HomeMy WebLinkAboutR-97-0684J-97-678
9/26/97 9 7 - 684
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF MARIN
& MARIN CONSTRUCTION, INC.,.(BIDDER) IN
THE AMOUNT OF $ 29,650.00 TOTAL BID, FOR
THE PROJECT ENTITLED: "MORNINGSIDE
SEAWALL IMPROVEMENTS PROJECT, B-4596";
ALLOCATING FUNDS THEREFOR FROM PROJECT
341170, AS APPROPRIATED BY THE FISCAL
YEAR 1995-96 CAPITAL IMPROVEMENT
ORDINANCE No. 11337, AS AMENDED, IN THE
AMOUNT OF $ 29,650.00 TO COVER THE
CONTRACT COST AND $10,500.00 TO COVER
THE ESTIMATED EXPENSES, FOR AN ESTIMATED
TOTAL COST ' OF $40,150.00; AND
AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT WITH THE SUCCESSFUL
BIDDER, IN A FORM ACCEPTABLE TO THE
CITY ATTORNEY.
WHEREAS, sealed bids were received September 11, 1997, for
"MORNINGSIDE SEAWALL IMPROVEMENTS PROJECT, B-4596" and;
WHEREAS, the City Manager and the Interim Director of the
Department of Public Works recommend that the bid from MARIN & MARIN
CONSTRUCTION, INC., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, the Fiscal Year 1995-96 Capital Improvement Ordinance
No. 11337, as amended, appropriated monies for the proposed amount of
the contract, project expenses, and incidentals under Project No.
341170;
NOW THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
CITY COMUSSION
KEETING OF
0 CT 14 1997
Resolution No.
Section 1. The recitals and findings contained in the Preamble
to this Resolution are hereby adopted by reference thereto and
incorporated herein as if fully set forth in this Section.
Section 2. The September 11, 1997, bid of MARIN & MARIN
CONSTRUCTION, INC., in the amount of $ 29,650.00, for the project.
entitled "MORNINGSIDE SEAWALL IMPROVEMENTS PROJECT, B-4596", based on
lump sum and unit prices, is hereby accepted.
Section 3. The total estimated project cost of� $40,150.00 is
hereby allocated from Project No. 341170, as appropriated by the
Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as
amended. Said total project costs consist of the $29,650.00 contract
cost and $ 10,500.00 estimated expenses incurred by the City.
Section 4. The City Manager is hereby authorized) to enter into
a contract, in a form acceptable to the City Attorney, on behalf of
the City of Miami with MARIN & MARIN CONSTRUCTION, INC., for
"MORNINGSIDE SEAWALL IMPROVEMENTS PROJECT, B-4596",.
Section 5. This Resolution shall become effective immediately
upon its adoption.
PASSED AND ADOPTED this 14th day of October 1997.
OE CARO LO
T
OR
' 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 —
97- 684
•
El
CAPITAL PROJECT REVIEW:
GRANT SHEEHAN
C.I.P. COORDINATOR
FINANCE REVIEW:
LOURDES REYES,
COMPTROLLER
SUBMITTED BY:
Q02,-
6�d.AMES J. Y, .
INTERIM DIRECTOR
DEPARTMENT OF PUBLIC WORKS
PREPARED AMAPPROVED BY:
YAMIto MARRO TREHY
ASSIATANT CATYATTORNEY
APPROVED AS TC1 FORM AND CORRECTNESS:
A OUIW JON S ,
CITY ATTO E
'Izolia
- 3 -
BUDGET R IEW:
DIPAK PA EKH, DIRECTOR
OFFICE OF BUDGET AN
MANAGEMENT ANALYSIS
97- 684
TO: Honorable Mayor and Members
of the City Commission
FROM
Edward Marqu
City Manager
RECOMMENDATION:
CITY OF MIAMI, FLORIDA CA=3 MEMORANDUM
DATE OCT 2 FILE: B-4596
SUBJECT:Resolution Awarding Contract
for Morningside Seawall Improvements
Project, B-4596
REFERENCES:
ENCLOSURES: Resolution
It is respectfully recommended that the City Commission adopt the attached
resolution accepting the low bid of Marin & Marin Construction, Inc., a company
located within the City of Miami, whose principal is Frank Marin, President, for
"Morningside Seawall Improvements" Project, B-4596", received September 11, 1997
in the amount of $ 29,650.00, Total Bid; authorizing the City Manager to enter
into a contract on behalf of the City.
BACKGROUND: Previous work with the City:
1. Garcia Brothers Seawall Repairs, H-1085 in the amount of $149,650.00
Amount of Total Bid: $ 29,650.00 % of Cost Estimate:51.1%
Cost Estimate: $ 58,000.00
Source of Funds: Project No. 341170 , as appropriated by Fiscal Year 1995-96
Capital Improvement Ordinance No. 11337, as amended
Minority Presentation: 260 invitations mailed
19 contractors picked up specs
( 6 Hispanics, 3 Blacks, 0 Female)
9 contractors submitted bid
( 5 Hispanics, 2 Blacks, _0 Female)
Public Hearings/Notices: No
Discussion: The Department of Public Works has evaluated the bids received on
September 11, 1997 and determined that the lowest responsible and responsive bid,
in the amount of $ 29,650.00 is from Marin & Marin Construction, Inc., a.non-
minority controlled corporation. Funds are available to cover the contract cost,
and for such incidental items as postage, blueprinting, advertising, and
reproduction costs.
Attachment: Proposed Resolution
1
w7 — RR 4
•
•
FACT SHEET
PUBLIC WORKS DEPARTMENT DATE 9/17/1997
JOB No.: B-4596
CIP No.: 341170
PROJECT NAME: MORNINGSIDE SEAWALL IMPROVEMENTS
TYPE: .
LOCATION: N.E. 55 Terrace and N.E. 59 Street at Bay
FEDERAL PARTICIPATION:
PROJECT MANAGER: Leonard Helmers/Juan Ordone2
ASSESSABLE:
ASSOCIATED DEPARTMENT: PUBLIC WORKS
EMERGENCY:
RESOLUTION No.:
BID REQUEST: FORMAL: INFORMAL:
DESCRIPTION: Project consists of removal and reconstruction of approximateapproximatety 195 linear feet of seawall cap,
sealing of wall panels, backfill and surface restoration. Project costs to be shared with the Florida
Inland Navi ation District F.I.N.D. .
(IF NECESSARY,CONTINUE ON THE BACK)
SCOPE OF SERVICES:
CITY OUTSIDE AMOUNT (%OF CONSTRUC. COST)
SURVEY/PLAT (E)
SITE INVESTIGATION (E)
PLANING AND STUDY %
DESIGN $3,500.00 %
SPECS AND BID PROCESS ® $200.00 %
BLUEPRINTING AND ADVERTISING ® $800.00 (E)
CONSTRUCTION ® $29,650.00 (E)
CONTT. INSP. & MANAGEMENT $3,430.00 (E) 4 %
OTHER Testing Q $2,000.00 (E)
SUBTOTAL $39,580.00
INDIRECT COSTS (1.43%) $570.00 (E) (ENG.FEE)
CONTINGENCIES
(E)
(E) ESTIMATE = $45,000.00
TOTAL $40,150.00
CONTRACTOR'S INFORMATION:
CLASS: MJ 17—M-1, TYPE OF WORK: SEAWALL
YEARS OF ESTABLISHMENT: 8 NOW MINORITY:
NAME: Marin & Marin Construction, Inc. MINORITY: I B H
ADDRESS: 1800 S.W. 27 Ave #310, MIAMI, FL 33145 LICENSE: 231332-8
CONTACT PERSON: Frank Marin TELEPHONE (305) 387-8009
SUB -CONTRACTORS INFORMATION:
NAMES: SELF
CLASS: J=JOINT P=PRIME
MINOR/TY: B=BLACK H=HISPANIC
S=SUB
F=FEMALE 9 - 684
UUl'1t5: A351J I AIV 1 U1Ktl- I UKS, I:UJ I AIVALT$1b, HLt, ASJULAAI tU UtP 1.
REV.7/96
Address
Loeeted In the City of MIMI
Um od C Imrsd a ff City "C 1*0 Rd.
Irrepularltles
Minority Onxed
TOTAL BIDiTHE TOTAL OF I
I THROUGH 3 BASED ON A
THIRTY (30) WORKING
Address
Loestee In the City or Mimi
LIamMI d Irwed a For City Oak
TABULATION OF BIDS FOR
MORNINGSIDE SEAWALL IMPROVEMENTS
Received by the Clfy Clerk. Clty of Miami, Nor Ida of 10130 A.M. an slmptesiber 11. IM
MARIN 8 MARIN CONST. UVARETTE, INC. D.C. GIDI 9 AMC. CORP. CAPRICORN CONST.CORP. SATURN CONST.
800 S . W . 27AVE $131 4135 LAG" ST 3372 CORAL WAY 2883 S.W. 69 CT 4 N . E . 1 AVE. tt 1 1
MI AMI , FL 33145 CORAL GANM, FL 33146 M I AM I . FL 33145 M I AM I , FL 33155 M 1 AM 1 . FL 33132
YES No YES ►In ..=C--
.B. 5% B.B. 5% B.B.
NO YES
29,650.00
! 39,000.00
$ 48,990.00
AIlnllBf COW. CO.
RUELL FOUNDATION, INC.
UOICAN CO UCTIN6 INC
7341 N.M. 32 AVE
7801 N.W. 66 ST
272 N.E. 60 ST
MIANI., FL 33147
M I AM I , FL 33166
M I AM I , FL 33137
Did bond Ana+nt B. B. 5% $3, 000 .00 B.B. 5%
Ire larltlss
Minority owned YEs No YES
TOTAL BIDITHE TOTAL OF ITEMS
I THROUGH 3 BASED ON A
THIRTY (30) WORKING
UAT 1,UM9.C11UN TIME THE SUM OF I S 59,298.00 $
IRREGULARITIES LEGEND
A - Na Pcow -or-Attorney
B - Mo Affldayit a to Capital 0 Surplus of Bonding Company
Q C - Corrected Extenslone
1 D - Proposal !reigned or Improperly Slped or W Corporate Seal
E - lnoorpiefe Extw0larte (Missing Primary Off toe Locat ton Porn)
F - Mon-reeponelve bid
G - Improper Did Bond
H - Corrected Did
I - No r1ret Source MirlrV Oampllame Statement
go J - No Minority Conpi lance Sfat~t
01
No bWlleat• Bid Proposal
Prep. Dy'Vllar Check By, Sodia
49,000.00
2"
51,300.00
000.00 I $ 64, 73.1
THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED
that the lowest_ responsible and responsive bidder is
MARIN C MARIN CONST, in the revised Amount of
$ 29 650.00 for the Total Bid.
B I D 96-97- 127
PAGE: I OF I
B-4596
R. TARAFA. INC.
.B.
YES
S 54,000.00
B-4596
BID ITEM:
CITY OF MIAMI OFFICE OF THE CERK
BID SECURITY LIST
MORNINGSIDE SEAWALL IMPROVEMENTS, B-4596
BID NO.: •96-97-127
DATE BID(S) OPENED: S E P T EM B E R 11, 1997
x '0/Y
10:30 a.m.
TIME
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
MARIN & MAF.IN CONSTRUCTION, INC.
$ 29,650.00
B.B. 5%
GAVARRETE, INC.
39,000.00
B.B. 5%
AUGUST CONSTRUCTION CO.*59,298.00
B.B. 5%
D.E. GIDI & ASSOC. CORP.
48,990.00
B.B. VOUCHER
CAPRICORN CONSTRUCTION CORP.
49,000.00
B.B'. $ 3,750.00
saturn c 7 d inc.
51,300.00
B.B. 5%
R. TARAFA GENERAL CONTRACTOR, INC.
54,000.00
B.B. VOUCHER
BUNNELL FOUNDATION, INC.
60,000.00
Check # 094085
3,000.00
AMERICAN CONTRACTING INC.
64,973.13
B.B. 5%.
received timely as of the ab ve opsn7,
in
dtzte and ffine.
I1
rerpenne
are hereby reXcled as lato"
to
Fit rtcvi -Arm
received envelopes on behalf of
Person receiving bid(s)
PUBLIC WORKS DEPARTMENT on S�j�� l)) )I97
(City Department) (Date)
(�L) w ��
SIGNED:
Deputy City Clerk
CASH
CHECKS
TOTAL 3 ad 4 •
DATE / ,' 91
CITY OF MIAMI
DEPARTMENT OF FINANCE
CASH RECEIPTS FORM
RECEIVED FROM:
Department/Division
Page / of /
Prepared b c--4e(d=0-j —
11,�t
�111111�11�
Iltl��lllllllllll
■
11
1111111111111
�1�1�111111111111MENNEN
�111
�
1�1�1��1111SEEMEME
���IIIIIIIII
��1�
�
1��
1111111111
Poll
jeform.xls
Remitter
_BUNNELL FOUNDATION INC.
Cfy�®ta�nc
sonal Bank
Member FDIC
P.O. BOX 450678 MIAMI, FLORIDA 33145-0678
CASHIER'S CHECK
PAY TOTAL All? K 000 _� �
;/yq \
TO THE
ORDER OF *CITY OF-MIAMI*
L I
rya B,d 61 l'1e1Wnns1do .S'e44ral1 ,�m�roJeo,�►f
B 161(1 "09408511s 1:066009155o: 05500iS411001
N0. 11-094085 (36_0
660
A double indemnity bond will be
required before this Cashier's Check is
replaced or refunded in the event it is
lost, misplaced, stolen or destroyed.
DATE: 9-11-97
$3,000.00
1
AUTHORIZED SIG A URES -"
TO
Walter J. Foeman
City Clerk
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE : August 21, 1997 FILE
SUBJECT : MORNINGSIDE SEAWALL
IMPROVEMENTS, B-4596"
FROM Tony P t REFERENCES:
Depar ent of Public Works
ENCLOSURES:
Please note that contractors will submit bids for the following projects:
"MORNINGSIDE SEAWALL IMPROVEMENTS,13-4596",on Thursday,
September 11, 1997, at 10:30 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, Leonard Helmers, P.E. 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
=. m
S T
-
Encl.
tv
ny=
c: John Jackson
:
Merilynn Renshaw
f-
Project Manager
t
V
BID No. 96-97-127
ADVERTISEMENT FOR BIDS
Sealed bids for "MORNINGSIDE SEAWALL EVIPROVEMENTS, B-4596" will be received
by the City Clerk of the City of Miami, Florida at 10:30 AM on the 1 lth day of September, 1997,
at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner
Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read.
Any bid submitted after the above appointed time will not be accepted by the City Clerk.
The project consists of removal and reconstruction of approximately 195 linear feet of seawall
cap, sealing of wall panels, backfill and surface restoration. Bidders will furnish performance
and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical
questions regarding plans and specifications, please contact Leonard Helmers, P.E. at (305) 416-
1221. 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 and Specifications.
New City regulations will require each bidder to submit proposals in duplicate originals.
Plans and specifications may be obtained form the office of the Director of Public Works,
444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after August 25, 1997. 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 plans and specifications. Additional sets may be purchased for a fee of $20 per set
and this is not refundable. Deposits will be refunded only upon 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. 10062 and 10538 regarding allocations of
contracts to minority vendors, contractors and sub -contractors. All Bidders must submit an
Affirmative Action Plan with the bid. (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
readvertise. (B-4596, Req. 04902).
Edward Marquez
City Manager