Loading...
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. - -