HomeMy WebLinkAboutR-82-0789RESOLUTION NO. 8 w- 7 8 9
A RESOLUTION ACCEPTING THE BID OF
MET CONSTRUCTION, INC. IN THE
PROPOSED AMOUNT OF $18,600 ,BASE BID
OF THE PROPOSAL, FOR 14IAMARINA AND WATSON
ISLAND - SAFETY IMPROVEMENTS; WITH MONIES
THEREFOR ALLOCATED FROM THE ACCOUNT
ENTITLED "MIAt9ARINA AND WATSON ISLAND
MARINAS - MAJOR MAINTENANCE" IN
THE AMOUNT OF $18,600 TO COVER THE
CONTRACT COST; ALLOCATING FROM SAID
FUND THE AMOUNT OF $2,418 TO COVER
THE COST OF PROJECT EXPENSE; ALLOCATING
FROM SAID FUND THE AMOUNT OF $372
TO COVER THE COST OF SUCH ITEMS AS
ADVERTISING, TESTING LABORATORIES, AND
POSTAGE; AND AUTHORIZING THE CITY MANAGER
TO EXECUTE A CONTRACT WITH SAID FIRM
WHEREAS, sealed bids were received August 24, 1982
for MIAMARINA AND WATSON ISLAND - SAFETY IMPROVEMENTS; and
WHEREAS, the City Manager reports that the bid
of MET Construction, Inc., for the base bid of the
proposal, is the lowest responsible bid, and recommends that
a contract be awarded to said firm; and
WHEREAS, the Capital Improvements Appropriation
Ordinance No. 9353, as amended, was adopted on November 19,
1981, and monies are available for the proposed amount of
the contract, project expense, and incidentals from the
account entitled "Miamarina and Watson Island Marinas -
Major Maintenance", as set forth under Section IX.c.ii.8
of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF
THE CITY OF MIAMI, FLORIDA:
Section 1. The August 24, 1982 bid of MET
Construction, Inc., in the proposed amount of $18,600
for the project entitled MIAMARINA AND WATSON ISLAND -
SAFETY IMPROVEMENTS, for the base bid of the proposal, based
on lump sum prices, is hereby accepted at the price stated
therein.
CITY COMMMS ON
MEMNG OF
SEP9 1�32
FANU ab "0 ........'..,-. 7 y
Section 2. The amount of $18,600 is hereby
allocated from the account entitled "Iliamarina and Watson
Island Marinas - Major Maintenance" to cover the
cost of said contract.
Section 3. The additional amount of $2,418
is hereby allocated from the aforesaid fund to cover the
cost of project expense.
Section 4. The additional amount of $372
is hereby allocated from the aforesaid fund to cover the
cost of such incidental items as advertising, testing
laboratories, and postage.
Section 5. The City Manager is hereby authorized
to enter into a contract on behalf of The City of Miami
with MET Construction, Inc.
for MIAMARINA
AND WATSON ISLAND - SAFETY IMPROVEMENTS, base bid of the
proposal.
PASSED AND ADOPTED this 9TH
1982.
ATTEST:
,O Q
Cit Clerk
PREPARED AND APPROVED BY:
it e44t 1,
Deputy City Attorney
APPROVED AS TO FORM AND CORRECTNESS:
#yAttorney
day of SEPTEMBER
MAURICE A. FERRE
M A Y O R '
- 2 -
82-789
E
Howard V. Gary
City Manager
August 23, 1982 B-2850
PIIAMARINA AND WATSON ISLAND
SAFETY IMPROVEMENTS -
Resolution Awarding Contract
Donald W. Cather (For Commission Meeting
D,„xector of PAalplic Storks of September "9, 1982)
The Department of Public Works recommends
adoption of the resolution accepting the
bid received August 24, 1982 of
MET Construction, Inc. in the amount
of $18,600; and authorizing the City
Manager to enter into a contract on
behalf of the City of Miami for MIAMARINA
AND WATSON ISLAND - SAFETY IMPROVEMENTS.
Bids were received August 24, 1982 for furnishing and install-
ing fire safety equipment including alarm stations and hose
cabinets.
As reflected in the tabulation of bids, the $13,600 bid of
MET Construction, Inc. . is the lowest responsi!)le
bid for the base bid of the proposal.
Funds have been allocated under the "Miamarina and Watson
Island Marinas - Major Maintenance" account for the estimated
amount of the contract, for project expense, for such items
as advertising, testing laboratories, and postage.
Five contractors picked up plans and specifications; one
contractor submitted bids. The engineer's estimate was
$35,000.
,r-
82-789
Wit:?'
i
U
Too
Howard V. Gary
City Manager
Donald 11. Cather
D' ector of 1'c Works
August 23, 1982 _ B-2850
IIIAMARINA AND WATSON ISLAND -
SAFETY IMPROVEMENTS -
Resolution Awarding Contract
(For Commission Meeting
of September 9, 1982)
The Department of Public Works recommends
adoption of the resolution accepting the
bid received August 24, 1982 of
MET Construction, Inc. in the amount
of $18,600; and authorizing the City
Manager to enter into a contract on
behalf of the City of Miami for MIA:IARINA
AND WATSON ISLAND - SAFETY IMPROVEMENTS.
Bids were received August 24, 1982 for furnishing and install-
ing fire safety equipment including alarm stations and hose
cabinets.
As reflected in the tabulation of bids, the $13,600 bid of
MET Construction, Inc. is the lowest responsihle
bid for the base bid of the proposal.
Funds have been allocated under the "Miamarina and Watson
Island Marinas - Major Maintenance" account for the estimated
amount of the contract, for project expense, for such items
as advertising, testing laboratories, and postage.
Five contractors picked up plans and specifications; one
contractor submitted bids. The engineer's estimate was
$35,000.
EMP:hc
Resolution attached
$2-789
rA
AIK
BID AWARD FACT SHEET
- ,8-2850
For The City Diana.�`
:;
fliamarina•and Watson -Island - Safety
Improvements
Miamarina - Port Boulevard and Biscayne Bay
Watson Island - on Mac Arthur Causeway
PROJECT SCO?-T
Installing five alarm stations and hose
cabinets with hose also relocating valves
to make them more acessable.
=�r'l .1 wJ2
35 000
Da'i' BIDS '?� "I' �D August 24, 1982
ITUI1IBF.R OF BIDS RECET' 7,D One
Ni i?E OF LO`rJ BIDDE" MET Construction, Inc.
AMOUNT OF L0.•1 pID $18,600.00
TCTAL FUNDS TO BE FLLOCy^ED
Cc t18,600.00
Project Expense: 2,418.00
Incidentals: 372.0'
Total $21,390.00
LE 13.TH GT' R,T, •• aj FORC^Tn
30 working days
SOURCE OF FUIiDS Iliamarina and Watson Island Marinas
Major Maintenance
Form P.1 R 36;� 1/81
Prepared by: Gene Pelaez
Date: 8/27, 1982
82-789
t
P
�z
MIAMARINA AND WATSON ISLAND - SAFETY I11PROVEMENTS
JOB NO. B-2850
CONTRACTOR'S FACT SHEET
I. MET Construction, Inc.
355 N.W. 54 Street
Miami, Florida 33127 Phone: 757-9504
II. Principals: Major E. Threlkeld, President
Betty Jo Threlkeld, Secretary -Treasurer
III. Contractor is properly licensed and insured
IV. Subcontractors: None required at this time
V. Experience: 4 years
Theodore R. Gibson (Dixie) Park - Pool
Modifications (3rd Bidding)
$152,900
Orange Bowl Repairs - Restroom Renovations
288,900
Orange Bowl Repairs - Walkways & Ramps
527,900
Orange Bowl Repairs - Joist Replacement
499,900
The Trade Fair of the Americas
110,000
Orange Bowl Structural Repairs
205,300
Orange Bowl - Tower Press Box Refurbishing
29,800
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 - West End Zone Bleachers
37,867
Orange Bowl - Upper Deck Improvements
337,000
VI. Not a minority contractor
VII. 27 advertisements mailed out by certified mail
66 advertisements mailed out by regular mail
5 contractors picked up plans and specifications
1 contractors submitted bids
8/27 /82
82-789
TABULATION OF 0105 FOR
�! t k4l- � lY %
M114 A. 1f`r! r
City Monngor,'%"i'ty"'T*k err f7 P. l.1. l=r
Received by the Graz -Commission, Cary Ct erk, City oI Miami, Florida at __1,___._-- ^J,��
B,dde,
Insvr ed os Per City Code S Meno Ord. 1t
-
U.
UrdeL;a^d A,,oant Unit Total Una Total pria Total
unit
Ir.eq„l ar n' + Unit Unn Total Total p,i Pnce q
Total Price Price ._..
DESCRIPTION Price j-------�-'—•
IRREGULARITIES LEGEND
A _ No p._.ai• Ar+or^^y Surplvt o� 9ondi^q Company
B _ No AF1.day.t os to Capital 5
C _ Corrected Eettnswns d or No Corporate Seat
D — P*oposol Unsigned or imp.operly S.gne
cc E
F_
G Improper Bid Bond
i H _ C,,,recred Bid
I
DISTRIBUTION:
-------------
IT IS RECOMMENDED TNAT �� r i• ���� !� J—f"
tic. r ter•
` BID
E