HomeMy WebLinkAboutR-80-0011RESOLUTION NO.
80-11
A RESOLUTION ACCEPTING THE BID OF T & N
CONSTRUCTION COMPANY, INC. IN THE PROPOSED
AMOUNT OF $499, 662, < BID "A" '(HIGHWAY )
OF THE PROPOSAL, FOR POINT VIEW HIGHWAY
IMPROVEMENT; WITH MONIES THEREFOR ALLOCATED
FROM THE "HIGHWAY G.O. BOND EXPEDITURES"
IN THE AMOUNT OF $1499,662 TO COVER THE
CONTRACT COST; ALLOCATING FROM SAID FUND
THE AMOUNT OF $54,963 TO COVER THE COST
OF PROJECT EXPENSE; ALLOCATING FROM SAID`
FUND THE AMOUNT OF $9,993 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 December 27,
1979 for POINT VIEW HIGHWAY IMPROVEMENT; and
WHEREAS, the City Manager reports that the
$499,662 bid of T & N Construction Company, Inc. for
Bid
II Alt
(Highway) of the proposal is the lowest responsible
bid and recommends that
firm; and
WHEREAS, the Capital I provements
Ordinance N
monies are
contract,
a contract be awarded
to said
D(huidLs;
ITEM NO.
Appropriation
o.;9019 was adopted on November 8, 1979, and
available for the proposed amount of the
project expense,
and
incidentals,
from
the
account entitled "Highway G.O. Bond Fund" as set forth
under Section II Item B-8,of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION
OF THE CITY OF MIAMI,FLORIDA:`
Section 1. The December 27, 1979 bid of T & N
Construction Company, Inc. in the proposed amount of
$499,662 for the project entitled POINT VIEW HIGHWAY
IMPROVEMENT for Bid
nAn
(Highway) of the proposal., based
on unit prices, is hereby accepted at the price stated
therein to cover the cost of said contract.
D � � EVE
O
CITY COMMISSION
MEETING OF
JAN 1 0 1r�1O
1111101.11flON No 8Q- j..
Section 2. The amount of $499,662 is hereby
allocated from the account entitled "Highway G.O. Bond
Fund" to cover the cost of said contract.
Section 3. The amount of $54,963 is hereby.
allocated from the aforesaid fund to cover the cost of.
project expense.
Section 4. The amount of $9,993 is hereby
allocated from the aforesaid fund to cover the cost
of such incidental items asadvertising, 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 T & N Construction Company, Inc. for POINT VIEW
HIGHWAY IMPROVEMENT, Bid "A" (Highway) of the proposal.
PASSED AND ADOPTED this 10 day of January
1980.
MAURICE A. FERRE
ATTEST:
PREPARED AND APPROVED BY:
def •
Assistant City Attorney
APPROVED AS TO FORM AND CORRECTNESS:
MAYOR
s`, UPPORTIV.
'DOCUMENTS
FOLLOW"
t:
r
Joseph R. Grassie January 2, 1980
City Manager
.. Donald W. Cather
` Director of Public Works
POINT VIEW HIGHWAY
BID "A" (Highway)
Resolution Awarding Contract
B-L4309-A —
IMPROVEMENT
(For Commission Meeting
of January 10, 1980)
The Department of Public Works recommends
adoption of the resolution accepting the
bid received December 27, 1979 of T & N
Construction Company, Inc. in the amount of
$499,662, and authorizing the City Manager
to enter into a contract in behalf of the
City of Miami for FOINT VIEW HIGHWAY
IMPROVED?ENT BID "A" (Highway).
Bids were received December 27, 1979 for clearing and
grading, placement of stabilized fill material, construc-
tion of asphaltic pavement, concrete curbs and gutters,
concrete sidewalk, storm sewer modifications, sanitary
sewer modifications, and landscaping, located at:
South Bayshore Drive (S. E. 15 Road to
,S,.E. 14 Street)
3. E. 14 Street (South Bayshore Drive
to aoUi;b Bayshore Drive North)
South Bayshore Drive (S. E. 14 Street to
3. E. 12` Street)
S. E. 12 Street (South Bayshore Drive to
Biscayne Bay)
As reflected in the tabulation of bids, the $499,662 bid
of T & N Construction Company, Inc. is the lowest respon-
sible bid for Bid "A (Highway) of the proposal.
Funds hive been allocated under the "Highway G.O. Bond
Fund" forthe estimated amount of the contract, for
project expense, and for such items as advertising, testinc4
laboratories, postage.
JA11:hc
Resolution attached
80
south, r` p 1 V P
11
BID AWARD FACT SHEET
For The City Manager
PROJECT NAME & LOCATION - POINT VIEW HIGHWAY IMPROVEMENT.
BID "A" (HIGHWAY)
PROJECT SCOPE - Clearing and grading, placement of stabilized fill
material, construction of asphaltic pavement, concrete.
curbs and gutters, concrete sidewalk, storm sewer
modifications, sanitary sewer modifications and
landscaping.
ESTIMATED
CONSTRUCTION
COST
- $425,000.
DATE SIDS
RECEIVED - DECEMBER 27,-1979
NUMBER OF
BIDS .RECEIVED
NAME 07 LO',1
BIDDER
AMOUNT OF
LOW BID
- T & N CONSTRUCTION COMPANY, INC.
- $499,662. BID "A" (HIGHWAY).
TOTAL FUNDS TO
BE ALLOCATED $564,618.
LENGTH OF TIME
ALLOWED FOR
CONSTRUCTION
- 100 WORKING DAYS
SOURCE OF FUNDS HIGHWAY G. 0. BONDS
Form PW #3u.9 6/76
"SUPPORTIVE
DOCUMENTS
FOLLOW
12/27/79
POINT VIEW HIGHWAY IMPROVEMENT (BID "A'
JOB NO. B-44309
CONTRACTOR'S FACT SHEET
I. T & N Construction Company, Inc.
1840 West 49 Street
Hialeah, Florida 33012
- HIGHWAY)
Phone 557-0771
II. Principals: Teodoro J. Tundidor
Tarsicio Nieto
III. Contractor is properly licensed and insured
IV. Sub -Contractors:
V. Experience:
Melrose Nursery (Landscaping)
6 years
Coconut Grove C. D. Paving Project - Phase II
Culmer Sanitary Sewer Mod. - Phase III
(Bid "B")
Buena Vista C. D. Paving (Hwy. - Bid
Allapattah - Comstock Park - Hard
Surface Courts
S.J. 22 Street Highway Improvement
Phase II (Bid "B")
VI. A minority contractor
„A")
VII. 19 Advertisements mailed out by Certified Mail.
20 Contractor's picked up Plans & Specifications
5 Contractor's submitted bids
75 Advertisements mailed out by regular mail
"SUPPORTIVE
DOCUMENTS
FOLLOW"
$208,685
$ 63,448
$346,565.
$ 37,500
$ 54,074
12/27/79
t�-
309
TABULATION OF BIDS FOR
FO R T VIEW 14161-1\ A'i' r2OVE .4 E J i U- 42;09
Received by the City Commission,►City Clerk, City of Miami, Florida at 2•'3OP M. '"— -^ '
9
j rc-iA �.i E:j1:4 i.iii• _)„'t '� _. i f iiiCi': {� i Rii!% ¢'':'..' i - r - +•' •�
c. _ ii •
Bidder
Licensed & Insured as Per City Code S Metro Ord.
Bid Bond Amount
Irregularities
T.7
TOTAL. 610
ALTf.---eIJ- E TOTAL_ II7 N:Co. I
ALTEf'&Ts. 'TO TAL 3E Z
VIA ,:� ( 1G>>w1-;•:11
131 p "t " (LVL < A ta)
A L 7 ` PJA1 . UO 1 . F I D" 5'+_(STEEL PI LF )
�.10` 2 817''5"(c:011: CAP)
97, 9D�
Ot
105, 00
IRREGULARITIES LEGEND
A No Power -of- Attorney
C — Corrected Extenseons
D — Proposal Unsigned or improperly Signed or No .Corporate Seal
E_
F_
G —Improper Bid Bond
H Corrected Bid
1—
IT IS RECOMMENDED THAT A CduTRACT OE AWARDED TO T. fJ. _
COIJST. co. 114 THE AMOUI.IT OF #4991 662 0-2 FOt2 ea) °A'
(4(dE4WA`e . ALL OTNER BIDS , FOR alp" S" (�OLKHEAD )
Il1GLUD1IJC, F, OTL ALTERVi1/41E t310Mtt FOR. CID" C"
(WATER M4I J) ► 51400(C rC k',iCC_TE=Ce
BID T9-80-1O
JC9 t+0..
Prep. By: R. A. LAGS et..ca,e= DC.5.
r n.� l...•.J
IIII I IIIIIIII IIII IIIgIPIUIIU ^