HomeMy WebLinkAboutR-81-0891CITY COMMISSION '
MEETING OF
OCT 0 7 1981
urr�o� 81 ®..8 9
etto*%........................... .
1
Section 1. The September 10, 1981 bid of Martin-
:shanty Equipment Rentals, Inc., in the proposed amount of
$2,731,825.50 for the project entitled AUBURN SANITARY
SEWER IMPROVEMENT in AUBURN SANITARY SEWER IMPROVEMENT
DISTRICT SR-5475-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 $2,731,825.50 is hereby,
allocated from the account entitled "Sanitary Sewer Bond
Fund" to cover the cost of said contract.
Section 3. The additional amount of $300,500.50
is hereby allocated from the aforesaid fund to cover the
cost of project expense.
Section 4. The additional amount of $54,636.00
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 $113,291.00
is hereby allocated from the aforesaid fund to cover the
indirect cost.
Section 6. The City Manager is hereby authorized
to enter into a contract on behalf of The City of Miami
with Martin -Chaney Equipment Rentals, Inc. for AUBURN
SANITARY SEWER IMPROVEMENT in AUBURN SANITARY SEWER IMPROVE-
MENT DISTRICT SR-5475-C (centerline sewer), base bid of
ATTEST: JVJ x 'L V 1'
'::�CClerk
Ri.PARED AND APPROVED BY: APR
X &X 14rewlef
Assistant City Attorney
AS T D CORRECTNESS:
y Atto-PTiey
- 2 - �81-891 ..
CITY OF MIAMI, FLORIOA
-47 INTER-CFFICZ MEMORANDUM
TO Howard V. Gary September 15, 1981 ILE: B-5475
City mnllnger
AUBURN SANITARY SEWER
IMPROVEMENT SR-5475-C -
Resolution Awarding Contract
Donald W. Cather (For Commission Meeting
re. -Director of Public Works of October 7, 1981)
'F4CLCJSIJnES.
lh
The Department of Public Works recommends
adoption of the resolution accepting the
=4
bid received September 10, 1981 of Martin-
LZI 0: Chaney Equipment Rentals, Inc. in the
X amount of $2,731,825-50; and authorizing
the City Manager to enter into a contract
on behalf of the City of Miami for AUBURN
toll SANITARY SEWER IMPROVEMENT in AUBURN
SANITARY SEWER IMPROVEMENT DISTRICT
SR-5475-C (centerline sewer).
Bids were received September 10, 1981 for construction
of a sanitary sewage system in the area bounded by West
Flagler Street, N. W. 7 Street, 14. 1-1. 27 Avenue, and
N. W. 37 Avenue.
As reflected in the tabulation of bids, the $2,731,825-50
bid of Martin -Chaney Equipment Rentals, Inc. is the lowest
responsible bid for base bid of the proposal.
"Sanitary Sewer G.O.
been allocated under the I'Sai-i
Funds have
Bond Fund" for the estimated amount of the contract,
for project expense, for such items as advertising,
testing laboratories) postage, and for indirect cost.
JAH:1-ic
*BID AWARD FACT SHEET
For The City Manager
PROJECT NAME AND LOCATION - AUBURN SANITARY SEWER IMPROVEMENT SR-S 75-C;
=P. Noe 7099. Bounded by N.W. 7 Street, N.W. 27 Avenue; W. Plagler
Street and N.W. 37 Avenue,
PROJECT SCOPE - Construction of a sanitary sewer improvement by
private contractor under contract with the City of
Miami.
tiNGI2vEER EST114ATED CONSTRUCTION COST _
$8,150,000.00
DATE BIDS RECEIVED - September, 10y 1981
} t t
NUMBER OF BIDS RECEIVED - Eight (8)
Si
1
NAME OF LOW BIDDER - Martin Chaney Equipment
Rentals,
AMOUNT OF LOW BID - $2 731, 825. 50
}
S
TOTAL FUNDS TO BE ALLOCATED
l
C c n r!:, $2,731,825.50
;.
Project Expense: 300,500.50
Incidentals: 54 636 00
s
$6,9 2� .00
M
C.;� 113,291.00
Total $3,2001253.00
r � r�^•s r1Q MT%17 ATJ,r:1•17n VOR CO.;STRUC'?'IO:i
220 working days
J / / �r /� �J / T/ABULATION OF BIDS FOR
All
nil:=C:cr* A-fA.
Received by the City Commission, City Clerk, City of Miami, Florida at %• 7,'! P. M.
Bidder
Licensed $ Insured as Per City Code 9. Metro Ord.
Bid Bond Amount
A
Irregularities
._. C
. --•
�_
�+_/�
"� .....-, / / 7L / r., � /7 —
7� J " � � c� ' I_; �—=�"7
'"" � f'�' i '.� � �1
�5v
� •� , Q �1 C. �
�f, �•• �j , � ) �l ( /�
IRREGULARITIES LEGEND
A _ No Power- of• Attorney
C _ Corrected Eirtensronf
0 _ Proposal Unsigned or improperly Signed or No Corporate Seal
E_ sigp
F_
G _ Improper Bid Bond
H _ Corrected Bid
I_
Prev. By:
IT IS RECOMMENDED THAT 0 C-e ',l1
/;,'v"�✓i
'�Ui'�/ / ./�'/. ..-/�.// r��••~•/���^'ll..... r, `/�/C. �I /�/ ?�`-ii l� ' r
i� ' —4� ��d f r(I
BIB �0-Sl_tas
-f •
Joe r,o.
r hG',-' 5 mi l
V)
I IIIIII IIIIIIII Ills IIIIIIII.111ll�lii�liiiiiiii iiii �amiiiiii
i
"
Bidder
Licensed S. Insured as Per City Code $ Metro Ord.
Cod Bond Amcum'
Irregularities
TABULATION OF BIDS FOR
Clerk-
Received by the City Commission, City Clerk, City of Miami. Florida of /; .=7 !p, PA.-7/'/7T. z�
.'
/
•ti ^r'
Y1A
.I
µ
IRREGULARITIES LEGEND
/
A_NoPower.of.A•torney IT IS RECOIIMcNDED THAT n 71'e-7e"7- Ai'�-
C _ Corrected Extensions - /• r _ ""�
D _ Proposal Unsigned or ,improperly Signed or No Corporate SealAll
r
.'�r�—
G — Improper Bid 'Bond t% r .�.•i•. tl: _ /'t /
H _ Corrected Bid
r
I_ r
r
Preo. B ��� ,: - <:rr--- •r`A'- .5-$4-/S--G
� 1 I
BID SECURITY
BID AUBM SANITARY 9WER 80-81-125
B-5475 DATE slot RECEIVED SEPTEMBER 10, 1981
iTE1A
TYPE OF SECURITY
TOTAL
AM SUN T
= BIDDER
ladson-Barr Corporation
$39743,522.00
2'5.%
BB
P . 0. Box 342094
Uoral Gables, Fla 33134
- -
Intercounty_Construction Corp. of F1
$3,049,480.50
22%
BB
2100 N. Dixie Highway
Ft. Lauderdahe, Fla 33305
Giannetti Bros. Const. Corp.
$2,947,404.00
211/
BB
6570 Griffin Rd
Davie, Fla - 33314
Martin -Chaney Equipment Rentals,Ittc.
$2,731,800.50
2%
BB
8415 N. W. 56th Street
Miami, FLorida 33166
Goodwin, Inc .
-$2,865,380.00
21�%
BB
7275 N. W. 61 Street
Miami, F1 33166
Roenca Corporation & Associates
$3t622,426.10
21-2%
BB
1040 S. W. 1st Street
Miami, Florida 33130
Lanzo Construction Co. $3,378,883.00 21�% BB
Rural Route 2, Box 904
Pompano Beach, Fla 33067
Iacobelli Contracting Inc. 2,980,354.00 231% BB
15271 N. W. 60th Avenue, Suite 203 $
Miami Lakes, Florida 33014
�scsiv�djhb sysr jjs(cjtksd chocks this
vier *f 19
bR A.erCDU��`titG Dt�ti��
A
CITY OF MJIM� M, V-1,0 IDA
REQUISITION FOR
ADVERTISEMENT FOR BIDS
L
DEPTIDIV Public Clarks
ACCOUNT CODE Project 1020111 Snde2 310302--2O7
DATE
Q BID NO. Ef
+ e
c3' PREPARED BY ` oe 1'nt rin PHONE_
.s
CODE
ITEM DESCRIPTION I QUANTITY I PRICE UNIT AM7
1 : MJ' 1MAN SANITARY S�;;=1E1�
7 S ".I'RO��i,1*'M D TF?ICT
:)1R-54T5-C (centerline
3ewer)
QUANTITY REPRESENTS DEPARTMENT
REQUIREMENTS FOR MONTHS
O
AMOUNT XAMOUNT XAMOUNT XAMOUNT
BIDS TO BE SECURED FOR
Ao-!:URN .>A 11TARY 'F17!4t"
1;.'Pii0MEM.'ENT DIQ l' Cri'
,1-5475-C (centeriin—
cn*der) 6
September 10,
TOT (2:310 p.m.)
: APPROVED BY:
ESTIMATED COST s f
!150>rl10n
,CONTRAC'i�L: $ I 4.
I
I ° $ WDIRECTOR OF ISSUING DEPARTMENT
IN: v� _EN �l L . ; .j
TOTAL
SOURCE OF FUNDS:
►anitary Sewer Bond Fund
— —'-
70 be• filled in by
FxhFNr7)ITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INVOLVED
EXPENDITURE CONTROLLER
PROJECT CODE AD CODE
(.'OPIES TO: Purchasing Mfg.) — City Manager — City Clerk—Expen&ture Control — Issuing Department — Otber Affected Department
WHITE GREEN PINK CANARY BLUE GOLDENROD
FUHM NO 1047 - REV- 7/
„
s s
Ed No. $0-81=125
Ile,
Sealed bids for the construction of AUBURN SANITARY SEWER IMPROVEMENT
DISTRICT SR-5475-C (centerline sewer) will be received by the City
Commission of the City of Miami, Florida not later than
on the �Oth d v nf-Rcantin the City Commission Room.,
first floor, Miami City Hall, 3500 Pan American Drive, Dinner Key,
Miami, Florida, at which time and place they will be publicly
opened and read.
This project involves the construction of a new sanitary sewer
system and includes the following approximate quantities:
56,000 ± linear feet of 8-inch to 24-inch vitrified
clay, P.V.C. and cast or ductile iron pipe sewer
with the deepest cut being 26 ± feet;
32,600 ± linear feet of
soil pipe laterals;
186 ± manholes from 4
6-inch extra heavy cast iron
to
15,000 linear feet of T.V.
26 feet in depth;
inspection of new sewer;
Sidewalk and pavement replacement in construction area.
If any questions, call 579-6865, James J. Kay, Sewer Design
Engineer.
All bids shall be submitted in accordance with the Instructions
to Bidders and Specifications. Plans and specifications may be
obtained from the office of the director, Department of Public
Works, 275 N. 1-1. 2nd Street (4th floor), Miami, Florida. Plans
and specifications are to be returned in good order and unmarked
within 10 days after bids have been received..
Those minority or target area contractors/small businesses
interested in submitting bids are advised to contact Contractors
Training and Development, Inc. at 5800 N. W. 7 Avenue, Suite 212,
telephone (305) 754-4903, if they require assistance in preparing
their bid packages.
Proposal includes the time of performance, and specifications
contain provisions for liquidated damages for failure to complete
the work on time.