Loading...
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.