HomeMy WebLinkAboutR-76-0412RFC /rb
4/19/76
RESOLUTION NO. ,76 J4i2..,_:.
A RESOLUTION ACCEPTING THE BID OP F. BILBOA
AND ASSOCIATES, INC. IN THE AMOUNT OF $429,340
FOR THE CONSTRUCTION OF NEW FIRE STATION NO, 5,
AT N.W. 12 AVENUE AND 20 STREET, IN THE CITY OF
MIAMI; ALLOCATING THE AMOUNT OF $412,013 FROM
THE ACCOUNT ENTITLED "FIRE FIGHTING & RESCUE
FACILITY BOND FUNDS" AND THE AMOUNT OF $17,327
FROM THE ACCOUNT ENTITLED "CAPITAL IMPROVEMENT
FUND - UNALLOCATED FUNDS" TO COVER THE CONTRACT
COST; ALLOCATING FROM THE ACCOUNT ENTITLED
"CAPITAL IMPROVEMENT FUND - UNALLOCATED FUNDS"
THE AMOUNT OF $47,227.40 TO COVER THE COST OF
PROJECT EXPENSE; ALLOCATING FROM SAID ACCOUNT
THE AMOUNT OF $8,586.60 TO COVER THE.COST OF
SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES
AND POSTAGE; ALLOCATING FROM SAID ACCOUNT THE
AMOUNT OF $17,000 TO COVER THE COST OF FURNISHING
AND EQUIPMENT; AUTHORIZING AND DIRECTING THE
"SUPPORTIVE CITY NAGER ANIANCE TO
UTILIZE �CAPITALDIMPROVEMENTOFUND''THE DIRECTR OFF-NUNALLOCATED
DOCUMENTS FUNDS" IN THE AMOUNT OF $90,141 TO SUPPLEMENT
FOLLOW"
EXISTING FIRE FIGHTING & RESCUE FACILITY
BOND FUNDS UNTIL SUCH TIME AS ADDITIONAL BOND
FUNDS ARE AVAILABLE AND AUTHORIZING REPAYMENT
FROM PROCEEDS OF SAID BONDS WHEN SOLD; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT WITH SAID FIRM. "DOCUMENT INDEX
ITEM NO. I "
WHEREAS, sealed bids were received March 12, 1976
APR 2 2 1976
for the construction of NEW FIRE STATION NO. 5, at N.W.
12 Avenue and 20 Street in the City of Miami; and
WHEREAS, the City Manager reports that the $429,340
bid of Bilboa and Associates, Inc. is the lowest responsible
bid and recommends that a contract be awarded to said firm;
and
WHEREAS, funds are available for allocation from
the account entitled "Fire Fighting &Rescue Facility Bond
Funds" and "Capital Improvement Fund - Unallocated Funds"
for the amount of the contract; for project expense; for
such items as advertising, testing laboratories and postage;
and furnishing and equipping;
CITY COMMISSION
MEETING OF
SOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF
THE CITY Off` MIAMI, FLORIDA:
Section 1. The March 12, 1976 bid of Bilboa and
Associates, Inc. in the amount of $429,340 for the construction
project at N.W. 12 Avenue and 20 Street in the City of Miami
entitled NEW FIRE STATION NO. 5, namely Base Bid of Proposal,
based on lump sum bid is hereby accepted at the price stated
herein.
Section 2. The amount of $412,013 is hereby allo-
cated from the account entitled "Fire Fighting & Rescue
Facility Bond Funds", and the amount of $17,327 is hereby
allocated from the account entitled "Capital Improvement
Fund - Unallocated Funds", to cover the cost of the contract.
Section 3. The amount of $47,227.40 is hereby
allocated from the account entitled "Capital Improvement Fund -
Unallocated Funds" to cover the cost of project expense which
includes engineering, surveys, and inspection work performed
_tsupPOR TWE—ty Forces.
=!,D OC UMlL_N 1 S Section 4. The amount of $8,586.60 is hereby
FOLUnallocated from the aforesaid account to cover the cost of
such items as advertising, testing, laboratories and postage.
Section 5. The amount of $17,000 is hereby
allocated from the aforesaid account to cover the cost
of furnishing and equipment.
Section 6. The City Manager and the Director of
Finance are hereby authorized and directed to utilize Capital
Improvement Fund - Unallocated Funds in the amount of $90,141
to supplement existing Fire Fighting & Rescue Facility Bond
Funds until such time as additional bond funds are available
and authorizing repayment from proceeds of said bonds when
sold.
-2-
Section 7. The City Manager is hereby authoried
to enter into a contract in behalf of the City of Miami
with Bilboa and Associates, Inc. for the construction of
NEW FIRE STATION NO. 5, in accordance with Section 1 hereof.
PASSED AND ADOPTED this 22 day of APRIL
1976.
-MAURICE A; FERRE
MAYOR
ATTEST:
PREPARED AND APPROVED BY:
ROBERT F. CLARK
Assistant City Attorney
APPROVED A TO FORM COR CTNESS:
t. —neY
"SU PPORTIVE
DOCUMENTS
FOLLOW"
-3-
CITY OF MIA.".!!, FLORIDA
INTEu-OFP10E MEMORANDUM
"�u
Tb. P r W . Andrew:
City 14anaE;er
.-- �' %
"`"' Vincent E. Grimm, Jr., Director
r` ' .Department of Public Woks
th., E
April 22, 1976
Contract
13-2626
yJ,,,, ,_1, NEW FIRE STATION NO. 5 - Resolution -
Allocating Fundo and Awarding
Contract
Bids were received March 12, 1976 to construct
a new fire station on N. W. 12 Avenue and 20th
Street. This new station will replace the exist-
ing station Nor 5 located on N.W. 17 Avenue and
7 Street.
As reflected :in the tabulation of bids, the $429, 340
bid of Bilboa and Associates, Inc. was the lowest
responsible bid for Bane Bid of the proposal, based
on lur,t) sum bid.
THE DEPARTMENT ENT OF PUBLIC WORKS RECOMMENDS ADOPTION OF
THE 1F_,SOLUTION AWARDING T1U: BID RECEIVED MARCH 12,
1976 OF BILI3C)A AND ASSOCIATES, INC. IN THE AMOUNT OF
$1I29,3' 0; ALLOCATING FUNDS FROM THE ACCOUNT ENTITLED
"FIRE FIGHTING & i?::;SCUT. FACILITY BOND FUNDS" AND
"CAPITA?. IMPROVEMENT FUND - UNALLOCATED FUNDS" FOR THE
AMOUNT OP THE CONTRACT, FOR PROJECT EXPENSE, FOR
INCIDENTAL EXPENSE, ANI) FOR FURNISHING AND EQUIPMENT;
AND AUTHORIZING TIIE CITY i•?ANAGER TO ENTER INTO A
CONTRACT IN BEHALF OF THE CITY OF MIAMI FOR NEW FIRE
STATION NO. 5.
VEG:hh
AM
^
��NN� ���x�N��������
��N�� SECURITY
Now Fire Station NO, s B 2628
`
�~
Public Works
fypt OF: steUp|fy
AM()UNT
ACCOUNtINO
Cat! J^ Joeoeo^ Inc.$491*343^00
�
8^B^ 5%
Box 380-246
Mlam1,Florlda 33138
Tom Murphy Construction Co
Inc, S497,300^00
9300 S. Dade1aod Blvd Suite
309 B.B. 5%
M1am1,F1orida
Arkin Building Corp.
$560,750^00
1827 Pudry Ave.
B.B. 5%
Miami Beadb,Flor1da 33139
Orlando Mendez Inc.
$435,800.00 B.B. 5%
|
1
�x
�
�|
�
2128 W. Fla8ler St. Suite
20I
Miam1,FIor1da 33135
W.F. Wynne Company Inc.
$574°600'00
4790 N.W. 157 Street
B.B. 5%
Miami,Florida
B. Bilbao & Associates Inc,
$429,340.00
/
/
717 Ponce de Leon Suite
212
B.B. 5%
Coral Gables, Florida 33134
C.A. Davie Inc.
$475"650.00 8.B
5%
1399 S.E. 9th Ave.
Bialeab,Florldo 33010
Raney Construction Inc.
$468,657.00 Q.B.
5%
5061 S.W. 36cb Street
Ft. Luuderdale^Flori6a 33314
SAC Copmt. Co Inc.
$479,800.00 B.B.
5%
- - -
Qpo 175
'
|Received the above described checks this
ACCOUNTING o|V|SmW
19
_
F-
i.1.0 klub
Mateh 12, 1916
DATE BIDS RECEivE0,„.
Page 2
• Y.' •- • ^. `a -
BIDDER
1
VF L OF 5EC.I.,RITY AMOU'
Apollo Decking Corp
$459 830,00 B.B. 5%
1514 Bird Road.
Coral Gables, Florida 33146
4-4
;,.! ubevc described checks this Juy )h
-.C.:COUNTING 014115ION
•
CITY OF MIAMI, FLORIDA
REQUISITION FOR
ADVERTISEMENT FOR BIDS
tr. DEPT/DIV
fr ACCOUNT CODE 6'-.6604040
BID NO, 776-C:2 DATE__Lit. 11)76
2°1 PREPARED BY Joe 1:arrs
QUANfiiti, REPItiebeNtil IMPARI'MENt
ttkaulritkitNit ran — ,---maNtHe
CODE
ITEM DESCRIPTION
QUANTITY
UNIT
PRICE
AMT.
BIDS TO BE SECURED FOR
a.. ...' .... .... ..12, ..1 J.111.1/4., Vi i'• .. • .1
FOR THE DEPARTMENT OF:
21.11:i1‘l ::Ork3
ADVERTISE ON
; .iar `7 1:1 #
BIDS TO BE RECEIVED ON
—
,,,,.
13-262 .:
• .)
_
a
TOTAL
--
,,,e,e,
11 i
ESTIMATED COST :
CONTRACTUAL: $ 1 41 o
rl 000
21'oj
INCIDENTAL : n
TOTAL $ 446,000
A pP9OVED BY go. ,
SOURCE OF FUNDSVIrci.•ihiflcc rt.: cue. Vac . onci Fund
DIRECTOR OF ISSUING DEPARTMENT'
To be filled in by
EXPENDITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INVOLVED
PROJECT CODE
EXPENDITURE CONTROLLER
AD CODE X(:^e i/e) .9:747c,
COPIES TO: Purchasing (Org.) — City Manager — City Clerk —Expenditure Control — Issuing Department Otber Affected Department
FORM NO. 1043- REV.
WHITE GREEN PINK CANARY BLUE GOLDENROD
74
Bid No. 75-- 76.62
ADVERTISEiEI•JT FOR BIDS
Sealed bids for "NEW FIRE STATION NC).5 = 1975" will be
received by the City Manager and the City Clerk of The City of
Miami, Florida, not later than P:00 P.M. E.S.T. on the 12th day
of Tiarch, 1976, in the City Clerk's office, First Floor of the
Miami. City Hall, 3500 Pan American Drive, Dinner Key, Miami,
Florida 33133, at which time and placo they will be publicly
opened and read.
The project consists of constructing a CBS fire station,
along With necessary site work.
All bids shall be submitted :i_n accordance with the
instructions to Bidders and Specifications. Plans and Specifi-
cations may be obtained from the Office of the Director,
Department of Public Uor�•:s, 3332 Pan American Drive, tiiami,
Florida.
GENERAL CONTRACTORS may secure Plans and Specifications
for a deposit of- 50.00 per set. The deposit will be returned
to only those Contractors who submit a bona fide bid, and who
return the Plans and Specifications in good condition and
unmarked within 10 days after bids have been received.
OTHER CONTRACTORS may secure that portion of the Plans
in which they are involved at a cost of $1.. 00 per sheet. This
cost is not refundable.
Proposal includes the time of performance and Specifica-
tions contain provisions for liquidated damages for failure to
complete the work on timo.
The City Commission reserves the right to waive any
informality in any bid, and the City Manager may reject any or
all bids, and re -advertise.
H. D. Southern
City Clerk