of Public IJor1:n, 3332 Pan American Drive, Miami, Florida 33133. Plans and Specifications are to be returned in good order and unmarked within thirty (30) day:; 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 r'eadvertise. Proposalincludes the time of performance and Specifications contain provisions for liquidated damages for failure to complete the work on time. "SUPPORTIVE i DOCUMENTS OL. L �» • Each T deice must d•r*:►:sit with his bid, security in the amount, forms and :subject to the conditions provided in the Information to Bidders and in the Suppler enta.l. General. Conditions, Attention is called to the fact that not :less than t;he minimum salaries and wage:; as set rorth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin, No 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 cost of this project is e,;670,000 and to be funded by the Community Devel_oprnent Block Grant Monies (2 5) and The City of Miami (757) P. W. Andrews City Manager II,IFORTAtZT. ADDENDU14 - CITY 07 HIAI4I) FLORIDA Departent of lablic Works AflDENDUPI NO. 1 ISSUED April 28, 1976 TO BIDDITO AND CONTRACT DOCUNENTS FOR WYNDWOD PAVING PRWECT B-4398 AND WYNLWOOD MODIVICATIONS SR-5418 44 44 44 44 44 41 44 4 4 44 44 44 44 44 V- 44 44 44 4 4 44 V: 44 44 44 44 4;: 44 44 44 44 44 1.i 41 JOR l0.-4398 and B-5418 ALL BIDDERS ARE HEREBY 1:CYT'TED AS FOLLOWS: CHA;;GE 1 SPECI'PICATION - EVISED PROPOSAL PAGE 3' 1: Attached to this addnclum are throe copies of Revised Proposal Paze 2k. Please destroy Prc)posal Page 2k now appearin[L7 in the Specifications and in the Bidder's envelope and re- place with the atached. ADD::DUN IS A:1 ESSF,NTIAL:. PAHT OP THE CONTRACT DOCUMENTS AND SHAL RE 1:_ADE A PART TiFiri":0P --- Il / .7 ./ ' Vincent E. Grimm, Jr. Director "SUPPORTIVE DOCUMEN-IS FOLLOW" (REVISED) PROPOSAL Page 2k B.4398 & 13-54 8 Item 45: Substitute 24 inch perforated aluminum type french drain, in place of covered ditch, shown on Plans, in- cluding protective slab, unit price of Dollars and Cents ($ ) per linear foot Note: Any additional CATCH BASINS or MANHOLES will be paid for at the unit prices bid in the Proposal for these items. Item 46: Substitution of 15 inch smooth - lined Aluminum Pipe in place of 15 inch reinforced concrete pipe sewer, at any cut, deduct the unit price of per linear foot Cents ($ Dollars and ADD DEDUCT ADD DEDUCT