HomeMy WebLinkAboutR-77-0811RESoLU IOt3 do n ' 8 1 1
A ESOLUTIOU ACCEPTING THE BID OF GASTON LANDSCAPItdC
•
CG.1 IWC b•I.i THE PROPOSED AMOUNT OF S57,150 FOR THE
AtLAPATTAH C.D. PAVING PROJECT PHASE II AND ALLAPATTAH
SANIITARY SEWER I4ODIFICATIONS PHA::E. II 1977 BID "Ctf
LANDSCAPING; ALLOCATING THE AMOUNT OF $57,150 FROM
THE ACCOUNT ENTITLED "HIGHWAY G.O. BOND FUNDS" TO
COVER THE CONTRACT COST; ALLOCATING FROM SAID ACCOUNT
THE AMOUNT OF 6, 286 TO COVER THE COST OF PROJECT
EXPENSE; ALLOCATING FROM SAID ACCOUNT THE; AMOUNT OF
.$1,1413 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING
:TESTING LABORATORIES, POSTAGE: AND AUTHORIZING THE
CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received September 30, 1977
for ALLAPATTAH C.D. PAVING PROJECT PHASE I I MU) ALLAPATTAH SANITARY
SEWER 19ODIFICATION> PHASE II 1977 BID t o LANDSCAPING; and
WHEREAS, the Cite; Manager reports that the fi57,150 bid
of GASTON LANDSCAPING CO., INC. is the lowest responsible bid and
recommends that a Contract be awarded to said firm, and
WHEREAS, funds are available for allocation from the
account entitled ►►Hirhway G. O. Bond Funds" for the estimated
amount of the Contract, for Project ct Expense, and for such i.te
as Advertising, Testing Laboratorie , Postage:
NOW, THEREFORE, Pr IT RESOLVED BY THE .COMMIS
CITY OF MIAIM, FLORIDA:
Section 1. That the September 30, 1977 bid of Gaston
Landscaping Co., Inc. in the proposed amount of $57,150 for the
►,roject entitled ALLAPATTAH C.D. PAVING PROJECT PHASE II AND
ALLAPATTAH SANITARY SEWER MODIFICATIONS PHASE II 1977 BID "C"
LANDSCAPING, namely Fid "C" of the proposal, based on�it.prices
"DOCUMENT I.NDEX
1.3 hereby accented at the price stated therein.
ITEM NO.
Section 2. That the amount of $57,150 be, and it is
Thereby, allocated from the account entitled "Highway G. O. Bond
Funds" to cover the proposed cost of the Contract.
Sects on 3. That the amount of $6 , 286 be, and it is
hereby, allocated from the aforesaid account to cover the cost of
Project Expense which includes enrineering, surveys and inspection
work performed by City Force;i,
fl
C„ ITY COMMISSION
MEETING OF
OCT; 31077
REVOLUTION NO .., 7..-.. ..I
Seddon 44 That the al ouht of t15143 be; and it id
hereb,y3 allocated from the aforesaid account tolover the cost
such items as Advertising, Testing Laboratories; Postage,
Section 5. That the City Manager is hereby authorized to
enter into a Contract on behalf of The City of Miami with Gaston
Landscaping Co" for the ALLAPATTAH C.D. PAVING PROJECT PHASE II AND
ALLAPATTAH SANITARY SEWER iMODIFICATIONS PHASE II 1977 BID "C" LAND-
SCAPING,
PASSED AND ADOPTED THIS 18 day of
1977.
TTFST
-
City Clerk
PREPARED AN APPROVED B:' .
j 1 t tt.)rn
I:flR:4 ('n{:RHCTNE S:
October
Maurice A. Ferre
MAYOR
Joseph R. Grassie.
City Manager
William E4 Parkes
Director
Department of Public Vicrj
Y tiff
October 13, 1977
B-4421
B-5438
ALLAPATTAH C.D, PAVING PROJECT
PHASE II AND ALLAPATTAH SANITARY
SEWER MODIFICATIOiiS PHASE II
i.977 BID "C" LANDSCAPING
Rids were received September 30, 1977 to provide and plant
,iVe Oak, P4ahogany, Tamarind) Royal Poinciana trees in
derSignated planters: Trees shall be guaranteed for one
year.
As reflected in the tabulation of bids, the $57,150 bid
'of Gaston Landscaping Co., Inc. is the lowest responsible
bid for Bid "C" of the Proposal, based on unit prices,
THE DEPARTMENT OF PUBLIC WORKS RECOMMENDS ADOPTION OFF THE
RE::OLU'TI>>IJ AWARDING THE ID RECEIVED :. .`•TIE:IR+ D 30,19 7 7
OF �C I'E AMOUNT OF $57 1
�A;_'� .: LA::P, A:=I ;�, •.,, . , INC.III I Id _, :1{, � !
0
FROM
t ACCOUNT
.T ENTITLED "HIGHWAY G.O. BONDFUNDS" TO
S�1lJ �'1 s31^i•_. Ii LJ .J Utl 1- L., lV +* •�J . , '
COVER THE CONTRACT COST; ALLOCATING FROMSAID ACCOUNT
THE AMOUNT OF 16, 28E TO COVER THE COST OF PROJECT EXPENSE;
ALLOATI::r FROM SAID ACCOUNT THE AMOUNT OF $1,143 TO COVER
THE C,.)2i OF SUCH ITEMS AS ADVERTISING, TE
STING LAB(1Rt+1QRIES,
OST ♦ T ZT T CITY MANAGER 1 l: +,
:POSTAGE; AND AUTHORIZING THE .��.,..AGL-_{� TO EXECUTE A CONTRACT
WITH SAID FI I= I4 .
Joseph R. Grassie
City Manager
t ' A .,, z i;) '
j -'
' William I. Parkes
Director
Department of Public Works,
r
��• . 11 t
c?? OCt pt_i 3
•
October 1?, 1977
B=.4u21
B-5438
ALLAPATTAH C.D. PAVING PROJECT
PHASE II AND ALLAPATTAH SAKI TAFI
SEWER MODIFICATIONS PHASE II
1977 BID ItCit LANDSCAPING
„?ds t•rere received September 30, 1977 to provide and plant
Lave Oak, Mahogany Tamarind, Royal Poinciana trees in
designated planters. Trees shall be guaranteed for one
year.
As reflected in the tabulation of bids, the $57,150 bid
of Gaston Landscaping Co., Inc. is the lowest responsible
bid for Bid "C" of the Proposal, based on unit prices.
THE DEPARTI4EN" OF PUBLIC WORK:':,WORK:':,REC, ii1E NDS ADOPTION OF THE
RE O UTIt)U A WARDI J THE BID RECEIVED ._EPTy.:..:BFE 7o, 19777
OF A _ Ltt:'iD API.IG . , INC. INTHE A: cuu T OF $57 , 15'0
FEO:1
THE
ACCOUNT
NTI _,-) "HIGHWAY G.U. BOND FUNDS" TO
COVER
TEE
CONTRACT COST;
ALLOCATING FR. SAID ACCOUNT
COUI
THE A:•10°:T OF!r,236 TO COVER THE Cr.;ST OF PR0.TE,f EX
PHNSN;
ALLOCATING FRO!• .7ATD ACCOUNT THE A?".:`AUNT OF $1,143 TO COVER
.THE COST: SUCH ITEM S ADVERTISING, TESTING LABORATORIES,
it �' •� _ .L i�,11._ AS � EXECUTE
tt
;, r� . ,T + CITY
1t GE] tilO EXECUTE
POSTAGE; AND A���`i�}I��RI:ai:d�, .Iit� t i� .a1.;A�xt.I, � .,, it. A CONTRACT
WITH SAID FIRM.
mv_
mkt—
f' ID "C" Landscaping
P, ostc NAME
r3Ib AtFARD PACT SHEET
For The City Manager
Allapattah C.D. Paving; Project Phase II and
Allapattah Sanitary Sewer Modifications Phase II 1977
PROJECT SCOPE Provide and plant Live Oak, Mahogany, Tamarind, Royal
Poinciana trees in designated planters. Trees shall
be guaranteed for 1 year.
Location: On N. W. 28 Street between N. W. 22 Avenue
and N. W. 27 Avenue.
ESTIMATED
CONSTRUCTION
COST $44,000,
DATE BIDS
RECEIVED SePteMber 30
NUMBER OF
BIDS RECEIVED
NAME OF LOW
BIDDER Gaston Landscaping,.(
AMOUNT OF
LOW 3ID
*57,150.00
TOTAL FUNDS TO
BE ALLOCATED 164,579,00,
L
. N Tt. F T :iE
ALLOWED FOR
CONSTRUCTION
w orkinp
SOURCE OF F'JNDS ;iirhw y G.O. Bond.
Fv-71 ?W ? 389 6/'7
Bidder
Lic•nsed B. Insured os Per Crty Ccds & Metro Ord.
Bid Bond Amount
Irregularities
•
TABULATION OF BIDS FOR
•
City Manager, City Clerk
by the £...ey-C zyCti, City of Miami, Florida at Zia-) P. M.
7
HC4r.:, J
e
3
DESCRIPTION
TOTAL
• 1 • •
A
•••-•
- -
- • -
R —
TOTAL TOTAL
TOTAL
•-• • 71- !
r- v
C. I
'
I 7 „
A
-753.
•
• . •
•
IRREGULARITIES LEGEND
A - No Power -of- Attorney
B - No Aff.cto.it as to Capitol S Surplus of Bonding Company
C - Corrected E vlenvons
D - Proposal Unsigned or improperly S.gnel or No Corporate Seal
E -
F -
G - Improper Bid Bond
H - Corrected Bid
-
Prep. Bv:14 •
F1.).1..rn 1 s3CA 1/77
I 1. 0111,11 11.11111MS,P.OMMItIRM
IT IS RECOMMENDED THAT
7-D IA: f IT as- t 2 &53.,?"--D7.75
2,fo'A " EiDE-2:; -74•-.-7--)f,
2
- Et D 7 7- 1 I 9
irj-1-44:= 4f:In7).,T 4 E- 7 ; _
r ; 7-0r) f
• -- " r-• " •
r
,
•-• a:.•t. Z."
. ,
11111:11"111111
Jc »0
- •='• 4 i
c -.-
• „,...." ,
, •
. ,.„
1
■
Sept. 30, 1.77
ITEM Allapattah Community Dev. Paving Proj PLoise r� 3tC; RECEIV
a`f d Allapa Ltdli �aii Sew ' ' , 'e 11 191 /
Public Works
BIDDER
TYPE OF SECURITY
AMOUNT
FOR
ACCOUNTING
USE
Gaston Landscape Company Inc.
$57,150.00 BB 107
4801 SW 141st Ave.
Miramar Fla 33027
Persant Const. Co. Inc.
B $80,345.60 BB 57
7175 SW 8th St. Suite 209
Miami, Florida 33144
Marks Brothers Co Inc. A $199,555.40
609.00
1313 N.W. 97 Ave. D 5,634.00
BB 5%
Miami,Florida 33126
PNM Corp
195,553.50 BB 57
3446 SW 8th St
72,754.25
Miami,Florida
Williams Paving Co. Inc.
A 202,974.00 BB 5%
7001 N W. 84th Ave.
91,005.00
Miami,Florida 33166
W.R. Cooper Inc.
72,853.50
10570 SW 184 Terr
6,270.00 BB $4,100.00
Miami,Florida
Dick Morton Inc. '
- Box 969
�1
84,188.20
5 ,-063.44
BB 5%
Homestead, Florida 33030
Joe Reinertson Equip Co.
D 4,780.00 BB 5%
= F Box 1104 Buena Vista Sta
Miami,Florida 33137
1
1
Received the gbpve d 0—scribed checks .this
day of 19
FOR ACCOUNTING DlvIS►Ora
Ikmw
CITY OF MIAMI, FLORIDA
REQUISITION FOR
ADVERTISENIF.NT FOR BIDS
'7 r
{
L
j` DEPTIDIV
M ACCOUNT CODE :,'':-o i. "7 _ ini, :I `'
Q BID NO. ' -77--1.1) DATE "/ 1/7;-
01 PREPARED BY J '! ' 3'1' PHONE _ —._
Z
QUANTITY REPRESENTS DEPARTMENT
REQUIREMENTS FOR MONTHS
PuL._:` r
City\.
City of C•.liarcii. •
CODE
d
ITEM DESCRIPTION
`.� �. 7 M f •' j r, I . 'Y :1 . 3i.i
7_• — „' 77
TOTAL
ESTIMATED COST :
CONTRACTUAL:
INCIDENTAL :
TOTAL
SOURCE OF FUNDS :
$
.$
'
$ •4, •
7'o filled in by
EXPENDITURE CONTROL:
QUANTITY
AMT.
APPROVED BY
BIDS TO BE SECURED FOR
FOR THE DEPARTMENT OF:
ADVERTISE ON
BIDS TO BE RECEIVED ON
„:: L: f • DIRECTOR OF ISSUING DEPARTMENT
_i• •1ia-+ .t' .1'1'�: -A ��3i.._.:i_ ._ .t' .' eV'.'i i`'i' 1} - r!'_•..
FUNDS AVAILABLE FOR PROJECT INVOLVED
PROJECT CODE 307d/ p
EXPENDITURE CONTROLLER
AD CODE 3T/i'°/ f
r.OP!! 57'0: Purchasing (Org.) — City Manager — City Clerk —Expenditure Control — Issuing Department — Otber Affected Department
F oRM NO tb43 - REVWHITE GREEN PINK CANARY BLUE GOLDENROD