City of Coral Gables

File #: 19-9509    Version: 1 Name: Cocoplum 1 Sanitary Pump Station
Type: Resolution Status: Adopted
File created: 12/10/2019 In control: City Commission
On agenda: 1/28/2020 Final action: 1/28/2020
Enactment date: 1/28/2020 Enactment #: 2020-34
Title: A Resolution accepting the recommendation of the Procurement Officer to award the IFB contract for the Cocoplum 1 Sanitary Pump Station & Force Main Upgrade to David Mancini & Sons, Inc., in an estimated amount of $2,240,459.00 not to exceed the available budgeted funds, pursuant to Invitation for Bids (IFB) 2019-037 and Section 2-763 of the Procurement Code entitled “Contract Award”.
Attachments: 1. Signed Resolution 2020-34, 2. Signed Resolution 2020-34, 3. Agenda Memo -IFB 2019-037, 4. Agenda Resolution IFB 2019-037, 5. Revised - Bid Tabulation IFB 2019-037, 6. Award Recommendation Memo_IFB2019-037 Cocoplum 1 Sanitary Pump Station & Force Main Upgrade
Title
A Resolution accepting the recommendation of the Procurement Officer to award the IFB contract for the Cocoplum 1 Sanitary Pump Station & Force Main Upgrade to David Mancini & Sons, Inc., in an estimated amount of $2,240,459.00 not to exceed the available budgeted funds, pursuant to Invitation for Bids (IFB) 2019-037 and Section 2-763 of the Procurement Code entitled “Contract Award”.

Body
On October 1, 2019, the Procurement Division of Finance formally advertised, issued and distributed the IFB 2019-037 Cocoplum 1 Sanitary Pump Station & Force Main Upgrade solicitation which consist of an upgrade to an existing pump station, removal and replacement of an existing wet well and installation of a force main.
On October 9, 2019 a non-mandatory pre-bid conference was held with twelve (12) prospective bidders in attendance of the fifty (50) prospective firms that downloaded the IFB package from Public Purchase, the City’s web based e-Procurement service.

On November 13, 2019, a total of eleven (11) responses to the IFB were received by the following firms: Comtech Engineering, Inc., Continental Construction USA, LLC., Danz Contracting, LLC., David Mancini & Sons, Inc., Lanzo Construction Co., Florida, Maestre Construction, Inc., Metro Equipment Services, Inc., Pabon Engineering, Inc., R.P Utility & Excavation Corp., Ric-Man Construction, Inc., and Stonehenge Construction, LLC.

The responses were reviewed by the Procurement Division in order to determine responsiveness to the requirements of the IFB and to identify the lowest responsive responsible bidder. During the review, it was determined that the following contractors would be deemed non-responsive and would receive no further consideration for award: Pabon Engineering, Inc. (failure to provide an original bid bond prior to the solicitation closing date), Maestre Construction, Inc. (failure to provide a copy of the revised schedule of values), Danz Contracting, LLC. (failure to meet the minimum qualifi...

Click here for full text