Loading...
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*