Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-82-0697
I RESOLUTION NO. ti ��• A RESOLUTION ACCEPTING THE BID OF MET CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF $13,161, TOTAL BID OF THE PROPOSAL, FOR ORANGE BOWL - PUMP STATION MODIFICATIONS - ROOF REPLACEMENT - 1982; WITH MONIES THEREFOR ALLOCATED FROM THE ACCOUNT ENTITLED "ORANGE BOWL PUMP STATION MODIFICATIONS" IN THE AMOUNT OF $13,161 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $1,720 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT OF $264 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, AND POSTAGE; ALLOCATING FROM SAID FUND THE AMOUNT OF $555 TO COVER THIS INDIRECT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT 14ITII SAID FIRM WHEREAS, sealed bids were received June 22, 1982 for ORANGE B014L - PUMP STATION MODIFICATIONS - ROOF REPLACEMENT - 19 82 ; and WHEREAS, the City Manager reports that the bid of MET Construction, Inc., for the total 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, incidentals, and indirect cost from the account entitled "Orange Bowl Pump Station Modifications", as set forth under Section V.B.5 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSIO14 OF THE CITY OF MIAMI, FLORIDA: Section 1. The June 22, 1982 bid of MST Con- struction, Inc., in the proposed amount of $13,161, for the project entitled ORANGE BOWL - PUMP STATION MODIFICATIONS - 1982, for the total bid of the proposal, based on lump sum prices, is hereby accepted at the price stated therein. CITY COMMISSION MEETING OF JUL 3 ? 1982 MMO! MON N0.„ ;?_G -A raluft .......................... . Section 2. The amount of $13,161 is hereby allocated from the account entitled "Orange Bowl Pump Station Modifications" to cover the cost of said contract. Section 3. The additional amount of $1,720 is hereby allocated from the aforesaid fund to cover the cost of project expense. Section 4. The additional amount of $264 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 $555 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 MET Construction, Inc., for ORANGE BOIJL - PUMP STATIO14 MODIFICATIONS - ROOF REPLACEP'E-,NT - 1982, total bid of the proposal. PASSED AND ADOPTED this 22 day of July , 1982. ATTEST: ACT ;1G CITY CLERK PREPARED AND APPROVED BY: Deputy City Attorney APP 'D AS TO 'ORM AND CORRECTNESS: y &Ittorney Maurice A. Ferre V U. ,) U - 2 - L /'9 ORANGE BOWL PUMP STATION MODIFICATIONS - ROOF REPLACEMENT JOB NO. B-5467-A 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 1479661 Miami Springs Golf Course - Irrigation System 30,887 Orange Bowl - West End Zone Bleachers 37,867 Orange Bowl - Upper Deck Improvements - 1982 337,000 VI. Not a minority contractor VII. 17 advertisements mailed out by certified mail 91 advertisements mailed out by regular mail 13 contractors picked up plans and specifications 7 contractors submitted bids 6/29/82 L2_600 . : r , B AWARD FACT SHEET F The City Manager PROJECT NAME A1,10 LOCATION ORANGE BOWL PUMP STATION - MODIFICATIONS ROOF REPLACEMENT N.W. 7 Street and N.W. 17 Place PROJECT SCOPE Removing the existing roof in its entirety and replacing with new,also replacing other miscellaneous items . .ENGI:4EER 'cS:'IMATED CO:dSiRUCTiOid i i COST $309,000 DATE BIDS P,'---IVED June 22, 1982 • NUPTBER OF BIDS RECEIVED 7 _ NA14E OF L0;•I BIDD..R MET Construction, Inc. A11OUINT OF LOIJ BID $13,161 _ TOTAL FUNDS TO BE ALLOCATED Ccntra--t: 13,161 Project Expense: 19720 Incidentals: Sl.�b.ctC--:_c T �276-4 =n�i�_�.t• t Cis ;.. 1 55 ' S Total $ 15,700 i LENGTH OF TI' — ALLOWED FOR C0.`TSTRUCT?O:T 30 working days i — SOURCE OF FUNDS r C.I. Ord. (Sewer Bond) Item V.B.5 Form PW #389 1/81 Prepared by: Gene Pelaez Date: June 29, 1982 _ I TABULATION OF BIDS FOR Sr /J T A 00, I'A�:"AZf> City Manager, City Clerk k-MJ Z Races -ad by the Ei .-IC-0 n—s*e^ k: City of Miami. Florida of -P. M. / 17 Il �. ► [;F/.%Tr/; �+ f7^R i M Bidder Insured Per City Code 3 Metro Ord. 0 al - ? t S •-t} v1 �a Licensed & as rp / � Bid [fond Amount Irregularities Unit Total Unit Total (� Unit Unit Unit Total item Unit Total Total Price Total Price Price DESCRIPTION Price Price No. Z IRREGULARITIES LEGEND A - No Power - of - Attorney No Affidovit as to Copilot S Surplus of Bonding Company Corrected Eiitensions Proposal Unsigned or improperly Signed or No Co►porote Seal 'C'I Improper Bid Bond H _ Corrected Bid Prep. B y: IT 1S RECOMMENDED TH6- e e" �tl 'r ov Z io 2/ - 3 AGe 50-e fs � I DISTRIBUTION: t jall/ BID 7. I4G --- Q t 10D NO. � 8S'4�7-A 1 , I 403 Howard V. Gary City Manager Donald 14. Cather Director of Pu i Works i June 30, 1982 B-5467 ORANGE BOWL - PUMP STATION MODIFICATIONS - ROOF REPLACEMENT - 1982 - Resolutio- Awarding Contract (For Commission Meeting of July 22, 1982) The Department of Public Works recommends N adoption of the resolution accepting the bid received June 22, 1982 of MET Con- struction, Inc. in the amount of $13,161; -- and authorizing the City Manager to enter into a contract on behalf of the City of Miami for ORANGE BOWL - PUMP STATIO14 MODIFICATIONS - ROOF REPLACEMENT - 1982. Bids were received June 22, 1982 for replacing the entire roof at the Orange Bowl pump station located at N. W. 7 Street and 17 Place. As reflected in the tabulation of bids, the $13,161 bid of MET Construction, Inc. is the lowest responsible bid for total bid of the proposal. Funds have been allocated under the account entitled "Orange Bowl Pump Station Modifications" for the estimated amount of the contract, for project expense, for such items as advertising, testing laboratories, postage, and for indirect cost. The estimate for this job was $30,000. A total of 108 advertisements were mailed out; 13 contractors picked up plans and specifications; 7 contractors submitted bids. V�lp. h c Resolution attached 61 CID SECURITY ITEM, Orange _Bowl Pump Station Modifications- DI►TE SIDS ItftE1VED_ June 22, 1982 Roof Replacement - 1982 81-82- 0 +����� TYPE OF SECURITY BIDDER Iu�D�Mt TOTAL MET Construction, Ipc. 355 N. W. 54 Street Miami, Florida 33127 $13,161.00 5% BB Tarafa Brothers, Inc. 4143 S. W. 74 Ct., Suite D Miami, Florida 33155 $13,480900 5% BB Centurly Contracting Co., Inc. 1830 N. E. 163rd St., Suite A North Miami Beach, Florida 33162 $15,863.00 5% BB R & N Construction Co., Inc. 9901 N. W. 80 Avenue 3-0 Hialeah, Gardens, Florida 33016 $15,900.00 5% BB Sunset Enterprises, Inc. 7200 Sunset Drive Miami, Florida 33143 $17,220.00 5% BB The Sabre Corporation P. 0. Box 1894 South Miami, Florida 33143 $21,743.00 5% BB Target Construction Co. 3510 Biscayne Boulevard, Suite 304 Miami, FLorida 33137 $23,500.00 5% BB Roc91•e1 46 s *Vol 11441169d coweis 01f, fey o1 I 1pR ACCOYMTIM6 p11►KgM ;' �r �� % city • op MA I, REQUISITION ����r ►>wr�r ADVERTISEMENT FOR BIDSNis m J 0 I DATE DATE DATE DATE DATE DATE DEPT I DIV Publ ACCOUNT CODEfto ect © Q BID NO. F�..$2-iai DATE_ -- 1 AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUR Z PREPARED BY _��� Plthralrs PHONE t----- UNIT AMT. BIDS TO BE SECURED FOR :: CODE ITEM DESCRIPTION OUANTI7v PRICE :110302-2 7 O:EI',AN17E BOWL FUHP STATION MODIFICATIONS -- ROOF R.I riIACF WIT 1982 C? cd M) cc tV Eo - TOTAL ORAW . 1BCAdL I"P STATtON MODIFICATIONS -ROOF RZ,'T-ACEMIENT - 1982 FOR THE DEPARTMENT OF: Public Works ADVERTISE ON Junz 3, 1982 BIDS TO BE RECEIVED ON June 22, 1982 APPROVED BY: ESTIMATED COST: CONTRACTUAL: 02.rt1L ;I 0 . Ey r' . 11% 3 8150 - DIRECTOR OF ISSUING ur-v- LAMENT INCIDENTAl2`;? $ TOTAL 4 1, t3C3t;1 SOURCE OF FUNDS: - 1, br Jille d rn by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER AD CODE__ PROJECT CODE__ -- -- — !,!N'l/:5 7"0: 11urrhasing (Org.) -City Manager- Lily Clerk •-�'xpvv)dilure Control - Issrdng Depurtrnen� - Otbet Affected DePa►twtent WHITE GREEN PINK CANARY BLUE GOLDENROD FUHM NO 1C43 - REV 74 9,2- 7 Bid No. 81-82-101 ADVERTISEMENT FOR BIDS Sealed bids for ORANGE BOWL - PUMP STATION MODIFICATIONS - ROOF REPLACEMENT - 1982 will be received by the City Manager and the City Clerk of The City of Ri*EJ',,Marida at 2:00 p.m. on the 22nd dayof June, 1982- in the City Clerk's office, first floor of the Miami City Hall, 3500, ar)..Americc�� Drive, Dinner Key, Miami, Florida 33133, at which t o artd-0lA they t1will be publicly opened and read. ,n The project consists of removing; -the existing roof, joists, deck and roofing material and repi;Wth;-mow. The project is located at N.W. 7 Street and N.W. 17 p ace. All bids shall be submitted in accordance with the Instructions to }udders 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. Plans and specifications are to be returned in good condition and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc., 5800 N.W. 7 Avenue, suite 212, telephone (305) 754-4903, if they require assistance in preparing their bid packages. Proposal includes the time of performance, and specifications contain pro%isions 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 Manager may reject any or all bids, and readvertise. Howard V. Gary City Manager ' `� 7