Loading...
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