HomeMy WebLinkAboutR-85-0429RESOLUTION N0. 85-42St
A RESOLUTION WAIVING THE REQUIREMENTS FOR
FORMAL SEALED BIDS BY REDUCING THE BIDDING
TIME AND ACCEPTING THE BID OF MARKS BROTHERS
CO. IN THE PROPOSED AMOUNT OF $109,500.00,
BASE BID OF THE PROPOSAL, FOR BAYFRUNT PARK
REDEVELOPMENT PROJECT - BAYWALK FILL PHASE I
WITH MONIES THEREFORE ALLOCATED FROM THE
"BAYFRONT PARK REDEVELOPMENT" ACCOUNT IN THE
AMOUNT OF $109,500.OU TO COVER THE CONTRACT
COST; ALLOCATING FROM SAID FUND THE
AMOUNT OF $15t300.00 TO COVER THE COST OF
PROJECT EXPENSE; ALLOCATING FROM SAID FUND
THE AMOUNT OF $2,200.00 TO COVER THE GUST OF
SUCH ITEMS AS ADVERTISING, TESTING
LABORATURIES, AND POSTAGE; ALLOCATING FROM
SAID FUND THE AMOUNT OF $65U.00 TO COVER THE
INDIRECT COST; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM.
i
f
WHEREAS, sealed bids were received March 26, 1985 for BAY
FRONT PARK REDEVELOPMENT PROJECT - BAYWALK FILL PHASE I; and
i
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid received from Marks
Brothers Co. be accepted as the lowest responsible and responsive
bid; and
t
WHEREAS, the Capital Improvements Appropriation Ordinance
Noe 99399 as amended, was adopted on December 20, 1984, and
monies are available for the proposed amount of the contract,
project expense, incidentals and indirect cost from the account
N
entitled "Bayfront Park Redevelopment" as set forth under Section
3. A. Capital Projects Fund. 3 of said ordinance; and
WHEREAS, monies are available for the proposed amount of the
:i.
contract, project expense, incidentals and indirect cost;
WHEREAS the City Manager has made a written finding that
>.r Y E B
the use of the competitive sealed bidding method for the award of
the herein procurement contract is not practicabie or
advantageous, due to the fact that the fifteen (15) day bidding
CITY COMMISSION
MEETING OF
APR 11 1985
5-4.
B
time required by the City Code imposes a serious constraint on
the schedule for the development of the Bayside project; and
d
i
WHEREAS, the City Commission, after a properly advertised
public hearing, accepts and ratifies the City Manager's above
s'
1
`
finding;
NOW, THEREFORE, BE IT RESOLVED BY TdE CUM141SSION OF THE CITY
z
OF MIAMI, FLORIDA:
Section 1. The findings set forth in the preamble to this
_
Resolution are hereby adopted as if fully set forth in this
Section.
-
,:;
Section 2. The requirement for formal competitive sealed
:>
bids for the BAYFRONT PARK REDEVELOPMENT PROJECT - BAYWALK FILL
-
`-
PHASE I is hereby waived by a four-fiftlis vote of the members of
B
the City Commission, and a bidding time of eight (8) calendar
,"
-
H=
days is hereby approved.
Section 2. The March 26, 1985 bid of Marks Brothers Co. in
the proposed amount of $109,500.00 for the project entitled
BAYFRONT PARK REDEVELOPMENT PROJECT - BAYWALK FILL PAHSE I based
s�
on lump sum prices, is hereby accepted at the price stated
r,4
therein.
-
-=-
Section 3. The amount of $109,500.00 is Hereby allocated
_=�
from the account entitled "Bayfront Park Redevelopment" to cover
the cost of said contract.
Rf
Section 4. The additional amount of $15,300.00 is hereby
A} s.
allocated from the aforesaid fund to cover the cost of project
expense.
Section 5. The additional amount of $2920U.00 is hereby
allocated from the aforesaid fund to cover the cost of such
incidental items as advertising, testing laboratories, and
postage.
Section 6. The additional amount of $650.00 is hereby
allocated from the aforesaid fund to cover the indirect cost.
- 2 - 85--42%
Section 7: The City Manager is hereby authorized to enter
into a contract on behalf of The City of Miami with Marks
Brothers Co. for BAYFRONT PARK REDEVELOPMENT PROJECT - BAYWALK
FILL PHASE I base bid of the proposal.
PASSED AND ADOPTED this _jjt_h rday of _jam_____+ 1985.
ATTEST:
RA�GONGIE, CI L'F�"`r
PREPARED AND APPROVED BY:
�L7 /(6, �<
ROBERT F. CLARK
DEPUTY CITY ATTORNEY
a. APPROVE O ORI4 AND CORRECTNESS:
6W.,L f n. YVVY
CITY ATTORNEY
- 3 -
-'� - M A Y O R
85--42%
SECURITY
biota fib$ RtCbIVEb xUi 26. 798 11 • O .
WE OF stct 2TY
blbbEll
TOTAL
•YOIJI+T
�/
Marks Brothers Co ( Not Inc)
1313 N. W. 97th Avenue
Miami, Florida 33121
$109,500
5%
BB
Central FLa, Equipnent Rentals of
Dade County,1nc.
P. 0. Box 440034
$118,320
$5,916.00
Cashier's Ck
#246680
Merchants Bank
P.N.M. Corporation
3780 N. W. 22 Avenue
Miami, Florida
$121,200
5%
BB
Redland Construction Company
23799 S.W. 167 Ave
Homestead, Florida 33031
$122,930
5%
BB
H.M.H. Marine, Inc.
201 Columbia Dr. #3
Tampa, Florida 33606
$124,980
$6•,250.00
Cashier's Ck
No. 428428
Flagship Nt'l B
Ronlee, INc.
P. 0. Box 660655
Miami Springs F1 33266-0655
$130,020
5%
BB
Bob Young, Inc
3905 N. W. 31 Avenue
Miami, Florida 33142
139,200
5%
BB
Joe Reinertson Equipment Co.
2027 N. W. 7th Avenue
Miami, Florida 33127
$195,000
5%
BB
i
46661 d 46 669Vel de0vibod sloths Nils ray • �L��
CITY *IAMI. FLO:!'G-%
-a
—21
i
Randolph
B Rosencrantz
March 14,
1965 d-.5205-C
City Manager
6AYFhJ;JT1 ?ARK
REDEVELOPMENT
?RUJECT -
BAYWALK FILL.
-
PHASE 1
Resolution
Awarding Contract
f
In
Donald W.
Cather
(For Commission
Meeting of
Director
of Public Works
March 23,
19a5)
The Department of Public Works nas
determined a
low bidder for the SAYFRONT PARK
REDEVELOPMENT
PROJECT - BAYWALK F111 PHASE 1.
The proposes
attached resolution accepts the
bid received
March 26, 1965 of
in
the amount of $ and authorizes the
City Manager to enter into a contract
on behalf
of the City.
Bids were received March 26, 1985 for BAYFRONT PARK REDEVELOPMENT
PROJECT - BAYWALK FILL PHASE I.
As reflected in the tabulation of bids, the
$ bid of is
the lowest responsible bid for the total bid
of the proposal.
Monies are available for the estimated amount of the contract, for
project expense, for such items as
advertising, testing
laboratories, postage and indirect cost.
contractors picked up plans and specifications
t (minority contract -ors: hispanic, black); contractors
iI
submitted bids (minority contractors: hispanic, blacks). The
engineer's estimate was $100,000.00.
EMP:mw
RECUMMENDED 8Y:
Adrienne M. MacBeth
Z_ -4
Assistant to City
City Manager
Resolution attached
cc: Alberto Ruder
85-r425
6
Ci?" OF MIAMI. FLORIDA _--
62 INTEROFFICE MEMORANOUM
Randolph B. Rosencrantz
City Manager
REFERENCES
March 27, 19d5 B-3205-C
BAYFRONT PARK REDEVELOPMENT
PROJECT - BAYWALK FILL
PHASE I
Resolution Awarding Contract
Donald W. Cat er (For Commission Meeting of
`T i ee Director of Public Works ENc.OSUP.ES March 28, 1985)
Yf
The Department of Public Works has determined a
low bidder for the BAYFRONT PARK REDEVELOPMENT
PROJECT - BAYWALK FILL PHASE I. The proposed
attached resolution waives the requirements for
4r
formal sealed bids and accepts the bid received
March 26, 1985 of Marks Brothers Co. in the
amount of $109,500.00 and authorizes the City
Lw
Manager to enter into a contract on behalf of
the City.
The City of Miami and the Rouse Corporation are committed to a
certain schedule for the construction of Bayside Specialty Center.
In order to avoid any delays in the start of said construction, the
reduction in bidding time from the required 15 days to 8 days
°
became necessary.
Bids were received March 26, 1985 for BAYFRONT PARK REDEVELOPMENT
PROJECT - BAYWALK FILL PHASE I.
=
As reflected in the tabulation of bids, the $109,500.00 bid of
Marks Brothers Co. is the lowest responsible bid for the total bid
=T
of the proposal.
Monies are available for the estimated amount of the contract, for
project expense, for' such items as advertising, testing
laboratories, postage and indirect cost.
z t
Twzlve contractors picked up plans and specifications (minority
contractors: 4 hispanic, 1 black); 8 contractors submitted bids
o r.,fs
(minority contractors: 2 hispanic, 1 black). The engineer's
:>=L'
estimate was $100,000.00.
411 M P : a z
Resolution attached
cc: Alberto Ruder
85-429.