HomeMy WebLinkAboutR-84-0069J-83-1132 �
RESOLUTION NO. S-1— :�.
A RESOLUTION ACCEPTING THE BID OF
LANZO CONSTRUCTION COMPANY IN THE
PROPOSED AMOUNT OF $1,483,877, BIDS
"A", "B", "C", "D", AND ADDITIVE
BIDS "A" 9 "B" "C" "Dtt OF THE
PROPOSAL, FOR LYNWOOD SANITARY
SEWER IMPROVEMENT IN LYNWOOD
SANITARY SEWER IMPROVEMENT DISTRICT
SR-5487-C&S (CENTERLINE AND
SIDELINE SEWERS); WITH MONIES
THEREFOR ALLOCATED FROM THE
"LYNWOOD SANITARY SEWER
IMPROVEMENT" ACCOUNT IN THE AMOUNT
OF $1,483,87.7 TO COVER THE CONTRACT
COST; ALLOCATING FROM SAID FU14D THE
AMOUNT OF $207,743 TO COVER THE
COST OF PROJECT EXPENSE; ALLOCATING
FROM SAID FUND THE AMOUNT OF
$29,678 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
WHEREAS, sealed bids were received December 8,
1983 for LYNWOOD SANITARY SEWER IMPROVEMENT in LYNWOOD
SANITARY SEWER IMPROVEMENT DISTRICT SR-5487-C&S (CENTERLINE
AND SIDELINE SEWERS); and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid received
from Lanzo Construction Company be accepted as the lowest
responsible and responsive bid; and
WHEREAS, the Capital Improvement Appropriation
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 "Lynwood Sanitary Sewer Improvement"
account, as set forth under Section IV, Item c.i. of said
ordinance;
CITY COMMISSION
MEETIIJG OF
JAN 19 1984
84-69.
REMAHKS
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION
OF THE CITY OF MIAMI, FLORIDA:
Section 1. The December 8, 1983 bid of Lanzo
Construction Company in the proposed amount of $1,433,877,
for the project entitled LYNWOOD SANITARY SEWER IMPROVEMENT
in LY14WOOD SANITARY SEWER IMPROVEMENT DISTRICT SR-5487-C&S
(centerline and sideline sewers), for Bids "All, "B", "C",
"D", and Additive Bids "A", " Bit , "C", "D" of the proposal,
based on unit prices, is hereby accepted at the price stated
therein.
Section 2. The amount of $1,483,877 is hereby
allocated from the account entitled "Lynwood Sanitary Sewer
Improvement" to cover the cost of said contract.
Section 3. The additional amount of $207,743 is
hereby allocated from the aforesaid fund to cover the cost
of project expense.
Section 4. The additional amount of $29,678 is
hereby allocated from the aforesaid fund to cover the cost
of such incidental items as advertising, testing
laboratories, and postage.
Section 5. The City Manager is hereby authorized
to enter into a contract on behalf of The City of Miami with
" Lanzo Construction Company for LYNWOOD SANITARY SEWER
IMPROVEMENT in LYNWOOD SANITARY SEWER IMPROVEMENT DISTRICT
SR-5487-C&S (centerline and sideline sewers) Bids "A", "B",
licit, "D", and Additive Bids "A", "Bit, "C", "D" of the
proposal.
84-69.
1
i
•
J
..� PASSED AND ADOPTED this lgt}l _ day of`january I
1984.
Maurice A. Ferre
... MAURICE A. FERRE
MAYOR
ATTEST:
RAVFH G. ONGIE, C Y
- PREPARED AND APPROVED BY:
/4
ROBERT F. CLARK
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
SE R. GARCIA-PEDROSA
CITY AT
84-69.
......... _._ -.
BID SECURITY
ag Lynwood 5ani_tarN Sewer I_mrr• 5R-54S7-C`441t LoO$ 11tttlVte �)eremher S._ 1953 __30 P�1
83-84-23
2"t at itCii n
�1OOtR T= All =54M
.Joe Reinertson
Equipment Co.
2027 N. W. 7th
Avenue
Miami, Florida
33127
Lanzo Construction Co., Fla
Rural. Route 2,
Box 904
Pompano Beach,
Flooida 33067
Ric -',,,Ian Construction, Inc.
_
I'. 0. Box 10229
Pompano Beach,
Florida
Nu nll)•
Genstar
$2,344,730.25 1 5; 1 BB
$2,370,653.50 1 5% 1 BB
$2,517,620.94 1 2 1/2 % I BB
**got"$ 46 GLO•r 91(w1bed sulk• I&tM r•MOMMiMOMMMOPOR r •1 1��
SeCOUPTOG IVIM"
CITY OF MIAMI. FLORIDA /
70 INTER -OFFICE MEMORANDUM
TO Howard V. Gary
City Manager
FROM Donald W. Cather
Director of Public'Works
4 .
DATE December 19, 1983 FILE B-5487-1
SUBJECT LYNWOOD SANITARY SEWER
11-TROVEITENT SR-5487-C&S -
Resolution Awarding Contract
REFERENCES. (For Commission :ieeting
of January 12, 1984)
ENCLOSURES
The Department of Public Storks recommends adoption
of the resolution accepting the bid received
December 8, 1983 of Lanzo Construction Company
in the amount of $1,483,877; and authorizing the
City Manager to enter into a contract on behalf
of the City of Miami for LYN 400D SANITARY SEWER
IMPROVEMENT in LYNWOOD SANITARY SEWER I:1PROVEMENT
DISTRICT SR-5487-C&S (centerline and sideline
sewers).
Bids were received December 8, 1983 for construction of approx-
imately 46,000 feet of sanitary sewers by private contractors
under contract to the City.
As reflected in the tabulation of bids, the $1,483,877 bid
of Lanzo Construction Company is the lowest responsible bid
for Bids "A", "Bit, licit, "D", and Additive Bids "A", "Bill "C",
I'D" of the proposal.
Funds have been allocated under the "Lynwood Sanitary Sewer
Improvement" account for the estimated amount of the contract,
for project expense, and for such items as advertising, testing
laboratories, and postage.
Twenty-three contractors picked up plans and
contractors submitted bids, one of which was
Hispanic contractor. The engineer's estimate
J
EMP:hc
Resolution attached
specifications; 3
a minority
was $1,335,000.
84--69.
At'iA b ACC_ $H _tT t-5487-1
For The City manager
R O '� :;A,'? Hti Lo `i LYt�C�'OOD SANITARY 89149A 1N��MEt'EN SR-5487-C&S
bounded by W. Flagler Street, S. W. 8 Street,.
S. V. 37 Avenue, and S. W, 47 Avenue
ROB Sy � : Construction of approxa.�►ately 46,000 feet of sanitary
seders by private contractors under contract to the
City. 10
,r_..�,�:� �.. �..., - :, .,,.-,..,_.JCI,TO•r c0 ^i $1,3350000
DAIS _SIDS RED`1'1"WO : December 8, 1983
NU�`fBvR OF 41 S REcrivED: 3
NAME OF LOW y+D;,ER; Lanzo Construction Company (Bids A; B, C, D plus
Additive Bids A, B, C, D)
AMOUNT OF LOW BID: $1, 483, 877
TCT-AL FUNDS TO BE ALLOCATED
Cc. ;: ^ct: $1,483,877
Project Expense: 207,743
Incidentals: 29,678
Total $1,721,298
LE: TG OF mTt S•LLJ:`;ED FOR CONS)TRL'CT ON .
SOURCI OF FUNDS
Form IPW #369 1/31
155 working days
C.I. Ord. 9534, Sec. IV,c.i
"Lynwood Sanitary Sewer Improvement" account
Prepared by : L . 11. Felaez
Date: 12/19/83
84"-69"
LYNWOOD SANITARY SEWER IMPROVEMENT
JOB NO. B-5487-1
(Bids "A", "B", "C", "D" plus Additive Bids "A", "B", "C", "D")
CONTRACTOR'S FACT SHEET
I. Lanzo Constructicn Co.
Rural Rt. 2, Box 904
Pompano Beach, Florida 33067 Phone: (305) 979-0802
III. Principals: Quirino D'Alessandro - President
Olindo D'Alessandro - Vice President
Antonio Evangelista - Secretary
III. Contractor is properly licensed and insured.
IV. Subcontractors: None required at this time
V. Experience: 19
years
Miami -Dade Water
and Sewer
Authority
$ 850,000
Riverview Storm
Sewer
Proj. - 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
VI. Not a minority contractor
VII. 17 advertisements mailed out by certified mail
64 advertisements mailed out by regular mail
23 contractors picked up plans and specifications
3 contractors submitted bids
(includding 1 minority Hispanic contractor and 0
minority Black contractor)
12/19/83
84-69.
9
TABULATION. OF BIDS FOR _ LYIVW000 SRN/T49Y .SOVE2 /�/PIrOYGMt/YT.
-E�frMartogcr,-�iiy l{eelt A:-M • %. rt j
Received by the City Commission, City Clerk, City of Miami, Florida asr3D P. M.����. fl'/`7.`i 3
Bidder
j. 12E/NE2T5i0N F_Qu1P. CO.
tRNZ0 C0N5T2vGT/ON CO.
RIC - /f'101 CLWSTR(CTiO/Y CO.
Licensed 6 Insured as Per City Code S Matto Ord.
Bid Bond Amount
J 'o
Irregularities
17
TOTAL p/O : BIOS gtr-
777 e, 376, 653. SO
2 5/7, 634-94
TOTAL RCP. BID. ALL ADD. 9/,P5 F01Z SECTIONS •R"'[f ti
.` ;..•n .,� . 'F ,.
67, 700.4
34 ZOO..
53, 900.
RIP "A"(MC T/O)V"A'): TOTAL Of fiCM5 / TNRV 43
JY,5 ,034
10 367,855.50
434 y47. J9
APP 13/P (SU/i'VEY 1410,CK .iECTION"A"J /7EA1 44
/2,400.
6 5U0.
4 9,900.
B1,9 *'8" (SELT101V *5''): TOrA Of ITCAIS 45 7NR(I 73
4160,763.
.4' I78, 3gy 50
0 Z// 908. 3o
.. ,
RP. RIP (.iUk'VfY WORK .15ECT/ON"139 ITE41 74
J 5, 600. •
;' J 4, V00•
4, 000.'
i
&P '�: "£5EC to "L ): ToTgL vF ITEnl5 75 MR(/ 107
4 /30, 837. 30
4 131,153• 75
sO
AOn RIP (Sdil'1'EY woI: K .SE TION •C -) ITfrl l0A
'a 4,700.
d 2, 700.
3,000.
131P `O "" (;5ECT/01V'•O'). Tol-W OF IT&115 /09 TNRU IG/
B5ur, 6617.
785, 760. ZS
(549,40/. 75
-
46'P. RIP(.il;,?VEY &1,7/iK JfCROW T") IrM 162
4 16,700.
+0 7500.
I5 300•
I
13/0 "C"(5cimeN ''£"): romt or 1Tt O75 /(,3 IIIeV Z07
579,1091. 25
$ (n49,13U 1. su
1 (s20, 573.
a/'` R1v (.5/!RvGY wam 5scrl( N''F-) ITCAI 208
a Iy 000.
d 7 5U0.
/5 5U0.
31P '•f' CmatL'N ••F "'): Tc)%,7C OF ITta/5 ?09 Ti1/ZU l4l
e0,5, 644. so
z. S7, 675.
�' ?.46 v,35
.4PP RIP (SURVEY AlJlRK .SE[T/ilN '! "") 17CI? Z4Z
g 7 , i00.
$ 6, 000.
J! 6, OUO.
IRREGULARITIES LEGEND i. • r "'' ' i' '
A _ No Power -of- Attorney IT IS RECOMMENDED THAT CUNTleA(TS 8 ,1p4R0EP TO THE LOWEST OVOCK : LflNZO.CONSTR. CO fGi?
S - No Affidavit as to Capitols Surplus of Banding Company L1/p 8/,p"13 ; S/P''C " B/p'P" ANp AG'O/7/Vf 8/0S :9; "B;LLj1 " 'p" /N 711E yMOO/vT 4F /,463, eg77
_;'/';
C - Corrected Eiitensions k(INERlSON EOC//P N. FOR HIP if I3/P'f "PINY. 4PPInw, 61P5 'r " "F" %N THE ANOf//Yr OF:. :'. ; `'t:: `•
O - Proposal Unsigned or. improperly S-gned or No Corporate Seal 614 (n35. 75 r/ - - ..�•;. ' ' i �'i i. FEZ f
BIo;,83484�-Z3�'
G - Improper Bid Bond 1I1193
H _Corrected Bid - —
•'. y' ` r; t �+ ! ft
G
Joe NO.
Prep. By: &.C. A' � - i "r - .5NEE7" / OF / ., ,95487.;;1;
' +_- ^ , ,.- � � � .. '�- i.:,o r.:r 4s .c` tier. •N
IIII 11111111111111111111111111111111111111111111111111111111111111111111111111111 III