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/ / .? -!