Loading...
HomeMy WebLinkAboutR-02-0210J-02-131 2/13/02 s O�, - 210 RESOLUTION NO. • A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF MCD CONSTRUCTION & SERVICES, INC., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER PURSUANT TO INVITATION FOR BIDS DATED JANUARY 8, 2002, FOR THE PROJECT ENTITLED "WILLIAMS PARK BUILDINGS AND POOL RENOVATIONS PROJECT, B-6407", IN THE AMOUNT OF $198,900; ALLOCATING FUNDS FROM SAFE NEIGHBORHOOD PARKS BONDS, CAPITAL IMPROVEMENTS PROJECT NO. 331351, AS APPROPRIATED BY THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT ORDINANCES, AS AMENDED, IN THE AMOUNT OF $198,900 FOR THE CONTRACT COSTS, AND $33,885 FOR EXPENSES, FOR A TOTAL COST OF $232,785; AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The bid of MCO Construction & Services, Inc., the lowest responsive and responsible bidder pursuant to CITY COE47ZASION m`r-r1 ' C; b3, .� 2002 lif:9i31ilf14ty gip, 02- 21.0 Invitations for Bids dated January 8, 2002, in the proposed amount of $198,900 for the project entitled "Williams Park Buildings and Pool Renovations Project, B--6407", for the total bid of the proposal, based on lump sum and unit prices, is accepted at the price stated herein. Section 2. The total estimated project costs of $232,785 are allocated from Safe Neighborhood Parks Bonds, Capital Improvements Project No. 331351, as appropriated by the Annual Appropriations and Capital Improvement Ordinances, as amended. Total project costs consist of $198,900 for contract costs and $33,885 for estimated expenses incurred by the City. Section 3. The City Manager is authorized!' to execute an agreement, in a form acceptable to the City Attorney, with MCO Construction & Services, .Inc. for the project. li The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. Page 2 of 2 02- 210 Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor./ PASSED AND ADOPTED this 7th day of March ATTEST: TY - IA SCHEIDER AEqING CITY CLERK wffl� W NUELA. DIAZ, MAYO APPROV;O"�S& FX AND CORRECTNESS NDW VTLARELLO ATTORNEY W5995:tr:LB z/ If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 CITY OF MIAMI, FLORIDA INTER-OFFICE MEMORANDUM CA=1 TO: The Honorable Mayor and DATE : Members of the City Commission SUBJECT: FROM:, REFERENCES: Carlos A. Gimenez City Manager ENCLOSURES: FEB 26 2002 FILE: RESOLUTION Awarding' Contract for Williams Park P,4ildi�gs and Pool Renovations Project —W07 RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution accepting the low bid of MCO CONSTRUCTION & SERVICES, INC., a company located at 6600 NW 27 Avenue, Suite 202, Miami,. Florida, whose principal is Ann McNeill, President, for the project entitled WILLIAMS PARK BUILDINGS AND POOL RENOVATIONS PROJECT, B-6407, received January 8, 2002, in the amount of $198,900.00 total bid, authorizing the City Manager to execute an agreement on behalf of the City. BACKGROUND Work History: Amount of Bid: Cost Estimate: No work history with City $198,900 $213,000 % of Cost Estimate: 93.38 Duration: 120 working days Source of funds: Safe Neighborhood Parks Bond Funds, Project No. 331351 as appropriated by the annual Appropriations Ordinance, as amended. Minority Representation: 19 invitations mailed to Black & Female firms 6 contractors picked up bids and specs 1 Hispanic, 1 Black, 3 Female, 1 Black/Female 3 contractors submitted bids 0 Hispanic, 1 Black, 1 Female, 1 Black/Female Public Hearings/Notices: No public hearing/Bid notice published Assessable Project: No Discussibn: The Department of Public Works has evaluated the bids received on January 8, 2002, and determined that the lowest responsible and responsive bid, in the amount of $198,900.00 is from MCO Construction & Services, Inc., a Black/Female minority controlled corporation. Funds are available to cover the contract cost and for such incidental. items such as postage, blueprinting, advertising and reproduction costs. j. Dy CAG J J/FP/mm 0 WilliamsftrkRenova ions -B6407 02-- 210 ,T a 3r 9a 3 B dgetary Impact Analysis 1. Department 4/ 0 V Divisio n /� 2. Agenda Item # (if mailable) ^ 3. Title'aad brief description of i ' lation attach ordinancelresolution: c /r ,Z n 7 4. 5. Is this item related to revenue? NO: YES (If yes, skip.to item #7.) Are there sufficient funds in Line Item? " YES: Index: Code Minor Obj. Code Amount $ NO: Z Complete the following questions: Source of funds: Amount budgeted in the Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the following line items: &W 9) To 3%g3o!; ! 53, 3 �7 I 1 11 , i a s fir.. 'IM 755 1 CQ", P- 1Jeu+ c, 8N 1 »-• 34131 L'onslr. l�ra�re�� c��gu+ 7. Any additional comments. in n e 3143DS' o . 31 jos — 7Amb 3rq D3 - iSlV r✓E C I P * 3 S. 7A,ed by: WR APPRO L. r' r25 2.1 2.0,eZ Al. a ure Date Dte epartment /Deaianso Niaaagement and Budget Date ,-� Date 02- 2A0 �`A� 31��b51�y.'Z�331� 1 ErUt7.'1�1 TI) : 3145/a�0 33i 351 I�rv�.gvcs To' 3 5, 3 51 ,T a 3r 9a 3 B dgetary Impact Analysis 1. Department 4/ 0 V Divisio n /� 2. Agenda Item # (if mailable) ^ 3. Title'aad brief description of i ' lation attach ordinancelresolution: c /r ,Z n 7 4. 5. Is this item related to revenue? NO: YES (If yes, skip.to item #7.) Are there sufficient funds in Line Item? " YES: Index: Code Minor Obj. Code Amount $ NO: Z Complete the following questions: Source of funds: Amount budgeted in the Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the following line items: &W 9) To 3%g3o!; ! 53, 3 �7 I 1 11 , i a s fir.. 'IM 755 1 CQ", P- 1Jeu+ c, 8N 1 »-• 34131 L'onslr. l�ra�re�� c��gu+ 7. Any additional comments. in n e 3143DS' o . 31 jos — 7Amb 3rq D3 - iSlV r✓E C I P * 3 S. 7A,ed by: WR APPRO L. r' r25 2.1 2.0,eZ Al. a ure Date Dte epartment /Deaianso Niaaagement and Budget Date ,-� Date 02- 2A0 FACT SHEET - DEPARTMENT OF PUBLIC WORKS �- DATE; 1 / 10 / 2002 JOS NUMBER: 8-6407 PROJECT NAME WILLIAMS PARK BUILDINGS AND POLL RENOVATIOS CIP NUMBER. 331351 LDCATION: 1717 NW 5th Avenue Miami Florida 33135 OTHER TYPE: PROJECT MANAGER I EXT. No.: Femando Palva Jr. 1 305-416-1242 FEDERAL (C.D.13.G.}: 0 ASSOCIATED DEPARTMENT: Paras Department S.N.P.B.P. Melia Perez. 305 416-1314 STATE BOND: Q EMERGENCY: 0 COMMISSIONER DISTRICT: 5 BID REQUEST. FORMAL M INFORMAL C] RESOLUTION No.: DESCRIPTION: This roect consists of the construction of interior and exterior renovations to the main recreation and pool buildings, the refurbishing of the pod and pool deck and site Improvement work including landscaping. (IF !lE . CONTINUE ON THE 0AC3Q SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST (% OF CONST. COST) ADVERTISING $ 501.00 (E) OUTSIDE DESIGN $ --- TESTING I SURVEY / PLAT $ $ 3,549.00 lE) P.W. DESIGN & BID DOCUMENTS $ 15,912.00 ,, ^8.0% CONSTRUCTION $ 198 900.00 (BID) CONSTRUCTION ADMINISTRATION $ 13,923.00 ?'� OTHER: $ (E) $ (E) 15.0% (E) - INTIMATE TOTAL $ 232,785.00 CrOTAL ENG. FEE) ESTIMATED cONST. COS $ 213 000.00 CONTRACTOR'S INFORMATION: CLASS: 0 ® 0 NON - MINORITY TYPE OF WORK: AjohiltocturaYMSInseriM MINORITY = a] UM YEARS OF ESTABLISHMENT: 9 Years LICENSE CCT -06057$ NAME: MCO Constr- on & Services Inc. TELEPHONE: (304) 898-4344 ADDRESS: 8800 NW 27 Avenue Sts. 202 CITY, STATE, ZIP: Miami, FL 33147 Sd.6r1 3 = JOINT P - PRIME S = SUB B = BLACK H = HISPANIC F - FEMALE CONTACT PERSON: Ann MONeiil, President Austin St. LOUIS Jab Su ntandent (786)412 -SM SU13.CONTRACTORS: NAMES: Eiectrical: Energetic Mg!ctric Pumbin : All Hill Plumbing COPIT°s: Al mslrANT DIRECTORS, WST ANALYSIS. FILE, A1360CIATFD PI:PT, CI► P MANAGER REIV. 10108 02- 210 FORMAL BID WILLIAMS PARK BUILDINGS AND POOL RENOVATIONS 11 CIP Number: 331351. Project Number: B-6407 Project Manager: FERNANDO PAIVA Date: I I s / 2002 Person who received the bids: FERNANDO PAIVA Received at: CITY CLERK'S OFFICE, MIAMI CITY HALL Construction Estimate ' = $ 213,000.00 Time: 10:00 a.m. MCO CONSTRUC HON & CONSTRUCTION AFFAIRS, BIDDER SERVICE, INC. INC. EDFM CORP. 66DD NW 27 AV6-, Ste 202 2651 -A NW 20 Si. 1022 NW 54 ST. ADDRESS MAW, FLARIDA 33141 MAKE, FLORIDA 33142 MIAMI, FLORIDA 33127 BID BOND AMOUNT BID VOLUIER 5% RB 5+i B.B. IRREGULARITIES K B MINORITY OWNED �s res YES KNIT UNIT UNIT UNIT ITEM No. DESCRIPTION PRICE TOTAL PRICE TOTAL PRICE TOTAL PRICE TOTAL BASE BID: BEMs I s $199,900.00 $249,475.00 5335,332.00 1 FOR RENOVATION WORK OF RECREATION BUILDING. $49,000.00 $64,915.00 $61,013.00 THE LUMP SUM OF 567,000.00 564,260.00 $55,710.00 2 FOR RENOVATION WORK OF POOL HOUSE, TILE LUMP SUM OF $25,900.00 531,000.00 5147,490.00 3 FOR RENOVATION WORK OF POOL AND POOL DECK. THE LUMP SUM OF 542,OD0.00 $64,300.00 $$6,124.00 4 FOR RENOVATION WORK OF SITV- LANDSCAPE AND PARKING LOT, TBE LUMP SUM OF $15,000.00 $15,000.00 5l 5,000.00 5 PROVISION FOR SPECIAL ITEMS, THE LUMPSLIM OF 1T HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE * ;S LEGEND I IRREGULARITIES LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM 111 O IO A -- No Power- -Attorney B — No Affidavit as to Capital & SwPlue of Bonding Company SERVICE. INC. FOR THE TOTAL AMOUNT OF $198,900.©0 C - Garroted Extensions D Proposal unsigned or improperly Signed or no Corporate Seat It the above contractor is not the lowest bidder explain: E — Incompiele Extensiom (On hid copy of proposal) I( �► F -- Non - rupotrsm bid ® U — improper Iltd !Bond H — No Cattdieate of C:otnpeteney Number L - No Fust Nousce Hmng Compliance Statement J — No Mmorrty Comp6anee Ntstm=t K — No I)W wale Bid Proposal SULEI I OF I L — No Carty lkcupatroltal License 11 BID ITEM • 0 CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST WILLIAMS PARK BUILDING AND POOL RENOVATION B-6407 BID NO: 01-02-045 DATE BID(S) OPENED: JANUARY 8 2002 TIME 10:00 a.m. I BCDDER � AMOUNTTOTAL BID � C A BOND HIER'S(ERCH)ECI:� MCO CONSTRUCTION & SERVICES, INC. CONSTRUCTION AFFAIRS, INC. $ 198,900.00 VOUCHER idrefQi e ° y one C was sent to 249,475.001 B.B. 5% EDFM CORP. 335332.00 B.B. 5% a 0—'TY— received _s - received timely and � other offers suFrrs E` so:c'!ation, if C �: are herehv rR,-f�,a nr �..�� U -f n c ' a r ''`rte received L )envelops on behalf of Person receiving hid(s PUBLIC WORKS on (City Department) (Date) SIGN • Depury City Clerk ► CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To : Walter J. Foeman City Clerk FROM: ny ra Depart t of PublicWorks DATE: December 3, 2001 FILE : B-6407 SUBJECT: ,Williams Park Buildings and Pool Renovations" REFERENCES: ENCLOSURES: I Please note that contractors will submit bids for the following project: "WILLIAMS PARK BUILDINGS AND POOL RENOVATIONS, B-6407" on Tuesday, January 8"', 2002 at 10:00 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager Fernando Paiva, a representative overseeing the project is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact me at 416-2131. TP/tp Encl. c: Albert Dominguez ra D x Yvette Smith Project Manager a —+ r` C-.) i l File� I- "r, f P BID NO. 01-02-045 �� ADVERTISEMENT FOR BIDS Sealed bids for "WILLIAMS PARK BUILDINGS AND POOL RENOVATIONS, B- 40.7)' vNR be,-09ceived by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the 8th day of Jan[ *!i 2042, at to City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinna� ey, Ili, rni'- lorida, 33133, at which time and place they will be publicly opened and read. Any bic�!1111 t6d �r the above appointed time will not be accepted by the City Clerk. 7: 0- The project consists of the furnishing of all labor, materials and equipment for the renoMon work of two buildings, a pool and pool deck at Williams Park located at 1717 NW 5th Avenue, Miami, Florida. The work includes replacement and/or repair of ceramic the floors, cabinets, light fixtures, paintwork, pool and pool deck resurfacing and landscaping. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions_ or clarifications regarding lans specifications, or City requirements- please submit written requests to Mr. Jorge Avino P.E. Assistant Director Department of Public Works 444 S.W. 2 Avenue 8 Floor Miami Florida 33130. The written request may be faxed to 305 416-2153 followed by mailing or hand delivering the written copy. Under Miami -Dade County Ordinances Nos. 98-106 and 99-1 there will be a "Cone of Silence" during the bid period and the City's responses to questions must be in writing only. Prospective bidders must have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be performed, or the appropriate Certificate of Competency or the Ste Contractor's Certificate of Registration as issued by Miami - Dade County Code, which authorizes the Bidder to perform the proposed work. A General Contractor (GC) License shall_ be required for this project. 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 at the Department of Public Works, 444 S.W. 2�nue, 8th Floor, Miami, Florida 33130, on or after December 7th, 2001. There will be a 20 deposit required for the first set of specifications. Specs can also be mailed to bidders upon written request to the Public Works Department including a separate check in the amount of $8. Additional sets may be purchased for a non-refundable fee of $20. Deposits will be refunded only upon return of one set of 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 Nos. 10062, 10538 and 10332 regarding allocations of contracts to minority vendors, contractors and sub -contractors. THIS PROJECT HAS BEEN DESIGNATED AS A SET-ASIDE FOR CITY OF MIAMI CERTIFIED FEMALE, AND BLACK -OWNED FIRMS. DETAILS ARE CONTAINED IN BID SPECIFIATIONS. ALL BIDDERS WILL BE REQUIRED TO SUBMIT THEIR CURRENT MIWBE CERTIFICATION, UPON REQUEST. (Ordinance is contained in bid specifications). 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) 416-1200. 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 of all bids, and re -advertise. (B-6407, Req. 05519). Carlos A. Gimenez City Manager