Loading...
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.