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