Loading...
HomeMy WebLinkAboutR-88-019914 J-88-161 2/16/88 RESOLUT ION NO. 980-1.yy. A RESOLUTION ACCEPTING THE BID OF C. TARAFA CONTRACTING, INC. IN THE PROPOSED AMOUNT OF $24,900.00. BASE BID OF THE PROPOSAL, FOR FIRE STATION NO. 8 - WASHROOM MODIFICATIONS; WITH MONIES THEREFOR ALLOCATED FROM THE 1988 CAPITAL IMPROVEMENT ORDINANCE NO. 10347, PROJECT NO. 3130180 IN THE AMOUNT OF $24.900.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS. sealed bids were received February 9, 1988 for Fire Station No. 8 - Washroom Modifications; and WHEREAS, the City Manager and the Director of Public Works recommend that the bid received from C. Tarafa Contracting, 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 w313018 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE j CITY OF MIAM1, FLORIDA: Section 1. The February 9, 1988, bid of C. Tarafa Contracting, Inc. In the proposed amount of $24,900.00, for 1 the project entitled Fire Station No. 8 - Washroom 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 $24,900.00 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 1001988 Q RESOLUTION No. C7V 99. REMARKS: qw 1% Seat Ion 3. the City Manager is hereby authorized to enter Into a contract on behalf Of the City Of Miami with C. Tarafa Contracting. Inc.. for Fire Station No. a - washroom Modifications, base bid of the proposal. PASSED AND ADOPTED this loth day of March .988. ATT S MA TY HIRAI, CITY CLERK PREPARED AND APPROVED BY: T • ��C ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY AXAI[% D AS TO FORM AND CORRECTNESS: . UGHERTY CITY ATTO NEY -Z- X^-� C�7- �� AVIER L. SUARE , MA wigs w -% .Mr BID SECURITY Rso Fire Station No. 8-Washroom Modi f . �tTt O�Of Rttt��tO 2WE Ot SICURI?Y B�tOt• MAL Groden/Stamp Const. $24,486.0n $1,100.0 Official Ck. *TF',1711944 Falkav, Inc. $24, 900.00 $622.50 Official Ck. TE1640166 C. Tarafa Contracting $24,900.00 5� BB Rolando Cardenas & Assoc. $26,300.00 BB Voucher Cazo Construction Corp. $26,228.00 BB Voucher Van Topole Const. Inc. $26,300.00 BB Voucher H.O.M. Construction Corp $29,950.00 $2,500.00 BB Urban-4 Development Corp $32,549.00 BB Voucher The Redero Corp. $34,000.00 BB Voucher RECEIVA SIGNED •/PUBLIC WO KS envelopes. DATE: V q lttttvet � •• rt i,ll►t/ 0*tl• 1619 mot ACCOUNTUIC NVKIDM ,a• 10 1 Bid No. 87-88-035 ADVERTISEMENT FOR 81US Sealed bids for FIRE STATION NO. B - WASHROOM MODIFICATIONS B-2929F will be recqjY24--by the City Manajer an�.the City_ Clerk of the City of Miami, Florida at 1:00 a.m_ on the�fth day of February, 19$1 at the City Clerk's Office, first�Toor of- -tTie IgTaMl City HaT1,-, .—.Pan American Drive, 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 2875 Oak Avenue, Coconut Grove. 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 he 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 Uirector of Public Works, 275 N.W. 2 Street, 4th floor, Miami, Florida, 33128, on or after January 14, 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 (3U5)579-6856. 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 all bids, and readvertise (B-2929F, Req. 3697). Cesar H. Odio ``►�"' City Manager 88-199 LICITACION 1,40. 87-bd-u35 AVISO DE UCITACION Propuestas selladas para FIM STATION NO. 8 - WASHRJOM MODIFICA`PIONS B-2929F, 5eran recibidas por el Administrador y t31 jecretario Jv la Ciudaa de Miami, Florida, a mess tar -oar a ias 11:00 a.m. el dia ? be febrero de 1988, en la Uficina del Secretario, primer piso, Ayuntamientu se Riani, 3500 Pan American Drive, Dinner Key, Midni, Florida, 33133, a cuya gird y en cuyo Lugar seran µibiicamente abiertas y 'Leidas. E1 proyecto comprende is C)nstruccion ae faciliaades sanitarias y ae aseo para mu,jeres en aacha estacion de bomberos, la cuai Csta situada en el 2875 Oak Avenue, Coconut drove. Los licitadores hen de proveer bores de lieltaci6n y de cumplimiento de acuerdo a las resolutions no. 86-963 y no. 87-915. Para clarification de prea-untas tecnicas que resuiten de ios plans o especificaciones llame a Gregory Gay, a1 Departmento de Obras PGblicas, al (305) 579-bb65. Los participantes en la licitaci6n han de imluir oon sus docamentos copies del Certifleado de Competencia, conferido por Dade County, que lea autorisa desesperjar el trabaJo. Todas Las ilcitaciones oeran sometidas de acuerdo con Las Instructions a los Licitaoores y las 6specificaciones. Nuevas regulations municipales rcquieren que cads licitador presente sus propuestas en forma de originales en duplieado. Los juegus ae plans y especificaciones podran obtenerse en la oficina dei Director de Obras PGblicas, 275 N.W. 2 Street (4to Piso), Miami, Florida, a partir del 14 de enero de 1988. Se requerira un deposito de $20 por calla juego. Estos aepositos son reenbolsaoles unicamente si los plans y Las especificacione5 se devuelven sin marcas y en buen estado, al Departamento de Obras PGblicas, dentro ae un plazo de dos (2) semanas siguientes a la apertura de las licitaciones. Se avisa a ios interesaaos de las provisiones de la Ordenanza No. 10062, la cual se refiere a is otorgacion ae contratos a cninorias. La Ciudad requerira de ios interesados un Plan ae Accion Af innativu, segan aefinido en dacha Ordenanza, y segue sea requerido en Las instructions a los Licitadores. La Ciudad de Miami ha acoptado la Orderk=a No. 10032, la cual implementa el "First Source Hiring Agreement". Esta oraenanza tiene por objeto proveer oportuniaaaes para enpleo a residentes de la Ciudad ae Miami en contratos que resulten en la creation be nuevas plazas be trabajo. Los contratistas podran ser elegibles para reemboisos de gastos de salarios bajo este programa. Para mayor information airija5e ai Depto. de Obras Publicas, al (305)579-6856. Las propuestas incluyen el tienpo de ejecucion, y las especificaciones contienen provisos para la liquidation de danos incurridos por dejar de ccmpletar el proyecto a tienpo. La Comision de la Ciudad se reserva el aerecno a descartar cuaiquier informaiidad en cualquier licitacion, y el Administrador de la Civaaa puede rechazar cualquiera o todas Las propuestas, y reanunciar (8-2929F, Req. 3697). Cesar H. Odto Administrador Municipal 88-199 DEPT'DIV. ACCOUNT CODE DATE PREPARED BY REOUISITION FOR ADVERTISEMENT PHONE This number must appear in the advertisement APPROVED BY DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement times. Inumbet of times, Type of advertisement legal classified display (Check One) Size: Starting date First four words of advertisement: Remarks: 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 DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 1 2534 39 42 45 50 51 56 57 62 63 65.66 71 0 1 12 14 111 :VIP 2 10121218171 1 21314 7 8 V P 12 311141115 DESCRIPTION 36 64 DISCOUNT 69 72 AMOUNT 80 5 2 0 0 2 0 1 Approved for Payment White - Purchasing Yellow - Finance Pink - Department 88-199 CITY OF MIAMI. FLORIDA INTER -OFFICE MItMONANDUM To Honorable Mayor and Members of the City Commission rROM Cesar H . Od 1 o City Manager RECOMMENDATION OAtE . a i lam R1lE B-2429-F SUMAEC. Resolution Awarding Contract FIRE STATION NO. 8 - WASHROOM MODIFICATIONS REFERENCES ENCLOSURES It Is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of C. Tarafa Contracting, Inc., for FIRE STATION NO. 8 - WASHROOM MODIFICATIONS, received February 9, 1988 In the amount of $24,900.00, Base Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: S 24,900.00 % of Cost Estimate: 100% Cost Estimate/Budgeted Amount: $25,000/t30,000 Source of Funds: 1988 C.I.P. Ordinance No. 10347 as amended Minority Representation: 252 Invitations mailed 19 contractors picked up plans & specs (7 Hispanic, 2 Black, 2 Female) 9 contractors submitted bids (5 Hispanic, 0 Black, 2 Female) Two bids have been deemed non -responsive because of Insufficient or Improper bid security. 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 9 and determined that the lowest responsible and responsive bid, In the amount of $24,900.00, Is from C. Tarafa Contracting, Inc., a hispanic 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 q _/ 88-199 .-N FIRE STATION NO. 8 - WASMROOM MODIFICATIONS JOB NO. 8-2929-F CONTRACTOR'S FACT SMEET 1. C. Tarafa Contracting, Inc. 712 N.W. 78th Avenue Miami, Florida 33126 Tel: (308) 281-3463 2. Principals: Carlos F. Tarafa, President 3. Contractor Is properly licensed and Insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established In 1985. 6. A hispanic minority contractor. 7. Project and Scope: Fire Station No. 8 - Washroom Modifications 2875 Oak Avenue The project consists of constructing shower and toilet facilities within the various fire stations. Thirty (30) working days construction time 8. Funds allocated: Contract: S 24,900.00 Project Expense 3,485.00 Blueprint: 160.00 Advertising: 600.00 Testing: 250.00 Postage: 75.00 SUB -TOTAL S 29,460.00 Indirect Cost 325.00 TOTAL $ 29,785.00 Prepared by: E.M. Pelaez 16 Feb 88 8"9s �o FROM CITY OF MIAMI. RLONIOA INtEP1r0FF1C11 MEMORANDUM Cesar H. Odlo City Manager C. H. Duke, Chief Director of Fire, Rescue and Inspection Services batt January 27, 1988 `Lt SUBAC* Fire Station Nos.2,698/ Washroom Modifications otrt"tNccs ENCLOSURES 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 oft $90,000.00 Account Code No. 313018-289301-860 FINANCE REVIEW b APPROVED BY: CA US GARClA, DIRECTOR FINANCE DEPARTMENT BUDGETARY REVIEW 6 APPROVED BY: ADDITIONAL APPROVALS (IF REQUIRED) elc SERGIO RODRIGUEZ, DIRECTOR PLANNING DEPARTMENT FRANK R. MAY, AjQTING DIRECTOR FRANK CASTANEDA, DIRECTOR MANAGEMENT AND BUDGET COMMUNITY DEVELOPMENT 3 TABULATION OF BIOS FOR WAs��Pa�M MoDiF16AT/OrVS - i �- � s TAF10w IV0.6- eltr : a '%'»' Rocow / ,M)kmp c"mr. PLLKAV �►a . s r,w .� ae od. • n . 0 z � �oo•oo land trt E E- ,iCS wtttr A S E a •zA oo - Z zr$ — O /E A - Ir wow-st-aterear 8 —m attidw/t ON is aptsl t "1- Of N"lr* 00wr C—mrewtN Oit WOOD Q UPON IV "No" Or a fit* M"l E / scar. F- H - a.r«tw ou J- - ►y THE DELARTME"NTI OF PUBLIC WORKS l*S DETERMINED J i i BID 87-M- 03 n [ _ L -• l r I� Mrw' umpm !M Cft a+. Mth�0"� aW /wwwt �tttM IA�BULARITIES LEGEND A - M. fawr•N-mnwwn B-Ir 1MflMf! r q a�lbl s or*'- of owMlns an•n C - amlwid bfws/ar D -a wow I w lnrtwll s/smm or M arpo - 0 t E- jo 6 - aw�ow no Mod H - d+.a.. n. I- J- TABULATION OF BIDS FOR caltciI�+ls j n.�oc• I W#, ems. 101+sr ZGL � o. Nl. �.►sr. cam► uv� 4 �c r►�.. � Z. S� — �YMLR. JpJt►1�.1 THE DEPARTMENT OF PUBLIC WORKS HAS OETERMINED WE BID B 7- 88` 03. o/ / .? -!