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