Loading...
HomeMy WebLinkAboutR-95-0696J-95-831 9/18/95 RESOLUTION NO.9 J k 6 A RESOLUTION ACCEPTING THE BID OF SOVEREIGN CONSTRUCTION GROUP, INC., IN THE PROPOSED AMOUNT OF $77,580.90, TOTAL BID OF THE PROPOSAL, FOR THE "N.W. 50 STREET 12-INCH WATER MAIN PROJECT, B-4585" (SECOND BIDDING); ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 331391 AS APPROPRIATED BY THE FISCAL YEAR 1994-95 CAPITAL IMPROVEMENT ORDINANCE NO. 11205, AS AMENDED, IN THE AMOUNT OF $40,000 AND FROM COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS, PROJECT NO. 702404, IN THE AMOUNT OF $50,000, TO COVER THE CONTRACT COST OF $77,580.90, AND ESTIMATED EXPENSES OF $12,419.10. FOR AN ESTIMATED TOTAL COST OF $90,000.00; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY WITH SAID FIRM. WHEREAS, sealed bids were received on September 12, 1995, for 11N.W. 50 Street - 12 Inch Water Main Project, B-4585" (Second bidding); and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Sovereign Construction Group, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, Project No. 331391, Community Development Block Grant - Disaster Recovery Assistance, as appropriated by the Fiscal Year 1994-95 Capital Improvement Ordinance No. 11205, as amended, adopted November 17, 1994, appropriated monies for the :CITY COMMISSION MEETING OF 5 E P 2 8 1995 Revolution No. 95- 696 proposed amount of the contract, project expense and incidentals; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: j Section 1. The recitals and findings contained in the i Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The September 12, 1995 bid of Sovereign Construction Group, Inc., in the proposed amount of $77,580.90, for the project entitled "N.W. 50 Street - 12 Inch Water Main, Project B-4585" (second bidding), for the total bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 3. The total estimated project cost of $90,000.00 is hereby allocated from Capital Improvement Project No. 331391,as appropriated by the Fiscal Year 1994-95 Capital i Improvement Ordinance No. 11205, as amended, in the amount of i $40,000, and from Community Development Block Grant Funds, Project No. 702404, in the amount of $50,000.00 to cover the contract cost of $77,580.90, and estimated expenses of $12,419.00 for an estimated total cost of $90,000. Section 4. The City Manager is hereby authorized) to enter into a contract on behalf of the City of Miami with Sovereign Construction Group, Inc., for the project entitled ' 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. 2- 95-- 696 L 11N.W. 50 Street - 12 Inch Water Main Project, B-4585" (second bidding), for the total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 28th day of- � ember , 1995 ATTEST: J ALTER MAN, CITY CLERK SUBMITTED BY: WALDEMAR E. LEE, DIRECTOR DEPARTMENT OF PUBLIC WORKS CAPITAL PROJECT REVIEW: 4CAPRDO DRIUEZ, DI E TOR T AGEMENT AND AL IMPROVEMENTS PREPARED AND APPROVED BY: G. MIR AM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED'AS TO FORM AND CORRECTNESS: Ate. CITY W332:csk , II J 3- ?HENP. 6—� NET REVIEW: > i FRANK DA-/DIRECTOR NET 95 - 696 �CCITY O+r!F//►►MIAppMI, ��FLORIDA r INT11;1r11•�:JFY'Q'M�F ",UR1'V7O1 ANDUM 31 Honorable Mayor and Me=era �co of the City Commission ani;, : far SEP 2 11995 SUBJECT Rosoluticn Awarding Contract for N.W. 50 street-12 znoh water Main Project YHt7M REiER6NCES . ( Second Sidding ) Casa 0 City ex wr+c�onul;cs RECOMMENDATION It is respect:flilly recommended Lhat the City Commission adopt the attached resolution acceptihq the 1ow bid or Sovereign Construction Group, Inc. a cornpAny located wiUiin vace County and within the City of Miami,, for the "N.W. 50 Street-12 inch Water Main Project B-4585" (Second Bidding), receivad sept:embet 12, 1445 in the amount or $77, 580,90, Total Bid; authorizing t~ho city Manager to enter intu a contract on behalf of the City. 4kqKJL01JND Account of Bid: s77, 580.90 %ef Estimate: 129Z Coat Estlmate: 460,000.00 SourcA nf rulade ?i.acal Year 1994-95 CZP Ordinance Nc. 11205, as &mended, Pro-4 ect No. 331391 in the &Mount of $40, 000 nand in Community Devolopment Block Grcuil funds, Project No. 702404 in the amount of $50,000. Minority Representation: 26Q-- invitAtiens mailed 12- contractors picked up plans & specs. 14 Hispanics, l Mack, 0 Pemales) 1 contractor submitted bids (1 Hispanic, 0 slack, U Female) Honorable Mayor and Menibcra of the City Commission Page two Public Hearin/Notices: No :ublic: tiearirg/Sid Notice published. hasessatb16 Project; No Disc•asvion: The Department of Mtblic works has evaluated the bids recsi vod or% September 12, 1995 Ahd dctezmintJ Lhat ZAO lowest responsible anel reaponsive bid, in the Amount of $71,5$C.50 19; from Sov'ereicgn Construction Group, Inc, a Hispazzie- iulnority controlled corporat"on. Funds are available to cover the contract cost, and .far SUCL Incidental items as postage, blueprinting, advertising, and rayrnquctiwi costs. Rtta;:hment : Proposed Resolution FACT SHEET PUBLIC WORKS DEPARTMENT JOB r. @ PROJECT NANF N,W, 60 STmET Wo CAP. h 331301 LOCATION; 1E DESCRPTION) TYPE: PRLUECT MANAGER: F01RALPARTICIPATION: L AMMATEDDEPARIMEM U6 A88E88ARLE: rQ EWAENCY: a RE40LUM P BID fREGUEIST; PORMAL DESCRIPTION; THE PROJEC1C4WI.STR nF THP rrMTRLICTM QF A I GlTYOF SCOPE OF SERVICES: CITY BURvrlymL lr WE INVBCTIGATION DESIGN QX PLANNING AND STUDY SPECS AND I D PROCESS BLUEPRNMO AND ADVERTISNO FYI CONSTRUCTION Q CONST. INSP. !& MANAGEWNT OTHER TESTINQ Q INDIRECT COSTS 11,43%) CONTIGENICF.B INC) WWI COOT. cosh 1160A40,00 �W OUTSIDE AMOUNT © S4,tib4,Ifti 0 Q $264.00 SQ00,73 ® $77,560,90 (BID) Q $6,430,66 Q GMTOTAL 30Q,Z8i.15 $12M.80 TOTAL $90,OD0.0D 44 OF CONST. COn JAUIUA _L_% OF (BID) 7 %OF BID {E1l91N61Rd CONTRACTORS INFORMATION: CLABS; JQ ® [ ] TYPE OF WOR WATER hIAIN NOR wiNORRY Q YEMS OF E$TABLIeNMENT: NNORM ® ® QF KMZ _SOVEREIGN CONSMUTION GROUP, INC. LICENSE EL1AQ2 MORC+ & M N.W. 94 AVENUE SUITE 200 Co LTxim CONTACT PERM TELEFHON RM ATWiblb SUBCONTRACTORS NAMES: SELF fiNAM"; I; g% g oit a jrr rli L TABULATION OF BIDS FOR .N.W. 50 STREET WATER MAIN PROJECT (SECOND BIDDING) 11=01 sd tW tM City Clerk. Clty at Mimi PtorWo of tisw A.H. an SsMtos6or 12. Im B IODER soiEla1 umsiRkTium WUP, INC. ADS ZW N.V. ft AVE SUITE M LOCATIED IN TFE CITY OF Mimi NO LI4 INXIM AS 1ER CI1Y tX10E & ff= W. YES 010 lily@ AHOlW B.B. 5.000 . UO IRREGLAR MES M I NoN1 TY OWNED' YES. H TDtAL 810-TIE TOTAL OF ITBB 1 11K 24 N= ON A FIFIEEN 1151 1=1I46 ORY CIHMIOV TIME $ 77.580. 90 BIDDER AD N ESSS LOCATM IN THE CITY OF HIANI L I MEM A II1XIM AS F R CITY CODE L I9Z ft CM. 812 BOND AhlMMT I RA.ARI T I ES M 1 NOR I TY OWNED A- r ITTtoe tt'c,BD 7HE DEPARTMENT OF KNL iC WORKS HAS DETERM 1 tED C-Mr roct rtt r to wo a aallss..e lor,.y a q That the Lowest Re�apcna l b l e and Responsive B t rider le [-Ccrrsctsd Cz•snNarn D- MrsNNM U NIOW or I. "M I Slow or IY CYrw *o fiNl SOVEREIGN CONSTRUCTION. I NC . ; n The Amount of $ 77,580.90 F-� apo;,,lri; Mi� for the TOTAL BID of the Proposal. , G- LWroW Yid fad H-corroctsd aid I -No First sosres mrlres Gootiawn stsisss.t !/ J-16 ltinortty CaW Iowa NtoMNrMnt r K-lie aIPllaft sw PnpNNaI BID 94-95-203 .7111 !° t- I etgo ol ■1sNlrq pop 1}0J 6 w+d Prlsnry Off lce looetion fora mvp 6-458r