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: