HomeMy WebLinkAboutR-85-0256J-B5-211
RESOLUTION NO. 55-25C,
A RESOLUTION ACCEPTING THE BID OF MIRI
CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF
$1439969.22, BID "B" OF THE PROPOSAL, FOR
ALLAPATTAH INDUSTRIAL AREA HIGHWAY
IMPROVEMENT - PHASE II WITH MONIES THEREFOR
ALLOCATED FROM THE "ALLAPATTAH INDUSTRIAL
AREA STREET IMPROVEMENTS PHASE II" ACCOUNT IN
THE AMOUNT OF $143,969.22 TO COVER THE
CONTRACT COST; ALLOCATING FROM SAID FUND THE
AMOUNT OF $20,155.78 TO COVER THE COST OF
PROJECT EXPENSE; ALLOCATING FROM SAID FUND
THE AMOUNT OF $2,880.00 TO COVER THE COST OF
SUCH ITEMS AS ADVERTISING, TESTING
LABORATORIES, AND POSTAGE; ALLOCATING FROM
SAID FUND THE AMOUNT OF $8 35 .00 TO COVER THE
INDIRECT COST; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM;
AND DIRECTING THE CITY CLERK TO PUBLISH A
NOTICE OF PUBLIC HEARING FOR OBJECTIONS TO
THE ACCEPTANCE BY THE CITY COMMISSION OF THE
COMPLETED CONSTRUCTION BY MIRI CONSTRUCTION,
INC. OF ALLAPATTAH INDUSTRIAL AREA HIGHWAY
IMPROVEMENT - PHASE II BID "B" UPON
SATISFACTORY COMPLETION OF SAID CONSTRUCTION;
SAID NOTICE TO BE PUBLISHED IN COMPLIANCE
WITH THE PROVISIONS OF RESOLUTION NO. 84-45,
ADOPTED JANUARY 19, 1984, CONCERNING THE
PUBLICATION OF CITY NOTICES.
WHEREAS, sealed bids were received February 14, 1985 for
ALLAPATTAH INDUSTRIAL AREA HIGHWAY IMPROVEMENT - PHASE II
BID "B" ; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid received from Miri
Construction, Inc. be accepted as the lowest responsible and
responsive bid; and
r 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 "Allapattah Industrial Area Street Improvements Phase
II" as set forth under Section 4. A. Street Improvements. 12 of
said ordinance; and
WHEREAS, the City Charter requires the publication of a
notice of public hearing for objections by persons interested in
or affected by said improvement as to the acceptance thereof by
the Commission upon satisfactory completion of said improvement;
CITY COM.MISISg OI N
MEETING OF
MAR 21 19$5
RESQLUT101% No.
r
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The February 14, 1985 bid of Miri Construction,
Inc. in the proposed amount of $143,969.22 for the project
entitled ALLAPATTAH INDUSTRIAL AREA HIGHWAY IMPROVEMENT - PHASE
II BID "B" of the proposal, based on unit prices, is hereby
accepted at the price stated therein.
Section 2. The amount of $143,969.22 is hereby allocated
from the account entitled "Allapattah Industrial Area Street
Improvements Phase II" to cover the cost of said contract.
Section 3. The additional amount of $20,155.78 is hereby
allocated from the aforesaid fund to cover the cost of project
expense.
Section 4. The additional amount of $2,880.00 is hereby
allocated from the aforesaid fund to cover the cost of such
incidental items as advertising, testing laboratories, and
postage.
Section 5. The additional amount of $835.00 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 Miri
Construction Inc. for ALLAPATTAH INDUSTRIAL AREA HIGHWAY
IMPROVEMENT - PHASE II BID "B" of the proposal.
Section 7. Subject to a report by the City Manager stating
that Miri Construction, Inc. has satisfactorily completed the
construction of improvements designated as ALLAPATTAH INDUSTRIAL
AREA HIGHWAY IMPROVEMENT - PHASE II, the City Clerk is hereby
directed to publish a notice in a newspaper published in the City
of Miami, Florida, stating that at a meeting of the City
Commission to be held at a certain day and hour to be determined
by the City Clerk, the Commission will hold a public hearing to
any objections by persons interested in or affected by City
Commission acceptance of the completed construction of ALLAPATTAH
INDUSTRIAL AREA HIGHWAY IMPROVEMENT - PHASE II BID "B".
- 2 -
0.
4r
Section 8. The notice directed to be published in Section 7
of this resolution shall be published in compliance with the
provisions of Resolution No. 84-45, adopted January 199 19849
concerning the publication of City notloea^
day o� , 1985^
PASSED AND &nopTso this 2�t�_-
ATTEST:
n= G^ ...^-,
r8s98OED AND K9PRoV8n BY;
4R�ERAF-jCLARK
Maur i-ce A. Ferre
CORRECTNESS:
LUCI CUTG H E
CIA A. UDOUUMM Y
CITY ATTORNEY
-3-
1
CITY OF MIAMI. FLORIDA
16 INTER -OFFICE _MEMORANDUM
Randolph To. B. Rosencrantz "ebruary 21, 1985 B-4495
City Manager DATE: FILE:
SU13JECT: ALLAPATTAH INDUSTRIAL AREA
H1Gh11AY !IMPROVEMENT - PHASE II
(BID "B" )
FROM Resolution Awarding Contract
REFERENCES:
Do ald W. Cather ENCLOSURE�For Commission Meeting of
Director of Public Works 'March 14, 1985)
The Department of Public Works has determined a
low bidder for the ALLAPATTAH INDUSTRIAL AREA
HIGHWAY IMPROVEMENT - PHASE II BID "B" . The
proposed attached resolution accepts the bid
received February 149 1985 of Miri
Construction, Inc. in the amount of $143,969.22
and authorizes the City Manager to enter into a
contract on behalf of the City.
Bids were received January 22, 1985 for ALLAPATTAH INDUSTRIAL AREA
HIGHWAY IMPROVEMENT - PHASE II BID "B".
As reflected in the tabulation of bids, the $143,969.22 bid of Miri
Construction, Inc. is the lowest responsible bid for the bid "B" of
the proposal.
a Funds have been allocated under the "Allapattah Industrial Area
Street Improvements Phase II" 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-eight contractors picked up plans and specifications
(minority contractors: 10 hispanic, 4 black); 5 contractors
-` submitted bids (minority contractors: 4 hispanic, 0 blacks). The
engineer's estimate was $150,000.00.
EMP:az
RECOMMENDED BY:
Adrienne 14. MacBeth
Assistant to City
City Manager
Resolution attached
cc: Alberto Ruder
85--25f "
ALLAPATTAH INDUSTRIAL AREA HIGHWAY IMPROVEMENT - PHASE II
BID "B"
JOB NO. B-4495
CONTRACTOR'S FACT SHEET
I. Miri Construction, Inc.
7340 S.W. 121 Street
Miami, Florida 33156 Phone: (305) 233-5266
II. Principals: Dionisio Suarez - President
Miriam Suarez - Secretary
III. Contractor is properly licensed and insured
IV. Subcontractor: None
V. Experience:
Miami buena
Vista
Park
$ 2777750
Culmer C.D.
Buena
Paving
Pro,7'. Ph -III Bid "A"
"C"
147,600
Vista
C.D.
S.S. Plod. Ph -III Bid
25,240
Buena Vista
C.D.
Paving Proj. Ph -VI
354,157
Western Drainage
770,000
VI. A minority contractor (Hispanic)
VII. 215 advertisements mailed out by regular mail
28 contractors picked up plans and specifications
(minority contractors: 10 Hispanic
4 Black)
5 contractors submitted bids
(minority contractors: 4 Hispanic
0 Black)
February 20, 1985
C
BID AWARD FACT SHEET
For The City Manager
PROJECT NAME - ALLAPATTAH INDUSTRIAL AREA HIGHWAY IMPROVEMENT -
PHASE Ii, B-4495, BID "B"
PROJECT SCOPE - Rebuild 0.3 mile of N.W. 10 Avenue between 20 and
23 Streets. Improvements will include concrete
sidewalk, concrete curb & gutter, asphaltic
pavement and storm sewer modifications.
ENGINEER ESTIMATED CONSTRUCTION COST - $150,000.00
DATE BIDS RECEIVED - FEBRUARY 14, 1985
NUMBER OF BIDS RECEIVED - FIVE (5)
NAME OF LOW BIDDER - IMIRI CONSTRUCTION INC.
AMOUNT OF LOW BID - $ 143,969 .22
TOTAL FUNDS TO BE ALLOCATED
Contract:
$143,969.22
Project Expense:
20,155.78
Incidentals:
2,880.00
Subtotal:
$167,005.00
Indirect Cost:
835.00
Total $167,840.00
LENGTH OF TIME ALLOWED FOR CONSTRUCTION -SIXTY (60) WORKING DAYS
SOURCE OF FUNDS - HIGHWAY AND STORM SEWER GENERAL OBLIGATION BOND
FUNDS, CAPITAL APPROPRIATION ORDINANCE N0.9939,
4.A. Street Improvements. 12 "Allapattah Industrial
Area Street Improvements Phase II" account.
Form PW # 38 9 1 /8 1
Prepared by: D.C. Brenner
2-15-85
8 ]'"' 256
TABULATION OF BIDS, FOR
4ZO 16, 111 ffkH
City kqo"pq." Giv, G—A. M..
Q—e—d by the COY C---ion, C-ry CIl'S,, C*ItY of tcnn,i, Florida at
El—v li�z- &�,41ZCM 41/f1V
— L--1 1--rd -s Per C-ly Code Mef- Ord.
V AE 5 YE 5 5
5110
-- 5 t"
0/.,
C, //
C, Ar,
C, A/
C,
Un't
TotalTotal
Price Unit
Unit
Price
Total
Una
Price
Total
Urtif
P,.C�
Total
Unit
7-0 7,4 /- 9 TO 7.4Z 17,� .0
1'4
4-60
4; 716.
No!93744
"cl r-:100 lvor,�,
0 "A ' ;-0 rA 4 OA- / 7.!=�,4 1.4 1 .5.D
go
//99
274,37
jfg, 14W-I-.-36
3,,.4,
1411. /0
2 55,1 Z2 2.
IL> Iz? " TOTAL OF 17-,EA f6 6 ct lhr,64
141
9,; 15� 22
165,
75-1. 16'
gq,
to 2 -)9.9
177,
1 0/. WO
'C f 7-0 7-A of rENDS 6-6 /0G
V5 7. Az
72
96,17795.21
4/9,
laG .
AG
1ponk 'wW-6?.V5)
IPPr(;I.JLARITIE5 LEGEND
DISTRIBUTION:
A No P.---.F. As,o—ry
O/C17
—
n - No Affid—t as a Cop,tol & S-j,pl.s of Banding Company
z yLz?uh-A c Wo chS /h-71
C - C.—ci-,l E.i"s,.-,
0 Ploposol Unsigned imprcperly Siq-4 No Corporate Seat
r- F
6.
. or or
Td -117& A41121 6-0,V'5r. INC. ---
E -
1-,- 22E3 I D
7 1h e z P-,: 2
64- 5
6
-v-
f---1. ,00 --q.
pf.p. By.
EL2
- m
BID SECURITY
n Allapattah Industrial Area Highway Impr. Ph II Will iloistECEIn D�Febbruar�y 14, 1985 11:OOam
84-85-41 -
aIDDER
TYPE OF SECURITY
TOTAL
P.N.M. Corporation
A $1,114,198.80
3780 N. W. 22 Avenue
B $145,743.22
Miami, F1 33142
C $63,345.42
5%
BB
MIRI Construction, Inc.
A $1,125,655.30
7340 S. W. 121 Street
B $143,969.22
Miami, Fl 33156
C $66,457.92
5%
BB
Garcia Allen Const. Co
A $1,139,274.37
P. 0. Box 876
B $165,751.18
Miami, F1 33144
C $72,436.00
5%
BB
F.R.E. Construction Co., Inc.
A $1,248,446.65
6767 N.W. 74 Avenue
B $188,029.93
Miami, F1 33166
C $86,795.21
5%
BB
Joe Reinertson Equipment Co.
A $1,255.782.20
2027 N. W. 7 Avenue
Miami, F1
5%
BB
Homestead Paving
A $1,367,611.10
14550 Mabel Street
B $177,101.40
5%
BB
Naranja, Fl 33032
C $71,283.10
NO BID:
Briscoe Maphis,
��cchr� fkc s&crO 190(v1k.1 stocks this icy �/ ��...�■�.