Loading...
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 ^