Loading...
HomeMy WebLinkAboutR-78-0433RESOLUTION NO+ 780 4 8 A RESOLUTION ACCEPTING THE BID OF JOE REINERTSON EQUIPMENT CO. It1 THE AMOUNT OF $93,000 FOR THE CONVENTION CENTER, PHASE II �- SITE PREPARATION ALLOCATING FUNDS FROM THE Us S. DEPARTMENT OF COMMERCE, ECONOMIC DEVELOPMENT ADMIIIISTRATIOW, LOCAL PUBLIC WORKS PROJECT GRANT; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS, sealed bids were received June 19, 1978 for the CONVENTION CENTER, PHASE II - SITE PREPARATION; and WHEREAS, the City Manager reports that the $93,000 bid of Joe Reinertson Equipment Co. is the lowest responsible bid and recommends that a Contract be awarded to said firm; and WHEREAS, funds are available for the above project from the United States Department of Commerce, Economic Development Administration, Local Public Works Grant; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The June 19, 1978 bid of Joe.Reinertson in the amount of $93,000 for the CONVENTION CENTER, PHASE II - SITE PREPARATION, namely Base Bid of the Proposal, is hereby accepted, with funds therefor hereby allocated from the U. S. Department of Commerce, Economic Development Administration, "DOCUMENT INDEX Local Public Works Project Grant. Section 2. The City Manager is here y tM'dr enter into a contract on behalf of The City of Miami with Joe Reinertson Equipment Co. for the CONVENTION CENTER, PHASE II - SITE PREPARATION. PASSED AND ADOPTED this 22 day of JUNE PREPARED AND APPROVED BY; Assistant City Attorney MAURICE A. FERRE 1978. MAYOR APPROVED AS TO FORM AND CORRECTNESS: / City Attorney 78-433 TO: t'R06!: 20 • CITY OF MIAMI, 'LORtoe> INtER,OFFIC.HZ MIMORANDUM Joseph Rs C7rassie City Manager William E. Parkes Director Department of Public Works 0-NTE 11EFF.ti��Nr�E�: June 22 s 1978 r,L, B 3i48-D CONVENTION CENTER 5 PHASE II - SITE PREPARATION Resolution Awarding Contract NCLO:i;c.Ui3FS: Bids were received June 19, 1978 for providing; labor and equipment needed to excavate and remove the following; from the site, located on the north river bank of the Miami River, between S. W. First Avenue and S. W. Second Avenue: foundations of structures (previously demolished), swimming pool, asphalt Paving, curbs and any other obstructions as noted in the Bid Documents; utility lines shall be excavated, removed and canned as indicated by Bid Documents; removing and/or pruning trees as indicated by Bid Documents; relocating temporary fencing; as indicated by Bid Documents. As reflected in the Tabulation of Bids, the bid of Joe Reinertson Equinment Co. in the amount of $93,000 for the CONVENTION CENTER, PHASE II - SITE PREPARATION, namely Base Bid of the Proposal, is the lowest responsible bid. THE DEPARTMENT OF PUBLIC WORKS, IN CONCURRENCE WITH THE COORDINATOR, MR. JIM CONNOLLY, RECOMMFT,Tn PDOpTiON OF THE RESOLUTION AWARDINf THE BID RECEIVED JTJUE 19, 1978 OF JOE REINERTSON EQUIPMENT CO. IN THE PROPOSED AMOUNT OF $93,000 ; AND AUTHORTZINO THE CITY MANA(IER TO ENTER INTO A CONTRACT IN BEHALF OF THE CITY OF MIAMI FOR CONVENTION CENTER, PHASE II - SITE PREPARATION. ( JAH:hc 78-433 MEW mium w miniWIWE IOW t0: 1110M: 0 CITY OF t.I?AMA. :"LCR1o.1 It4tER-OFPICE MEMORANDUM Joseph R. Grassie City Manager William E. Parkes Director Department of Public Works r .,re SI:R.J:..;f. EFF,itt_hCE3: NCLOSOR June 225 1978 B3i48-D CONVENTION CENTER, PHASE II - SITE PREPARATION - Resolution Awarding Contract Bids were received June 19, 1978 for providing labor and equipment needed to excavate and remove the following; from the site, located on the north river bank of the Miami River, between S. W. First Avenue and S. W. Second Avenue: foundations of structures (previously demolished), swimming pool, asphalt paving, curbs and any other obstructions as noted in the Bid Documents; utility lines shall be excavated, removed and canned as indicated by Bid Documents; removing and/or pruning trees as indicated by Bid Documents; relocating temporary fencing as indicated by Bid Documents. As reflected in the Tabulation of Bids, the bid of Joe Reinertson Equinment Co. in the amount of $93,000 for the CONVENTION CENTER, PHASE II - SITE PREPARATION, namely Base Bid of the Proposal, is the lowest responsible bid. THE DEPARTMENT OF PUBLIC WORKS, IN CONCURRENCE WITH THE COORDINATOR, MR. JIM CONNOLLY, RECOMMF?In ADOPTION OF THE RESOLUTION AWARDING, THE BID RECEIVIED JUNE 19, 1978 OF JOE REINERTSON EQUIPMENT CO. IN THE PROPOSED AMOUNT OF $93,000 ; AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT IN BEHALF OF THE CITY OF MIAMI FOR CONVENTION CENTER, PHASE II - SITE PREPARATION. JAH:hc 78-433 Mdmmi MMW MMM E1OJEOT_1'.AME PROJECT SCOPE ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED NUMBER OF BIDS RECEIVED NAME OF LOW BIDDER AMOUNT OF LOW BID TOTAL FUNDS TO BE ALLOCATED LENGTH OF TIME ALLOWED FOR CONSTRUCTION SOURCE OF FUNDS Form PW #389 6/76 $ID At4ARD _FAC'I'_SHEET Fob' The City Mariagel CONVENTION CENTER, PHASE II == SITE PREPARATION (Located on the North River bank of the I'4±atni River) between S. W. 1st Ave. and S. W. 2nd Ave,) For providing labor and equipment needed to excavate and remove the following from the site; foundations of structures (previously demolished)) swimming pool) asphalt paving) curbs and any other obstructions as noted in the Bid Documents; utility lines shall be excavated, removed and capped as indicated by Bid Documents, removing and/or pruning trees as indicated by Bid Documents; relocating temporary fencing as indicated by Bid Documents. $75,000,00 June 19, 1978 One Joe Reinertson Equipment Co. $93,000.00 so 60 calendar days E.D.A. Federal Grant CONVENTION (:ENTEA) PHASE II y SITE PPEPARATIOM (8 31484 ) 0ONTRACTOR'S,. ACT,_SHEET I. Joe Reinertson Equipment Company P. 0. Box 1104 Buena Vista Station Miami, Florida 33137 Phone: 324=5547 II. Principals: Bruce N. Reinertson, President III. Contractor is properly licensed and insured. IV. Sub -Contractors: Site Labor - Crumbley, Green & Reinertson, Inc. V. Experience: 23 Years Convention Center, Phase I - Site Excavation - $88,000. ---- Buena Vista C. D. Sanitary Sewer Modification - $64,364. VI. Not a minority contractor VII. 48 Advertisements mailed out 5 Contractor's picked up Plans & Specification 1 Contractor submitted bid. UMW assim EMIE MIME MEM MMW 1116 maw MB mat mm TABULATION OF BIDS FOR . CONVENTION CENTER! PHASE 1L — SITE PREPARATION City Manager, City Clerk Received by the ffi,.- ewe..eeioo- C:.I..r,--<, City of Miami, Florida a 2.00 P. M. J uNe I Q J, 1978 Bidder - 3;e14bueelsookilepCo. Licensed 1 insured as Per City Code S Metro Ord. Yes Bid Bond Amount S-ab Irregularities ---. Item No. Unit Price Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Toted Unit Price Tatar 'BASE DID: To/A/a{-z-4-�A1s /, 2, ? ''/ V. 5 74/1e r un t n 7 . '73 000.6-- 1 17-% i.1 A2. All /ALr,' A1/37.1 e41"p. / . el /'r • /FV 71.4 sile or vret,v i'ci' , .SJADS ,/ o//,EY +I ,,Pc J AJ Affie.4c,V Pd.5, -lie km, sV/tlei 47 000,°= .Z A 4.,, ,, A//A.A-4, MAT eegVie • Air Perep io y /IF• a/d.P.r�c.s:. A• Ac/:^.c titer •T/e•.r a/f%,1.7a 4 -A' 6, 4 J.) 14 /[r/ttp .ru/JI a 4.: / j `c %^.f-2 3 /ur.�•/s!1 „'/,1/ //'//.`('4 /, 4444r/,4 1: e .-e /A•'C. pile5 AS 5e 7` l3R M /n/ 'ail C12 rr-ovir///..y "PAY. oa�f "A4,"4"e.['J YlR /9�•,-/e)rcAt'Aie• ADrl Aj/Cer.X..zCc/A,VJ �c/t,� ..7cd,r..,,:el .^. .,r:/r•r d/Fn-/.T•s//eArif — 4iie ra.1- r/'cicr. n' c 41A" r C/A y : '°f ?. 2 4 oto °� 5 fret'.. 7DG Spec/A/lions 45 N64,c!/ /A' Pia 2 .Cr/+c, ,fir t/.� Wu. /u4� .SU/1y P �: rt . s. Gt� : - A - NoPower- B - C _ Corrected D - Proposal E _ F _ G- improper H _Corrected I_ J - Prep. j f IRREGULARITIES LEGEND IT IS RECOMMENDED THAT 7 o .Jtt e E/A/ee.. /� / A 81,0)/k'/JGJ , e AwAie 7E'cJrI DISTRIBUTION: of- attorney £rtens,ons Unsigned or improperly Signed or No Corporate Seal Bid 'Bond Bid By: sT,A• HARRIS. ,Jr;. )4-SO A/ -cc-CT 0 //on; erA I a /R1 /c . -Me "In700A1"/0% '1e/(1(7,, 42 n /'-L•K /hP fill. .to 13ci o-F- -FI,A Pi�lo iof' BID` �j 7� /� JOB NO. /3-31YP-2) STATE OF =RIM COUNTY OF DATE CITY OF MIAMI CfMN RALPH G. ONGIt City Clerk MaitY HIRAI Assistant City Clerk IDEPLIh CITY CLERKS Sylvia M. Mendosa Robert Norris Vvilhelmina Ei. Porter Robert E. Tingley STAFr Georgia M. Little MICROFILM DI%ISION Maria Isabel Fernandez Evelio Rizo I, RALPH G. ONGIE, City Clerk of the City of Miami, Florida., do hereby certify that Bids in connection with: Project: ''Convention Center" - Phase II - Site Preparation. Bid No.: 77-78-104. Job No.: B-3148-D. were received and properly held in a locked safe until the prescribed date and time of opening, namely, on June 19, 1978 at 2:00 P.M.. A Bid Security List was prepared containing names, arldresses and specific bids in connection therewith. Such Bid Security List is on file in the Office of the City Clerk. WITNESS MY HAND and the Official Seal of the City of Miami. SICK this 28th day of June, 1978. G. ONGIE City Clerk (SEAL) OFFICE OF THE CITY CLERK/City HaII/3500 Pan American Drive/Miami, Florida 33133/579-6065 IINMI UMW iiatil WWIY�ii� TABULATION OF BIDS CONVENTION CENTER, PHASE .: City Manager, City Clerk Received by the , City of Miami, Florida of FOR --. SITE_ PREPARATION- uNe I /� 'G1'�Q J 8 • OIL �d17 J 2 •/ • s Bidder ,,pp 11 1ne l etE e.a.F. ,,, Licensed 6'Insured as Par City Cot* $ Metro Ord. r C.5 Bid Bond Amount s%p �. • Irregularities , Item No. DESCRIPTION Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit . Prize .Total' • 1 /� Z, fAe su.N o . 93 ADO. ., _1. • F All . '. - mid.' i c w 2 oR c/ewc 04494 • ' c PIS / /u•r, - .susi s _ . ' 000 ob ---- --- ./ /'JC 4 mM71 fi,quip, 7R PeRPIl//N -- 3 ,CgAt/art 0114/(.6,,//A4 gr'fJ/pi1 ?7btl i/A),t �1�r' ASe. / e/A /N _ales 1.en�e•5 1)/u1 /ay`p son, of ; 3000.o= - '9 . .4W ' _i/e 0,2 41.11 ,1>,;X O f Y/% 40,Pt.e 5 71;4 /9.e0 C Q/s! 7/o / c?f CNLU42 ' AM' I IytL i(..J/WO ‘/,1A4•c cl/Rei-t Of Sgie Arehi'71.1 i i it Ai*Vryt�C Pe/cam .e »1,4,v dAY: sow G,ocO 4* Wild- rii• f, SlrLoCh4 (7,%/Ii,r AS i/oi•.01.441 �/ ! i - ,FO ." �',cnV. -/AP /um, sore P T : S •" a►��IO _ C _Corrected •D - Proposed f = G _ Improper H _ Corrected I _ - - A ArJbor. LEGEND IT IS RECOMMENDED THAT 74, Joe Fe1/Ne.e - _l A LQs171RRe1 ? Ze AwA,ec/ec ;; DISTRIBUTION: :IRREGULARITIES Power- of* Attorney esrtansions 'Unsigned or improperly Signed or No Corporate Seal Bid Bond Bid • . r e u„ .„o.< <� 7Lso Eq Uism eA/71 a . /A) 4-AC ;/newA/ T GT if93 00 ..'2-12 Fc R Ale BA• t O S BID77 /04)1 ( JOB NO. -3/Y8-D FORM PW 1306 2,69 IIpIIP II i!I ' �I'i'I,i' BID SECURITY nem Convention Center 'ease II Site Preparation Public Works BIObER Joe Reinertson EquipmentCo. June 194 1978 DATE BIDS RECEIVED.......:,:•— TYPE DF tECURITY Base $ 93000.00 AMOUNT P.O. Box 1104 Bucna Viota Station 33137 Miami. Florida BB 5% is ON ACtOUNTINO USE Received thy above d,scribad checks this _.._ _..-- cloy of FOR ACCOUNTING DIVISION 19 ITY OF MIAMI, FLORIDA i T REQUISITION FOR I QUANTITY REPRESENTS D PAR'''AENT REQUIREMENTS FOR _ _MO THS ADVERTISEMENT FOR BIDS 1)8 JUN Ralf) L J Git DEPTIDIV city of ACCOUNT CODE < BID NO . ,' ." . - _ DATE Z PREPARED BY PHONE ___. CODE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT. BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: ADVERTISE ON BIDS TO BE RECEIVED ON TOTAL ESTIMATED COST: CONTRACTUAL: $ INCIDENTAL : $ TOTAL $ SOURCE OF FUNDS: APPROVED BY: DIRECTOR OF ISSUING DEPARTMENT mlogg 1 4. l,I filled in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED PROJECT CODE r UI'lliS TO: Purchasing (Org.) — City Manager — City Cl+rk—Expenditure Control — Issuing Department — Other Af fted Department WHITE GREEN CANARY GOLecDENROD �;f.M NO *(4 - REV 74 PINK BLUE EXPENDITURE CONTROLLER AD CODE • • IMe MEW emw- Err IMP Bid No, 77=78=104 ADVERTISEMENT FOR BIDS Sealed bids for " ONVEWTIOW CEI TER P}1ASE 'I'E PR ATIOTI" will be received by the City Manager and the City Clerk of The City of Miami, Florida not later than,2.00 p.m4 on the 19th day of Jun 4 1978, in the Cit,, Clerk's office, "irst floor of tfe -- 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 job consists of providing labor and equipment needed to escavate and remove the following from the site, located on the north river bank of the Miami River, between S. W. First Avenue and S. W. Second Avenue: foundations of structures (pre?-iously demolished), swimming pool, asphalt paving, curbs and any other obstructions as noted in the Bid Documents; utility lines shall be escavated, removed and capped as indicated by Bid Documents; removing and/or pruning trees as indicated by Bid Documents; relocating temporary fencing; as indicated by Bid Documents. As time is of the essence, the Contractor must show the ability to begin the work with on -site labor on or prior to June 28, 1978 and work within the time schedule as indicated in the Specifications. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and Specifications may be obtained from the o"fice of the Director, Department o" Public Works, 3332 Pan American Drive, Miami, Florida. Plans and Specifications are to be returned in rood condition 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. for providing technical assistance in putting together bid packages. For further information pertaining to the above, call Mr. James D. Thomas, Administrative Assistant, at 579-6848. In addition to these measures, Contractors and Subcontractors will be required to comply with the provisions of Section 3 (Federal Regulations) which requires all developers, contractors, and sub -contractors create feasible opportunities to employ and train residents in the area of the project; and give preference in sub -contracting and purchasing of materials to business located in or owned in substantial part by persons residing in the area of the project. The estimated cost of the Site Freraration is $75,000, and is funded bi a Federal Economic Development Grant. The City Commission reserves the right to waive any informality in any bid, and the City Manarer may reject any or all bids, and readvertise. Joseph R. Grassie