Loading...
HomeMy WebLinkAboutR-79-0604us additive item 2 ;less deduct.alternat:e, and for Item; `4 recommends that a contract be said ."firm; and WHEREAS, the Capital Improvements Appropriation No. 8716, as amended, was adapted on 'October 26, 1977, "Fire Fighting, Fire RESOLUTION NO;. 79 604. .,.A.RESOLUTION ACCEPTING THE BID OF`SANMAR GENERAL CONTRACTORS, INC. INTHE AMOUNT OF $867,000,, THE TOTAL. BID OF THE PROPOSAL "PLUS ALTERNATE ITEM 2 LESS DEDUCT ALTERNATE ITEM 4 FOR FIRE STATION NOS 4 (2ND BIDDING); WITH MONIES THEREFOREALLOCATED FROM THE "FIRE FIGHTING, FIRE PREVENTION, AND RESCUE FACILITIES G.O.. BOND, FUND"; WITH ADDITIONAL 1p���'j. MONIES ALLOCATED FOR PROJECT AND INCIDENTAL S r 1' „,y EXPENSES FROM AFORESAID FUND; AUTHORIZING D�u�Jj�,�ITHE CITY MANAGER TO EXECUTE A CONTRACT WITH i ' fr SAID FIRM FOLLOW WHEREAS, sealed bids were received August 21,:1979 FIRE STATION NO."4 (2ND BIDDING); and bid WHEREAS, the City Manager reports that the $867,00'0 SANMAR GENERAL CONTRACTORS, INC. for the total bidof; the proposal pl is the lowest responsible bid awarded Ordinance and monies are available for the proposed amount.. of the project expense, and i.ncidentals, f contract, rom the account entitle Prevention, and Rescue Facilities G.O.Bon Fund" as set forth under Section B, Item 3`:_ and Section " L of said ordinance; NOW THEREFORE, BE IT RESOLVED, THE CITY OF MIAMI, CONTRACTO Section RS, INC.. in FLORIDA: The August 21, the proposed •,amount of BY project entitled FIRE STATION NO. 4 (2ND , Item 2, THE COMMISSION OF "DOCUMENT INDEX TT ITEM tA�II g c9 --„ 1979 bid of SANMARNGGENERAL $867,000 for the BIDDING) for the total bid of the proposal plus alternate item 2 less Item deduct alternate 4, based on lump sum prices, is hereby accepted at the price stated therein' from Section the account Rescue Facilities contract. o cover the cost of said contract 2`. The amount of $867,000 is hereby allocated entitled "Fire Fighting, Fire Prevention, and G.O. Bond Fund" cover the cost of said CITY COMMISSION MEETING OF SEP 3-,'.419 OOWTION NO _ 6 O REMARIIB: ,.. 1 , Section3.Tie a• mount of $2 ,), 000, . s h ere bY . allocated• from the aforesaid fund tcover the cost of Pr teXponse Section4.The amount of $7O,0ishereh allocated fromthe aforesaid fund tocoverthe cost ofsuch incidental items as advertising, testing 1ahorateries and postage. sectiun5.T The City Manager is hereby authorized to enterintoa contracton behalf the City of Miami , • ,. ,w itn E A NmAR GENERALCONTRACTORS, for FIRE STATIONNo4(2N„BIDDING) totalofthe proposal plus 2 leas deduct alternate item 4 pAbbEDAN.ADOPTED ,his13th day ,September 1979' ATTEST: RA c.2 PH G. ONGIE, CITY CLERK PREPARED AND APPROVED BY: ROBERT F . CLARK ASSISSTANT CITY ATTORNEY APPROVED AS GEORGE TO FORM AND CORRECTNESS: -2- Maurice A. Ferre I 'I " S I P P n T 1 E 1 rr,i I‘ ("r FO" OAP' 7 9 6 0 4 BID SECURITY ITEM Fire Station #4 (2nd Bidding) public Works DATE BIDS RECEIVED August 21, 1979 BIDDER TYPE OF SECURITY Sanmar General Contractors =' 5808 Sna Vicente. Coral Gables, Florida 33146 BEC Construction'. Corp. 222 Almeria Avenue Coral Gables, Florida; LGH Construction,Corp. 2565 S.W. 27th Avenue Miami, Florida 33133 FOR AMOUNT ACCOUNTING USE Received the above described checks this day of FOR ACCOUNTING DIVISION L ' DEPTIDIV !� CITY OF MIAMI, FLORIDA REOUISITICN FOR ADVERTISEMENT FOR BIDS Public Works Pr c r. c t "'.09 0 2 0 ACCOUNT C DE, Q BID NO. � of PREPARED BY Joe `i`� '�i'~ PHONE CODE ITEM DESCRIPTION QUANTITY 7 ._1 J:rlcie), Unt) DATE 7123/79 UNIT PRICE AMT. QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS DATE DATE DATE DATE DATE DATE AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT S .,1 0 ''.yR 4`TATT0:' .' (7) •11.. 2 D PTPI),INf) TOTAL :BIDS TO BE SECURED FOR TIRE.STA`'."-, NO. !a (,'._.;. F,Tr1DT; '1 ) "SUPPORTIVE DCCU►,/„ f'tiTS FOLLO 0117 ESTIMATED COST: CONTRACTUAL: INCIDENTAL : a TOTAL $boo lJ0'„1 • 2`•.,,�000 12 rt0I0 - t 1' 0 APPROVED BY BE RECEIVED ON Atlr"l:l^ t ) r/ Lt ..1979 DIRECTOR OF ISSUING DEPARTMENT 74 y.,i 'Rescue `,ao it l t<:`_s Bond. 1l1?1 ? SOURCE OF FUNDS: To be filled in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED PROJECT CODE AD CODE •.. EXPENDITURE CONTROLLER (:OP/ES 7'O: Purchasing (Org.) - City Manager 7 City Clerk — Expenditure Control Issuing Department — Other Affected Department F UHM NO. 1013- REV. 74 WHITE GREEN PINK CANARY BLUE GOLDENROD J acs Bid.No. 78-79-112 SECTION: 00010:: ::ADVE.RTISEMENT, FOR BIDS Sealed bids for FIRE STATION NO. 4 (2ND BIDDING) will be received by the City Ma -ler -no 9- Cit Clerk of Miami Florida not later tha Oils@ I DO 1979 in the City Clerk's office, first floor of the Miam City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they will be publicly opened and read. The project consists of the construction of the new Fire Station No. .for the City of Miami, located at S. W. 2 Avenue and S. W. 11 Street, Miami, Florida. Plans and specifications were prepared by Bouterse,Perez,-and FabregaS, Architects/Planners. For, technical questions telephone (305) 358-2211. • , • , All, bids shall be submitted in accordance With'the'InstruPticns to Bidders and Specifications.. Plans and specifications may be obtained from the office of the director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications -are to be returfted in good order and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc. to be provided technical assistance in preparing bid packages. For further information call James D. Thomas, Administrative Assistant, at 579-3477. 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 allbids, and readvertise. JosePh'R.:GraPSie: , .. ity Manager "SUPPORTIVE C)C)(;IJ NI E:Pq11-5; . , FOLLOW" ' •. ", •,•. 1 411 Bid .No. 78-79-112 SECTION-' 00010. . ADVERTISEMENT FOR BIDS Sealed bids for FIRE STATION NO. 4 (2ND BIDDING) will be received by the City Ma er • e- Cit Clerk of Miami Florida riot later tha 19794.Othe City Clerk's office, first floor of the Miam CitY"Jfa1l,3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they will be publicly opened and read. ThelprOjectconsists of the construction of the new Fire Station. No-.14. for the City of Miami, located at S. W. 2 Avenue and S. W. 11 Street, Miami, Florida. Plans and specifications were prepared by BouterseiPerers and Fabregas, Architects/Planners. For technical questions, telephone (305) 358-2211. . . 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, 3332 Pan American Drive, Miami, Florida. Plans and specifications -are to be returned in good order and unmarked within 10 days after bids have been received. • • ' ThOSe.minority.or target area contractors/small businesses.. ..„ interestedin submitting bids are advised to contact COntractors. Training -,and Development, Inc. to be provided technical assistance in Preparing bid packages. For further information .call James D. Thomas,,Administrative Assistant, at 579 Proposal includes the time of=perforance, and specificatiofls contain provisions for liquid,td44mag7s07'fai?-t177t77776 thework-on time. The City Corninissiofl reservesthe right to waive any informality inanybid.,-: and the City Manager may reject any and, readVeSiSe. - . - "SUPPORTIVE DOCUMENTS FOLLOW" - 1 • SECTION 00010 Bid .No. 78-79-112 ADVERT/SEMENT. FOR BIDS Sealed bids for ,FIRE STATION NO. 4 (2ND BIDDING) will be receiyed. by the City Majagler and the City Clerk of' Miami, Florida not later thanc2•00 12...m. on the 21st day of Augus , 1979 in the City Clerk's office, first floor or rffer-lh m City Hall,. 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they will be publicly opened and read. The project consists of ..the construction of the new Fire Station No. 4'-for the City of Miami, located at S. W. 2 Avenue and S. W.,11.,Street,-.;Miamt, .Florida. .* , , . Plans and:: specifications: were prepared by Bouterse,perez, and'. Fabregas ',.•..ArChiteCts1Plannerb. telephone (305)`35.822114 • • „ • „ . . • .„ • • . „ _ ,,.,•„, , , „ . All .bids • shall . be. •submitted ' accordance with the Instructions to Bidders and Specifications. Plans and specifications may be obtained from the .6ffibe, 'director!, :.Department of Public.' „ Works, 3332 Pan American Plans and speci float ions; are. ,to be returned in good order and unmarked within 10 days. after - bids have .been.:receiVed. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc. to, be provided technical assistance in preparing bid packages. For further information call James D. Thomas, Administrative Assistant, at 579-3477. 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 infornifality . . , . , , in any bid, and the City Manager- may reject' any or all bZ! , and readyerti.se. .. . ..c.7.. . , i-= x rn -., 7.-....77 r...0 PPORTIVe'., )-ol r;fj"1' a , Joseph RE:Arassie— rn ity Manalelf c,, .... .< ..%.. _ M -n 'ci a) 0 • 6 NM Bid No. 78-79-112 SECTION 00010 ADVERTISEMENT' FOR BIDS Sealed bids for FIRE STATION NO. 4 (2ND BIDDING) will be received by the City Manager and the City Clerk of Miami", Florida not later than 2:00 p.m. on the 21st day of August, 1979 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 will be publicly. opened and read. The project consists of the construction of the new Fire Station No. 4;=for the City of Miami, located at S. W.'2 Avenue and S. W. 11 Street, Miami, Florida. Plans and specifications were prepared by Bouterse, Perez, and Fabregas, Architects/Planners. For technical, questions, telephone (305) 358-2211. 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, 3332 Pan American Drive, Miami, Florida. Plans and specifications.are to be returned in .good order and unmarked within 10 days after bids` have' been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training. and Development, Inc. to be provided technical assistance in preparing bid packages. For further information call. James D. Thomas, Administrative Assistant, at 579-3477. Proposal includes the time of performance,; and, specifications'; contain provisions for liquidated damages for failure to' -complete. the work on time. The CityCommission 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., ity Manager:` "SUPPORTIVE DOCUMENTS FOLLOW" 11:5: Joseph R. Grassie City Manager oF I NT R • (7.:i 7:7 I C") ''"°": Donald W. Cather, Director De . of PubIJcWg.kp August 29, 1979 PILE: B-2753-B vinJE:c4r: FIRE STATION NO. 4 (2ND BIDDING) - Resolution Awarding Contract PrEr.:41EN1CCS aNcLosuilcs: (For September 13, 1979 : Commission Meeting) • The Department of Public Works and the Department of Fire recommend adoption of the resolution accepting the bid received August 21., 1979 of SANMAR General Contractors, Inc. in the amount of $867,000 and authorizing the City Manager to enter into a contract in behalf of the City of Miami for FIRE STATION NO. 4 (2ND BIDDING) Bids were received August. 21, 1979 for the construction of a new fire station located at S.W. 2 Avenue and, S.W. 11 Street. As reflected in the tabulation of bids, the $867,000 bid of SANMAR General Contractors, Inc. is the lowest responsible bid for base bid of the proposal plus additive item 2 less deduct item 4. Funds have been allocated under the "Fire Fighting, Fire Prevention, and Rescue Facilities G.O. Bond Fund" for the estimated amount of the contract, for project expense, and for such items as advertising testing laboratories, and postage. "‘,9,LIPPOr)TiVE 1, , DC)CUI\IIENTS FOLLOW" 604 BID AWARD FACT SHEET For The City Manager • .pROJECT.NAME AND LOCATION IIRE.STATION NO. 4 (2ND BIDDING) B-2753-B ( - located at SW ,2 Avenue and SW 11 Street._ PROJECT -SCOPE ConStruCtion of new fire station.. , ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED • , • •".-. • NUMBER OF BIDS RECEIVED NAME OF LOW • BIDDER . • Sanmar. General Contractors -Inc., AMOUNT OF $856,000 - Base Bid LOW BID 22,000 - Additive Item 2 (11,000)- Deduct Item 4 $867,000 TOTAL FUNDS TO $900,000. BE ALLOCATED LENGTH OF TIME ALLOWED FOR CONSTRUCTION 300 calendar days • "SUPPORTIVE DOCU M F NTS FOLLOW" SOURCE OF FUNDS Fire Fighting and Rescue Facilities Bond Funds Form PW #389 FIRE STATION NO. 4 (2ND BIDDING) • JOB NO. B-2753-B CONTRACTOR'S FACT SHEET • Sanmar General Contractors, Inc. 5808 San Vicente Coral Gables, Florida 333.46 Phone: 667-0842 ' II.. Principals: Juan P., San Martin President Angel San Martin Secretary III. Contractor is properly licensed and insure. IV. Subcontractors: None required at this time. V. Experience: 41/2 years Carol City Fire Station (County) $400,000 Dade County Vehicle Maint. Shop $500,000 Homestead Library $800 000 VI. A minority contractor VII. 27 Advertisements mailed out by Certified mail 45 Advertisementsmailed out by regular mail 3 Contractors picked up plans and specifications 3 Contractors submitted bids Az, e r. • •"' "." Fr." ULL TABULATION OF BIDS FOR FhriE Tel /7 ON NO_ (f? B/DO/N4 City Manager, City Clerk Received by the (7.---,-:-..n•ix•,2,-CCl %-ty-o.k. City of Miami; Florida at 2:60 P. M. A • ••• ,-• • Bidder Licensed 1 Insured as Per City Code 5 Metro Ord. Bid Bond Amount -, L3.Ft.'s ()p. N./. I Ye. 5% Irregularities Item No. A 3 DESCRIPTION To7,54 31 D / ric•io 44 Sr 0'1 4 .3.90 effc• iv" n//,4444.1.0 7..9 V (3-3) SA I4/1.9 ); Rolocii. o1ejis7. • Unit Price Total 2,31,000.r. Unit Price Total z' .57 al Unit Total Price 5313 oat.).°2 Unit Price Totol • Unit Price . Total Unit Price Total' . 14e.,0 fiPoolch- blocx -FIR. A 6 170 U./ e A.! 1•.1 hen • .• ale,•13:1,7.:Ouid& Sc•AX W4711 1•.1 lieu o-r S Y-5 - 13, ban, --- 24° -• /CH. 7/1"1,7 1117-155Dil4 6,140/ 4.7ARcil /Votil-) (njePo) 1-!„ iv/ (IRA tit p Ice )-,Lcdp „Excidg, DeA ifiriz:&F 111 I RREGU LAR IT IES .LEGEND A - No Power -of. Attorney B - C - Corrected Extensions - Proposal Unsigned or improperly Signed or No Corporate Seal E — F - G - Improper Bid Bond H - Corrected Bid 1 - 1 Prep. By: 4:A. ibier.is IT IS,RECOMMENDED CDArLt1 __4/ ? Pi/t C • e)14' )-''YcCe6 000 A- 71/e. I?jcJP 'h{,- aricA1 le:;s ZA.-c. 4/-1, • DISTRIBUTION BID 78 —79 - //2. JOB NO. 13 -2 7L-5- rnou PW alna 7 Feb