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!