Loading...
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