Loading...
HomeMy WebLinkAboutR-80-0373RESOLUTION NO. 8 0 - 3 '7 3 A RESOLUTION ACCEPTING THE BID OF AMERICAN I ROOFING SERVICES, INC. IN THE PROPOSED AMOUNT OF $8.11229 BASE BID OF' THE PROPOSAL, FOR TACOLCY CENTER - REROOFING - 1980; WITH MONIES THEREFOR ALLOCATED FROM THE "CAPITAL IMPROVEMENT FUND" IN THE AMOUNT OF $8,122 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $893 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FRO14 SAID FUND THE AMOUNT OF $245 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, AND POSTAGE; ALLOCATING FROM SAID FUND THE AMOUNT OF $363 TO COVER THE INDIRECT COST; AND AUTHORIZING THE CITY MA14AGER TO EXECUTE A CONTRACT WITH SAID its ! rD7� TIVE FIRM DOCU1v'ILEN fS FOLLOW it WHEREAS, sealed bids were received May 6, 1980 for TACOLCY CENTER - REROOFING - 1980; and WHEREAS, the City Manager reports that the $8,122 bid of American Roofing Services, Inc. for base bid of the proposal is the lowest responsible bid and recommends that a contract be awarded to said firm; and WHEREAS, the Capital Improvements Appropriation Ordinance No. 9019, as amended, was adopted on November 8, 1979, and monies are available for the proposed amount of the contract, project expense, incidentals, and indirect cost from the account entitled "Capital Improvement Fund" as set forth under Section X, Item C-6(b), of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The May 6, 1980 bid of American Roofing, Inc. in the proposed amount of $8,122 for the project entitled TACOLCY CENTER - REROOFING - 1980 for the base bid of the proposal, based on a lump sum price, is hereby accepted at the price stated therein to cover the cost of said contract. "DOCUkIFNIT 1,"nEX Tr '► @-► lgu. CITY COMMISSION MAY i (_i i`. /'01-1 Section 2. The amount of $8,122 is hereby allocated from the account entitled "Capital Improvement Fund" to cover the cost of said contract. Section 3. The additional amount of $893 is hereby allocated from the aforesaid fund to cover the cost of project expense. Section ZI. The additional amount of $245 is hereby allocated from the aforesaid fund to cover the cost of such incidental items as advertising, testing laboratories, and postage. Section 5. The additional amount of $363 is hereby allocated from the aforesaid fund to cover the indirect cost. Section 6. The City Manager is hereby authorized to enter into a contract on behalf of The City of Miami with American Roofing Services, Inc. for TACOLCY CENTER - REROOFING - 1980, base bid of the proposal. PASSED AND ADOPTED this 22 day of May 1980. MAURICE A. FERRE M A Y 0 R ATTEST: CitX Clerk G" PREPARED AND APPROVED BY: p ,V 1 Assistant City Attorney APPROV �S TO FORM AND CORRECTNESS: City 'AtArne,y "SUPPOk%TIVE F7. i 1 11 �{ y - 2 - 80-373 i BID SECURITY ITEM Tacolcy Center-Reroofing-19 80 DATE SIDS RECEIVED May 6, 1980 79-80-69 3 Received lbb Coeval defrjibsd checks this 6th day of May 10.80. 01OR ACCOUNTING DIVISION CITY OF MIAMI, FLORIDA r- REQUISITION FOR QUANTITY REPRESENTS DEPARTMENT • ADVERTISEMENT FOR BIDS REQUIREMENTS FOR MONTHS 1 5 y +rb L - DEPTIDIV__.�I'.��c ,•� — _ DATE - Dn7E DntE DATE DATE DATE ACCOUNT CODE Q BID NO. - DATE O1 PREPARED BY PHONE_._. 1,AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT Z COCE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: P-2792 Public , Orit* ='S ADVERTISE ON ' of c� "SUP OR IV_ E lStJ� 11 - r __ -i, t I V V V �wf L.i�{1 BIDS TO BE RECEIVED ON y ItJ w FOLLOW TOTAL ESTIMATED COST: (j APPROVED BY: CONTRACTUAL:<:: $ INCIDENTAL: $ -,gIRECTOR OF ISSUING DEPARTMENT TOTAL $ SOURCE OF FUNDS: Y o bt lilh d try 6� EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER PROJECT CODE _�__ AD r.ol'II-S fo: Purchasing (Urg.) — City Manager — City Clerk—FapoidituroControl — Issuing Department — Other Allected Department WHITE FUHM NO IC43 REV 76 GREEN PINK CANARY BLUE GOLDENROD OW, Bid No. 79-80-69 ADVERTISEMENT FOR BIDS Sealed bids for the TACOLCY CENTER - REFOOFI14G - 1980 will be received by the City Manager and the City Clerk of the City of Miami, Florida not later than 2:00 p.m. on the 6th day of May, 1980 in the City Clerk's office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they twill be publicly opened and read. The project consists of removing the existing flat roofing, replacing~ with new, and replacing the existing flashinC,. The project is located at 836 62 Street. If there are any questions, call 579-6865, Earl I -Litman. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and specifications may be obtained from the director, Department of Public Horks, 3332 Pan American Drive, I0liami, Florida. Plans and specifications are to be returned in Food order and unmar;:ed within 10 days after bids have been received. Those minority or tar,et area contractors/omall businesses interested in submi.ttinFr bids are advised to contact ContrIlctors Trainintr and Developr,.ent, Inc. to be provided technical assistance in preraring bid pacicaf;es . Proposal includes the time of performance, and specifications contain provisions for l4 quidated damages for failure to complete the work on time. The City Commission reserves the riLht to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise. 1 Joseph R. Grassie City Manager "S vpPo D RT l VE QCLIP,' 1 fi"� NTS �LL0V;,, Bid No. 79-80-69 ADVERTISE14EIlT FOR BIDS Sealed bids for the TACOLCY CENTER - REFOOFII4G - 1980 will be received by the City ManaErer and the City Clerk of the City of Miami, Florida not later than 2:00 p.m. on the 6th day of Hay, 1980 in the City Clerk's office, first -7760- o ze iam117 M 1, 3500 Pan Arerica.n Drive, Dinner Key, IeIiami, Florida 33133, at which time and place they will be publicly orened and read. The pro,iect consists of r(,-r,-:ovinf; the existin,7 flat roofing; replacing; with new, and replacing the existin,- flashing. The project is located at 836 N.W. 6' Street. If there are any questions, tali 5,7,?-6365, Earl Nitman. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plan6 and specifications may be obtained from the director, Del.,artment of Public Works, 3332 Pan American Drive, I-iiami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 drys after bids have b-�en receive;.!. Those mincrity or tarcet area contractors/small businesses interested in submitting" bids are advised to contact Contractors Trainii:.r and Develorment, Inc. to be provided technical assistance in prer,arinE: 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. Joseph R. Grassie City Manager �y r� LL w -; -- J 0 19 .,LGVd f 1NT_1R•QF'1=1C!: .1AE'.1G:+A IN0liM Joseph R. Grassie May 79 1980 B-2792 City Manager N. Donald W. Cather Director of Public gorks TACOLCY CENTER - REROOFING - 1980 Resolution Awarding Contract (For Commission Meeting ■ of May 22, 1980) The Department of Public Works recommends adoption of the resolution accepting the bid received May 6, 1980 of American Roofing Services, Inc. in the amount of $8,122.00, and authorizing-; the City :•Tanager to enter into a contract on behalf of the City of Miami for TACOLCY CENTER - REROOFING - 1980. Bids were received May 6, 1980 for removing the existing flat roofing, replacing with new, and replacing the exist- ing flashing. The project is located at 836 N. W. 62 Street. As reflected in the tabulation of bids, the $8,122.00 bid of American Roofing Services, Inc. is the lowest responsi- ble bid for the base bid of the proposal. Funds have been allocated under the "Capital Improvement Fund" for the estimated amount of the contract; for project expense; for such item3 as advertising, testing labora- tories, postage; and indirect cost. JAH:he Resolution attached (�I I.., UPI "�• �� o<4 80-373 BID AWARD FACT SHEET For The City Manager PROJECT NAME AND LOCATION Tacolcy Center - Reroofing - 1980 B-2792 836 N. w. 62 Street PROJECT SCOPE The removal of the existing roofing from the flat roof section and replace with new including adding vents and repairing the flashing ESTIMATED CONSTRUCTION COST $152000.00 DATE BIDS RECEIVED May 6, 1980 NUIBER OF BIDS RECEIVED 2 NAME OF LOW BIDDER American Roofing Services, Inc. $8,122.00 TOTAL FUNDS TO BE ALLOCATED $99623.00 LENGTH OF TIME ALL01,1ED FOR CONSTRUCTION It 20 Working Days DQG l j p ! r . ` 'i it-, 11 ,.'.. SOURCE Or FUNDS F 1 ? n ' Capital Improvement Fund If Form PW #389 1/79 TACOLCY CENTER - REROOFING - 1980 JOB NO. B-2792 CONTRACTOR'S FACT SHEET I. Amercian Roofing Services, Inc. 2477 N. W. 68 Street Miami, Florida 33147 Phone: 836-5448 II. Principals: Joe Lewis) President Douglas D. Brinson, Secretary III. Contractor is property licensed and insured. IV. Subcontractors: None required at this time. V. Experience: 3 years Sturrup Grove Manor $99000 Opportunity Development Center(County) $38,000 VI. A minority Contractor VII. 29 Advertisements mailed out by Regular Mail 5 Contractors picked up Plans and Specifications 2 Contractor submitted bid I TABULATION OF BIDS FOR City Monnger, City Clerk r,• �� r `i t r, r.., t :+ 1'-:k, City of h4,ami. Florida of � � P. M. Received by the C:e•,• - ^i -•' . t' R. d •let �,eensed R Insvr.d as -Pe, Ciry Cede S Metro Ord. RJnit knit IrreAulai,n►1 unit Total TTotal IteUnit iJ^'t Total Price ' Un't Total Total Pace m Total Price DESCRIPTION Price Price Price No. i � I i ! i i DISTRIBUTION: IRREGULA?1TlES LEGEND If IS RECOMMENDED THAT Q 'r' f - A _ No Pouter. a$. Attorney t �= i _� PI J_'� ( r'� ' B `mot r f! f f!' r ^ r a •I 1" 1 i_)�`_ S r- C _ Correct►d Extensions t Y, BID OD D _ Proposal Unsigned or improperly Signe'J or Na Corporate Sec) 1 f _ fled--�`•y( i i� G _ Improper Bid Bond -� / I i r `� 10 8 N O. Corrected Bid Prep. Bye �l , r ! A 1-44 TABULATION OF BIDS FOR City Managwr, City Clerk h� '•'•-"ryi. t i �� Received by the C:e•, Co^z _v^nr-[:r, Clcrk, City of Miami, Florida of �'� P. M. ` t L•censed !i Insvrwd as Per City Code S. Metro Ord. [l•d C�ond Arno,,n► — Irrwqularihes Item I DESCP.IP TICN _ Unit Unit Tofol Unit Total Unit Price Total Unit I Price Total Unit Price oral No. Price Price Price ce Price j I I i ! i r i DISTRIBUTION: IRREGULARITIES LEGEND A _ No Poviier.of. Attorney IT IS RECOMMENDED J-HAT cf /,*7 ^� —� C — Corrected Extensions rt ��ft (� ! r�-•_�_� �.�I D _ Proposal Unsigned or improperly Signed or No Corporate Seal E F i ki BID �' �' �`� G Improper Bid Bond �/ •L ���J, — H _ Corrected Bid , i13 1 _ 'I JOB NO. r'14 Prep. By: �1 r !— I C 0 L: