HomeMy WebLinkAboutR-76-0536DOC' NTS
V L,: •!`{ �!1V
V'
RESOLUTION no. 76=536
A RESOLUTION ACCEPTING THE BID OF BISCAYNE
CONSTRUCTION, INC. IN THE AMOUNT OF $36,700
FOR THE ORANGE BOWL y WATER MAIN IMPROVEMENTS
1975 (3RD BIDDING); AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAI FIRM.
WHEREAS, sealed bids were received May 29, 1976
for the ORANGE BOWL WATER MAIN IMPROVEMENTS - 1975 (3RD
BIDDING); and
WHEREAS, the City Manager reports that the $36,700
bid of Biscayne Construction, Inc. is the lowest responsible
bid and recommends that a contract be awarded to said firm;
and
WHEREAS, funds are available to cover the cost of
this work from the Orange Bowl Operating Budget - Reserve For
Capital Improvements;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION
OF THE CITY OF MIAMI, FLORIDA: GGCUf'�iLit'v i INDE
X
ITEM NO.
Section 1. The May 20, 1976 bid of Biscayne Construc-
tion, Inc. in the amount of $36,700 for the project entitled
ORANGE BOWL - WATER MAIN IMPROVEMENTS - 1975 (3RD BIDDING),namely
Base Bid of Proposal, based on lump sum bid, is hereby accepted
at the price stated therein.
Section 2. The City Manager is hereby authorized to
enter into a contract on behalf of the City of Miami with Biscayne
Construction, Inc. for the ORANGE BOWL - WATER MAIN IMPROVEMENTS -
1975.
PASSED AND ADOPTED this 27th day of May, 1976.
IWURICE A FERRE
MAYOR
PEFr
�r
74',s:3
4 au RITY
ItEM
Mhd w1 - ia.I r Main im��-oVeMsfts
5 t 3rd Biddiwi �
Public Wbrks
DATE BIDS RECEIVED...
Mai+ ,20 1.0.76
BIDDER
TYPE OF SECURITY
AMOUNT
FOR
ACCOUNTING
usE
4tittawit Construction, Inc► .
BB - 5"e
355 N.4. 54th Street
$36 s700.00
Miami Florida 33127
)D.M.p. Corporation
BB - 5%
10477 S.',!. I86th Lane
*65,900.00
Miami+ Florida 33157
?J & J Engineering+ Inc.
BB - 5%
IVE
P.O. Box 440769
$441166.00
Miami+ Florida 33144
'SUPPORTIVE
)Joe Reinartson Equipment+ Co,
BB - 5%
DOCUMENTS
FOLLOW"
•
P.O. Box 1104
$44+000.00
Buena Vista Station+ Miami
Rob -El Construction Corp.
BB - 5%
5671 N.4. 78th Avenue
$67,557.00
Miami+ Florida 33166
i(
t' 6
r
()
Received the above describ.Id checks this
day of
19
FOR ACCOUNTING DIVISION /
st
L
• DEPTIDIV
• ACCOUNT CODE ti-77 (1?)20
_I< gib NO. 75,-7'- 1-3 DATE
'I PREPARED BY ;440 lo,yr PHONE
CRY OP MIAMI, FLORIDA
REQUISITION 'OR
ADVERTISEMENT FOR BIDS
1
etUANtill HOUMA% IMPAIMACtit
ANUIREMeNisaP6 MOMS
\
\ \ \ \ \
1
CODE
ITEM DESCRIPTION
QUANTITY
ATE
AMT.
BIDS TO BE SECURED FOR
2 :L 0
"'"..f.i•4
c4-sx:w,,:.;i„......„...4,-1,:;. :
-:t14..,val.:i )
i.,—:[.".... 'i; • .11
I i I
"SUPPORTIVE
DOCUMENTS
FOLLOW"
(,),' ':,-. :i.,,01,, — 1 1 A .:;.' I:: A
— 1AY.
(31'W oliA)100
FOR THE DEPARTMENT OF:
PU61-10 WOVK
ADVERTISE ON
i.ilay ';,
BIDS TO BE RECEIVED ON
May 2:), 197,
TOTAL
ESTIMATED COST :
CONTRACTUAL: $
INCIDENTAL : $
s • • -
TOTAL $
SOURCE OF FUNDS: Or , i 1;2
To be filled in by
- EXPENDITURE CONTROL:
APPROVED BY
DIRECTOR OF 1.1.StUING-DEPARTMEINTZ. •
FUNDS AVAILABLE FOR PROJECT INVOLVED
EXPENDITURE CONTROLLER
PROJECT CODE AD CODE < • ./4 •
COPIES TO: Purchc:Ing (Org.) — City Manager City Clerk —Expenditure Control — Issuing Department — Other Affected Department
FORM NO. 1043- REV.
WHITE GREEN PINK CANARY BLUE GOLDENROD
74
Bid No. 75-76-93
ADVERTISEMENT FOR BIDS
Sealed bids for the "ORANGE BOWL - WATER PAIN 1.fiPRoVEt"tii.ATS
).975 (3RD BIDDING )" , will be received by the City Nariag r and the
City Clerk of The Clty of Miami, Florida, not; later than 2:00 P.ff,
on the 20th day of 1976, in thy. C:i.ty Clerkts office, first
floor of the Miami. Ci.t;: iiaall, 3500 •Pan American Drive, Dinner Key,
Miami, i, Fi.oricia 3313:; at i cii time and place they will .be publicly
opened and read.
The job consists of installing approximately 2000 feet of
4 6 and 8 inch cast iron water main, w:Lth the necessary valves and
fittings bc"htu furnished by tlx:" City.
Allbids shall be submIttr'd in accordance with the
in::trac•t:ions to i3:i :ier;; and Specifications. Plans and. Specifications
may be obtained frm the Office of the D:tr. ector, Department of
Public Works, 333? Pan American Drive, Miami, Florida. Plans and
S1)ccifi cati ons are, to be returned in good order and unmarked within
30 dayc. after Bids have been I'cce:iv,A.
Proposal Inc lodes the time of performance and Specifica-
tions contain nrov i.s ien i for liquidated damages for failure to complete the
work
on
a n
`i'ho City Commission reserves the right to waive any in-
oI'I::'t l ty in any bid, and the City Manager may reject any Or all
bids, and re -a d:Tei't
P. W. Andrews
City Manager
=
crrf tviiAr,11, rpoiRi DA
10.
1 T tEr4-C)1:F!CE OR.VVJUM
Andl-ews
City T.ifanaer
Vincent E. Grimmt Jo.,--T)ireccr
Departm,7mt or &olic W..yrks
11:0E May 27, 1976
oLL 4402
F..Ane, VIRGINIA KE't FILL - PHASE II - 1976.
Resolution Allocating Funds &
Awardin Contract
Et“..;1..0t;',!HE 4.
rid Ll were re2cel7ed iay 21, 1976 to excavate
approXimntely 15,000 cubic yards or fill
matei'llal at the no',..th7.,rly 011,1 or Virr,Inia
Key, haulin and stocpilins this material
at the City Dui; Flite approximately 1 mile
to the
As rufleci:.ed in t.ho tabulotion or b:UIs, the
$14S,70C) bid of' Lowell Dunn Company was
the lowst resp031b1e bid for Bas,- P,Id of the
Propo:3a1, based unit prices.
THE D.:7,PARt':.in,: PUP,LTC REC(VII:,END THE
ADOTIM C): THE -:',EOLUTTON i\WA.RDINO THE P.TD
RECEIVED P.A7 ?a, 1976 OF THE LY:IELL DUNN COFHIANY
TN THE j.r.!::7 OF *1)1!5,700; CJ,LOCAT7HC FROM
THE ACCJL r "POkLIJTION CONTROL & INCINER-
ATOR PLCIIJI.:E FUND" FOR THE ATIOUNT OF THE
CONTRACT, FOR P.r'',",ECT EY.;.'ESE; MID FOR INCIDEWAL
EXPENSE; ftD AI=RIZINC THE CITY 11ANACIER TO ETHER
INTO A CO?RAC-'_' F;EHALP OF THE CIT7 OF MIANT FOR
TiE VYRGT!A }PASII - 1976.
VEG:EE:hh