Loading...
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