HomeMy WebLinkAboutR-85-0604J-gs-ss�
R98ULUT'IUN NO. 5> 604.
A RESOLUTION ACCEPTING THE BID OF M.E.`.
CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF
$1160587.00, BASE BID OF THE PROPOSAL' FOR
DINNER KEY = ELECTRICAL IMPROVEMENTS WITH
MONIES THEREFOR ALLOCATED FROM THE "DINNER
KEY MARINA - RENOVATION/EXPANSION" ACCOUNT IN
THE AMOUNT OF $1169587.00 TO COVER THE
CONTRACT COST; ALLOCATING FROM SAID FUND
THE AMOUNT OF $16,322.00 TO COVER THE COST
OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND
THE AMOUNT OF $22331.00 TO COVER THE COST OF
SUCH ITEMS AS ADVERTISING, TESTING
LABORATORIES, AND POSTAGE; ALLOCATING FROM
SAID FUND THE AMOUNT OF $760.00 TO COVER THE
INDIRECT COST; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received May 21, 1985 for DINNER
KEY - ELECTRICAL IMPROVEMENTS; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid received from M.E.T.
Construction, Inc. be accepted as the lowest responsible and
responsive bid; and
WHEREAS, the Capital Improvements Appropriation Ordinance
No. 9939, as amended, was adopted on December 20, 1984, and
monies are available for the proposed amount of the contract,
project expense, incidentals and indirect cost from the account
entitled "Dinner Key Marina - Renovation/Expansion" as set forth
under Sec. 3.B. Marinas .4 of said ordinance;
j
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The May 219 1985 bid of M.E.T. Construction,
Inc. in the proposed amount of $116,587.00 for the project
entitled DINNER KEY - ELECTRICAL IMPROVEMENTS base bid of the
proposal, is hereby accepted at the price stated therein.
Section 2. The amount of $116,58'1.00 is hereby allocated
from "Dinner Key Marina - Renovation/Expansion" account to cover
the cost of said contract.
CITY COMMISSION
MEETING OF
JUN Q13 1985
ESOIU110.4
EMANKS
sectioti J. The additional affiWit Of $16IJ22,00 is hereby
9110dated from the aforesaid fund to cover the cost of project
tXpebset
Section 4* The additional amount Of $2,331,00 is hereby
allocated from the aforesaid fund to cover the cost or such
incidental items as advertising, testing laboratoriest and
postage.
Section 5, The additional amount of $760.00 is hereby
allocated from the aforesaid fund to cover the indirect cost.
Section 6. The City Manager is hereby authorized to enter
into a contract on behalf of The City of Miami with M.E.T.
Construction, Inc. for DINNER KEY - ELECTRICAL IMPROVEMENTS base
bid of the proposal.
PASSED AND ADOPTED this-13-th. day of June 1985.
Maurice A. Ferre
M A Y 0 R
ATTEST:
0
5RAWPH G. ONGIEv CITY CoRic—
PREPARED AND APPROVED BY:
x 4",
ROBERT F. CLkRK�—
DEPUTY CITY ATTORNEY
APPROVED "TO FORM AND CORRECTNESS;
LUCID A. DOUG11ERTY'-'
CITY ATTORNEY
w 2 w
4
M
A
9
m
B
m
F
M
A,
BID SECURITY
OATS 6101 RIC91VgD May 21 1985 1100 A.M.
7'PE OF S E CtIU rf
TOTAL
AM DON'T
E.T. Constructionjnc.
)6 N. W. 54 Street
$106,700.00
$12,000
BB
Lami, Fl 33127
-
idres B. Infante
)91 S. W. 32 Street
iami, Fl 33165
$111,600.00
NONE
arson Electric, Inc.
3637 S. W. 105 Avenue
$112,816.00
5%
BB
iami, Fl 33157
rank J. Moran, Inc.
501 N. W. 29 Street
$143,900.00
5%
BB
iami, F1 33142
ndependent Contractors Corp
390 N. W. 60th Street
$144,000.00
'5%
BB
lami, F1 33166
am Construction Co.
51 N. W. 106 Street
$145,000.00
5%
BB
iami, F1 33150
unerior Electrical Contractors,Inc.
500 N. 1q. 79 Ave. Bay #13
$148,175.00
5%
BB
ialeah Gardens, F1
. N.M. Corp
780 N. W. 22 Avenue
$209,500.00
5%
BB
iami, F1
_ Uid No: 84-85-13
ADVERTISEMENT FOR BIDS
Sealed bids for DINNER KEY MARINA ELECTRICAL IMPRO 9MENU will
be received by the C' er__and the Cit rk o� the :'t Or
Miami, Florida, at _1:00 _a.m. a 21s:t.__da taf'fayi 1 _8 at
the City Clerkts Office, first floor of the Miatti 2 y all, 3S00
Pan American Drive, Dinner Key, Miami, Florida 33133, at which
tune and place they will be publicly opened and read.
The project consists of the construction of an electrical switch
rooin, and an underground duct bank at the Dinner Key Marina 8400
Pan American Drive.
The Engineer's estimate for this project is $120,000. New
requirements will allow the successful low bidder to submit a
performance bond in accordance with Resolution No. 84-423, and a
bid bond in accordance with Resolution No. 84-873•
For technical questions regarding the plans and specifications
please contact the Structures Section, Department of Public
Works, at (305)579-6865.
All bids shall be submitted in accordance with the Instructions
to Bidders and Specifications. Plans and specifications may be
obtained from the office of the Director, Department of Public
Works, 275 N.W. 2 Street, (4th floor), Miami, Florida, on or
after May 2, 1985 with a $20 deposit for each set. Deposits will -
be refunded only upon return of plans and specifications,
unmarked and in good condition, within two (2) weeks after the
opening of the bids.
Prospective bidders are alerted to the provisions of Ordinance
No. 9775 regarding allocation of contracts to minority vendors.
Those minority or target area contractors/small businesses
ft,
interested in submitting bids are advised to contact Contractors
~ri
Training & Development, Inc., 5800 N.W. 7 Avenue, Suite 212,
telephone (305) 754-4903 or Allied Black Contractors Association,
Inc., 5535 N.W. 7 Avenue, telephone (305) 758-45540 if they
require assistance in preparing their bid packages.
Proposal includes the time of performance, and specifications
contain provisions for liquidated damages for failure to complete
the work on time.
The City Commission reserves the right to waive any informality
in any bid, and the City M$er may reject any or all bids and
readvertise. (B-3202-A, Re q. I�M30 ,4113
S06;ergio Pereira
City Manager
Resolution attached
cot Alberto Ruder
3,c. (,D4
I
85-604.
r
LICITACION N0, 84- 85-73
AVISO DE LICITACION
Propuestas selladas para DINNER KEY MAR114A ELECTRICAL
IMPROVEMENTS seran recibidas por el Administrador y la Comisi6n de
la Ciudad de Miami, Florida, a mas tardar a las 11:00 a.m. el dia
21 de Mayo de 1985, en la Camara de Comis16nt primer piso,
ayuntamiento de Miami, 3500 Pan American Drive, Dinner Key, Miami,
Florida 33133, a cuya horn y en cuyo Lugar seran publicamente
abiertas y leidas.
El projecto coraprende la construcci6n de un cuarto de contrules y
de un banco de conductos subterraneos en la marina de Dinner Key,
3400 Pan American Drive.
El estimado de eonstruccio'n para este proyecto es de $120,000.
Nuevos requisitos permitiran el mejor postor presentar un bono de
cumplimiento de acuerdo con la Resoluci6n No. 84-423, y un bono de
licitaei6n de acuerdo con la Resoluc16n, No. 84-873.
Para preguntas tecnicas acerca de los planos y especificaciones
llame a la Secci6n de Estructuras, al (305) 579-6865.
Todas las licitaciones seran sometidas de acuerdo con las
Instrucciones a los Licitadores y las Especificaciones. Los
planos y especificacions podran obtenerse en la oficina del
j
Director de Obras Publicas, 275 N.W. 2 Street, (cuarto piso)
Miami, Florida, a partir del 2 de mayo de 1985 con $20 de
r
dep6sito. Estos dep6sitos seran devueltos unicamente si las
planos y las especificaciones son devueltos sin marcas y en buen
estado, dentro de un plazo de dos (2) semanas siguientes a la
apertura de las licitaciones.
Se avisa a los interesados de las provisiones de la Ordenanza No.
9775, la cual se refiere a la otorgacio'n de contratos a minorfas.
=;
Aquellos contratistas/pequeflos negociantes de minorfas o de zonas
objetivas que esten interesados en presentar sus propuestas pueden
f
comunicarse con el Contractors Traininb & Develupment, Inc. en el
5800 N.W. 7 Avenue, Suite 212, tel6fono 754-4903, o con Allied
Black Contractors Association, Inc., 6118 N.W. 'j Avenue, tel6fono
M.
758-4554, si requieren asistencia para preparar sus licitaciones.
4' y
Las propuestas incluyen el tiempo ue ejecuci6n, y las
_
especificaciones contienen provisos para daiios liquidados
t
incurridos por falta de completar el proyecto a tietapo.
r
k'
La Comisi6n de la Ciudad se reserva el derecho a descartar
cualquier inforwalidad en cualquier licitaci6n, y el Administrador
de la Ciudad puede rechazar cualquiera o todas las propuestas, y
reanunciar. (B-,);202-A, Req. 0684).
Sorgio Pereira
City Manager
85-604.
y
'
REQUISITION FOR ADVERTISEMENT
ThI§f UMbbl Mubt Appear
ir1 the dVii i'lltOM611t.
PT/DIV, } ., : , Y:y
0 6 8 A
ACCOUNT CODE w.
DATP- -
PHONE
APPROVED BY: '� � , . � �. � ::�
-tr j
PAEPARED BY
DIR CfiUI i OF ISSUING DEPARTMENT
Publish the attached advertisement --- - - times.
(number of tunes)
Type of advertisement: legal classified ` - display -
(Check One)
Size:
Starting date ( r2 u ;
First four words of advertisement:
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OF
LINE PUBLICATION ADVERTISEMENT INVOICE AMOUNT
0
A-1
B-2
C-3
D-4
E-5
F3 F4
LINE I TRANS
11 113
0 1 2 4
1 21314
5 2 10 1 C
F5
VOUCHER
1718 25
j
P
7 8 V P 1213 14 15
F7 F8
DUE DATE Adv. Doc. Reference
Y MM DD
39 42 145
2 0 2
DESCRIPTION
F9 I F10 I F11 I F12
INDEX C
ODE •: • --•
36164 DISCOUNT 69172 AMOUNT
Approved for Payment
White - Purchasing Green - Finance Pink- Department
}
it
CITY OP MIAM1. ILL-0410A
INTER-OltFICIC MEMOMANDWM
N
Honorable Mayor and B-3202-A
Members of the City bafiE: , �',tLE:
Commission DINNER KEY - ELECTRICAL
suerEcfi: IMPROVEMENTS
Resolution Awarding Contract
PROM! Sergio Pereir REFEftENGEs: (For Commission Meeting of
City Manager June 13, 1985)
ENCLOSURES:
The Department of Public Works has determined a
low bidder for the DINNER KEY - ELECTRICAL
IMPROVEMENTS. The proposed attached resolution
accepts the bid received May 21, 1985 of M.E.T.
Construction, Inc. in the amount of $116,587.00
and authorizes the City Manager to enter into a
contract on behalf of the City.
Bids were received May 21, 1985 for DINNER KEY - ELECTRICAL
IMPROVEMENTS. Proposed work on this project includes the
construction of a switching vault and a communications room along
with a bank of ducts to two transformer locations; and 3 phase
electric power to the dockmater's office.
As reflected in the tabulation of bids, the $116,587.00 bid of
M.E.T. Construciton Inc. is the lowest responsible bid for the base
bid of the proposal.
Funds have been allocated under the "Dinner Key Marina
Renovation/Expansion" account and monies are available for the
estimated amount of the contract, for project expense, for such
items as advertising, testing laboratories, and postage.
Twenty-one contractors picked up plans and specifications (minority
contractors: 9 hispanic, 1 black); 6 contractors submitted bids
(minority contractors: 1 hispanic, 0 black). The engineer's
estimate was $120,000.00.
_;0.41. DWC:EMP:az
t,
Resolution attached
cc; Alberto Ruder
RECOMMENDED BY: .
Adrien'lle M. MacBeth
Assistant to City
City Manager
1
4
RID AWARD PACT SHEET
For The City Managers
PROJECT NAME AND LOCATION DINNER KEY - ELECTRICAL
IMPROVEMENTS
3400 PAN AMERICAN DRIVE
PROJECT SCOPE The construction of a
switching vault and a
communications room along with
a bank of ducts to two
transformer locations; and 3
phase electric power to the
dockmaster's office.
ENGINEER ESTIMATED CONSTRUCTION COST $120,000
DATE BIDS RECEIVED May 219 1965
NUMBER OF BIDS RECEIVED
NAME OF LOW BIDDER
AMOUNT OF LOW BID
TOTAL FUNDS TO BE ALLOCATED
Contract: $116,587
Project Expense: 16,322
Incidentals: 2,331
Subtotal $135,240
Indirect Cost 760
Total $1360000
E.
M.E.T. Construction, Inc.
$116,587, the Base Bid
$106,700 plus Additive Item A
$9,887
LENGTH OF TIME ALLOWED FOR CONSTRUCTION 60 working days
SOURCE OF FUNDS
Ord. 9939 Sec. 3.B. Marinas .4
"Dinner Key Marina -
Renovation/Expansion" Account
0
n
DINNER KEY - ELECTRICAL IMPROVEMENTS
JOB NO. B-3202-A
CONTRACTOR'S FACT SHEET
I. M. E. T. Construction, Inc.
406 N.W. 54 St.
Miami, Florida 33127 Phone: (305) 757-9504
11. Principals: Major E. Threlkeld, President
Betty Jo Threlkeldl Seer etar y/ Treasurer
1116 Contractor is properly licensed and insured
IV.
Subcontractor: None required
V.
Experience: 8 years
Hose Drying Towers (2nd Bidding)
$ 21,500
Hose Tower - Fire Station No. 12
24,000
African Square Recreation Building
Modifications
147,661
Miami Springs Golf Course -
Irrigation System
30,887
Orange Bowl - Weswt End Zone Bleachers
37,867
City of Miami/University of Miami
James L. Knight International Center
-
Entrance Canopy
102,474
Vi.
Not a minority contractor
VII.
251 advertisements mailed out by regular mail
21 contractors picked up plans and specifications
(minority contractors: 9 Hispanic
1 Black)
6 contractors submitted bids
(minority contractors: 1 Hispanic
0 Black)
May
28f 1985
TABULATION OF BIDS FOR
*„
DI IAI E"/E'
Goy Manage" Etty-C4-4,
A. M.
Reeds—d by the Elrr-tv
mt+•rne,., City Clo,k, City al Miami,
Fonda n,
b1G
211enSo�, J
Licensed 6 Insured os Per City Code 5 Metro O,d.
�QS
GAS
e-5
Bid
Irrepul nntes
Itrm
DESCRIPTION
U-i
Total
U—t
Total
Unu
Total
Unit
Total
Ono
Price
Total
Unit
Price,
Tarot
No.
Pace
P,.,.
Pnce
Price
Z
o
00
2a*aca
/i.�.
0
28
oc'a'
/ cy
n /
�,7oc/a/ f c°nr5 r
o
20
O'
D
--
q RJR
IRREGULARITIES LEGEND
A _ No Po..e,-ol- Attorney
IT IS RECOIlMMEN11DEp THAT T Nj
DISTRIBUTION:
B _ Na W.d.-t as io Cop,tol 6 Surplus o1 Bonding Company
r 6 1 1 lli 1 � 7>'0, +
� ��f.,lr ['Y,c l �•'_
C - Co,rected E.te—ons--
/'
0 - Proposol Unsigned or improperly Signed or No Corporate Seal
E - arreC4,-id 84ric fjr!
—�
BID
I
G _ Imp:op er Bid Bond _
t. ---__et sLs.✓V .S ZZ'��3r
84 5�
H _ Corrected Bid
I _
JOB no.
Prep. or: G
110
G
K&t
TABULATION OF BIDS FOR
D INiV l<C " Y 11VIP, 'O V:�WIE-N T.S
City Manager, 4&4y-Q 1t A. M.
Recai.ed by the Cj+- C—� City CIe,k, City ul Mim' Florida at �Cu R-�iM. �QL Z�
OtJder PJDA.�
a Z.
Licensed 6 Insured as Per City Code S. Matto Ord.
-
Irrnqulnrnies
—
Ilrm
No.
DESCRIPTION
Unil
Paco
Total
U-1
Pr Ce
Total
Unit
Price
Total
Unit
Pnce
Total
Unit
Price
Total
Unit
Prig
Torok
737
rJ / Z
�fo
— -
5
2
o e
1
IRREGULARITIES LEGEND
A _ No Pawr.-al. Arierney
B _ No AfLdo.,t as to Cop.tol 6 Surplus of Bonding Company
C _ Corrected E.tenuons
D _ Proposal Unsigned or improperly Signed or No Corporate Seal
E -
F
G _ Improper Bid Bond ..
H _ Corrected Bid
1 t
Prep. B CI&
IT IS RECOMMENDED THAT
-
_�_.�
DISTRIBUTION:
BID' i
8��/ •�
p r'
L