HomeMy WebLinkAboutR-84-0809J-84-b75
RESOLUTION NO. 84-80 l
A RESOLUTION ACCEPTING TIIF, BID OF LANZO
CONSTRUCTION CO, TN THE PROPOSED AMOUNT OF
$371,465.00, TOTAL BID OF THE PROPOSAL, FOR
WEST FLAGI EIR STIiIF,T SAN1-11ARY SEWER
IMPROVEINENT--PHASE II I4ITII r10NIF. S THEREIFOR
A1,L0CATF,1) FROI1 TIIF; "W "T F1,AGLF;1 -TREET
SANITARY SHGtER IPiPR0V1;M1?rJT-PHASE Lair' ACCOiJNT
IN THE AMOUNT OF �',3 7 1 , 4f» . 00 TO COVIzR THE
CONTRACT COST; AT,L,OCATING FROM SAID FUND THE
AMOUNT OF 1',52,005.00 TO COVER THE COST OF
PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE
AMOUNT OF +.`l, 430.00 TO COVER THE COST OF SUCH
ITEMS AS ADVERTISING, TESTING LABORATORIES AND
POSTAGE; AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT WITH SAID FIRM; AND
DIRECTING THE CITY CLERK TO PUBLISH A NOTICE
OF PUBLIC HEARING FOR OBJECTIONS TO THE
ACCEPTANCE 13Y THE CITY COMMISSION OF THE
COMPLETED CONSTRUCTION BY LANZO CONSTRUCTION
CO. OF WEST FLAGLER STREET SANITARY SEWER
IMPROVEMENT - PHASE II IN SR-5495 CENTERLINE
UPON SATISFACTORY COMPLETION OF SAID
CONSTRUCTION; SAID NOTICE SHALL BE PUBLISHED
IN COMPLIANCE WITH THE PROVISIONS OF
RESOLUTION NO. 84-45, ADOPTED JANUARY 19,
1984, CONCERNING THE PUBLICATION OF CITY
NOTICES.
WHEREAS, sealed bids were received June 14, 1984,
for West Flagler Street Sanitary Sewer Improvement - Phase
II; 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 Apropriation
ordinance No. 9534, as amended, was adopted on December 9,
1982, and monies are available for the proposed amount of
the contract, project expense, and incidentals from the
account entitled "West Flagler Street Sanitary Sewer
Improvement - Phase II", as set forth under Section IV.B. 10
of said ordinance; and
WHEREAS, the City Charter requires the publication
of a notice of public hearing for objections by persons
interested in or affected by said improvement as to the
acceptance thereof by the Commission upon satisfactory
completion of said improvement; CITY COt. lviIS
n�iEE`i'i1� <
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSI N� Ww
OF THE CITY OF MIAMI, FLORIDA: Jut" io 1'?a
F.'t 1r
¢ P. --A
Section 1. The June 14, 1982, bid of Lanzo
Construction Co. in the proposed amount of $371,465.00, for
the project entitled West Flagler Street Sanitary Sewer
Improvement - Phase II for the total bid of the proposal,
based on unit prices, is hereby accepted at the price stated
therein.
Section 2. The amount of $371,465.00 is hereby
allocated from the account entitled West Flagler Street
Sanitary Sewer Improvement - Phase II to cover the cost of
said contract.
Section 3. The additional amount of $52,005.00 is
hereby allocated from the aforesaid fund to cover the cost
of projcct c;:pcn3c.
Section 4. The additional amount of $7,430.00 is
hereby allocated from the aforesaid fund to cover the cost
of such incidental items as advertising, testing
laboratories, and postage.
Section 5. The City Manager is hereby authorized
to enter into a contract on behalf of the City of Miami with
Lanzo Construction Co. for West Flagler Street Sanitary
Sewer Improvement - Phase II, total bid of the proposal.
Section 6. Subject to a report by the City Manager
stating that Lanzo Construction Co. has satisfactorily
completed the construction of improvements designated as
West Flagler Street Sanitary Sewer Improvement - Phase II in
SR-5495 Centerline, the City Clerk is hereby directed to
publish a notice in a newspaper published in the City of
Miami, Florida, stating that at a meeting of the City
Commission to be held at a certain day and hour to be
determined by the City Clerk, the Commission will hold a
public hearing to any objections by persons interested in or
affected by City Commission acceptance of the completed
construction of West Flagler Street Sanitary Sewer
Improvement - Phase II in SR-5495 Centerline.
Section 7. The notice directed to be published in
1
Section 6 of this resolution shall. be published in
t
compliance with the provisions of Resolution No. 84-45,
adopted January 19, 1984, concerning the publication of City
l
notices.
_ 2 - 84-80S
PASSED AND ADOPTED this 30th day of July ,
1984.
Maurice A. Ferre
MAURICE A. FERRE
MAYOR
ATTEST:
Q
PREPARED AND APPROVED BY:
e `
ROBERT F. CLARK
DEPUTY CITY ATTORNEY _
APPROVED AS TO FORM AND CORRECTNESS:
v
SE R. GARCIA-PEDROSA
ov ITY ATTORNEY
RID SECURITY
West Flagler Street Sanitary I'tt II p�T� ��ps vt[Ct1YI E� June 114, 7-954 11 :00 ar"
ITM
fi ..^b Seer ImTm r.
r
Lan;,n Consi.r?icti.on Co., 1'].
Rural Route 2 Box 904 $371,465.00 2 112' BB
Pompano Beach, Fla 331.67
P.N.M. Corporation
3780 N.W. 22 Ave.
$376,601.50
5%
BB
Miami, Fla 33142
Madsen/Barr Corporation
$380,375.00
2 1/2Z
Rn
3579 N. Dixi.e 111 gliway
Ft. Lauderdale, Fla 33334
Goodv4in , Inc.
7275 N. W, 61 Street
Miami, Fla 331-66
$444,940.00
2 1/27
BB
Ric -Man lnternational, Inc.
P. 0. Box 10229
F2�1/27
Pompano Beach, Fla 33061
No total
BB
4tecuiv- 1 'k "Vv to O*f ul6Yi C6,tks vk k
qiy ��
_.
�'C3@t
t�CtCatkLt`itk1C �t���F��
i
n�Z%T �> � i ; �T F,;:i R' j•'ii i 4 i':'j a
Sealed b i do fn:r` ro i s!.i 1)r.i-i_+')11 r} r.Ts" FFT ATUTAR N' S,EWE, R
I�1PRO�IE tIi� I F ii11 ,T 7T t�-) i r �m7I �l l �7� , t t Ira a r�
and the Cis r �:t�, rul,.oil r)i il�' ( 1 f. r) Ti - 3a 3i,� c
<r 1'_ j.l}P ( i.
on the ���[�-s'3 C)t I1111 � ,. 1 t)�;.
floor of i ({ �_�_, `7400 1',) /�TIM- i-C=111 D i_Ve' t3.t tr ier ley,
Miami, Florid, 33133, if- whirh i.me and place they wi_1_J_ be publicly
opened and rend.
The work w.1.1. colisist of construction of:
4,300 1' li.nea.r feet of 8--inch to 12-inch extra strength
vitrified clay or ductile iron pipe sewer with the deepest
cut being 16 feet;
1,900 ± linear feet of 6-inch extra heavy cast iron soil
Pipe laterals;
15 manholes from 4 to 16 feet in depth.
The cngineor's estimate for this project is $290,000. New
requirements will allow the successful loca bidder to furnish
a performance bond in accordance with Resolution No. 84-423.
Work under construction at anyone time may not exceed the amount
of the performance bond.
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 acco-r]ance with the Instructions to
Bidders and Specifications. The first set of plans 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
s after May 24, 1981a . Additional sets may be obtained for a $20
'f deposit 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 conti"acts to utinorlLy-veadors,
Those minority or target area contractors/small businesses interested
in submitting bids are advised to contact Contractors Training and
Development, Inc,, 5800 iJ.t,'. 7 Avenue, Suite 212, telephone
(305) 754-4903, 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-4487 and B-5498, Req. 0659).
R. G. Ongie
City Clerk
propuestas sel .l.:)dac l}a.J-;j ,r . -+` t, ,f r T:r` ;TM -,FT r-J�NTT11RY' SEWER IP�PROVEPIENil
A
PHASE -TT Fi- 5�1?> sit in t-nr i.l}-i..i,�r, 4,�,; �-�1 1rr�?}i;t�_�f �- dnJ' y la Com7.szon
de 3- (,iudad 0, mi.ami., 1 ,}. .fi ;i,;I ?T"'�1T l 1a 11 :(l{� a i(1 e1. dl.a.
14 de Jun in (1- 19 /1 (`(ili';it'7) t)J_li1el- I'71.r c?, ayJ�nt:a-
mi.ento Or? jIi<�ili r .a':'i)() }failF1.oricia,
a cuya hc>J a y ;l c:11}'rl I(tUa.7_ n -'' 1 r -- ali_r 7:4_.aS y le%das.
Este pro'y-r'_cf.o Ct,)iT}rl1"�'(ldn 1 %3 C'!?]J {:T'17�'�'l_t>Tl cle:
±4, 300 pies l;-neales de tJabeJ:"I'a d.n arcilla vitrificada,
y de hier_ro dflctil. de 8 a 1.2 pulga.clas de diimetro, a una
profundidad m }_4:.ima de 1_6 pieF;;
±1,900 pies li.nealc s de tube.r.ia. lateral de 6 pulga.das de
diametro;
±1.5 (maplaole-s) de 4 a 1.6 pi.,s de prof.undidaa
El estimado de construcci()n Para este proyecto es de $290,000. Nuevos
requisitos permiti.ran al mejor postor proveer un bono de cumplimiento
de acuerdo con la Resolucion No. 84•-42.3. El trabajo bajo construccion
en ningun moment-.o dado prods exceder_ la cantidad de d.icho bono.
Para preguntas t('-Icnicas acerca de los planos y cspeci.fica.ciones flame
a James J. I:ay, P.E., Ingeniero de Diseno de alcantarillados al
(305) 579-6865.
Todas las licitaciones scran sometidas de acuerdo con las instrucciones
a los Licitadores y las Especificaciones. El primer_ juego de planos
y especificaciones pods obtenerse gratis en la oficina del Director
de Obras Publicas, 275 N.W. 2 Street, (4to. piso), Miami, Florida,
a partir del 24 de mayo de 3-984. Juegos adicionales podran obtenerse
con $20 de deposito. Estos depositos seran devueltos Gnicamente si
los planos y las especificaciones son devueltos sin marcas y en buen
estado, dent-ro de un plazo de las dos (2) semanas siguientes a la
apertura de las licitaciones.
Se le avisa a los interesados de las provisiones de la Ordenanza
No. 9775, la cual se refiere a la otorgacion de contratos a minorias.
Aquellos contratistas/peq,zenos negociantes Oe minorTas o de zonal
objetivas que est6n interesados on presentar sus propuestas pueden
eommunicarse con el Contractors Training and Development, Inc. en
el 5800 N.W. 7 Avenue, Suite 212, tel6fono (305) 754-4903, si
requieren asistencia Para preparar sus licitaciones.
Las propuestas incluyen el tiempo de ejecucion, y las especificaciones
contienen provisos Para danos liquidados incurridos por falter de
completar el proyecto a tiempo.
La Comision 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-4488 and B-5499, Req. 0659).
Ralph G. Ongie
City Clerk
r
10
REQUISITION FOR ADVERTISEMENT This number must appear
in the advertisement.
DEPT!DIV.
ACCOUNT CODE
DATE ' ? PHONE APPROVED BY:
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement times.
(number of times)
Type of advertisement: legal classified display
(Check One)
1984
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
11
13
TRANS
4 , -�
17
VOUCHER
18 25
P
8 V P 12 13 14 15
DUE DATE
YY MM DD
34 39
Adv. Doc. Reference
42 45
z 2
50
VENDOR
51
56
INDEX CODE
57 62
OBJECT
63 65
PROJECT
66 71
_1-%7TZ-
112
2
3
4 7
DESCRIPTION
36
64 DISCOUNT 69172
AMOUNT 60
0
0
2
01
_
-
LLI�I�77Z
Approved for Payment
White — Purchasing Green — Finance Pink — Department
o Howard V. Gary
City Manager
FROM: l
I
Donald W. Cather
Director of Public Wor
CITY OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM
DATE, July 5, 1984 F,LF: D-54-15
SUBJECT: WEST F LAGLCR STREET
SANITARY SEWER IMPROVEMENT --
PHASE II - Resolution
Awarding Contract
REFERENCES:
(For Commission Meeting
ENCLOSURES: Of July 30, 1 984 )
The Department of Public Works has
determined a low bidder for the West
Flagler Street Sanitary Sewer
Improvement - Phase II. The proposed
attached resolution accepts the bid -
received June 147 1984 of Lanzo
Construction Co., in the amount of
$371,465, authorizes the City Manager to
enter into a contract on behalf of the
City, and directs the City Clerk to
advertise for a public hearing at the
completion of the work.
Bids were received June 14, 1984 for West Flagler Street Sanitary Sewer
Improvement - Phase II.
As reflected in the tabulation of bids, the $371,465.00 bid of Lanzo
Construction Co. is the lowest responsive and responsible bid for the
total bid of the proposal.
Funds have been allocated under the "vest Flagler Street Sanitary Sewer
Improvement - Phase II" account, and monies are available for the
estimated amount of the contract, for project expense, for such i,lems as
advertising, testing laboratories, and postage. .
Twenty-three contractors
contractors: 4 black,
(minority contractors:
$290,000.
*mP : td
Resolution attached
cc: M. Alvarez
picked up p1:3ns and specifict_�cns :r,irori ty
4hispanic); 5 contractors subriitted bids
1 hispanic). The en4 ineer5's �:.;n- to was
RECOMMENDED BY S C G 146tK,)
Adrienne 1•1. �-1acbe i
Assistant to City
Manager
84-80S
I.
V.
WEST FLAGLER STREET SANITARY SEWER IMPROVEMENT -PHASE II
JOB NO. B-5495
CONTRACTOR'S FACT SHEET
Lanzo Construction Co.
Rural Rt. 2, Box 904
Pompano Bcach, Florida "'3067 Phone: (305) 979-0802
Principals: Quirino D'Alessandro - President
Olindo D'Alessandro - Vice President
Antonio Evangelista - Secretary
Contractor is properly licensed and insured.
Subcontractors: J.C. Williams (Paving Concrete)
Bannerman (Landscaping)
Experience: 19 years
Riverview Storm
Sewer Prof. - Ph. I
$2,150,294
Koubek Sanitary
Sewer Improvement
1,009,000
Central Sanitary
Sewer
640,000
Durham Sanitary
Sewer improvement
988,000
Kinloch Sanitary
Sewer Improvement
715,500
Lynwood Sanitary
Sewer Improvement
1,500,00.0
Not a minority contractor
314 advertisements
mailed out by regular mail
23 contractors
picked up (4 hispanic and 4
black)
plans and specifications
5 contractors
submitted bids (including 1
minority
hispanic contractor and 0 minority black
contractor)
6/20/84
84- 809
BID AWARD FACT SHEET
For The City 11anager
PROJECT NAME AND LOCATION _ West Flagler Street sanitary sewer improve-
ment - Phase IT - SR 5495, Located in West Flagler Street between
48 Court and 54 Avenue; between 59 Court and 61 Avenue.
PROJECT SCOPE,
Construction of sanitary sewers by a drivate contractor under contract
to the City.
ENGINEER ESTIMATED CONSTRUCTION COST $290,000.00
DATE BIDS RECEIVED June 14, 1984
NUMBER OF BIDS RECEIVED 5
NAME OF LOW BIDDER Lanzo Construction Co.
AMOUNT OF LOW BID $371,465.00
TOTAL FUNDS TO BE ALLOCATED
Contract: $371.465.00
�= Project Expense: 52,005.00
Incidentals: 7,430.00
Total
$.430,900.00
LENGTH OF TIME ALLOWED FOR CONSTRUCTION 75 Working Days
SOURCE OF FUNDS Ord. 9534 Sec. IV B. 10
"West Flagler Street Sanitary Sewer Improvement -
Phase II" Account
Form P.W. #389 9/83
Prepared by: E.M. Pelaez
Date: 6/20/84
M
84-80!1.
City Monager, C-4y-iefk A. M.
Received by the City Commission, City Clerk, City of Miami, Florida at -p-M.
I
�
I
Bidder
Licensed f: Insured as Per City Code ry Metro Ord.
Bid Bond Amnvnt
lrtf Qvl Ot.taf [.
_ c
11 inor t: ovnnU r
C
�7
NO
Yes
e.S
7
�i C)
No
F
I t r(,;�p,s 171ES LEGEND
F, _, p:n 1,0'ec"'t as tc Capitol S Surplus of Bonding Company %1%I%
C _ Co—ctfd c arns'ons
P _ Proposol Unsigned or improperly S,gned or No Corporate Seal
ri' ,� i3 v�-c5'�-'�
r _ BIc
r b
G _ improper Bid Bond ,
— Corrected Bid
r_
_ JCg No.
1
Plev. By:
rnnv r-
40.
r ' 6 Ci�dd��li�u,l�{ilmlu II I III li 1 6 J i I I I I i i F
I
It � I I I �I���I��I������ �IIW�l�� d � � � i II III. � I
TABULATION OF SIDS FOR
✓ City Monoper, City Clerk A. M.
Received by the City Commission, City Clerk, City of Miami, Florida at P. M.
Bidder
r,$we & Insured as Per City Code S Metro Ord.
------------------
Bid eiond kmount ---
{rrei�Fl oririrx ii .
} L
i
IRR=EGULARITIES LEGEND y
IT IS RECOMh1ENDED THAT
A — No Power-aF- Attorney
B _
C _ Corrected F-ornsFons
Q _ Proposol Unstpned or improperly SFynt? or No Corpore" Stol BID t
1
t F
G _ Improg'w• Bid Bond
Joe
Bid N
l -
6 �
,� ih' !h` 3 0 8 A 1 J 1 — YpsC R}S kr tT t'F& '�1.
.,�re�'
x ,.F r, a,armvaa P,nca'�„�r" ".'�. t�"^�i.�fi�+�fl�i,�l�� su+ $ • xt� ' � , �9�F ", �1Y1.7 �.. s . � F , i I , I . r ,..BI?. r v��'��i�5?'�� t.1i� �u �"';�ii' A,G"'uc�l�,h3.. ...