HomeMy WebLinkAboutR-79-0331RESOLUTION NO. 7 9 3
A RESOLUTION ACCEPTING THE BID OF
MET CONSTRUCTION, INC. IN ALTERNATE BASE EAMODN2
OF°$21,449, THE AL
BI
PLUS ITEM 6 OF THE PROPOSAL, FOR HOSE
DRYING TOWERS (2ND BIDDING); WITH
MONIES THEREFOR FIRECATED FROM PREVENTIONTHAND
"FIRE FIGHTING, WITH
"SUPPORTIVE RESCUE FACILITIES G .O G.O. BOND FUND" ;
ADDITIONAL MONIES PALLOCATED
FAFORESAIDPROJECT
DOf U I� EN +1 S AND INCIDENTAL EX
v FOLLOW�� FUND; AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT WITH SAID FIRM
WHEREAS, sealed bids were received April 24, 1979
for HOSE DRYING TOWERS (2ND BIDDING); and 44
WHEREAS, the City Manager reports that the -$21, 9.
Inc . for the alternate base bid
the lowest responsible bid
bid
f MET
Construction,
plus item 6 of the :proposal i
recommends that a contract be awarded'to-.said f rm;
and
WHEREAS, the Capital Improvements Appropriation:
was.adopted on October 26,
and
Ordinance No. 8716,-as
1977and monies are available for the proposed amount of the
contract, project expense, and incidentals,•.from the account
entitled "Fire Fighting, Fire Prevention and- Rescue,
Facilities G.O. Bond Fund" as set; forth under Section B,
lit
Item 1
amended
0, of said ordinance;
OW THEREFORE, BE IT RESOLVED, BY THE COMMISSION OF
N ,,
THE CITY OF:MIAMI, FLORIDA:
Section 1. The April4, 1979 bid
4�4 for the project entitled
Inc. in the proposed amount of $21, 9
the alternate base bid 2
HOSE DRYING TOWERS (2ND BIDDING) for
plus item 6 of the proposal, based
accepted t th4dVU D I lab In to cover
aJ
contract.
ITEM NO.
Section 2. The a
from the account entitled "Fire Fighting, F
Rescue Facilities G.O. Bond'Fund" to cover
contract.
MET Construction,
on lump sum price,
the cost
hereby
f said
ount of $21,449 is hereby allocated
ire Prevention, and
the costof said _
CITY COMMISSION
MEETING OF
MAY 3 3 1YI9
NIKO7G-3C
NNa................ :
NEWMIllt
Section The amount of $2,360 is hereby
allocated from the aforesaid fund to cover the cost of
project expense.
Section 4. The amount of $750 is hereby
allocated from the aforesaid fund to cover the cost oj
such incidental items as advertising, testing laboratories;
Section 5. The City Manager is hereby authorized
to enter into a contract on behalf of The City of Miami
with MET Construction, Inc. for HOSE DRYING TOWERS (2ND
BIDDING), alternate base bid 2 plus item 6 of the proposal.
PASSED AND. ADOPTED this. 22 day of May
City Terk'
PREPARED AND APPROVED BY:
orney
2
79-331
ITEM
Hose Drying Towers
(2nd.Bidding)
BID SECURITY
DATE BIOS RECEIVED April 24, 1979
Met Construction Inc
Base. $42,724.00
355 N.W. 54 Street Alt-1. 29,526.00
Winrid:e'`Cor•oration
:o -
South Miami,Fla.
-BAse $54',715.00
35,170.00
;B 5%
Received the above doscribsd chocks this
FOR ACCOUNTING DIVISION
ative action req)
ative action req)
t1
L
s CITY OF MIAMI, FLORIDA
^ REQUISITION FOR
+ �1� ADVERTISEMENT FOR BIDS
DEPTIDIV Public or;-, sCi l o�'
ACCOUNT CODE Pr o,i e c t # ; 0 9 24
I Q BID NO. 7R-•70_.72
Z PREPARED BY Joe Harris
J
1�Zcio w 310302400
DATE - V 2 217 9
PHONE _-6856
Ako,
QUANTITY REPRESENTS DEPARTMtN, .
MONTHS
REQUIREMENTS FOR
`r3 ;✓
cQ +3
-11
DATE DATE
AMOUNT AMOUNT
t'S
(1,
1'. 1•'�a
Y
DATE DATE DATE DATE
AMOUNT AMOUNT AMOUNT AMOUNT
CODE
ITEM DESCRIPTION
310 02
TOTAL
HOSE DRY1N TOWi
2' D BIDDING).
ESTIMATED COST
CONTRACTUAL:
Toj ., LXP , -11%
INCIDENTAL : 21, $'
TOTAL
C.:,
+'710.00
2,750.00
500.00
D
QUANTITY
Ur%C
NUM
FALL
UNIT
PRICE
R IVE
ENTS
ow"
BIDS TO BE SECURED FOR
'EWE DRYI:IIO OWERS : -. (2i 1'I
APPROVED' BY:
SOURCE OF FUNDS: T ir, r•r1'r','tjcx:4,or Txi3r't(1S
To be filled in by
EXPENDITURE 'CONTROL :
FUNDS AVAILABLE
PROJECT CODE
COPIES1'0: Purchasing (O►g.) City Manager — City Clerk —Expenditure Control — Issuing Department - Other Affected Department
WHITE
GREEN PINK CANARY BLUE GOLDENROD
FORM NO. 1043— REV. 74 - - - -
DEPARTMENT OF:
Public Works
BIDS TO. BE RECEIVED ON
DIRECTOR OF ISSUING- DEPARTMENT
Bid No. 78-79_72.
ADVERTISEMENT FOR BIDS
apt
OND_BIDD�
Sealed bids for ''l�%::.:
Miami, Florida, will be received by
thloCidaCity Managerlater nd
the City Clerk of The City ofMiami in the City
than n °m on the 24 dam of April 19
Clerk's office, First loor o e iami City Hall, 3500
Pan American Drive, Dinner Key, Miami, Florida 33133 at
which time and place they will be publicly opened and
read.
The project consists; of constructing steel frame hose
drying towers at three fire stations, or relocating
existing hose towers to one or more of these stations.
For technical questions, call 579-6865, Ed Connor, Struc-
turs Engineer.
All bids shall be submitted in accordance' with theecifications
Instruc-
tions to Bidders and Specifications.` Plans and Specifications
may be obtained from the Office of the Director,Department
of Public Works, 3332 Pan American Drive, Miami,,: Florida.
Plans and Specifications are to be returned in good order
and unmarked within 10 days after Bids have been received.
Specifications
Proposal includes the tithe. of performance and
contain provisions for liquidated damages for failure to
complete -the work on time.
The City Commission reserves the right to -waive nyail nf or a ity
in any Bid, and the City Manager may reject
any or
and readvertise.
"SUPPORTIVE
DOC U tV Ell TS
FOLLOW"
Joseph R. Grassie
City Manager
3 S
t:IT't OF
VI-CRIDA
N1111-4.0 t Cr: 1'1 rMQAOUM
•rol Joseph R. Grassie
City Manager
Donald W. Cather
Director
Department of Public Works
May 7
L
1979c! B-27141
:3Avt. ,
HBOISDE 'DRYING TOWERS ( 2ND
DING)dit act,
t:Nci..ost.mr:s1
C°IniniMSCS°YiRn°enr8°M'letlettii°7ng)'
•triEt4cr-.-.Eit (For a
Awa.rng97 9
fl
B14P,.,„.1,..mi;.,....:,,,.,... ,....,...:,...,,....April'.,-::.'.2,......i.::-:, , more. ns.7::::O:'rth.h. 6':'..:::-_.6._,...n...i,,..a..,,..ri.Ir 1114.:6g.,1.t....,,,1:,,.-9bi4',.','-,'.',.,::,'.,,,'.',1,,',.-
..-' ,:i::.1i6b0'-',',...-9-----'-ei...--',.t6-:--9.'.,-.-',.,-i::',-;•-::-.-::::--,.,i'-a:::t!' - --•'' .'-.'ilPI!''. • ' ---'3.;•""..-
' - • • received.,... .. .
t
ne.•,:.or.,:.,....:..,._..
-i:',or,.„.,.. ,....,..,,,... : .
tt. .-.'i979',:.....P.....,...--...-,relpp _,...0ri.,
. - 9 existing .g:::' .1..,.0,.„. ...... ,
:e.x'''',1,.,..e7,•,:•-'.--•:--' ' - -,.e'..i..Aitoel;;'7-7 three.-.,, 's...-t4...04.,::: :2.,,,.,:i,e,s..p......:psnal:.,.....:.,i„56p:.boida,,,...,..,,,.....„,..,...,..:.:.,,,..
i
t
. :.,. ::.,.......,.,,..,.A.:0....4,.,..'..,.p14e.,.:..:,rpf,i,:)..1.1..,:..,e0c:C9:....,:,:n......,,e....cl:t",,..'il'i..1.1:1:.11,,a,:d.-tt''t,,..ei:8:,elaib,,c'6::::i..is6:67.,,b.t1-11.?r..•.,.I.:.40:t1-t.,.,:',..i..'si°.9:-..Pti.i.,,..'..',,,..:',eo,.-',.i,.-,....:,..'1,,.h,,..",-.97.et7:,-,,e,.,.,.:,,•ni,:ri,::._,6::;E,'.'::yelinifd:.:',..t.„,Pilhtlee.t:1,...'::-,.P,0::,4.g,,,i:;.*,.,...iFt3,...,..er.p., the
Tn-c.--,,4..
s
f
f
F
i 2,.:.,-,,,pus.:,.:'
re109a ,_,.
• - '-'-•-•:.,,,,.:"f-t.,;1::..../.1.,,O:'::.ai.ti.a...p.„,.p ...171,.,,e., x.„,.H .,,..: 0 tower., ..,..6”.,.,B,.,...:i.dre".:.17.,..,,:ifs... ,., dl,y:::.:::fclo.T.e,,, ...
''•:-"•"--'::-',-TIj7.-'-' 1bii-.: 6: Ui7101.1'---'- •i, i-:-.6..-'.--::13°- project---'•----'''''-.' -- - --,:-::.'••—• •
":-„.----:FUnds:,1::::,..hb.,-„Y6"'"---be Pn'''a r-.•• -•' ' ''''-' Fa:a . . ,.„. 6,17..,.,-....,......:...„... ,..._
tie:-..',. ...,........ ......
ill ... -..,........:.t.,..,..,,, for .
laboratories,th
-,,,,,
r: Ptaprhro;!1:t,,,,.,",.•,,,-.,:,°a•f,•,1i.gPr.i,,,.,ga.,:1171.,,-.:'d,.....,e':''.:'1:1m,,. les-.,.,7c7..,c,s:°:::,..'..''...:d.'..:.,-,..'''v.,...,',..p',..re,'...':.'..-:'Pi...,, t°:"..i.',':iie'n.:,..„,.,'":,...:e---.p.'-,,,c::,,t-_.':.'...:..i.--.1f-1g..-..,i ,--.1....,: 9.....r0:...,..,_:.:::,,,.::,,,,:,.:....,.
17i-IE'•'::::pEPPiTiTKENT1-.05".-p.t713..qc::WQRK.S. i:-:ilEgpMTINp':-..,:.,,AppPTIONi.,:.:,QF..-;.,.....THE.
estimated amount''''''t.--,.,...... ,-,,,,.,,,."..--,..,,,,.„-..,...."•,".,:',.:;":.,:"',"''''';,"'"..::-.,--:,.:::-::•:',,,-[...'''''''.l.-:'.":'-'-'.'.---"''''''''':';'-'•':',(--,--*'•..•.-:.---•.''' • -
S
•''.' BIDDTIJC.•-",....'''',,-•',,,;•-•'.., .'.,-.„:•"'",'": •-- ,,-,,.,:::::',-,,":.,.. ,:'.".-H,.',..,,,,..-, -. ,, ,-.,,, ,,,, .. ,.., ,.. „, . ,,,....: ,, , ,, . .. , , ,, , ,
•.:',-:',RESOpq.7110.1\1,..',:.•-"ACCEpT,TNCi''..-TE:-,,,BID,",:.'RECEIITED-;:-ApRTI.?•,..4.,:;:;--f.•.
l'IBEET1 -1 .A..1.QPII:.70T;-:-:7..,X7:,-.1-.,,,P;Tf.r:;:T'-"•'I''94FP:'.1''''1'''IT,....7A1\''''I''TI••:-77'0:;...I;.',71-:)..-',1,,.71:,...,...''-':''-'r,',..--°-..."...:.,';'.1'7:-.-'c..,.,'s21;.:..;--:,..'.:.".,-'47:49.).•;',"9...,;.1_.T...'..;..,_.:'...i.':i.';\:-'.:.:i.7:(?'DI.':',_'.1'.-:1'-.'''.-.'-',..'-',..:-•.:..-:::,''':.'..:
::...AUTI-IORTZ-T-Nai::7.I.E!-:::-CTrry.:'":MANAcH..:,-T,Q:-,'":-ENTR::,•-1NTc.-:"-.1,,A,•-:,•:CONTAcT: ,:-.,:TN.::::..-,.•
i4SU
... . ........... ... ...-......:... --...,• ..'......'„,,..:-...-......,'.: ,.,.....-,-:-....: .',..,H,, • --,--,:---:,' . ' '
. " .-:. -:. -....•:, - .,..• -.--,....,.;-:;:••,::.,:•:,.-- ,•- --.:„:.:,-:---2-..
:,--.:---'-::-.F0PORTIY
6bt::.:;,...:::..-is:::.-.:._',:,,.':':.':'.::.':;,-,i.li::.:',:::-,,...•...
-('''.°•I'''..':,'''''-:-LI'''''-1,01''AP-1'-j'.''.''r,'..:'!','.:-.:5.,:;:..•.'i..-'-.,,-::'...-1::11:.:-'''.-.---.'i.:',.-'-.1.._'.-.'''';:-:-...,'''''.-:-''.•,....;'..•':'''--,:.'_.'..:(:,'.'...'.,''''.:':_'•-',-':.1--",.,,....
1
il''J�. �,:?d•C�i''r i+,:.w 1 i't1Ui"ANO114 i /it
Vincent E. Grimm, Jr.
Assistant City Manager
Donald W. Cather, Director
Department of Public Works
•
•
u : 3 :
April 27 , 1979 F,1:
Fire Station Hose Towers
Award of Contract
Page 4 of Instructions to
Bidders and Bid Tab Sheet
Bids were received April,24th for constructing hose drying.
towers at various fire stations. Wayne Blackwell was the.
low bidder by a small marginon all but one of the items,
that item being the relocation of an existing, unused hose
tower. The second bidder MET Construction - was much lower
on that item.
The bids were reviewed with the Fire Department and, on the
basis of the prices bid and the funds available, it was
decided to recommend the construction of one new tower, an
the relocation of the existing tower, making MET the low
bidder. (The Proposal; particularly=. states. that the City may.,
elect to award a contract on such a basis).
Before the decision was made, Blackwell had called to inquire
what the City proposed to do. Wednesday, we called and told
him that we were recommending award to MET. Mr. Blackwell
then proceeded to assert that his was the only responsiVe bid
as only he had submitted equal employmenty 'opportunit documen-
tation with his bid, and further announced his intention to
sue. He was specifically asked if he, was objecting to the
City ''s.selection of items which resulted inhisno longer being
the low bidder, and he stated "no", that it was solely on the
failure of MET to submit the equal employment documentation.
Mr. Blackwell also stated that he was already in litigation
with the D.O.T. over a bid he had submitted, but, as briefly
described, the case did not appear similar to his problem
with the City.
Our standard "Instructions to Bidders" requires equal employment
documentation "in suchmanner as the City may require". It
does not state thatit must be subrnitted with the bid, and,with
the exception of. the EDA grant jobs, no other bidder has ever
submitted such information with his bid.
.
/
iy L L `J 7
INSTRUCTIONS
Page 3 of 4
BID SECURITY FORFEITED LIQUIDATED DAMAGES: Failure to.
execute a Contract and file, an acceptable Performance Bond,
as provided herein, within ten (10) days after written
notice of award has been given, shall be just;• cause for
the : annulment of the award and the forfeiture of the ;Bid
Security to the City of Miami, Florida, which forfeiture
shall be considered, not as a penalty, but in liquidation.
of damages sustained. Award may then be made to the next
lowest responsible Bidder or all bids may be rejected.
RIGHT TO ACCEPT OR REJECT PROPOSALS: Proposals which are
incomplete, Unbalanced, conditional, obscure, or which
contain -.additions. not requested, orirregularities'of any
kind, or.which do not comply in every respect with the.
Instructions to Bidders and all other Contract Documents,;
may -be -rejected at -the option of the City,Manager.. The
City -Commission reserves the:right to reject any or all
Proposals, , or ;any Part of any :Proposal,, to waive any
informality,in any Proposal, or to re -advertise for all
or part of the work contemplated on Projects identified
as Local Improvements by the City Charter.
WITHDRAWAL OF; PROPOSAL Any Proposal may be withdrawn
.prior. to the,time`scheduled.in the Advertisement,for::Bids
for the opening thereof. A Proposal may also ;be withdrawn
if sixty;,,(60) days have passed after the,date of opening`
the Proposals,.•provided.th'at.a.Resolution accepting said
-Froposal has not,been adopted by the Commission°of the
City'of Miami.
10. AWARD.OF CONTRACT: Written notice will be given to the
lowest responsible Bidder, upon acceptance of his Proposal
and -the award, ' of -the. Contract :to him.,
If the Bidder'to whom the Contract is'awarded.forfeits
his Bid Security, and " the award of 'the ;Contract.i•s annuled,
the :City :Commission may then. award he `Contract:`to the next
lowest responsible Bidder, or the work may be.re-advertised,
or may be constructed by` day labor', as - the 'City' Commission
decides.
INTERPRETATION OF CONTRACT DOCUMENTS: Each Bidder shall
thoroughly examine the Contract Documents,<and judge for
himself all matters relat4.ng to -the location and the
Character of: the.proposea work. If the Bidder should be
of the opinion .that the meaning of any`part,of the Contract
Documents is doubtful' Or obscure, or that ;the plans contain:
errors or reflect omissions, he should report such.'opinion
or opinions to the Engineer:at least five:(5)`daysbefore'
the date for. the formal opening of bids, in order that
"SUPPORTIVE
DnCU1';fENT4.
Vincent E
Assistant
} .f„_;�l•t'r,j' i .,._ 1":ill 0, ;0 4.0 /it l? .i
Donald;W. Cather,Director
Department of Public Works
April 27, 1979
Fire Station Hose Towers
Award of `.Contract < "
r,tStt;;t;ir:cs:
Page 4..of,Instructions _to
Bidders and Bid Tab Sheet
Bids were received April 24th for constructing hose drying ".
towers at various fire stations. Wayne Blackwell was the
low bidder by a small margin on all but one of the : items,
that item being the relocation of an existing, unused hose
tower. The second bidder MET Construction was much lower
on that item.
The bids were reviewed with the Fire Department and, on,the
basis of the prices bid and the funds available, it was
decided to recommend the construction of one .new _tower,` and
:.
the :relocation'of the existing tower, MET thelow
bidder. (The Proposal particularly states that the City ma
elect to award', a contract on such a basis).
Before the decision was made, Blackwell had called to inquire
what the City proposed to do. Wednesdays we called, and told
him that we were recommending award to MET. Mr. Blackwell
then, proceeded to assert that his was the only responsive bid
as only he had submitted equal' employment opportunity documen-
tation with his bid, and further announced his intention to
sue. He was specifically asked if he was objecting to the
City '`s selection of items which resulted in his no longer being
the, low bidder, and he stated "no", that it was solely on the
failure of MET to submit the equal employment documentation:
Mr. Blackwell also stated that he was already in litigation
with the D.O.T. over a bid he had submitted, but, as briefly
described, the case did not appear similar to his ,problem
with, the City.
Our. standard "Instructions to Bidders" requires equal employment
documentation "in such manner as the City may require". It
does not state that it must be submitted with the bid, and, with.
theexception of the EDA grant jobs, no other bidder has ever
submitted such information with his bid.
UP�'� RT .
`" 1
N
CU s��� 6�r
The low bidder MET -.has had at least. four, jobs with the
City in the last 12 months, and'has always employed minori-
ties,'both'Hispanic and Afro-American. The firm is presently
under contract for 'the addition to Fire Station 10, and
submits -monthly documentation to' us of minority employment.
Their work force varies with their work load, and currently
numbers about eight, of whom, five are classified as minorities
We feel..that MET has violated neither the letter nor the intent
of the: bidding' requirements, and, as we have seen from their
other jobs they are abiding by the spirit of the law relating
to Affirmative Action. Therefore, based on the Fire Depart-
ment's evaluation of their needs and; financial resources, we
recommend the award of the contract to MET Construction.
•
i
INSTRUCTIONS
Page 3 of 4
BID SECURITY FORFEITED LIQUIDATED DAMAGES: Failure to",
execute a Contract and file an acceptable Performance: Bond,
as provided herein, within ten •(10).days :after written
notice of award has been given, shall be just cause for
the annulment of the award and the forfeiture of the Bid
Security to the City of MiamiFlorida, , which forfeiture
shall be considered, not as a penalty, "but in liquidation
of damages sustained. Award may then be made to the next
lowest responsible Bidder or all bids may be rejected.
. RIGHT TO ACCEPT OR REJECT PROPOSALS: Proposals which are
incomplete, unbalanced; conditional, obscure, or which
contain additions not requested, or irregUlarities of any
kind, or which donot comply in every respect with the
Instructions to Bidders and all other Contract Documents
may be rejected at the option of the City Manager. The
City Commission reserves the right to reject any or all
Proposals, or any part of any Proposal, to waive any
informality .in any proposal, or to re -advertise for all
or part of the work contemplated on Projects identified,
as Local Improvements by the City. Charter.
WITHDRAWAL OF PROPOSAL: Any Proposal may be withdrawn
prior to the time scheduled in the Advertisementfor Bids
for the opening thereof. A Proposal may also be withdrawn.
if sixty (60) days have passed after the date of opening.'
the Proposals, provided that a Resolution accepting said
Proposal has not been adopted by the Commission ofthe
City of Miami.
1.0. AWARD OF CONTRACT: Written notice
cecwill be ofe iven tothe
lowest responsible Bidder, up pProposal
i
the Contract to h
and the award.of - m.
If the Bidder to whom" the Contract is awarded forfeits
his Bid SecuritY, and. the award of' the Contract is.annuled,
the -City Commission may then award the Contract to the, next
lowest responsible Bidder, or the work may be "re -advertised,
or may be constructed by day labor, as the City Commission
decides.
INTERPRETATION OF CONTRACT DOCUMENTS: Each Bidder shall
thoroughly examine the Contract Documents,, and judge .for
himself all matters relating to the location and the
characterr of the proposed work:, If theBidder should be
of the 'opinion that the meaning of any' part of the Contract
Documents is doubtful or obscure, or that the Plans contain
errors or reflect omissions, he should report such opinion
or opinions to the Engineer, at least five (5) days, before
the date for. the formal opening of bids, in order that
INSTRUCTIONS
Page 4 of 4
12.
appropriate addenda may be issued by the Engineer, if
necessary, to all prospective Bidders before blcls are
filed with the City. The Engineer will not be responsible
for oral interpretation given either by himself' or a
member of his staff, the issuance of' a written addendum
being the only official method whereby such an interpre-
tation will be given.
OATH OF ALLEGIANCE:
successful Bidder to
the United States' of
executed.
Ordinance No. 4980 requires the
execute an Oath of Allegiance to
American before a Contract can be
13. EQUAL EMPLOYMENT OPPORTUNITY: Bidders are required to
submit to the City of Miami proof and supporting
documentation in such form and in such manner as the'
City may require, evidencing that the bidder does not
discriminate against. persons on the basis of race, color;
creed, sex, age or nationality, in employment, including
the upgrading, demotion, recruiting, transfer, layoff,
termination, pay raise or advertisement for employment
of persons.
Included in such documentation shall be a listing of
minority persons, including Women, Black American,
Spanish surnamed individuals and American Indians,
who may be presently employed, along with the job
classifications of' these minority individuals.
The bidder shall, additionally provide to the City of
Miami an affirmative action program developed and
designed to increase minority participation in its
employment program, and further designed to include
minority, persons: in all facets of the bidder's operation.
The foregoing information shall be considered significant
in the City's determination of the most qualified bidder.
Revision of;June, 1975
f
i
1
l
i
ftit
CO
Bidder
Licensed R Insured as Per C.y Code S. Metro Ord
Bid ;Bond =Amount
Received
City Manager, City -Clerk
by the City .Cotnalis-isn, City Clerk, City of Miami, Florida at fret P. M.
Cer,sir;
Irregularities
Item
rJ.
0,10
111171 CA?
TABULATION OF BIDS FOR
RY/,Vc 7�'0 164-00ND /_7)141..ViV6.)
,1 'i/i97?
Cori
No.
rl
{
4/f
FJ
IF '
DESCRIPTION,
Unit
Price
Total
Unit
Price
Total
Unit
Price
419z.5
28 gt• 5 •
29,5-L6
Total
_4 7is-
Unit
Price
Total
Unit.
Price
Total
Unit
Price
Total
et z
/G,snr
1436
Ct nsfr
ta!: Tc•,
c r:,( 1 7r`:.:,
Ze-s2f6 .
% fs_ c.
c.r>4
A etd.
C'ee %Pain/�ewe r
IRREGULARITIES LEGEND
A — No Power -of- Attorney
B — No Affidavit as to Capitol S'Surplus. of Bonding Company:
C — Corrected Extensions
D — Proposal; Unsigned or improperly Signed or No Corporate Seal
F-
G — Improper Bid Bond
H — Corrected Bid
(I 15AZ
7Ze, h«•(-b
/339/7.,c �.
T IS RECOMMENDED THAT
73-90%l, �•rrr.
SAP
DOClitAENIS
OLLOw
DISTRIBUTION:
BID
JOB NO
Prep. By: EC
PROJECT NAME
AND LOCATION
BID AWARD FACT SHEET
For The City Manager
HOSE DRYING TOWERS (SECOND BIDDING)
PROJECT SCOPE Construct one riew hose tower and
relocate one e)cisting toTaer
ESTIMATED
CONSTRUCTION
COST
DATE BIDS
RECEIVED
NUMBER OF
BIDS RECEIVED
NAt•IE OE' IJOW
BIDDER • MET Constrl.iction, Inc.
•
Ar4OUNT OF
LOW BID $21 9 449 00 (Alternate Base Bid 2 Plus Item
•
TOTAL FUNDS TO
BE ALLOCATED $24,559.00
LENGTH OF TIME
ALIJOWED FOR
CONSTRUCTION 60 working days
SOURCE OF FUNDS Fire & Rescue G.O. Bonds
Form PW #389 1/79
'SUPPORTIVE
DOCUMENTS
1
_,�~_.Rio.m/
HOSE DRYING TOWERS (SECOND BIDDING)
II
JOB NO. B-2741.
CONTRACTORS FACT SHEET
MET Construction, Inc.
355 N. W. 54 . Street
Miami, Florida 33127
Principals:
Phone: 757-9504',
Major E. Threlkeld, President
Betty Jo Threlkeld, Secretary -Treasurer
R. L. Hardegree
III. Contractor is properly licensed and insured.
IV. Subcontractors: None required at this time.
V Experience:
This is a new corporation and has been in operation for
approximately; one year. This company was previously
called Biscayne Construction Company which contracted
many jobs with the City. The same principals operated
the old company.
"SU PPORTIV
E MET CONSTRUCTION, INC.
DOCUMENTS The Trade Fair of the :Americas
Orange =Bowl Structural Repairs
FOLLOW„ Orange Bowl -Tower Press Box Refurbishing
VI.
VI" .
BISCAYNE CONSTRUCTION COMPANY
Orange Bowl -Water Main Changes
Orange Bowl -Structural Repairs - PH. I
Orange Bowl -Roll -up Door Replacement
parks -Hard Surface Courts (Henderson Park)
Orange Bowl -Spiral Ramp Deck Replacement,
-
PH. IV
Not a minority contractor
$110,000
$205,300
$ 29,800
36,700
365,000
30,000
32,000
26 Advertisements mailed out by Certified Mai
38 Advertisements mailed out., by Regular Mail
10 Contractors picked up Plans and Specifications
3 Contractors submitted bid
000
1
1
1
1
t
City Manager, E!- '^ k
a el P M.
the City Clerk, City of Miami, Florida of a__�
Received by a ra
Bidder
Licensed S Insured as Per City Code S Metro Ord.
Item
No.
DESCRIPTION
f, ! o t cc
%CtlorKfc To &
�rS-Taxer
Coat ',i?ea...lowe'":
IRREGULARITIES LEGEND
A — No Power -of. Attorney
B_
C — Corrected Extensions
o _ Proposol Unsigned:or improperly Signed or No Corporate Seol
E'_ Cvapotw•o,SrstJ-i►9is5.V9. o&# Bid/`i5''.vci.
F_
G — Improper Bid Bond
H - Corrected: Bid
300
Z5, 9G
T=1S RECOMMENDED THAT a
end1- 1J-
Total
^Cc. /:rat
E /1 LS .27 en-1 C