Loading...
HomeMy WebLinkAboutR-85-1038J-85-1003 RESOLUTION f40. �!1 "10.3 A RESOLUTION ACCEPTING THE BID OF LANZO CONSTRUCTION CO. IN THE PROPOSED AMOUNT OF $1,864,829.00, BASE BID OF THE PROPOSAL, FOR FAIRLAWN I4ORTH SANITARY SEWER IMPROVEMENT IN FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT DISTRICT SR-5491-C (CENTERLINE SEWER) WITH MONIES THEREFORE ALLOCATED FROM THE "FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT" ACCOUNT IN THE AMOUNT OF $1,864,829.00 TO COVER THE CONTRACT COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. i WHEREAS, sealed bids were received September 12, 1985 for FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT in FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT DISTRICT SR-5491-C (centerline sewer); and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from Lanzo Construction Co. be accepted as the lowest responsible and responsive bid; and WHEREAS, the Capital Improvements Appropriations Ordinance No. 9939, as amended, was adopted on December 20, 1984, and monies are available for the proposed amount of the contract, project expense, incidentals and indirect cost from the account entitled "FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT" as set forth under See. 5.A. Sanitary Sewers.10 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The September 12, 1985 bid of Lanzo Construction Co. in the proposed amount of $1,864,829.00 for the project entitled FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT in FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT DISTRICT SR-5491-C (centerline sewer) base bid of the proposal, is hereby accepted at the price stated therein. CITY COMMISSION MEETING OF OCT 10 1985 ON No. �'r i Section 2. The amount of $1,864,829.00 is hereby allocated from "Fairlawn North Sanitary Sewers Improvement" account to cover the cost of said contract. 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 FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT in FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT DISTRICT SR-5491-C (centerline sewer) base bid of the proposal. PASSED AND ADOPTED this�l0th day of OCTOBER, 1985. PREPARED AND APPROVED BY: ROBERT CLARK DEPUTY CITY ATTORNEY --- _ MAURICE A. FERRE,_,�r aM A Y 0 R APPROV AS T FORM AND CORRECTNESS: LUCIA A DOY HERTY CITY ATTORN i z i s 8 ;-1a38 - 2 - BID SECURITY tTt. Fairlawn North Sanitary Sdwer Impr. SR-5491-C WE 6101 11ECElva0 September 12, 1985 11:00am TYPE OF smqu`IY _ Si bDER TOTAL AYDUw T Lanzo Construction Co. 1900 N. W. 19th Street Pompano Beach, Florida $1,864,829.00 2 1/2% BB Douglas N. Higgins, Inc .2770 Carpenter Road Ann Arbor, Michigan 48104 $1,944,743.00 5% - BB Joe Reinertson Equipment Co. 2027 N. W. 7 AVe Miami, Florida $2,196,327.00 5% BB Man -Con Incorporated P. O. Box 5266 Ft. Lauderdale,Florida 33310 $2,239,567.75 2 1/2% BB Ric Man International, Inc. P. O. Box 10229 Pompano Beach, Florida 33061 $3,235,367.25 2 1/2% BB skcvrr rcfv16104 checks tiitrcr o/mwj olt ACCOUNTING DIVISION .-- t r Bid No. 84-85-110 ADVERTISEMENT FOR BIDS Sealed bids for construction of FAIRLAWN 14ORTH SANITARY SEWER IMPROVEMENT - SR-5491-C (centerline sewer) will be received by the City Man r and the City mmision _of _t_he _City of Miami, Florida, a 1 _00 a on the 2th dark of Septembers in the City �mmissio� ��pp�, first floor, of tfie �liam'r�+i City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they will be publicly opened and read. Construction will include: 25,000 + linear feet of 8-inch to 20-inch vitrified clay, and cast or ductile iron pipe sewer with the deepest cut being 18 + feet; 19,000 + linear feet of 6 and 3-inch extra heavy cast iron soil pipe laterals; 88 + manholes from 4 to 18 feet in depth; Sidewalk and pavement replacement in construction area. The engineer's estimate for this project is $1,975,000. New requirements will allow the successful low bidder to furnish a performance bond in accordance with Resolution No. 84-423, and a bid bond in accordance with Resolution No. 84-873. For technical questions regarding the plans and specifications please contact James J. Kay, P.E., Sewer Design Engineer, at (305) 579-6865. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. Plans and specifications may be obtained from the office of the Director, Department of Public Works, 275 N.W. 2 Street, (4th floor), Miami, Florida, on or after August 22, 1985. There will be a $20 deposit required for each set. Deposits 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 & Development, Inc., 5800 N.W. 7 Avenue, Suite 212, telephone (305) 754-4903, or Allied Black Contractors Association, Inc. 5535 N.W. 7 Avenue, telephone (305) 758-4554, if they require assistance in preparing their bid packages. Proposal includes the time of performance, and specifications contain provisions 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. (B-5491, Req. 3602). Ralph G. Ongie City Clerk LICITACION NO. 84-85-110 AVISO DE LICITACION i Propuestas selladas ar'a FAIRUWN NORTH SANITARY SEWER IMPROVEMENT - SR-5491 seran.-recibldAs por el Administrador y la Comisibn de la Ciudad de Miami, Florida, a mas tardar a las 11:00 a.m. el dia 12 de septiembre de 1985, en la Camara de la Comisibn, primer piso, Ayuntamiento de Miami, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133; cuya hors y en cuyo lugar seran publicamente abierta5 y leidas. Este proyecto comprende: 25,000 + pies lineales de tuberia de 8 a 20" de arcilla vitrificada y hierro ductil a un corte maximo de 18 pies. 19,000 + pies lineales de tuberia lateral de 6 a 811. 88 + registros (manholes) de 4 a 18 pies de profundidad. Reemplazo de aceras y pavimento. El estimado de construcci6n para este proyecto es de $1,975,000. Nuevos requisitos permitiran a los licitadores presentar un bono de cumplimiento de acuerdo con la Resoluci6n No. 84-423, y un bono de licitaci6n de acuerdo a la Resoluci6n No. 84-873. Para preguntas tecnicas acerca de los planos y especificaciones llame a James J. Kay, P . E . , Ingeniero de Diseifo de Alcantarillados, al (305) 579-6865. Todas las licitaciones seran sometidas de acuerdo con las Instrucciones a los Licitadores y las Especificaciones. Los planos y especificaciones podran obtenerse en la oficina del Director de Obras Publicas, 275 N.W. 2 Street, (cuarto piso) Miami, Florida, a partir del 22 de agosto de 1985. Se requerira un deposito de $20 por cada juego. Estos dep6sitos seran devueltos unicamente si los planos y las especificaciones son devueltos sin marcas y en buen estado, dentro de un plazo de dos (2) semanas siguientes a la apertura de las licitaciones. _ Se avisa a los interesados de las provisiones de la Ordenanza No. 9775, la cual se refiere a la otorgacio'n de contratos a minorias. Aquellos contratistas/pequehos negociantes de minorias o de zonas objetivas que esten interesados en presenter sus propuestas pueden comunicarse con el Contractors Training & Development, Inc. en el 5800 N.W. 7 Avenue, Suite 212, tel6fono (305) 754-4903, o con Allied Black Contractors Association Inc., 5535 N.W. 7 Avenue, telefono 758-4554, si requieren asistencia para preparar sus licitaciones. Las propuestas incluyen el tiempo de ejecuci6n, y las especificaciones contienen provisos para dahos liquidados incurridos por falta de completar el proyecto a tiempo. La Comisibn de la Ciudad se reserva el derecho a descartar cualquier informalidad en cualquier licitaci6n, y el Administrador de la Ciudad puede rechazar cualquiera o todas las propuestas, y reanunciar. (B-5491 Req. 3602). Ralph G. Ongie Secretario Municipal Sr--.1038 � D-4 E 5 a F9 F10 F11 F12 F7 F8 DUE DATE Doc. Reference. VENDOR INDEX CODE OBJE PROJECT RANS VOUCHER YY- MM DO Adv. 1�,ze r 50 51 56 57 62 63 65 66 71 13 1718 25 34 39 42 45 2 8 7 4 2 0 2 k "r 0 1 2 4 1 V P 36 64 DISCOUNT 69 72 AMOUNT 80 V P 121314 15 DESCRIPTION } ``$ 1 2 3 4 7 8 5 2 0 0 2 0 1 Approved for Payment Yellow Finance Pmk --Department .: White — Purchasing , {{ y3 ' A ,Y -'# 38 I CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM 9 TO Honorable Mayor and DATE! O V t 4 1985 FILE. B`5491-C Members of the City Commission FROM Sergio Pereira City Manager S.C;7�� SUBJECT: FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT SR-5491-C Resolution Awarding Contract REFERENCES: (For Commission Meeting of ENCLOSURES. October 10, 1985) The Department of Public Works has determined a low bidder for the FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT in FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT DISTRICT SR-5491-C (centerline sewer). The proposed attached resolution accepts the bid received September 12, 1985 of Lanza Construction Co. in the amount of $1,864.829.00 and authorizes the City Manager to enter into a contract on behalf of the City. Bids were received September 12, 1985 for FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT in FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT DISTRICT - SR-5491-C (centerline sewer). I As reflected in the tabulation of bids, the $1,8641829.00 bid of Lanzo Construction Co. is the lowest responsible bid for the octal bid of the proposal. Funds have been allocated under the "Fairlawn North Sanitary Sewer 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: 1 hispanic, 2 blacks); 5 contractors submitted bids (minority contractors: 0 hispanic, 0 black). The engineer's estimate was $1,950,000.00. -'-"1-' DWC : EMP : az Resolution attached�~ cc: Alberto Ruder RECOMMENDED BY.Oil Assistant to City Manager i ti BID AWARD FACT SHEET FOR THE Y MANAGER PROJECT NAME PROJECT SCOPE AND LOCATION: FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT SR-5491-C Construction of a sanitary sewer system by private contractor under contract to the City of Miami in an area bounded by W. Flagler St. Tamiami Canal, N.W. 57 Avenue and N.W. 67 Avenue. ENGINEER ESTIMATED CONSTRUCTION COST $1,950,000.00 DATE BIDS RECEIVED September 12, 2985 NUMBER OF BIDS RECEIVED NAME OF LOW BIDDER AMOUNT OF LOW BID Project Expense (Est.): Incidentals (Est.): Postage Advertising Testing Blue Print & Copy Sub -Total Indirect Cost R LANZO CONSTRUCTION CO. $1,864,829.00 261,076.00 75.00 800.00 3,000.00 800.00 $2 ,130 ,580 .00 10,620 .00 Total $2,141 ,200 .00 LENGTH OF TIME ALLOWED FOR CONSTRUCTION 220 working days SOURCE OF FUNDS "Fairlawn North Sanitary Sewer Improvement" General Obligation Bond Funds, Capital Appropriation Ordinance 9939, 5.A. Sanitary Sewers.10. Prepared by: Gene Pelaez 9/17/85 sr- -ia3B a FAIRLAWN NORTH SANITARY SEWER IMPROVEMENT JOB NO. B-5491-C CONTRACTOR'S FACT SHEET I. Lanzo Construction Co Rural Route 2, Box 904 Miami, Florida 33067 Phone: (305) 979-0802 II. Principals: Quirino 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 VI. Not a minority contractor VII. 314 advertisements mailed out by regular mail 9 contractors picked up plans and specifications (minority contractors: 1 Hispanic 2 Blacks) 5 contractors submitted bids (minority contractors: 0 Hispanic 0 Black) September 17, 1985 8S-1038 Y TABULATION OF BIDS FOR _ / fA/RLAWN NORTH .5.4N. ✓`R PROJECT 6 549 Cfl� C1t C1tTk t NSTQUC T/ON A�UGI AS N. N/GGINS INL. JOE Rf/NERTSON EQ�/PJ�IENT CO. MAN- fON /NCO�tA?RATE LANZO CO Lletw " • tnow." an per city Code • wten Ord. EEEEFEEA1 Old 1MM Aft / Ime itrltttt r / Blase Bid Ofems 1 Ary 6 fire Bid (S&njw Wrk lfim 61, fR-RFg L.AAITIES LEGEND A me C 9 — Mt Af f fMlt tt to o»ftt] t 1wrtitt of rMf^s1 `i — p - ON ad 240161000 to snl D-/*tMttti tMIP" or 10r'NN'2' alp" @' w cm po't E- F- G — &*raw aid WA H — prgyetN Old I- J- 444, 74.5 ?5. 000 N Z 196,3t7 $ 30, 000 - THE DEPARTMENT LANZO CONSTR�T/ON (AMfJWY //v 771E pUsLIC WORKS HAS DETERMINED 771E tahoT B/DOER S AMOUNT OF G Z Z31. 9�Gt2 ,1 25, 000 B 10 84 - P5 - //0 4 I IRREGULARITIES LEGENU A — w rww--of-Attwm B —Mo AfNbMlt wl to emits! a Lrpw H wMfne cmanl C —Cwroatd [Rtwlow 0 _Pro"*! ltrlWN @r lWoWrly l/Vnd or Mo C0rWrote loot E- F- G - Ilirroror ni ftd H - M*etd Bid I- J- TABULATION OF BIDS FOR FA IRLAWN NORTH JAM Jf PROJECT 9- SW`I/ /1."�V A.M. INC. THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED BID 64-85-/10 a# NO