Loading...
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