Loading...
HomeMy WebLinkAboutR-76-0468Ri C/f1 S/ .1/76 RESOLUTION NO, 76-468 A RESOLUTION ACCEPTING THE BID OF HOLLAND PAVING CO., INC. IN THE AMOUNT OF $296,776,70 ?OR "MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS"; ALLOCATING THE AMOUNT Off' $145,190 FROM THE ACCOUNT ENTITLED "HIGHWAY IMPROVEMENT BOND FUNDS" AND USING $151,566,70 PROGRAMMED THROUGH THE "COMMUNITY DEVELOPMENT PROGRAM" TO COVER THE CONTRACT COST; ALLOCATING $22,426.80 FROM "HIGHWAY IMPROVEMENT BOND FUNDS" TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING $4,077.20 FROM "HIGHWAY IMPROVEMENT BOND FUNDS" TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING "S U ?) Dtr"'. ': : r- LABORATORIES AND POSTAGE; AND AUTHORIZING THE w' _.CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. DOC FOL WHEREAS, sealed bids were received April 26, 1976 for "MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS"; and WHEREAS, the City Manager reports that the $296,776.70 bid of Holland Paving Co., Inc. is the lowest responsible bid for Total Bid of the 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 balance of the funds for this contract have been programmed and budgeted under the "Community Development Program"; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSC U M E F T HEN D EX CITY OF MIAMI, FLORIDA: ITEM NO " Section 1. The April 26, 1976 bid of Holland Paving Co., Inc. in the amount of $296,776.70 for the project entitled "MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS", namely Total Bid of Proposal, based on unit prices is hereby accepted at the price stated therein. Section 2. The amount of $145,190 is hereby allocated from the account entitled "Highway Improvement Bond Funds" and the remaining amount of $151,566.70 is hereby programmed from funds to be received from the U. S. Department of Housing and Urban Development through its obligation to pay the City of Miami through the City's Community Development Program to cover the cost of the said contract, CITY COMMISSION MEETING OF MAY l 31976 lespoto Section 3. The amount of $22,426.80 is hereby allocated from the "Highway Improvement Bond Funds" to cover project expense, which includes engineering, surveys and inspection work performed by City forces. • Section 4. The amount of $4,077.20 is hereby allocated from the "Highway Improvement Bond Funds" to cover the cost of such items as advertising, testing laboratories and postage. Section 5. The City Manager is hereby authorized to enter into a contract on behalf of the City of Miami with Holland Paving Co., Inc. for "MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS". PASSED AND ADOPTED this 13 day of MAY , 1976. /r- / /2 H. D. outhern Maurice A. Ferre CITY CLERK PREPAF�2ED AND APPROVED BY: 'J Robert F. Clark Assistant City Attorney APPROVED AS TO FORM AND CORRECTNESS: John S. Lloyd City Attorney MAYOR TO. ?, W. And: City Manacer OF MA4I FLORIDA INTFZr OFFLCE MEMORANDUM' Contract r;mi'-, May 13 1976 mr E31400 51;E'J• MODEL CITIES COMMUNITY DEVELOPMENT STREET IMPROVEMENTS - Resolution Awarding Contract gnent E4„' prtr14_,,Jr..-Tnrector hErryt,:: of-• Works'. , • 1 Bids were received April 26, 1976 to construct anphaltic pnver:-,int, concrete curb and gutters, sidewalk, noccsnary dratnago, and landscapinf; on NW 60 & 61 SI:roets from NW 12 to 17 Avonuer;; and on NW )3, & 15 Avenues between NW Go & 62 Street. An reflected in the tabulation of bids, the $296,776.70 bid of HolApnd "avinr Co., Inc. is the lowest respon- sible bid. for Total Bid or the Proposal, based on unit prices. A portion o the f'unds necessary to construct this project are comln7; from a "Community Development Grant" and from Cenoral Obligation Bond Funds. THE DEPART!1ENT OF PUBLIC WORKS RECOMMENDS ADOPTION OF THE RESOLU?ION T,WARDING THE BID RECEIVED APRIL 26, 1976 OF ROLLAND PAVING CO. , INC. IN T!U AMOUNT OF $296,776.70; AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CO:TTRACT IN BEHALF OP THE CITY OF MIAMI FOR MODEL CITIES C0:1MUNITY DEVELOPMENT STREET IEPROVEMENTS. V0:EAE:hh "SUPPORTIVE -Z*.) FOL LC) Vi" BID SECURITY OHN Model -Cities Conununity DevelopmentStreet lniprovetnetits B=4400 Public Works Dept = Joe Harris = 6856 DATE BIDS RECE VEb.. AP i..293 1976._.....,.W.:. BIDDER TYPE OF SECURITY AMOUNT POP ACCOUNTING USE Persant ConstructionIncBid - B - $104,515.00 (only) 7216 S.W. 8th St., Suite Miami, Florida 33144 Garcia Allen Const. Co.,Inc. Total Bid ---- $395,764.00 Bid - A-- -- $272,715.00 P.O. Box 876 - Tamiami Stat. Miami, Florida 33444 Bid - B- $123,049.00 Holland Paving Co.,Inc. Total Bid --- $296,776.70 P.O. Box 570102 Miami, Florida 11157 Bid -A - $203,880.00 Bid -B- $ 92,896.70 Rnh-F1 Cnnctrnct-inn Corp Total Bid -- $358,233.50 II I f 5671 N.W. 78th Avenue Miami, Florida 33166 Bid - A - $242,490.00 Bid - B - $115,743.50 Marks Brothers Co., Not Inc. ti/1, 1' 1. Total Bid - S321,202.00 1313 N.W. 97th Avenue Miami, Florida 33126 Bid -A- $223,230.00 Bid -B- $ 97,972.00 • 1._ C. Mnrri g, Tor Total Bid - $362,021.00 t`a 2581 N.W. 72nd St. Miami, Florida 33147 Bid - A- $239,160.00 Bid - B - $122,861.00 D.M.P. Corp. rs t t.. f3,�1 . No Total Bid f' �i{� �r f jR T, `N, 10477 S.W. 186 Lane Miami, Florida 33157 Bid - B - $112,819.20 (Only) �� DOCUM I e count Construction Corp.��� nt r y P r...:.f�: ,.i�;, L/ VY �� 2100 N. Dixie Hwy. Ft. Lauderdale, Florida 33305 r Bid - B - $132,422.00(Only) • Received the above described checks this day of 19 FOR ACCOUNTING DIVISION - dolo 6441A DEPTION CRY OF MIAMI* FLORIDA REQUISITION FOR ADVERTISEMENT FOR BIDS auANtiilo NEPIttaNt8 IMPARTIARNI RedinittEMENTO POP MONt146 ACCOUNT CODE BID NO, 75.7,:.:-3,5 6211 PREPARED BY Joe liarris DATE PHONE CODE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT. DATE AMOUNT 2.12 DLVE02.4*. Sria23T (17.1-7.17,5 —4400 TOTAL ESTIMATED COST : CONTRACTUAL: $ Proj 11,; INCIDENTAL : 'Jet. $ TOTAL r r . 5 ., tj 6, .;.1-lo 3 0 f: 5 f) 1 1.) SOURCE OF FUNDS : To be filled in by EXPENDITURE CONTROL: APPRQV.D BY AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT e os TO BE SECURED FOR ini 014aiNITY D;.ALIJO 4i1:11T TAEn' ;LPROVL FOR THE DEPARTMENT OF: Public W or 1,.t3 ADVERTISE ON April 1;3 1976 BIDS TO BE RECEIVED ON DIRECTOR OF ISSUING DEPARTtf....ktilt ___Q0;4444:A4_t_4_4443A4404;44:SLIPSORTIVE FUNDS AVAILABLE FOR PROJECT INVOLVED PROJECT CODE AD CODE DOCUMENTS r: ExpEfrOLpinAaa 6- esy, 69. •; FORM NO. 1043 - REV. 74 COPIES TO: Purchasing (Org.) — City Manager — City Clerk —E.xpenditure Control — Issuing Department — Other Affected Department WHITE GREEN PINK CANARY BLUE GOLDENROD A 1, ,4 • I ! • Bid No. 75-76-85 ADVERTISEMENT FOR LI])S Sealed bids for construction of "MODEL CITIES COMMUNITY i)EVELOPMENT STREET IMPROVEMENTS" will be received by the City Manager and the City Clerk of The City of Miami, Florida at 2 00 P.M. on the 29th clay of April, 1976, in the City Clerk's Office, First Floor of the Miami City Hall, 3500 Pan American Drive, Dinner Ivey, Miami, Florida 33133 at which time and place they will be publicly opened and read. Briefly, the wort; will include the construction of 1.4 miles of streets on U.W. 60 and 61 Streets from N.W. 12 to 17 Avenues and N.W. 13, 14 and 15 Avenues, between N.W. 60 and 62 Streets. Construc- tion wil]include asphaltic pavement, concrete curbs and/or gutters, concrete sidewalk, a covered ditch drainage system and landscaping. Construction will inc. ude asph':rlt is pavement, concrete curbs and gutters, sidewalk, and modifications to exist:inf; positive drainage. If any questions, call 579-6865 - George V. Campbell, Highway Engineer. Contract Documents, Inc lud:i.ng drawings and technical specifica- tions, ar' ()Pen to public :inspection and may be obtained from the Department of Public Works, 3332 Pan American Drive, Miami, Florida 331.33. Plans and Spec3.ficat'onc; are to be returned In good order and unmarked within thirty (30) days after bids have been received. The City Commission reserves the right to waive any informality iri any Bid, and rra, reject any or all Bids, and readvertisc. Proposal includes the time of performance and Specifications contain provisions for liquidated damages for failure to complete the work on time. Each Bidder must deposit with his bid, security in the amount, form, and subject to the conditions provided in the Information to }Bidders and in the Supplr;iental. General Conditions. Attention is called to the fact that not less than the minimum salaries and stages as yet forth 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, 3ex, or national origin. No Bidder may withdraw his hid within 30 days after actual date of the opening thereof, unless modified in Division 2 - Special Conditions of the Specifications. The estimated cost of tliis project is $327,000 and to be funded by the Community Development Block Grant Monies and the City of Miami.. P. W. Andrews City Manager r Bid No. 75-76-85 ADVERT'ISi"NEilT FOR BIDS Sealed bids for construction of "MODEL CITIES COMMUNITY DEVELOi'MNT STREET IMPROVEMENTS" will be received by the City Manager and the City Clerk of The City or Miami, Florida at 2 t 00 P.M. on the 29th clay of April, 1.976, in the City Clerk's Office, First Floor of the Miami City Hall, 3500 Par American Drive, Danner Key, Miami., Florida 33133 at which time and place they will be publicly opened and read. Briefly, the %•leri: will include the construction of. 1.4 miles of streets on H.W. 60 and 61 Street.; from N.W. 12 to 17 Avenue:; and N,W. 13, 14 and 15 Avenues, betr';oen H.W. 60 and 62 Streets. Construc- tion will include asphaltic pavement, concrete curbs and/or gutters, concrete :;id walk, a covered elite} drainage system and landscaping. Construction will i.nc.'..iide asphaltic pavement, concrete curbs and gutters, sidewalk, and modifications to existing positive drainage. If any question:, call 579-6865 - George V. Campbell, Highway Engineer. Contract Documents, including drawings and techn:icalspecifica- tions, aro open to public inspection and may be obtained from the Department of Public Works, 3332 Pan American Drive, Miami, Florida 33133. Plans and Specifications are to be returned :i n good order and unmarked within thirty (30) ci1.:a after bids have boon received. . The City Cor:imis::;i.on r< serve s t'Ie right to waive any informality in any Bid, and may reject any or all Bids, and r.ea.civertise. Proposal includes the time of performance and Specifications conta:i n provisions for liquidated damages for failure to complete the wo rk on time. Each Bidder rnu;t deposit with his bid, security in the amount, form, and subject to the conditions provided in the Information to Bidders and in the Supplemental General Conditions. Attention is called to the fact that not less than the minimum salaries and wages as Get forth 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, rel.:i{;:ion, sex, or nationalorigin. tlo 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 $327,000 and to be funded by the Community Development Block Grant Ironies and the City of l4iamt. P. W. Andrews City Manager