Loading...
HomeMy WebLinkAboutR-90-0183,7-90 -1113 2/7 j90 RESOLUTION NO. 0 183 A RESOLUTION ACCEPTING THE BID OF MCM CORPORATION, IN THE PROPOSED AMOUNT OF $247,499.00, BASE BID OF THE PROPOSAL, FOR SWIMMING POOL RENOVATIONS; MORNINGSIDE AND VIRRICK PARKS, WITH MONIES THEREFOR ALLOCATED FROM THE 1990 CAPITAL IMPROVEMENT ORDINANCE NO. 10642, PROJECT NO. 331099 IN THE AMOUNT OF $247,499.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received February 6, 1990, for SWIMMING POOL RENOVATIONS; MORNINGSIDE AND VIRRICK PARKS; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from MCM CORPORATION, be accepted as the lowest responsible and responsive bid; and WHEREAS, the 1990 Capital Improvement Ordinance No. 10642, was adopted on September 28, 1989, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 331099 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1-The February 6, 1990, bid of MCM Corporation in the proposed amount of $247,499.00, for the project entitled Swimming Pool Renovations; Morningside and Virrick Parks, for the base bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. CITY COMMISSION MEETING OF MAR 8 1990 RESOLIA 10N NA Section ?.The amount of 5247,409.00 is here -by allocated from the 1990 Capital Improvement Ordinance No. 10642, Project No. 331099 to cover the cost of said contract. Section 3.The City Manager is hereby authorized to enter into a contract I / on behalf of the City of Miami with MCM CORPORATION, for Swimming Pool Renovations: Morningside and Virrick Parks, base bid of the proposal. Section 4.This Resolution shall become effective immediately capon its adoption. PASSED AND ADOPTED this 8th day of March --, 1990. ATTES MATTY RT-RAI, CITY CLERK LEGAL REVIEW BY: RIAM MAER CHIEF ASSISTANT CITY ATTORNEY CAPITAL PROJECT: CIP PR CT MANAGER SUBMITTED BY: W1S—We PU ETO-PORIAR,.D. , P.E. ---"QIRECTOR OF PUBLIC WORKS APPROVED AS TO FORM AND CORRECTNESS: V \VL Z.. 1 6.. '\Il C I Y ATTORNEY 1/ 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. - 2 �= JIND SECURITY LIST DID 1't'EM: S,,,iimminq Pool Renovations: MUInln sid, and Virr� Parks _� IIIND NO: 89-90-062 . vATE BIDS RECEIVED: uary 1-2 I : 2 0 a . m . TOTAL IN DER DID der) 1� ®!D Ak1OUM'i CASHIERS CHECK MCM Corp. $247,499.00 $13,000.00 BB Minority Systems, Inc. and $342,000.00 5% BB Sea.land Contractors _ ived ( �-envelopes can behalf of 0-drson receiving bids) u.i llG L 0 r% �' (City Department) on Received the hereinabove described checks this day of 19 in connection with the herinabove cited bids, which were sent to Treasury Management by the City Clerk x for appropriate posting. SIGNED: DATE: (Treasury Management Bid No. f9-90-o62 ADVERTISEMENT FOR BIBS Sealed bids for "SWIMMING POOL FMATIONS: MORNINGSIDE ND VIRRICK P ". 1 be rived by the and time City Cleric of the City of MiarM, Florida a c► rua�ry, 1990 t the City Clerics office first floor of the MiarM C 11 1 a , can MiaM, , Flo3lda, 33133, at which time and place the MIT- tvi l4�y -opened and read. The project consists of replacing pool mechanical equipment and otherwise renovating and upgrading two municipal swimming pools. Bides will furvrish bid bwds; in amardanm with Aesoludons W. f 6M and MD. 8I-915. For technical questions regarding plans and specifications, please contact tte Special Projects Section, at (305)579-6865. Prospwtive bidders will be required to suWt, with tteir bid, a copy of the appropriate Certificate of CampeiM, as issued by Dade C=4, vhich autfioriaes the bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. kv City regulations will require each bidder tbo submit proposals in duplimte originals. Plans and specifications may be obtained from the office of the Director of Ulic s, N.W. 2 Street, 3rd floor, Miami, Florida, 33128, on or after January 18, 1990. If bidders wish, a set of plans and specifications will be mailed to then by writing to the Deparhment of Public Works and including a separobe check for lit. Theme will be a $2D deposit required for the first set of plans and specifications AdditionaTsets my be for a fee of $2D per set n�is is not refundable. Deposits will be refunded only upon the retum of me :set 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. 10538 regarding allocation of contracts to minority vendors. This has been desiguted a vdno lly set -aside oorrxdiction project. Bidding will be restato Char of Mini certified ngj ly (51%) hispanic, blade, or waRe-offed aorpwatisms and joint vwhm. This certification process must be completed prior to the bidder submitting an Affirmative Action Plan, as defined in said Ordinance, and as require din the Instnictions to Bidders. The City of Miami has adopted Ordinance No. 10032, whidm irrple 2nts the "First Source Hiring Agrcea ent." The object of this ordinance is to provide eiTpl oy mnt opportunities to City of Miami residents on contracts resulting in the creation of new pemBnent jobs. Contractors may be eligible for gage reimbursement under this program. For furtber i nfan mati on contact the Departrremt of Public Works, City of Mimi, at (305)579-6856. ,A 100Z Pierforaarroe Bond will be regdred far this project. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for fai 1 ure to complete the work on time. The City Commission reserves the right to waive ary i nfonnal i t y in arty bid, and time City Manager may reject any or all bids, and neadvertise (B-2934-C Req. 5572). Cesar H. Odio City Manager ispu must appear REQUISITION FOR ADVERTISE MEN11 1,— 11 in the ad 71ertlisement. DEPTIDIV, ACCOUNT CODE Ej,Qlf-cl, Nc), 2 1 ;0 Q T!1jjr.,U ne DATE PHONE j 4 APPROVED BY: PREPARED BY DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement times. (number 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 I F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 -7-- T--T— 13 1 117 - I - r- 18 1 125.34 — 39 I 42 145 50151 56 57 62 63 65 .66 71 0 1 2 4 1 1 V IP-1 -I --I - 1 11 F I I I TT2 8 7I I I I I 1 23 4 7 8 V P 12 131415 DESCRIPTION 36 64 DISCOUNT 69172 AMOUNT 80 5 2 6 0T2 — 0 F Fli - I I I I I I I I I = Approved for Payment White — Purchasing Yellow - Finance Pink Department .77 a CITY OF MIAMI, FLORIDA CA= 11 INTER -OFFICE MEMORANDUM TO, Honorable Mayor and Members DATE Y� �� FILE B-29?4-C of the City Commi ss i on = sUEUECT Resolution Awarding Contract for SWIMMING POOL RENOVATIONS - MORRIHGSIDE AND VIRRICK PARKS FR;Cesar REFERENCES H. O d l o ENCLOSURES City Manager RECOMMENDATION It is respectfully recommended that the City Commi ssi o-n adopt the _ attached resolution accepting the low bid of MCM Corporation for _ SWIMMING POOL RENOVATIONS; MORNINGSIDE AND VIRRICK PARKS, received February 5, 1990 in the amount of $247,499.00, Base aid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $247,499.00 Cost Estimate/Budgeted Amount: % Of Cost Estimate: 82,r9; S30n,000.00/S400,000.00 Source of Funds: 1990 CIP Ordinance No. ?0641, as amended Minority Representation: 244 invitations mailed 11 contractors picked up puns & specs (4 Hispanic, 5 Black, 0 Female) 2 contractors submitted bids (1 Hispanic, 1 Black, 0 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 5, and determined that the lowest responsible and responsive bid, in the amount of 5247,499.on is from MCM Corporation, 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 attaches! SWIMMING POOL RENOVATIONS MORNINGSIDE AND VIRRICK PARKS JOB NO. 6-2934-C CONTRACTOR'S FACT SHEET 1. MCM CORPORATION 1401 S. W. 1 Street, No. 205 Miami, Florida 33143 Tel: (305) 541-6869 2. Principals: Jorge Munilla, President Raul Munilla, Secretary 3. Contractor is properly licensed and insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established in 1983 6. A hispanic minority contractor. 7. Project and Scope: The project consists of replacing pool mechanical equipment and otherwise upgrading two municipal swimming pools. The project is located at: Morningside Park - 750 N. E. 55 Terrace Virrick Park - 3500 Day Avenue Fifty (50) working days construction time. 3. Funds allocated: Contract: $247,499.00 Project Expense 44,550.00 Blueprint: 400.00 Advertising: 600.00 Testing: 1,nnn.On Postage: 75.00 SUB -TOTAL S293,564.00 Indirect Cost 3,347.00 TOTAL, $296,911.00 Prepared by: G.E. Picard TABULATION OF BIDS FOR SWIMMING POOL RENOVATIONS:MORNINGSIDE AND VIRRICK PARKS Received by the City Mannaer.City Clark.City of misal.Florlds at jj.eh A.M. P,M ce lFeauxa,( Jqq0 Bloom "Cu CORP. LICENSE Z INSURANCE AS PER CITY CODE A METRO ORD. 910 BOND ACCOUNT i�,,qoo. 3o se6 JAPERLARITIES MINORITY OWNED Y ITEM NO. DESCRIPTION I UNIT PRICE TOTAL LN417 PRICE 707AL UN17 PRICE TOTAL UNIT PRICE T07AL R%& er-- 15 %I-> , IT f,- "S I- a 247,41111. 00 THE - 00 15q I Soo. co I ra-, m4m*J,­VAnsjCC THew N;%aA%Cw. f'A-q_VZ, dfr-,C1A-L- IM-MC, 2i1 000 . 00 20, 000. C)a IRREGULARITIES LEGEND THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT A- No Power-o f -Attorney 0- No Affidavit 09 to Capital & SUrPIUS Of Bonding Company C- Corrected Extensions — rwe 6,oe) On Pic" e-O&P. A.O#VA-e -7-0 136 Z45?a,.jsjvi9 D- Proposal unsioned or improperly Stoned or No corporate seal A"q e" "Oee. E- F- 6- Improper Bid Bond H- car I- WIM83 JOB NO. BID NO. 89-90-062 B-2934- chocked By: w