Loading...
HomeMy WebLinkAboutR-88-0198P-, V, % J-88-132 2/16/88 RESOLUTION NO. 813-19H A RESOLUTION ACCEPTING THE BID OF VAN TOPOLE CONSTRUCTION, INC. IN THE PROPOSED AMOUNT OF $23.669.00, BASE BID OF THE PROPOSAL, FOR FIRE STATION NO. 6 - WASHROOM MODIFICATIONS, WITH MONIES THEREFCR ALLOCATED FROM THE 1988 CAPITAL IMPROVEMENT ORDINANCE NO. 10347, PROJECT NO. 313018, IN THE AMOUNT OF $23,669.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received February 16, 1988 for Fire Station No. 6 - Washroom Modifications; and WHEREAS, the City Manager and the Director of Public Works recommend that the bid received from Van Topole Construction, Inc. be accepted as the lowest responsible and responsive bid; and WHEREAS, the 1988 Capital Improvement Ordinance No. 10347, was adopted on November 19, 1987, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project *313018 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The February 16. 1988, bid of Van Topole Construction, Inc. In the proposed amount of $23,669.00, for �1 the project entitled I Fire Station No. 6 - Washroom w Modifications, for the base bid of the proposal, based on lump sum prices, Is hereby accepted at the price stated therein. Section 2. The amount of $23,669.00 is hereby allocated from the 1988 Capital Improvement Ordinance No. 10347, Project No. 313018 to cover the cost of said contract. CITY COMMISSION MEETING OF MAR 10 1988 SOLUTION No. MARKS. IL 1 &*atIon a. The City Manager Is hereby authorla*d to enter into a Contract On behalf of the City of Miami with Van Topole Construction, Inc., for Fire Station No. Q - washroom Modifications, base bid of the proposal. PASSED AND ADOPTED this 10t day of March , 1988. XAVIER L. SU 2, MAYOR OAT M TY HIRAI.. CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY i APPROVfrD'AS TO FORM AND CORRECTNESS: C A A. DO GHERTY C 1 TY ATTOR� EY 0 lb 1% 0 BID SECURITY FIRE STATION P6-WASHROOM FEBRUARY 16, 1088 Re, MODIFICATIONS 0471 dip$ RECE"Ito _ 11 : 00 A. i 7TFE OF SECURITY TOTAL a1�OW T ROLANDO CARDENAS h ASSOC 716 N.W. 33 Ave. MIAMI ,FI.A. 33125 BROKEN D01�'N IN ITE"�S THE REDERO CORP 5435 S.W. 117 Ave MIAMI.FLA. 33165 BROKEN DOWN IN IT INS RAMON MOTH 4617 N.W. 156 St. 1IAMI,FL. 33154 BROKEN DOk'N `) IN ITEMS FALKAN INC. 14050 S.W. 84 St. IIA11I , FL. 33183 BROKEN DOWN IN ITEMS CAZO CONSTRUCTION CORP 3501 S.W. 8 St. 4IAMI,FLA. 33135 BROKEN DOWN IN ITEMS VAN TOPOLE CONSTRUCTION INC. 1971 N.E. 147 La NORTH MIAMI,FLA. BROKEN DOWN IN ITEMS RECEIVER on bOhalf of RU HA G IV./PUBLIC WORKS �l� envelopes. SIGNED: DATE: / 1�, --- 69selved fh� 060,0"i► ro( Ibtit al»ek• AImmm J01e &CCOUNT/NG NVISION d /-- N I& Bid No. 87-88-034• ADVERTISEMENT FOR Q�D,S " Sealed bids for FIRE STATION NO. 6 - WASHROU14 MbDIFICATIOO will be received by the City Manager and the City Clerk 9fr the Clty,of. Miami, Florida at" 11:00_ A^ on the 16th day of February, 1988,� at the. city Clerk's Office, first floor of the Miami City Hall, 359D -Pan American!'Ottve, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. The project consists of constructing shower and toilet facilities for women within the Fire Station. The address of the job is 701 NW 3b Street. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86- 963 and No. 87-915. For clarification of technical issues as presented in the construction documents and specifications please contact Gregory Gay, at (305)579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, which authorizes the bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate originals. Plans and specifications may be obtained from the office of the Director of Public Works, 275 N.W. 2 Street, 4th floor, Miami, Florida, 33128, on or after January 21, 1988. There will be a $20 deposit required for each set. Deposits will be refunded only upon return of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance No. 10062 regarding allocation of contracts to minority vendors. The City will expect prospective bidders to submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instructions to Bidders. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305)519-6856. Proposal includes the time of provisions for liquidated damages The City Commission reserves the and the City Manager may reject Req. 3696). vo r ZC 6 0e rrt'1•• U zi --cl performance, and specifications contain for failure to complete the work on time. right to waive any informality in any bid, any or all bids, and readvertise (8-2929D, Cesar H. Odio City Manager AA-198 r`a` "+ --% w LICITACION NO. 87-88-034 AVISO DE LICITACION Propuestas selladas para FIRE STATION NO. 6 - WASHROOM MODIFICATIONS B-2929D, serfin recibidas por el Administrador y el 3ecretario de la Ciudad de Miami, Florida, a mas tardar a las 11:00 a.m. el dia lb de febrero de 1988, en la Oficina del Secretario, primer piso, Ayuntamiento de Miami, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, a cuya Nora y en cuyo lugar seran publicamente able rtas y leidas. E1 proyecto comprende la construction de facilidades sanitarias y de aseo para mujeres en dicha estacion de bomberos, la cual esta situada en el 701 NW 36 Street. Los licitadores han de proveer bonds de licitaci6n y de WmPlimiento de aouerdo a lss resolutions no. 8"63 y no. 87 915. Para clarification de pre&ntas t6cnicas que resulten de los pianos o especificaciones llame a Gregory Gay, al Departmento de Obras PGblicas, al (305) 579-6865. Las participantes en la licitaci6n han de incluir con sus docamentos copia del Certificado de Campetencia, conferido por Dade County, que lea autocue dAA m 6 OR r el trabajo. Todas las lieltaciones seran sometidas de acuerdo con las Instructions a los Licitadores y las Especificaciones. Nuevas regulations municipales requieren que cada licitador preaente sus propuestas an forma de originates en dupllcedo. Los juegos de pianos y especificaciones podran obtenerse en la ofici.na del Director de Obras Publicas, 275 N.W. 2 Street (4to Piso) , Miami, Florida, a partir del 21 de enero de 1988. Se requerira un deposito de $20 por calla juego. Es tos depositos son reembolsables Gnicamente si los pianos y las especificaciones se devuelven sin marcas y en buen estado, al Departamento de Obras Publicas, dentro de un plazo de dos (2) semanas siguientes a la apertura de las licitaciones. Se avisa a los interesados de las provisioner de la Ordenanza No. 10062, la coal se refiere a la otorgacion de contratos a minorias. La Ciudad requerira de los interesados un Plan de Accion Af irmativa, segun definido en dicha Ordenanza, y se6u'n sea requerido en las Instructions a los Licitadores. La Ciudad de Miami ha adoptado la Ordenanza No. 10032, la cual Implementa el "First Source Hiring Agreement". Esta ordenanza tiene por objeto proveer oportunidades para anpleo a residentes de la Ciudad de Miami en contratos que resulten en la creation de nuevas plazas de trabajo. Los contratistas podran ser elegibles para reeabolsos de gastos de salarios bajo este programa. Para mayor iriformacion dirijase al Depto. de Obras Publicas, al (305)579-6856. Las propuestas incluyen el tiempo de ejecucion, y las especificaciones oontienen provisos para la liquidation de dahos incurridos por dejar de ccmpletar el proyecto a tienpo. La Comision de la Ciudad se reserva el derecho a descartar cualquier informalidad en cualquier licitacibn, y el Administracior de la Ciudad puede rechazar cualquiera o todas las propuestas, y reanunciar (B-2929D, Req. 3696). Cesar H. Odio Administrador hUnicipal RS-198 4 REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. DEPT'DIV. ACCOUNT CODE DATE _. PREPARED BY _ PHONE Publish the attached advertisement tnrimber or Imes, Type of advertisement: legal classified —_ (Check One) display Size Starting date First four words of advertisement. APPROVED BY DIRECTOR OF ISSUING DEPARTMENT times Remarks: I DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DIDAdv. Doc. Reference VENDOR INDEX CODE BJE PROJECT 11 13 1 17 18 25134 39142 45 50 51 56 57 62 63 65 66 71 0 1 2 4 1 VIP I 1 1 12101212 8 7 1 2 314 7 8 V P 121314 15 DESCRIPTION 36 64 DISCOUNT 6 72 AMOUNT 80 5 2 0 0 2 0 1 Approved for Payment White - Purchasing Yellow - Finance Pink - Department AA-19A 1 0 CITY OF MIAMI. FLORIDA INTEROFFICE MEMORANDUM To Honorable Mayor and Members Of the City Commission FROM Cesar H . Od l o City Manager RECOMMENDATION DATE MAR 1 1MA FILE B-2929-0 suejtCT Resolution Awarding Contract FIRE STATION NO. 6 - WASHROOM MODIFICATIONS REFERENCES ENCLOSURES It Is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Van Topole Construction, Inc., for FIRE STATION NO. 6 - WASHROOM MODIFICATIONS, received February 16, 1988 In the amount of $23,669.00, Base Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: $ 23,869.00 Cost Estimate/Budgeted Amount: % of Cost Estimate: t25,000/t30,000 Source of Funds: 1968 C.I.P. Ordinance No. 10347 as amended 95% Minority Representation: 252 Invitations mailed 17 contractors picked up plans & specs (5 Hispanic, 2 Black, 2 Female) 6 contractors submitted bids (3 Hispanic, 0 Black, 2 Female) Public Hearings/Notices: No public hearing/Bid notice published Assessable Project: No. Discussion: The Department of Public Works has evaluated the bids received on February 16 and determined that the lowest responsible and responsive bid, In the amount of $23.669.00, Is from Van Topole Construction, Inc., a female minority controlled corporation. Funds are available to cover the contract cost, and for such incidental Items as postage, blueprinting, advertising, and reproduction costs. Resolution attached 3 -� 0 1 It FIRE STATION NO. 6 - MASMROOM MODIFICATIONS JOB NO. 8-2929-0 CONTRACTOR'S FACT SMEET 1. Van Topole Construction, Inc. 1971 N.E. 147th Lane North Miami, Florida 33181 Tel: (308) 947-2202 2. Principals: Alexandra van Topole. President 3. Contractor Is properly licensed and Insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established In 1988. 6. A female minority contractor. 7. Project and Scope: Fire Station No. 6 - Washroom Modifications 701 N.W. 36th Street The project consists of constructing shower and tollet facilities within the various fire stations. Thirty (30) working days construction time 8. Funds allocated: Contract: _ -23,689.00 Project Expense 3,311.00 Blueprint: 150.00 Advertising: 600.00 Testing: 250.00 Postage: 75.00 SUB -TOTAL S 28,055.00 Indirect Cost 310.00 TOTAL S 28,365.00 Prepared by: E.M. Pelaez 16 Feb 88 a 40 CITY OP MIAMI. PLOWDA INTEA•OPRICE MEMORANDUM TO Cesar H. Odio Batt January 27, 1988 City Manager su.iEct Fire Station Nos.2,6,8/ Washroom Modifications C. H. Duke, Chief �ESE�Er.cts Director of Fire., Rescue and Inspection Services tNCtOsuREs This Department has verified available funding with the Departments of Finance and Management and Budget that funds are available to cover the cost of the subject bid (and Stations 6 6 8, when bid) in the amount of: $90,000.00 Account Code No. 313018-289301-860 FINANCE REVIEW b APPROVED BY: CA OS GARCIA, DIRECTOR FINANCE DEPARTMENT BUDGETARY REVIEW 6 APPROVED BY: ADDITIONAL APPROVALS (IF REQUIRED) SERGIO RODRIGUEZ, DIRECTOR PLANNING DEPARTMENT FRANK R. MAY, A9TING DIRECTOR FRANK CASTANEDA, DIRECTOR MANAGEMENT AND BUDGET COMMUNITY DEVELOPMENT 3 8s-1% It TABULATION OF BIDS FOR ��PF .f T 4 7 0/4/ moo, - WA SN�P�OOrvI MOB/FAG A % /o�S / cfq v s.N. ....�..� .. fir vawdw 41R9f�1.S s eo�►z?. eottTr. n VAN 'rivi-b 1. 6ON'SE lQd. `� bb .Iouc ►+EnL no s .. rw en as. s veers �.. Vouc�R. dpuGN� 'A5e ' B 1 D A • ftvm-M-ntwm 8 -ir utlowls r a arfal • aha■ of awslM a"Mr C -on oil miawwr 0 -w"w" Iw1/w a up owil na.s or 0 an pw at wll E� F� 0 - sw ou as rw H sw"woao I- J- „r �s v Z3 lib') 2'b -77- Z:/ zzb- 21 3Sa- no120 THE OEPARTMENT OF PUBLIC O S�HAS DETEP441NEo v , i HLfi- 1310 87-Pfj -034 IW&. A - M 1tir.-.f-atwm B-Ib AfflAHt r b fM♦fg1 • f�1r N MHn� f)N�1 C - elnwlN fstwfw Q.-wvwm asiond or twwwfl OfpN or M! wvr*to an E- F- e - morew Y• nrw H - a,nwlw me I- J - �n TABULATION OF BIDS FOR A.M. ,sz 1 THE DEPARTMENT OF PUBLIC MORKS HAS DETERMINED BIO 57_65 -03¢ 4w