Loading...
HomeMy WebLinkAboutR-90-0105J-90-82 2/6/90 RESOLUTION NO. — ®j A RESOLUTION ACCEPTING THE BID OF MINORITY- SYSTEMS, INC. AND SEALAND CONTRACTORS INC., A JOINT VENTURE, IN THE PROPOSED AMOUNT OF $326,110.00, BASE BID OF THE PROPOSAL, FOR SWIMMING POOL RENOVATIONS; SHENANDOAH AND WEST END PARKS CONTINGENT UPON THE BIDDER PROVIDING A 100% PERFORMANCE BOND WITHIN TEN (10) WORKING DAYS FROM RECEIPT OF NOTICE OF AWARD BY THE CITY; WITH MONIES THEREFOR ALLOCATED FROM THE 1990 CAPITAL IMPROVEMENT ORDINANCE NO. 10642, PROJECT NO. 331099 IN THE AMOUNT OF $326,110.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM, OR TO REJECT THIS AND ALL OTHER BIDS AND READVERTISE THE PROJECT IF ALL CONDITIONS ARE NOT MET. WHEREAS, sealed bids were received January 9, 1990, for SWIMMING POOL RENOVATIONS; SHENANDOAH AND WEST END PARKS; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from MINORITY SYSTEMS, INC. AND SEALAND CONTRACTORS. INC.. a ioint venture, be accepted as the lowest responsible and responsive bid; and WHEREAS, in order to safeguard the interests of the City, a satisfactory 100% performance bond is required of the low bidder, and this bond must be supplied within ten (10) working days of the bidder's receipt of notice of award by the City; 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: CITY COMMISSION MEETIN(# OF FEB 7 t990 Section 1.The January 9, 1990, bid of MINORITY SYSTEMS, INC. AND SEALAND CONTRACTORS, INC., a joint venture in the proposed amount of $326,110.00, for the project entitled Swimming Pool Renovations; Shenandoah and West End Parks, for the base bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. f Section 2-The amount of $326,110.00 is hereby allocated from the 1990 Capital Improvement Ordinance No. 10642, Project ` No. 331n99 to cover the cost of said contract. Section 3. The bidder shall supply to the City a 100% performance bond in a form acceptable to the City Attorney within ten (10) working days of receipt of notice of award by the City. Section 4.The City Manager is hereby authorized to enter into a contract on behalf of the City of Miami with MINORITY SYSTEMS, INC. AND SEALAND CONTRACTORS, INC., for Swimming Pool Renovations: Shenandoah and West End Parks, base bid of the proposal. Section 5. The City Manager is hereby further authorized to reject this bid and all other bids received January 9, 1990, in connection with this project and readvertise the project if conditions relating to the performance bond, as set forth in this resolution, are not met. Section 4.This Resolution shall become effective immediately upon its adoption pursuant to law. PASSED AND ADOPTED this 7th day of February , 1990. CAPITAL PROJECT: cs;';�7 EDUpFROU MI"GUE7_�" CIP PROJECT MANAGER 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_ SUBMITTED BYt LUI ETO-PORTARt PH.D., P.E. O ECTOR OF PUBLIC WORKS LEGAL REVIEW BY: RIAM MAER CHIEF ASSISTANT CITY ATTORNEY i APPROVED AS TO FORM AND CORRECTNESS: -3- ?4�81D SECURITY LIST • DATE BIDS RECEIVED:. a a__a y_3. - 1 g in.L' QD a.m. BIDDER TOTAL 8ID AMOUNT 00 BOND (or) e1 0 CASfHIER'S► CHECK Minority Systems. -Inc. and Sealand Contractors, Inc. $326,110.00 5% BB ACT Services, Inc. $408,000.,00 BB Voucher W—Ie2s mz'tECEIVED o (2 `) �V00 Public Works ---.,..® apes on fbehaf� of SICKED: l ity e®irtment iL DAT/E: /� o �tecewed the hereinabove described checks this ='n C"nt'ctibn with the hereinabove cited bids, which were naffed c the undersigned al o "'t`h' Accounting Division (or) e SICKED: (City Department) DATE: a s '- k Bid No. 89-90-047 ADVERTISEMENT FOR BIDS RECEIVED jN9 DEC 15 AR 9: 32 Sealed bids for "SWIMMING POOL RENOVATIONS AT SHENANDOAH D WEST END PARKS" will be rk of the C� -T0Vf41A J Florida at=11:00. on the9t 199 at the City TIOLWfice first flMiami Cify Hall, 3500 Pan American Drive, DinngrS w 4JJFUA1orida, 33133, at which time and place they will be publicly opened grid read. The project consists of replacing pool mechanical equipment and otherwise renovating and upgrading two municipal swimming pools. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-963 and No. 87- 915. For technical questions regarding plans and specifications, please contact the Special Projects Section, 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 be submitted in accordance with the Instructions to Bidders acid 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 Director of Public Works, 275 N.W. 2 Street, 3rd floor, Miami, Florida, 33128, on or after December 21, 1989. If bidders wish, a set of plans and specifications will be mailed to them by writing to the Department of Public Works and including a separate check for $8. There will be a $20 deposit required for the first set of p a'anns and specificattTons. Additional sets may be purchased for a fee Wiper set and this is not refundable. Deposits will be refunded only upon the return of one 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 designated a minority set -aside, construction project. Bidding will be restricted to City of Miami certified majority (Sl%) black -owned corporations and joint ventures. This certification process must he completed prior to the 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 (305)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-2934-A Req. 5568)._ t C E E 1 L REQUISITION FOR ADVERTIS 'C • 15 AN 9 �If�is appear. ' number must DEPT/DIV. Public Works/Construction In'theadvertisement. MATTY RAI ACCOUNTCODE PA-OJf=ct No. 331099, index No. 319201-28 � ? t ATE Dec. �, ].98G Clit t��A���I, Ft . PHONE U �aa q-687 APPROVED BY: i. r _ �AEPARED BY George E. Picard , I T s'' DIRECTOR OF ISSUING DEPARTMENT y{ ' publish the attached advertisement once Y (number of Umes) times. of advertisement:legalclassified fyPe(Che&-*0ne) _ dis 1 Fay l;iza� �i Starting date December 1, 989 j i 1 Ifat four words of advertisement: Sealed bids For 'f swinunin ! Pemarks: rrSWTMj-jThr Pom 39 Nn �101``, �NAt T�nnu 11A n . cm r PAR1"4ti B-2 34 T - DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.: 1 !: i LINE PUBLICATION .._"_ DATE(S) OF - ADVERTISEMENT. INVOICE AMOilNi' 0 A-1 B.2 .. - C-3 . D-4 — E-5 F3 F4 F5 } F7. F8y LINE TRANS VOUCHER DUE DATE F9 F90 - - YY MM OQ Adv. Doc. Reference VENDOR INDEX t,,OiE IE pR�EC. 11 0 1$ 13 4 1 17 18 V P 25 34 39.42 45 50 5i S6 57 ta'2 t33 — . 1 21 4 7 t3 V p 12 314 15 2 0 2 DESCRIPTION 5 2 fRO 00 3S olstaUNr EE { White' Purcasln9 r Paint, i ,. �: Yellow - Flnetnoad Pink —Department IS ti CITY OF MIAMI, FLORIDA Al CAml'l� INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM OCesar H. Odio City Manager GATE : Jf1N ,., O Id�O FILE _ i3-2934-`_ SUBJECT : ResollJuti on Awarding Contract for SWIMMING POOL RENOVATIONS SHENANDOAH AND WEST END PARKS REFERENCES! ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Minority Systems, Inc. and Sealand Contractors, Inc., for SWIMMING POOL RENOVATIONS; SHENA►dDOAH AND WEST END PARKS, received January 9, 1990 in the amount of $326,110.n0, Base Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROI)ND Amount of Bid: $326,lin.00 for two pool renovations. Cost Estimate/Budgeted Amount: Six pool renovations for S1,?00,000. Source of Funds: 1990 CIP Ordinance No. 10642, as amended - Minority Representation: Public Hearings/Notices: Assessable Project: No 231 invitations mailed 10 contractors picked up plans & specs (3 Hispanic, 4 Black, 0 Female) 2 contractors submitted bids (0 Hispanic, 2 Black, 0 Female) No public hearing/Bid notice published. Discussion: The Department of Public Works has evaluated the bids received n January 9,. and determined that the lowest responsible and responsive bid, in the amount of $326,110.00 is from Minority Systems, Inc. and Sealand Contractors, Inc., a black minority controlled joint venture. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. Resolution attached 90"'"' ;r 1. 2. 3. 4. 8. SWIMMING POOL RENOVATIONS SHENANDOAH AND WEST END PARKS JOB NO. B-2934-A CONTRACTOR'S FACT SHEET MINORITY SYSTEMS, INC. AND SEALAND CONTRACTORS, INC., a joint venture 320 N.E. 60 Street Miami, Florida 33137 Tel: (305) 751-0813 Principals: Moses Moss, President (Minority Systems, Inc.) Leonard Cecere, President (Sealand Contractors, Inc.) Contractor is properly licensed and insured. Subcontractors: None required at this time Experience: Corporation established in 1972 A black minority contractor. Project and Scope: The project consists of replacing pool mechanical equipment also renovating and upgrading Shenandoah and West End Park P 1 0o s. The project is located at: Shenandoah Park - 1800 S.W. 21 Avenue West End Park - 250 S.W. 60 Avenue Fifty (50) working days construction time. Funds allocated: Contract: $326,110.00 Project Expense 48,917.00 Blueprint: 200.00 Advertising: 600.00 Testing: 1,000.00 Postage: 75.00 SUB -TOTAL $376,902.00 Indirect Cost 4,297.00 TOTAL $381,199.00 Prepared by: G.E. Picard• M � _ll I�I ���II 15IIII I�Iy III(IIIJ 1i11 :111 ii ..I'�ll II p h1I 1I I I. 1 .. I !...._.... . �IIII...., ' �(W�iiYl1�iMIYi.MId+wJ,wi .I-w'i ..;.:�.....-v�+. ..�...:r95 alide�i:a�audvsr�nw�esra::de :: 1.k TABULATION OF BIDS FOR SWIMMING POOL RENOVATIONS AT SHENANDOAH AND WEST END PARKS Received by the .City Manager.City Clerk.City of Miami.Florids at Bloom 1 G oj Rs LICENSE C INSURANCE AS PER - CITY CODE C METRO ORD. YEr� BID BOND ACCOUNT IRREGULARITIES MINORITY OWNED ITEM DESCRIPTION PRICE UNIT TOTAL �. ALT ��.Rulc.ES a It.IG. Yes �g 1400 ct�EP� UNIT TOTAL PRICE UNIT PRICE I TOTAL NIT I PRICE 1 TOTAL �A►�s >�10 :. t c5 I -rw2u a, I 1524,110. 001 • 14oRn00.o0 I I I I _ 1 folt RENavATINC� y}�ENPH00aM Q�tic P©oL 153, 0�5.Co1 194,000.00 2 TOR W-roNovAzn0&L WefTW440 pt,czl'. ?4'0 t53. 055,001 ►014, 000. 00 3 'fcsZ c,?eC'% .L.. JTG " ep : 0,000. 20, 000. 00 _ IRREGULARITIES LEGEND A- No Pow#"f-Attorney @- Ho Affidavit es to Capital a Surplus of Bonding Company C- Corrected Extensions ®- Proposal unsigned or Improperly Signed or No Corporate Seal l..,r E-- !`- 3_ I4proper 81d Gond H- Corrected Bid �r Prepared BY: F PAIVA ' Checked 'By: l 19f1LV0 C-4eZ THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT The bid in the amount of $326,110 submitted by Minority Systems Inc. and Sealand Contractors Inc, a joint venture, is the loviest responsive and responsible,-biq 1__ =.tq_—�D BID NO. t9- ` c'-04'3 JOB "10 i