HomeMy WebLinkAboutR-89-0610RESOLUTION NO. 1319-1;110
A RESOLUTION ACCEPTING THE BID OF v
MARSHALL CONSTRUCTION & REPAIR, INC., IN
THE PROPOSED AMOUNT OF $87,887.50, FOR
DINNER KEY MARINA - HANDRAIL, PROJECT B-
3202G, WITH MONIES THEREFOR ALLOCATED
FROM THE "DINNER KEY MARINA
RENOVATION/EXPANSION" ACCOUNT, C.I.P.
PROJECT NO. 414005, IN THE AMOUNT OF
$87,881.50 TO COVER THE CONTRACT COST;
APPROVING THE DECISION OF THE CHIEF
PROCUREMENT OFFICER TO REJECT A PROTEST
F,
RECEIVED IN CONNECTION WITH THIS PROJECT;
AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received June 29, 1989, for
DINNER KEY MARINA - HANDRAIL; and j
HEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid of Marshall Construction
& Repair, Inc., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, the Capital Improvements Appropriation Ordinance
No. 1052.1, as amended, was adopted on November 17, 1988, and
monies. are available for the proposed amount of the contract,
project expense, and incidentals from the account entitled
"DINNER KEY MARINA - RENOVATION/EXPANSION", C.I.P. Project No.
414005 of said ordinance; and
,T
WHEREAS, a protest was received in connection with the
award of a contract to MARSHALL CONSTRUCTION & REPAIRS, INC.,
which protest has been rejected by the Chief Procurement Officer {
.;f
Y
of the City of Miami;
3
- NOW, THEREFORE, BE IT RESOLVED
BY THE COMMISSION OF THE
s
4:
CITY OF MIAMI, FLORIDA:
Section 1. The June 29, 1989, bid
of Marshall Construction _
&-' Repair, Inc., in the proposed amount
of $87,887.50, for the
-tl
project entitled Dinner Key Marina
d
- Handrail B-3202G for the
m
base bid of the proposal, based on
lump sum prices, is hereby
accepted at the price stated therein.
-
CITY COMMISSION
N EETINQ 0 .
JUL 19$9
Ab
Section 2.
The amount of $87,887.50 is hereby allocated
from the account entitled "DINNER KEY MARINA
r
RENOVATION/EXPANSION" to cover the cost of said contract:
Section 3. The City Manager is hereby authorized to enter
s into a contract on behalf of the City of Miami with Marshall
Construction & Repair, Inc.,
for Dinner Key Mari na - Handrail,
B-3202G, for the base bid of the proposal.
Section 4. The decision of the Chief Procurement officer,
which rejected a protest in connection with this award of
contract, is hereby approved and ratified.
Section 5. This Resolution shall become effective -
immediately upon adoption pursuant to law.
13th day of Jul
PASSED AND ADOPTED this _
i
1989.
R L. A M Y R
CAPITAL PROJECT:
(,. ATT
DU k
iiuo li, 51DR GUE
M HIR I, CI ERK CIp PROJECT MANAGER
F;
b
` SUBMITTED BY
i
IS P IET-PORTAR, Ph.D., P.E.
DIRECTOR OF PUBLIC WORKS
APPROVED AS TO FORM AND
LEGAL REVIEW: CORRECTNESS:
4G RN D
R B R CITY ATTO NEY
CHIEF ASSIS75PECIALCITY
PROJECTSY
LEGISLATION/
t
y
i
r 7
����,,u8�
-BID SUORITY LIST
$4,194.00 Cashier's Check
Marshall Construction & Alt.$870887.50 No. 65128
$181o925.00 5% BB
Frank J. Morant Inc. Alt. $115,000.00
$216,460.00
Rogel's Constraftors, Inc. lAlt. $118,600.40 BB voucher
� m
RECEIVED envel s on behalf of
►iapartment)
SIGNED; DATE: ai
Receivedthe n 01 ova Iscri4ed checks this da
� y of, 19
6r o .
be silf 'in', connection. I .g hervinabove cited bids, which were h d to the Oridersignedon,
( Accounting Division or)
Department)
RATE: T I-: ,
A,42
jQNZP _-7 0
A X 4
-7
Bid No. 8Bi99-128
ADVtkT1SfMENT FOR BIDS
Sealed bids for construction of 'DINNER KEY MARINA - MUM1102 MM-4
BIDDING) = 8-3Z02=9" will be rece a er a d the erk
of the City of Miami, Florida at -00 a.m. on the ay o_; n i-it
the City Clerks office, first floor o
Drive, Dinner Key, Miami, Florida, 33133, at which time and pl apt tftVi;1 Fbe.
publicly opened and read.
the project consists of providing and installing a handrail for the new Dinner
Key Marina at S. Bayshore Drive and S.W. 27th Avenue. Bidders will furnish
performance and bid bonds in accordance with Resolutions No. 86-963 and No.
87-915. For clarification of technical issues as presented in the documents
and specifications, pelase contact Allan Poms, A.I.A., 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 and
Specifications. New City regulations will require each bidder to submit
proposals in duplicate originals. Plans and specifications may be obtained
from the Department of Public worKS, 275 N.W. 2 Street, 3rd floor, Miami,
Florida, 33128, on or after June 13, 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 ski'" plans and specifications. Addi tionar
sets may be purchased fora—'fee of $20 per set and this is not refundable.
Deposits will be refunded only upon�he 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 regarding
allocation of contracts to minority vendors. The City will expect prospective
bidders to submit an 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,
provisions for liquidated damages for failure to
The City Commission reserves the right to waive
and the City Manager may reject any or all bids,
Req. 5539).
and specifications contain
complete the work on time. any informality in any bid,
and readvertise (B-3202-G,
Cesar H. Odio
City Manager
-.
,v(�j..
�
,�
'�-Y"
AL
{
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
to: Matty Ritai
fit Clerk DATE : auly 25, 1989 FILE:
� !1
SUBJECT
Protest Frank Moran, Inc.
Dinner Rey Marina Handrail
FROM n � Second Bidding
it -ams, Director
General Services Administration REFERENCES
ENCLOSURES:
Attached is a copy for your records of the documents resolving the
above captioned protest.
t<
:. rn
Uy
f:
!
S 4,
Lb
�''�.e�k,`..�.�s9�.�fcas .:� U �•�,. � ,... .. ...
... _. ._ . , e � t _,...r`�4y?�.�._��i�` �t�_v"r.'.i:�.,��!? 'arcs. Y . s
10
59
U MORAN, INCO
E C Ei'.' ► i
`fe�'a'irridell Contr`At: Oi
C7 Y
i 7
June 29, 1959 CO
ram--
"'Z l r City of Miami, G.S.A.
1390 N.W. 20 Street m
Miami, Florida 33142
?-P fr
Attention: Ron Williams, Director
Re: Dinner Key Marina Handrails
Gentlemen:
Please consider this letter our formal protest of the low
alternate bid on the above referenced project.
The bid documents, "Instructions to Bidders", page 1 of i 5, y
paragraph 2, "Licenses" states the following:
"As a prerequisite to the submission of a Bid, the Bidder shall
hold a valid Certificate of Competency, in the appropriate trade
required for the work, issued by the appropriate examining board
_of.Metropoliltan Dade County. The bidder shall submit a copy of
said Certificate of Competency with his bid".
The apparent low bidder (alternate base bid) is not licensed to
;perform this work as per the requirements of the bid documents
and.therefore'should be considered non responsive.
_4
We are a local company -with our office in the City of Miami and
have successfully performed numerous projects for the City of
Miami in the past. We feel we are the lowest responsive bidder
on both the base and alternate bids, and we petition the City
of Miami to award this contract to our firm.
Sincerely, `
� � Moran
es ..,.
President
c
-
Y
( 01taint
RON f. WILLIAMS '�
USAR H. OVIO
birt'.aor p +:a o.:•t
o
City Manage _
,Ft��
Co
Frank J. Moran, Inc.
co
1501 N.W. 29 Street, Suite 200
Miami, Florida 33142
Attt Mr. Charles T. Moranco
tV n;
President
Ret Protest - Dinner Key Marina
Handrail - Second Bidding
J..
Gc��t. ] emenz
I, as Chief Procurement Officer of the City of Miami, have
read
your bid protest, talked with the employees involved in the
issue -
and reviewed the pertinent documents. Pursuant to my duties
under
Section 18-56.2, City of Miami Code, 1 have determined that
your
bid protest is without merit for the reasons set forth below.
The
City Manager and the City Attorney have approved my determination.
The reasons your protest lacks merit are as follvwss
-
1. The low bidder is licensed to perform the work as•evidenced
by the licenses held from the State of Florida as well as:
Metropolitan Dade County. A copy of such license was
submitted on the day of the bid opening, and the fact that
Fy
it was not submitted with the bid is determined to be a
minor irregularity that may be waived in accordance with
-
_
- �.. the bid specifications.
l
2. Consideration would have been given you, being a local
_
- vendor, if you had been within ten percent (10%) of the low
bid. However, since your bid in this case was considerably
-
higher than the ten percent (10%) differential, this
application cannot be used.
GENERAL SERVICES ADMINISTRATION DEPARTMENT/1390 N.W. IO Street/Miami, F1 33142/t30515/9.6740
$ `
�F_
Honorable Mayor and Member%
of the City Commission
Cesar H. 0
,..City Mahan
CAfa 17
Dr!E JUL 6 t999
Resolution Awarding
sva!Ec, Dinner Key Marina =
-
a RE EFE� .DES
F'+t.E CSJRE:S
F
RECOMMCNUA`tION
B 3202t
Contract
Handrail
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of Marshall Construction &
Repair, Inc., for DINNER KEY MARINA - HANDRAIL, received June 29,
19894 in the amount of $87,887.50, Base Bid; approving the decision
of the Chief Procurement Officer to reject a protest received in
connection with this project; authorizing the City Manager to enter
into a contract on behalf of the City.
BACKGROUND
Amount of Bid: $87,887.5U
Cost Estimate/Budgeted Amount:
t of Cost Estimate:
$100,000/$150,000
87%
s Source of Funds: C.I.P. Ordinance No. 10521, as amended
a;
Minority Representation: 214 invitations mailed
8 contractors picked up plans & specs
(5 Hispanic, 1 Black, 1 Female)
3 contractors submitted bids
(1 Hispanic, 0 Black, 1 Female)
Public Hearings/Notices: Bid notice published as required.
Assessable Project;: No ,
Discussion: The Department of Public Works has evaluated the bids
received on June 29, 1989, and determined that the lowest
responsible and responsive bid, in the amount of $87,887.50 is from
Marshall Construction & Repair, Inc., a non minority controlled
corporation. Three bids were received. A protest was received and
found to be without merit by the Chief Procurement Officer of the
City of Miami. Funds are available to cover the contract cost, and
for such incidental items as postage, blueprinting, advertising, and
reproduction costs.
Resolution attached
;f
r
t
iMi
r z k,
ig
N
tR` fl
S
K - f
3
,�,3• _ � � � tir ri: �' c r 1y �6 `` $ �+�.fa irs v �p#i'
t f�. AWAY •^fin'
4
V. . V-1 -a
DINNER X1
M*ANA -HANDRAIi.
Joe N04 8-320?�
1;1)f.1RA1:TnR'S FALT Slittl
MARSHALL Cj)NSfo*JCTliDN A REPAIR. INC.
P.U. Box 1901?1
Mob i I e s A I a I) ain a 36619 Tel. (?06) 666,9603
C. Principals:
Alvin 0, Bell, P rez, i d ent
JaLquelyn Bell, Secretary
J. Contractor is properly I I censed dtid insured.
4
4. Subcontractors:
Nuvie required at this time
5. Experience: corporation established in 1984
oil
A iiiii-mitiurity contractor.
Project and Scope;
L)Inni-r Ke)- Mariiid - Hanarail
AlunV the seawall ito the new Difilici Key Marina
%lonst.ructioll ()T a gAlvanizvo steel, PVC cuveied handrail along
1114, bulkhead.
4
I I tty (50'- wurAlknq (Jdy% Liu-istructior, time
F i,d s a I I oc at v (I
C rs rit r., c t -
Froj e I,, t �xvonse 14.062.150
U e lit- ()0
Advtr t i s i 119: 600.00
losting: 1.500.00
Post. ag I.: 75.00
SUB -TOTAL $ 104.425.00
Indi rest Cost 1,190.00
TOTAI $ 105,615.00
Pr U P d I V d by E.M. P e I A e z
5 Jul U9
4.
ff
1W
a ','ti
.. .... 00
a