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