Loading...
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)