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