Loading...
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