Loading...
HomeMy WebLinkAboutR-80-0658RESOLUTION NO. 80-658 A RESOLUTION ACCEPTING THE BID OF LANZO C014STRUCTION COMPANY IN THE PROPOSED AMOUNT OF $2,150,294.o0 - BID "A-2" (STORM SEWER) OF THE PROPOSAL, FOR RIVERVIEW STORM SEWER PROJECT - PHASE I (2ND KIDDING ) - BID "A-2" (STORM SEWER) ; WITH MONIES 'THEREFOR ALLOCATED FROM THE "STORM SEWER G.O. BOND FUND" IN THE AMOUNT OF $2,150,2911.00 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $236,532.311 TO COVER THE; COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE A140IJ14T OF $113,005.88 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, AND POSTAGE; ALLOCATING FROM SIAD FUND THE tt����� I� AMOUNT OF $95,249.112 TO COVER THIS, ��, V IPIDIRECT COST; AND AUTHORIZING THE, CITY (� DOCUIV+(���� ' ! j( MANAGER TO EXECUTE A CONTRACT WITH SAID S FO L L 0 W" WHEREAS, sealed bids were received July 1.5, 1980 for RIVE;RVI1",W STORM SE't!I?,R PROJECT - PHASE :l (2ND BIDDING) - BID "A-2" ( STORM SE VIER) ; and WHEREAS, the City Manai;er reports that the $2,150,294.00 bld of Lanzo Construction Company for the bid "A-2" of the proposal is the lowest- responsible bid and recommend; that a contract be awarded to said firm; and WHEREAS, the Capital Improvements Appropriation Ordinance No. 90.19, as amended, was adopted on November 8, 1979, and monies are available .for the proposed amount of the contract-, project expense, incidentals, and indirect cost: from the account entitled "Storm Sewer G.O. Bond I"und", as set forth under Section V, Item B-3, of said ordinance; NOW, THEREFORE, BE IT RESOLVI--.D BY THE COMMISSION OF THE CITY OF MIAMI , PLOR:I DA : Section 1. 'Phe July 15, 1980 bid of l,anzo Construction Company -In the proposed amount of $2,150,294.00 for the project entitled RIVERVI:EW STORM SEWI-;R PROJECT' - FI-IASR I (2ND BIDDING) - BID "A-2" (STORM SEWER) for, hid "A-2" or the proposal., based on unit prl.cc;:7, I's hereby accepted at; the prioe stated therein to coven the cost of raid contract. "DOCU.MENT IN EX ITEM NO. ' CITY COMMISSION MEETING OF S E P 15 1980 80-65 RESCUMNNO ...... ...s...... — W or;`, Section 2. The amount of $2,150,294.00 is hereby allocated from the account entitled "Storm Sewer G.U. Bond Fund" to cover the cost of said contract. Section 3. The additional amount of $236,532,34 Is hereby allocated from the aforesaid fund to cover the cost of project expense. Section 11. The additional amount, of .$143,005.88 is hereby allocated .from the aforesaid Pund to cover the cost of such incidental items as advertising, testing laboratories, and postage. Section 5. The addi.t-Ional amount; or $951249.42 is hereby allocated from the .n.f.'oresaid fund to cover the indirect cost, Section 6. The City Manap;er is hereby authorized to enter into a contract on behalf of' the City of Miami with La.tixo Const.Pilot lot) Company for RIVLRVIC41 STORM SEVIER PROJHICT - PHASE I (211D BIDDING) - BID "A-2" (STORM SEVIER) , bid "A-2" of the proposal. PASSED AMC) ADOPTED this___ .15 day of SEPTEMBER_V, 1.980. r� I MAURICE A. FERRE M A Y 0 R ATTI ST: L, UVVl, f C 1 er F(— PREIPARED AND APPROVED BY: A :si.utant City Attorney APPROVED AS TO FORM AND CORRECTNESS: - 2 - 80-658 zi. Joseph R. Grassie August 20, 1980 :"!L!: B-5441-A City Manager RIVERVIEW STORM SEWER PROJECT - PHASE I (2ND BIDDING) - BID 11A-2 (Storm Sewer) - Resolution Awarding Contract i ��aa1 a her (For Commission Meeting of Director of Public Works _ Sept. 15, 1980) The Department of Public Works recommends adoption of the resolution accepting the bid received July 15, 1980 of Lanzo Construction Company in the amount of $2,150,294.00; and authorizing the City Manager to enter into a contract on behalf of the City of Miami for RIVERVIEW STORM SEWER PROJECT - PHASE I (2ND BIDDING) - BID "A-2" (STORM SEWER). Bids were received July 15, 1980 for the construction of a new storm sewer system, a five foot wide covered ditch together with all necessary appurtenances bounded on the east by N.W. 11 Avenue, on the south by S.W. lst Street, on the west by N.W. 13 Avenue and on the north by the Miami River. As reflected in the tabulation of bids, the $21150,294.00 bid is the lowest responsible bid for the Bid "A-2" of the proposal. Funds have been allocated form the "Storm Sewer G.O. Bond Fund" for the estimated amount of the contract, for project expenoe, for such items as advertising, testing, 'laboratories, postage, and for indirect cost. JAHtgc Resolution attached Docum V / - J l J 1 80-658 12 RIVERVIEW STORM SEWER PROJECT - PHASE I (2nd BIDDING) (BID "A-2" - STORM SEWER) JOB NO. B-5441 CONTRACTOR'S FACT SHEET I. Lanzo Construction Company 1134 N.E. 48 Street Pompano Beach, Florida 33064 Phone: (305) 781-9482 II. Principals: Quirino D'Alessandro Olindo D'Alessandro Antonio Evagelista III. Contractor is properly licensed and insured IV. Sub -Contractors: None required at this time V. Experience: 17 years Miami -Dade Water Sewer Authority . . . . . . . . . . . .$1,600,000 (Force Main) of of of it �� . . . . . . . . . . . . . VI. Not a Minority Contractor VII. 74 Advertisements mailed out by Regular Mail 27'Contractors picked up Plans & Specifications 5 Contractors submitted bids 80-658 r' r e�' BID AWARD FACT SHEET For The City Manager PROJECT NAME RIVERVIEW STORM SEWER PROJECT - PHASE I AND LOCATION (2ND BIDDING) BID "A -2" (STORM SEWER) PROJECT SCOPE Construction of a new storm sewer system, a five foot wide covered ditch together with all necessary appurtenances bounded on the east by N.W. 11 Avenue, on the south by S.W. 1st Street, on the west by N.W. 13 Avenue and on the north by the Miami River. ESTIZMATED CONSTRUCTION COST DATE BIDS $2,250,000.00 July 15, 1980 NUMBER OF BIDS RECEIVED FOUR NAME OF LOW BIDDER Lanzo Construction Co. - Bid "A-2" (Storm Sewer) AMOUNT OF LOIN BID $2,150,2911.00 TOTAL FUNDS TO BC ALLOCATEM $2,j25,081.64 LENGTH OF TIME ALL04IED FOR CONSTRUCTION 250 Working days SOURCE OP FUNDS Form PW #389 1/79 Storm Sewer G.O. Bonds �f � !i f" � NTS FOLi..�Vy„ 2 RIVERVIEW STORM SEWER PROJECT - PHASE I B-5441 (SECOND BIDDING) The following changes were made to the proposal, specifications, plans, and estimate for Riverview Storm Sewer Project - Phase I: Proposal: Item 46: Changed requirement for 78" prestressed concrete, embedded cylinder, lock joint pipe to 78" reinforced concrete bolted -joint pipe. Item 47: Changed requirement for 78" prestressed concrete, embedded cylinder, lock joint pipe to 78" reinforced concrete bolted -joint pipe. Item 89: Changed requirement to Type II manhole to D.O.T. Junction Box Type J Alt. B. Item 91: Changed requirement for 3 Type II manholes to 3 D.O.T. Junction Boxes Type J Alt. B. Item 92: Changed requirement for 6 Type II manholes to 5 D.O.T. Junction Boxes Type J Alt. B. Item 93: Changed requirement for 2 Type II manholes to 6 D.O.T. Junction Boxes Type J Alt. B. Item 94: Changed requirement for 1 D.O.T Junction Box Type J to 5 D.O.T. Junction Boxes Type J Alt. B. Item 126: Changed Item No. to 125 and requirement for Type II to Type J manholes. Item 127: Changed Item No. to 126 and requirement for Type II to Type J manhole. Item 128: Changed Item No. to 127 and requirement for Type II to Type J manhole. Specifications: Special Provisions, 2.28: Pump Station, 6.1.4: Reduced coupling bend gages. Eliminate all requirements for bidding specified equipment and required only "or equal" to be proven after award. Added requirement for main pump mane ufacturer to coordinate items in power trains. «J)RTIVE D0CUN11ENTs - 1 - FOLLOW Pump Station, 6.1.19: Pump Station, 6.1.20: Pump Station, 6.1.21: Pump Station, 6.1.22: Pump Station, 6.2.10: Added pre -qualified equipment items and their data• Added requirements on pump bearings. Added requirement for total flooding Carbon Dioxide fire extinguishing system. Added trade Name or equal section. Eliminated all requirements for bidding specified equipment and required only "or equal" to be proven after award. Plans: A. Changed all Type II Manholes to D.O.T. Type J Alt. B. B. Changed 78" embedded cylinder pipe to 78" reinforced concrete with bolted ,points. C. Added note that will allow contractors to build vault using cassion method. D. Made precast structure optional for bubble -up structur.e. Estimate: Increased estimated construction cost from $3,000,000 to $4,500000. "SUPPORTIVE DOCU M ENTS FOLLOW" - 2 - I 00 Go TABULATION OF BIDS FOR City Manager, City Clerk Received by the City of Miami, Florida at 2: 00 P. M. 1-MLY 15. 2k 13 11) Bidder L N' Z Licensed 9 Insured as Per City Code S Metro Ord. Bid Bond Amount Irregul crif.es Item, No. DESCRIPTION Unit Price Total Unit Total Unit Total Unit Total Unit Total Unit J61.:; JJvf 9.z- A/0 Price /A Price Price Price Price Total X07,-9Z JP fk BID A .41-r. B/D A-1 (.57-OR14, Z/27 7-1 A. —4;,/ BID B- RU."10 Sty; ioll 2-30 :2,14 a IRREGULARITIES LEGEND DISTRIBUTION: A - No Power- of- Attorney IT IS RECOMMENDED THAT A C0)V7JZ4Cr A44F 7-0 C — Corrected Emtensions 7-/-"-- 1r11104111;- 0f 0 2,150, 2 -9 4- A Al2-1 A 0 . Proposal Unsigned or improperly Signed or No Corporate Seal COV-174:416-r SF TO 1Afr4!zzco:,A1;.v- F- 001f5""r1Z7/*)/' CD1Vz0C7?0P/7' tAI BID 79-80-87 G - lamproper Bid Bond 4),f 0 4//,/ r OF -,0 2, 14 f., 0 q 0. H - Corrected Bid I W I Y".. 7, /acia Joe NO. P'.9. a r, J'A!rTy 6544,1 40 40 Ar rnPu Ow NAMP 2 F9