Loading...
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