HomeMy WebLinkAboutR-86-0426J-86-447
■
RESOLUTION NO. 86 4261-
A RESOLUTION ACCEPTING THE BID OF IDEAL
ROOFING AND SHEET METAL WORKS, INC. IN THE
PROPOSED AMOUNT OF $68,618.00, BASE BID OF
THE PROPOSAL, FOR FIRE STATION NO. 4 -
REROOFING; WITH MONIES THEREFOR ALLOCATED
FROM "FIRE DEPARTMENT AND DEPARTMENT OF
GENERAL SERVICES GENERAL FUND" IN THE
AMOUNT OF $68,618.00 TO COVER THE CONTRACT
COST; AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received May 20, 1986, for Fire
Station No. 4 - Reroofing; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid received from Ideal
Roofing and Sheet Metal Works, Inc. be accepted as the lowest
responsible and responsive bid; and
WHEREAS, monies are available for the proposed amount of the
contract, project expense, and incidentals from the "Fire
Department and Department of General Services Administration -
General Fund";
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The May 20, 1986, bid of Ideal Roofing and Sheet
Metal Works, Inc. in the proposed amount of $68,618.00, for the
project entitled Fire Station No. 4 - Reroofing, for the base bid
of the proposal, based on lump sum prices, is hereby accepted at
the price stated therein.
NUMC: 4F
JUN Is MIS
i
Section 2. The amount of $68,618.00 is hereby allocated
from the "Fi re Department and Department of General Services 1
i
Administration - General Fund" to cover the cost of said
contract.
Section 3. The City Manager is hereby authorized to enter
into a contract on behalf of the City of Miami with Ideal Roofing
and Sheet Metal Works, Inc. for Fire Station No. 4 - Reroofing,
base bid of the proposal.
PASSED AND ADOPTED this 12th day of JUNE , 1986.
ATTEST:
Ac-e,-_.,
MKTTY HIM, CITY CLERK
PREPARED AND APPROVED BY:
CHIEF DEPUTY CITY ATTORNEY
0 FORM AND CORRECTNESS:
CITY ATTORNEY
XAVIER L. SUMEZ
MAYOR
u
BID SECURITY
ITE,MFire Station No.4-Reroofincr GATE 61O1 HCE1YEQ_M� �r 1986 11:OOam
85-86-75
TYPE OF 5ECM7i
•111DF1t
TOLL.
wMONtiT
itF&
Ideal Roofing & Sheet Metal
261 N. E. 73 Street
Miami, Fl
Drks,Inc.
$68,618.00
$3,430.9
Official Ck.
No. 1173621
Obenour Roofing Co.
7357 N. W. Miami Ct.
Miami, Fl
$73,800.00
$3,690.0
cashier's Ck
No. 09804
. r
01 1 •,
RECEIV ha of -iii�. envelopes,
V 1-'aw 7 vK/
SIGNS DATE
R•s#i+nt r! tvt rt sMeEr N►t d•r �t,�„ a
oR accovl+Tulc avaa++
Bid No. 85-86-75
ADVERTISEMENT FOR BIDS
Sealed bids for construction of "FIRE STATION NO. 4 - REROOFING"
will be received by the C�iMana �3500
e City
of tii ami , F1 on da a 1 1..m. on the�eM
d of May, L9at the
City Clerk's Office, rs oor of thamiCity Hal 1 , Pan
American Drive, Dinner Key, Miami, Florida 33133, after which time
and at which place they will be publicly opened and read.
The project consists of removing and replacing approximately 8,000
square feet of roofing at Fire Station No. 4, 1105 S.W. 2nd Avenue,
Miami, Florida. The estimate cost for this project is less than
$100,000. New requirements will exempt bidders from furnishing a
performance bond and allow a bid bond in accordance with
Resolutions No. 84-423, and No. 84-873.
For technical questions regarding the plans and specifications
please contact George Picard, at (305) 579-6865.
All bids shall be submitted in accordance with the Instructions to
Bidders and Specifications. Plans and specifications may be
obtained from the office of the Director, Department of Public
Works, 275 N.W. 2 Street (4th Floor), Miami , Florida, on or after
May 1, 1986. There will be a $20 deposit required for each set.
Deposits will be refunded only upon return of plans and
specifications, unmarked and in good condition within two (2) weeks
after the opening of the bids.
Prospective bidders are alerted to the provisions of Ordinance No.
10062 regarding allocation of contracts to minority vendors. Those
minority or target area contractors/small businesses interested in
submitting bids are advised to contact Contractors Training and
Development, Inc., 5800 N. W. 7 Avenue, Suite 212, telephone E
754-4903, if they require assistance in preparing their bid -
packages.
Proposal includes the time of performance, and specifications
contain provisions for liquidated damages for failure to complete
the work on time. The City Commission reserves the right to waive
any informality in any bid, and the City Manager may reject any or
all bids, and readvertise. (B-2904, Req. 3629).
Cesar H. Odio
City Manager
rlj:l
10 :� Ili! 0 1
LICITACION NO. 84-85-75
AVISO OE LICITACJON
Propuestas selladas para FIRE STATION NO. 4 - REROOFING serAn
reci bi das por el Administrador y el Secreta ri o de la Ciudad de
Miami, Florida, a m4s tardar a las 11:00 a.m. el dia 20 de mayo
de 1986, en la Oficina del Secretario, primer piso, Ayuntamiento
de Miami, 3500 Pan American Drive, Dinner Key, Miami, Florida,
33133, a cuya hora y el cuyo lugar serAn p6blicamente abiertas y
leidas.
Este proyecto comprende el reemplazo de aproximadamente 8,000
pies cuadrados de techo en la Estacibn de Somberos No. 4, 1105
S.W. 2 Avenue, Miami, Florida.
E1 costo estimado de este proyecto es menor de $100,000. Nuevns
requisitos permitirAn a los licitadores evitar un bono de
cumpi imi ento y presentar un bono de 1 i ci taci 6n de acuerdo a las
resoluciones No. 84-423 y No. 84-873.
Para preguntas t6cnicas acerca de los planos y especificaciones
11ame a George Picard al (305)579-6865.
Todas las licitaciones serdn sometidas de acuerdo con las
Instrucciones a los Licitadores y 1 a s Especificaciones. Los _
juegos de planos y especificaciones podrbn obtenerse en la
oficina del Director de Obras P6blicas, 275 N.W. 2 Street (4to
Piso), Miami, Florida, a partir del tro de mayo de 1986. Se
requerirh un depbsito de $20 por calla juego. Estos depbsitos son
reembolsables W camente s`i los planos y las especificaciones se
devuelven sin marcas y en been estado, dentro de un plazo de dos
(2) semanas siguientes a la apertura de las licitaciones.
Se avisa a los interesados de las provisioner de la Ordenanza Flo. -
10062, la cual se refiere a la otorgacibn de contratos a
minorias. Aquellos contratistas/pequenos negociantes de minorias
o de zonas ohjectivas que est6n interesados en presentar sus -
propuestas pueden comunicarse con el Contractors Training and
Development, Inc., 5800 N.W. 7 Avenue, Suite 212, tel6fono `
(305)754-4903, si requieren asistencia para preparar sus _
licitaciones.
Las propuestas incluyen el tiempo de ejecucibn, y las
especificaciones contienen provisos para la liquidacibn de danos
incurridos por dejar de completar el proyecto a tiempo. La _
Comisibn de la Ciudad se reserva el derecho a descartar cualquier
informalidad en cualquier licitacibn, y el Administrador de la
Ciudad puede rechazar cualquiera o todas las propuestas, y
reanunciar (8-2904, Req. 3629).
Cesar H. Odio
Administrador Municipal -
0 � 0
�/ VY uu �VuuV
P V �
REQUISITION FOR ADVERTISEMENT This number must appear
�ab11u kti'c�z its in the advertisement.
• 1'
DEPT/DIV.
ACCOUNT CODE Project'. (`j
DATE A t I'll 17 1 C f PHONE i '_ - ` � APPROVED BY:
PREPAREDBY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement
Type of advertisement: legal
(Check One)
Size:
First four words of advertisement:
Remarks:
(number of times)
:i classified
display
times.
Starting date '
11 I. i.i :"rf Lk- �]'_I iY " C. ": (,l i•1 i. T i�ti
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C•3
D-4
E.5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
YDUE DATEY MM DO
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJEC
PROJECT
11
113 1 1718
1 125,34
39.42
45 50,51
56
57 62
63 65
66 71
0
2
4
1
V
P
2 10121
2
8
7
1
21314
7
8 V P 121314
15 DESCRIPTION 36
64DISCOUNT 69
72 AMOUNT 80
5
2
1010121011
Approved for Payment
White — Purchasing Yellow - Finance Pink — Department
t
May 28, 1986
Ms. Myrtle Richards
Richards Roofing
169 N.E. 62 Street
Miami, Florida 33138
Dear Ms. Richards:
MATTY HIRAI
Cith Clerk
DEPUTY CITY CLERKS
Robert E. Tingle%
Georgia Ni. Little
Evelio Rizo
Svl%ia M. Mendoza
Sylvia Lo%%man
Lillian Dickmon
STAFF SUPPORT
Elea Ricardo
Enclosed herein please find your bid papers submitted by you to
our office on May 21, 1986. As I explained in our telephone
conversation today, the bid deadline was May 20, 1986 at 11:00
A.M.
If we can be of further service, please let us know.
cc: Gene Pelaez, Public Works
p,Matty Hirai, City Clerk
Very truly yours,
Sy via Lowman
Chief Deputy City Clerk
e- I
I
OFFICE OF THE CITY CLERK / City Hall / 3500 Pan American Drive / P.O.Box 330708 i Miami, Florida 33233-0708 ,305t 579-6065
i
- - r
{
i
`f
At 4w
--li-S
P� NV--
"CA-D
.
Page 1 of 4
C O N T R A C T
THIS AGREEtIENT, made and entered into this aay of
✓� �J , A.D., 19 by and between the City of
Miami, Florida, a municipal corporation of the State of Florida,
party of the first part, (hereinafter sometimes called the
"City"), and
fCIIL -?A/-3S
Party 'of the secon
"Contractor").
part, (hereinafter sometimes callea the
WITNESSETH: That the parties hereto, for the considerations
hereinafter set forth, mutually agree as follows:
ARTICLE 1. SCOPE OF THE WORK: The Contractor shall furnish all
labor, materials and equipment and perform all the work in the
manner and form provided by the Contract Documents, for the
project entitled:
ARTICLE 2. THE C014TRACT SUM: The City shall pay to the
Contractor, for the faithful performance:' of the Contract, in
lawful money of the United States, and subject to additions and
deductions and based on unit prices (where applicable), all as
provided in the Proposal and other Contract Documents, the sum of
Dollars and ,,�� Cents ($ 000 ) .
ARTICLE 5. ADDI71014AL BOND: It is further mutually agreed
between the parties hereto, that if, at any time after the
execution of this Agreement and the Performance Bond hereto
attached, when required for its faithful performance, the City
shall deem the surety or sureties upon such bond to be
unsatisfactory, or if, for any reason, in the opinion of the
Engineer, such bond ceases to be adequate to cover the performnance
of the work, the Contractor shall, at his expense, within five (5)
days after receipt of notice from the Engineer so to do, furnish
an additional bond or bonds in such form and amount, and with such
surety or sureties as shall be satisfactory to the City.. In such
event, no further payment to the Contractor shall be deemed to be
due under this Agreement, until such new or additional security for
the faithful performance of the work shall be furnished in manner
and form satisfactory to the City.
ARTICLE 6. CONTRACT DOCUMENTS: All of the documents hereinafter
listed form the Contract and they are as fully a part of the
Contract as if hereto attached, or repeated in this Agreement:
Advertisements for Bids
Proposal
Bid Bond
Contract
Performance Bond
Maintenance Performance
Instructions to Bidders
Specifications
Addenda
/L1gti��2
_e
i
P R O P O S A L
C0`1MISSION OF THE CITY
OF MIAMI, FLORIDA DATED
f���';r.• K�
SUBMITTED BY
ADDRESS
;, rt
CERTIFICATE OF COMPETENCY NO. /yS 35
Gentlemen:
The undersigned, as Bidder (herein used in the masculine singular,
irrespective of actual gender and number) hereby declares that the
only persons interested in this Proposal are named herein, that no
other person has any interest in this Proposal, or in the Contract
to which this Proposal pertains, that this Proposal is made
without connection or arrangement with any other person and that
at
this Proposal i s in every respect fai r, in good faith, and without
t�
collusion of fraud.
ass,
The Bidder further declares that he has complied in every respect
with all of the Instructions to Bidders, that he has read all
i
addenda issued prior to the opening of Bids, and that he has
satisfied himself fully relative to all ,utters and conditions
with respect to the work to which the Proposal pertains.
The Bidder proposes and agrees, if this Proposal is accepted, to
t
execute all appropriate Contract Documents for this purpose of
establishing a formal contractual relationship between him and the
City of Miami , Florida, for the furnishing of all material s and
'
the performance of all work to which this Proposal pertains.
The Bidder further agrees to execute a Contract within ten (10 )
consecutive calendar days after written notice being given by the
Engineer of the award of the Contract.
The Bidder certifies that this Bid is based upon all Items as
shown on the Plans and/or listed in these Specifications, and that
he has made no changes in these Contract Documents.
i
The Bidder further declares that he has carefully inspected the
site of the proposed work.
PROPOSAL
Page 2
B-2QO4
THE BIDDER STATES THAT THIS PROPOSAL IS BASED UPON THE CONTRACT
DOCUMENTS AND THAT HE ACKNOWLEDGES THE RECEIPT OF THE FOLLOWING
ADDENDUM (A):
ADDENDUM NO.,4 ) -�c L/ ADDENDUM NO. ADDENDUM NO.
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
BASE BID: THE TOTAL OF ITEMS 1, AND 2:
BASE BID
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
ITEM 1: For furnishing all labor, materials,
and equipment for the removal and replacement
of approximatley 8,000 square feet of roofing,
as shown on the Plans or noted in these
Specifications, the lump sum of
-7-,C Dollars and
C Cents
ITEM 2: Provision for Special Items, as
described in Division 2 - Special
Provisions, the sum of:
TEN THOUSAND
NO
Dollars and
Cents
5 Vo 000
ITt:M 1
510,000.00
ITEM 2
i
• - .... ........ _. _.
PROPOSAL
?age 3
BIDDER'S METROPOLITAN DADE COUNTY CERTIFICATE OF COMPENTENICY NO.
BIDDER'S COUNTY -MUNICIPAL OCCUPATIONAL LICENSE NO. /O J 7 ?
BIDDER'S INSURANCE EXPIRATION DATE -7%_3v,!�'C
Attached hereto is a certified check on the ,� Al
Bank of
or a Bid Bond furnished by �(/•%
on ing company
represented by A/'4
(Insurance gent
for the sum of Dollars
(S N�� ) made payable to The City of Miami, Florida.
The full nanes and addresses of persons and firms interested in
the foregoing Bid, as Principals, are as follows:
/1 / c/f 19 A s_ t t o Ic- / NG
/r►i/�� i i�A .3 3/,3.�
c "! /C.t D S`
Name o
SUBMITTED BY:
irm or ,orooratton
A ress of Firm or Corporation
3 3 / 3 F
Ci ty State Zi o
zzj - // ,f Z
� (Te ep one Number)
tgna ure
tgnature
(CORPORATE SEAL)
C
(Title)
i tl e
F
C
l
ti
e•
R
F
i
F
PROPOSAL
M" Page 4
STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10062
r
The Bidder certifies thathe has read and understood the
provisions of City of Miami•Ordinance No. 10062, which pertains to
the allocation of contracts to minority vendors.
The Bidder further certifies that he is/ice--+yet (circle one) a
minority provider of goods and services as defined by said
Ordinance No. 10062.
Violations of this Ordinance may be considered cause for annulment
of a contract between the Bidder and the City of Miami.
Date /V%� v�/ . 19�ck,-o-s /Coor��G
Name of BiMer
Name & Address of Entity
SWORN TO AND SUBSCRIR�
before me this r day
of 19—L-
Notaryub] 1c,/State or t t Barg
NOTARY PUDL STATE OF FLORIDA
My Commission Expires: NY COMMISSION EXP. DEC 21.1989
BONDED THRU GENERAL INS. UND.
9
FROM
/rfowi
TO C r �o �►,�, ss ,o.�/
a9o�/
4
-�cl *j;p.
n.{—
zc2—
r
n
0i
0
I . q"r i lil l•I ��� P.I �.I Il+nl. f I,.,,11!I� I'll . iilii r 1I1 II'II 11. II 41 IV IIIIII 111 mll1l ,III'1 IIIP 1!I IFIIllllliIII VIIIIIIII IIII vi lip mil, 1111! A11,41MIF-I Wq-' "ee.".177-7---�--
a
w
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
wl�
TO: Honorable Mayor and Members DATE: JUN 4 1986 FILE: B-2904
of the City Commission
SUBJECT: FIRE STATION NO. 4
- REROOFING
Awarding Contract
FROM: REFERENCES:
Cesar H. Odio
City Manager ENCLOSURES: (For Commission Meeting
of June 12, 1986) '
It is recommended that a resolution be
adopted accepting the low bid of IDEAL
ROOFING AND SHEET METAL WORKS, INC. for FIRE
STATION NO. 4 - REROOFING B-2904, received
May 20, 1986 in the amount of $68,618.00;
authorizing the City Manager to enter into a
contract on behalf of the City, and directing
the City Clerk to advertise for a public
hearing at the completion of work.
Bids were received May 20, 1986 for FIRE STATION NO. 4 -
REROOFING B-2904.
As reflected in the tabulation of bids, the S68,618.00 of Ideal
Roofing and Sheet Metal Works, Inc. is the lowest responsible
and responsive bid for the base bid of the proposal.
Funds are available under "Fire Department and Department of
General Services Administration - General Fund", and monies are
available for the estimated amount of the contract, for project
expense, for such items as advertising, testing laboratories,
and postage.
Twenty contractors picked up plans and specifications (minority
contractors: 1 hispanic, 2 black); 2 contractors submitted
bids (minority contractors: 0 hispanic, 0 black). The
engineers estimate was $70,000.
,.; DWC:EMP:gc
Resolution attached
cc: Alberto Ruder V
RECOMMENDED BY: C
�. J
A r� enne � ac e th Di rector
Minority and Women Business
Affairs Procurement
8E-42f: '.
FIRE STATTION NO. 4 - REROOFING
JOB NO. B-2904
CONTRACTOR'S FACT SHEET
I. Ideal Roofing and Sheet Metal
Works, Inc.
261 N.E. 73rd Street
Miami, Florida 33138 Phone: (305) 758-5571
II. Principals: J.A. Thompson, Jr. - President
III. Contractor is properly licensed.
IV. Subcontractors: None required
V. Experience: 48 years
AmeriFirst $ 136,000
Sofi tel S 80,000
VI. Not a minority contractor.
VII. 214 advertisements mailed out by regular mail
20 contractors picked up plans and specifications
(minority contractors: 1 hispanic, 2 black)
2 contractors submitted bids
(minority contractors: 0 hispanic, 0 black)
5/20/86
BID AWARD FACT SHEET
PROJECT NAME AND LOCATION - FIRE STATION NO. 4 - REROOFING - B-2904
1105 S.W. 2 Avenue
PROJECT SCOPE - The removal of both the north and south
roofs and replacing them with new
built-up roofs, also installing two
drainage structures.
ENGINEER ESTIMATED CONSTRUCTION COST - $70,000
DATE BIDS RECEIVED - May 20, 1986
NUMBER OF BIDS RECEIVED - Two (2)
NAME OF LOW BIDDER - IDEAL ROOFING AND SHEET METAL WORKS, INC.
AMOUNT OF LOW BID $ 68,618.00
Project Expense ( Est. ): $ 9,606.00
Incidentals (Est.):
Postage $ 50.00
Advertising $ 400.00
Testing $ - 0-
Blue Print & Copy $ 100.00
Sub -Total $ 78,774.00
Indirect Cost 396.00
Total $ 79,170.00
LENGTH OF TIME ALLOWED FOR CONSTRUCTION - Twenty (20) Working Days
SOURCE OF FUNDS - Fire Department and Department of General
Services Administration - General Fund.
Prepared By:
E. M. Pelaez
5/20/86
86-426:-
FlIeS-
efty
by the
TABULATION OF BIDS FOR
S r4 T101V A/d, .4 - IeCe eoA-II I
,oO A.N.
city-exrkrbealwas
itMr
' ff
tte.n.ad w xnrr" as per city coq w wstre ore.
asa Sena sssunt
o
O
xrro xrlti«
-
Minorltv ew wd
Bos-c 13,cV
lfCm � 2
� --
'� .•
XC
—ob ���iEG ARITIES LEGEND
A—
B —ws undsftt as to capital a twrpao of monasnw company
C—esrrasted utsnsxans
D—praposax 1M�rfeno/ orfaprsparly Man" or nocrpsrata t4ax
E
F—
G — =aprow ad sand
H— corroetalttsd
I-
J-
THE DEPARTMENT OF PUBLIC WORKS HAS TERMINED
G. N
An A
4�
r Z
`I
BID
ft
I*