Loading...
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 �/ ��...�■�.