HomeMy WebLinkAboutR-83-0360J-83-309
RESOLUTION NO. S'3_36()
A RESOLUTION ACCEPTING THE BID OF RIC-MAN
CONSTRUCTION CORPORATION IN THE PROPOSED
AMOUNT OF $988,143.05, ALTERNATE BID OF
THE PROPOSAL, FOR KINLOCH SANITARY SEWER
IMPROVEMENT IN THE KINLOCH SANITARY SEWER
IMPROVEMENT DISTRICT SR-5485-C&S (CENTERLINE
AND SIDELINE SEWERS); WITH MONIES THEREFOR
ALLOCATED FROM THE KINLOCH SANITARY SEWER
IMPROVEMENT ACCOUNT IN THE AMOUNT OF
$988,143.05 TO COVER THE CONTRACT COST;
ALLOCATING FROM SAID FUND THE AMOUNT OF
$128,458.00 TO COVER THE COST OF PROJECT
EXPENSE; ALLOCATING FROM SAID FUND THE
AMOUNT OF $19,762.95 TO COVER THE COST OF
SUCH ITEMS AS ADVERTISING, TESTING LABORA-
TORIES, AND POSTAGE; AND AUTHORIZING THE
CITY MANAGER TO EXECUTE A CONTRACT WITH
SAID FIRM
WHEREAS, sealed bids were received March 18, 1983
for KINLOCH SANITARY SEWER.IPZPROVEMENT in the KINLOCH
SANITARY SEWER IMPROVEMENT DISTRICT SR-5485-C&S (centerline
and sideline sewers); and
WHEREAS, the City Manager reports that the bid of
Ric -Man Construction Corporation in the amount of $988,143.05,
for the alternate bid of the proposal, is the lowest respon-
sible bid, and recommends that a contract be awarded to said
firm; and
WHEREAS, the Capital Improvements Appropriation
Ordinance No. 95343. 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 "Kinloch Sanitary Sewer Improvement", as
set forth under Section IV, Item 8.9, of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION
OF THE CITY OF MIAMI, FLORIDA:
Section 1. The March 18, 1983 bid of Ric -Man Con-
struction Corporation, in the proposed amount of $988,143.05,
CITY COIAMISSION
OF
APR 28 1983
83-3
".NKs.
11
for the project entitled KINLOCH SANITARY SEWER IMPROVEMENT
in the KINLOCH SANITARY SEWER IMPROVEMENT DISTRICT SR-5485-C&S
(centerline and sideline sewers), for the alternate bid of
the proposal, based on unit prices, is hereby accepted at
the price stated therein.
Section 2. The amount of $988,143.05 is hereby
allocated from the account entitled "Kinloch Sanitary Seeger
Improvement" to cover the cost of said contract.
Section 3. The additional amount of $128,458.00 is
hereby allocated from the aforesaid fund to cover the cost
of project expense.
Section 4. The additional amount of $19,762.95 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
Ric -Man Construction Corporation for KINLOCH SANITARY SEWER
IMPROVEMENT in the KINLOCH SANITARY SE14ER IMPROVEMENT
DISTRICT SR-5485-C&S (centerline and sideline sewers), alternate
bid of the proposal.
PASSED AND ADOPTED this 28th day of
April , 1983.
Maurice A. Ferre
ATTEST: M A Y 0 R
Cit Clerk
S
PREPARED AND APPROVED BY: APPROVED AS TO FORM AND CORRECTNESS:
161doeil.
Deputy City Attorney City Attorney -
- 2 -
83--360
_ II•� .1i. FLC.A
Howard V. Gary April 7, 1983 VILE B-5485
City Manager
KINLOCH SANITARY SEWER
IMPROVEMENT SR-5485-C&S -
Resolution awarding contract
Donald W. Cath t (For Planning and Zoning
D' , ector f IrA r". Works Commission Meeting of
April 28, 1983)
The Department of Public Works recommends
adoption of the resolution accepting the
bid received March 18, 1983 of Ric -Man
Construction Corporation in the amount of
$988,143.05; and authorizing the City
Manager to enter into a contract on behalf
of the City of Miami for KINLOCH SANITARY
SEWER IMPROVEMENT in the KINLOCH SANITARY
SEWER IMPROVEMENT DISTRICT SR-5485-C&S
(centerline and sideline sewers).
Bids were received March 18, 1983 for KINLOCH SANITARY SE14ER
IMPROVEMENT in the KINLOCH SANITARY SEWER IMPROVEMENT DISTRICT
SR-5485-C&S (centerline and sideline sewers).
As reflected in the tabulation of bids, the $988,143.05 bid
of Ric -Man Construction Corporation is the lowest responsible
bid for the alternate bid of the proposal.
Funds have been allocated under the "Kinloch Sanitary Sewer
Improvement" account for the estimated amount of the contract,
for project expense, for such items as advertising, testing
laboratories, postage.
This contractor has indicated that he will not go through
with the execution of the contract after the award. However,
it is necessary to proceed with the award in order to collect
on the contractor's bid bond if they default, according to
the Law Department.
Twenty-nine contractors picked up plans and spectifications;
6 contractors submitted bids. The engineer's estimate was
$1,200,000.00.
E P:hc
Resolution attached
83--360
r�
CITY OF MIAMI
PLAW411'47 p: ZONING
•a •cn
CITY yr ' MTAM1. F�_ORIDA
MEMORANDUM
'83 APQ -8 A10 '22
� Howard V. Gary
City Manager
Donald W. Cath
D' ector f .Works
�i
l.� I
DATE April 7, 1983 FILE. B-5485
SU J.)ECT KINLOCH SANITARY SEATER
IMPROVEMENT SR-5485-C&S -
Resolution awarding contract
=«oF'4C:E5 (For Planning and Zoning
Commission Meeting of
'!`'CLa';URF5 April 28, 1983)
The Department of Public Works recommends
adoption of the resolution accepting the
bid received March 18, 1983 of Ric -Man
Construction Corporation in the amount of
$988,143.05; and authorizing the City
Manager to enter into a contract on behalf
of the City of Miami for KINLOCH SANITARY
SEWER IMPROVEMENT in the KINLOCH SANITARY
SEWER IMPROVEMENT DISTRICT SR-5485-C&S
(centerline and sideline sewers).
Bids were received March 18, 1983 for KINLOCH SANITARY SEWER
IMPROVEMENT in the KINLOCH SANITARY SE14ER IMPROVEMENT DISTRICT
SR-5485-C&S (centerline and sideline sewers).
As reflected in the tabulation of bids, the $988,143.05 bid
of Ric -Man Construction Corporation'is the lowest responsible
bid for the alternate bid of the proposal.
Funds have been allocated under the "Kinloch Sanitary Sewer
Improvement" account for the estimated amount of the contract,
for project expense, for such items as advertising, testing
laboratories, postage.
This contractor has indicated that he will not go through
with the execution of the contract after the award. However,
it is necessary to proceed with the award in order to collect
on the contractor's bid bond if they default, according to
the Law Department.
Twenty-nine contractors picked up plans and spectifications;
6 contractors submitted bids. The engineer's estimate was
$1,200,000.00.
4
E P:hc
Resolution attached
83-360
•..ie.u_�:.rC.�.A.:e:.......Wy.;:t�ll�s�f:?+AWF�.•�.+�Nliti:^i•sy3!y34�.t.�p+1S:'��c1Mi�tY..,+riY%o.,..wrt�`.�r.::,sw�'�v`sia+sW,.•.sa� ...-n.'�,..s�..,iw_„�..w`�:�.-•„�.,-• -
BID AWARD FACT SHEET
For the City Manager
. PROJECT NAME AND LOCATION
KINLOCH SANITARY SE1,TER IMPROVEMENT SR 5485-C & S CIP No.8048
Bounded by N.W. 7 Street, West Flagler Street, N.W. 42 Avenue
and N.W. 47 Avenue.
PROJECT SCOPE
Construction of a sanitary sewer improvement by private
contractor under contract with the City of Miami.
ENGINEER'S ESTIMATED CONSTRUCTION COST
$1,200,000.00
DATE BIDS RECEIVED
March 18, 1983
NUMBER OF BIDS RECEIVED
Six (6)
NAME OF LOW BIDDER
RIC-MAN CONSTRUCTION, INCORPORATED
AMOUNT OF LOW BID
$988,143.05
TOTAL FUNDS TO BE ALLOCATED
Contract: $ 988,143.05
Project Expense: 128,458.00
Incidentals: 19,762.95
Total $1,136,364.00
LENGHT OF TIME ALLOWED FOR CONSTRUCTION
180 working days 5
SOURCE OF FUND
G.O. Bonds - C.I. Ord. 9534 (Sec. 1V. B-9)
4/6/83
...7.::.+..:�.�:'•w.r++ttw.wiYM'� ..a.uJ.rt'aw+:�'.ir..,.,:. ....., . , _ ... r.:,., �.... .. .., •.'1`>.......".�-...,.a:_a�_...+,.:.1ii,:::�i1G�+A.:�;:3.::.' 'tMtii,:f�GrL�1Q3M
KINLOCH SANITARY SEWER IMPROVEMENT
JOB NO. B-5485-C&S
CONTRACTOR'S FACT SHEET
I. Ric -Man Construction Corp.
P. 0. Box 10229
Pompano Beach, FL 33061 Phone: (305) 974-6960
II. Principals: Richard Mancini, President
Gelda Mancini, Secretary
III. Contractor is properly licensed and insured
IV. Subcontractors: none required
V. Experience: (not applicable)
VI. Not a minority contractor
VII. 24 advertisements mailed out by certified mail
65 advertisements mailed out by regular mail
29 contractors picked up plans and specifications
6 contractors submitted bids
i
S
4/7/83
83-360 I
TABULATION OF BIE)!-) 1--UH
`.kjAllocH SAA11rAkpy sEwER rAfPRovEAfEA1r
j7*Z..-Z-.,S,;on,,ciiy Clerk, City of Pit 30 P. M. A fA /-V q-Y
r,.ce;.ed by the c I ;..ii Florida of
Bidder 1111A.1V e4,VZO CORA'
Licensed b insured
-Ed —Bond Am>unt z
6A.5-- rya
Z 7 7. r.9 7, —1
-71 --91-71
5
063
;t 0 -7, 0
7,77-7.
AAeZ1 e--1
096, 14C3
13 -,:P,
Bidder
Licensed b Insured
Bid Bond Amount
-
- ---------------
IRREGULARITIES LEGEND
IT IS . RECOMMENDED THAT C 7- Oe`
A No Pe-1- a(- A-10—V
7W 7-17zF
No Aff,do-It go 90 Capitol & S.,Pfvs of Bending Company
/ C - A-14 /V C 0
C Corrected E viens,ons
D Proposal Unsigned or Improperly S'll"e! or No Carfare" Sao'
/0 rg.E A L r-"-10,-VA 77e- AO 40 A A/ 0 1/ 7-
E3 I D a,3
G - Improper Bid Bond
H - co—cled Bid
71.1 11-0
Prev. by, jeo-cl Ace-4
ZA
qv