HomeMy WebLinkAboutR-78-0475RESOLUTION NO. 78
475
A RESOLUTION ACCEPTING THE BID OF T & N
CONSTRUCTION CO. IN THE PROPOSED AMOUNT
OF $154,729 FOR CULMER COMMUNITY DEVELOP-
MENT PAVING PROJECT PHASE II - 1978 AND
CULMER SANITARY SEWER MODIFICATIONS
PHASE II = 1978; WITH FUNDS ALLOCATED
FROM THE 3RD YEAR FEDERAL COMMUNITY
DEVELOPMENT BLOCK GRANT FUND IN TFIE AMOUNT
OF $154,729 TO COVER THE CONTRACT COST;
ALLOCATING FROM SAID FUND THE AMOUNT OF
$17,020 TO COVER THE COST OF PROJECT
EXPENSE; ALLOCATING FROM SAID FUND THE
AMOUNT OF $2,251 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 June 21, 1978
1978 for CULMER COMMUNITY DEVELOPMENT PAVING PROJECT -
PHASE II - 1978 and CULMER SANITARY SEWER MODIFICATIONS -
PHASE I1 - 1978; and
WHEREAS, the City Manager reports that the $154,729
bid of T & N Construction Co. Is the lowest responsible bid
and recommends that a Contract be awarded to said firm; and
WHEREAS, the proposed amount of the Contract is to
be allocated from the account entitled "3rd Year Federal
Community Development Block Grant Fund";
THE Or J
THEREFORE, BE IT RESOLVED BY
OF THE CITY OF MIAMI, FLORIDA:
NOW,
ITEM 140.
Section 1. The June 21, 1978 bid of T & N
Construction Co. in the proposed amount of $154,729 for the
project. entitled CULMER COMMUNITY DEVELOPMENT PAVING PROJECT -
PHASE II - 1978 and CULMER SANITARY SEWER MODIFICATIONS -
PHASE IT - 1978, namely Total Bid of the Proposal , is hereby
accepted at the price stated therein.
Section 2. The amount of $154,729 be, and it is
hereby, allocated from the account entitled "3rd Year Federal
Community Development Block Grant Fund" to cover the cost of
:paid Contract,
•�C.w
CITY COMMISSION
MEETING OF
JUL�11 31978
RESOLUTION t�6 - `1 1 J
REMARKS: , ...... _ ,.
Section 3, The amount of *17,020 is hereby allocated
from the aforesaid Fund to cover the cost of Project Expense,
Section 4, The amount of $2,251 is hereby allocated
from the aforesaid Fund 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
T & N Construction Co. for CULMER COMMUNITY DEVELOPMENT PAVING
PROJECT - PHASE IT - 1978 and CULMER SANITARY SEWER MODIFICATIONS
PHASE II - 1978.
PASSED AND ADOPTED this 13 ddy of JULY
1978.
MAURICE A. FERRE
MAURICE A. FERRE, M A Y 0 R
ATTEST:
CLERKRAL_ -i G. NGI ,
E CITY
PREPARED AND APPROVED BY:
ROBERT F. CLARK
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
GEO �; r 1�'. 0 , R. , CTTY ATTO' J ,Y
78-475
ITEM
Bilk SECURITY
Culver Community Development Paving
Ptoject Phase tt 19/8 and Culmer San,
Sewer Imp, Phase II 1978
Public Works
DATE RiOS RECEfVE6__ June 21, 1978
BIDDER
TYPE OF SECURITY AMOUNT
FOR
ACCOUNTING
USE
F & F Construction Co. Inc.
$160,704,74
1850 SW 8th Street Suite 303
BB 5%
Miami,Florida 33135
Marks Brothers Co Not Inc.
$191,605.75
1313 N.W. 97th.Avenue
BB 5%
Miami,Florida 33126
Joe Reinertson Equipment Co.
P.O. Box 1104
Bid B. $52,007.50
n
Miami, Fla. 33137
BB 5%
T & N Const. Co
1840 W. 49th Street
Hialeah,Florida
$154 77Q 00
Bid Bond $180,000.00
Received the above described checks this
cloy of 19
FOR ACCOUNTING DIVISION
MEER
MEM
MEW
MMW
MEEK
sow
mmma
ows
MEW
sw
WMMW
warm
OMM
mmme
NEMMX
MOMI
i�-
BMW
WNW
emw
MEW
mw
mw
7 (777M NO 7C43 REV 74
CITY OF MIAMI, FLORIDA
REOUISITION FOR
ADVERTISEMENT FOR BIDS
L
Yori.
) DEPT/DIV
ACCOUNT CODE .1°
< BID NO. ).—
PREPARED BY PHONE
-05UANti1Y:RANWSENtit bt0Aittkittirr
REOutkEtAtNtO FOR MONtHS
CODE
ITEM
DESCRIPTION
QUANTITY
PRICE
AMT.
BIDS TO BE SECURED FOR
-H::7-L.::-Ii l'.7,, ':`•-!;C;:: —
FOR THE DEPARTMENT OF:
ADVERTISE ON
:..•' .., .1 •1 ...1. 1. ' 1 '
BIDS TO BE RECEIVED ON
2.1„ 1'713
.7:
':'-'
'
'..-r7"
i '',..',i •
' —
•
TOTAL
ESTIMATED COST:
CONTRACTUAL.: $
INCIDENTAL: $
TOTAL
$
SOURCE OF FUNDS:
APPROVED BY
DIRECTOR OF ISSUING DEPARTMENT
MEMMIEW.
o b lilh,r1 in by.
EXPENDITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INVOLVED
EXPENDITURE CONTROLLER
11Prm=4-1:,
•
41M-
MIME.
117113P
=MEW
.4117147.
PROJECT CODE AD CODE
(.(4)//S"t0 Purrhasing (Org.) — City Manager — city Clerk —Expenditure Control — Issuing Department — Other Affected Department =NW
IIMNS
; 111
WHITE GREEN PINK CANARY BLUE GOLDENROD
ROIW
=1W
Er,
ME.
Bid No. 77,48=92
ADVERTISEMENT FOR BIDS
Sealed bids for construction of CULMER COMMUNITY DEVELOPMENT
PAVING PROJECT PHASE II = 1_78 and...._CUtLL1ER SANITARY SEWER MODIFICA
tions--- 1978 will be received by the City manager and the-Dft/—t— erk
of The City of Miarni, Florida a, 2,00 0.ML on the 21st day of Jute)
.1.178 in the City Clerk's Office, First Floor of t'ie i—ahi City Ha11,
3500 Pan American Drive) Dinner Key, Miami, Florida 33133 at which
time and place they will be publicly opened and read.
Briefly, the work required for this project will be:
HIGHWAYS & DRAINAGE
The construction of approximately ,3 mile of streets within
40' to 50' rights of way. New construction will include
rebuilding, removing existing surface and resurfacing
pavement, new curb and gutters, sidewalk, French drain
drainage system and landscaping.
SANITARY SEWERS
The construction of 18 linear feet of 12-inch cast iron or
ductile iron pipe sewer, 270 linear feet of 8 inch, 275
linear feet of 10-inch and 527 linear feet of 12-inch
vitrified clay pipe sewer with the deepest cut being 10
feet.
1 Manhole at 0/6 foot and 1 Manhole at 6/8 foot cut.
Bids may be offered on any one or all of the following cate-
gories -- Highway and Sanitary Sewers. However, in order to offer
a TOTAL BID, bids must be offered on each category.
If any questions, call 579-6865 - George V. Campbell, Jr. ,
Highway Engineer, (Highway, Drainage, Landscaping) or James J. Kay,
Sewer Design Engineer (Sanitary Sewers) .
All bids shall be submitted in accordance with the Instruc-
tions to Bidders and Specifcations. Plans and Specifications may be
obtained from 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.
Those minority or target area contractors/small businesses
interested in submitting bids are advised that The City of Miami
Office of Community Development has an agreement with Contractors
Training and Development, Inc. to provide technical assistance in
putting together bid packages.
For further information pertaining to the above, call Mr.'
AM James D. Thomas, Administrative Assistant, at 579-6848.
MEE
MIM
MMENIM
The City Commission "reserves the right to waive any informality
in any Bid, and may rejedt any or all Bids, and readvertise.
Proposal includes the time of performance, and Specifications
contain provisions for liquidated damages for failure to complete the
work on time.
in addition to these measures Contractors and Subcontractors
will be required to comply with the provisions of Section 3 (Federal
Regulations) which require all developers, contractors and subcon-
tractors create feasible opportunities to employ and train residents
in the area of the project; and give preference in subcontracting
and purchasing of materials to businesses located in or owned in
substantial part by persons residing in the area of the project.
No 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. This project is to be funded by
Community Development.
Joseph R. Grassie
City Manager
:fTY OF
:,IiAFat. :TL0:nr.)A
IN`,IT•Z`i• WFICE ME:,TORANICO M vett
i
.,•
0:
f rtOM:
FLT-
MIK
mow
w
EW
EW
mm
Joseph Re Grassie
City Manager
S � `
William E► Parkes
Director
Department of Public Works
DATE:
B..4433
135449
CULMER COMMUNITY DEVELOPMENT
PAVING PROJECT ` PHASE II �=
1978 and CULMER SANITARY SEWER
MODIFICATIONS - PH. II 1978-
r 'C3' Resolution Awarding Contract
July 13) 1978
Bids were received June 21, 1978 for work consisting of new
asphaltic pavement, removing and replacing existing surface,
new concrete curb and gutter, new concrete sidewalk, French
drainaf,e system, landscaping and sanitary sewers modifications.
As reflected in the Tabulation of Bids, the $154,729 bid of
T & N Construction Co, is the lowest responsible bid for
Total Bid of the Proposal.
Funds have been allocated from the 3rd Year Federal Community
Development Block Grant Fund for the estimated amount of the
Contract, for Project Expense, and for such items as Adver-
tising, Testing Laboratories, Postage.
THE DEPARTMENT OF PUBLIC WORKS RECOMMENDS ADOPTION OF THE
RESOLUTION ACCEPTING THE BID RECEIVED JUNE 21, 1978 OF
T & N CONSTRUCTION CO. IN THE AMOUNT OF $154 , 7 29 ; AND
AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT ON
BEHALF OF THE CITY OF MIAMI FOR CULMER COMMUNITY DEVELOPMENT
PAVING PROJECT - PHASE II - 1978 AND CULMER SANITARY SEWER
MODIFICATIONS - PHASE II - 1978.
I JAII : he
78-475
,
CULMSR COMMUNITY bEVELOPMENT PAVING PROJtC ' P11A8t II
& CUM SANITAYY SFWE i MObI1 t ATIONS PHAn II
J'OB N0. b-4433 & B=5449
CONTRAC!tOW.S_ FACT _SHtET
I. T & N Construction Company, Inc.
1840 W. 49 Street
Hialeah, Florida 33012
Phone: 557=0771
II. Principals: Teodoro J. Tundidor
Tarsicio Nieto
III. Contractor is properly licensed and insured
IV. Sub -Contractors: Landscaping - Melrose Nursery
V. Experience: 6 years
Buena Vista C.D. Paving (Hwy. -Bid "A")
Allapattah - Comstock Park - Hard
Surface Courts
S.W. 22 Street Highway Improvement
Phase II (Bid "B")
VI. A minority contractor
- $346,565.
- $ 37,500.
- $ 54,074.
VII. 70 Advertisements mailed out
18 Contractor's picked up Plans & Specifications
• 4 Contractor's submitted bids.
MMI
MEW
mew
MEM
olow
mmw
MEleit
mw
mw
mot
Mit
MEM
MWM
IMMIE
MMW
MIL
MIV
fltM
•
IMM
MW
MW
MD AVM 8,0011
Fot The City Manager
PROStOl_NA E CULMER COMMUNITY lAVELOPMtNT PAVING PROJECT
PRASE II - 1978 B-4433
CULMER SANITARY SEWER MODIFICATIONS
PI1ASE II - 1978 B-5449
PROJEcl_800PR
ESTIMATED
CONSTRUCTION
COST
DATE BIDS
RECEIVED
NUMBER OF
BIDS RECEIVED
NAME OF LOW
BIDDER
AMOUNT OF
LOW BID
TOTAL FUNDS TO
BE ALLOCATED
LENGTH OF TIME
ALLOWED FOR
CONSTRUCTION
The work included consist of new asphaltic
pavement, removing & replacing existing
surface, new concrete curb and gutter, new
concrete sidewalk, French drainage system,
landscaping and sanitary sewers modifications,
$149,000
June 21, 1978
4
T & N Construction Company
$154,729.00
$174,000
60 Working Days
SOURCE OF FUNDS Community Development Funds - 3rd year
Form PW #389 6/76
78-475
11
L. kid
11�61
TABULATION OF BIDS
CUL:MCE. CU14MU1`1 /Ty T
Cu41J iT4 :'1 r=y, t/ICLvr !�
City Menayer4 City Clerk
Received by the Cal.-. t'—:w.. it_Ctuk City of Miami, Florida at Qo
FOR
✓�7T' i� � ��Q9C.. — /"'i;r
ram.
P. M. O^1 T E 2r" do r OF J�-►1vc_.
Bidder
%r 1. A./. C::.-,'il!::4 c a.
r. 7 c. C :-:X L
' M,4e'_:;<d ski/ . Cw
Licensed 3 Insured as Per City Code S Metro Ord.
YL= —t,
Yc_ 3
Bid Bond Amount
< , s�
- /T�
"-, -K-,
Irregularities
—
____
�••.
DESCRIPTION
TOTAL
TOTAL:
TOTAL:
J7 L /D : ! �-; z_ ;. F. F3tDg "4" 1'51.
/^4- , 7 ,./' .a
/,Q,7c 2 —
/c , GQ`-S'
AID " A " ,=I;vbpV '(-'-
/ I-, 7ZQ `;'"
/23. 6)072-
/412, 7/Z .rya' 7--
,31 D "p " 4.4.11>TGz tr g ::-:-:'yc..•:=,C
9' co C3j ''`'
4Q.Q f `=4-
`''
i
v
�_
.
"
IRREGULARITIES LEGEND
A — No Power -of -Attorney IT 15 RECOMMENDED THAT A G' Q&.lT' _. 9
a- Av /L L2 O 7Q 7 xi. C,Okle-r/21_;0771014
C - Corrected Extensions Q. //'I T 4E Lill/1Q'd,LJ7 '/4 7Z'? 'r4
O — Proposal Unsigned or improperly Signed. or No Corporate Seal
fir' //
ram''
F— r'r 1 f
(
!% '
G — Improper Bid Bond
H — Corrected Bid
1—
.r
.—
Prop. By: M.d.-."/
01111111
IIEVIII!!I10111111111l,IIIIIiiII
111
HiiII.IiOiIIiPIuIuiIPiP1i
Form PW #RORA 1/77
PIM
1 cif,
11111111
II
hill
iii
III
1111111111111