HomeMy WebLinkAboutR-91-0356J - 9 1 - 3 4 9
04/29/91
RESOLUTION NO. 91 h �
A RESOLUTION ACCEPTING THE BID OF SITE
TECH ENGINEERING, CORP., IN THE PROPOSED
AMOUNT OF $569,908.00, TOTAL BID OF THE
PROPOSAL, FOR DURHA14 STORM SEWER PROJECT
B-5577; WITH MONIES THEREFOR ALLOCATED
FROM THE FISCAL YEAR 1990-91 CAPITAL
IMPROVEMENT ORDINANCE NO. 10782, PROJECT
NO. 352193, IN THE AMOUNT OF $569,908.00
TO COVER THE CONTRACT COST AND
$100,602.00 TO COVER THE ESTIMATED
EXPENSES, FOR AN ESTIMATED TOTAL COST OF
$670,510.00; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT WITH SAID
FIRM, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY.
WHEREAS, sealed bids were received April 2, 1991, for
DURHAM STORM SEWER PROJECT B-5577; and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid from SITE TECH
ENGINEERING, CORP., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, the Fiscal Year 1990-91 Capital Improvement
Ordinance No. 10782, was adopted on September 27, 1990, and
monies are available for the proposed amount of the contract,
project expense, and incidentals under Project No. 352193 of said
Ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION! OF THE
CITY OF MIAMI, FLORIDA:
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.
u ��
Section 2. The April 2, 1991, bid of SITE TECH
ENGINEERING, CORP., in the proposed amount of $569,908.00, for
the project entitled DURHAM STORM SEWER PROJECT B-5577 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
$670,510.00 is hereby allocated from the Fiscal Year 1990-91
Capital Improvement Ordinance No. 10782, Project No. 352193.
Said total project cost consists of the $569,908.00 contract cost
and $100,602.00 estimated expenses incurred by the City.
Section 4. The City Manager is hereby authorized to
enter into a contractl/ on behalf of the City of Miami with SITE
TECH ENGINEERING, CORP., for DURHAM STORM SEWER PROJECT B-5577,
total bid of the proposal.
Section 5. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 9th day of May 1991.
XAVIER L. SUAFE7, MAY -OR
1MA 'Y HI CITY CLERK
LEGAL REVIEW BY:
RIAM RAER
CHIEF ASSISTANT CITY ATTORNEY
`i APPROVED AS TO FORM AND CORRECTNESS:
4CI ATTOR EY
CAPITAL PROJECT:
PRO(
D-U
v� �
CIP PROJECT MANAGER
SUBMITTED BY:
_ - P 0
DI ECTOR OF PUBLIC WORKS
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.
9 -� 356
DID _SECURITT_LIST
DID ITEM: _ Durham Storm Sewer Project __B5577___________________
DID NO. _ _9A9.J..-.9�.7
DATE DID(S) OPENED: _11:00 a.m._________-_-_____________---
TOTAL BID BOND_JSEI
BIDDER BID AMOUNT CASHIER'S CHECK
Site Tech Engineering
$569,908.00
5% BB
Resol, Inc.
$587,879.20
5% BB
-----------------------------------------------------
Yanes Equipment, I=.
$588,807.00
$30,000 BB
Williams Paving Co., Inc
$600,970.00
5% BB
Man Con, Inc
$615,013.45
5% BB
Madsen/Barr Corporation
$618,366.00
5% BB
Sigma Construction & Engineeri
-----------------------------
g$622,499.75
5% BB
Galtech, Inc.
------------------------------
$628,450.00
$40,000 BB
P.J. Constructors, Inc.
$664,712.00
5% BB
Kivik Enterprises, Inc.
--------------------------------
�$681,145.00
5% BB
Ric -Man International
-------------�
$756,858.00
--------------
------ -
5% BB
------------------------
-----------------
I
L---------------------
------------------------------------------------------------------------
----------------------------------------------------------
-- ------
- -------------- I
----------------�---------------
-------------
---------------
- 9---
-----------------------
------------------------
j
G` C _'___ ~ _ - -
_ received (1( ) envelopes on behalf of
srson rscei in& bids)�
Public Wo to _______---------------
SIGNED:
a.
Bid No. 90-91-067
ADVERTISEMENT FOR BIDS
Sealed bids for- "DUR W STORM SEWER PROJECT -L5577" willbe received by the City ManaQ�r and
the City Clerk of the City of Miarm, Florida at0 a.m. on the end' c off 1;:, 1991,J at the
City Cleric's office, first floor of the Miami City Ha 1, 3500 Key,
Miami, Florida, 33133, at which time and place they will be publicly opened -and'read
The project will consist of construction of drainage structures in the area bordered by N.W. 13
Street, N.W. 7 Street, N.W. 37 Avenue and N.W. 41 Avenue. It will include Perforated Aluminum
Pipe French Drains (24" Diameter) ; miscellaneous aluminum, concrete and ductile iron pipe in
various sizes; sidewalk, curbs, gutters and pavement replacement in construction area; catch
basins, manholes, and pollution control structures. City regulations will allow bidders to
furnish perfamnoe and bid bonds in a000 dance with Resolutions Nu. 8&M and No. 87 915. For
technical questions regarding plans and specifications, please contact Daniel C. Bremer, P.E.,
Environmental Engineer, at (305)579-6865. Prospective bidders will be required to subMt, with
their bid, a copy of the appropriate Certificate of Copecency, 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 Speci fi cati ons.
New City regulations will require each bidder to subsit proposals in duplicate originals. Plans
and specifications may be obtained from the office of the Director of Public Works, 27 N.W. 2
Street, 3rd floor, Miami, Florida, 33128, on or after March 7, 1991. 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 specs -cations. Additional sets may be pureed for a fee of $20 per set and this is
not refundable. a!posits will be refunded only upon the return of are 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. 10538 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, CIV of Miami, at (305)579-6&%.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for failure to complete the work on time. The Ci 1y Comm ssi on reserves the right to
waive arty informality in any bid, and the City Manager may reject any or all bids, and
readvertise (B-5577 Req. 5631).
Cesar H. Odio
City Manager
-
cog Mw
REQUISITION FOR ADVERTISEMENT This number must appear
in the advertisement.
IDEPT/DIV. Li u�
kid 0 - t'! 7
ACCOUNT CODE
DATE PHONE APPROVED B
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement times.
(number of times)
Type of advertisement: legal classified display
(Check One)
Size: Starting date
First four words of advertisement:
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
YDUE DATE Y MM DD
Adv. Doc. Reference
VENDOR 1INDEX
CODEIOBJEC�
PROJECT
11
13
1 117
18 1 125,34
39
42 145
50
51 56157
62
163 65 166
7
0
1
12
1411
1
VIP
1_1
I
I
I
1_
12
10121
1
1
1
1 1
1 _I
I
I _ I
_I
I
1_1
12
18171t1
1-H
1
21314
7
8 V P 12
13114115
DESCRIPTION
36164
DISCOUNT 69172
AMOUNT 8
5
200201
-I
I
I
I
I
I
I
I
I
I
I
I
L
I
I I
IA-L
I- _11
I
I
I
I
I
1 -1
White — Purchasing
Yellow - Finance Pink— Department
Approved for Payment
91- 356
11
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
# 22
To Honorable Mayor and Members DATE APR 2 91991 FILE B - 5 5 7 7
of th City Commission
A
SUBJECT
ROM Cesar H. O d l o REFERENCES
City Manager
ENCLOSURES
RECOMMENDATION
Resolution Awarding Contract
for DURHAM STORM SEWER
PROJECT
It is respectfully recommended that the
City Commission adopt the
attached
resolution
accepting the low bid
of Site Tech Engineering
Corp., a
company not
located within Dade
County and not within the
City of
Miami, for
DURHAM STORM SEWER
PROJECT B-5577, received
April 2,
1991 in the
amount of $569,908.00,
Total Bid, authorizing
the City
Manager to
enter into a contract
on behalf of the City.
BACKGROUND
Amount of Bid: $569,908.00 % of Cost Estimate: 90.5%
Cost Estimate: $630,000.00
Source of Funds: Fiscal Year 1990-91 CIP Ordinance No. 10782,
as amended
Minority Representation: 141 invitations mailed
23 contractors picked up plans & specs
(9 Hispanic, 1 Black, 1 Female)
11 contractors submitted bids
(4 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 April 2, 1991, and determined that the lowest
responsible and responsive bid, in the amount of $569,908.00, is
from Site Tech Engineering, Corp., 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
ZZ—(
DUNHAM STORM SEWER PROJECT
JOB NO. B-5577
CONTRACTOR'S FACT SHEET
1. SITE TECH ENGINEERING CORP.
4747 N.W. 103 Avenue
Sunrise, Florida 33351 Tel: (305) 748-9404
2. Principals:
Oscar Bustamante, President
Ricardo Del fino, Secretary
3. Contractor is properly licensed and insured.
4. Subcontractors:
No Subcontractors are listed at this time.
5. Experience: Corporation established in 1989.
6. A hispanic -minority contractor.
7. Project and Scope:
The project consists of construction of storm drainage
facilities including exfiItration drains; aluminum,
concrete and ductile iron pipe; manholes, catchbasins and
surface restoration in construction areas.
The project is located i n the area bordered by N.W. 7
Street, N.W. 13 Street, N.W. 37 Avenue and N.W. 41 Avenue.
One hundred (100) working days construction time.
8. Funds allocated:
Contract Bid Price: $569,908.00
(Contractor)
Estimated Project Expenses
(City of Miami)
Engineering, Architectural,
Surveying, Inspections, etc.: 85,468.00
Blueprint: 880.00
Advertising and Postage: 700.00
Testing: 4,100.00
SUB -TOTAL 661,056.00
Indirect Cost Allocation 9,454.00
(City of Miami)
TOTAL ESTIMATED PROJECT COST $670,510.00
Prepared by: D. C. Brenner
2 /
TABULATION OF BIDS FOR
DURHAM STORM SEWER PROJECT B-5577
Received by the City Manager and the City Clerk. City of Miami. Florida at 11:00 A.M. on April 2. 1991
Bidder
Site Tech Eng
Resoi Inc.
Yones Equip... Inc
who . ams Payina co--inc
Man Con. Inc.
MadsenZBarr Corp,
Address
4747 NW 103 AVE
6090 Bird Rd
1 ? n40 SW 181 St
7001 NW 84 Ave.
i 132 NE 48 StYompano
1117 MW 55 St Ft Laud.
Located In the City of Miami
No
No
No
No
Licensed do Ins. as per City Code & Metro Ord
Yes
Yes
Yes
Yes
Yes
Yes
Bid Bond Amount
5% 88
i 813
13-0,000 BB
5% BB
5% BB
5% 88
Irregularities
,H
---Ye-s,H
C,H
Minority Owned
Yes,H
Yes,H
No
No
No
TOTAL BASE BID: THE TOTAL OF
1569,908.00
$583,99130
S586,287.00
$600.970.00
1615,013.45
$618.366.00
ITEMS 1 THRU 33 BASED ON
100 WORKING DAYS
Bidder
Si ma Const.& En .
Goltech Inc.
PA.Constructors Inc
Kivik Enter rises InRic—man
Address
4420 SW 97 Ave
8001 NW 64 St.
4100 SW 70 CT.
7186 SW 117 Ave.
1851 N.Powerline Rd.
Located in the City of Miami
No
No
No
No
No
Licenced do Insured as Per City Code & Metro Ord.
Hid Bond Amount
Yes
5% BB
es
$40,000 1313
Yes
5% B8
Yes
5% 138
Yes
5% BB
Irre ularities
Minority Owned
Yes,H
No
No
o
No
TOTAL BID: THE TOTAL OF ITEMS
$622,499.75
$628,450.00
S664,712.00
S681.145.00
$756,858.00
fa" IRREGULARITIES LEGEND BID 90-91 -067
1 A — No Power —of —Attorney
WB — No Affidavit as to Cspitol & Surplus of Bonding Company THE DEPARTMENT OF PUBLIC WORKS HAS
— corrected Extensions DETERMINED THAT THE LOWEST RESPONSIBLE AND
D - proposal Unsigned or imporperly signed of No Corporate Seal RESPONSIVE BIDDER IS SITE TECH ENGINEERING
E — Incomplete Extensions CORP.IN THE AMOUNT OF S569,90"o
F — Non —responsive Bid 4.
G - improper Bid Bond /Ql
q H — Corrected Bid
Y j — No First Source Hiring Compliance Statement
— No Minority Compliance StatementJ08 No.
m,% nnrate Bid Pr000sol R 7 7
uli_