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