Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-95-0817
J-95-870 9/8/95 RESOLUTION NO. 9 rJ — 817 A RESOLUTION ACCEPTING THE BID OF SOVEREIGN CONSTRUCTION GROUP, INC. IN THE PROPOSED AMOUNT OF $695,298.47 OF THE PROPOSAL, FOR "BELLE MEADE STORM SEWER PROJECT PHASE II PART "A"; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 352264, AS APPROPRIATED BY THE FISCAL YEAR 1994-95 CAPITAL IMPROVEMENT ORDINANCE NO. 11205, AS AMENDED, IN THE AMOUNT OF $695,298.47 TO COVER THE CONTRACT COST AND $113,389.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $808,687.47; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, sealed bids were received September 12, 1995, for "BELLE MEADE STORM SEWER PROJECT PHASE II PART "A"; and WHEREAS, the City Manager and the Director of the Department i of Public Works recommend that the bid from Sovereign Construction Group, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1994-95 Capital Improvement Ordinance No. 11205, as amended, appropriated monies for the proposed amount of the contract, project expense, and incidentals under Project No. 352264 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COi�2I'�IISSION MEETJ-G OF iE►OV 1 6 1?95 Resolution No. 9 - 817 Al%1 Section 1. The recitals and findings contained in the 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 $695,298.47 for the project entitled "BELLE MEADE STORM SEWER PROJECT PHASE II PART "A" 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 $8Q8,687.47 is hereby allocated from Capital Improvement Project 352264 as appropriated by the Fiscal Year 1994-95 Capital Improvement Ordinance No. 11205, as amended Said total project cost consists of the $695,298.47 contract cost and $113,389.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contract) ,in a form acceptable to the City Attorney, on behalf_` of the City of Miami with Sovereign Construction Group, Inc., for "BELLE MEADE STORM SEWER PROJECT PHASE II PART "A, total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. I� 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. 014 95-- 817 PASSED AND AOOPT50 this 16th day_Qf November 1995. Mon ST HEN P. CLA }<, MAYOR ATTEST: a WALTER J. iA CITY CLERK CAPITAL PROJECT REVIEW: U - DR I GUEZ , DIRECTOR' SSET MANAGEMENT AND CAPITAL IMPROVEMENT SUBMITTED BY: WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS LEGAL REVIEW BY: G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: .e A. JO CORN III -s 95— 817 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM Cesa 10 City ger RECOMMENDATION DATE OCT 13 1995 FILE B-5620 SU&JECT Reso I ut Ion Awarding Contract for Belle Meade Storm Sewer Project Phase II Part "A" REFERENCES: ENCLOSURES Resolution It Is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Sovereign Construction Group, Inc., a company located within Dade County and not within the City of Miami, for the "Belle Meade Storm Sewer Project Phase II Part "A" B-5620", received September 12, 1995, in the amount of $695,298.47; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid "A": $695,298.47 % of Cost Estimate: 103% Cost Estimate: $672,135.00 Source of Funds: Fiscal Year 1994-95 Capital Improvement Ordinance No. 11025, as amended. Minority Representation: 260, Invltations mailed 19 contractors picked up plans & specs (5 Hispanic, 1 Black, 0 Female) 3 contractors submitted bids (2 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No public hearing/Bid Notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on September 12, 1995 and determined that the lowest responsible and responsive bid, In the amount of $695,298.47, is from Sovereign Construction Group, Inc., a hispanic -minority controlled corporation. Funds are available to cover the contract cost, and for such Incidental Items as postage, blueprinting, advertising, and reproduction costs. Attachment: Proposed Resolution 9 5 - 817 FORMAL H I D BELLE MEADE STORM SEWER PROJECT PHASE II, PART A JECT NUMBER: B-5620 CIP NUMBER: 32264 JECT MRNNGER: EDGRR MUNOZ HATE: SEPTEMBER 12, 1995 SON WHO RECEIVED THE BIDS: EDCAR MUNOZ RECEIVED AT: CITY CLERK'S OFFICE, CITY HF1LL STRUCTION ESTIMATE: $670 000.00 TIME: 11:00 R.M. )BIER SOVEREIGN CONSTRUCTION GROUP, INC. MIRI CONSTRUCTION, INC. P.J. CONSTRUCTORS, INC. RESS 2300 NW 94 AVE. 7340 SW 121 STREET 4100 SH 70 COURT MIRMI, FLORIDA 33172 MIHMI,FLORIDR 33156 MIRMI,FL.ORIDA 33155 1ED IN TF E CITY OF MIRMI NO NO NO SED & INSM FG PER CITY CODE >k PM ORD. YES YES YES BOND R94Oi.1NT BB $ 35 , 000.00 6B 5% BB 5 GULARITIES C RITY OWNED YES, H YES, H NO 3L BID: THE TOTAL_ ITEMS 1 THRU 32 $695,298.47 $1,001,605.80 $1,072,467.00 D ON ONE "AHED (100) WORKING DRYS IRREGULRRITIES LEGEND No Power-of-Rttorney �n fRfffdavit u to Capital & Surplus of Bonding Coepany THE DEPRRTMENT OF PUBLIC WORKS HAS DETERMINED gorrected Extensions That the Lowest Responsible and Responsive Bi dd r Is Proposal Unsigned or improperly Signed or No Corporate Seal SOVEREIGN CONSTRUCTION GROUP, INC in The Rmount of Incomplete Extensions Uon-responsive bid $695 , 298 . 47 proper Hid Bond Hid ` 5 L trrectod No First Source Hiring Compliance Statement No Minority Compliance Statement No Duplicate Bid Proposal BID 94-95-204 ,, llrtp. 9E.M. _ H-5620 FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 09/07195 JOB A: B-5620 PROJECT NAME: BELLE MEADE STORM SEWER PROJECT PHASE II PART "A" C.I.P. M 352264 LOCATION: BELLE MEADE ISLAND TYPE: PROJECT MANAGER: EDGAR MUNOZ FEDERAL PARTICIPATION: a ASSOCIATED DEPARTMENT: ^ PUBLIC WORKS _ ASSESSABLE: a EMERGENCY: CJ RESOLUTION P: BID REQUEST: FORMAL® INFORMA= DESCRIPTION: THE PROJECT CONSISTS OF THE CONSTRUCTION OF STORM SEWER DRAINS, SIDE DRAINS, CROSS DRAINS CATCH BASINS, MANHOLES, DEEP WELLS AND, STREET AND DRIVEWAYS REBUILDING, ON BELLE MEADE ISLAND LOCATED ON LITTLE RIVER AT THE BISCAYNE BAY APPROXIMATELY BETWEEN N.E. 75 STREET AND N.E. 77 STREET).. _ (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: CITY OUTSIDE AMOUNT OF COSTT. COST) SURVEYIPLAT $ 5,500.00 (ACTUAL SITE INVESTIGATION $ PLANNING AND STUDY $ DESIGN $ 41,718.00 6 % SPECS AND BID PROCESS ��] 1 250.00 BLUEPRINTING AND ADVERTISING $ 850.00 CONSTRUCTION $ 695,298.47 (BID) CONTT. INSP. & MANAGEMENT $ 48,671.00 7 % OTHER TESTING [_] $ 5,000.00 SUBTOTAL $ 797,287.47 INDIRECT COSTS (1.43%) $ 11,400.00 CONTIGENCIES $ o (EC) ESl7K4 E CONST. COST. $ TOTAL $ 808,687.47 (Ej ESRMATE CONTRACTOR'S INFORMATION: CLASS: ( J I MM FS TYPE OF WORK: ENGINEERING CONTRACTORS NON MINORITY CJ YEARS OF ESTABLISHMENT: MINORITY© 11 RFF NAME: SOVEREIGN CONSTRUCTION GROUP, INC. LICENSE E941902 ADDRESS: 2300 N.W. 94 AVENUE SUITE 200 CG C0359M CONTACT PERSON: JOSE PEREZ DE CORCHO TELEPHONE (305) 470.7575 SUB -CONTRACTORS NAMES: PAVING: PAN A.MERICAN E•1603 CONCRETE: HOMESTEAD CONCRETE E•861 DEEP WELLS: JAFFER 11033 LANDSCAPING: VILA & SON 123448-3 §URVEYPETS DE LA ROSA10971&9 8 17 WAN, MU& 'H-HPLIC WMALE 'IA ITEM: BELLE MEADE STORM SEWER PROJEC_t------- —__—_!w_w_.._.w_a. PHASE II PART "A" B-5620 ll--.- SIA :o.r 94-95-204 m�i� IA �' 0!)�NHD e S EP'I' EI1B I; R 1 2 l 9 9 5 h 0 0 �� . in .•..._--- ...----_-- --w_ �.�..,. a h TOTAL DID DOND,Jfrj SIAARR I ��ppIATI �� ktl�R �lC1iICR_a SOVEREIGN CONSTRUCTION GROUP, —I-N ®..b9 , 298. 47 13 . B . $ '35_ 000.0C1_w���. MIR�I CONSTRUCTION, INC,.M_—lw—w _$ 1,001.Oo5 8 Iie.B _ 5%ww_.�lw — —�— —� — P. J.__CONSTRUGTORS�INC. !_—w-- $ 1,0731 107^0 — B -B- 5i -- "OFe-rs r-o—m the vendor® limed lierein are tlic+ only rortt-;y2I iiit .C.ti-.tli— .- �?s� t-+,.a.__ _wl--w--------� other offers sub.111itted in to III"IS C?ifC � 'i; : i� t"`1.7•, .-.-rem !_ww-w-w-w--w___ w w- ---o•�rw�a'- ___��ul .----w---wlwls s---------------4�--------------4.------------w__ -------------------------------- ---------------------- i ----------------- L-------------- ---------------- -----------------+---------------r---------------------- .'-------------------f---------------4------------------------ --- ------------- [ ------------------ T7 77, -------------- -------------------------- ---------- -------------------------------- ---------------4------------&---------------------- - - - - - - - - - - - - - - I - - - - - - - - - - - - - - - - - - - - - - - --------------- --------------"6------- ------ ci'�" received szvslopcs on behalf of _ Publ is ,O:ftf- _--------------- O8 - ------- r- J_Z ---- (CitF Dcpart�oent) ep�t�-City Cleril) --� i 1 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Walter J. Foeman DATE August 23, 1995 rite City Clerk SUBJECT BELLE MEADE STORM SEWER PROJECT PHASE II, PART "A" B-5620 FROM / REFERENCES �e�rtaA.Davis BID NO. 94-95-204 Department of Public Works ENCLOSURES Contractors will submit bids for the above reference project to be opened on. September 12, 1995 11:00 AM Any bid submitted after the above appointed time will not be accepted by the City Clerk. Please make the necessary provisions for this bid opening. A representative from our Department will be present. We will notify you in writing if there will be a postponement or cancellation prior to the opening of bids. =D PQ t� x n-i > i BID NO 94-95-204 ADVERTISEMENT FOR BIDS Sealed bids for "BELLE MEADE STORM SEWER PROJECT, PHASE II PART "A" B5620" will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 12th day of September, 1995, at the City Clerk's office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. This project consists of the construction of drainage systems on Belle Meade Island. It will include deep drainage wells, pollutant control structures, 12-inches HDPE Pipe Side Drains, concrete and ductile iron pipes in various sizes, manholes, catch basins and Insituform of existing outfall pipes. City regulations will allow bidders to furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as presented in the documents and specifications, please contact Mr. Leonard J. Helmers, P.E., Chief Engineer, 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 office of the Director of Public Works, 275 N.W. 2nd Street, 3rd Floor, Miami, Florida, 33128, on or after August 28, 1995. 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 5e alp rate check for $8._There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $220 per set and this is not refundable. Deposits will be refunded only upon the 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. Bidder are alerted to the provisions of Ordinances Nos. 10062 as amended, regarding allocation of contracts to minority vendors, contractors and subcontractors. All bidders must submit an Affirmative Action Plan with their bids. (Ordinances are contained in Bid Specifications). 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) 579-6865. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and re advertise (B-5620,Req.0584) Cesar H. Odio City Manager City of Miami REQtlISITION EQR ADVERTISEMENT This number must appear in the .�_ advertisement. INSTRUCTIONS: Please type and attach a co,pv of the advertisement with this reauisition. 1. Department: ?, .. 2. Division: i ; 3.. Account Code number: —4. Is this a confirmation: 5. Prepared by: a �� El Yes ❑ No F of advertisement 7. Starting date: Telephone number: fCSize 5A7 9".681,l5 9. Number of times this advertisement is to be 10, Type of advertisement: published: ` `-' " Legal El Classified ❑ Dis la _ 11. Remarks: PROJECT PHASE i i . ► A.i; i 12. G.S.A. Pr urement Manea2ment) USE ONLY Date(s) of Invoice No. Amount Publication Advertisement "; +'71 i 13. Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date C IGS/PC 503 Rev. 1g Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White • G.S.A.; Canary - Department . 4 BID NO 94.95.204 ADVERTISEMENT FOR BIDS Sealed bids for "BELLE MEADE STORM SEWER PROJECT, PHASE II PART "A" B5620" will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 12th day of September, 1995, at the City Clerk's office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. This project consists of the construction of drainage systems on Belle Meade Island. It will include deep drainage wells, pollutant control structures, 12-inches HDPE Pipe Side Drains, concrete and ductile iron pipes in various sizes, manholes, catch basins and Insituform of existing outfali pipes. City regulations will allow bidders to furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as presented in the documents and specifications, please contact Mr. Leonard J. Helmers, P.E., Chief Engineer, 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 oriorigivals. Plans and specifications may be obtained from the office of the Director of Public Works, 275 N.W. 2nd Street, 3rd Floor, Miami, Florida, 33128, on or after August 28, 1995. 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 set of plans and specifications. Additional sets may be purchased for a fee of $20 per set and this is not refundable. Deposits will be refunded only upon the 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. Bidder are alerted to the provisions of Ordinances Nos. 10062 as amended, regarding allocation of contracts to minority vendors, contractors and subcontractors. All bidders must submit an Affirmative Action Plan with their bids. (Ordinances are contained in Bid Specifications). 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) 579-6865. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time, The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and re advertise (B-5620,Req.0584) Cesar H. Odio City Manager