Loading...
HomeMy WebLinkAboutR-82-0044RESOLUTION NO. 82 - 4 4 A RESOLUTION ACCEPTING THE BID OF ROENCA CORPORATION IN THE PROPOSED AMOUNT OF $1,431,5901 BASE BID OF THE PROPOSAL, FOR KIRKLAND SANITARY SEWER IMPROVEMENT IN KIRKLAND SANITARY SEWER IMPROVEMENT DISTRICT SR--5478-C (CENTERLINE SEWER); WITH MONIES THEREFOR ALLOCATED FROM THE "SANITARY SEWER G.O. BOND FUND" IN THE AMOUNT OF $1,431,590 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $157,475 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT OF $28,630 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, AND POSTAGE; ALLOCATING FROM SAID FUND THE AMOUNT OF $59,305 TO COVER THE INDIRECT COST; AND AUTHORIZING THE CITY MA14AGER TO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS, sealed bids were received December 10, 1981 for KIRKLAND SANITARY SEWER IMPROVEMEIT in KIRKLAND SANITARY SEWER IMPROVEMENT DISTRICT SR-5478-C (centerline sewer); and WHEREAS, the City Manager reports that the bid of Roenca Corporation, for the base bid of the proposal, is the lowest responsible bid and recommends that a contract be awarded to said firm; and WHEREAS, the Capital Improvements Appropriation Ordinance No. 9353 was adopted on November 19, 1981, and monies are available for the proposed amount of the contract, project expense, incidentals, and indirect cost from the account entitled "Sanitary Sewer G.O. Bond Fund", as set forth under Section IV, Item B-6, of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: COY COMMISSION ' MEETING OF JAN 14 1982 4 Section 1, The December 10, 1981 bid of Roenca Corporation in the proposed amount of $1,431,590 for the project entitled KIRKLAND SANITARY SEWER IMPROVEMENT in KIRKLAND SANITARY SEWER IMPROVEMENT DISTRICT SR-5478—C (centerline sewer), for the base bid of the proposal, based on unit prices, is hereby accepted at the price stated therein. Section 2. The amount of $1,431,590 is hereby allocated from the account entitled "Sanitary Sewer Bond Fund" to cover the cost of said contract. Section 3. The additional amount of $1579475 Is hereby allocated from the aforesaid fund to cover the cost of project expense. Section 4. The additional amount of $28,630 is hereby allocated from the aforesaid fund to cover the cost of such incidental items as advertising, testing laboratories, and postage. Section 5. The additional amount of $59,305 is hereby allocated from the aforesaid fund to cover the indirect cost. Oection 6. The City Manager is hereby authorized to enter in*,;a a contract on behalf of The City of Miami with Roenca Corporation for KIRKLAND SANITARY SEWER IMPROVEMENT in KIRKLAND SANITARY SEWER IMPROVEMENT DISTRICT SR-5478-C (centerline sewer), base bid of the proposal. PASSED AND ADOPTED this 14 day of January , 1982. Maurice A. Ferre ATTEST: M A Y 0 R ity Clerk PREPARED AND APPROVED BY: APPROVED AS TO oe Deputy City Attorney CORRECTNESS: - 2 82 -44 /A� - 1 :1117 F Howard V. Gary ,r.. City Manager Donald W. Cather December 16, 1981 B-5478 KIRKLAND SANITARY SEWER _ IMPROVEMENT - Resolution = Awarding Contract (For Commission Meeting January 14, 1982) - The Department of Public Works recommends adoption of the resolution accepting the bid received December 10, 1981 of Roenca Corporation in the amount of $1,431,590; and authorizing the City Manager to enter into a contract on behalf of the City of Miami for KIRKLAND SANITARY SEWER IMPROVE- MENT in KIRKLAND SANITARY SEWER IMPROVEMENT DISTRICT SR-5478-C (centerline sewer). Bids were received December 10, 1981 for the construction of a new sanitary sewer system, bounded by S. W. 8 Street and West Flagler Street from S. W. 32 Avenue to S. W. 37 Avenue. As reflected in the tabulation of bids, the $1,431,590 bid of Roenca Corporation is the lowest responsible bid for base bid of the proposal. Funds have been allocated under the "Sanitary Sewer G.O. Bond Fund" for the estimated amount of the contract, for project expense, for such items as advertising, testing laboratories, postage, and for indirect cost. cA CD C- 3 JAH:hc w - Resolution attached r• CC 82-44 ni For The City Manager k iT PROJECT NAME AND LOCATION - Kirkland Sanitary Sewer Improvement SR--54780: C.I.P. No. 7099. Area bounded S.W. 8 Street and West Flagler Street from S.W. 32 Avenue to S.W. 37 Avenue. PROJECT' SCOPE - Construction of a sanitary sewer improvement by private contractor under contract with the City of Miami. r .. f I ENGINEER ESTI;.IATED CO:,13TRUCTION COST - $1, 700, 000 . DATE BIDS RECEIVED - December 10, 1981 NUMBER OF BIDS RECEIVE-D - SEVEN (7) NAME OF L0;•1 BIDDER - ROENCA CORPORATION AP.110UNT OF LO'd BID - $1,431,590- TOTAL FUNDS TO BE ALLOCATED Con ti _.t: $ 1,431,590 Project Expense: 157,475 Incidentals: 28,630 S1.:r. tI. �_1161771695 d _ C 59,305 Total $ 1,677,000 LENU"TH Of T=.• E ALLOt•iET) TFCR CO3ISTRUCTI0:-1 - 160 working days SOURCE OF FUNDS - G.O. Bond Sanitary Sewers Form P.•1 #389 1/81 z XIRXLAND SANITARY SEWER IMPROVEMENT JOB NO. B-5478 CONTRACTOR'S FACT SHEET I. Roenca Corporation 1040 S.W. First Street Miami, Florida 33130 II. Principals: Phone: 545-5311 Rolando J. Encinosa, Jr. Carlos C. Lopez-Cantera Joseph G. Wicks III. Contractor is properly licensed and insured. IV. Subcontractors: Not required at this time. V. Experience: 7 years Englewood Sanitary Sewer Improvement $794,985 Hammock Sanitary Sewer Improvement (Bid "A") $4419737 Simpson Sanitary Sewer Improvement $783,000 VI. A minority contractor VII. 50 advertisements mailed out by certified mail 30 advertisements mailed out by regular mail 20 contractors picked up plans and specifications 7 contractors submitted bids 0 12/16/81 82 -44 11 h� TABULATION OF BIDS FOR ,C�I12,C V1. ,Y�II�I I rAle) >5'-'wcic 1 M/J��aVE'MGN7" S!l- ��17� •G City Riers{df,.C::y Received by the City Commission, City Clerk, City of 0.iiomi, Florida at L' P. M. yF s TOTAL :: / ��;/ �;r.7<;t •,� Vel- r,-���STO��S =� f' ' TOTAL `� I •'I�7 '�'a! `� � 9 TOTAL - /,46Z 331 sa ✓06 �ci,� /c TSov ruIN. yL s TOTAL t / 47Z 1/7 Bidder Licensed 6 Insured as Pe: City Code S Metro *fd. Bid Bond Amount Irregularities DESCRIPTION t •aS "� t- 1; a IRREGULARITIES LEGEND i►_NoPewr•el•Attorney IT IS RECOMMENDED THAT A «�/7j'�l i e _ 1.1a s:.:c.rurY ��:c'unsr/�,.�AL Lice:�c/s£ �vuM/�G/� ��•� ri/�= /.: ��G'f:'i7' F�/UU.I�;.'_ r��~L�!� � �c'fcrrrtiri��� C _Corrected Ex+enrtons A %i' SU At f 0 1 A# 7c'I' / /l �1 �3n =`"� G ��'► . D _ Proposal Unsigned or improperly $,gned or No Corporate Seal l ` f E _ Ir,/�✓r.IN�c E.�J'12A7•C' /ON .c 1�tGT Shlc<</rl �/ �4' i�4i' y' a,f., a'• ���� - l.J F_ +!' G _ Improper Bid Bond H _ Corrected Bid 40ir »o. ,1_ s�EET Preo. B Form PW # 10R A 1 /77 I I I III I 111 1111011 OD to 1 tpb TABULAT iON OF BIDS FOR 4-11r. IL AIV U M"I rAR" K SE"lI✓EA? Wr-reO vEhfl- St!- �;�78 -c •Cit, A c M» /U• / /�• o/ �� ✓ Received by the City Commission, City Clerk, City of Miami. Florida of P. M. A�•�L7SrfJ-r'���k'k' %CGS COW'- CO, %" S L-AA/ 2D 60,1,K7-, CO, ("� Bidde. Licensed 6 insured as Per City Code 3 Metro Ord. Bid Bond Amount Irregularities DESCRIPTION t TOTAL TOTAL TOTAL TOTAL r-•S � F r-W : t4G- , Z J 2 "= / Gam! % 762 50 IRREGULARITIES LEGEND A_NoPoww- of•Attorney B _ No 40aWrY c..�CUPATIOWAL L��!".vat flUtIct71= C — Corrected ErAensions D _ Proposal Unsigned or improperly S•gned or No Corporate Seal E — 11j,%wrarlce EXPIRATIZ5N VATC NGC S.LIDwN F- G _ lmpropw Bed Bond N — Corrected Bid — J _ P►eo. By: IT IS RECOMMENDED THAT CD,V7�'r1C/� T"�� T1/E 1.�w'�:Sr t'!U!%` �' /:;�'� l��r.t C�';-�fz•:�,i7lh�! / t?,/? /=:`I S•! l: 11] i J , , J/ % ?•. _;.,,•t r r /�'� '/ r - i SHEET BID 8/-BZ- 23 Jow too. 2 or-rd7 Form PW #1 nRA 1 /77