Loading...
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