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