HomeMy WebLinkAboutR-80-0282RESOLUTION NO. 8 0^ 2 8 2
A RESOLUTION ACCEPTING THE BID OF MIRI
CONSTRUCTION, INC. IN THE AMOUNT OF
$1,120,296.73, THE TOTAL BID OF THE
PROPOSAL, WITH A 1% COMBINATION BID
REDUCTION, FOR THE WEST TRAILVIEW HIGHWAY
IMPROVEMENT IN THE WEST TRAILVIEW HIGHWAY
IMPROVEMENT DISTRICT; WITH 1,10NIES THEREFOR
ALLOCATED FROM THE "HIG11WAY G.O. BOND
FOND" AND THE "S'['ORF-1 SEWI',R G.O. BOND FUND";
WITH ADDITIONAL MONIES ALLOCATED FOR
PROJECT AND INCIDEI1TAL EXPENSES FROM
AFORESAID FUNDS; AUTHORIZI11(:i THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID
FIRM
WHEREAS, sealed bids were received February 28, 1980
for the WEST TRAILVIEW HIGHWAY IMPROVEMENT in the WEST
TRAILVIEW HIGHWAY IMPROVEMENT DISTRICT; and
WHEREAS, the City Manager reports that the $1,120,296.73
bid of Miri Construction, Inc. for the total bid of the
proposal, with a l% combination bid reduction, is the
lowest responsible bid and recommends that a contract be
awarded to said firm; and
WHEREAS., the Capital Improvements Appropriation
Ordinance No. 9019, as amended, was adopted on November 8,
1979, and monies are available for the proposed amount of
the contract, project expense, and incidentals, from the
account entitled "Highway G.O. Bond Funds" asset forth
under Section II, Item B-9, of said ordinance; and from the
account entitled "Storm Sewer G.O. Bond Funds" as set forth
under Section V, Item C-3, of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The February 28, 1980 bid of Miri Construc-
tion, Inc. in the proposed amount of $1,120,296.73 for the
project entitled WEST TRAILVIEW HIGHWAY IMPROVEMENT in the
WEST TRAILVIEW HIGHWAY IMPROVEMENT DISTRICT for the total
bid of the proposal, with a 1% combination bid reduction,
based on unit prices, is hereby accepted at the p
therein to cover the cost of said contract.
"DOCU,MENT, INDEX
ITEM N0. 5- "
ltiT' COMMISSION `
MEETING OF
APR10 1980
NNUMNft80-28
....................
le". / ...
Section 2. The amount of $762,334.63 is hereby
allocated from the account entitled "Highway G.O. Bond
Funds" to cover the cost of said contract.
Section 3. The additional amount of $83,856.37 is
hereby allocated from the aforesaid fund to partially cover
the cost of project exnense.
Section 4. The additional amount of $15,246.00 is hereby
allocated from the aforesaid fund to partially cover the
cost of such incidental items as advertising, testing labora—
tories, and postage.
Section 5. The amount of $357,962.10 is hereby allocated
from the account entitled "Storm Sewer G.O. Bond Funds" to
cover the cost of said contract.
Section 6. The additional. amount of $39,375.90 is
hereby allocated from the aforesaid fund to partially cover
the cost of project expense.
Section 7. The additional amount of $7,159.00 is hereby
allocated from the aforesaid fund to partially cover the
cost of such incidental items as advertising, testing
laboratories, and postage.
Section 8. The City Manager is hereby authorized to
enter into a contract on behalf of The City of Miami with
Miri Construction, Inc., for the WEST TRAILVIEW HIGHWAY
IMPROVEMENT in the WEST TRAILVIEW HIGHWAY IMPROVEMENT
DISTRICT, total bid of the proposal, with a 1% combination
bid reduction.
PASSED AND ADOPTED this 10 day of April , 1980.
TTEST: ` •�� , Maurice A. Ferre
MATTRICE A. FERRE, M A Y 0 R
RAL ;!
PRI'll Pi'.:;i.. :,;;i' ... �'.':., AE'P A,:� i P AND CORRECTNESS:
AS�n I: .r-:, :'�iv,� :? r,•, r.EOP1t�.� rMAri.,rOR1JFY A�r;a;f,]�-)•
- 2 - 80-282
Joseph R. Grassie March 24, 1980 t:1LX. B-4447
City Manager
WEST TRAILVIEW HIGHWAY
IMPROVEMENT - Resolution
Awarding
Donald W. Cather it-. F FR EN C E5, (For Commission.Meeting
Director of Public Works of April 10, 1080)
ENCLOSURFS
The Department of Public Works and the
City Manager recommend adoption of the
resolution awarding the bid received
February 28, 1980 of Miri Construction,
Inc. in the amount of $1,120,296-73 from
the accounts entitled "Highway G.O.Bond
Fund" and "Storm Sewer G.O. Bond Fund";
and authorizing the City Manager to
enter into a contract on behalf of the
City of Miami for WEST TRAILVIEW HIGHWAY
IMPROVEMENT in the WEST TRAILVIEW HIGHWAY
IMPROVEMENT DISTRICT.
Bids were received February 28, 1980 for the construction
of asphaltic pavement, concrete curbs and gutters,, concrete
sidewalk, storm drainage, sanitary sewer modifications,
landscaping, and paint striping on S. W. 18-13 Streets
between S. W. 8-12 Avenues.
As reflected in the tabulation of bids, the $1,120,296 .73
bid of Miri Construction, Inc. is the lowest responsible
bid for the total bid of the proposal, with a 1% combination
bid reduction.
JAH:hc
Resolution attached
�31 3
DQ;"
C' F 0
80-282
BID AWARD FACT SHEET
or The City Manager
PROJECT ITA74E & LOCATION WEST TRAILVIEW HIGHWAY IMPROVEMENT B-4447
S.W. 8-13 Streets between S.W. 8-12 Avenues
PROJECT -=)P7 - Rebuild 2.2 ± miles of streets. Construction will
include asphaltic pavement, concrete curbs and gutters, concrete sidewalk,.
storm drainage, sanitary sewer modifications, landscaping and paint
striping.
ESTIMATED
CONS RUCTIOPi
COST - $192009000
DATE BIDS
RECEIVED - FEBRUARY 289 1980
NU:4BER OF
BIAS RECEIVED - SEVEN
NA1*4E OF LG'r7
BIDDER - MIRI CONSTRUCTION, INC.
X-IOUNT OF
L0li B1D -
TOTAL FUNDS TO
BE ALLCCATE'D -
LENGTIi OF Tll'E
ALLOWED FOR
CO'I"'''PU^'"I0I i-
SOURCE OF FUI;DS -
Fora PW #389 6/76
$19120,296.73
$192653,934.00
200 WORKING DAYS
HIGHWAY BOND FUNDS AND
STORM SEWER BOND FUNDS
HIGHWAY DRAINAGE
$762,334.63 + $357,962.10
$8619437.00 + $4o4,497,00
s
WEST TRAILVIEW HIGHWAY IMPROVEMENT
JOB NO. B-4447
CONTRACTOR'S FACT SHEET
I. Miri Construction
7340 S.W. 121 Street
Miami, Florida 33156 Phone: 233-5266
II. Principals: Dionisio Suarez, President
Miriam Suarez, Secretary
IIY. Constractor is properly licensed and insured.
IV. Subcontractors: Landscaping - Melrose Nursery
V. Experience: 1 1/2 years
Miami Buena Vista Park $277,750.00
Little River Commerce Park $129,900.00
Culmer C.D. Paving Project -
Phase III (Bid "A") $147,600.00
Buena Vista C.D. Sanitary Sewer
Mod. - Ph. III (Bid licit) $ 25,240.00
VI. A minority contractor
VII. 62 Advertisements mailed out by regular mail
16 Contractors picked up plans and specifications
7 Contraetoro submitted bids
"SUPPORTIVE
DOCIJ Nq ,N'TS
TABULATION
OF BIDS FOR
n
n t� �Alr
-Citj-.'A&naye,j Citf•Clerk-.
Received by the City Commission, City Clerk, City of Miami.
Florida of �^ 30 P. M. Feb, .1 CQ • ��1�7
Bidder
fi- !1. - -- - ! ! :�
�d �l.r': i. :. `.
(�,;�7.:,,� .�• �' =r?+, iA�%%.
Licensed b Insured as Per City.Code S Metro Ord.
yN
�!�
y�•' S
Bid Bond Amount
Irregular.hes
TOTH L 53/D Tie
IRREGULARITIES LEGEND
A - No Power -of. Attorney; v
B_ Cn
C - Corrected Extensions —n O C
D - Proposal Unsigned or improperly Signed or No Cor ro ea
OD
E - r C -0
t
G - Improper Bid Bona o r
H - Corrected Bid i s
I-
:?
- C
Prev. By: LAMMIX
JOB MO.
0
11
room Pw
O
OD
to
TABULATION
OF BIDS FOR
T W R, A I 1
4'4
E
Received by the City Commission, City Clerk, City of Miami, Florida of P. M.
A
P.
Bidder
EF
Licensed S Insured as Per City Code g Metro Ord.
Bid Bond Amount
Z)
Irregularities
-f T, T 6
L! -9 7 6. :3 2�1
I G i�
.........
9 4G
t-r
1A0
3.,
RF 10 )C—Cl Z,%
0
V
IRREGULARITIES LEGEND
ANAvA %Z D -a' 1)
IT IS RECOMMENDED THAT
A - No Power. of • Attorney
q. I ij -Cl:[:`
-TRo-c-vo-,1 I,,aI
C Corrected. Extensions
�.Y.j t-A I C- t
D - Proposal Unsigned or. improperly Signed or No Corporate Seal: �,Ac L I _u1jes
0-s".-r WWI r-sn' Ll,*-* 1, 1 0
BID
E
-1
79 80•
-ZT
F
Bid, Bond
C.
0 - improper
i
H - Corrected Bid
r
JOB NO.
---
4 4 -43 T
j- prep. By L A GS S1 S let)