Loading...
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