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