Loading...
HomeMy WebLinkAboutR-86-0087J-86-108 RESOLUTION NO. S 6 - S 7 l A RESOLUTION ACCEPTING THE BID OF LANZO ? CONSTRUCTION CO. IN THE PROPOSED AMOUNT OF $265,191.00, BASE BID OF THE PROPOSAL, FOR i CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT N.W. 47 AVENUE, WITH MONIES THEREFOR ALLOCATED FROM THE "CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT" ACCOUNT IN THE AMOUNT OF $265,191.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. ! WHEREAS, sealed bids were received January 9, 1986 for construction of CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT i N.W. 47 AVENUE; and WHEREAS, the City Manager and the Director of Public Works i recommend that the bid received from Lanzo Construction Co. { be accepted as the lowest responsible and responsive bid; and WHEREAS, monies are available for the proposed amount of the 1 contract, project expense, incidentals and indirect cost fron the account entitled "CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT" ACCOUNT; s NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: - y Section I. The January 9, 1986 bid of Lanzo Construction Co. in the proposed amount of $265,191.00 for the project entitled CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT N.W. 47 AVENUE, base bid of the proposal based on unit prices, is hereby i accepted at the price stated therein. Section 2. The amount of $265,1191.00 is hereby allocated from the "CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT N.W. 47 i AVENUE" account to cover the cost of said contract. COMBI SSIOir MEETING OF FEB 1S f986 3 RMUTION No $ R - ry '44c''A REMARKS -` _ ;S Section 3. The City Manager is hereby authorized to enter into a contract on behalf of The City of Miami with Lanzo Construction Co. for total base bid of the proposal. PASSED AND ADOPTED this 13th day of FFBRUARY 1986. iLL M A Y O R ATTES PREPARED AND APPROVED BY: CHIEF DEPU CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: /altotv_ i &�e� CITY ATTORNEY 086,087 BID SECURITY sum Citywide San. Sew. Ext.-N.W. 47 Ave. DATE NOf RECEIVED January 9. 1985 ll:00 am 85-86-36 TYPE OF SECURITY .IDOEU TOTAL OWNT % A0 Lanzo Construction Co. 1900 N. W. 44 St Pompano Beach, Fla Base•. $274,569 Alt.265,191 2/12% BB Algred Loyd & Sons, Inc. 5800 N. W. 7th Ave., Auite 204 Miami, Fla Base: $325,371 Alt. 324,714 ' BB Voucher Goodwin, Inc. 7275 N. W. 61 Street Miami, Fla Base; $658,245 Alt. 650,990 5% BB I J5 y � V '% 89691ro/ 1*6 obewr A 01w1bo/ elMck• Nts qdgr o1 %=� lop accow"TINO INVOIDK ;-1 17 - IMPORTANT ADDENDUM - CITY OF MIAMI, FLORIDA Department of Public Works ADDENDUM NO. 1 ISSUED December 31, 1985 TO BIDDING AND CONTRACT DOCUMENTS FOR CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT - N.W. 47 AVENUE B-5521 ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS: SPECIAL PROVISIONS (Section 2.15, Traffic Control) Add the following to the fourth paragraph of this section: "Although it is the City's intent that the Contractor provide at least one (1) lane of traffic on N.W. 47 Avenue during working hours, the City recognizes that N.W. 47 Avenue may have to be temporarily closed between N.W. 3 Street and N.W. 4 Ter. for construction purposes. Should this occur, the contractor shall submit a detour plan using N.W. 45 Avenue as the north - south detour route. Adequate signs designating the detour route shall be erected on W. Flagler Street and N.W. 7 Street at N.W. 47 Avenue." THIS ADDENDUM IS AN ESSENTIAL PART OF THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREOF. Donald W. Cather, Director Bid k1o. 85-86-36 ADVERTISEMENT FOR BIDS Sealed bids for construction IMPROVEMENT - N.W. 47 AVENUE Di n n e they will be of CITYWIDE SANITARY SEWER EXTENSIONS B-5521 will be received by the City ion of t�.�ry of P4iami, Florida at Tan a�, at the City Commission �__-fl oor of the "Miami I ty Hal 1 , 3500 Pan Ame►^i can r Key, Miami, Florida 33133, at which time and place publicly opened and read. Briefly, the work will consist of 2,950 + linear feet of 8-inch through 12-inch extra strength vitrified clay and ductile iron pipe sewer with the deepest cut heinq 16 feet; 300 + linear feet of 6-inch extra heavy cast iron soil pipe laterals; 15—manholes from 4 to 16 feet in depth. New requirements will allow the successful low bidder to furnish a performance bond in accordance with Resolution No. 84-423, and a performance bond in accordance with Resolution No. 84-873. For technical questions regardinq the plans and specifications please contact James J. Kay, P.E., Sewer Desiqn Engineer, at (305) 579-6865. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. The first set of clans and specifications may be obtained free from the office of the Director, Department of Public Works, 275 N.W. 2 Street (4th Floor), Miami, Florida, on or after December 19, 1985. There will he a S20 deposit required for each set. Denosits will be refunded only upon return of plans and specifications, unmarked and in good condition within two (2) weeks after the opening of the bids. Prospective bidders are alerted to the provisions of Ordinance No. 9775 regarding allocation of contracts to minority vendors. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc., 5800 N. W. 7 Avenue, Suite 212, telephone 754-4903 or Allied Black Contractors Association, Inc., 6118 N.W. 7 Avenue, telephone 758-4554, if they require assistance in preparing their bid packages. Proposal includes the time of performance, and specifications contain provision for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise. (3-5521, Req. 3617). 'fatty Hirai Ci ty Clerk 10 g " • 8 It LICITACION NO. 85-86-36 AVISO DE LICITACION Propuestas se11adas Para CITYWIDE SANITARY SEWER XTENS1-9NS' IMPROVEMENT - N.W. 47 AVENUE B - 5 5 2 1 serAn recibidas ppr �el: Administrador y la Comisibn de la Ciudad de Miami, Florida; a rhs' tardar a las 11:00 a.m. el dia 9 de enero de 1986, en la Oficpa del Secretario, primer piso, Ayuntamiento de Miami, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, a cuya hora y el cuyo lugar serAn p6blicamente abiertas y leidas. Este proyecto comprende la construccibn de 2,950 pies lineales de tuberia de 8 a 12 pulgadas de diAmetro de arcilla vitrificada extra fuerte y de hi erro ddcti 1 , a una profundi dad mAxima de 16 pies; 300 pies lineales de tuberia de 6 pulgadas de diAmetro para laterales de hierro extra denso; 15 registros (manholes) de 4 a 16 pies de profundidad. Nuevos requisitos permitirAn a los licitadores presentar un bono de cumplimiento de acuerdo con la Resolucibn No. 84-423, y proveer un bono de licitacibn de acuerdo a la Resolucibn No. 84- 873. Para preguntas tbcnicas acerca de los pianos y especificaciones llame a James J. Kay, P.E., Ingeniero de Diseno de Alcantarillados, al (305)579-6865. Todas las licitaciones serAn sometidas de acuerdo con las Instrucciones a los Licitadores y 1 a s Especificaciones. Los juegos de pianos y especificaciones podrAn obtenerse en la oficina del Director de Obras Pbblicas, 275 N.W. 2 Street (4to Piso), Miami, Florida, a partir del 19 de diciembre de 1985. Se requerirA un depbsito de $20 por cada juego. Estos depbsitos serAn devueltos bnicamente si los planos y las especificaciones son devueltos sin marcas y en buen estado, dentro de un plazo de dos (2) semanas siguientes a la apertura de las licitaciones. Se avisa a los interesados de las provisiones de la Ordenanza No. 9775, la cual se refiere a la otorgacibn de contratos a minorias. Aquellos contratistas/pequenos negociantes de minorias o de zonal objectivas que estbn interesados en presentar sus propuestas pueden comunicarse con el Contractors Training and Development, Inc., 5800 N.W. 7 Avenue, Suite 212, tel6fono (305)754-4903, o _ con Allied Black Contractors Association, Inc., 5535 N.W. 7 Avenue, telbfono (305)758-4554, si requieren asistencia Para preparar sus licitaciones. Las propuestas incluyen el tiempo de ejecucibn, y 1 a s especificaciones contienen provisos para danos liquidados incurridos por falta de completar el proyecto a tiempo. La Comisibn de la Ciudad se reserva el derecho a descartar cualquier informalidad en cualquier licitacibn, y el Administrador de la _ Ciudad puede rechazar cualquiera o todas las propuestas, y reanunciar (B-5521, Req. 3617). Matty Hirai Secretaria 10 o U llmu U V REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. DEPT DIV. ACCOUNTCODE DATE ________. PHONE APPROVED BY: PREPARED BY - DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement -_._ times. InurnhPr ail bntCs 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 DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 117 18 j 125134 39.42 45 50.51 56 57 62 63 65 66 71 0 1 2 4 1 V P I 1_ I I I -r-FTTI 1210121 1 1 1 1 1 1 1 1 1 1 1 1 2 8 7 1 2 314 7 8 V P 12 1314 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 White — Purchasing Yellow - Finance Pink -- Department Approved for Payment TO. Honorable Mayor and Members of the City Commission FROM Cesar H • Odi o City Manager CITY OF MIA MI, FLORIDA �� INTER -OFFICE MEMORANDUM DATE: FILE: FEB 61986 B-5521 SUBJECT: CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT N.W. 47 AVENUE Resolution Awarding a Contract REFERENCES(For Commission Meeting of February 13, 1986) It is recommended a resolution be adopted accepting the low bid of Lanzo Construction Co. for the CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT N.W. 47 AVENUE, received January 9, 1986, in the amount of $265,191.00 and authorizing the City Manager to enter into a contract on behalf of the City. Bids were received January 9, 1986 for CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT N.W. 47 AVENUE. As reflected in the tabulation of bids, the $265,191.00 bid of Lanzo Construction Co. is the lowest responsible bid for the total bid of the proposal. Funds have been allocated under the "Citywide Sanitary Sewer Extensions Improvement" account and monies *are available for the estimated amount of the contract, for project expense, for such items as advertising, testing laboratories, and postage. Twelve contractors picked up plans and specifications (minority contractors: 2 hispanic, 1 black); 3 contractors submitted bids (minority contractors: 0 hispanic, 1 black). The engineer's estimate was $270,000.00. .4!p DWC:EMP:bf Resolution attached cc: Alberto Ruder RECOMMENDED BY: �• `�� Adrienne MacBeth, Director Minority and Women Business Affairs Procurement 10 be -8 BID AWARD FACT SHEET PROJECT NAME AND LOCATION CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT N.W. 47 AVENUE - B-5521 PROJECT SCOPE The work will consist of 2,950+ linear feet of 8-inch through 12-inch extra strength vitrified clay and ductile iron pipe sewer with the deepest cut being 16 feet; 300+ linear feet of 6-inch extra heavy cast iron soil pipe laterals; 15 manholes from 4 to 16 feet in depth. ENGINEER ESTIMATED CONSTRUCTION COST $270,000.00 DATE BIDS RECEIVED NUMBER OF BIDS RECEIVED NAME OF LOW BIDDER AMOUNT OF LOW BID Contract Project Expense Incidentals (Est.): Postage Advertising Testing Blue Print & Copy Sub -Total Indirect Cost Total January 9, 1986 3 LANZO CONSTRUCTION CO. $ 265,191.00 $ 265,191.00 37,126.00 50.00 550.00 400.00 900.00 $ 304,217.00 1,520.00 $ 305,737.00 LENGTH OF TIME ALLOWED FOR CONSTRUCTION SOURCE OF FUNDS 90 working days "Citywide Sanitary Sewers Extensions Improvement - FY 1986" Account; Ordinance 9939, 5. Sanitary Sewers A. 13 Prepared by: AFG 1/14/86 z CITYWIDE SANITARY SEWER EXTENSIONS IMPROVEMENT 1 N.W. 47 AVENUE i JOB NO. B-5521 ' CONTRACTOR'S FACT SHEET I. Lanzo Construction Co. Rural Route 2, Box 904 Miami, Florida 33067 Phone: (305) 979-0802 II. Principals: puirino D'Alessandro - President Olindo D'Alessandro - Vice President Antonio Evangelista - Secretary III. Contractor is properly licensed and insured IV. Subcontractor: None required V. Experience: 20 years Koubeck Sanitary Sewer Improvement $1,009,000 Central Sanitary Sewer 640,000 Durham Sanitary Sewer Improvement 988,000 Kinloch Sanitary Sewer Improvement 715,000 Lynwood Sanitary Sewer Improvement 1,500,000 West Flagler Street Sanitary Sewer Improvement Ph -II 371,465 Wagner Creek Renovation - Phase II 787,320 Fairlawn North Sanitary Sewer Improvement 1,864,800 VI. Not a minority contractor VII. 161 advertisements mailed out 12 contractors picked up plans and specifications (minority contractors: 2 Hispanic 1 Black) 3 contractors submitted bids (minority contractors: 0 Hispanic 1 Black) January 14, 1986 _ f TABULATION OF BIDS FOR 5AN/7-A.2>' S 7Wel EX7 EiL/.��1iv.5 �M.�'l� c� V� /t>� PVT /✓. W. ¢7 A VE/VLJE � 1 /7:00A.M. /ANIJA Z Y .0r, !9 t36 GANZea GO/tIST. flGF2es+G+ GGOYo lr oopur/ tJ / tlG. owed a Per CityCod$ B Ndtro Ord. t�3, 43. 5 hG7. f1f-5! B!a ar�nlT/VF_ BlL7 A — no Fewf—AttorMf B —fb Affidorit M to Copitdi B gmyiw of Bonding Copoof C - corrected EntaMioM D—Rrowesi unsigned or iprperiy gigged or fb ccrwroto Beei E_ G — Iprowr Bid Bond H — corrected Bid I - ..Do.9 EGG/.v 5 G oCl /0 era THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED 7//.47— THE GCcc 6ST B/1?OE,F: !S G.A•t-1.Z0 o.= BID e-�sz!