Loading...
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a WHEREAS, on November 14, 1991, MET Construction, Inc. due to circumstances beyond its control, has declined and withdrawn its bid and the City Manager and the Director of the Department of Public Works recommend that the contract between the City of Miami and MET Construction,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�