Loading...
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_