HomeMy WebLinkAboutR-91-0289a. ..
i
'2
J-=91-264
4/1/91
-
9 _ 289
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF Y & W
ROOFING AND REMODELING, INC., IN AN
AMOUNT NOT TO EXCEED $10,700.00, TOTAL
BID OF THE PROPOSAL, FOR DINNER KEY
MARINA - DOCKMASTER ROOF REPLACEMENT
B-3202-H; WITH MONIES THEREFOR ALLOCATED
FROM THE FISCAL YEAR 1990-91 CAPITAL
IMPROVEMENT ORDINANCE NO. 10782, PROJECT
NO. 414005, IN THE AMOUNT OF $10,700.00
TO COVER THE CONTRACT COST; AND
$29697.91 TO COVER THE ESTIMATED
EXPENSES, FOR AN ESTIMATED TOTAL OF
$139397.91; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID
5
FIRM.
WHEREAS, a response to the City's duly issued invitation
for sealed bids was made March 13, 1991, for DINNER KEY MARINA -
DOCKMASTER ROOF REPLACEMENT B-3202-H; and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid from Y & W
3—
ROOFING AND REMODELING, INC., be accepted as the lowest
responsible and responsive bid; and
WHEREAS, the Fiscal Year 1990-91 Capital Improvement
OrdinaheesNo. 10782 was adopted on September 27, 1990, and monies
are available for the proposed amount of the contract, project
.;
expense, and incidentals under Project No. 414005 of said
Ordihance;-.1,a
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
,
'..CITYOF,MIAMI9 FLORIDA:
Y
ff
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
- rr
s
F
cm W01 R1Adlig
5
rt
APR '
h
SID ITINt -Ma na bockmaster RoofRe� ,ac_eme�},t
rrrrr...r..yurr.IY�fYLYriraYYYfiIYWili�Yi/W ri`.YY W rr."ra—irrritl`Y-r--------.�-�r-fir-fb Wi�ifYaYiibYl�
210 • arw.L=ram.—�...0 0 r.r.rrn.�.r.rr�.r—ra.arrrw—+rr�.r ter.. r�.i+.:r:�..�.rvrarrnrsrWwaowr
YATS DID(g) OPERID ! ------------- -----Wr----rrr. r+�
TOTAL EtD DONb SOr�
*IDDNlt DID AHOIINT CASiilhit 8 CHBCK
.......�.-...,...------------------------ _.�._------..--._..-�.,.....
& W Roofing-& Remodeling $10,700.00 BB Voucher
Centimark $18,262.00 5$ BB
RECEIVED
Bid No. 90-91-070
1931 FEB 19 AM Ifs: 34 ADVERTISEMENT FOR BIDS
Seal eg)Inds LWk"DINNER KEY MARINA - D0C1*A4M ROOF REPU ' will be received by the City
M MW RW MO. Otte+. Cl erk of the C1 b of MI ami , Fl on da a 11:30 aim. on the 13th day of March.
1991. )at the City Cleric's office, first floor of the Miami City Hall, 3500 Pan Pmerican Drive,
Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read.
The project consists of roof improvements at the Dinner Key Marina - Dodcmaster's Office located
at 3400 Pan American Drive, Miami, Florida. Bidders will famish bid bonds in a000r+danoe with
Resolutions No. 86-M and No. 81-MS. For technical questions regarding plans and
specifications, please contact Nancy B. Pantoja, at (305)579-M. Pnospectivee bidders will be
required to snbreit, with their bid, a mW of the Wvpriaoe Certificate of Coapeitiwy, as
Issued IV Dade CoxvW, which authorises the bidder do ps ft the proposed work.
All bids shall be submitted in accordance with the Instructions to Bidders and Specifications.
New Cily regulatianns will require each bidder to 9Mt proposals in ftlicaft arigirrals. Plans
and specifications mAy be obtained frun the office of the Director of Public snc,`M N.W. 2
Street, 3rd floor, Miami, Florida, 33128, on or after February 25, 1991. If bidders wish, a set
of plans and specifications will be mailed to then by writing to the Department of Public Works
and including a sepanste check for $8. There will be a $75 deposit required for the first set of
plans and specifications. ions. Additional -sets my be purchM for a fee of $75 per set' a-"n -Ws is
not refundable. Deposits will be refunded only upon the return of c`b set of plans and
specifications to the Department of Public Works, unmarked and in good condition within two (2)
weeKs after the opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 10538 regarding allocation of contracts to
minority vendors. The City will expect prospective bidders to subnit an Affirmative Action Plan,
as defined in said Ordinance, and as required in the Instructions to Bidders.
The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring
Agreerent." The object of this ordinance is to provide enplWnent opportunities to City of Miami
residents on contracts resulting in the creation of new permanent jobs. Contractors many be
eligible for wage reimbursement under this program. For further information contact the
Deparoinent of Public Works, City of Miami, at (305)579-M.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for failure to omplete the work on time. The City Commission reserves the right to
waive arty infomalitr in arW bid, and the City Manager may reject arty or all bids, and
readvertise (B-32024i Req. 5633).
Cesar H. Odio
City Manager
3
�
AEQUISITION FOR ADVERTISEMENT this number mustA�r
In the
advr3rtieeMOL
F t Pt1DIi/ Public Works/Construction
` Ir �1OUI+11"coop Pro, act Nqi �140p5, Inftx._No,Bid No. 90-91-070
-319202-287,
E f. _
b7'9�6$Z�_
F_orudry .13 . ,19�1 _ _. - PHONE _ APPROVrrD BY
r I ESA >=b aY Aeorge. P i Lard _ _ : _ ,t•
- AAA15CTOR OF
ISSUING DEAR. Sf�1 y
Oubiish the attached advertisement once times.
(number of times)
iype'ofadvertisement: to gal classified display
. s (Cheek One)
`
Size: Starting date February 25, 1991
r.
Sealed bids far the......
first four words of advertisement: --
"
I
�20
iemarks: "DINNER KEY MARINA - DODKMASTER ROOF REPLACEMENT" 13.3202 t ,<' �
i
.�
t DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONtif.
DATE(S) OF
LIN
PUBLICATION,;
ADVERTISEMENT
INVOICE
AMOUNT
A-1
P4
F8
F910
_
L1N1r3
_
k
VOUCHEF3 %
=DUE DATE .
y�f:
; Adv. Doc. Reference :
VENDOR
INDEX CODE;
BJE
PROJEGI` ,
MM'" DD
.=
C
3
f 45 50
51 56
57 62
63 65
�6 fi
'
u
V'
P
2
0
2
a.
DESCRIPTIQN ` 36
DISCQUNT"
72 . ; 'A[VIONT'
;
.r9
4
4
R,
Apprs�vad for Payment,;
t
K,
.
tlYt>11te P�Ir taasn YgtiowP Finance ;Pink —Department
`
a Fh
A
t
CITY OF MIAM1, FLOP10A
24
INTER -OFFICE
MEMORANDUM
to: Honorable Mayor and Members
DATE :
MAR FILE: B-32o2-H
L� �J
of the City Commission
Resolution Awarding
SUBJECT :
Contract for DINNER
MARINA - DOCKMASTER
KEY
i
ROOFIlk
REPLACEMENT
FROM : Cesar H • 0
REFERENCES:
City Manage
ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of Y & W ROOFING AND
REMODELING, INC. a company located within Dade County and not in
the City of Miami, for DINNER KEY MARINA - DOCKMASTER ROOF
REPLACEMENT B-3202-H, received March 139 1991 in the amount of
$10,700.00, Total Bid; authorizing the City Manager to enter into
a contract on behalf of the City.
BACKGROUND
Amount of Bid: $109700.00 % of Cost Estimate: 89.17%
Cost Estimate: $129000.00
Source of Funds: Fiscal Year 1990-91 CIP Ordinance No. 107829
as amended
Minoritv Representation: 138 invitations mailed
DINNER KEY MARINA DOCKMASTER ROOF REPLACEMENT
JOB NO, 8-3202a-H
CONTRACTOR'S FACT SHEET
1. Y & W ROOFING AND REMODELING, INC.
20430 N.W. 24TH COURT
Miami, Florida 33052 Tel: (305) 625-9941
2. principals:
Thomas'Walker, President
3. Contractor is properly licensed and insured.
4. Subcontractors: None
5. Experience: Corporation established in
Florida.
6. A black -minority contractor.
7. Project and Scope:
The project consists of roof renovation
at the Dinner Key
Marina Dockmaster's Office.
The project is located at Dinner Key
Marina - Dockmaster
Office', 3400 Pan American Drive.
Sixty (60) calendar days construction time.
8. Funds allocated:
Contract Bid Price:
$109700.00
(Contractor)
Estimated ProjectExpenses
(City of Miami)
Engineering, Architectural,
Surveyingp Inspections, etc.:
19819.00
Blueprint:
50.00
Advertising and Postage:
640.02
Testing:
-0-
SUB -TOTAL'
139209.02.
Indirect Cost Allocation
188.89,
(City of Miami)
TOTAL ESTIMATED PROJECT COST
$139397.91
Prepared by: Nancy;.P'antojaatt
1
x.
n
�i
r N
�'fiCl'fF -
T t
1
� �
.Y v{'t.�...�eh ✓N'L.u=�✓h ui .,i+_'.-}'f :;_ 7 t 5..;'_ .. ,. _:: '.,.. .., .' .. _
_ ... ��� :'� �.r.Y ,:. ,.,._'.`4w. Fn'�YY� —
TABULATION OF BIDS FOR
DINNER KEY MARI NA— DOCKMASTER ROOF REPLACEMENT B-3202—H
eeehed bY the Cft Manow and the Cft CWk City of AQarni Florida at. 11:30 AM. as MARCH 13 1991
Bidder
Y & W ROOFING
CENTIMARK CORP.
ADVANCE ROOFING
'_ WEISS do WOOLRIC14
Address
0430 24 CT
BETHEL PARK, PA
Ft. IAUDEROAE E FL
_
POMPANO BEACH, Ft_
Coca�ed in the City of Miami
NO
NO
No
NO
Licensed & Ins. as per Ggy Code do Metro Ord
YES
YES
Bid Bond Amount
BB VOUCHER
5% BB
5% BB
S2.500.00 BB
IrreaMlarities
Minor& Owned
YES
NO
NO
_
NO
TOTAL SASE _9b THE TQTAL__0F_
ITEMS 1 THRU 4 BASED ON
_
60 CALENDER DAYS
110,200.00
S18,262.00
$22.358.00
S35,340.00
s
p
D
IRREGULARITIES LEGEND BID 90-91-070
A— No Power—of—Attomey
B — No Affidavit as to Cspital & Surplus of Bonding Company It has been determined by the Department of Public
C - Corrected Extensions Works that the lowest.responsive and responsible bi—
D — Proposal Unsigned or imporperly signed of No corporate seal dder is Y & W Roofing dt Remodelinq with trw total
E — Incomplete Extensions
F - Non -responsive Bid base bid in the amount of 10.200A0
G — Improper Bid Bond
H — Corrected Bid
j — No first Source FGring CompRonce Statement.
J - No Minority Compliance Statement AloB
K — No Duplicate Bid Proposal B-3202—H
PW In 0. 1iRMA11DfZ
Ylw rA+a'9 #3'4 '=w•P'.•.YI?G r tp1�:,frt x:.Y.'M:14.4?�N
Ll