Loading...
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