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