HomeMy WebLinkAboutR-90-0919J-90-1001
11/21/90
RESOLUTION NO. 9 U R 919
A RESOLUTION ACCEPTING THE BID OF SIGMA
CONSTRUCTION AND ENGINEERING CORP., IN
AN AMOUNT NOT TO EXCEED $54,594.50, BASE
BID OF THE PROPOSAL, FOR OVERTOWN STORM
SEWER RETROFITTING - PHASE I, WITH
MONIES THEREFOR ALLOCATED FROM THE 1991
CAPITAL IMPROVEMENT ORDINANCE NO. 10782,
PROJECT NO. 352276, IN THE AMOUNT OF
$54,594.50 TO COVER THE CONTRACT COST,
AND $11,343.50 TO COVER THE ESTIMATED
EXPENSES, FOR A TOTAL OF $65,938.00;
AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT WITH SAID FIRM.
WHEREAS, sealed bids were received November 6, 1990, for
OVERTOWN STORM SEWER RETROFITTING - PHASE I; and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid from SIGMA
CONSTRUCTION AND ENGINEERING, CORP., be accepted as the lowest
responsible and responsive bid; and
WHEREAS, the 1991 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. 352276 of said
ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The November 6, 1990, bid of SIGMA
CONSTRUCTION AND ENGINEERING, CORP., in an amount not to exceed
$54,594.50, for the project entitled OVERTOWN STORM SEWER
RETROFITTING - PHASE I, for the base bid of the proposal, based
on lump sum and unit prices, is hereby accepted at the price
stated therein.
Section 2. The total project cost of $65,938.00 is
hereby allocated from the 1991 Capital Improvement Ordinance No.
10782, Project No. 352276. Said total project cost consists of
the $54,594.50 contract cost and $11,343.50 estimated expenses
incurred by the City.
CITY COMMISSION
MEETING OF -
Section 3. The City Manager is hereby authorized to
enter into a contract-V on behalf of the City of Miami with SIGMA
CONSTRUCTION AND ENGINEERING, CORP., for OVERTOWN STORM SEWER
RETROFITTING - PHASE I, base bid of the proposal.
Section 4. This Resolution shall become effective
immediately upon its adoption pursuant to law.
PASSED AND ADOPTED this 6th day of _
ATTEST:
MAT HIRAI, CITY CLERK
LEGAL REVIEW BY:
G. MIRIAM MA
CHIEF ASSISTANT CITY ATTORNEY
December ___, 1990.
aA V�I E �R SUAREZ, MAY
APPROVED AS TO FORM AND CORRECTNESS:
1
.c
J GE L. ERNANDEZ
C Y ATTO NEY
CAPITAL PROJECT:
// S 0_
ED CARK_DO6_J_RO UEZ
CICT MANAGER
SUBMITTED BY:
L PR 0-PORTAR, Ph.D., P.E.
IRECTOR 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.
90- 919
?D_SECURITY_LIST`
HID ITEM: _Qxt_�owrL S�Q-'m ew Ser Retrofitti, c,�-Chasse I _B 551_3- ___
DI D No. s --------------------------------------------
DATE BID(S) OPENED: - .fi-r.1 a a n __I L• 3 f)-L�-«--------------------
r0 io
TOTAL BID BOND Sorj
R_
BIDDER BID_ANOUNT CASHIES_CHECK___
Sigma.Construction & Eng., Corp $54,594.50 BB Voucher
— -----------------------------------= -------------------------
MIRI Construction Inc. $56,537.00 5% BB
Williams Paving Co., Inc.
$58,212.00
5% BB
---------------------
P,J. Constructors, Inc..
$59,057.00
---------------------------------
5% BB
Site Tech Engineering
$62017100
NONE
Southeastern Engineering Contrs
$62,632.00
- 5% BB ---
Man Con, Inc .. ..............
$63,412,0.0
5% BB
*A,P. Paving _C_o_. L Inc_---_-__-__
$63,437.00 -__
$3,250,00 BB
Lanzo Construction Co,
$92,377.00
5% BB
---------------- ---r--------------
-------------
!--------------
------------------------
-----------------------
_
---------------L--------------
-------------------------
-------------------L--------------
-------------------------
------------------ --------------
• Onion copes of the _bid __ as received fr m A.P. Paving Co., Inc.
which. was sent to Public Works
---------------- .---------------+-------------------------•
-2i "I _ received (_(2_) envelopes on behalf of
(Person receiving bids)
Public Works - -- ---------------on -- /�9-------------
(City Department)--
(D puty City Clerk)
Bid No. 90-91-022
ADVERTISEMENT FOR BIDS
R Cr IV ED
tJ
Sealed bids for "OVERTOWN STORM SEWER RETROFITTIW PHASE I B-5573" 11 be�� v f City
Manager and City Cleric of the City of Miami, Florida at$Ti
a,
r, 1990 at the City Clerk's office, first floor of the Miy 3 can
i ey, Miami, Florida, 33133, at which time and place they will be publicly opened
and read.
l330 OCT 15 fm I(..10
The project will consist of retrofitting an existing storm sewer system in N.W. 7 Street between
N.W. 2 Avenue and N.W. 3 Avenue, and will include construction of Perforated Aluminum French
Drains (24" Diameter) and manholes. Cit,jr regulations will allow bidders to fund sh performance
and bid bads in acoordance with resolutions tb. 8& M and No. 87-915. For technical questions
regarding plans and specifications, please contact Daniel C. Brenner, P.E., Enviromwtal
Engineer, at (305)579-6865. Prospective bidders will be required to submit, with their bid, a
copy of the appropMatae Certific ne of Competency, as issued by Dade Caurdy, which authorizes the
bidder to per foror 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, _ N.W. 2
Street, 3rd floor, Miami, Florida, 33128, on or after October 18, 1990. If bidders wish, a set
of plans and specifications will be mailed to then by writing to the Department of Public Works
and including a separate check for $B. There will be a $20 deposit required for the first set of
plans and specifications AdditionaTsets may be purch00 for a fee of $2D per set-affik-F-tff s is
not refundable. Deposits 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 Ordnance No. 10062 regarding allocation of contracts to
minority vendors. The City will expect prospective bidders to submit an Affinnative 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 upy be
eligible for wage reimbursement under this program. For further information contact the
Department of Public Works, City of Miami, at (305)579-6856.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for fai 1 ure to complete the work on time. The City Comm ssi on reserves the right to
waive any informality in arty bid, and the City Manager may reject any or all bids, and
readvertise (B-5573 Req. 5609).
Cesar H. Odio
City Manager
to
00
d..i
in cwommm
REQUISITION FOR ADVERTISEMENT
This number must appear '
in the advertisement.
DEPT/DIV. PUBLIC WORKS/ CONSTI:UCTION
t� 1�RI
ACCOUNT CODE Protect No 35Z276,
index No. 319201-287,
Bid No. 90-91-022
DATE October 11. 1990
PHONE 579-6874
APPROVED BY -
PREPARED BY George ` P i card
DIRECTOR
OF ISSUING DEPARTMENT
{
Publish the attached advertisement
once
times.
z*
-_
(number of times)
i
Type of advertisement: legal
classified
display
3
(Check One)
q
un
CM
Size: Starting date October 18 199� �' � FS;Z c-i
First four words of advertisement: Sealed bids for "Overtown " i " j
c-) -< U7
D tM �1 "
Remarks: "OVERTOWN STORM SEWER RETROFITTING, PHASE I" B-5573 ram- ��= 4? C'7
C>
i
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE !DEPARTMENT ONLY.
'
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
i
A-1
t
f
B-2
C-3
i
D-4
s
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE
YY MIA DO
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
t
1
1 11718
25
34 39
42 45 50
51 56
57 62
63 65
66 71
0
1
f
4
11
:
IVIPI
I
I
I
I
I
I
I
1
1
11210121218171
1
2
314
718
V P 12
314
15 DESCRIPTION 36
64 DISCOUNT69
72 AMOUNT 80
5
2
6101210111
1
White — Purchasing
i
Yellow - Finance Pink
a
AJQV2'15 0 W ED 1 1 : 03
CITY OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM
TO. Honorable Mayor and Members
of the City Commission
FROM: C e s a r H. 0
City Mana I
RECOMMENDATION
CAM-5
DATt. NOV 2 71990 FILAI R- 5 5 7 3
5001JFCT: Resolution Awarding Contract
for OVERTOWN STORM SEWER
RETROFITTING - PHASE I
R[rrA[NCES,
CNCI OAURCO.
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of Sigma Construction and
Engineering, Corp., a company located within Dade County but not
within the City of Miami, for OVERTOWN STORM SEWER RETROFITTING -
PHASE I, received November 6, 1990 in the amount of $54,594.50, tease
Bid; authorizing the City Manager to enter into a contract on behalf
of the City.
BACKGROUND
Amount of Bid:
Cost Estimate:
Source of Funds:
$54,594.50
$60,000.00
% of Cost Estimate: 91.6%
1991 CIP Ordinance No. 10762, as amended
Minority Representation: 204 Invitations mailed
15 contractors picked up plans & specs
(4 Hispanic, 2 Black, 0 Female)
9 contractors submitted bids
(4 Hispanic, 0 Black, 0 Female)
Public Hearings/Notices: No public hearing/Bid notice published.
Assessablo Project: No
Discussion: The Department of Public Works has evaluated the bids
rece ve on November 6, and determined that the lowest responsible
and responsive bid, in the amount of $54,594.50 is from Sigma
Construction and 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.
4ttaohmonts
Proposed Resolution
9a--- 919
19�0 �yoy �6 F�3OvRTOWN STORM SEWER RETROFITTING - PHASE I
1.
2.
3•
4.
5.
6.
JOB NO. B-5573
CONTRACTOR'S FACT SHEET
SIGMA CONSTRUCTION AND ENGINEERING, CORP.
4420 S.W. 97th Avenue
Miami, Florida 33165 Tel: (305) 221-0280
Principals:
Luis Morejon, President
Gilda Morejon, Vice -President
Contractor is properly licensed and insured.
Subcontractors:
None required at this time
Experience: Corporation established in 1987
A hispanic -minority contractor.
7. Project and Scope:
The project consists of the construction of french drain
and catch -basins along with pavement
restoration.
o
The project is located on N.W. 7th Street -between N.W.
2nd
Avenue and N.W. 3rd Avenue.
�3
Thirty (30) working days construction
time.
'j
8. Funds allocated:
Contract Bid Price:
$549594.50
( Contractor)
Estimated Project Expenses
(City of Miami)
`Y
Engineering, Architectural,
t
Surveying, Inspections, etc.:
8,189.00
Blueprint:
100.00
Advertising and Postage:
625.00
Testing:
1,500.00
—
SUB -TOTAL
65,008.50
Indirect Cost Allocation
929.50
j
(City of Miami)
TOTAL PROJECT COST
$65,938.00
'All
Prepared Prepared by: G.E. Picard
90
919
TABULATION OF BIDS FOR
OVERTOWN STORM SEWER RETROFITTING - PHASE I B-5573
WILLIAMS PAVING CO. INC
YES
5%
P.J. CONSTRUCTORS. INC
YES
5%
SITE TECH ENGINEERING
YES
5%
me,.
UWmd a insured as Par City Code a Notre Ord.
as OWN Amount
SIGMA CONST. G ENG..CORP.
YES
BB VOUCHER
MIRI CONSTRUCTION INC.
YES
5%
avy"Imrsts"
Owned
YES
YES
NO
NO
YES
TOTAL BID: THE TOTAL
_
54 594.50
56 537.00
58.212.00
59,057.00
62 417.00
OF ITEMS i THRU 9
130 WORKING DAYS
nddw
timwnmmd a Insured se Nor City Code a Matra ore.
Nod send A
SOUTHEASTERN ENS. CONTRS.
YES
5X
MAN CON. INC.
YES
5%
A.P. PAVING CO. INC.
YES
$3.250.00 BB
K
LANZO CONSTRUCTION CO.
YES
5%
-
21TV mlritiea
NO
YES
NO
lan.rit OwnedYES
62. 632.00
63. 412.00
63. 437.00
92. 377.00
_—
i TOTAL BID: THE TOTAL
iOF ITEMS i THRU 9
f3Q) WORKING DAYS
IRREGULARITIES LEGEND A -oft power-ef-itraq r THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED
+.
8-no Affidavit .. to capital a surplus or sanding company that the lowest Responsible and Responsive bidder is
Cowl am txtamiana SIGMA CONSTRUCTION & NG COP the Amount o 54 594.50
i
1 D —MpMal IfnasOnad or feproparly sfom.d or NO co<'va'aU saes Total Bid.
E - Immmoistm axtwwlww
I F -jw- apanive bid
G — DO WN aid amps
H—pnrgmtmd •rd BID 90-9 i-022
--ft first source Hiring csmplianes statement
�j -ib samerity Compliance statement
6 -se coliomts no ww mi C, 8-5573
a'1VV Meg. or. K.C.T. - -