HomeMy WebLinkAboutR-92-0103k' •
J-92-110
01/ 10/ 92
RESOLUTION NO.
A RESOLUTION RESCINDING RESOLUTION
NO. 91-650; AUTHORIZING THE CITY MANAGER TO
NULLIFY THE CONTRACT BETWEEN THE CITY OF
MIAMI AND MET CONSTRUCTION, INC. FOR THE N.W.
7TH STREET BRIDGE RENOVATIONS; AND ACCEPTING
THE BID OF MONOKO, INC.�DBA QUALITY PAINTING
AND CONSTRUCTION CO., IN THE PROPOSED AMOUNT
NOT TO EXCEED $87,742.00, TOTAL BID OF THE
PROPOSAL, FOR N.W. 7TH STREET BRIDGE
RENOVATIONS B-4546; WITH MONIES THEREFOR
ALLOCATED FROM THE FISCAL YEAR 1991-92
CAPITAL IMPROVEMENT ORDINANCE NO. 10938,
PROJECT NO. 341175, IN THE AMOUNT OF
$87,742.00 TO COVER THE CONTRACT COST AND
$20,034.00 TO COVER THE ESTIMATED EXPENSES,
FOR AN ESTIMATED TOTAL COST OF $107.776.00;
AND AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT WITH MONOKO, INC.) DBA QUALITY
PAINTING AND CONSTRUCTION CO.
WHEREAS, sealed bids were received June 11, 1991, for
N.W. 7TH STREET BRIDGE RENOVATIONS B-4546; and
WHEREAS, on September 11, 1991, the City Commission
adopted Resolution No. 91-650 accepting the bid of MET
Construction, Inc. and authorizing the City Manager to execute a
contract with said firm for the N.W. 7TH STREET BRIDGE
RENOVATIONS B-4546; and
WHEREAS, the City Manager executed a contract on October
16, 1991 between the City of Miami and MET Construction, Inc, for
said project; and
CITY CQim'SIOBt
OF, AA
F � g x3 1992
ItISOLMOR
a
WHEREAS, on November 14, 1991, MET Construction, Inc.
due to circumstances beyond its control, has declined and
withdrawn its bid and the City Manager and the Director of the
Department of Public Works recommend that the contract between
the City of Miami and MET Construction, Inc. for the N.W. 7TH
STREET BRIDGE RENOVATIONS be nullified; and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the second lowest bid
received on June 11, 1991 from Monoko, Inc., dba Quality Painting
and Construction Co., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, the Fiscal Year 1991-92 Capital Improvement
Ordinance No. 10938, was adopted on December 5, 1991, and
monies are available for the proposed amount of the contract,
project expense, and incidentals under Project No. 341175 of said
Ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
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. Resolution No. 91-650, adopted on September 11,
1991, is hereby rescinded.
Section 3. The City Manager is hereby authorized to nullify
the contract executed on November 14, 1991 between the City of
Miami and MET Construction, Inc.
-2-
.
i
Section 4. The June 11, 1991 bid of
Monoko, Inc., dba
Quality Painting and Construction Co. in the
proposed amount of
$87,742.00, for the project entitled N.W.
7TH STREET BRIDGE
RENOVATIONS B-4546 for the total bid of the
proposal, based on
lump sum and unit prices, is hereby accepted
at the price stated
therein.
Section 5. The total estimated project
cost of $107,776.00
is hereby allocated from the Fiscal Year 1991-92 Capital
Improvement Ordinance No. 10938, Project No.
341175. Said total
project cost consists of the $87,742.00
contract cost and
$20,034.00 estimated expenses incurred by the
City.
Section 6. The City Manager is hereby
authorized to enter
into a contract.!/ on behalf of the City of
Miami with Monoko,
Inca dba Quality Painting and Construction
Co., for N.W. 7TH
STREET BRIDGE RENOVATIONS B-4546, total bid of the proposal.
Section 7. This Resolution shall
become effective
immediately upon its adoption.
PASSED AND ADOPTED this 13t1 _ day of Zee ruar-y---- 1992•
CAPITAL PROJE
CIF PROJE
-3 -
F16 2.
IG E
M NAGER
p 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.
i
\\r
LEGAL REVIEW BY: SUBMITTED BY:
�) !�, A "\
IRIAM A E R P,,4�LCt��� U S RIETO-PORT R, Ph.D., P.E.
CHIEF ASSISTANT CITY ATTORNEY DIRECTOR OF PUBLIC WORKS
APPROVED AS TO FORM AND CORRECTNESS:
A 64444
QU JS, III
CITY ATTO EY
-4-
CITY OF MIAMI, FLORIDA Zu
INTER -OFFICE MEMORANDUM
To: Honorable Mayor and Members DATE I FILE B-4546
of t o City Commission JAB 2 91992
sua,Ecr: Resolution for N.W. 7 STREET
BRIDGE RENOVATIONS
Cesar H. Odio
FROM City Manager REFERENCES
ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution rescinding Resolution No. 91-650; authorizing
the City Manager to nullify the contract between the City of Miami
and MET Construction, Inc. for the N.W. 7TH STREET BRIDGE
RENOVATIONS B-4546; accepting the second lowest bid of Monoko,
Inc. d,b.a. Quality Pai nti ng and Construction Co., a female
controlled company not located within Dade County, for N.W. 7TH
STREET BRIDGE RENOVATIONS B-4546, received June 11, 1991 in the
amount of $87,742.00, Total Bid; and authorizing the City Manager
to enter into a contract on behalf of the City.
BACKGROUND
On June 11, 1991, sealed bids were received for the N.W. 7th
Street Bridge Renovations B-4546. Resolution No. 91-650 was
adopted by the City Commission on September 11, 1991 accepting the
low bid of MET Construction, Inc. and on behal f of the City, the
City Manager executed a contract with MET Construction, Inc. on
October 16, 1991.
Due to the delay between receiving bids and awarding a contract,
MET Construction, Inc, claims that many factors have changed since
the original bid and under the present circumstances they had to
withdraw their bid and request that their contract with the City
for N.W. 7th Street Bridge Renovations be nullified.
The second lowest bid received on June 11, 1991 was submitted by
Monoko, Inc. d.b.a. Quality Painting and Construction Co., a female
controlled company, for the total bid of $87,742.00. Monoko, Inc.
has been contacted and has notified the City that it will honor
its original bid and desires to enter into a contract with the
City for the N.W. 7th Street Bridge Renovations. The background
bidding information for this project has been revised as follows:
Amount of Bid: $87,742.00 % of Cost Estimate: 91%
2t l
Page 2
Cost Estimate: $96,000.00
Source of Funds: Fiscal Year 1991-92 CIP Ordinance No. 10938,
as amended
Minority Representation: 225 invitations mailed
11 contractors picked up plans & specs
(4 Hispanic, 0 Black, 1 Female)
5 contractors submitted bids
(2 Hispanic, 0 Black, 1 Female)
Public Hearings/Notices: No public hearing/Bid notice published.
Assessable Project: No
Discussion: The Department of Public Works has reevaluated the
bids received on June 11, 1991, and the changing factors that have
occurred since the bids were received and has determined that
accepting the bid of the second lowest responsible and responsive
bid, in the amount of $87,742.00 from Monoko, Inc. dba Quality
Painting and Construction Co., a female controlled company, is the
most advantageous and expeditious option available to the City.
Funds are available to cover the contract cost and incidental
items such as postage, blueprinting, advertising and reproduction
costs.
Attachment:
Proposed Resolution
Letter from MET Construction Inc.
Letter from Monoko, Inc. dba Quality Painting & Const. Co.
7
MET CONSTRUCTION, INC.
406 NORTHWEST S4TH STREET
MIAMI, FLORIDA 33127
1305) 757.9504
FAX•757.4031
November 14, 1991
Mr. Daniel Brenner, P.E.
Construction Engineer
Dept. of Public Works
City of Miami ;
275 N W 2nd St. -�
Miami, F 1 33128
-r1
RE: 14. W. 7th St. Bridge Renovations B-4546 i
F 7
Dear Mr. Brenner,
N
To recap, we were the successful bidder for this job on June 11, 1991
but were not notified of an offical award until October 26, 1991.
Even though we attended the pre -construction conference recently,
further anlysis of the project indicates that we will not be able
to do this work. Many factors have changed since the original bid
and under present circumstances, we have to decline and withdraw
our bid.
Very truly yours,
M T CONSTRUCTION, INC.
Bet YI' o Threlkeld
President
MONOKO INC.
d ba
Quality Painting & Construction Co.
(813) 93&4949 / 934,4437
FAX (813) 937.1656
;Mailing Address:
P.O. Box 1666
Tarpon Springs, FL 34688.1666
City of Miami
Dept. of Public Works
275 N.W. 2nd St.
Miami, Florida 33128
(305) 579-6856
(305) 579-6865
Delivery Address:
1037 Peninsula Avenue
Tarpon Springs, FL 34689
Attn: Luis A. Prieto-Portar., Phd., PE , Director
Re: Bid No. 90-91-106, N.W. 7 Street Bridge Renovations
Subject: Acceptance of Bid Proposal
December 17,1991
Lear Mr. Prieto-Portar::
Thank you for your recent letter to our firm explaiming that we are now
the low responsible bidder for the above referenced project.
We are very happy to inform you that we will still honor our bid proposal
that was submitted at the time of bid opening, June 11,1991.
Our Bid Amount was $87,742.00
Please let us know what further documents you need to process the award.
Thank you again for the opportunity to serve the City of Miami.
Sincerely,
Keri Monokandilos - --
President —
Bonded • Licensed a Insured k- t
Industrial • Commercial • Paintings Water Blasting
Sandblasting • waterprooting
N.W. 7TH STREET BRIDGE RENOVATIONS (REVISED)
JOB NO. B-4546
CONTRACTOR'S FACT SHEET
1. MONOKO, INC. dba QUALITY PAINTING AND CONSTRUCTION CO.
1037 Peninsula Avenue
Tarpon Springs, FL 34689 Tel: (813) 938-4949
2. Principals:
Keri Monokandilos, President
3. Contractor is properly licensed and insured.
4. Subcontractors:
None listed in the proposal.
5. Experience: Corporation established in 1986.
6. A female -minority contractor.
7. Project and Scope:
The project consists of renovations to the N.W. 7t h Street
Bridge and approaches including removal of deteriorated
concrete, reinforcing steel replacement, replacement of
concrete, epoxy fill cracks, cleaning and painting, new
sidewalk and curb.
The project is located on N.W. 7 Street Bridge between N.W.
7 Avenue and N.W. 7 Street Road.
Forty-five (45) working days construction time.
8. Funds allocated:
Contract Bid Price: $ 87,742.00
(Contractor)
Estimated Project Expenses
(City of Miami)
Engineering, Architectural,
Surveying, Inspections, etc.: 17,549.00
Blueprint: 300.00
Advertising and Postage: 665.00
Testing: -0-
SUBTOTAL $106,256.00
Indirect Cost Allocation 1,520.00
(City of Miami)
TOTAL ESTIMATED PROJECT COST $107,776.00
Prepared by: L. J. Helmers 31
�.`.11.
1w
N
TABULATION OF BIDS FOR
N. W. 7th STREET BRIDGE RENOVATIONS B-4546 (REVISED)
-MET- CCHS;r.. INC.
440NOKG Iw-
cEm- Emvpwms
- Azc c*qr.-. Dr-
== coNsT. cxp
408 631 Si ST.
mom ST Ap"WA. pl-
2$51 WE W4 on
4&M NW 4 ST.
uuw.o se "m op w m"
YES
NO
YES
Lieww" 4 bor" a por Fm co" 4 oviv o-k
YES
YES
YES
YES
YES
Me Mod-Anowt ...
I BB-S6250
BB` S6oOO
5X-88
BB VOUCHER
68 VOW"
p"gularitlem,
C, H
C. H
xWority n
No
YES
NO
YES
YES
TOTAL SID: THE TOTAL
$76,750.00
S87.742.00
—
SW 776.76
SIS4. &W. 02
M 230.00
OF ITEms i THRU is
BASED ON FORTY FIVE (AS)
WOWrN6 DAYS
(WITHDRAWN}
IRRE6U-ARITXES LE6M
A -we rarer-**twww THE DEPARTME14T OF PUBLIC WORKS HAS OETE4fIMED
m Affwwlt 08 to Castel a World" of madme compoy that the 1m=j Responsible and Responsive bidder is
M2&gsu- 1Ac- me Quall-ty-TainjIng and Constructign Co=Mv-
0 -Prv000d Owd4pW er boreporly XImmod or ift wer aw Sal in the Amount of S87,742.00
E -mars.rx.0 emoutow
F -se "re"aws" ad
G — upvW 1014 so"
o"4cuo no BID
m fief!jw�m m. cvevai� at
%I ft MXMIY WMaIMOM StOAMMOL
aoLweeo ad ovwee" A,
pvwx or Fj-
90-91-106
I—E-454F
WA
el All C"-A I
O
DID SECURITY LIST
-----------------
BID ITEM: N.W. 7th. STREET BRIDGE RENOVATIONS, —B-*546
-----------------------------------------------------
BIDNO.t _90-91_106--------- -------- -----------------------
DATE SIDS) OPINED: JUNE 11, 1991 11:00 a.m.
I/
TOTAL DID_S_0_ND_JSEj
5
BIDDER SID_j(TIINT CASHIER'S_ CHECK__
MET CONSTRUCTIONt_ INC _$ 76,750.00 B.B. $ 6,250.00
MONOKO INC. dba OIA: OTU PAINTIN 87 , 742 . 00 __ B.B. __ $ _ 6_ 000_ 00 —_
& CONSTRUCTION CO.
CEM ENTERPRISES 89,777.00
---------------------------- -- B.B.---$------------
A & C CONTRACTORS INC. 94,705.02 B. B. VOUCHER
NOXON CONSTRUCTION CORP. 96,230.00 B.B. VOUCHER
----------------- -------------- I -----------------------
t
--------------------L------------- --------------------
liver only one —copy, we sended to the
- ---- -- - - - -- - - - - - --- -
- -- -- - - - - - -- - - --- -- - - - - - - - --- - -
- - - - - - ------ - - - - - - - - -- - - - - -- - - - - -
------------.---------------
-- -- --- -- -- -- -- -- -- -- -- -- I -- -- -- -- -- -- -- -- -- -- -- --
---------------- t---------------- ----------------------
--------------r--------------------------+
__—_________ received
envelopes on behalf of
( ercon re giving bids)
Public Works _______ �� 1�1 '
(City Department----------------- on
— — — — 2------------
j
SIGNED
�( eputy City Clerk)
I�